turnaround jobs of process units in ... - bharat petroleum … no 1.pdf · turnaround jobs of...

17
CPO (REFINERIES) ADDENDUM NO:1 TO REQUEST FOR QUOTATION CRFQ NO. 1000259136 (E-TENDER NO. 13986) TURNAROUND JOBS OF PROCESS UNITS IN TRAIN III COMPLEX AT BPCL MUMBAI REFINERY DURING FEB/MAR 2017

Upload: vanbao

Post on 21-May-2018

217 views

Category:

Documents


1 download

TRANSCRIPT

CPO (REFINERIES)

ADDENDUM NO:1 TO REQUEST FOR QUOTATION

CRFQ NO. 1000259136 (E-TENDER NO. 13986)

TURNAROUND JOBS OF PROCESS UNITS IN TRAIN III

COMPLEX AT BPCL MUMBAI REFINERY DURING FEB/MAR

2017

ADDENDUM NO:1 TO REQUEST FOR QUOTATION CRFQ -1000259136

E-Tender Sys No: 13986

1.0 INTRODUCTION

Addendum No:1 is issued against the tender for “TURNAROUND JOBS OF PROCESS UNITS IN

TRAIN III COMPLEX AT MUMBAI REFINERY DURING FEB/MAR 2017”. This Addendum shall form

the part of tender document for Package-1, Crude Distillation Unit-3 (CDU-3)/ Vacuum

Distillation Unit (VDU), E-Tender No: 13986 and shall be signed and submitted along with the

techno-commercial bid.

The description of the Addendum is given below;

Common Points 1. All hydro jetting personnel shall wear Hydrojetting Protective Suit (MOC – Dyneema or

equivalent )

2. For all hot work in the plant, Non Combustible Fire Blankets shall be used.

Points specific to Package: Package 1: CRUDE DISTILLATION UNIT-3 (CDU-3) & VACUUM DISTILLATION UNIT (VDU)

COMMERCIAL

Section No/Page

No. of the

document in the

tender

Sub heading

Ref

Addendum issued

VOLUME I, SECTION-

4

PRE-

QUALIFICATION

CRITERIA- NOTE

TO BIDDERS

Additional point:

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.

EARNEST MONEY DEPOSIT (EMD)

The EMD of Rs.10 Lakhs shall be against the tender consisting of

4 packages irrespective of the number of packages quoted by the

bidder.

I.E; even if the bidder quotes for a single package or multiple

packages, the EMD applicable shall be only Rs. 10 Lakhs.

DUE DATE OF THE TENDER

The due date of the tender is extended from 11:00 Hrs (IST) of

05.08.2016 till 11:00 Hrs (IST) of 16.08.2016.

Prequalification bid shall be opened at 11:15 Hrs (IST) of

16.08.2016

TECHNICAL

Section No/Page No.

of the document in

the tender

Sub heading

Ref

Addendum issued

VOLUME II APPENDIX

A ATTACHMENT 2

SCOPE OF

WORK

COLUMN

Sr no 5 c. shall be read as “Wherever distributors are removed

out of the column, it shall be cleaned including all nozzles and

branches, assembled outside the column and shall be checked

for blockage if any. For distributors which are not possible for

removal outside the equipment, all the nozzles shall be removed

& cleaned. All the distributors shall be offered to BPCL

Technology for spray pattern testing”.

VOLUME II APPENDIX

A ATTACHMENT 3

SCOPE OF

WORK HEATER

Sr no 20 d) shall be read as “Make boson chair arrangement for

internal inspection of the stack. Boson chair and necessary steel

wire rope winch shall be arranged by contractor.”

VOLUME III

ATTACHMENT 11

SECTION B

HEATERS Point no: 11 of 131-F-102 AIR PRE HEATER, HOT and COLD AIR

DUCTING shall be read as “Replace the corroded ID fan suction

dampers (2nos) and adjacent fabric bellows (2 nos) along with

the main frame.” The suction dampers and adjacent fabric

bellows shall be supplied by BPCL.

VOLUME III

ATTACHMENT 11

SECTION B

HEATERS Kindly note

1. For working safely inside each radiant cell of heater

131F101 & 131 F102, contractor shall arrange for 24 V

Flameproof Portable Flood lights (Total 8 nos) of around

5000 lumen. All other 24 V flameproof hand lamps shall

be supplied by BPCL.

2. For Heater 131F101 and 131F102, the refractory

applicator shall be approved by BPCL Civil Maint.

VOLUME III

ATTACHMENT 11

SECTION L

MODIFICATION

JOBS

Scope of Work Sr no 1. Shall be read as “Scope of work includes

fabrication, erection, testing, supporting, shot blasting and

painting of pipes, equipment and structure, insulation, internal

cement of lining of the pipe line as per drawing details and all the

jobs required for completion of the Modification job”

VOLUME III

ATTACHMENT 11

SECTION L

MODIFICATION

JOBS

SR no 8 CDU-3-15-2449 - Provision of bucket type strainer in

place of north side conical type strainer.

This is to clarify that the job also includes erection of the vessel

with bucket filter (72”) vessel at site. Drawing is enclosed.

VOLUME III

ATTACHMENT 11

SECTION I

ISBL PROCESS

PIPING

D) LRUT OF OVERHEAD LINES.

The approximate length is as follows

Sr.

No.

Line Description Approx

length

1 48”/32” dia 131-C-101 overhead line

to 131-E-101A/B/C/D

150 m

2 16” dia 131-C-107 overhead line to

131-E-130 A/B/C/D

60 m

VOLUME V APPENDIX

B

SCHEDULE OF

PRICE

BILLS OF QUANTITIES: SCOPE FOR LUMP SUM AND SOR

B) NOTES: Additional points

7. All the SOR and Lump sum rates are inclusive of

scaffolding requirements.

8. The rate for line erecting and dismantling in SOR shall be

also applicable for erection and dismantling of cement

lined lines.

VOLUME VI

APPENDIX F

ADDITIONAL

DRAWINGS

Vessel 131 V 107 drawing is uploaded.

All other terms and conditions of the tender remain unaltered.

_________________________________

(For) CPO-Refineries

Mumbai Refinery, Mahul, Mumbai-400 074,INDIA

Place: Mumbai

Date: 28th

July 2016

COMMERCIAL

Section No/Page

No. of the

document in the

tender

Sub heading

Ref

Addendum issued

VOLUME I, SECTION-

1

INSTRUCTION

TO BIDDER

Sr no 1. General Clause no 1.1 shall be read as “These

Instructions to BIDDERS issued by Bharat Petroleum Corporation

Ltd. (herein referred to as "OWNER / CLIENT ") outline the

procedures to be followed for completing and submitting BIDs.

BIDDER shall comply with the terms and conditions set forth in

any public BID advertisement and these Instructions to BIDDER

while preparing its BID submission. Failure to provide all of the

required materials and information, or failure to comply fully

with these instructions in any way may render the BID null and

void.

VOLUME I, SECTION-

5

LIST OF

ANNEXURES /

DOCUMENTS

FOR TECHNICAL

OFFER

Sr no 16 ANNEXURE 5 CONTRACTOR COMPANY ORGANISATION

CHART shall be read as

“CONTRACTOR inserts a copy of its organization chart which

clearly shows the Company structure. The organogram indicates

positions of Company Directors, Managers, Partners, etc.”

VOLUME VI

APPENDIX E

CONTRACTOR

RESOURCES

ANNEXURE 5 CONTRACTOR COMPANY ORGANISATION CHART

shall be read as

“CONTRACTOR inserts a copy of its organization chart which

clearly shows the Company structure. The organogram indicates

positions of Company Directors, Managers, Partners, etc.”

CPO (REFINERIES)

ADDENDUM NO:1 TO REQUEST FOR QUOTATION

CRFQ NO. 1000259136 (E-TENDER NO. 13987)

TURNAROUND JOBS OF PROCESS UNITS IN TRAIN III

COMPLEX AT BPCL MUMBAI REFINERY DURING FEB/MAR

2017

ADDENDUM NO:1 TO REQUEST FOR QUOTATION CRFQ -1000259136 E-Tender Sys No: 13987

1.0 INTRODUCTION

Addendum No:1 is issued against the tender for “TURNAROUND JOBS OF PROCESS UNITS IN

TRAIN III COMPLEX AT MUMBAI REFINERY DURING FEB/MAR 2017”. This Addendum shall form

the part of tender document for Package-2, HYDROCRACKER (HCU) Unit, E-Tender No: 13987

and shall be signed and submitted along with the techno-commercial bid.

The description of the Addendum is given below;

Common Points

1. All hydro jetting personnel shall wear Hydrojetting Protective Suit (MOC – Dyneema or

equivalent )

2. For all hot work in the plant, Non Combustible Fire Blankets shall be used.

Points specific to Package: Package 2: HYDROCRACKER UNIT (HCU)

COMMERCIAL

Section No/Page

No. of the

document in the

tender

Sub heading

Ref

Addendum issued

VOLUME I, SECTION-

4

PRE-

QUALIFICATION

CRITERIA- NOTE

TO BIDDERS

Additional point:

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.

EARNEST MONEY DEPOSIT (EMD)

The EMD of Rs.10 Lakhs shall be against the tender consisting of

4 packages irrespective of the number of packages quoted by the

bidder.

I.E; even if the bidder quotes for a single package or multiple

packages, the EMD applicable shall be only Rs. 10 Lakhs.

DUE DATE OF THE TENDER

The due date of the tender is extended from 11:00 Hrs (IST) of

05.08.2016 till 11:00 Hrs (IST) of 16.08.2016.

Prequalification bid shall be opened at 11:15 Hrs (IST) of

16.08.2016

TECHNICAL

Section No/Page No.

of the document in

the tender

Sub heading

Ref

Addendum issued

VOLUME II APPENDIX

A ATTACHMENT 2

SCOPE OF

WORK

COLUMN

Sr no 5 c. shall be read as “Wherever distributors are removed

out of the column, it shall be cleaned including all nozzles and

branches, assembled outside the column and shall be checked

for blockage if any. For distributors which are not possible for

removal outside the equipment, all the nozzles shall be removed

& cleaned. All the distributors shall be offered to BPCL

Technology for spray pattern testing”.

VOLUME II APPENDIX

A ATTACHMENT 3

SCOPE OF

WORK HEATER

Sr no 20 d) shall be read as “Make boson chair arrangement for

internal inspection of the stack. Boson chair and necessary steel

wire rope winch shall be arranged by contractor.”

VOLUME III

ATTACHMENT 11

SECTION B

HEATERS Kindly note

For working safely inside each radiant cell of heater 132F201,

132F202 & 132F203, contractor shall arrange for 24 V

Flameproof Portable Flood lights of around 5000 lumen.

Contractor shall also arrange 24 V Flameproof Portable Flood

lights of around 5000 lumen for 132 F203 Superheater coil

replacement job. All other 24 V flameproof hand lamps shall be

supplied by BPCL.

VOLUME III

ATTACHMENT 11

SECTION C

HEAT

EXCHANGER &

AIR FIN

COOLERS

Scope Reduction: 132-EA-201A/B/C/D REACTOR EFFULENT

COOLER

The plugs opening shall be 10% of all AFC plugs instead of 100%.

VOLUME III

ATTACHMENT 11

SECTION E

REACTOR Scope reduction: For R203, there will no requirement of Internal

scaffolding.

VOLUME III

ATTACHMENT 11

SECTION I

ISBL PROCESS

PIPING

C) LRGWUT FOR FOLLOWING LINES

The approximate length is as follows

SR.

NO.

Loop Description Approx

Length

1 6” Quench line to R201 first bed 70 m

2 6” Quench line to R202 first bed 70 m

3 4” Quench line to R203 first bed 70 m

4 6” Quench line to R201 second bed 60 m

5 4” Quench line to R202 second bed 60 m

6 12” Recycle gas compressor outlet

line

182 m

VOLUME III

ATTACHMENT 11

SECTION E

VESSELS PART

C:

The vessels 132 V274 A-E are to be added to existing scope and

specific scope for this vessels is as below

46 EQUIPMENT NO 132-V-274

A/B/C/D/E

Service PSA ADSORBER

VESSEL ID 2.054 METER HEIGHT/LENGTH 6.5 METER

SR NO DESCRIPTION OF WORK

1 This vessel does not require opening, Erect external scaffolding and offer vessel for external

UT gauging and carry out DP and /or MPI of skirt to dish weld after buffing.

VOLUME V APPENDIX

B

SCHEDULE OF

PRICE

BILLS OF QUANTITIES: SCOPE FOR LUMP SUM AND SOR

B) NOTES: Additional points

7. All the SOR and Lump sum rates are inclusive of

scaffolding requirements.

8. The rate for line erecting and dismantling in SOR shall be

also applicable for erection and dismantling of cement

lined lines.

All other terms and conditions of the tender remain unaltered.

_________________________________

(For) CPO-Refineries

Mumbai Refinery, Mahul, Mumbai-400 074,INDIA

Place: Mumbai

Date: 28th

July 2016

VOLUME VI

APPENDIX F

ADDITIONAL

DRAWINGS

Drawings for Heater Stacks have been uploaded.

COMMERCIAL

Section No/Page

No. of the

document in the

tender

Sub heading

Ref

Addendum issued

VOLUME I, SECTION-

1

INSTRUCTION

TO BIDDER

Sr no 1. General Clause no 1.1 shall be read as “These

Instructions to BIDDERS issued by Bharat Petroleum Corporation

Ltd. (herein referred to as "OWNER / CLIENT ") outline the

procedures to be followed for completing and submitting BIDs.

BIDDER shall comply with the terms and conditions set forth in

any public BID advertisement and these Instructions to BIDDER

while preparing its BID submission. Failure to provide all of the

required materials and information, or failure to comply fully

with these instructions in any way may render the BID null and

void.

VOLUME I, SECTION-

5

LIST OF

ANNEXURES /

DOCUMENTS

FOR TECHNICAL

OFFER

Sr no 16 ANNEXURE 5 CONTRACTOR COMPANY ORGANISATION

CHART shall be read as

“CONTRACTOR inserts a copy of its organization chart which

clearly shows the Company structure. The organogram indicates

positions of Company Directors, Managers, Partners, etc.”

VOLUME VI

APPENDIX E

CONTRACTOR

RESOURCES

ANNEXURE 5 CONTRACTOR COMPANY ORGANISATION CHART

shall be read as

“CONTRACTOR inserts a copy of its organization chart which

clearly shows the Company structure. The organogram indicates

positions of Company Directors, Managers, Partners, etc.”

CPO (REFINERIES)

ADDENDUM NO:1 TO REQUEST FOR QUOTATION

CRFQ NO. 1000259136 (E-TENDER NO. 13988)

TURNAROUND JOBS OF PROCESS UNITS IN TRAIN III

COMPLEX AT BPCL MUMBAI REFINERY DURING FEB/MAR

2017

ADDENDUM NO:1 TO REQUEST FOR QUOTATION CRFQ -1000259136 E-Tender Sys No: 13988

1.0 INTRODUCTION

Addendum No:1 is issued against the tender for “TURNAROUND JOBS OF PROCESS UNITS IN

TRAIN III COMPLEX AT MUMBAI REFINERY DURING FEB/MAR 2017”. This Addendum shall form

the part of tender document for Package-3,NEW HYDROGEN GENERATION UNIT & LUBE

OILBASE STOCK UNIT ( NHGU / LOBS) , E-Tender No: 13988 and shall be signed and submitted

along with the techno-commercial bid.

The description of the Addendum is given below;

Common Points

1. All hydro jetting personnel shall wear Hydrojetting Protective Suit (MOC – Dyneema or

equivalent )

2. For all hot work in the plant, Non Combustible Fire Blankets shall be used.

Points specific to Package: Package 3: NEW HYDROGEN GENERATION UNIT & LUBE OIL BASE STOCK UNIT ( NHGU / LOBS)

COMMERCIAL

Section No/Page

No. of the

document in the

tender

Sub heading

Ref

Addendum issued

VOLUME I, SECTION-

4

PRE-

QUALIFICATION

CRITERIA- NOTE

TO BIDDERS

Additional point:

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.

EARNEST MONEY DEPOSIT (EMD)

The EMD of Rs.10 Lakhs shall be against the tender consisting of

4 packages irrespective of the number of packages quoted by the

bidder.

I.E; even if the bidder quotes for a single package or multiple

packages, the EMD applicable shall be only Rs. 10 Lakhs.

DUE DATE OF THE TENDER

The due date of the tender is extended from 11:00 Hrs (IST) of

05.08.2016 till 11:00 Hrs (IST) of 16.08.2016.

Prequalification bid shall be opened at 11:15 Hrs (IST) of

16.08.2016

TECHNICAL

Section No/Page No.

of the document in

the tender

Sub heading

Ref

Addendum issued

VOLUME II APPENDIX

A ATTACHMENT 2

SCOPE OF

WORK

COLUMN

Sr no 5 c. shall be read as “Wherever distributors are removed

out of the column, it shall be cleaned including all nozzles and

branches, assembled outside the column and shall be checked

for blockage if any. For distributors which are not possible for

removal outside the equipment, all the nozzles shall be removed

& cleaned. All the distributors shall be offered to BPCL

Technology for spray pattern testing”.

VOLUME II APPENDIX

A ATTACHMENT 3

SCOPE OF

WORK HEATER

Sr no 20 d) shall be read as “Make boson chair arrangement for

internal inspection of the stack. Boson chair and necessary steel

wire rope winch shall be arranged by contractor.”

VOLUME III

ATTACHMENT 11

SECTION B

HEATERS Kindly note

For working safely inside each radiant cell of heater 133F301,

132F204, 132F205 & 132 F206, contractor shall arrange for 24 V

Flameproof Portable Flood lights of around 5000 lumen. All other

24 V flameproof hand lamps shall be supplied by BPCL.

VOLUME III

ATTACHMENT 11

SECTION B

HEATERS LOBS: 132-F-204 Convection Point no 8

This should be read as “Carry water washing of all the tubes in

convection section.” (Dry Ice Blasting is to be deleted.)

VOLUME III

ATTACHMENT 11

SECTION E

VESSELS NHGU

PART A

133-V-321/322/323/324/325/326/327/328/329/330-PSA

Adsorber: This is to clarify that the job shall also include internal

and external scaffolding.

VOLUME III

ATTACHMENT 11

SECTION F

EJECTORS NHGU Ejector Tag number shall be read as 133-JA-301 in place of

131-JA-301.

VOLUME V APPENDIX

B

SCHEDULE OF

PRICE

BILLS OF QUANTITIES: SCOPE FOR LUMP SUM AND SOR

B) NOTES: Additional points

7. All the SOR and Lump sum rates are inclusive of

scaffolding requirements.

8. The rate for line erecting and dismantling in SOR shall be

also applicable for erection and dismantling of cement

lined lines.

VOLUME VI

APPENDIX F

ADDITIONAL

DRAWINGS

Drawings for Heater stacks have been uploaded.

COMMERCIAL

Section No/Page

No. of the

document in the

tender

Sub heading

Ref

Addendum issued

VOLUME I, SECTION-

1

INSTRUCTION

TO BIDDER

Sr no 1. General Clause no 1.1 shall be read as “These

Instructions to BIDDERS issued by Bharat Petroleum Corporation

Ltd. (herein referred to as "OWNER / CLIENT ") outline the

procedures to be followed for completing and submitting BIDs.

BIDDER shall comply with the terms and conditions set forth in

any public BID advertisement and these Instructions to BIDDER

while preparing its BID submission. Failure to provide all of the

required materials and information, or failure to comply fully

with these instructions in any way may render the BID null and

void.

VOLUME I, SECTION-

5

LIST OF

ANNEXURES /

DOCUMENTS

FOR TECHNICAL

OFFER

Sr no 16 ANNEXURE 5 CONTRACTOR COMPANY ORGANISATION

CHART shall be read as

“CONTRACTOR inserts a copy of its organization chart which

clearly shows the Company structure. The organogram indicates

positions of Company Directors, Managers, Partners, etc.”

All other terms and conditions of the tender remain unaltered.

_________________________________

(For) CPO-Refineries

Mumbai Refinery, Mahul, Mumbai-400 074,INDIA

Place: Mumbai

Date: 28th

July 2016

VOLUME VI

APPENDIX E

CONTRACTOR

RESOURCES

ANNEXURE 5 CONTRACTOR COMPANY ORGANISATION CHART

shall be read as

“CONTRACTOR inserts a copy of its organization chart which

clearly shows the Company structure. The organogram indicates

positions of Company Directors, Managers, Partners, etc.”

CPO (REFINERIES)

ADDENDUM NO:1 TO REQUEST FOR QUOTATION

CRFQ NO. 1000259136 (E-TENDER NO. 13989)

TURNAROUND JOBS OF PROCESS UNITS IN TRAIN III

COMPLEX AT BPCL MUMBAI REFINERY DURING FEB/MAR

2017

ADDENDUM NO:1 TO REQUEST FOR QUOTATION CRFQ -1000259136 E-Tender Sys No: 13989

1.0 INTRODUCTION

Addendum No:1 is issued against the tender for “TURNAROUND JOBS OF PROCESS UNITS IN

TRAIN III COMPLEX AT MUMBAI REFINERY DURING FEB/MAR 2017”. This Addendum shall form

the part of tender document for Package-4, Sulphur Recovery Unit (SRU), Sour Water Stripper

(SWS) & Amine Treating Unit (ATU), E-Tender No: 13989 and shall be signed and submitted

along with the techno-commercial bid.

The description of the Addendum is given below;

Common Points 1. All hydro jetting personnel shall wear Hydrojetting Protective Suit (MOC – Dyneema or

equivalent )

2. For all hot work in the plant, Non Combustible Fire Blankets shall be used.

Points specific to Package: Package 4: Sulphur Recovery Unit (SRU), Sour Water Stripper (SWS) & Amine

Treating Unit (ATU)

COMMERCIAL

Section No/Page

No. of the

document in the

tender

Sub heading

Ref

Addendum issued

VOLUME I, SECTION-

4

PRE-

QUALIFICATION

CRITERIA- NOTE

TO BIDDERS

Additional point:

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.

EARNEST MONEY DEPOSIT (EMD)

The EMD of Rs.10 Lakhs shall be against the tender consisting of

4 packages irrespective of the number of packages quoted by the

bidder.

I.E; even if the bidder quotes for a single package or multiple

packages, the EMD applicable shall be only Rs. 10 Lakhs.

DUE DATE OF THE TENDER

The due date of the tender is extended from 11:00 Hrs (IST) of

05.08.2016 till 11:00 Hrs (IST) of 16.08.2016.

Prequalification bid shall be opened at 11:15 Hrs (IST) of

16.08.2016

TECHNICAL

Section

No/Page No. of

the document

in the tender

Sub heading

Ref

Addendum issued

VOLUME II

APPENDIX A

ATTACHMENT 2

SCOPE OF

WORK

COLUMN

Sr no 5 c. shall be read as “Wherever distributors are removed out of

the column, it shall be cleaned including all nozzles and branches,

assembled outside the column and shall be checked for blockage if

any. For distributors which are not possible for removal outside the

equipment, all the nozzles shall be removed & cleaned. All the

distributors shall be offered to BPCL Technology for spray pattern

testing”.

VOLUME II

APPENDIX A

ATTACHMENT 3

SCOPE OF

WORK HEATER

Sr no 20 d) shall be read as “Make boson chair arrangement for

internal inspection of the stack. Boson chair and necessary steel wire

rope winch shall be arranged by contractor.”

VOLUME III

ATTACHMENT

11 SECTION E

VESSELS/

REACTORS

PART A

Sr no 23 134-F-411 Main Combustion Chamber Sr no 3

Additional Notes:

The refractory applicator shall be approved by BPCL Civil Maint.

Sufficient number of Dry out burners & LPG cylinders shall be

arranged by the contractor to meet BPCL schedule.

VOLUME III

ATTACHMENT

11 SECTION E

VESSELS/

REACTORS

PART A

Sr no 24 134-F-511 Main Combustion Chamber Sr no 4 shall be read

as

“Replace the brick lining including temporary repaired Castable area

(full circumference) and restored in to original brick lining for both

MCCs upto the Matrix Wall as per drawing no.134-ME-7-2 including

anchors. The refractory job shall be carried out with proper heat

curing schedule and as per instructions in the mentioned drawing and

same shall be approved by BPCL.

The tentative heat curing schedule is as follows

Heat Curing Schedule:

1) Back up Insulating Castable : 50 mm thk.

Raise the temperature from ambient to 125°C at 25°C/hr.

Hold the temperature at 125°C for 12 hrs.

Raise the temperature from 125°C to 175°C at 25°C/hr.

Hold the temperature between 175 - 200°C for 8 hrs.

Start gradual cooling at 35°C / hr. upto 125°C with Burner operation.

Put off Burner close opening and allow to cool naturally.

2) Back up Insulating Castable : 100 mm thk.

Raise the temperature from ambient to 125°C at 25°C/hr.

Hold the temperature at 125°C (± 10°C) for 12 hrs.

Raise the temperature from 125°C to 250°C at 25°C/hr.

Hold temperature at 250°C ( ± 10°C) for 8 hrs.

Raise the temperature from 250°C to 500°C at 25°C/hr.

Hold temperature at 500°C for 10 hrs.

Start gradual cooling at 35°C / hr. up to 125°C with Burner operation.

Put off Burner close opening and allow cooling naturally.

NOTE: Ensure Refractory heat dry out to be carried out as per

Refractory Manufacturer’s specifications.

The refractory applicator shall be approved by BPCL Civil Maint.

Sufficient number of Dry out burners & LPG cylinders shall be

arranged by the contractor to meet BPCL schedule.”

VOLUME III

ATTACHMENT

11 SECTION L

MODIFICATION

JOBS

Kindly note additional Modification job as per following has been

added to Lump sum scope. The drawings for the same are uploaded.

All other terms and conditions of the tender remain unaltered.

_________________________________

(For) CPO-Refineries

Mumbai Refinery, Mahul, Mumbai-400 074,INDIA

Place: Mumbai

Date: 28th

July 2016

Sr

No MOC no Job Description Drawings

1 DHDS-

16-2594

To provide one no. of new 4" nozzle

with isolation valve and flange on

RMP SRU stack for flue gas manual

samplings purpose. Also, 2 nos of

available stubs length to be reduced

of RMP SRU stack for flue gas

sampling like SOx/NOx/CO/PM10.

Platform extension required.

134-SE-3-

14/1,134-

ME-1-4-1

VOLUME V

APPENDIX B

SCHEDULE OF

PRICE

BILLS OF QUANTITIES: SCOPE FOR LUMP SUM AND SOR

B) NOTES: Additional points

7. All the SOR and Lump sum rates are inclusive of scaffolding

requirements.

8. The rate for line erecting and dismantling in SOR shall be also

applicable for erection and dismantling of cement lined lines.

COMMERCIAL

Section

No/Page No. of

the document

in the tender

Sub heading

Ref

Addendum issued

VOLUME I,

SECTION-1

INSTRUCTION

TO BIDDER

Sr no 1. General Clause no 1.1 shall be read as “These Instructions to

BIDDERS issued by Bharat Petroleum Corporation Ltd. (herein referred

to as "OWNER / CLIENT ") outline the procedures to be followed for

completing and submitting BIDs. BIDDER shall comply with the terms

and conditions set forth in any public BID advertisement and these

Instructions to BIDDER while preparing its BID submission. Failure to

provide all of the required materials and information, or failure to

comply fully with these instructions in any way may render the BID

null and void.

VOLUME I,

SECTION-5

LIST OF

ANNEXURES /

DOCUMENTS

FOR TECHNICAL

OFFER

Sr no 16 ANNEXURE 5 CONTRACTOR COMPANY ORGANISATION

CHART shall be read as

“CONTRACTOR inserts a copy of its organization chart which clearly

shows the Company structure. The organogram indicates positions of

Company Directors, Managers, Partners, etc.”

VOLUME VI

APPENDIX E

CONTRACTOR

RESOURCES

ANNEXURE 5 CONTRACTOR COMPANY ORGANISATION CHART shall be

read as

“CONTRACTOR inserts a copy of its organization chart which clearly

shows the Company structure. The organogram indicates positions of

Company Directors, Managers, Partners, etc.”

ALL DRAWINGS AS INDICATED IN THE

ADDENDUM DOCUMENTS CAN BE

DOWNLOADED FROM BPCL’S E

PROCUREMENT WEBSITE E-tendering

website: https://bpcleproc.in