Intrusion Tender Hpcl 2013

Embed Size (px)

Citation preview

  • 7/25/2019 Intrusion Tender Hpcl 2013

    1/132

    1

    HINDUSTAN PETROLEUM CORPORATION LIMITED(A GOVERNMENT OF INDIA ENTERPRISE)

    GRESHAM HOUSE (2ND FLOOR),SIR P. M. ROAD, FORT,

    MUMBAI - 400001.

    Tender Document for

    Pipeline Intrusion Detection

    System for RBPL

    (Tender No. 13000164-HD-10002)

  • 7/25/2019 Intrusion Tender Hpcl 2013

    2/132

    2

    Contents

    1. Introduction .............................................................................................................................7

    2. Statement of Purpose ...............................................................................................................73. Existing Communication Set-up .................................................................................................8

    3.1 Existing Pipeline Details ....................................................................................................8

    3.1.1 Soil Condition ...............................................................................................................8

    3.2 Transmission System Configuration ..................................................................................8

    3.3 Existing OFC Cable Details ................................................................................................9

    3.4 Interfacing of HPCL-PIPESENS with Existing Transmission Network.....................................9

    4. System Objectives ...................................................................................................................10

    5. Scope of Work........................................................................................................................

    11

    5.1 Supply, Installation & Commissioning of HPCL-PIPESENS ......................................................11

    5.1.1 Testing .......................................................................................................................11

    5.2 System Integration ............................................................................................................12

    5.3 System Maintenance .........................................................................................................12

    5.4 System Training .................................................................................................................12

    5.5 User manual......................................................................................................................12

    5.6 Documentation .................................................................................................................12

    5.7 Additional Services ............................................................................................................12

    5.7 Exclusions from Scope of Services ......................................................................................13

    6. SYSTEM DESCRIPTION .............................................................................................................14

    6.1 SYSTEM PERFORMANCE.....................................................................................................14

    6.1.1 Detection Principles ....................................................................................................14

    6.1.2 Probability of Detection ..............................................................................................14

    6.1.3 Time to Detection .......................................................................................................15

    6.1.4 Accuracy of Intrusion Location .....................................................................................15

    6.1.5 False Alarms ...............................................................................................................15

    6.1.6 Nuisance Alarms .........................................................................................................15

    6.2 Functional Specifications ...................................................................................................15

    6.3 Technical Specifications .....................................................................................................16

    6.3.1 Monitoring Technology ...............................................................................................16

    6.3.2 Central Controller .......................................................................................................17

    6.3.3 Data Storage and Communications Software ................................................................17

    6.3.4 Software Interface ......................................................................................................18

    6.3.5 Indicative System Architecture ....................................................................................20

  • 7/25/2019 Intrusion Tender Hpcl 2013

    3/132

    3

    7. INSTRUCTIONS TO THE BIDDERS ..............................................................................................21

    7.1 Prequalification (Bid Qualification) criteria ..........................................................................21

    7.1.1 Consortium .................................................................................................................21

    7.2 Special Instructions for International Bidders ......................................................................23

    7.2.1 Prequalification Criteria ...............................................................................................23

    7.2.2 Commercial Proposal Format .......................................................................................23

    7.2.3 Format of EMD BG, CPBG & CAMC BG ..........................................................................24

    7.2.4 Commercial Bid Evaluation ..........................................................................................24

    7.2.5 Prices .........................................................................................................................24

    7.2.6 Payment .....................................................................................................................24

    8. Bid submittal ..........................................................................................................................26

    8.1 General Instructions ..........................................................................................................26

    8.2 Proposal format & contents ...............................................................................................27

    8.3 Two Bid System .................................................................................................................29

    8.4 Schedule of Tender/Project Events .....................................................................................31

    8.5 Validity .............................................................................................................................32

    8.6 Earnest Money Deposit (EMD) ...........................................................................................32

    8.7 Acceptance / Rejection of bidpart or full .........................................................................32

    8.8 Pre-Bid Meeting ................................................................................................................32

    8.9 Bidders Commitment ........................................................................................................33

    8.10 Integrity Pact ...................................................................................................................33

    8.11 Arbitration clause for Indian Bidders .................................................................................33

    8.12 Arbitration clause for Foreign Bidders ...............................................................................35

    8.13 Contact Details ................................................................................................................36

  • 7/25/2019 Intrusion Tender Hpcl 2013

    4/132

    4

    LIST OF ANNEXURES

    Annexures Details

    0 OTDR TRACES

    I SCHEDULE OF QUANTITIES

    II PRICED BID FORMAT INDIAN BIDDERS

    III PRICED BID FORMAT FOREGIN BIDDERS

    IV UNPRICED BID FORMAT INDIAN BIDDERS

    V UNPRICED BID FORMAT FOREIGN BIDDERS

    VI TECHNICAL EVALUATION CRITERIA

    VII FORMAT FOR DRAFT BANK GUARANTEE IN LIEUOF BID SECURITY (EMD)

    VIII FORMAT DRAFT COMPOSITE BANK

    GUARANTEE FOR SECURITYDEPOSIT/PERFORMANCE GUARANTEE

    IX AGREED TERMS & CONDITIONS

    X - MANUFACTURERS AUTHORIZATION FORM

    XI AGREED TERMS & CONDITIONS

    XII DEVIATION SHEET

  • 7/25/2019 Intrusion Tender Hpcl 2013

    5/132

    5

    TENDER NOTICEHINDUSTAN PETROLEUM CORPORATION LIMITED

    GLOBAL NOTICE FOR INVITATION FOR BIDS FORPIPESENS

    OPTICAL FIBER BASED THIRD-PARTY INTRUSION DETECTION SYSTEM

    Tender No:- 13000164-HD-10002

    Hindustan Petroleum Corporation Limited (HPCL) invites sealed bids under single stage, two bid

    system under International Competitive Bidding for Design. Engineering, procurement, Supply,

    Installation, Testing, Integration, Commissioning and warranty & post-warranty support services of

    PIPESENS (OPTICAL FIBER BASED THIRD-PARTY INTRUSION DETECTION SYSTEM) along the 80-km

    SV5-SV6-Bahadurgarh Section on its existing Raman Mandi Bahadurgarh Pipeline (RBPL) as perdetails given in the bid document.

    Bid Security (EMD):

    INR 8,92,000/- (INR EIGHT LAKHS NINETY

    TWO THOUSAND ONLY/-) OR

    USD 14160/- (USD FOURTEEN THOUSAND

    ONE HUNDRED & SIXTY ONLY)

    Date, Time & Venue for Voluntary Pre-bid Meeting: At 11.00 hours of 23.10.2013 atHPCL,Gresham Assurance Building, 2

    n Floor, Sir

    P.M. Road, Fort, Mumbai400001

    Bid Due Date, Time & Place of Submission:

    At 15.00 hours of 20.11.2013, at the office

    of the Deputy General Manager-Purchase,

    HPCL, Gresham Assurance Building, 2nd

    Floor, Sir P.M. Road, Fort, Mumbai400001

    Detailed IFB along with Pre-qualification Criteria, Bid Document and Pre-bid Meeting Minutes &Corrigenda can be viewed and downloaded from HPCLs website :

    http://www.hindustanpetroleum.com

    Deputy General ManagerProcurementHPCL, MumbaiFax: 0091-22-2264 2352, Tel: 00912222608519/30

  • 7/25/2019 Intrusion Tender Hpcl 2013

    6/132

    6

    ABBREVIATIONS

    ANSI American National Standards InstituteAPI American Petroleum Institute

    ASME American Society of Mechanical EngineersASTM American Society for Testing and MaterialsATEX Atmosphere ExplosibleBASEEFA British Approval Service for Electrical Equipment for

    Flammable AtmosphereBEDD Basic Engineering Design DataCENELEC European Committee for Electrotechnical StandardizationCPM Computational Pipeline MonitoringDT Despatch TerminalEEIC Energy Industries CouncilEIA Environmental Impact AssessmentFAT Factory Acceptance TestGPS Global Positioning SystemGUI Graphical User InterfaceHCA High consequence area.HPCL Hindustan Petroleum Corporation Ltd.HMI Human, Machine InterfaceHWC Hard Wired CableI FAT Integrated Factory Acceptance TestIP Ingress ProtectionISA Instrument Systems and Automation SocietyISO International Standards Organization [InternationalLPG Liquefied Petroleum GasMOP maximum operating pressure

    MOV Motor Operated ValvesNIST National Institute of Standards and TolerancesPESO Petroleum Explosive Safety Organisation (Formerly known

    as CCOE)PIM Pipeline Integrity Management

    POD Probability of DetectionPOI Probability of IdentificationPSU Power Supply UnitQMS Quality Measurement SystemRAS Risk Assessment StudyRP Recommended Practices

    RT Remote TerminalRTU Remote Terminal UnitSAT Site Acceptance TestSCADA Supervisory Control and data AcquisitionSIT System Integrated TestTPI Detection Third-Party Intrusion DetectionSV Sectionalizing Valve

  • 7/25/2019 Intrusion Tender Hpcl 2013

    7/132

    7

    1. INTRODUCTION

    Hindustan Petroleum Corporation Ltd. (HPCL), is a Government of India enterprise with Navratna

    status and a Fortune 500 company, with an annual turnover of Rs. 1,90,048 Crores and sales/incomefrom operations of Rs 2,15,675 Crores (US$ 39.726 Billions) during FY 2012-13, having about 20%Marketing share in India among PSUs and a strong market infrastructure. HPCL's Crude Thruput andMarket Sales (including exports) are 15.78 Million Metric Tonnes (MMT) and 30.32 MMTrespectively in the same period..

    HPCL operates 2 major refineries producing a wide variety of petroleum fuels & specialties, one in

    Mumbai(West Coast) of 6.5 Million Metric Tonnes Per Annum(MMTPA)capacity and the other in

    Vishakapatnam, (East Coast) with a capacity of 8.3 MMTPA. HPCL holds an equity stake of 16.95% in

    Mangalore Refinery & Petrochemicals Limited, a state-of-the-art refinery at Mangalore with a

    capacity of 15 MMTPA. In addition, HPCL has constructed a 9 MMTPA refinery at Bathinda, in

    Punjab, with Mittal Energy Investments Pte. Ltd. HPCL also owns and operates the largest LubeRefinery in the country producing Lube Base Oils of international standards, with a capacity of 335

    TMT. This Lube Refinery accounts for over 40% of the India's total Lube Base Oil production.

    The supply and distribution infrastructure of HPCL has been continuously strengthened over theyears which comprises of HPCL's MPSPL (Mumbai-Pune-Solapur Pipeline), VVSPL (Visakh-Vijayawada-Secundarabad Pipeline), MDPL (Mundra-Delhi Pipeline), RBPL (Raman Mandi Bahadurgarh Pipeline)and RBhPL (Raman Mandi Bhatinda Pipeline)

    2. STATEMENT OF PURPOSE

    HPCL intends to install an optical fiber based pipeline Intrusion Detection System, termed HPCL-PIPESENS, for monitoring the third-party intrusion along the 80km stretch in SV5-SV6-BahadurgarhSection in RBPL.

    HPCL-PIPESENS shall provide the alarms in the form of GUI representation for various intrusions dueto man walking, man running, vehicle crossing, manual excavation and mechanical excavation. HPCL-PIPESENS shall have suitable library building features for addition of signatures. It is desirable thatthe system should have capability to have pig tracking and leak detection functionality

    The commercial evaluation shall be done for implementation of the complete system amongst the

    technically qualified bidders. The Technical Evaluation Criteria shall be as per Annexure VI (minimum

    70% of Marks). Upon successful completion & qualification in the technical evaluation, the bidders

    shall be qualified for commercial evaluation.

  • 7/25/2019 Intrusion Tender Hpcl 2013

    8/132

    8

    3.EXISTING COMMUNICATION SET-UP

    3.1Existing Pipeline Details

    The length of RBPL is approximately 243 Km having total two pumping/receiving stations namely

    Raman Mandi, Bahadurgarh along with six intermediate telecom stations namely SV-1, SV-2, SV-3,SV-4, SV-5, and SV-6 along the pipeline route. The pipeline is laid at an average depth of 1.4 m below

    ground and passes through mainly agricultural land. There are also at times Nala, Canal & Road

    Crossings along the route.

    3.1.1 Soil Condition

    HPCL-PIPESENS shall be implemented along the 80 km along SV5-SV6-Bahadurgarh (80KM) section of

    the Raman Mandi Bahadurgarh Pipeline. The general sub-soil profile indicates soils such as GravellyClay, Sandy Gravel, Silty Clay and weathered soil at shallow depths of 0.5-1.0 m. Soils are coarse to

    fine loam in texture, reddish and brown in colour.

    The telecommunication system consists of SDH & PDH based transmission system which will providefacilities such as Voice, Data, CCTV and Video conference communication among the variouspumping/receiving and intermediate stations of the pipeline.

    The Telecommunication system will comprise of following main systems/sub-systems:

    Tejas Nodes of STM-16 and Nokia Siemens PDH optical fiber based digital transmission

    system

    Network Management Systems (SDH & PDH)

    Alcatel-Lucent EPABX System with Network Management System

    Polycom & Aethra Video Conference system

    CCTV system - Axis & Pelco Cameras and Milestone NVMS

    Primary & Secondary reference clocks (non-duplicated Cesium & GPS)

    3.2Transmission System Configuration

    The network topology for this project can be described as follows: -

    The transmission system transport backbone is comprised of ring architecture operating at STM-16

    data rates while the voice network at intermediate is comprised of primary multiplexers with voicechannels.

  • 7/25/2019 Intrusion Tender Hpcl 2013

    9/132

    9

    Ring Architecture consists of Tejas TJ1500 STM-16 transport backbone system from Raman Mandi toBahadurgarh interconnecting six SV stations along the pipeline via Fibre optical cable alternately.

    The optical connectivity between stations is achieved using L16.2 optical transmitter, respectively.

    All the existing nodes are equipped with 10/100 Base-T Ethernet Interface ELAN cards for extensionof various facilities viz. SCADA LAN-A, SCADA LAN-B, CCTV LAN, VCS LAN and NMS LAN.

    3.3 Existing OFC Cable Details

    12 core single mode (G.652) fiber optic cable is laid along the RBPL pipeline route. For termination of12 core optical fiber cable inside telecom room, wall mounted FTCs are used in this project. The

    FTCs were equipped with splice tray & FC Thru adaptor termination panel. The incoming OFC issecured on Steel wire mesh which is mounted on the wall inside the telecom room. The FTCs with

    four (4) nos. of twelve (12) fiber trays are available with 24 pigtails and FC through adaptors fortermination and distribution of optical fibers.

    In RBPL project, there is an alternate optical transport path viz. STM-16 connecting every odd and

    even stations. All nodes including two Main stations & six SV stations at STM 16 nodes. Four out of

    12 fibres are being used at every stations wherein two are for communication with that station andtwo are being bypassed for providing connectivity between preceding and succeeding stations. So, in

    all, eight fibres are marked as spares. The cables traces of eight fibers from SV 6 to Bahadurgarh and

    for eight from SV 5 to SV 6 are given in Attachment I A.

    3.4 Interfacing of HPCL-PIPESENS with Existing Transmission Network

    For third-party intrusion monitoring of the pipeline, the dual channel controller shall be placed in SV6 of pipeline.

    For connecting this controller to server, required Ethernet channels shall be used from the existingtransmission system backbone. The bidder shall specify the required Ethernet channel bandwidthbetween the controller to the central monitoring server at Bahadurgarh

    As part of this project, the existing Tejas SDH STM-16 nodes shall be re-configured and programmedto create new Ethernet channels for IDS application. This will be provided by HPCL as per bandwidthrequirement subject to max of 100 Mbps shared among various stations.

  • 7/25/2019 Intrusion Tender Hpcl 2013

    10/132

    10

    4. SYSTEM OBJECTIVES

    Third-party intrusion, i.e. unauthorized excavation that accidentally strikes and damages or rupturesa pipeline, is a leading cause of loss to the pipeline integrity. Early warning can provide HPCL withthe ability to respond to the potential intrusion in time to prevent pipeline damage, and thuspreclude incurring the additional cost and liability related to pipeline repairs or any releases thatmay occur. Pipeline Geographical Co-ordinates will be provided by HPCL to the successful bidder.Any further surveys with regard to pipeline route and OFC are in the scope of vendor.

  • 7/25/2019 Intrusion Tender Hpcl 2013

    11/132

    11

    5. SCOPE OF WORK

    Scope of work for the selected vendor shall include supply, installation, implementation,commissioning, training, providing user manual, providing 24 months warranty and 36 months post

    warranty, on-site & comprehensive AMC of HPCL-PIPESENS (Optical Fiber based Third-party IntrusionDetection System). The supply of equipment & services signifies door deliveryat respective HPCL

    pipeline locations.

    The control room at the Bahadurgarh location shall contain a server connected to sensor controllerat SV 6, an alarm processor module, a network switch, a display monitor & the software. The controlroom at Raman Mandi shall also have a server which will be permanently synchronized overEthernet channels of OFC. This will help in detection of intrusion during a fiber cut. After restorationof the OFC, two servers must be re synchronized with one another and the historic data can beplayed from either of two servers.

    The detailed scope of services & various deliverables under it for the selected vendor for the HPCL-PIPESENS project shall be as follows:

    5.1 Supply, Installation & Commissioning of HPCL-PIPESENS

    The indicative Schedule of Quantities for various hardware & software components of HPCL-PIPESENS is provided in Annexure I. The scope of services for the selected vendor shall be supply,installation, commissioning & testing of HPCL-PIPESENS following components (Indicative) as per thespecifications & makes mentioned in the Technical Requirements section of this tender document.

    1.IDS Controller2.Data Acquisition Hardware

    3.Data Processing

    4.Software suite with monitoring, simulation, testing, configuration modules for detection &location of intrusion, ground movement; signal & alarm processing etc

    5.Servers & Workstations

    6.Patch Panels

    7.Splicing

    8.Panels & Cabinets

    9.Any additional components & equipments to complete the system

    5.1.1 Testing

    5.1.1.a Factory Acceptance Test (FAT)

    The Bidder shall submit a Factory Acceptance Test Plan (FATP) during the detailed design stage forreview & approval by the HPCL. The FATP shall comprise a list of proposed project specific unit teststo be conducted during the integrated system FAT to verify all deliverable functionality.

  • 7/25/2019 Intrusion Tender Hpcl 2013

    12/132

    12

    5.1.1.b Site Acceptance Test (SAT)

    Bidder shall submit a full list of proposed site acceptance tests during the system development stagefor review by HPCL. These tests shall demonstrate successfully the performance & response of

    system.

    Bidder shall submit SAT procedures for approval by HPCL at least 4 weeks prior to commencementof SAT.

    5.2 System Integration

    The vendor scope shall include integration with the existing SCADA, Telecom (CCTV). Bidders areadvised to study the specifications of the existing systems provided in this document as well as visitthe Bahadurgarh Control Room to understand the systems in details.

    5.3 System Trial Run, Warranty and Post Warranty Maintenance

    i. 21 days Trial Run: After completion of SAT and minimum 45 days of stabilization period, trialrun of 21 days will start. Here, all the system performance mentioned in the tenderdocument will be verified. The procedure for trial run will be submitted by vendor forapproval by HPCL prior to 30 days of the start of the trial run. The period of trial run will berestarted if there is break in system functionality. The vendor has to station one engineerduring the trail run period. After successful completion of trial run, warranty will commence.

    ii. 24-Month System Warranty - All the components of HPCL-PIPESENS shall carry acomprehensive on-site warranty of 24 months from the date of its successful installation and

    after successful completion of the trial run period.

    iii. 36-Month Post-Warranty AMC - In addition to the standard 24-month warranty, HPCL-PIPESENS components shall also be under a comprehensive on-site Annual MaintenanceContract for a period of 36-month post warranty period.

    5.4System Training

    The Scope of Services under System Training shall include a) providing 1week system operation &

    maintenance training in Hindi or English language to at least 10 personnel, along with providing theproper training material, in soft as well as hard copies.

    5.5 User manual

    The vendor shall supply system Users (Operations & Maintenance) Manual in English or Hindilanguages in soft (MS Word and PDF) formats.

    5.6 Documentation

    The vendor shall prepare & maintain proper project documentation, such as Project ManagementPlan (Complete as well as location-wise) system drawings, test plans, test results, minutes of thereview meetings, training plans etc.

  • 7/25/2019 Intrusion Tender Hpcl 2013

    13/132

    13

    5.7 Additional Services

    i. System Customisation/Configuration: The selected vendor shall add, update & optimizeevent recognition libraries and configure systems zoning to reflect changes in the built

    environment around the pipeline.

    ii. Customer Support/Help Desk - The selected vendor shall provide a 24x7 operations &maintenance help desk support throughout the contract period, for a minimum period of 5years, including the AMC period.

    5.7 Exclusions from Scope of Services

    i. OFC (Max. 2 No. of Cores) required for sensing & data communication shall be provided byHPCL in its existing form.

    Note:

    1. Notwithstanding anything contained in this document, regardless of what appears in theindicative schedule of quantities, it shall be the responsibility of the vendor to supply, install,commission, test & maintain all the components required to make HPCL-PIPESENS a) total &fully functional b) function as per the functional requirements set in this document withoutany financial or any other obligation to HPCL.

    2. The Bidders scope for includes Design, Engineering, Procurement, Manufacture, Integration,

    Factory/Shop Testing, Packaging, Forwarding, Supply, Insurance, Custom clearance (if any),

    Unloading at site, Storage, Calibration, Field-testing, Installation/Erection, Pre-

    commissioning, Commissioning, Stabilization of the complete system, supply of Spares,

    Documentation etc. on a turnkey basis for successful operation of HPCL-PIPESENS. The

    complete requirements shall be executed on a turnkey basis with single point responsibility.3. All tools & tackles including, PPE, ladders, scaffolding, structural steel or consumables like

    cable glands, cable ties, lugs, ferules, tag plate etc.. which are not mentioned, but requiredfor carrying out the work in uninterrupted manner, shall be provided by the bidder.

  • 7/25/2019 Intrusion Tender Hpcl 2013

    14/132

    14

    6.SYSTEM DESCRIPTION

    a. The system shall be a fiber-optic intrusion detection system for promoting pipeline security.

    b. The system shall use the existing buried fiber-optic cable as the vibration sensor & for data

    communication.c. The system shall incorporate rack-mounted instrumentation (head end) located at an indoor

    equipment room.

    d. The system shall require no electrical power in the field.

    e. The system shall be capable of monitoring changes in the optical signal resulting from thevibration of the sensor.

    f. The system shall be capable of detecting ground vibrations associated with Third PartyInterference.

    g. The system shall be capable of locating the point of interference.

    h. The system shall provide a PC-based operator interface with graphical alarm annunciation atthe head end.

    i. The system shall be capable of communicating alarm information to local or remoterecipients via computer network.

    j. The system shall have capability to add various signatures to its signatures library &subsequently detect/identify the same.

    k. It is desirable to have features to track the pigging activities of the pipeline operation in thegiven section of RBPL ie from SV 5 to Bahadurgarh

    l. It is desirable to have an application/module to detect the pipeline leak in the given sectionof RBPL ie from SV 5 to Bahadurgarh

    However item no. k & l are not mandatory ,and will not be considered as a rejection criteriafor either technical bid evaluation or price bid evaluation

    6.1 SYSTEM PERFORMANCE

    6.1.1Detection Principles

    1. The system shall sense the changes in the optical signal resulting from the minute relativemotion of the fiber strands within the fiber-optic sensor cable.

    2. The system shall monitor the optical signal continuously.

    3. Sensitivity of the fiber-optic sensor shall be continuous and uniform across its entire length.

    4. Location of a disturbance along the sensor length shall be determined from the time ofarrival of the changed optical signal.

    6.1.2Probability of Detection

    1. The system shall generate and report an alarm with greater than 95% probability for anisolated non-stealthy excavation attempt in the area directly above the sensor cable, beforesuch excavation reaches the cable.

    2. Such attempts shall include

    a. Digging using excavation equipment

    b. Manual digging

  • 7/25/2019 Intrusion Tender Hpcl 2013

    15/132

    15

    6.1.3Time to Detection

    1. The system shall be capable of generating an alarm within thirty seconds from the onset ofan intrusion attempt that involves a disturbance of the sensor cable.

    6.1.4 Accuracy of Intrusion Location

    The location along the fiber-optic sensor cable of an isolated intrusion attempt shall be determinedand reported with an absolute accuracy better than 10 meters in 95% of detected intrusion attemptsfor a standard installation.

    6.1.5 False Alarms

    The false intrusion alarms generated due to occurrences other than sensor cable motion / vibrationshall be limited to less than 5% of total intrusion alarm per month of continuous operation.

    6.1.6Nuisance Alarms

    1. The system shall be immune to nuisance alarms and performance degradation originatingfrom electromagnetic and radio-frequency interference in the field.

    2. The system shall be intrinsically capable of rejecting nuisance alarms due to moderate non-localized environmental disturbances.

    3. The system shall be capable of rejecting low-level localized or semi-localized disturbancessuch as those created by small animals or nearby vehicle traffic.

    4. The system shall employ adaptive filtering algorithms to minimize the rate of environmentalalarms.

    6.2Functional Specifications

    1. Third-party Intrusion Detection System (HPCL-PIPESENS) shall meet the following functionalrequirements:

    2. HPCL-PIPESENS shall detect, classify & locate any third-party intrusion attempt (e.g.movement of objects along or crossing the pipeline route, manual or mechanical excavationattempt ) on a continuous & real time basis around the pipeline using the existing opticalfiber cable as the sensor in a single distributed sensing system .

    3. The system shall be impervious to linear variation along the length of the sensor (strongsignals near the sensor do not prevent distant quiet signals further along the sensor frombeing received), impervious to external jamming or interference from electromagneticradiation and intrinsically safe

    4. Involving no active electronics or electrical signal.

    5. All attempts of intrusion & conditions of concern shall be detected in all weather conditions.

    6. HPCL-PIPESENS shall detect, recognize & locate multiple simultaneous conditions/ events/intrusions.

    7. Shall have capability to tailor alarms according to the local environment

  • 7/25/2019 Intrusion Tender Hpcl 2013

    16/132

    16

    8. Shall be flexible to add, update & optimize event recognition libraries and configure systemszoning to reflect changes in the built environment around a pipeline.

    9. Shall offer system performance as follows:

    I. The system shall detect/recognize the Third-party interference in less than 30 seconds.

    II. The accuracy of location of events shall be less than 10m.

    III. Minimum performance expectations wrt detection range from a standard soil shall be

    i. Personnel Walking within Minimum 5m from pipeline

    ii. Manual Digging within Minimum 10m from pipeline

    iii.Moving Vehicle within Minimum 15m from pipeline

    iv. Excavator (medium weight) within Minimum 20m from pipeline

    IV. Enable detection and distinguishing of multiple simultaneous events more than two

    meters apart along the entire fibre cable, without any confusion between differentlocations.

    6.3 Technical Specifications

    6.3.1 Monitoring Technology

    The pipeline intrusion detection system shall use one of the unused fibers in existing 12 core single-mode optical fiber cables and the monitoring shall be based on distributed acoustic sensingphilosophy.

    The HPCL-PIPESENS shall consist of two elements: an optical fiber cable and the controller unit whichshall be connected to one end of the fiber and sends a pulsed laser into the fiber, and shall analyzethe reflected signals.

    The system shall operate using the high sensitivity of optical fiber interferometers with the high

    spatial resolution of short pulse optical time domain reflectometry in single-mode optical fiber.

    Noises or vibrations reaching the fibre will create an intrinsic property change and alter the phase of

    the back-scatter from the laser pulses. These effects shall be detected at each meter along its length,

    located and analysed and shall be automatically notified to relevant personnel by the HPCL-PIPESENS

    system.

    HPCL-PIPESENS shall enable detection and distinguishing of multiple simultaneous events more than

    two meters apart along the entire fibre cable, without any confusion between different locations.

    The HPCL-PIPESENS shall provide real-time acoustic based integrity assessment of the entire pipelinelength for monitoring the third party interference. It shall utilize signal characterization and analysissoftware tools to report any significant changes.

    The features of the system shall be as follows:

    Fully distributed over entire fiber cable length

    Real time detection, location and notification to any desired monitoring location

  • 7/25/2019 Intrusion Tender Hpcl 2013

    17/132

    17

    No field electronics or power required to the cable

    High spatial discrimination

    Single-ended measurement mode

    The system shall be configured to identify acoustic or vibration events at less than 2 metersspatial

    resolution. The HPCL-PIPESENS shall have superior sampling frequency to detect an acoustic eventsuch as potential third party interference within 30 second of the actual event.

    The HPCL-PIPESENS shall have monitoring in a 1+1 configuration ie at Raman Mandi and atBahadurgarh (both of them synchronized over OFC Ethernet channels). The storage of alarms &events or any other system data shall also be done in both the servers. The system shall also have acapability to synchronized among themselves after an OFC cut is restored.

    6.3.2 Central Controller

    The acoustic based central controller shall be mounted in a rack to be installed in the SV 6 of RBPL.

    The operating and environmental specification for the unit should be as described in the followingtable:

    Feature Value

    Fibre type Single mode 15xx ITU-T G.652 series

    Maximum fiber length 50 Km

    Number of channels per controller 2

    Operating temperature +5 to +40 C

    Power supply 42 VDC to 58 VDC. *

    Humidity 80% RH

    Front panel user interface Display & soft buttons

    Laser shutoff RequiredCommunications Ethernet

    Data storage eSATA / USB port for external HDD

    operating system Windows / Unix / Linux

    Diagnostics GUI based software from OEM

    Optical connectors E2000 Type

    Remote access Full remote control

    Certification UL, IEC, FCC and CE

    *HPCL power supply will be in this range. However, a stable converter to be supplied by thevendor to supply required AC to the units

    6.3.3 Data Storage and Communications Software

    The controller unit shall be provided with an integrated single-board-computer providing anexpandable 1TB of local data. The controller unit shall include Ethernet communications for transferof data and alarms.

    The Server unit shall automatically save and store historical data. The period of data storage shall beoperator configurable. History of entire events / waterfall should be able to played back anytime forlast 3 months of time period

    The controller unit shall be able to self-start and reconnect communications after power failure.When powered on, the controller unit shall auto load the operating system, application software

  • 7/25/2019 Intrusion Tender Hpcl 2013

    18/132

    18

    and database and commence normal operation. The controller unit shall then remain in normalworking operation.

    6.3.4 Software Interface

    A data server shall receive event notifications from the controller units along the pipeline and applyalgorithms and logic to the event to determine whether an alert should be raised.

    The user interface shall show a graphical representation of the pipeline and location. This graphiccan be either a Google satellite view or a topological diagram of the pipeline.

    The operator shall able to choose to view any individual segment of the pipeline, showing real-timefiber disturbances vs. distance and time. Alarms that are raised shall be shown on the map with anindication of the cause.

    The primary functions of the system are:

    Continuous monitoring of optical fiber

    Definition of zones and alarm thresholds

    Identification of any event disturbances that fall outside threshold limits

    Precise location of such an event disturbance.

    Identification of simultaneous multiple event disturbances

    Analysis and characterization of event disturbance data.

    Addition of new signatures to the library based on local conditions

    Extraction and transmission to a central monitoring system of vibration/sound file (resultingfrom an event disturbance) for further interpretation as necessary.

    Scheduling data storage and communications to host system

    Data output and alarm notification at the local as well as central location (Mumbai)

    Remote control System Health Check

    Multi-level password protection

    The HPCL-PIPESENS software shall provide a visual display showing the real-time condition of themonitoring fiber and an ability to have event disturbances trigger highly customizable notificationsto required personnel. This shall include a detailed zoom diagram to indicate specific features of thepipeline such as exposed sections, valves etc.

    The HPCL-PIPESENS software shall be web based to allow for remote monitoring on any computer /

    portable device with a web browser. Multiple personnel can simultaneously view any segment of the

    pipeline to ensure that the entire pipeline is being monitored. The notification shall consist of a mapdisplay of the pipeline pinpointing the location of the event disturbance, the time, magnitude and

    type. In addition, the notification can optionally include the sound file resulting from the

    disturbance, which can be listened to and/or graphically displayed.

    The system shall be able to raise & communicate alarms via annunciators, emails, SMS or auto-generatedcalls.

  • 7/25/2019 Intrusion Tender Hpcl 2013

    19/132

    19

    A. Defining Alarm Levels and Zones

    Multiple alarm zones shall be configured with the HPCL-PIPESENS, each zone having their ownunique multiple alarm types and parameters. The alarm types shall include some or all of thefollowing as relevant to the application:

    Vibration/sound amplitude

    Frequency characteristics

    Temporal and spatial distribution analysis

    B. System Alarms

    The controller units shall self-diagnose and self-test, providing warning alarms when system faultsare detected. A failure of the primary detection system or OFC cut shall also automatically raise analarm.

    C. Data Output and Alarm Notification

    Event disturbances shall be communicated and stored on the central server. If there are any network

    problems, the data associated with event disturbances shall be stored on a local hard drive until

    network communications are restored. Once data is stored on server, it shall be transferred using

    several options (Ethernet, CD-R/W, RS232, USB device etc.). The system shall be configured to

    display the alarm status on a screen, record the alarm condition in a log file, and communicate the

    alarm to another system (via Ethernet).

    D. Remote control

    The HPCL-PIPESENS software shall allow operators to remotely control the configuration and setupof the system using Ethernet channel. This shall allow for fine tuning of the system from a centralcontrol room rather than having to travel out to the controller units. All system parameters can beremotely adjusted based on observed results.

    E. Multi-Level Password Protection

    The interface shall be utilized to provide multi-level password protection to allow some users to

    display data whilst protecting the configuration of the system.

  • 7/25/2019 Intrusion Tender Hpcl 2013

    20/132

    20

    6.3.5 Indicative System Architecture

    SV -5 SV -6

    Raman Mandi

    Control Roomwith Secondary

    Server

    Bahadurgarh

    Control Room

    with MainServer

    40 KM

    Dual Channel

    Controller at

    SV 6

    40 KM

  • 7/25/2019 Intrusion Tender Hpcl 2013

    21/132

    21

    7. INSTRUCTIONS TO THE BIDDERS

    7.1Prequalification (Bid Qualification) criteria

    1. As per the audited balance sheet and Profit and Loss account, the average annual financialturnover during the last three financial years ending March 31st, 2013 (2012-13, 2011-12,2010-11) should be at least Rs. 1.34 crores.

    2. Bidders during the last seven years reckoned from 31-03-2013, should have successfullycarried out and completed any of the following jobs through a single work order

    1 similar completed work costing not less than Rs 3.56 crores OR USD 5.65 LAKHS

    2 similar completed works each costing not less than Rs 2.23 crores OR USD 3.54

    LAKHS

    3 similar completed works each costing not less than Rs. 1.78 crores USD 2.825

    LAKHS

    3. Similar work should be construed as Supply, Installation and Commissioning of an OFCbased Intrusion Detection System along Oil or Gas pipeline.

    Please note that it will be the sole responsibility of the bidder to ensure that all supportingdocuments in respect of the bidders prequalification criteria are submitted in the bid document.

    Important Note:If the documents i.e. Purchase Order/ Balance Sheets submitted by the bidder for

    BQC compliance are in foreign currency, then the same will be evaluated basis the currencyconversion rate (RBI reference rate)prevailing as on that date of the document. e.g. Date of

    purchase order etc.

    7.1.1Consortium

    1. Parties who are affiliates of one another can decide which affiliate will make a bid. Only one

    affiliate may submit a bid. Two or more affiliates are not permitted to make separate bids

    directly or indirectly. If 2 or more affiliates submit a bid, then any one or all of them are

    liable for disqualification. However unto 3 affiliates may make a joint bid as a consortium,

    and in which case the conditions applicable to a consortium shall apply to them.

    2. Affiliate of a Party shall mean any company or legal entity which:a. controls either directly or indirectly a Party, or

    b. which is controlled directly or indirectly by a Party; or

    c. is directly or indirectly controlled by a company, legal entity or partnership which

    directly or indirectly controls a Party.

    3. Control means actual control or ownership of at least a 50% voting or other controlling

    interest that gives the power to direct, or cause the direction of, the management and

    material business decisions of the controlled entity.

    4. Bids may be submitted by:

    a. a single person/ entity (called sole bidder);

  • 7/25/2019 Intrusion Tender Hpcl 2013

    22/132

    22

    b. a newly formed incorporated joint venture (JV) which has not completed 3 financial

    years from the date of commencement of business;

    c. a consortium (including an unincorporated JV) having a maximum of 3 (three)

    members;

    d. an Indian arm of a foreign company.

    5. Fulfilment of Eligibility criteria and certain additional conditions in respect of each of the

    above 4 types of bidders is stated below, respectively:

    a. The sole bidder (including an incorporated JV which has completed 3 financial years

    after date of commencement of business) shall fulfil each eligibility criteria.

    b. In case the bidder is a newly formed and incorporated joint venture and which has

    not completed three financial years from the date of commencement of business,

    then either the said JV shall fulfil each eligibility criteria or any one constituent

    member/ promoter of such a JV shall fulfil each eligibility criteria. The roles and

    responsibilities of each of the members of the JV shall be clearly identified in theform of a written guarantee. The guarantee shall cover inter alia the commitment of

    the member/promoter to complete the entire work in all respects and in a timely

    fashion, being bound by all the obligations under the contract, an undertaking to

    provide all necessary technical and financial support to the JV to ensure completion

    of the contract when awarded, an undertaking not to withdraw from the JV till

    completion of the work, etc.

    c. In case the bidder(s) is/are a consortium (including an unincorporated JV), then the

    following conditions shall apply:

    i. Each member in a consortium may only be a legal entity and not an

    individual person;

    ii. the Bid shall specifically identify and describe each member of the

    consortium;

    iii. the consortium member descriptions shall indicate what type of legal entity

    the member is and its jurisdiction of incorporation (or of establishment as a

    legal entity other than as a corporation) and provide evidence by a copy of

    the articles of incorporation (or equivalent documents);

    iv. One participant member of the consortium shall be identified as the Prime

    member and contracting entity for the consortium;

    v. This prime member shall be solely responsible for all aspects of the

    Bid/Proposal including the execution of all tasks and performance of all

    consortium obligations;

    vi. the prime member shall fulfil each eligibility criteria;vii. A commitment shall be given from each of the consortium members in the

    form of a letter signed by a duly authorized officer clearly identifying the

    role of the member in the Bid and the members commitment to perform all

    relevant tasks and obligations in support of the Prime/lead member of the

    Consortium and a commitment not to withdraw from the consortium;

    viii. No change shall be permitted in the number, nature or share holding pattern

    of the Consortium members after pre-qualification, without the prior

    written permission of HPCL.

  • 7/25/2019 Intrusion Tender Hpcl 2013

    23/132

    23

    ix. No change in project plans, timetables or pricing will be permitted as a

    consequence of any withdrawal or failure to perform by a consortium

    member;

    x. No consortium member shall hold less than 25% stake in a consortium;

    xi. Entities which are affiliates of one another are allowed to bid either as a sole

    bidder or as a consortium only;

    xii. Any person or entity can bid either singly or as a member of only one

    consortium.

    d. In case the bidder is an Indian arm (subsidiary, authorized agent, branch office or

    affiliate) of a foreign bidder, then the foreign bidder shall have to fulfil each

    eligibility criteria. If such foreign company desires that the contract be entered into

    with the Indian arm, then a proper back to back continuing (parent company)

    guarantee shall be provided by the foreign company clearly stating that in case of

    any failure of any supply or performance of the equipment, machinery, material or

    plant or completion of the work in all respects and as per the warranties/ guarantees

    that may have been given, the foreign company shall assume all obligations under

    the contract. Towards this purpose, it shall provide such comfort letter/guarantees

    as may be required by HPCL. The guarantees shall cover inter alia the commitmentof the foreign company to complete the entire work in all respects and in a timely

    fashion, being bound by all the obligations under the contract, an undertaking to

    provide all necessary technical and financial support to the Indian arm or to render

    the same themselves so as to ensure completion of the contract when awarded, an

    undertaking not to withdraw from the contract till completion of the work.

    7.2Special Instructions for International Bidders

    The following provisions are binding for all international bidders, quoting directly to HPCL in foreign

    currency.

    7.2.1 Prequalification Criteria

    The conversion of bidder companys turnover & completed value of orders in USD to INR will be

    done on the basis of TT selling rates on the date of as available in State Bank of India, Mumbai onthe date of un-priced bid opening. In case, exchange rate is not available in State Bank of India(Mumbai), alternative sources viz. Economics Times shall be considered for all the currencies.

    7.2.2 Commercial Proposal Format

    In their commercial proposal, foreign bidders shall include all the applicable charges like freight

    (marine & inland), insurance (marine & inland), port levies & port handling charges (load port &disport), applicable taxes and any other charges like LOC etc., to ensure that the quoted price is anet delivered price for HPCL.

  • 7/25/2019 Intrusion Tender Hpcl 2013

    24/132

    24

    7.2.3 Format of EMD BG, CPBG & CAMC BG

    1. The Bid Security shall be in the form of an irrevocable Bank Guarantee (as per Annexure) issuedby any Indian Scheduled Bank (other than Co-operative Bank) or by a reputed International Bank

    duly confirmed by an Indian Bank, acceptable to HPCL. Bid Security shall be issued in favour ofM/s Hindustan Petroleum Corporation Limited.

    2. The CPBG & the CAMC BG shall be in the form of an irrevocable Bank Guarantee (in the formatat Annexure) issued by any Indian Scheduled Bank (other than Co-operative Bank) or by a

    reputed International Bank duly confirmed by any scheduled Indian Bank. Bank Guarantee shallbe issued in favour of M/s Hindustan Petroleum Corporation Limited.

    7.2.4 Commercial Bid Evaluation

    Conversion to Single Currency: To facilitate evaluation & comparison, HPCL shall convert all Bidprices of foreign bidders expressed in USD, to Indian Rupees at the TT selling rates on the date of the

    Un priced Bid opening, as available in State Bank of India, (Mumbai). In case, exchange rate is notavailable in State Bank of India (Mumbai), alternative sources such as the Economics Times shall be

    considered for all the currencies.

    7.2.5 Prices

    Foreign bidders shall quote their prices in US Dollars. For component of services (Supervision of

    Installation & Commissioning, AMC) to be rendered in India, the bidders shall quote in Indianrupees

    only. The Indian component of prices shall be inclusive of all Indian taxes, duties, levies, etc.and also

    no taxes, duties, levies and /or any variation thereof shall be payable by HPCL. It will be the

    responsibility of the bidder to pay applicable service tax to Government of India (GOI) as perprevailing rates. HPCL shall deduct applicable taxes and deposit the same to the concerned

    departments of the GOI before making payment to the successful bidder. Certificate for such

    statutory deductions shall be provided to the successful bidder.

    7.2.6 Payment

    1. All foreign currency payments (for supplies) to foreign Bidder shall be released through an

    irrevocable Letter of Credit, which shall be opened through Govt of India Nationalized Bank and

    hence shall not be confirmed. In case any Bidder insists on confirmation, charges towards

    confirmation shall be borne by him. LC shall be established within 30 days after receipt of

    unconditional acceptance of Letter/ Fax of Intent together with Contract Performance BankGuarantee.

    2. All remittance of Rupee component shall be made directly to the bidder, payable within Indiaagainst Bills duly certified by the Bidder. For this purpose, bidder shall undertake necessaryformalities including opening of bank account in India. All connected liabilities on account of thisshall be to bidders account.

    3. Only the charges of HPCLs Bank in India shall be to HPCLs account. All other Bank chargesincluding those in Bidders country shall be to Bidders account.

  • 7/25/2019 Intrusion Tender Hpcl 2013

    25/132

    25

    4. All payments shall be made in the Currency quoted (USD / INR).

    5. No Interest charges for delay in payments, if any, shall be payable by HPCL.

    6. No variation in payment terms shall be accepted for Foreign Bidders and deviation from abovewill make their bid NON-RESPONSIVE.

  • 7/25/2019 Intrusion Tender Hpcl 2013

    26/132

    26

    8. BID SUBMITTAL

    8.1 General Instructions

    DETAILS OF BID DOCUMENT

    BID DOCUMENT NO : 13000164-HD-10002

    BID DUE DATE & TIME: UP TO 1500 HOURS OF 20.11.2013

    OPENING OF BID SECURITY & UNPRICE BID: AT 15.30 HOURS OF 20.11.2013 BID DOCUMENT FEE : NIL

    BID SECURITY:

    Bid Security shall be as below:

    Indian Bidder : INR 8,92,000/-

    Foreign Bidder : USD 16140 (Rs 63/USD)

    TENDER FEE: : NIL

    1. Bidder can download the Bid Document from HPCLs website

    http://www.hindustanpetroleum.com. Bidder shall intimate in writing his intent toparticipate after downloading the document.

    2. Corrigendum(s), if any, shall also be available on the referred web sites.

    3. No extension in the bid due date shall be considered on account of delay in receipt of biddocument by mail. Bids received after stipulated due date and time, due to any reasonswhat-so-ever, including postal delays, will not be considered.

    4. Request for extension of tender submission due date, if any, received from bidders within 72hours of tender submission due date / time, shall not be considered.

    5. The bidders have to quote for each line item mentioned in the schedule of quantities. Partialquotes will be summarily rejected.

    6. Bids complete in all respects should reach HPCL's office on or before the BID DUE DATE ANDTIME. Fax/Telex/Telegraphic bids/E-Mail bids shall be rejected.

    7. FOREIGN BIDDERS ARE REQUIRED TO SUBMIT THEIR BIDS THROUGH THEIR COURIER /FREIGHT FORWARDING AGENTS ON FREE DOMICILE SHIPMENT BASIS (WHERE ALL THECHARGES INCLUDING CUSTOMS DUTY TO BE BORNE BY THE BIDDER) ON FREE DELIVERY TOHPCL.

  • 7/25/2019 Intrusion Tender Hpcl 2013

    27/132

    27

    7. Tender document complete in all respects must be submitted in the tender box provided atthe below mentioned address before due date and time

    Deputy General Manager-Procurement

    Hindustan Petroleum Corporation Limited2

    ndFloor, Gresham Assurance Building

    Sir P.M.Road, Fort, Mumbai 400 001 INDIA

    8. OPENING OF BIDS

    Bids will be opened at HPCL, Gresham Assurance Building, (Gresham Assurance House), 2nd

    Floor, Sir P. M. Road, Fort, Mumbai400001, in the presence of bidders/bidders authorizedrepresentatives (duly authorized by a competent person and having the letter of authority).

    8.2Proposal format & contents

    1. HPCL discourages lengthy and costly proposals. Proposals should be prepared simply &economically and provide a straightforward, concise description of the Bidders capabilities

    to satisfy the requirements of this tender. Emphasis should be on completeness and clarityof content.

    2. Bidders must follow all formats and address all portions of the tender set forth herein,including all the Corrigenda issued, providing all information requested. Bidders may retypeor duplicate any portion of this Tender Document for use in responding to the tender,

    provided that the proposal clearly addresses all of HPCL's information requirements.

    3. Bidders must respond to every section/subsection of this document under the Technical

    (Unpriced) Proposal. All information presented in a proposal must be relevant in response to

    a requirement of this document, must be clearly labeled, and, if not incorporated into the

    body of the proposal itself, must be referenced to and from the appropriate place within the

    body of the Proposal. Any information not meeting these criteria shall be deemed

    extraneous and shall in no way contribute to the evaluation process.

    4. All responses, as well as any reference material presented, must be written in English. Allproposal pages must be numbered & sections appropriately crossreferenced in the Table of

    Contents.

    5. Commercial Proposal and pricing information shall not be included in the Technical Proposal.Inclusion of Commercial Proposal amounts in the Technical Proposal shall make the proposalnonresponsive and the proposal shall be rejected.

    6. The unpriced bid shall contain a table mentioning various extra charges, taxes & duties inpercentages to be loaded on specific price break-ups. A detailed format of such declarationhas been provided in Annexure IV (For Indian Bidders) & Annexure V (For Foreign Bidders).

    7. Bidders shall provide a detailed table of contents and compliance chart (as per the checklist

    provided in Annexure IX) for their proposals with correct references to the page numbers.

  • 7/25/2019 Intrusion Tender Hpcl 2013

    28/132

    28

    8. Bidders must organize their Technical Proposals as defined below to ensure consistency andto facilitate the evaluation of all responses. All the sections listed below must be included in

    the proposal, in the order presented with the Section Number listed. The information

    provided herein should unambiguously enable HPCL to evaluate the prequalification of the

    bidder as per this tender document, as well substantially aid the technical evaluation

    process. The required proposal sections are:

    i. Table of Contents: A table of contents providing a listing for each section of theproposal is required, including the appendices and any additional materialsubmitted.

    ii. Executive Summary: The executive summary should provide a concisesummarization of the products and services being proposed to meet HPCLs needs

    and why it is the solution HPCL should decide to implement. The Bidder should alsosummarize how largescale, government, public sector and private business use this

    product and how this experience indicates that the Bidders solution is suitable for

    HPCL.

    iii. Company Overview: This section should provide information about the Bidderscompany, services, and corporate structure including an organizational review, key

    contacts, and customer relations. This section must include the followinginformation:

    a. A brief description of the company

    b. Company history

    c. Current size of company

    d. Company location

    e. Length of time in business

    f. Length of time providing type of service outlined in this proposal

    g. Pre-qualifications of the company to respond to this tender

    h. Names, addresses, telephone numbers, email addresses of principalcompany contacts for this RFP response.

    iv. Experience and References: In this section, the bidder should discuss the firmsexperience in executing similar projects.

    References must include:

    Contact NameContact Address

    Contact Telephone NumberContact Email Address

    v. Proposed System Overview: A brief description of the proposed system must beprovided so that HPCL can gain a basic understanding of the standard capabilities of

    the system. System strengths and weaknesses should be clearly noted. The system

    overview should include a detailed system description, detailed system architecture

    diagram showing part numbers used, detailed specifications and quantities of parts /

    components used and solution features etc.

  • 7/25/2019 Intrusion Tender Hpcl 2013

    29/132

    29

    vi. Compliance/Exception to Specifications (Annexure XII) : Although the specifications

    in the requirements section represent HPCLs anticipated needs, there may be

    instances in which it is in HPCLs best interest to permit exceptions to specifications

    and accept alternatives. It is extremely important that Bidders make very clear

    where an exception is taken to the specifications and how alternatives will be

    provided. Therefore, exceptions, conditions, or qualifications to the provisions of

    HPCLs specifications must be clearly identified as such, together with the reasons,

    and inserted in this section of the proposal. If the Bidder does not make it clear that

    an exception is taken, HPCL will assume the proposal is responding to and will meet

    the specification as written. If, during the technical evaluation, HPCL finds out that

    some exception was not recorded with the sole intention of misguiding the Technical

    Evaluation Committee, HPCL may decide, at its sole discretion, to treat such proposal

    as non-responsive.

    vii. Additional Information: All additional information the Bidder deems as pertinent to

    their proposal, must be included in this section. This includes quality certificates,

    documentary evidences of various claims made, Manufacturer Authorization Letters

    (from the OEMs of all the system components), technical sheets & any other

    document required to be furnished under various sections of this RFP. This section

    may also include test reports, marketing materials, case studies etc. Please note that

    all the MAFs are mandatory and should specifically be marked to HPCL. A format for

    the MAF is provided in Annexure XI.

    a. The following documents are required to be submitted along-with the Technical Proposal.Non submission of any of the documents may result in the proposal being treated as non-responsive.

    i. Manufacturers Authorization Letter

    ii. Declaration that they have not been banned/delisted/blacklisted

    8.3Two Bid System1. Bidders are required to submit their offer in 2 (Two) bids, namely Technical (Unpriced)

    Bid &Commercial (Priced) Bid.

    2. The bidder is expected to examine all instructions, forms, terms and specifications in the

    bid document. The Invitation for Bids (IFB) together with all its attachments thereto, shall

    be considered to be read, understood and accepted by the bidder, unless deviations are

    specifically stated seriatim by the bidder. Failure to furnish all information required by the

    bid document or submission of a bid not substantially responsive to the bid documents in

    every respect will be at bidders risk and may result in the rejection of his bid.

    3. Bids shall be submitted separately in THREE PARTSin sealed envelopes super scribed withthe Bid Document number, bid due date and time, item and nature of bid & the name andaddress of the Bidder as under:

    Part - I (Envelope No. 1): Bid Security/EMD & Tender Fee:

    Part - II (Envelope No. 2): Unpriced Bid:

    Part - III (Envelope No. 3): Priced Bid:

  • 7/25/2019 Intrusion Tender Hpcl 2013

    30/132

    30

    4. The envelopes containing Part -I, Part -II, Part -III of bid shall be enclosed in a largerenvelope duly sealed and pasted and shall bear the Bid Document number, bid due dateand time, item and nature of bid & the name and address of the Bidder.

    5. Bidder to note that if Bid Security /EMD (in the proforma attached with these documents)

    in original and/or Bid document fee (if the Bid Document is downloaded) is kept in anyother envelope and not found in envelope no. 1 or 2, the offer of the bidder(s) will beREJECTED during opening.

    6. Bidder to note that prices are to be quoted in the Format provided in the price schedule

    formats provided along with the tender and as given in Annexure II (For Indian Bidders) &

    Annexure III (For Foreign Bidders) without any conditions. Price bids submitted in any

    other format and conditional price bids will be liable to be rejected. Price bids received in

    open condition (not in sealed envelope) or kept in any other Part of the bid (i. e, Part - I or

    II) will also be liable for rejection. Kindly note that the components mentioned in the

    indicative Schedule of Quantities are indicative in nature & the bidders should indicate the

    exact components, their quantities & unit prices in their unpriced/technical proposals

    only. Every single component (both supply & services) shall be separately listed & quoted

    for, please note.

    7. If the outer envelope is not sealed and not marked as required, HPCL will assume noresponsibility for the Bid's misplacement or premature opening.

    8. Bidders in their own interest shall ensure that they send their bid complete in all respectswell in time to reach the specified office within the specified bid due date and time. Norelaxation shall be given for delay due to any unforeseen event in submission of bid.

    9. Bid Security (EMD) strictly in the proforma attached (Annexure VIII) with these documentsshall be submitted in Original along with the Bid. Bids received without original bidsecurity, shall not be opened for evaluation.

    10.Tender document complete in all respects must be submitted in the tender box providedat the below mentioned address before due date and time

    Dy. General Manager-PurchaseHindustan Petroleum Corporation Limited

    2nd

    Floor, Gresham Assurance BuildingSir P.M.Road, Fort, Mumbai 400 001 INDIA

    11.The bid prepared by the Bidder and all correspondence/ drawings and documents relatingto the bid exchanged by Bidder and the Owner shall be written in ENGLISH language,

    provided that any printed literature furnished by the Bidder may be written in another

    language so long as accompanied by an ENGLISH translation, in which case, for thepurpose of interpretation of the bid, the ENGLISH translation shall govern.

    12.The bid shall be typed or written in indelible ink and shall be signed by the Bidder or aperson or persons duly authorized to sign on behalf of the bidder on all pages of the bid.Such authorization shall be indicated by written Power of Attorney accompanying the bid.

  • 7/25/2019 Intrusion Tender Hpcl 2013

    31/132

    31

    The name and position held by each person signing must be typed or printed below thesignature. The person or persons signing the bid shall initial all pages of the bid, except forun-amended printed literature.

    13.Addenda/Corrigenda to the Bid Document, if issued, must be signed and submitted alongwith the bid.

    14.All the pages of the priced bid shall be signed by the authorized signatory. In case all thepages of the priced bids are not signed, the bid shall be rejected.

    15.Each Bidder shall submit only one bid. A Bidder who submits more than one bid will berejected.

    16.On the day and time of bid opening, Bid security/EMD (Envelope 1) and Unpriced Bid(Envelope 2) shall be opened in presence of bidders.

    17.The Bidders representatives, who are present, shall sign a register/attendance sheetevidencing their attendance.

    18.The Bidder(s) names, presence or absence of requisite bid security will be announced atthe opening.

    19.Bidder (s), whose bids are not opened for any reason, including non receipt of original bidsecurity, will not be allowed to be present during bid opening.

    20.Only those bidders whose bids meet the qualification criteria and are technically

    acceptable shall be called for opening of Priced bid (Envelope 3) at a later date, informedat least 3-days in advance.

    21.The Bidders representatives, who are present, shall sign a register/ attendance sheetevidencing their attendance.

    22.Bidder(s), whose bids are not opened for any reason, will not be allowed to be presentduring bid opening.

    8.4Schedule of Tender/Project Events

    Following table shows the schedule of important events associated with this tender. Please note thatHPCL may, under unavoidable circumstances, modify/change the schedule at its sole discretion. All

    such modifications/changes shall be posted on HPCL website. Bidders are, therefore, advised to visitthe website regularly to keep abreast with the latest updates, if any.

    Important Events Schedule

    Date of publication of NIT 07.10.13

    Date & Time of Voluntary Prebid Meeting 23.10.2013: 11:00 hrs

    Last Date for Submission of Tender 20.11.2013; 15:00 hrs

  • 7/25/2019 Intrusion Tender Hpcl 2013

    32/132

    32

    Date & Time of Technical (Unpriced) Bids Opening 20.11.2013; 15:30 hrsDate of completion of Technical Evaluation T+60 daysProbable Date of Commercial (Priced) Bid Opening & T+81 daysRelease of LoI

    Completion of Project T+216 daysProject Stabilization T+261

    8.5 Validity

    All quoted prices & rates shall be firm & valid for a minimum period of 120 daysfrom the due dateof Bid submission/ extended due date

    8.6 Earnest Money Deposit (EMD)

    An EMD of INR 8,92,000/- (Rupees Eight Lakhs Ninety Two Thousand Only) or USD 14,160/- in

    favour of Hindustan Petroleum CorporationLimited shall be submitted along with the tender in linewith provisions of the General Terms &Conditions attached to this tender.

    8.7 Acceptance / Rejection of bid part or full

    HPCL reserves the right to accept any tender in whole or in part or, reject any or all tenders withoutassigning any reason whatsoever. Further, HPCL shall not be bound to accept the lowest tender and

    reserves the right to accept any or, more tenders in part. Decision of HPCL in this regard shall be finaland no disputes can be raised.

    8.8Pre-Bid Meeting

    1. Voluntary Pre-bid meeting will be organized as per the schedule mentioned in the Scheduleof Tender Events section of this document. The time, date & place of the pre-bid meeting

    shall be as per the tender notice. During the pre-bid meeting, salient features of the tender

    will be informed and techno-commercial clarifications pertaining to the tender will be

    answered.

    2. However, participation in the pre-bid meeting is optional to the bidders, and non-participation in the Pre-bid meeting will not be construed as likely non-participation of thebidder in the tender.

    3. The language of communication for the pre-bid meeting shall be English & Hindi. However,the minutes & the clarifications shall be made in English language only. All the issues &discussion happened during the meeting shall be noted & properly addressed while issuingthe clarifications.

  • 7/25/2019 Intrusion Tender Hpcl 2013

    33/132

    33

    4. The minutes of the pre-bid meeting & HPCL clarifications on the queries raised during themeeting will be posted on the HPCL website.

    8.9Bidders Commitment

    1. Proposals submitted in response to this invitation will be considered as a contractuallybinding undertaking on the part of the Bidder, should the Bidders proposal be found

    acceptable to HPCL.

    2. All materials received by HPCL as a result of this Bid become the property of HPCL andare not returnable. HPCL accepts no financial responsibility for any cost incurred by anyBidder in responding to this Bid. Regardless of the Bidder being selected or not, HPCL

    reserves the right to use any information presented in the Bid to HPCLs requirement.

    3. Proposals submitted in response hereto should not be construed as an obligation on the

    part of HPCL to award the Order for any or all items/services or a combination ofservices or items.

    4. The bids submitted by the bidders should be clear & unambiguous. Non specification ofthe Make & Model of the product/s offered as a part of the proposed solution ORspecifying multiple brands shall be treated as an intentional ambiguity kept with themalafide intention of post-award changes & shall be considered non-responsive.

    8.10Integrity Pact

    Bidders should sign the Integrity Pact (As per the format provided by HPCL) with HPCL.

    8.11Arbitration clause for Indian Bidders

    1. All disputes and differences of whatsoever nature, whether existing or which shall at any

    time arise between the parties hereto touching or concerning the agreement, meaning,

    operation or effect thereof or to the rights and liabilities of the parties or arising out of

    or in relation thereto whether during or after completion of the contract or whether

    before after determination, foreclosure, termination or breach of the agreement (other

    than those in respect of which the decision of any person is, by the contract, expressed

    to be final and binding) shall, after written notice by either party to the agreement to

    the other of them and to the Appointing Authority hereinafter mentioned, be referred

    for adjudication to the Sole Arbitrator to be appointed as hereinafter provided.

    2. The appointing authority shall either himself act as the Sole Arbitrator or nominate some

    officer/retired officer of Hindustan Petroleum Corporation Limited (referred to as owner

    or HPCL) or a retired officer of any other Government Company in the Oil Sector of the

    rank of Ch. Manager & above or any retired officer of the Central Government not below

    the rank of a Director, to act as the Sole Arbitrator to adjudicate the disputes and

    differences between the parties. The contractor/vendor shall not be entitled to raise any

    objection to the appointment of such person as the Sole Arbitrator on the ground that

    the said person is/was an officer and/or shareholder of the owner, another Govt.

    Company or the Central Government or that he/she has to deal or had dealt with the

  • 7/25/2019 Intrusion Tender Hpcl 2013

    34/132

    34

    matter to which the contract relates or that in the course of his/her duties, he/shehas/had expressed views on all or any of the matters in dispute or difference.

    3. In the event of the Arbitrator to whom the matter is referred to, does not accept the

    appointment, or is unable or unwilling to act or resigns or vacates his office for anyreasons whatsoever, the Appointing Authority aforesaid, shall nominate another personas aforesaid, to act as the Sole Arbitrator.

    4. Such another person nominated as the Sole Arbitrator shall be entitled to proceed with

    the arbitration from the stage at which it was left by his predecessor. It is expressly

    agreed between the parties that no person other than the Appointing Authority or a

    person nominated by the Appointing Authority as aforesaid, shall act as an Arbitrator.

    The failure on the part of the Appointing Authority to make an appointment on time

    shall only give rise to a right to a Contractor to get such an appointment made and not

    to have any other person appointed as the Sole Arbitrator.

    5. The Award of the Sole Arbitrator shall be final and binding on the parties to theAgreement.

    6. The work under the Contract shall, however, continue during the Arbitrationproceedings and no payment due or payable to the concerned party shall be withheld(except to the extent disputed) on account of initiation, commencement or pendency ofsuch proceedings.

    7. The Arbitrator may give a composite or separate Award(s) in respect of each dispute ordifference referred to him and may also make interim award(s) if necessary.

    8. The fees of the Arbitrator and expenses of arbitration, if any, shall be borne equally bythe parties unless the Sole Arbitrator otherwise directs in his award with reasons. The

    lumpsum fees of the Arbitrator shall be Rs. 40,000/- per case for transportation

    contracts and Rs. 60,000/- for engineering contracts and if the sole Arbitrator completes

    the arbitration including his award within 5 months of accepting his appointment, he

    shall be paid Rs. 10,000/- additionally as bonus. Reasonable actual expenses for

    stenographer, etc. will be reimbursed. Fees shall be paid stagewise i.e. 25% on

    acceptance, 25% on completion of pleadings/documentation, 25% on completion of

    arguments and balance on receipt of award by the parties.

    9. Subject to the aforesaid, the provisions of the # Arbitration and Conciliation Act, 1996 or

    any statutory modification or re-enactment thereof and the rules made thereunder,shall apply to the Arbitration proceedings under this Clause.

    10.The Contract shall be governed by and constructed according to the laws in force inIndia. The parties hereby submit to the exclusive jurisdiction of the Courts situated atMumbai for all purposes. The Arbitration shall be held at Mumbai and conducted inEnglish language.

    11.The Appointing Authority is the Director- Marketing of Hindustan Petroleum CorporationLimited.

  • 7/25/2019 Intrusion Tender Hpcl 2013

    35/132

    35

    8.12Arbitration clause for Foreign Bidders

    1. Disputes or difference arising out of or in relation to this agreement shall be settled byArbitration in India. The arbitration shall be by a Sole Arbitrator appointed by HPCL. The

    Sole Arbitrator will adjudicate the disputes and differences between the parties exceptthose in respect of which the decision of any person is by the agreement expressed tobe final and binding.

    2. In the event of the Sole Arbitrator to whom the matter is originally referred to, is unableto act or he/she vacates the office, HPCL, shall nominate another Sole Arbitrator tosettle the said disputes and differences.

    3. The second Sole Arbitrator shall be entitled to proceed with the arbitration from thestage at which it was left by his/her predecessor.

    4. The award of the arbitrator shall be final, conclusive and binding on all the parties to theagreement subject to the provisions of the # Arbitration & Conciliation Act, 1996, as in

    force in India and the rules made thereunder and for the time being in force. Thisagreement shall be covered by the laws of India.

    5. The award shall be made in writing and shall be published by the Sole Arbitrator withinsix months after entering upon reference or within such further time mutually extended

    by the parties. The Sole Arbitrator shall have power to order and direct the parties to

    abide by, observe and perform such directions as the Sole Arbitrator may think fit and

    proper to issue having regard to the fact that the arbitration proceedings have to be

    completed within the specified period solely on the principles of Natural Justice.

    6. The Sole Arbitrator shall be at liberty to appoint, if so necessary, any Accountant orEngineer or other person to assist him/her and act by the opinion so taken.

    7. The Sole Arbitrator shall have powers to make one or more awards whether interim orotherwise in respect of the disputes and differences, and in particular, shall makeseparate awards in respect of each claim or cross claim of the parties.

    8. The Sole Arbitrator shall be entitled to direct any of the parties to pay the cost ofarbitration in such a manner and to such an extent as the Sole Arbitrator may in his

    discretion determine and shall also be entitled to require one or both the parties to

    deposit funds in such proportions to meet the arbitration expenses. The parties toarbitration, whenever called upon to do so, shall be bound to comply with such

    directions without any demur.

    9. Notwithstanding anything contained to any other law, the parties hereby agree that thecourts in the city of Mumbai alone shall have jurisdiction in respect of all or anythingarising under this agreement and any award(s) made by the Sole Arbitrator hereundershall be filed in the court in the city of Mumbai only.

  • 7/25/2019 Intrusion Tender Hpcl 2013

    36/132

    36

    8.13Contact Details

    1. All general queries in connection with the tender process including submission of EMD /copies of documents in connection with credentials etc. shall be directed to :

    Dy. General Manager, Purchase, HPCLGresham Assurance Building,

    2nd

    Floor, Sir P.M. Road,Fort, Mumbai400001Telephone: +91-022-22608519/30

    All commercial queries shall be directed to

    S K RamtekeSr Manager Purchase

    2nd

    Floor, Sir P.M. Road,

    Fort, Mumbai400001Telephone: +91-022-22608519/30

    Email- [email protected] / [email protected]

    2. All technical queries / clarifications in connection with the scope of work, technical specs,pre-bid meeting, inclusion of brands, etc. shall be directed to:

    Sh. Arun Kr Mishra

    Chief Manager (Operations),

    HPCLMDPL Bahadurgarh Receiving Station,Near Asaudah Railway Station,Asaudah - 124505Email:[email protected]

    Sh. Apurv Rajendra Mishra

    Engg Maintenance,

    HPCL

    MDPL Bahadurgarh Receiving Station,Near Asaudah Railway Station,Asaudah - 124505Email:[email protected]

  • 7/25/2019 Intrusion Tender Hpcl 2013

    37/132

    37

    9.BID EVALUATION

    a. All proposals shall be reviewed to determine compliance with basic proposal requirementsas specified in this tender document. If HPCL determines that a proposal may be missing one

    or more such requirements, they shall review the proposal to determine:a. if it meets requirements for further evaluation;

    b. if HPCL shall request clarification(s) or correction(s); or

    c. if HPCL shall determine the proposal nonresponsive and reject it.

    b. HPCL reserves the right, at its sole discretion, to request clarifications of technical proposals

    or to conduct discussions for the purpose of clarification with any or all Bidders. The purpose

    of any such discussions shall be to ensure full understanding of the proposal. Discussions

    shall be limited to specific sections of the proposal identified by the Project Consultants and,

    if held, shall be after initial evaluation of Technical Proposals. If clarifications are made as aresult of such discussion, the Bidder shall put such clarifications in writing. HPCLs intent in

    this regard shall be communicated to the bidder/s at least 3 days in advance.

    c. Detailed technical evaluation of the proposals submitted by the bidder will be carried out byHPCL. The technical evaluation methodology/criteria is explained in detail in Annexure VI.Minimum 70% marks will be considered for further evaluation.

    d. HPCL may request:

    An interview and/or open forum meeting with the technical teams of the Bidders or theOEMs.

    A visit to the OEM facilities or reference sites as per the benchmarking schedules set

    with the individual bidder/s. A reference checking meeting with the clients provided by the Bidder.

    A visit to the office/facilities of the bidder.

    e. The commercial bids of only those companies that successfully meet technical criteria will beevaluated.

  • 7/25/2019 Intrusion Tender Hpcl 2013

    38/132

    38

    10. STANDARD CONTRACT TERMS

    10.1 Composite Performance Bank Guarantee (CPBG)

    The bidder(s) with whom the contract is decided to be entered into and intimation so given will have

    to make a Performance Bank Guarantee inclusive of Security Deposit for an amount equivalent to 10

    % of the Purchase Order / Contract value (excluding the CAMC value), which shall be valid for a

    minimum period of 3 months beyond the expiry of the CAMC period (Since the value of the BG for

    both performance as well as CAMC are equal to 10 % of PO value). The Bank Guarantee on stamp

    paper of requisite value shall be accepted only from Scheduled Indian Banks (other than co-

    operative banks). All Bank Guarantees shall be unconditional and encashable on presentation to the

    issuing Bank.

    In case successful bidder fails to submit a valid CPBG of required amount within 15 days from thedate of intimation of acceptance of its tender, HPCL reserves the right to cancel the order and forfeitits EMD. On receipt of CPBG, the EMD of the bidder will be returned by means of A/c Payee Cheque

    payable at Mumbai.

    10.2 Completion Schedule

    The entire work/ job should be completed within 6 monthsfrom the date of LOI or purchase order,including 45 days system stabilization period.

    10.3 Defect Liability Period / Warranty Period

    Unless specified separately for individual components for longer duration as per the SpecificationSheet, the entire system including all supplied materials shall be warranted for 24 months from the

    date of commissioning of the system covered under the purchase order. During the warranty period,

    the vendor shall be liable to replace / rectify any item / component / equipment found defective /

    malfunctioning. All spares & consumables required during the warranty period shall be under the

    scope of the vendor. The vendor shall arrange to rectify / replace the defective parts or, the

    complete set within 48 hours of such telephonic / email/fax intimation from the respective Location

    in-Charge or, the Project in-Charge of HPCL, failing which HPCL, in addition to a deduction of INR of

    1000/-per day of default, may get the defects rectified / replaced on its own or, by any other agency/

    party, debiting the cost to the vendor.

    The vendor shall ensure the presence of at least one exclusive service engineer at designated HPCLpremises during the warranty period. The service engineer shall be experienced and competent to

    handle all service queries related to hardware, software, networking & training requirements. The

    CV of the proposed service engineers may have to be submitted during the implementation stage.

    The vendor shall also ensure that a replacement engineer is provided within 2 days, in the case of

    extended absence from duty of a regular service engineer. Please note that all expenses of the

    service engineers, including salary & wages, statutory obligations, travel, lodging & boarding charges

    shall be borne completely by the vendor, during the warranty period.

  • 7/25/2019 Intrusion Tender Hpcl 2013

    39/132

    39

    Other conditions related to service expectations; penalty & spares during the warranty phase shallbe as per the CAMC conditions set forth in this document.

    10.4 Delay in Completion: Liquidated Damages

    In case of delay in execution of the order beyond contractual delivery date as stipulated in the orderHPCL at its option can either -

    i) Accept the delayed delivery on price reduced by sum equivalent to half percent (0.5%) of basic POvalue (excluding CAMC), per week of delay or part thereof, subject to a maximum of 5% of basic POvalue (excluding CAMC).

    OR

    ii) Cancel the order in part or full and purchase such cancelled quant