pp&&ccss ((m muumbbaaii e rreffiinneeryy ... tender stack...web site, you may contact mr. abhishek...

77
NOTICE INVITING TENDER FOR SUPPLY AND INSTALLATION OF STACK MONITORING ANALYZER SYSTEM (SMS) FOR 7 NOS. STACKS. REQUEST FOR QUOTATION CRFQ NO: 1000239990 E-TENDER REF: 5691 TENDER DUE DATE: 10.10.2015 P P & & C C S S ( ( M M U U M M B B A A I I R R E E F F I I N N E E R R Y Y ) )

Upload: others

Post on 29-Jan-2021

0 views

Category:

Documents


0 download

TRANSCRIPT

  • NOTICE INVITING TENDER FOR SUPPLY AND INSTALLATION OF STACK MONITORING ANALYZER

    SYSTEM (SMS) FOR 7 NOS. STACKS.

    REQUEST FOR QUOTATION

    CRFQ NO: 1000239990

    E-TENDER REF: 5691

    TENDER DUE DATE: 10.10.2015

    PPP&&&CCCSSS (((MMMUUUMMMBBBAAAIII RRREEEFFFIIINNNEEERRRYYY)))

  • Material/Services required at:M/s. BHARAT PETROLEUM CORPN. LTDMUMBAI REFINERYMAHUL,MUMBAI - 400074India______________________________________________________________________________________________________________________________________________You are invited to quote online through BPCL E-Procurement websitehttps://bpcleproc.in "on Two-Bid Basis" for above subject as per the enclosedTender Documents.

    TWO BID BASIS :

    1.UN-PRICED TECHNO COMMERCIAL BID.

    Un-priced techno commercial bid shall comprise your technical details andconfirmations to our tender specifications.

    Commercial terms shall be clearly mentioned in this bid.

    2.PRICED BID.

    Priced bid shall contain price/s in the solicited format.

    All other terms and conditions appearing on our invitation to bid shall apply.

    VALIDITY : Your quotation shall be valid for period of 120 Days from theQuotation due date indicated above.

    SUBMISSION OF TENDER ONLINE:

    You shall submit / upload your bid along with all required documents, on orbefore the due date by 14.00hrs specified on BPCL E-Procurement websitehttps://bpcleproc.in. maintained by M/s. E-Procurement Technologies Ltd.

    For any assistance regarding online submission of bids on BPCL E-Procurementweb site, you may contact Mr. Abhishek Parsai on mobile no. 8655885473 OR 022- 25333278 on all working days(Mon - Fri) between 0900 hrs to 1700 hrs.

    BPCL support desk numbers for e-tendering is provided below :BPCL Officers HelpDesk Only ContactMail

    To,M/s. BPCL ESTIMATEMUMBAI . India - 400038.Ph:,Fax:.Vendor Code:300648

    Quotation Due Date/Time:10.10.2015/14:00:00

    For Bharat Petroleum Corporation Ltd.Vendor Sign & Stamp

    REQUEST FOR QUOTATION Collective RFQ Number/ Purchase Group 1000239990 / N10-INSTRUMENT ITEMS Contact person/Telephone BLESSINGSON K P/022-2553-3274 Fax : - Email:[email protected] Our ref.:

    RFQ No/Date: 6000864273 / 03.09.2015

    Page 1 of 8

  • Mumbai Office 1 022 - 65354113 [email protected]

    Mumbai Office 2 022 - 65595111 [email protected]

    Mumbai Helpdesk Support 1 022 - 25333278 [email protected]

    Mumbai Helpdesk Support 2 022 - 24176419 [email protected]

    Mumbai Helpdesk Support 3 022 - 25533128 [email protected]

    Hard copies of the bids shall not be submitted,unless specially asked for byBPCL.DEVIATION :

    You are requested to have all your queries clarified before bidding. Youroffer shall be in line with tender requirements/ specifications.However, ifyou still have deviations from our RFQ and the attachments (specifications /scope of work / Drawings ) etc. please indicate deviations in your offer in aseparate attachment titled 'DEVIATIONS', appearing in Bid common forms,givingreference to RFQ clause no. Deviations appearing in seperate attachment titled'DEVIATIONS',appearing in Bid common forms, shall only be considered whileevaluating the offer. In case there are no deviations, please submit "NILDEVIATIONS".

    Deviations mentioned elsewhere shall not be considered for evauation.

    OPENING OF TENDERS:

    Both unpriced techno-commercial and priced bid will be opened online which canbe viewed by bidders online through our e-procurement websitehttps://bpcl.eproc.in.

    BPCL General Purchase Conditions is enclosed.

    BPCL reserves the right to cancel this tender without assigning any reasons._______________________________________________________________________ Item Material Qty Unit Unit Basic Rate

    Description Delivery date (in Figures)_______________________________________________________________________00010 60.99.99.420.9 1 set.

    INSITU STACK ANALYZER 11.10.2015

    INSITU STACK ANALYZER AREA CLASSIFIED FOR MEASURING SO2 NOX & CO EQUIPMENT DETAILS: INSITU STACK ANALYZE LOCATION: REFINERY STACKS _________________________________________________________________

    DETAILED TECHNICAL SPECIFICATION AND SOR IS ENCLOSED HEREWITHUnit Basic Rate (In Words) : ____________________________________________________

    To:M/s. BPCL ESTIMATE MUMBAI - 400038 India (300648)

    For Bharat Petroleum Corporation Ltd.Vendor Sign & StampPage 2 of 8

  • Item Material Qty Unit Unit Basic Rate Description Delivery date (in Figures)_______________________________________________________________________

    Excise Duty % : ________ % VAT% : _________ % CST% : ___________ %

    Excise tariff no./Chapter id : ______________

    Packing & Forwarding Charges : ________ % per unit OR ____________ (INR) per unit

    Freight Charges : ________ % per unit OR ____________ (INR) per unit

    Third party Inspection charges : ________ % per unit OR ____________ (INR) per unit

    Octroi Charges(If applicable) : ________ %

    Other charges (if any ) : Please specify separately_______________________________________________________________________ Grand Total (inclusive of all taxes, duties/charges etc) In figure: In Words :

    _______________________________________________________________________

    To:M/s. BPCL ESTIMATE MUMBAI - 400038 India (300648)

    For Bharat Petroleum Corporation Ltd.Vendor Sign & StampPage 3 of 8

  • TERMS & CONDITIONS_______________________________________________________________________

    1.Pricing typesLOCAL VENDOR1. The Price quoted by you should be Firm till completion of RateContract/Purchase Order, whichever is later and should be on FOR /FOT basis.

    2. Basic material cost, packing & forwarding charges, excise duty,VAT,anyother taxes & freight charges if applicable shall be clearly indicated inyour quotation.

    3. Freight & Octroi: We shall reimburse the freight and Octroi chargesagainst submission of original documentary proof.For octroi reimbursements,Original octroi receipt with Form B shall be submitted. You shall mention % offreight and octroi charges applicable in your offer.

    IMPORT VENDOR

    Please note that your quotation shall Preferable in US $.Please quote FOB Price upto nearest airport.Your quote price should remain firm till completion of order.

    2.Deadlines

    To:M/s. BPCL ESTIMATE MUMBAI - 400038 India (300648)

    For Bharat Petroleum Corporation Ltd.Vendor Sign & StampPage 4 of 8

  • 3.Terms of deliveryIMPORT VENDORFOB/FCA nearest airport.

    LOCAL VENDOROur Warehouse shall accept material between 8:00 hrs till 14:00 hrs. Saturdaysand Sundays are holidays at BPCL. Material shall be delivered strictly withinthe above mentioned stipulated time. Consignments reaching our warehouse lateshall not be entertained.

    DELIVERY INSTRUCTIONS :

    Driver / Helper / Delivery man bringing the material must carry with them anyone of the identity proof in originals, viz, Driving license / PAN card /Aadhar card etc,. Without original identity proof, your person will not beallowed inside the Refinery.

    * Only diesel driven vehicle with spark arrestor is allowed to enter insidethe Refinery.* Three wheeled vehicles shall not be permitted.* Trucks bringing in the material shall have the provision for sidewaysopening.* Vehicle must have a spare tire (stepney).

    The specified documents (All documents listed below wherever applicable)should be submitted at our Main Warehouse at the time of delivery.

    a) Delivery challan with a copy of Purchase Order.b) Duplicate copy of Transporter's Excise invoice, if applicable.c) Lorry Receipt of the consignment.d) Packing list for the consignment.e) Third Party Inspector's Certificate covering the invoiced Material(s)/Release Note, wherever applicable.f) Manufacturers Test/Composition Certificate, wherever applicable.g) Drawing(s)/Catalogue(s) covering the Material(s) , wherever applicableh) Guarantee/Warranty Certificate(s), wherever applicable.

    4.Terms of paymentPLEASE REFER E PORTAL

    To:M/s. BPCL ESTIMATE MUMBAI - 400038 India (300648)

    For Bharat Petroleum Corporation Ltd.Vendor Sign & StampPage 5 of 8

  • 5.WarrantiesMaterials shall be guaranteed against manufacturing defects, materials,workmanship and design for a period of 12 months from the date ofcommissioning or 18 months from the date of dispatch whichever is earlier.Warranty for replacement of material /accessories should be provided free ofcharges at our premises. The above Guarantee/Warranty will be withoutprejudice to the certificate of inspection or material receipt note issued byus in respect of the materials.

    6.Penalty for breach of contractPRICE REDUCTION CLAUSE :Contractual delivery date for despatches F.O.R. Destination/ F.O.R.Site/F.O.B/FCA , the date of delivery shall be the date on which the goods/material are delivered to nearest destination rail head or owner's warehouseat Site. The time and date of delivery of stores/ material/ equipment asstipulated in the order shall be deemed to be the essence of the contract. Incase of delay in execution of the order beyond the date of delivery asstipulated in the order or any extensions sanctioned, BPCL may at its option:1.Accept delayed delivery at prices reduced by a sum equivalent to one half ofone percent(1/2%) of the value of any goods not delivered for every week ofdelay or part thereof, limited to a maximum of 5% of the total order value.2. Cancel the order in part or full and purchase such cancelled quantitiesfrom elsewhere on account and at the risk of the vendor, without prejudice toits right under (1) above in respect of goods delivered.

    7.Contract riders (clauses)

    8.Other contractual stipulations

    To:M/s. BPCL ESTIMATE MUMBAI - 400038 India (300648)

    For Bharat Petroleum Corporation Ltd.Vendor Sign & StampPage 6 of 8

  • Important Notice_______________________________________________________________________ Sr.No Description_______________________________________________________________________ 001 Quotation received after due date will not be entertained

    002 Your quotation must specify exact amount or percentage discount, Excise, S.T., Charges, Transport, Packing & forwarding, Octroi, etc. as applicable.

    003 In case you are unable to quote, kindly send the quotation with a regret for our records. Non-receipt of a regret will adversely affect your vendor rating.

    004 No quotation will be accepted without your rubber stamp and signature.

    005 Your quotation must be strictly in enclosed envelope indicating Collective RFQ No., RFQ No. and due date.

    006 For all future correspondences please mention the vendor code Collective RFQ Number & RFQ Number.

    To:M/s. BPCL ESTIMATE MUMBAI - 400038 India (300648)

    For Bharat Petroleum Corporation Ltd.Vendor Sign & StampPage 7 of 8

  • -------Tear off Portion to be pasted on the envelope containing offer------------_______________________________________________________________________

    Collective RFQ No. : 1000239990

    Our Reference: Due Date : 10.10.2015RFQ No. : 6000864273 Due Time : 14:00:00Subject:

    To,BHARAT PETROLEUM CORPORATION LTD-MUMBAI REFINERYP & CS DEPT .SOUTH BLOCK, 2ND FLOOR,MAHUL, CHEMBUR,MUMBAI400074

    Purchase Group : N10-INSTRUMENT ITEMS_______________________________________________________________________

    To:M/s. BPCL ESTIMATE MUMBAI - 400038 India (300648)

    For Bharat Petroleum Corporation Ltd.Vendor Sign & StampPage 8 of 8

  • BHARAT PETROLEUM CORPORATION LIMITED (Mumbai Refinery)

    REPLACEMENT OF STACK MONITORING ANALYZER SYSTEM (SMS) OF SEVEN NUMBERS

    OF STACKS

    TECHNICAL DETAILS THIS SECTION COVERS ALL TECHNICAL DETAILS, INCLUDING THE SPECIFICATION, SCOPE, TECHNICAL DETAILS FOR THE DESIGN, ENGINEERING, MANUFACTURE, TESTING, INSTALLATION AND COMMISSIONING OF THE REQUIRED INSITU STACK ANALYZERS FOR BPCL MUMBAI REFINERY. HOWEVER, THESE ARE BROAD GUIDELINES AND THE VENDOR SHALL PROVIDE SPECIFIC DETAILS OF THE OFFERED SYSTEM. VENDOR SHALL ACKNOWLEDGE AND ACCEPT THE DETAILS GIVEN HEREIN AND EACH PAGE SHALL BE DULY SIGNED AND STAMPED BY THE VENDOR AS AN ACKNOWLEDGEMENT OF THE SAME. ANY SPECIFIC DEVIATION FROM THE SAME SHALL BE SPECIFICALLY AND SEPARATELY BE BROUGHT OUT IN THE DEVIATION STATEMENT FORMAT ENCLOSED WITH THE REQUEST FOR QUOTATION.

    INDEX

    Sr.No. Section Page no

    1.0 Introduction 2

    2.0 Definitions 2

    3.0 General Instructions 2

    4.0 Proven Track Record 4

    5.0 Logistical Support 4

    6.0 Area Classification and Approvals 4

    7.0 Scope of Work 4

    8.0 Scope of Supply 6

    9.0 Installation & commissioning 7

    10.0 Spare Philosophy 7

    11.0 Inspection & Testing 8

    12.0 Delivery Schedule 9

    13.0 Training 9

    14.0 Warranty 10

    15.0 Comprehensive Annual Maintenance Contract

    (CAMC) 10

    16.0 Documentation 15

    17.0 Payment Terms 16

    18.0 Technical Specifications 17

    19.0 Attachments 20

  • Page 2 of 21

    1.0 INTRODUCTION

    BPCL proposes to replace the existing continuous emission monitoring system of seven numbers stacks with INSITU type stack analyzer system that requires less maintenance, inbuilt sample handling components and does not require an Analyzer room / shelter & air conditioning. The proposed analyzer systems shall be installed at the individual stack in the field. Vendor is responsible for the selection of proper Analyzer, Panel for Local Display Unit and all accessories within the stated performance requirements and to meet the specifications in totality. If at any stage, till the completion of the order, the supplied instruments & accessories are found unsuitable for the specified operating and design conditions, the Vendor shall replace the same with a suitable model no. meeting the specifications without any schedule/cost implication. Vendor shall provide all hardware and software, as necessary, to meet the functional requirements specified in this tender. 2.0 DEFINITIONS

    Purchaser/Owner: BPCL Mumbai Refinery

    Vendor/Bidder: The agency who has quoted for the complete analyzer system

    Manufacturer/OEM: The company in whose manufacturing works the In-situ analyzer is being

    manufactured, assembled, tested and supplies the same to the bidder.

    3.0 GENERAL INSTRUCTIONS

    3.1 It is important that the vendor first satisfies the bid qualification criteria (general & financial) to be eligible for further evaluation of technical offer.

    3.2 Vendor must submit the main offer in two bid format – technical and priced bid. Technical bid must contain the un-priced format and bill of materials (BOM) stamped and duly signed. Make and model number of the equipments shall be mentioned clearly.

    3.3 The offer shall include a schematic block diagram showing all units with model number and interconnecting cabling with size and type included.

    3.4 This technical specification covers the minimum requirements for engineering, design, manufacturing, testing, installation, site testing and commissioning of the Continuous Stack Emission Monitoring System. The system is envisaged to continuously measure SO2, NOx and CO concentration levels in the specified stack and provide suitable analog and serial communication to the host system. The supply and configuration of host system is excluded from this tender.

    3.5 Analyzer System shall be microprocessor based with self test, calibration, multiplexing of Stacks with diagnostic features.

    3.6 The measurement of SO2/NOx/CO shall be done in single analyzer. The analyzer shall be In-situ type wherein the probe and measuring components shall be a single integrated unit. Process sample shall not be transported beyond the probe.

    3.7 SO2, NOx and CO analyzers shall be provided with a common probe within a single analyzer.

    3.8 System shall have capability to display the measured values in both (mg/m3 and ppm) and diagnostic features in a display unit installed near the stack at the ground level.

    3.9 Analyzer System shall be supplied complete with sample conditioning, calibration and auto purge unit, Signal cables, Power cables, requisite accessories, spares as required and all other components in fully assembled condition.

    3.10 All devices required to ensure safe and satisfactory operation of the system shall be included in supplier’s scope even if not specifically mentioned in this document. Any additional equipment, components and/or changes in design of equipment to fulfill the operational requirements and requirements as specified by the Government Regulatory Bodies, even though not explicitly mentioned, shall be included in the scope of supply.

  • Page 3 of 21

    3.11 Vendor must quote for all analyzer for all stacks, as split ordering shall be avoided to minimize variety of analyzers for similar service and future spare requirements.

    3.12 The datasheet and specifications herein indicates the minimum requirement. However this does not absolve the bidder of the responsibility for proper selection with respect to the following:

    3.12.1 Selection of suitable stack analyzer appropriate for the given range and service.

    3.12.2 Communication of data between various components supplied.

    3.12.3 In case of contradictions among various portions of specifications, datasheets etc. the supplier shall obtain clarification in writing from the owner and the final decision shall be made by the owner.

    3.13 Bidders may visit, if required, BPCL Refinery premises, to survey the site before submitting the offer to study the site conditions.

    3.14 It is responsibility of vendor to provide all necessary items/ equipments to meet functional requirements as specified in this Tender Spec. If any additional item is found necessary at a later date to meet the Tender Specification requirements, the same shall be supplied by vendor without any time and price implication.

    3.15 Owner has listed the flange availability details in Table3. However it is vendor responsibility to verify the details at site to suit the quoted analyzer. If any mismatch of flange or obstruction at site is observed, at a later stage, which hinders the installation of the analyzer, then it shall be vendor’s responsibility to make necessary modifications to install the analyzer without any cost or time implication to the owner.

    3.16 Vendor shall strictly follow the sub-vendor list for bought out items specified in the Annex-08 of this tender. For bought-out items for which sub-vendor is not specified, the vendor shall take prior approval from the owner for the sub-vendor list.

    3.17 Vendor shall be able to provide after sales service & spare parts support in India. It is important to have good service set up with trained engineers in India and preferably in Mumbai area, for a prompt response and high availability of the analyzers. Non-availability of adequate service set-up shall be a rejection criterion.

    3.18 CAMC rates shall be clearly indicated in the offer year wise with validity of four years.

    3.19 All interconnecting tube & fitting MOC shall be SS316 of Sandvik/Swagelok/Parker.

    3.20 Analyzers shall be designed for 110VAC, 50 Hz. AC power Supply variation shall be +/-10% in voltage and +/-3 Hz in frequency. All equipment/items shall be suitable for this variation.

    3.21 Instrument Air Pressure available at site is Min – 3 kg/cm2, Norm - 4 kg/cm2 & Max – 5 kg/cm2 with due point as - 20 degree C. or better.

    3.22 In the event of the Vendor is an Indian representative, OEM (Original equipment manufacturer) shall furnish a Corporate undertaking to be jointly and severally responsible with the Indian subsidiary for proper and timely performance of the contract and discharge of liabilities of its Indian representative. However, it shall be the Single point responsibility of OEM for the satisfactory installation, commissioning, testing and performance of all the Stack Analyzer Systems, along with necessary support for spares, technical knowhow, for ensuring the proper maintenance of the offered Systems during the logistical support period.

    3.23 Owner reserves the right to reject any/all offer without assigning any reason or further communication.

    3.24 Vendor shall submit the stamped and signed specification & datasheet attached with the RFQ.

    3.25 SITE CONDITIONS All the field instruments/items shall be suitable for unprotected installation in hot, tropical, humid and corrosive environment having following ambient conditions: Ambient Conditions: The site environmental conditions are as follows: Ambient temperature (Max//min.): 50 deg C/ 5 deg C Relative Humidity: 100%@32 deg C Maximum rainfall: 125 mm for a period of 1 hour

  • Page 4 of 21

    4.0 PROVEN TRACK RECORD (PTR)

    4.1 The analyzers and associated electronics shall be of proven design. Prototype or under testing instrument is not acceptable. Analyzer shall have the proven track record (PTR) for the successful operation for a minimum 8000 hrs in similar service in an industrial unit in India or abroad. Similar service would mean fuel oil burner based furnace application.

    4.2 Bidders shall provide the list of similar Installations, with PO reference, user name, contact no., email address, year of installation, SAT copy, whether presently ‘in use or not’ status and performance track record certificates from the respective end users.

    4.3 Vendor shall provide the certificate from OEM (Original Equipment manufacturer) stating that the analyzer system provided does not require Air conditioned (window, split or HVAC) room for its smooth functioning.

    4.4 In addition to the above, the system engineering shall be carried out by the analyzer vendor or an agency which has commissioned a similar system and is working satisfactorily for a minimum period of 8000 hrs. PO reference with date of commissioning, MOM, completion certificate, SAT copy shall be submitted.

    4.5 Vendor shall clearly indicate the MTBF values for probe assembly and the controller unit in the offer.

    5.0 LOGISTICAL SUPPORT

    Vendor shall be able to provide logistics support for the system for ten years. The support shall also include all bought out items within the system supplied. A letter from OEM pledging service and spare parts support for 10 years shall be submitted along with the offer.

    6.0 AREA CLASSIFICATION AND APPROVALS

    Electrical area classification near the process flange shall be IEC Zone-2, Gas Gr IIA/IIB,T3 and at the ground level near stack it shall be IEC Zone-1,Gas Gr. IIA/IIB T3. Vendor shall supply suitable instrument conforming to the above area classification. A copy of approval for intrinsically safe/flameproof/purged enclosure, whenever specified, from local statutory authority, as applicable, such as Chief Controller of Explosives (CCE), Nagpur or Director general of Mines Safety (DGMS) in India, along with:

    a. Test certificate from recognized house CIMFR/ERTL etc. for flameproof enclosure as per relevant Indian Standard for all Indian manufactured equipments. b. Certificate of conformity from agencies like CSA, BASEEFA, PTB, LCIE, FM, UL etc. for compliance to ATEX directives or other equivalent standards for all equipments manufactured outside India. c. Additionally analyzer must be EPA approved. Vendor may note, better performance requirement if called for by the EPA requirements must be supplied by the Vendor. d. Vendor shall submit available approval from CPCB, India.

    7.0 SCOPE OF WORK

    The vendor shall carry out:-

    7.1 Selection of appropriate stack analyzers for each stack, according to the specifications provided elsewhere.

    7.2 Design of electrical requirement for the entire system, including the accessories. Vendor to note that the power supply shall be made available at one point near to stack and further distribution to individual components via MCB shall be done by vendor. Interposing explosion proof JB shall be supplied by the vendor including supply of cable glands. Vendor shall submit necessary power consumption calculation along with the offer.

  • Page 5 of 21

    7.3 Power supply consumption of the system shall be indicated for each component used in the system. Total load calculation should be done by the vendor and the power requirement for the system shall be specified in the offer. For load calculation maximum current drawn by the analyzer should be considered.

    7.4 The installation and commissioning of the offered System shall be in the Vendor’s scope.

    7.5 After the placement of Purchase order, Vendor shall start the detailed engineering for the execution and completion of the project with successful Installation & commissioning (I&C) within specified Completion Time.

    7.6 Design and System engineering of all Analyzer Systems including sample probe, calibration related interconnection, mounting accessories & installation materials etc. to meet the specified functional requirements and specifications as given elsewhere in the tender, shall be done during the detailed engineering.

    7.7 Detailed engineering should be completed by the Vendor before the receipt of all the Analyzer Systems and requisite I&C materials at the BPCL warehouse.

    7.8 Vendor to submit the detailed Time Schedule for the Engineering, Supply, Execution and Commissioning of the project in ‘Bar Chart’ format. It is an important criteria for the technical evaluation. ‘Bar Chart’ shall essentially cover the following milestones:

    a. Design, engineering, manufacture, inspection (FAT)

    b. Delivery of all the Analyzer Systems to BPCL warehouse

    c. Installation and assembling of all the Analyzer Systems

    d. Successful Commissioning of all the Analyzer Systems

    e. SAT of all the Analyzer Systems

    7.9 Conduct FAT with intimation to BPCL and supply the complete system.

    7.10 Individual 4-20mA analog outputs (SO2, NOx & CO) from each analyzer shall be made available in a Terminal Block inside signal JB which is to be further connected to owner’s existing system by others using 1.5 sq.mm instrumentation signal cable. Supply of JB and all field cable glands shall be in vendor’s scope.

    7.11 Erection and installation of the analyzer with other components which as per the vendor are required for the proper functioning of the system.

    7.12 Supply and installation of signal & power cable including cable tray between analyzer and local display/controller unit shall be in vendor’s scope. Power shall be made available at one point in the field, further distribution is in vendors scope.

    7.13 Air line shall be provided at one point near the analyzer, further distribution shall be in vendor’s scope.

    7.14 Calibration of the analyzers at site and verification of result. Analyzer calibration shall be possible in manual and auto. SS tubing from Stack probe to the ground floor near calibration gas cylinder facility shall be provided by the Vendor. The Tubing shall be routed, dressed and clamped properly within the cable tray supplied by the vendor.

    7.15 Conduct SAT after successful commissioning and handover the documents.

    7.16 Provide necessary training of owner personnel.

    7.17 Maintain the system as per maintenance contract scope.

    7.18 The scope includes obtaining all statutory certifications / approvals from local regulatory and/or certifying authorities.

  • Page 6 of 21

    8.0 SCOPE OF SUPPLY

    8.1 Seven numbers of Insitu type Stack Monitoring Analyzer for measuring CO, SO2 and NOx as per the datasheet.

    8.2 Necessary accessories like gauges, drain/vent valves etc. shall be provided by the Vendor.

    8.3 Local display Panel: Supply of local display unit to display measured parameters and system diagnostics near to the stack at ground level. Panel MOC shall be SS316 of min. 2mm thickness and weather protection to min. IP65 and suitable for the hazardous area installation specified in clause 5.0 above.

    8.4 Accessories: Vendor scope includes supply of all interconnecting tubes & cables between analyzer and local display unit/calibration cylinders, cable trays, supports etc. Vendor shall supply SS studs with necessary gasket for installation of analyzers. Vortex cooling for panel and analyzer shall be provided.

    8.5 Canopies shall be used for all instruments, junction boxes, panels in the field.

    8.6 Vendor shall provide suitable reducer and matching flange if the required process connection is different from the one indicated in the datasheet.

    8.7 JB: Supply of interfacing JBs for power and 4-20 mA signal. JB shall be explosion proof type with required no. of entries. Cable gland at JB side shall be supplied for all cables.

    8.8 The complete analyzer and its components shall be sourced from original equipment manufacturer.

    8.9 Carryout FAT, installation & commissioning, SAT and execute comprehensive annual maintenance contract.

    8.10 List of Documents to be provided along with the offer:

    8.10.1 Submit with offer as per price bid format (Annex-02).

    8.10.2 The offer shall include signed and stamped copy of owners specification attached with the RFQ along with relevant the catalogues giving detailed technical specifications, model decoding details and other related information for each type of analyzer and accessories covered in the bid.

    8.10.3 Dimensional and layout drawing, connection diagram, complete datasheet, complete model decoding details, complete bill of material, list of bought out items with vendor name.

    8.10.4 List of similar Installations, with PO reference, user name, contact no., email address, year of installation.

    8.10.5 Signed and stamped copy of scope matrix (Annex-01)

    8.10.6 Signed and stamped copy of performance guarantee certificate (Annex-03)

    8.10.7 Signed and stamped copy of logistic support letter (Annex - 04).

    8.10.8 Signed and stamped copy of capability assessment certificate (Annex-05)

    8.10.9 Signed and stamped copy of compliance statement (Annex-06)

    8.10.10 In general deviations are to be avoided. In case of any deviation / non acceptance of any of the clauses given in the RFQ, the Vendor shall bring out the same and indicate it in the Deviation Statement (Annex-07) with details along with reasons for deviation.

    8.11 Exclusions:

    8.11.1 Supply and laying of signal and communication cables from interfacing JB to control system in control room.

    8.11.2 Supply and laying power cable from field to host power source.

    8.11.3 Supply and laying of air line near to the analyzer.

  • Page 7 of 21

    9.0 INSTALLATION & COMMISSIONING 9.1 It shall be vendor’s responsibility to install at site the complete system including the probe, controller,

    display unit, cabling and tubing. Vendor may check the site condition before quoting.

    9.2 The job of installation, erection and commissioning activities will be initiated immediately, on delivery of materials at site. The Analyzer Systems shall be installed, erected and commissioned sequentially, one after another, to the fullest satisfaction of BPCL engineers.

    9.3 The display unit shall be installed at the ground level near stack. Approx. distance from process flange to display unit for one length cable shall be 80-100 mtr.

    9.4 The Vendor shall take full responsibility of erection, commissioning and satisfactory performance of the offered System along with all accessories, as detailed in the RFQ. This includes and not limited to all associated civil works, structural steel & fabrication jobs, cabling, termination, etc. along with supply of all materials, labour, supervision, tools, tackles, etc. for completing the job to the satisfaction of BPCL engineer in-charge.

    9.5 Supply, laying, terminating, testing and commissioning of Serial communication cables, Signal cables, Power cables, along with requisite accessories, including laying from Stack Analyzers to the respective Junction Boxes (as finalized during detail engineering) shall be in the Vendor’s scope.

    9.6 Service requirement like power, air & water shall be provided by BPCL at only one point to be indicated by supplier in their drawings.

    9.7 Analyzer sample probe shall be installed at the sample collection point of the respective stacks, as per the directions of BPCL.

    9.8 Control/display unit, if any, of the analyzer shall be installed near the stack at ground level, as per the directions of BPCL.

    9.9 Signal Cable shall be laid from the analyzer system to the respective field JB.

    9.10 Power supply cables shall be laid from the nearest power junction box in field which shall be decided during the detailed engineering.

    9.11 Successful commissioning means all the analyzer Systems’ outputs are available in the owners control system in control room within the defined range as specified in the datasheet and all the analyzer systems provide sustained performance (of min 2 months) as per the BPCL requirement described in this tender.

    9.12 Vendor shall deploy trained and experienced personnel for site activities. They shall follow refinery safety rules and regulations as given elsewhere.

    10.0 SPARE PHILOSOPHY

    Vendor to provide recommended spare list with quotation for all the items required to maintain the instrument in healthy condition.

    10.1 Commissioning spares:

    Supply start up and commissioning spare parts as per vendor recommendations. Additional spare parts, if required, during start up and commissioning, even though not listed, shall be supplied by the vendor without any price implications.

    10.2 Consumable spares:

    Vendor to quote consumable spares for one year for the total no. of analyzers from date of SAT completion. Till SAT all consumables shall be in vendor’s scope. The list shall be included in the offer along with part no. of each item with unit rate.

    10.3 2 yrs years O&M spares

    Two years operational and maintenance spares for each analyzer and its accessories as per vendor recommendations, which shall include spare parts like electronic modules, temperature controller,

  • Page 8 of 21

    power supply module, flow meter, solenoid valve, pressure regulator, local indicator, tubes, fan assembly, sample cell, detector assembly, UV/IR source/lamps, set of o-rings, set of fuses etc. Validity of rate for these spares shall be 2 yrs from the date material supply.

    Commissioning and Consumable spares shall be considered for price evaluation, the price for these shall be included in the main equipment cost.

    11.0 INSPECTION & TESTING 11.1 Factory Acceptance Test (FAT)

    11.1.1 The offered Stack Analyzer Systems shall be tested at the OEM facility for the Factory Acceptance Tests (FAT).

    11.1.2 The FAT will be witnessed by BPCL Inspectors/ third party inspection agent prior to dispatch. The FAT shall also include training of BPCL personnel.

    11.1.3 Supplier shall be fully responsible for demonstrating the functional requirements of the system supplied.

    11.1.4 Vendor shall provide necessary facilities, utilities, competent manpower and consumables required for carrying out the inspection at the vendor’s works. Material shall be cleared for dispatch only on approval of test reports & Factory Acceptance Test witnessed by our personnel. Third party inspection, if applicable, shall be arranged by owner.

    11.1.5 Following tests/ checks shall be carried out on each analyzer as a minimum:

    a. Physical dimensional verification and workmanship. b. Bill of material check for each analyzer system. c. Leakage testing of the complete system using nitrogen or instrument air. d. Calibration and Repeatability check. e. Functionality of the system in total.

    11.1.6 The QA plan and inspection test plan shall be developed by the vendor and shall be forwarded to purchaser for approval.

    11.1.7 The detailed procedure for FAT shall be informed by the Vendor to BPCL at least one month before the FAT.

    11.1.8 All internal test reports shall be submitted to BPCL at least 2 weeks prior to FAT.

    11.1.9 All equipments, tools, tackles, etc. required for the tests shall be provided by the vendor.

    11.1.10 All transportation, boarding, lodging, etc. for the BPCL Inspectors shall be borne by BPCL.

    11.1.11 The Analyzers shall be dispatched only after approval of the BPCL Inspectors/3 rd party inspection agent.

    11.2 Site Acceptance Test (SAT)

    11.2.1 The Site Acceptance Test (SAT) shall be conducted at site after commissioning of the System to establish System performance, as detailed in the Specification. No separate charges shall be payable towards the SAT.

    11.2.2 The purchaser will take over the system from the supplier after the SAT, which shall include successful uninterrupted operation of the integrated system for four weeks after commissioning of the system. However, the total care and maintenance of the Analyzer Systems till SAT shall be in the Vendor’s Scope.

    11.2.3 Any malfunction of the system component shall be replaced / repaired as required. Once the system failure is detected the acceptance test shall start all over again from the beginning.

    11.2.4 Supplier shall submit 3 sets of documents (both hard & soft copies) including As-Built drawings before conducting SAT.

  • Page 9 of 21

    11.3 Quality Control Program

    All goods supplied by the Vendor shall be subject to Vendor’s quality program. Vendor shall provide a DIN 50049, 2.1 certificates for the completed instrument.

    11.3.1 Hydrostatic Test:

    a. Procedure : Vendor standard b. Acceptance level : Vendor standard c. Extent : Pressure retaining parts d. Certificate : DIN 50049, 3.1 B

    11.3.2 Physical/Visual Examination:

    a Procedure : Vendor standard b Acceptance level : BPCL technical specification/ Vendor drawings c Extent : Dimensional details, tag plates, components location, general

    workmanship, wiring and connection details, connection sizes, cable gland sizes, etc.

    d Certificate : DIN 50049, 2.1

    11.3.3 Functional Test and Calibration:

    a Procedure : Vendor standard b Acceptance level : Purchaser technical specification c Extent : Assembled Analyzer System d Certificate : DIN 50049, 2.1

    Each Analyzer System shall be provided with a calibration certificate traceable to national & international standards, as carried out by Vendor, with all results as required by this specification. Calibration shall be done based on approved standard equipment.

    11.3.4 Mechanical Testing and Chemical Analysis:

    a Procedure : Applicable material standard b Acceptance level : Applicable material standard c Extent : Pressure retaining parts d Certificate : Material certificate, DIN 50049, 3.1 B

    12.0 DELIVERY SCHEDULE All the material shall be delivered at M/s BPCL warehouse. Two copies of the Bill of Material shall be shipped along with the material. Delivery of part material shall not be entertained. Necessary precautions shall be taken for adequate protection of the equipments during transit. In general the packing shall be shipment worthy, eco-friendly packing and labelled, indicating clearly the description of the item, hazardous nature if any, precaution and care to be taken. Material delivery period shall preferably be 4 months. Installation & commissioning period shall preferably be 2 months.

    13.0 TRAINING

    The Vendor shall provide training for two BPCL personnel for 3 days at OEM works during inspection visit. The training shall cover design details, operation & maintenance. All necessary charges for travel, boarding, lodging, etc. for the BPCL personnel shall be borne by BPCL. Similarly, training at site shall be organized for BPCL staff in three batches, each batch of two days, after commissioning of the System. All requisite facilities along with expert faculty on the system for conducting the training shall be arranged by the Vendor. All necessary charges for travel, boarding, lodging, etc. shall be in vendor scope. The cost of all training shall be quoted separately as indicated in the Price Bid format.

  • Page 10 of 21

    14.0 WARRANTY Warranty period shall follow after the successful completion of Site Acceptance Test for all the Stack Analyzer Systems. The offered System shall be under Warranty for a period of 12 months from the date of SAT or 18 months from the date of delivery of the System at site, whichever is earlier. During the warranty period all non-performance and breakdown maintenance of the System shall be carried out by the Vendor, along with supply of all spares required for the trouble free performance of the complete offered System, free of charge.

    15.0 COMPREHENSIVE ANNUAL MAINTENANCE CONTRACT (CAMC)

    15.1 Scope of work

    15.1.1 Post Commissioning and on completion of Site Acceptance Test, vendor shall be able to provide comprehensive annual maintenance service for three years for all the analyzers supplied including accessories. Capability of providing after sales service by the vendor shall be important criteria for bid evaluation. Hence, vendor offer shall clearly justify the capability.

    15.1.2 CAMC shall start immediately after completion of SAT. 1st year CAMC rate shall be valid till completion of one year from SAT. 2nd year CAMC rate shall be valid till completion of 1 st year CAMC. Likewise 3rd year CAMC rate shall be valid till completion of 2nd year CAMC.

    15.1.3 The scope of work shall be performed by trained analyzer specialists for maintenance, operations and performance improvement of analyzers. Vendor shall ensure the calibration / proper functioning of Analyzers and other associated systems.

    15.1.4 Attending failure immediately by repair or replacement of the failed component.

    15.1.5 Provide system maintenance and repair of system or workmanship defects during the contract period free of charge (parts and labor).

    15.1.6 Any third party equipment supplied along with the system namely under this project shall be part of the CAMC and shall be maintained by the vendor.

    15.1.7 CAMC shall be inclusive of consumables.

    15.1.8 Service or maintenance personnel shall be able to receive 24-hour help-desk technical support provided by the system manufacturer.

    15.1.9 In the event of any malfunction of the analyzers, experienced service engineer shall be made available at site within 24 hours on the receipt of such information from BPCL.

    15.1.10 Contractor shall carry out the job/activity after obtaining the proper permit from the user/ operation department.

    15.1.11 Contractor Engineers will follow the safety rules, statutory rules and regulations, labor laws etc.of BPCL.

    15.1.12 Contractors engineer and technicians shall report daily to the BPCL engineer/ Engineer-in-charge for reporting /performing the activities.

    15.1.13 Contractor needs to go through BPCL safety training before working in plant area and avail valid safety certificate.

    15.1.14 A monthly review meeting of management of Contractor with BPCL will be held at site to assess the performance of Analyzers and preparation of action plan for immediate implementation.

    15.1.15 In case of extreme emergency of the job requirement for working during holidays, compensatory off can be given for the number of worked days in a month.

    15.1.16 Calibration shall be witnessed by M/S BPCL officer in-charge for the purpose of establishing availability.

  • Page 11 of 21

    15.1.17 For any modification in the analyzer system the same shall be detailed and carried out after approval from M/s BPCL for which necessary assistance shall be provided by M/s BPCL.

    15.1.18 Preventive Maintenance

    15.1.18.1 This involves complete periodic overhaul of the analyzers, inspection of the sample probe, cleaning/replacement of filters as per schedule, environmental operating condition checks, calibration checks and detailed reporting.

    15.1.18.2 Periodic servicing and calibration of analyzer, sample probes, panel.

    15.1.18.3 Regular replacement of analyzer consumable as per requirement / agreed procedures.

    15.1.18.4 Checking of leaks in system.

    15.1.18.5 Checking of gas cylinder pressure, remove empty cylinder and Connect new cylinder, if required.

    15.1.18.6 Future cylinder requirement is to be given at least one week in advance.

    15.1.19 Breakdown Maintenance

    15.1.19.1 Troubleshooting of all instrument failures, In case the problem cannot be identified by the site engineers then analyzer specialist to be organized as early as possible. If problem can not solved by specialist and need OEM support in those circumstances methods of action will be mutually agreed and discussed.

    15.1.19.2 Identifying of defective PCBs in analyzers shall be in contractor's scope.

    15.1.19.3 Repairing of analyzer e.g. change / cleaning of cuvettes, detectors, lamps etc.

    15.1.19.4 BPCL will provide single point power supply of 230/415/110V AC, any breakdown after that point including analyzer system shall be rectified by the Contractor.

    15.1.20 Daily activities

    15.1.20.1 It shall include inspection of general healthiness of the system, study and advice on daily maintenance, inspection of analyzers if any problem is reported, and running of test programs, on-line servicing and solving reported problems.

    15.1.20.2 Daily Performance checking of analyzers, components, sampling system and other associated accessories.

    15.1.20.3 Contractor shall ensure the reliability of the analyzers. The reading should co-relate to standard mixtures, lab results depending on method of lab measurement.

    15.1.20.4 Contractor shall make agreed procedures for each analyzer maintenance, calibration and trouble shooting and to follow the same.

    15.1.20.5 Removal of analyzer stack probes, cleaning the filters and probe units, re-installation as per preventive maintenance schedule.

    15.1.20.6 Contractor shall maintain daily LOG BOOK and update records of each analyzer for all activities like calibration, faults observed, action taken, next cal. Schedule and spares utilized and available spares. All these records as per BPCL approved formats.

    15.1.20.7 Cleaning of site after/during the servicing/ maintenance job to maintain the necessary ambience.

    15.1.20.8 Working hours shall be 8 hours basis, 6 days a week. Contractors engineer/technician shall follow BPCL list of declared holidays.

  • Page 12 of 21

    15.1.21 Emergency Service

    15.1.21.1 In the event of any malfunction of the analyzers during this period, service Engineer must report at site within 24 hours of report of failure (including Saturday/Sunday/holiday), with necessary spares. The system must be brought back within maximum 24 hours after reporting at site.

    15.1.21.2 There shall not be any limit on number of visits on emergency call.

    15.2 Contractor's scope of supply

    15.2.1 All tools, test instruments and tackles required to maintain the analyzers shall be in contractor's scope.

    15.2.2 Minor consumable like Teflon tape, insulation tape and cleaning agents etc. shall be arranged by contractor.

    15.2.3 Supply of spares & consumables shall be in Contractor’s scope.

    15.2.4 All personal protective equipments like safety helmet, safety shoes and safety belt required for working inside battery area shall be in contractor's scope.

    15.2.5 Contractor shall ensure availability analyzer specialist Engineer trained from manufacturer works at BPCL Refinery Site during contract period for carrying out day to day maintenance and troubleshooting of analyzers as mentioned above. Analyzer technicians having minimum of five years experience in analyzer field shall assist your engineer during this Contract period. BPCL shall reserve the right for seeking the replacement of another engineer, in case of their deputed site engineer / technician being found not suitable.

    15.2.6 Contractor’s engineers to perform general shift duties of 9 hours duration (08:00 AM to 5:00 pm) and also attend to the problems on odd hours if required to meet the exigencies.During emergencies, the maximum working hours are limited to 12 Hours for any of the contractor staff. Compensatory off will be given if worked on Sundays & BPCL declared holidays.

    15.2.7 However for any ongoing and continuation jobs and in situation where more than two analyzers are down, the contractor is expected to work on need basis with analyzer specialist to meet the 95% availability.

    15.2.8 Contractor shall provide Cycles to their engineer for mobility inside the refinery.

    15.2.9 Contractor shall submit bio-data, training details of the regular site engineer, analyzer technicians & additional analyzer experts for approval from M/s BPCL end. (Minimum requirement is 5 years experience in analytical field).

    15.2.10 For major breakdown jobs OEM trained specialist visit for troubleshooting in addition to site engineers is required as per requirement.

    15.2.11 Movement of cylinders from one analyzer location to another analyzer location and from W/H to analyzer location and back to W/H shall be in contractor's scope, BPCL will provide three wheeler bi-cycle for the same.

    15.2.12 Contractor to submit the weekly & monthly report of the status of the analyzer.

    15.3 Servicing of Analyzers – guidelines

    15.3.1 Removing the analyzer from the cabinet/ process. Cleaning the sample cell thoroughly as per the instruction given in manual for removing any dust or contamination occurred.

    15.3.2 Cleaning the glass filter and other reference /measuring filters. Cleaning the capillaries if any.

    15.3.3 Check the healthiness of the source and detector and rectify/replace the same if required.

    15.3.4 Check for the heater and temperature sensor for its healthiness and rectify/replace the same if required.

  • Page 13 of 21

    15.3.5 Clean and Check the main board if applicable for its healthiness and rectify/replace the same if required. Check the signal output card.

    15.3.6 Check the system tubing's for any leakage/ choking of sample inside the analyzer and replaces the tubing's if required.

    15.3.7 Switch off the analyzer and sampling system and allow the analyzer to cool down before opening heated enclosures to avoid thermal shock.

    15.3.8 All jobs required for Cleaning of measuring cell & measuring cell windows shall be done as per the recommendations of the manufacturer's maintenance manual and direction of engineer-in-charge.

    15.3.9 Check enclosure purge air pressure as recommended in respective analyzer manual.

    15.3.10 Replacement of Source lamps for any unstable lamp voltage or any unstable analyzer output under zero gas condition. Replacement to be done strictly as per manufacturer's manual/as per need.

    15.3.11 Checking of Detector (photodiode/PMT) for its healthiness and replacing/adjusting the same for better response.

    15.3.12 Checking 4-20ma output of the analyzer and cross-check the same with respect to the reading.

    15.3.13 Check the zero calibration of analyzer as per the instruction in manual after powering on and generate monthly calibration report as per the formats of BPCL.

    15.3.14 Checking response of analyzer after completion of Auto / Manual zero.

    15.3.15 Record all the findings and the action taken in relevant register and the same should be certified by the BPCL engineer in the register itself.

    15.4 Maintenance & Calibration of Analyzer.

    15.4.1 Record the reading of analyzer before calibration and ensure that there is no alarm in the analyzer w.r.t to sample flow, detector/cell temperature, pressure or any other fault/alarm which can affect the operation of analyzer. Rectify the fault if observed in the analyzer or its sampling system.

    15.4.2 Check the Analyzer for any moisture carry over wherever applicable. Check whether air is going to analyzer.

    15.4.3 Feed the standard zero/low and span/high gas one by one. Allow the readings to stabilize and adjust the true readings in the analyzer automatically/manually or as per the instruction in manual / engineer in-charge if required.

    15.4.4 Put the analyzer back to the sample and record the readings.Check the mA output with respect to the present reading. Adjust the 4 to 20 mA output of analyzer if not matching with standard gas.

    15.4.5 Generate calibration report strictly as per the format given by BPCL and as per the direction of Engineer In-charge specifically mentioning the Drift, Faults, Action taken, Spares used, if any.

    15.4.6 Record all the observations and action taken in a register duly signed and certified by BPCL engineer.

    15.5 AMC start up initial activities

    Following jobs are to be completed within 15 days of start up of contract jobs.

    15.5.1 Yearly preventive maintenance schedule to be submitted.

    15.5.2 List of annual spares / consumables consumption, adequate stock of spares required for all the analyzers, covered under this contract to be submitted.

  • Page 14 of 21

    15.6 Analyzer availability:

    15.6.1 4.6.1 Vendor shall be able to maintain analyzer availability of 95% per month. Availability of analyzer shall be ascertained through DCS historical trending and section 16.4(deductions).

    15.6.2 It is vendor’s responsibility to deploy necessary manpower on daily basis or visit basis to fulfill the requirement of 95% availability. As per our experience it is preferable to deploy vendor’s service manpower at site on daily basis. Vendor must clearly indicate the proposed methodology in their offer. Vendor’s offer shall be liable for rejection without this information.

    15.7 Spares availability

    15.7.1 It shall be obligatory on the part of the vendor to modify and/or replace any hardware and modify the operating, application and diagnostic software free of cost, in case of any malfunction is revealed during normal operation within warranty period and/or CAMC period.

    15.7.2 Contractor shall maintain spares to facilitate immediate replacement of parts in case of failure and meet the schedule of rectification of fault during emergency/maintenance.

    15.7.3 Vendor may utilize the spare modules available with BPCL in case of urgent requirement.

    15.7.4 In case any hardware /software used from BPCL stock, it shall be replaced by Vendor within 7 days with no cost to BPCL. Replaced spare shall be new and unused.

    15.7.5 Firmware / Software up-gradation shall be done for analyzers & controllers during AMC period without additional cost.

    15.7.6 The cylinders shall be supplied for one year consumption under main supply. Refilling of cylinders during CAMC period shall be under purchaser’s scope.

    15.8 Reporting

    15.8.1 Maintain the records for monthly calibration, preventive maintenance and breakdown maintenance.

    15.8.2 Maintain and submit calibration, maintenance activity carried on each analyzer, history, time sheet of analyzer activity down time due to material/resource, maintenance procedure, pending issues and Monthly planning sheet to be submitted on first day of every month indicating spares /Cylinders required.

    15.8.3 Vendor shall maintain a record of all faults during CAMC period and submit root cause analysis report as and when any failure occurs.

    15.9 In case of failure on part of Vendor, to attend to the complaints that are raised by BPCL or to replace any component/equipment for ensuring desired performance from the analyzer within the CAMC period, BPCL reserves the right to cancel the CAMC and withhold any payments payable to the party irrespective of the value of the items which need to be replaced /rectified.

    15.10 Vendor to note that while carrying out the CAMC activities, BPCL engineers shall oversee/associate with the Vendor’s service engineer. Also, on-job, training to BPCL’s engineers shall be covered under this scope if required by BPCL.

  • Page 15 of 21

    16.0 DOCUMENTATION Vendor must take due approval of all detail engineering documents from owner.

    Sr.

    no Details

    Review Hard copy

    As

    built

    Hard

    copy

    As built

    Soft

    copy

    Y N

    1 Internal inspection report 2 3 2

    2 Factory Acceptance Test (FAT) reports 2 3 2

    3 Sample conditioning scheme (if any) 2 3 2

    4 Component list 2 3 2

    5 Dimensional and layout drawing 2 3 2

    6

    Complete model details technical specifications, datasheet,

    loop diagram, 2 3 2

    7

    Complete Schematic drawings, Power distribution & Wiring

    drawings 2 3 2

    8 Complete Bill of Material 2 3 2

    9

    Engineering "As built" drawings list with individual drawing

    number 2 3 2

    10 Installation manual 2 3 2

    11 Operations & Maintenance Manual 2 3 2

    12

    Trouble-shooting Manual with Error codes & Trouble-

    shooting details 2 3 2

    13 Spare parts list with part number details 2 3 2

    14

    List of bought-out items with PO details, contact details,

    model decoding details, etc. 2 3 2

    15

    Letter from Vendor for logistics support (spares & services

    for min.10yrs) 2 3 2

    16

    Documents (OEM, CCOE, Test certificates etc. of

    Calibration gas cylinders for subsequent re-use by BPCL) 2 - -

    17 Proven Track Record (PTR. details with performance data) 2 - -

    18

    Interlock/Alarm settings details. Interlock/Alarm checking

    report 2 - -

    19 Special tools, CDs, License / Password details etc. 2 - -

    20 Earthing requirements 2 - -

    21

    Site Acceptance Test (SAT report / MOM with parameter

    settings) 2 - -

    22 Details on Warranty completion 2 - -

  • Page 16 of 21

    17.0 PAYMENT TERMS:

    17.1 Supply

    Local payment:

    90% payment on receipt and acceptance of the materials at BPCL site.

    10% payment after 06 months of receipt and acceptance of the materials at BPCL site against PBG for

    equivalent 10% of basic value of purchase Order as per GPC.

    Import payment: 100% payment in USD/EURO currency only shall be against irrevocable Letter of Credit with PBG for 10% of basic value of purchase Order as per GPC. 17.2 Installation and commissioning & training

    100% will be paid on completion of installation and commissioning of analyzers at BPCL site & training.

    17.3 CAMC

    17.3.1 Payments for CAMC services shall be as per Purchase order. BPCL reserves the right to invoke part or full bank Guarantee amount in case of poor performance of system or poor CAMC support provided by the Vendor at any stage during the CAMC period. BPCL’s decision in this regard shall be final and shall be binding to the Vendor.

    17.3.2 The payment shall be made on monthly basis against the submission of bill along with certification by BPCL, engineer-in-charge with following documents like calibration report, detail of activity carried out with data for each analyzer, details of area of concern, online trends for all analyzers and breakdown deduction clause (if any).

    17.4 Deductions in case of breakdown

    17.4.1 Contractor shall ensure the 95% availability of all the analyzers per month as a minimum.

    17.4.2 After getting breakdown call due to non-performance of the analyzer systems from BPCL engineer, contractors engineer shall visit the site within 24 hours time to rectify the problem, else deduction shall be applicable as per below mentioned formula.

    17.4.3 If in a calendar day of 24 hours, Analyzer does not work for more than 8 hours then that day shall be considered as a day of non-availability of that particular Analyzer. The same is applicable for all the Analyzers.

    17.4.4 100% payment towards AMC charges shall be made only if average availability of all analyzer systems 'A' is equal to or greater than 95% in a month, failing which a deduction shall be made from the AMC charges, as per below mentioned formula:

    A= (A1+A2+A3+…AX)/X Where, A = average availability of all analyzer systems, A1, A2,A3,…AX = % Availability of a particular analyzer. X = Total no. of analyzers under AMC, 11 for this tender

  • Page 17 of 21

    17.4.5 Percentage availability of a particular analyzer (A1, A2,……., A11) shall be calculated as follows: A1 = ((T-N)/T)*100.

    Where,

    T=Total no. of days in a month N= Total no. of days in that month for which Analyzer system was either off or showing erratic readings. Analyzer readings, for the calculation of N days, shall be taken from the DCS / IP 21 for

    analysis. IP21 system, supplied by M/s ASPEN Tech, is the supervisory management

    information system. IP21 data is captured from plant DCS through refinery LAN.

    Payment per Month = A X Monthly Payment Value as per PO.

    17.4.6 For 'A' greater than or equal to 90% but less than 95% then payment factor shall be (A% / 95%) X 0.9.

    For e.g. A=92%, then payment factor = (92% / 95%) X 0.9 = 0.8715.

    For 'A' greater than or equal to 85% but less than 90% then payment factor shall be (A% / 95%)

    X 0.85.

    For 'A' greater than or equal to 80% but less than 85% then payment factor shall be (A% / 95%)

    X 0.8.

    17.4.7 In case, the availability of any Analyzer System being less than 80% in a month, then it shall be considered to be zero in the calculation of 'A' and hence no payment shall be given for that Analyzer for that particular month.

    18.0 TECHNICAL SPECIFICATIONS:

    18.1 This specification shall be read in conjunction with SO2/NOX/CO Analyzer Datasheet attached with

    the tender.

    18.2 Measuring units must be in microgram/m3.

    18.3 Analyzer shall function smoothly without the requirement of shelter/room or air conditioner. However, vendor may provide vortex cooler in cabinet for longer life of the components.

    18.4 Sample handling system shall be integral to the sampling probe. In view of in-situ design, external sample handling system is not envisaged.

    18.5 Analyzer shall be robust in design requiring minimum maintenance, highly stable and easily maintainable.

    18.6 Wall/stand mounted control unit, if any, shall preferably be portable in size.

    18.7 System shall have facility to generate reports to meet Environmental Authority requirements for Calibration, Trend, Hourly, Daily and weekly averaging reports.

    18.8 Analyzer shall have data storage memory for storage of field data, diagnostics, alarms, commands etc. and also to store the above data for min. of 30 days continuously.

    18.9 Moisture/H2O content shall be 10 to 16 % of stack flue gas volume.

    18.10 Pressure/Draft shall be -5 to -16mm of water column.

    18.11 Signal and power cabling/wiring shall be segregated and run in separate raceways with separation distances as recommended as per API RP 552:1994.

  • Page 18 of 21

    18.12 Specifications for the Signal Cable/ Power Cable to be supplied are shown in below table:

    18.12.1 General Characteristic

    type of cable : armoured voltage grade (ac) : 1100 v no. of cores : 12, twisted together twists / meter : ten ( 10 ) conductor size : 1.5 sq mm conductor material : stranded annealed bare copper no.of strands : seven ( 7 ) dia of each strand : 0.53 mm shield element type : aluminium backed mylar tape with metallic side hellically applied with either

    side 25% overlap & 100% coverage shield thickness : 0.05 mm drain wire : 0.5 sq mm mulitistranded bare tined annealed copper conductor in

    continuous contact with aluminium side of the shield insulation material : pvc-c, as per is 5831 / 84 insulation thickness : 0.80 mm insulation color code : black-blue inner sheath material : pvc-st2 as per is 5831 / 84 inner sheath thickness : 0.50 mm inner sheath color : black armour type : galvanised steel wire as per is 1554 armour size : 1.4 mm as per is 3975 / 99 outer sheath material : pvc-st2 as per is 5831 / 84 outer sheath thickness : 1.3 mm outer sheath color : blue oxygen index for : over 30% as per astm d 2863 for inner & outer sheath a rip cord shall be provided for inner sheath. tolerance in overall diameter of cable shall be within ± 2mm. the incremental length of the cable after each meter shall be clearly marked on the outer sheath of the cable. Core identification / numbering : Pair no. On each core at every 500 mm

    18.12.2 Electrical Characteristics

    insulation resistance : 100 m ohm / km at 20 deg c (min) conductor resistance : 12.3 ohm / km at 20 deg c (max) capacitance between : 250 pf / m (max) cores at 1 khz capacitance between : 400 pf / m (max) core and screen l / r ratio : 40 uh / ohm (max) drain wire resisitance : 30 ohm / km at 20 deg c. flame test : as per iec 332-3 part 3 cat a electrostatic noise : over 76 db rejection ratio

  • Page 19 of 21

    18.12.3 Routine Tests

    These tests shall be carried out by vendor during various stages of manufacture. Insulation and sheaths: all tests as per is-5831/84 except insulation resistance, voltage spark test shall be as per bs-5308 part-ii (1986) Armour test as per is-3975 / 99. Conductor resistance and cable capacitance and l/r ratio.

    18.12.4 Acceptance Test: these tests shall be carried out in presence of purchaser.

    continuity test. voltage test as per bs-5308 part ii (1986). conductor resistance and drain wire resistance. cable capacitance and l/r ratio test. electrostatic noise rejection ratio test. tests for uniformity of galvanisation of armour as per is-2633. oxygen index test as per astm d 2863 / 1974. dimensional check for overall diameter and under armour / over armour diameter.

    18.13 Specifications for the Power/Control Cable to be supplied:

    Application : CONTROL Voltage grade (AC) : 1100 Construction : PVC INS.-EX. PVC-SWA-FRLS Mat-conductor : COPPER Mat-spec-insulation : PVC Mat-spec-inner-sheath : EXTRUDED PVC Mat-spec-outer-sheath : FRLS Armouring : GALV FLAT/ROUND STEEL WIRE Number-cores : 3 Cross-section-cores : 2.5 mm2 Dielectric test voltage Tests : As per IS- 1554 Part I Core identification / numbering : Pair no. On each core at every 500 mm Insulation Resistance : Ohm/Km >5000 Mega Ohm /Km at 20 Deg C. as per BS-5308. Conductor Resistance : Ohm / Km @ 200C 12.3 Ohms / Km Colour coding for power Supply wiring shall be red for phase, black for neutral and green for earth.

    18.14 Canopy shall be of Stainless Steel, grade–SS 316. It should be non-corrosive, non-rusting and non-

    reactive. Life of the canopy shall be long lasting; minimum desirable life is 10 years. Canopy plate

    thickness shall be 2mm. It shall be sized considering 25% additional spare space on all sides so that

    the Analyzer System and cabinet shall be protected from the direct exposure to the sun, rainfall and

    other weathering conditions at any point of time. The canopy designed shall be approved by BPCL

    site In charge.

    18.15 Cabinet/Panel shall be of SS 316 with the minimum thickness of 2mm size. It shall be constructed

    using materials capable of satisfying all the functional requirements and shall not be a cause of any

    safety hazards at any point of time. Cabinet shall be suitable for outdoor installation with approval

    from statutory body like ATEX/PESO.

    18.16 Glanding, cabling and termination

    18.16.1 All cable entries/outlets in the junction boxes/ distribution boxes and to the Analyzer shall be

    provided with double compression explosion proof cable glands. Provision of all types of

    requisite glands shall be in the Vendor’s Scope.

  • Page 20 of 21

    18.16.2 All electrical wiring shall be terminated and coded.

    18.16.3 When cable glands have been specified in the data sheets, they shall meet the following

    requirements:

    i) When applied with EEx‘d’ equipment, cable glands shall be brass, nickel plated.

    When applied with EEx‘i’ equipment, cable glands shall be of reinforced polyamide, colored

    blue and IP65.

    ii) All cables from Vendor’s Scope shall have armored glands and shall be suitable for the

    same.

    18.16.4 Vendor shall furnish following Certificates confirming the quality of the Glands used:

    i) Certification from approving authority like CMRI etc. for use in specified hazardous area.

    ii) Statutory Approval certificate from BIS & Chief Controller of Explosive (CCOE) for use in

    specified hazardous area.

    18.17 Grounding:

    18.17.1 All the electrical equipments of the Analyzer System (in the Vendor Scope) shall be grounded

    properly.

    18.17.2 Cylinder racks, sample conditioning enclosures, Analyzer racks, shall also be grounded

    directly to the AC ground bus.

    18.17.3 All necessary ‘grounding bus’ requirements for Equipment grounding and shields shall be

    provided by the owner near each Analyzer System at one point. Vendor shall provide all

    earthing arrangements for the Analyzer System.

    18.18 Junction boxes should be explosion proof with ATEX certification.

    18.19 Supply of cable tray of 3 inch size and 2 mm thickness is in vendor scope.

    18.20 Each item, like sensor, cabinet, etc., shall be provided with a corrosion resistant metal identification

    plate, attached to it by means of rivets or screws.

    The following information, as a minimum, shall be clearly and deeply stamped or engraved on the

    plate:

    a. Tag number

    b. The Manufacturer’s name

    c. Model

    d. Type

    e. Serial Number

    f. Hazardous Area Classification

    g. PO reference & date

  • Page 21 of 21

    19.0 ATTACHMENTS Annexure 1 – Scope Matrix

    Annexure 2 – BOM Price Bid Format

    Annexure 3 – Performance Guarantee

    Annexure 4 – Logistic Support

    Annexure 5 – Compatibility Assessment

    Annexure 6 – Compliance Statement

    Annexure 7 – Deviations Statement

    Annexure 8 – Approved Sub-Vendor List

  • Page 1 of 3

    BID QUALIFICATION CRITERIA

    GLOBAL TENDER FOR THE PROCUREMENT, INSTALLATION AND COMMISSIONING AND MAINTENANCE OF STACK MONITORING ANALYZER SYSTEMS FOR 7 NOS. STACKS.

    1. Bid Qualification Criteria: 1.1) Technical Qualification Criteria i) Bidder shall be either Original Equipment Manufacturer (OEM) of stack analyzer systems OR Authorized dealer/distributor/Indian representative of stack analyzer systems. ii) Authorized dealer/distributor/Indian representative of stack analyzer systems shall submit a certificate from OEM regarding corporate undertaking to be jointly and severally responsible with the Indian subsidiary for proper and timely performance of the contract and discharge of liabilities of its Indian representative. iii) Foreign bidder must have authorized Indian representative. Indian representative must have established service set-up with sufficient qualified permanent manpower and capable of providing regular AMC service for stack analyzers. Bidder must submit documentary proof of executing at least two such service contracts of each min. one year duration or one such service contract of min two years duration in India. iv) Similar work means design, supply, erection/commissioning, AMC service of in-situ type stack analyser systems for S02, NOX and CO in Refinery/ Petrochemicals/ Fertilizer/thermal power plants which shall be operating without any air conditioning or specific shelter with HVAC. The offered systems shall have been operating in India or abroad satisfactorily for a continuous period of 8000 hrs in liquid fuel fired furnace application. v) Offered system shall qualify Hazardous area certification of CI 1 Div 1 Gas gr. IIA, I IB and for few stacks Gas Gr IIC also. The system shall be functional without air conditioning. In case, the supplied system troubleshooting at hazardous area requires use of laptop, the same shall be hazardous area suitable model only. vi) Provision with purge / vortex coolers based systems are acceptable, however PC based systems as controllers in field are not acceptable. vii) Offered system shall qualify any of the measurement technology / method approved by CPCB/MPCB. viii) The Bidder shall not be on the Holiday list of BPCL at the time of bid due date.

  • Page 2 of 3

    2.0) COMMERCIAL CRITERIA: i) Bidder shall have supplied, executed and completed at least one single similar order of stack analyzer systems of value not less than Rs. 2.0 crores or US$ 306,567 excluding taxes and duties in the immediate preceding 7 financial years ending last day of the month previous to the one in which the last date of submission of bid falls.

    OR

    Bidder shall have supplied, executed and completed at least two similar orders of stack analyzer systems of value not less than Rs. 1.25 crores or US$ 191,605 excluding taxes and duties in the immediate preceding 7 financial years ending last day of the month previous to the one in which the last date of submission of bid falls.

    OR

    Bidder shall have supplied, executed and completed at least three similar orders of stack analyzer systems of value not less than Rs. 1.0 crores or US$ 153,284 excluding taxes and duties in the immediate preceding 7 financial years ending last day of the month previous to the one in which the last date of submission of bid falls. ii) The average annual turnover of the bidder during the immediate preceding three financial years shall be minimum Rs. 0.75 crores or US$ 114,963. iii) The financial networth of the bidder as per latest annual audited balance sheet shall be positive. iv) As a proof for turnover, bidder is required to submit copy of the Audited Balance sheets clearly highlighting the above fact. For companies based out of India, balance sheets should be attested by the CFO / CEO or any other person who is dully authorized by the CFO/CEO to sign such documents. Proof of such authorization should also be submitted.

  • Page 3 of 3

    v) Bidder shall furnish any of the following documentary evidence in support of the point number 2.2(i).

    a) Purchase Order copy along with proof that supplies against the PO have been executed. b) Purchase Order copy along with proof (Bank Certificate) indicating payment against the PO. c) Purchase Order copy along with Execution certificate by client with order value. d) Any other document which fulfills the qualification criteria.

    vi) In case a foreign bidder submits any of the Pre Qualification support documents in any language other than English, then it will be the responsibility of such foreign vendor to also provide the English translation copy of the same duly certified, stamped and signed by their Local Chamber of Commerce. vii) Submission of authentic documents is the prime responsibility of the bidder. Wherever BPCL has concern or apprehension regarding the authenticity /correctness of any document, BPCL reserves the right of getting the documents cross verified from the document issuing authority. In case of non-submission of the required documents or ambiguity or incomplete documents, BPCL reserves the right to reject the bidder's tender without assigning any reason.

  • Annex-01 Scope of Work for Analyser system.

    Sr.No. Description Scope

    Vendor Owner 1 Design, engineering, manufacturing, factory testing,

    integration, calibration, Factory Acceptance Test, supply of complete analyser system as per PR including:

    (a) All Analysers complete with all its accessories x - (b) Complete installation material including (i) Cables, cable glands and accessories for

    interconnection of equipments supplied by vendor x -

    (ii) Power distribution boxes as necessary for power distribution, junction boxes for termination of the signals.

    x -

    (iii) Pipes / tube and pipe / tube fittings necessary for utility distribution for vendor supplied equipment

    x -

    (iv) Cable trays for cable / tube routing within and outside analyzer shelter for the vendor supplied equipment / items (as applicable)

    x -

    (v) All necessary supports for installation of items supplied by vendor including cable trays, structural support

    x -

    (vi) Any other material / hardware / software items not specifically listed but necessary for the installation of complete analyzer system

    x -

    2 Factory Acceptance test of Analyser system x - 3 Packing, forwarding, transportation and storage at site of

    complete system including analysers x -

    4 Installation of complete system at site including: (a) Installation of Sample probes x - (b) Installation of all loose supplied items, as applicable x - (c) Laying of all cables, tubes in trays and their support x - (e) Utility distribution to vendor supplied items x - (f) Installation of all junction boxes, power supply distribution

    boxes including those required for 110 V AC UPS x -

    (g) Termination and interconnection of all cables and tubes for all vendor supplied items

    x -

    (h) Providing all utilities as specified in PR at analyser near stack at one point - x (i) System and Equipment earthing including all hardware

    cable x -

    (j) Any other activity necessary but not specifically listed for installation of complete Analyzer system

    x -

    5 Field testing, calibration and commissioning of complete

    analyser system

    x -

    6 Coordination and approval from Local Pollution Board, as applicable

    x -

    7 Site acceptance test of complete system including generation of all reports as per pollution board requirements.

    x -

    8 Mandatory spares x - 9 Supply of commissioning and consumable spares as per

    PR requirements x -

    10 Supply of special tools and test equipments required for testing, maintenance and calibration of system

    x -

    11 Site Acceptance Test x - 12 Documentation, training and warranty of complete analyser

    system x -

    13 Training at vendor works x - 14 Training at site x - 15 Warranty Maintenance x - 16 Comprehensive annual maintenance x - 17 Overall single point Responsibility x -

  • Sr.

    No.Items Quantity Units Unit rate Total

    1 Insitu Stack analyser with controller 7 Nos.

    2Purge panel with accessories & canopy for

    Hazardous Area7 Set

    3 Cylinder Stand near each stack 7 Nos.

    4Flange 4" 150# with tube fitting, mounting

    stand & accessories7 Set

    5 SS316 tube 1400 mtrs

    6 Serial/Signal Cable 700 mtrs

    7 Power Cable 700 mtrs

    8 Cable Tray 1400 mtrs

    9Junction boxes including cable glands (power

    & signal)14 LS

    1 Installation and Commissioning 11 Each

    2 Training at Site 1 LS

    10 Comprehensive AMC 1st year 1 LS

    11 Comprehensive AMC 2nd year 1 LS

    12 Comprehensive AMC 3rd year 1 LS

    ESTIMATE FOR INSITU STACK MONITORING ANALYSER

    IMPORT BIDDERS (USD,EUR)

    SUPPLY

    SERVICES

    TOTAL

    Note: In addition to the above mentioned BOM, if any other hardware/ software/ services are required to fulfill the

    system specification as per this tender, it is vendor responsibility to include the same.In case at a later stage it is

    observed that to meet the tender scope additional items are required, same shall be supplied free of cost.

    TOTAL

    TOTAL

    AMC SERVICES

    TOTAL COST FOR SUPPLY & SERVICES

  • Sr.

    No.Items Quantity Units Unit rate Total

    1 Insitu Stack analyser with controller 7 Nos.

    2Purge panel with accessories & canopy for

    Hazardous Area7 Set

    3 Cylinder Stand near each stack 7 Nos.

    4Flange 4" 150# with tube fitting, mounting

    stand & accessories7 Set

    5 SS316 tube 1400 mtrs

    6 Serial/Signal Cable 700 mtrs

    7 Power Cable 700 mtrs

    8 Cable Tray 1400 mtrs

    9Junction boxes including cable glands (power

    & signal)14 LS

    1 Installation and Commissioning 11 Each

    2 Training at Site 1 LS

    10 Comprehensive AMC 1st year 1 LS

    11 Comprehensive AMC 2nd year 1 LS

    12 Comprehensive AMC 3rd year 1 LS

    ESTIMATE FOR INSITU STACK MONITORING ANALYSER

    LOCAL BIDDERS (INR)

    SUPPLY

    SERVICES

    TOTAL

    Note: In addition to the above mentioned BOM, if any other hardware/ software/ services are required to fulfill the

    system specification as per this tender, it is vendor responsibility to include the same.In case at a later stage it is

    observed that to meet the tender scope additional items are required, same shall be supplied free of cost.

    TOTAL

    TOTAL

    AMC SERVICES

    TOTAL COST FOR SUPPLY & SERVICES

  • Annex- 03

    PERFORMANCE GUARANTEE CERTIFICATE (To be signed by Manufacturer's (OEM) corporate level signatory on company's letter head)

    I, ____________________on behalf of M/s. ____________________________, certify that in the event of placement of order for ___________________analyser by BPCL on M/s___________________________. a) The analyser complete with its performance certificate shall be supplied by us.

    b) The sample handling system required for offered analyser for specified application shall be supplied by us.

    [OR] Sample handling system, if any shall be designed by us and all critical components required for sample handling system shall be supplied by us. c) M/s. _______________________, shall stand guarantee for the performance of the analyser when installed alongwith the sample handling system at site. d) Our involvement shall be ensured during system engineering, analyser testing and factory acceptance testing, site commissioning and site acceptance testing. e) With the methodology proposed herein, we M/s ___________________ shall stand guarantee for the complete analyser/ analyser system as per the specified performance specifications.

    SIGNATURE WITH SEAL AUTHOURIZED SENIOR MANAGEMENT LEVEL SIGNATORY

    Note: 1. For b), tick whichever clause is applicable considering experience of the bidder 2. For c), manufacturer to write their name.

  • Annex- 04

    CERTIFICATE FOR LOGISTICS SUPPORT (To be signed by Manufacturer's corporate level signatory on company's letter head)

    I, on behalf of M/s______________________________ confirm that the Stack

    Analysers Model No. __________________for _______________________

    measurement quoted by M/s_______________________________ for M/s BPCL,

    Stack Analyser System RFQ NO. ___________ dated ___________ shall continue to be supported by us for a period of minimum 10 years. The quoted system shall not be

    withdrawn from Indian market as a matter of our corporate policy.

    I further confirm that in case of placement of order by BPCL on us, we shall continue to

    support BPCL in providing back-up engineering, maintenance support and spare part

    support for a period of 10 years from the date of placement of order.

    SIGNATURE WITH SEAL AUTHOURIZED SENIOR MANAGEMENT LEVEL SIGNATORY

  • Annex- 05

    CAPABILITY ASSESSMENT CERTIFICATE (To be signed by Manufacturer's corporate level signatory on company's letter head)

    I, ______________________ on behalf of M/s.______________________ certify that we have evaluated the facilities available with M/s.______________________ and approve them for carrying out the following activities: System Engineering Sample Handling System Assembly Component Procurement System Integration Analyser Testing Analyser Calibration Analyser Installation Analyser Commission (Tick which one is applicable) We also confirm that QA/QC procedure being followed by M/s.__________________ at their works is similar to those being followed by us at our works.

    SIGNATURE WITH SEAL AUTHOURIZED SENIOR MANAGEMENT LEVEL SIGNATORY

  • Annex - 06

    COMPLIANCE STATEMENT (TO BE SIGNED BY VENDOR’S CORPORATE LEVEL SIGNATORY ON COMPANY LETTERHEAD)

    I, ON BEHALF OF M/s _______________________________ CONFIRM THAT THE

    PROPOSAL OF THE STACK ANALYSER SYSTEM AND ACCESSORIES FOR BPCL,

    MAHUL REFINERY, MUMBAI (INDIA) AGAINST vide RFQ NO. ___________ DATED

    ___________ MEETS ALL THE TECHNICAL SPECIFICATIONS LISTED IN THE WITH

    THIS RFQ AND ‘NO DEVIATION’HAS BEEN TAKEN BY US TO THE REQUIREMENTS

    OF THE MR.

    (SIGNATURE WITH SEAL)

  • Annex - 07

    Deviation Statement For Stack Analyser System

    Sl. No.

    Document No. Clause No. Deviation Technical Reason for Deviation

  • ANNEX-08

    LIST OF APPROVED VENDORS

    Sr. No. Item – Approved Vendor

    1 Terminals and Connectors

    Phoenix

    Wago

    2 Signal and Power Cables

    Udey Pyrocables Pvt. Ltd.

    Thermo Cables Ltd.

    KEI Industries Ltd.

    Polycab.

    3 Tubes and Fittings

    Super Technical India Pvt Ltd. (Parker)

    Bombay Fluid System (Swagelok)

    Sandvik (SS Tube)

    4 Cylinders

    Super Industrial Gases

    Alchemie Gases & Chemicals Pvt. Ltd.

    INOX AIR Products Ltd

    5 Junction Boxes and cable gland

    FCG Flameproof Control Gears Pvt. Ltd.

    Flexpro Electricals Pvt. Ltd.

    Flameproof Equipments Pvt. Ltd.

    Baliga

    6 Cylinder Regulators

    Hornbill Equipments

    INOX AIR Products Ltd

    Baldota

    Tescom

    7 Solenoid Valves

    ASCO

    8 Air Filter Regulator

    Fisher

    Shavo Norgren

  • BHARAT PETROLEUM CORPORATION LTD, MR

    PLANT : SMS ANALYSER PROJECT

    UNIT :

    OWNER : BPCL

    REV

    STACK ANALYSERS 0

    Page 1 of 2

    SO2/NOX/CO Analyser Datasheet 1. Analyser Type

    In-situ type (IR/UV) capable of measuring NOx SOx and CO for furnace & boiler stacks Note 1 2. Location of Analyser Stack of Heaters as per Table-1 attached 3. Process condition Refer Table-2 4. Electrical Area Classification of

    probe IEC Zone-2, Gas Gr IIA/IIB,T3

    5. Electrical Area Classification below the stack at ground level IEC Zone-1,Gas Gr. IIA/IIB T3

    6. Type In-situ 7. Probe Material SS316L or better Note- 6 8. Process Connection Refer Note-2 9. Flange size Refer Note-2 10. Installation In-situ 11. Probe Length / Diameter mm By vendor Note-2 12. Probe Filter/ Type By vendor