137
TENDER FOR SCHEDULE OF RATE (SOR) FOR MECHANICAL AND PIPING WORKS IN BPCL - MUMBAI REFINERY REQUEST FOR QUOTATION - CRFQ NO. 1000303440 (E-TENDER SYSTEM ID: 37559) Tender Calendar Details Stage Name Start Date End Date And Time Tender Release 05.04.2018 27.04.2018 (11:00 Hrs IST) Pre-bid Meeting 17.04.2018 at 09:00 Hrs (IST), Mumbai Refinery Pre-qualification bid opening 27.04.2018 (11:30 Hrs IST) ______ Technical Bid Opening Will be intimated _______ Priced Bid Opening Will be intimated ________

TENDER FOR SCHEDULE OF RATE (SOR) FOR … of the Bank- Standard Chartered Bank, M G Road, Address ... OISD-GDN-192 for Safety practices during ... 1.50 89002007 PIPING FILLET WELDG

Embed Size (px)

Citation preview

TENDER FOR SCHEDULE OF RATE (SOR) FOR MECHANICAL

AND PIPING WORKS IN BPCL - MUMBAI REFINERY

REQUEST FOR QUOTATION - CRFQ NO. 1000303440

(E-TENDER SYSTEM ID: 37559)

Tender Calendar Details

Stage Name Start Date End Date And Time

Tender Release

05.04.2018 27.04.2018 (11:00 Hrs IST)

Pre-bid Meeting 17.04.2018 at 09:00 Hrs (IST), Mumbai Refinery

Pre-qualification bid opening 27.04.2018

(11:30 Hrs IST) ______

Technical Bid Opening Will be intimated _______

Priced Bid Opening Will be intimated ________

NOTICE INVITING TENDER

CRFQ NO: 1000303440 – E-Tender System ID:37559

TENDER FOR SCHEDULE OF RATE (SOR) FOR MECHANICAL AND PIPING

WORKS IN BPCL MUMBAI REFINERY

1.0 INTRODUCTION:

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

of the leading petroleum refining and marketing company in India since its inception in

1956.

BPCL intends to finalize Schedule of Rate (SOR) Contracts for Mechanical and Piping

Works in Mumbai Refinery for a period of two years with an option to extend for one

more year.

2.0 E-TENDER

E-Bids in 3 parts are invited for the tender for “SCHEDULE OF RATE (SOR) FOR

MECHANICAL AND PIPING WORKS IN BPCL MUMBAI REFINERY” in complete

accordance with tender documents and its attachments.

2.1 All prospective bidders are requested enroll onto our e-tendering platform

https://bpcleproc.in maintained by M/s. E-Procurement Technologies Ltd, our authorized

Service Provider for E-tendering.

2.2 Upon logging in to the e-procurement website, bidder can download the bid documents

and shall thoroughly go through the same. All documents required for the bid, shall be

uploaded on the appropriate place in the E-Procurement web site, digitally signed. No

physical scanned documents need to be uploaded except those specifically indicated.

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

Digital Signature Certificate of Class 2B or 3 (Signing and Encryption/Decryption) and

above as per Indian IT Act from the licensed Certifying Authorities operating under the

Root Certifying Authority of India (RCIA), Controller of Certifying Authorities (CCA). The

cost of obtaining the digital certificate shall be borne by the bidder.

2.4 Bidder is advised to read the Instructions for participating in the electronic tenders

directly through internet (Bid Submission Manuals are available on the above mentioned

e-procurement site) and get conversant with the process of online submission of the offer

well in time so as to submit offer by the due date.

E-Bidding instructions are also provided along with the tender document for reference

and guidance

3.0 SITE VISIT/ PRE-BID MEETING:

3.1 Site visit/ Pre-bid meeting is scheduled on 17th April 2018 between 9 AM to 12 NOON IST

at BPCL- Mumbai Refinery. All interested bidders are requested to reach the site before

9 AM. The purpose of the pre-bid meeting is to clarify any doubts of the Bidders on the

interpretation of the provisions of tender. Bidder(s) are requested to submit their

queries, mentioning firm name, clause no. & clause by a letter/ e-mail to the Engineer-in-

charge in order to have fruitful discussions during the meeting. All Bidders are requested

to acquaint themselves for better clarity about the site and tender conditions, before

submitting their bids. Necessary clarifications (if any), may be obtained prior to

submission of the bid.

3.2 Engineer-in-charge: Shri. Shah A R, GM (Maintenence), BPCL – Mumbai Refinery, Mahul,

Mumbai. Tel. No. 022 - 25533160. Email: [email protected]

Contact Person:

Shri. Kiran Bania, Manager (Maint-Plng), BPCL – Mumbai Refinery, Mahul, Mumbai. Tel.

No. 022 - 25524153. Email: [email protected];

Shri. Chandramore Deepak, DGM (Maint- Plng), BPCL – Mumbai Refinery, Mahul,

Mumbai. Tel. No. 022 - 25533153. Email: [email protected]

3.3 Bidders shall visit the location, at their own expense to see the site conditions before

quoting for the job. Bidders should contact Engineer-in-charge for getting information

required for visiting the site locations well in advance. Bidders to obtain all the

information required for executing the contract from site. No request will be entertained

on this count even if bidders choose not to visit. No claim what so ever may be shall be

entertained on this ground.

4.0 PRE-QUALIFICATION CRITERIA:

4.1 Bidders meeting the technical & commercial qualifying criteria as per the pre-qualification

document attached for the particular package, shall only be considered for further

evaluation of bids.

5.0 EARNEST MONEY DEPOSIT (EMD) :

5.1. The interest-free Earnest Money Deposit (EMD) of Rs 1,00,000/- (Rupees One Lakh Only)

to be submitted by way of crossed account payee Demand Draft drawn on any

nationalized / scheduled bank in favour of "BHARAT PETROLEUM CORPORATION LTD"

payable at Mumbai. The EMD shall be arranged prior to the due date & time of opening

of the "Pre-qualification Bid".

The following categories of bidders are however exempted from depositing EMD:

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

b) Units falling under Micro & Small Enterprises (MSEs) category and registered with

authorities specified under Public Procurement Policy for MSEs and as defined

under the MSMED Act 2006. Vendor shall submit the EMI and EMII certificate

from DIC along with their offer.

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

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

(NSIC) or with any of the Authorities specified under the Public Procurement Policy

for MSE’s. (DIC/KVIC/KVIB/Coir Board/NSIC/Directorate of Handicrafts and

Handloom or any other body specified by Ministry of MSME.)

b) The Unit should be registered for the item tendered.

c) The monetary limit, if any, indicated in the registration certificate should cover

value of items ordered.

d) Registration Certificate is valid for a period at least up to validity of the offer.

e) Self-attested copy of valid relevant registration certificate should be submitted in

support.

f) Registration with DGS&D will not entitle a Bidder to claim above exemption.

g) Units registered with National Small Industries Corporation (NSIC) or MSE subject

to:

Such bidders must upload appropriate proof along with their "Technical Bid", to

show that they are eligible for the exemption from EMD (application for registration

as NSIC / MSE or for renewal will not be acceptable), failing which such bid will be

treated as bid received without EMD and liable to be rejected.

h) All MSEs who are having Udyog Aadhaar Memorandum (UAM) shall be given all

benefits available under Public Procurement Policy for MSEs order 2012. Therefore,

UAM shall also be accepted as a valid document for vendors seeking benefits under

PPP for MSEs order 2012

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

payment of EMD.

5.2 “Earnest Money Deposit” (EMD), wherever applicable, shall be paid separately by Demand

Draft (DD) / Banker’s Cheque drawn in favour of Bharat Petroleum Corporation Limited and

payable at Mumbai, or by electronic funds transfer or bank guarantee.

5.3 The Bank Guarantee in lieu of EMD shall be furnished on non-judicial stamp paper of Rs.500/-

and in the prescribed Performa given in the Tender Document.

5.4 Bank Guarantee (BG) shall be executed by any Scheduled Bank approved by Reserve Bank of

India as per the proforma. The BG shall remain valid for a period of six months from the due

date of opening the tender.

5.5 Original DD/ Banker's Cheque or BG as the case may be, towards EMD shall be sent separately

to

CPO (Head),

Administration Building, North Block, 1st Floor,

Mumbai Refinery,

Bharat Petroleum Corp Ltd,

Mahul, Chembur,

Mumbai – 400 074.

Copy the DD/ Banker's cheque/ BG as the case may be, along with proof of dispatch to be

uploaded along with "Pre-qualification Bid". Bids without EMD are liable to be rejected.

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

below;

Details of Bank for Electronic Fund Transfer:

Beneficiary-Bharat Petroleum Corporation Limited

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

Mumbai-400 001,IFSC Code-SCBL0036001,MICR Code-400036002,Type of Account-

11(Current), Account No:22205020115.

5.7 EMD of other unsuccessful bidders shall be released after issuance of FOA/LOA/contract

Order against this tender. However, in case of successful bidder the EMD shall be released on

receipt of performance bank guarantee.

5.8 Forfeiture of EMD - A tenderer who has submitted their bid shall not be permitted to alter/

amend or withdraw the bid, not withstanding that the bid(s) has/ have not yet been opened/

finalised. A tenderer who purports to alter/ modify withdraw their offer after submission,

within the validity of the offer shall be liable to have their offer rejected and their EMD

forfeited/encashed.

5.9 The Earnest Money deposited by successful tenderer shall be forfeited if the successful

tenderer fails to honour the offer terms prior to ordering and Contractual terms after issuance

of FOA/LOA/contract Order.

5.10 Offers received without scan copy of EMD (DD/BG/Valid NSIC Certificate/Bank transfer

details) in the e-tender and physically not received within 7 days after “Pre-qualification Bid”

opening date (as indicated in the NIT or corrigendum thereof) are liable to be rejected.

5.11 EMD shall be valid for a period of 6 (Six) Months from the due date and in compliance

with the terms provided in General Conditions of Contract (GCC) for the same. EMD format

provided in GCC shall be complied.

6.0 OFFER VALIDITY:

The Offers shall be valid for a period of 120 days from Tender Due Date/Extended Tender

Due Date for placement of order.

7.0 TAXES AND DUTIES:-

Your quoted rates shall be inclusive of all applicable taxes and duties except Goods and

Services Tax (GST) which shall be quoted separately in the enclosed form (Form-A). Please

note that submission of this form along with Technical / Un-priced Bid is mandatory.

Your rates shall remain firm till completion of work. The applicability of GST as a

percentage rate of total quoted price shall be clearly mentioned in this form. If the

information is not provided, it will be assumed that GST is included in your quoted price.

No claim for GST will be entertained subsequently. Please note that registration for GST

is mandatory for receipt of GST payments from BPCL. In absence of valid registration, your

offer will remain invalid and will not be considered for evaluation. In case GST is not

applicable, please indicate the same as "Nil" while submitting this form.

GST, if applicable, shall be paid after verifying GST Registration no. Break up of Basic cost,

GST as applicable shall be provided in all your invoices along with GST registration no. &

SAC code for the services provided.

Any statutory variation in GST or introduction of any new taxes and duties within the

contractual completion period shall be to BPCL account, against submission of

documentary evidence for substantiating the variation by way of relevant notification.

However in case of delay in completion period beyond the contractual date, for reasons

attributable to contractor, any increase in these rates or any new taxes and duties

introduced during the period beyond the contractual completion date shall be borne by

the contractor, whereas any decrease shall be passed on to BPCL.

Input tax credit towards GST, if available to BPCL, shall be considered for evaluation.

8.0 TAX DEDUCTION AT SOURCE (TDS) :-

Income Tax deduction at source (TDS) at the applicable rates will be deducted from the

running bills. Necessary certificates in this regard will be issued from BPCL.

9.0 FIRM PRICES:

The Contract Price shall remain firm and fixed till the completion of Work in all respects

and no escalation in prices on any account shall be admissible to the BIDDER/

CONTRACTOR.

10.0 CONTRACT AGREEMENT:-

The successful Bidder shall be required to execute a formal Agreement as per the Format

available in GCC, with Owner. All pages of the tender document including General

Conditions of Contract shall to be signed and stamped. The Contract document shall

consist of the following:

i) Agreement signed on non-judicial stamp paper by Owner and Contractor.

ii) Detailed Contract Order/LOA along with enclosures.

iii) The tender Document along with the drawings, annexures, attachments, etc.

iv) Amendments to Bidding Document, if any.

v) All forms which were uploaded in the web (technical bid & price bid)

11.0 TIME OF COMPLETION:

As given in the Scope of work/ Special Conditions of contract.

12.0 GENERAL CONDITIONS OF CONTRACT (GCC):

Attached General Conditions of Contract (GCC) shall be applicable for this contract.

13.0 SCOPE OF WORK & SPECIAL CONDITIONS OF CONTRACT (SCC):

Attached Scope of work & SCC shall be applicable for this contract.

14.0 SUBMISSION OF TENDER:

14.1 Bids should be submitted in "THREE BID SYSTEM", i.e., "Pre-Qualification Bid",

"Technical/Unpriced Bid" & "Priced Bid" through e-tendering portal.

14.2 "Pre-Qualification Bid" shall be complete with all the required documents uploaded as

given below.

(i) All required documents as per PQ criteria duly verified by TPIA.

(ii) Scan Copy of EMD (Demand draft/ Bank Guarantee/ Valid NSIC Certificate) or

Registration/ Exemption Certificate (if any).

(iii) Performa of Holiday List to be submitted properly filled.

(iv) Contact details of Vendor duly filled, signed and stamped.

(v) Integrity Pact Document duly filled, signed and stamped on each page

(vi) Any other supporting documents/ information in support of the bid.

(vii) Details of specific experience as per the format provided in PQ section of the

tender duly verified by TPIA.

14.3 "Un-Priced Bid", i.e. Techno-Commercial Bid, shall be complete with all technical and

commercial details (other than price) duly filled, signed and stamped essentially

containing the following documents shall be submitted/ uploaded:-

i) Details of taxes and duties as per the format FORM -A attached.

ii) Un-Priced copy of Price Schedule with an indication "Quoted" or "Not-Quoted"

against each item. Please do not indicate prices in Un-Price Bid.

iii) Acceptance, Compliance, Deviations and Exceptions: Bidders are requested to

have all their queries clarified before bidding. Bidders are required to confirm and

accept all the terms and conditions of the RFQ. However, if they still have

deviations from our RFQ and the attachments (GCC, SCC, specifications, scope of

work, special instructions to bidders, etc.), they can indicate deviations in the

Form B provided along with Instruction to Bidders giving reference to clause no.

iv) Duly signed and stamped RFQ/Tender document, Special conditions of contract,

scope of work etc shall be uploaded as a token of acceptance.

v) Any other supporting documents/ information in support of the Un-priced Bid.

14.4 "Priced Bid" shall be submitted online. Bidders shall input their prices online in the

template created in the E Tendering portal.

14.5 Bids complete in all respects should be uploaded in BPCL e-tendering portal on or

before the due date & time. Each page of all documents, submitted by the bidder, shall

be duly signed & stamped, and then scanned and uploaded in the portal. The offer shall

be submitted in the Portal under the digital signature of the bidder.

14.6 Offer submitted by Telex/ Telegraphic/ Fax/ E-Mail or Hard copy in sealed covers, shall

not be accepted.

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

15.0 TENDER OPENING:-

The deadline for bid submission is 11:00 Hrs (IST) on the due date mentioned/

extended due date (if any). The bids can be submitted in the e-procurement

website upto the tender due date and time. The Pre-qualification bids will be

opened online through e-procurement website on the same day at the time

specified.

15.1 Pre-qualification Bids: The Pre-qualification bids shall be opened on the due date

and time mentioned. Bidders, who have submitted their bids, can view/ witness

the "Pre-qualification Bid" opening through the e-portal. The offers of those

bidder(s) whose offer meet the Prequalification requirements, will only be

considered for further evaluation, while those not meeting the Pre-qualification

criterion, will be rejected without any clarification.

15.2 Un-priced bids:- The Un-priced Bids (Techno-Commercial Bid) of those bidder(s),

whose offers for "Pre-qualification Bid" are found to be acceptable, will only be

opened under advance intimation to them. Such Qualified Bidders can view/

witness the "Un-priced Bid" opening through the e-portal.

15.3 Price bids:- The date and time of opening Price Bids shall be intimated separately

to the techno-commercially acceptable bidders and the price bids shall be opened

through e-portal. Such Techno-Commercially accepted bidders can view/ witness

the "Price Bids" opening through the e-portal.

16.0 TENDERING METHODOLOGY & METHODOLOGY FOR AWARD OF CONTRACT

As detailed in Special Conditions of Contract.

17.0 CONTACT PERSONS:

Please note that this tender enquiry is invited through e-tendering mode. In case of any

clarification regarding the tender, following are the contact persons:-

17.1 FOR E-TENDERING RELATED ISSUES:

If tenderers need some clarifications or are experiencing difficulties while enrolling or

while participating in this e-Tender, please E-Mail to the following E-Mail ID along with

the snapshots of the errors being faced to:

Mr. Ajay Nandangi - [email protected] Mob: 91 8433615195.

with copy to [email protected]

OR Contact the Common Helpdesk No. (HQ) +91 - 79 – 40270573, Email id -

[email protected],

17.2 FOR TECHNICAL CLARIFICATIONS:

For any technical clarifications regarding this RFQ, please contact:

Contact Person:

Shri. Kiran Bania, Manager (Maint-Plng), BPCL – Mumbai Refinery, Mahul, Mumbai. Tel.

No. 022 - 25524153. Email: [email protected];

Shri. Chandramore Deepak, DGM (Maint- Plng), BPCL – Mumbai Refinery, Mahul,

Mumbai. Tel. No. 022 - 25533153. Email: [email protected]

17.3 FOR COMMERCIAL CLARIFICATIONS:

For any commercial clarifications regarding this RFQ, please contact:

Shri. P. P. Bhate, Procurement Manager (CPO-R, Tel no. 022 2553 3010 Email:

[email protected] (OR)

Shri. A. R. Menon, Procurement Leader (CPO-R), BPCL – Mumbai Refinery, Mahul,

Mumbai. Tel no. 022 - 25533142. Email: [email protected]

18.0 INTEGRITY PACT (IP):

a) Proforma of Integrity Pact (IP) shall be returned by the Bidder/s along with the PQ bid

documents, duly signed by the same signatory who is authorised to sign the bid

documents. All the pages of the Integrity Pact shall be duly signed, scanned and

uploaded along with other documents. Bidder's failure to upload the IP duly signed

along with bid documents shall result in the bid not being considered for further

evaluation.

b) If the Bidder has been disqualified from the tender process prior to the award of the

contract in accordance with the provisions of the IP, BPCL shall be entitled to demand

and recover from Bidder Liquidated Damages amount by forfeiting the EMD/ Bid

Security as per provisions of IP.

c) If the contract has been terminated according to the provisions of the IP, or if BPCL is

entitled to terminate the contract according to the provisions of the IP, BPCL shall be

entitled to demand and recover from Contractor Liquidated Damages amount by

forfeiting the Security Deposit/Performance Bank Guarantee as per provisions of the

IP.

d) Bidders may raise disputes/complaints, if any, with the nominated Independent

External Monitors (IEM), appointed by Central Vigilance Commission (CVC). The IEM's

name, address & contact number is given below:

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

Shri. Vikram Srivastava

ADDRESS ADDRESS ADDRESS

GFQ, Ist Floor, B. Block,

Summit Apts. Mettupalayam

Road, Coimbatore - 641 043

No.9MCHS (IAS Officers

Colony), 16th Main, 5th C

Cross, BTM 2nd stage,

Bangalore – 560 076

E-202, Second Floor ,

Greater Kailash Part 2,

New Delhi - 110048

[email protected] [email protected] vikramsrivastava1973@g

mail.com

Mob. 09500998610 Mob. 09740069318 Mob. 09810642323

For seeking clarifications /details related to tender, the concerned BPCL official whose

name and contact number is given in the tender document should only be contacted.

19.0 GENERAL POINTS:

19.1. BPCL reserves the right to extend due dates of tender, accept or reject any tender in part

or full, without assigning any reason whatsoever. BPCL also reserves its right not to accept

the lowest rates quoted by the bidders and also to give purchase/price preference to

eligible Enterprises, as admissible under the existing policies of Government of India and

to JVs/ Subsidiaries as per BPCL guidelines.

19.2 COST OF BIDDING: The Bidder shall bear all costs associated with the preparation and

submission of Bid, all activities in connection with bidding. BPCL will in no case be

responsible or liable for these costs regardless of the conduct or outcome of the bidding

process. Each Bidder accept and agrees, as a condition of submitting its Bid that it waives

any and all claims against BPCL, its Co-ventures and their affiliates, for remuneration or

restitution relating to its costs and expenses in.

19.3 CONTENTS OF BIDDING DOCUMENT: The Bidder is expected to examine carefully all

instructions, conditions, forms and terms given in the Bidding Documents. Failure to

furnish all information required by the Bidding Document or not responsive to the

requirements of the Bidding Document will be at the Bidder's risk, and may result in

rejection of the bid.

Amendment of Bidding document

BPCL may, for any reason either at their own initiative or in response to the clarification

requested by prospective bidders, issue amendment in the form of addendum during the

bidding period or subsequent to receiving the bids. Any addendum thus issued shall

become part of bidding document and Bidder shall submit `Original' addendum duly

signed and stamped in token of his acceptance. If addendum is issued during the bidding

period, Bidder shall consider the impact in his bid. If addendum is issued subsequent to

receiving the bids, Bidder shall follow the instructions issued along with addendum with

regard to submission of impact on quoted price/ revised price, if any.

19.4 OWNER'S RIGHTS TO ACCEPT / REJECT ANY OR ALL BIDS: BPCL reserves the right to reject

any or all the tenders without assigning any reasons whatsoever. Also BPCL reserves the

absolute right to reject any or all the bids/tenders solely based upon the past

unsatisfactory performance by the bidder/bidders in BPCL, the opinion/ decision of BPCL

regarding the same being final and conclusive.

19.5 CONFIDENTIALITY OF BID DOCUMENT: The bidder shall not disclose any information

contained in the bid document or otherwise supplied in connection with this bid to any

third party, except for the purpose of preparing its bid and shall require any such third

party to treat such information as confidential

19.6 All changes / alterations / corrections in the BID shall be signed in full by the person or

persons signing the Bid, with date. No erasure, use of correction fluid and / or overwriting

is permitted. All blank spaces shall be filled in by typewriter /printed or in ink and inter-

lineations, alterations or erasures, if any occur, shall be formally explained over the

signature of authorized representative. "Non-compliance/ violation" of this requirement

may be cause for the rejection of the Bid.

Where there is a discrepancy between amounts in figures and words, the amount in

words will govern. Where there is a discrepancy between the lump sum prices and price

break up, in that event lump sum prices will be considered final and break up of prices

adjusted accordingly.

19.7 PROCESS TO BE CONFIDENTIAL: After the opening of bids, information relating to the

examination, clarification, evaluation and comparison of bids and recommendations

concerning to award of contract shall not be disclosed to Bidders. Canvassing in any form

by the Bidder or by any other Agency on behalf of the Bidder after submission of the Bid

may disqualify the said Bid. Any effort by a Bidder to influence the owner in the process

of examination, clarification, evaluation and comparison of Bids, and in decisions

concerning award of contract, may also result in the rejection of the said Bid.

19.8 WRONG INFORMATION: If the Bidder deliberately gives wrong information in his Bid to

create circumstances for the acceptance of his Bid, Owner reserves the right to reject such

Bids without any reference to the Bidder.

19.10 CLARIFICATIONS OF BIDS: In the event of finding any discrepancies in or omissions from

the Bid Documents, or should the Bidder be in doubt as to the meaning of such

documents, Bidder shall immediately notify BPCL, either by facsimile/ letter/ E mail, at

the address shown above, who will thereupon, if required, send necessary written

instructions to all Bidders. Any such request shall reach BPCL not later than seven (7) days

prior to the 'closing date". As part of examination, evaluation and comparison of Bids, the

Owner may at his discretion, ask Bidders individually for clarification or call them for

discussion of their Bid. For Techno-Commercial clarifications, bidders shall normally be

given a cutoff date for furnishing clarifications. Clarifications received after the specified

cutoff date is liable not to be considered for evaluation.

Technical Query (TQ)/Commercial Query (CQ) shall be issued to bidders through E-Mail/E

Tendering platform. Reply of TQ/CQ shall also be received through E-Mail/E-Tendering

platform.

19.11 SIGNING OF BID: The Bid must contain the name, designation, residence and place of

business of the person or persons submitting the Bid, and must be signed and sealed by

the Bidder with his usual signature. The names of all persons signing should also be typed

or printed below their signature Satisfactory evidence of authority of the person signing

on behalf of the Bidder shall be furnished with the Bid. The Bidder's name stated in the

Bid shall be the EXACT LEGAL NAME OF FIRM / COMPANY / CORPORATION, etc. as

registered or incorporated

_________________________________

(For) Central Procurement Organization (Refineries),

Mumbai Refinery, Mahul, Mumbai-400 074

SECTION 2

ATTACHMENTS TO THE TENDER FOR

TENDER FOR SCHEDULE OF RATE (SOR) FOR MECHANICAL AND PIPING WORKS

IN BPCL MUMBAI REFINERY

Section

No

Description

1 NOTICE INVITING E-TENDER

2 ATTACHMENTS TO THE TENDER

3 PRE-QUALIFICATION CRITERIA ALONG WITH ANNEXURE-I & ANNEXURE II

4 INTEGRITY PACT AGREEMENT FORMAT

5 PROFORMA OF BANK GUARANTEE FOR EARNEST MONEY DEPOSIT

6 SCOPE OF WORK, GENERAL CONDITIONS OF CONTRACT AND SPECIAL

CONDITIONS OF CONTRACT.

7 BPCL ESTIMATE

8 FORM A - FORMAT FOR TAXES AND DUTIES

9 FORM B – ACCEPTANCE -DEVIATION FORM

10 E-BIDDING INSTRUCTIONS

11 FORMAT FOR BIDDER’S INFORMATION

12 VENDOR ADVISORY – ENVIRONMENTAL

13 QEHS POLICY

14

POLICY OF HOLIDAY LISTING OF VENDORS IN BPCL

SECTION-3

PRE-QUALIFICATION CRITERIA

PRE-QUALIFICATION CRITERIA

The bidders who intend to participate in the tendering process shall meet all the following

minimum following prequalification criteria - technical & commercial and only such bidders shall

be pre-qualified for further evaluation.

* The values mentioned are basic contract value without taxes.

Note to Bidders:

- Bidder should ensure submission of complete information/ documents in the first

instance itself. Qualification may be completed based on the details so furnished

without seeking any subsequent additional information.

- Bidder shall submit all relevant documents of their proven track records and

satisfactory performance by giving detailed reference (email address/ contact

details) of end user(s). Owner shall have the right to obtain feedback directly from

any or all end user(s) about performance of the bidder.

- The Bidder shall not be on the Holiday List of BPCL/ MOP&NG/any other Oil PSEs

and shall submit the declaration for the same.

SOR FOR MECHANICAL & PIPING WORKS AT BPCL MR

SR No. CRITERIA REQUIREMENT

1 TECHNICAL 1.1 Bidder should have executed and

successfully completed mechanical

and piping works involving welding,

fabrication etc. in Petroleum Refinery

or Petrochemical industry or fertilizer

industry during last seven (7) years,to

be counted prior to tender due date.

Job(s) of value not less than Rs. 270

Lakhs excluding taxes in any one

financial year during the last seven

years to be counted prior to tender

due date through single/multiple

orders.

2 FINANCIAL 2.1 Average annual turnover of the

bidder during preceding three

financial years.

Not less than Rs. 100 Lakhs

2.2 Financial Net worth of the bidder as

per latest audited report.

Should be positive

Other documents to be submitted:

- Company profile indicating organization structure of bidding entity.

- Audited Profit & Loss Account, Balance Sheets/Statement of Assets & Liabilities etc.

for the immediately preceding three financial years. Further, for bidders who have

not finalized their books of account for the financial year 2017-18, evaluation of

these criteria would be done for the latest three financial years ending 2016-17 for

which books of account have been finalized and audited.

- Bidder to submit Purchase order copies along with job completion certificates and

executed order value for the qualifying works.

- Health, Safety and Environment Management Policy (HSE) policy.

- Declaration of holiday listing in enclosed format (Annexure I).

- Submission of details documents as called for in the PQ criteria to be approved by

Third party inspection Agency (TPIA) (Annexure II).

- Integrity Pact.

ANNEXURE - I

PROFORMA OF DECLARATION OF HOLIDAY LISTING

In the case of a Proprietary Concern:

I hereby declare that neither I in the name of my Proprietary concern M/s. _____________

which is submitting the accompanying Bid / Tender nor any other concern in which I am

a proprietor nor in any partnership firm in which I am involved as a Managing Partner have

been placed on holiday list declared by Bharat Petroleum Corporation

Limited/MOP&NG/any other Oil PSEs, except as indicated below:

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

In the case of a Partnership Firm

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

Bid / Tender nor any partner involved in the management of the said firm either in his

individual capacity or as proprietor of any firm or concern have or has been placed on

holiday list declared by Bharat Petroleum Corporation Limited/MOP&NG/any other Oil

PSEs, except as indicated below:

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

In the case of Company

We hereby declared that we have not been placed on any holiday list declared by Bharat

Petroleum Corporation Limited/MOP&NG/any other Oil PSEs, except as indicated below:

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

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

Petroleum Corporation Limited shall have the right to reject my / our bid, and, if the bid

has resulted in a contract, the contract is liable to be terminated.

Place: ____________ Signature of the Bidder______________

Date: ____________ Name of the Signatory_______________

Annexure II

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

Requirement regarding PQC documents (for Indian bidders only):

Copies of PQC documents to be submitted for this tender should be duly verified with

originals & attested by any one of the following independent third party inspection agency

(TPIA) duly approved by BPCL :

SGS /GLISPL / IRS / DNV / LRIS / EIL /TATA Projects / PDIL / UIPL / RITES LTD / ITSIPL

All charges of the third party for verification & attestations shall be borne by the Vendors.

Vendor has to upload the duly verified & attested documents along with the respective

TPIA verification certificates duly signed & stamped by authorized signatory of TPIA before

the due date of submission of the bids. An undertaking note from the TPIA and the vendor

as per the attached draft shall be uploaded as a part of the BQC/Techno-commercial bid

as the case may be.

BPCL reserves the right not to consider the offer on account of non-compliance regarding

submission of BQC/techno-commercial related documents duly verified by the TPIA.

Undertaking from Vendor:

All the BQC/techno-commercial documents and credentials submitted/uploaded as a

part of this tender have been verified with the originals by TPIA.

It is certified that none of the documents are false/forged or fabricated. All the documents

submitted have been made having full knowledge of (i) the provisions of the Indian laws

in respect of offences including but not limited to those pertaining to criminal breach of

trust, cheating and fraud and (ii) provisions of bidding conditions which entitle Bharat

Petroleum Corporation Limited to initiate appropriate action in the event of such

declaration turning out to be a misrepresentation or false representation.

I further certify that additional documents, if any, required to be submitted by us (bidding

agency) shall be submitted under my knowledge and those documents shall also be true,

authentic, genuine, exact copy of its original and shall not be false/forged or fabricated.

We understand that BPCL reserves the right not to consider our offer on account of non-

compliance regarding submission of BQC/techno-commercial related documents duly

verified by the TPIA.

Authorised signatory

Format for Undertaking from TPIA

(on TPIA letter head duly stamped & signed)

Ref.: _____ Date : _______

The Procurement Manager,

CPO-Refineries,

Mumbai Refinery,

Mahul, Chembur,

Mumbai – 400074

Dear Sir,

Subject : Verification of Bidder’s Qualification Criteria (BQC) related documents

of the Tender

Ref : CRFQ No. 1000_________ , E-tender System ID : __________

Tender for “________________________________________”

M/s. _____________________________ with its Registered office at

_____________________________________________ intend to participate in the tender for

“__________________________________________________________” for Bharat Petroleum

Corporation Limited, with registered office in Bharat Bhavan, 4 & 6 Currimbhoy Road,

Ballard Estate, Mumbai, India.

The tender conditions provide that the BIDDER shall submit PQC documents (as indicated

in the Annexure “ XXXXXX”) / page xxx of this tender) duly verified by independent Third

Party Inspection Agency.

In this regard, this is to certify that copies of all the BQC/techno-commercial related

documents submitted to us for verification have been verified by us with the originals and

found to be genuine. We have signed and stamped on the copies of all the verified

documents having xxxxx pages.

_____________________________

(Signature of a person duly authorized to

Sign on behalf of the TPIA)

(Seal of the Company) / Date

SECTION 4

INTEGRITY PACT AGREEMENT FORMAT

INTEGRITY PACT

Between

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

Principal", And

…………………………………………………………………………………………….. hereinafter referred to as "The Bidder/ Contractor/ Supplier".

Preamble

The Principal intends to award, under laid down organization procedures, contract/s for “TENDER FOR SCHEDULE OF RATE (SOR) FOR MECHANICAL AND PIPING WORKS IN BPCL MUMBAI REFINERY”. The Principal values full compliance with all relevant laws and regulations, and the principles of economic use of resources, and of fairness and transparency in its relations with its Bidder/s, Contractor/s and Supplier/s.

In order to achieve these goals, the Principal cooperates with the renowned

international Non-Governmental Organisation "Transparency International" (TI).

Following TI's national and international experience, the Principal will appoint an

Independent External Monitor who will monitor the tender process and the

execution of the contract for compliance with the principles mentioned above.

Section 1 - Commitments of the Principal

(1) The Principal commits itself to take all measures necessary to prevent corruption

and to observe the following principles:

a) No employee of the Principal, personally or through family members, will in connection with the tender, or the execution of the contract, demand, take a promise for or accept, for himself/ herself or third person, any material or immaterial benefit which he/she is not legally entitled to.

b) The Principal will, during the tender process, treat all Bidders with equity

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

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

(2) If the Principal obtains information on the conduct of any of its employees which is a criminal offence under the relevant Anti-Corruption Laws of India, or if there be a substantive suspicion in this regard, the Principal will inform its Vigilance Office and in addition can initiate disciplinary actions.

Section 2 - Commitments of the Bidder/ Contractor/ Supplier

(1) The Bidder/ Contractor/ Supplier commits itself to take all measures necessary to

prevent corruption. He commits himself to observe the following principles during his

participation in the tender process and during the contract execution.

a) The Bidder/ Contractor/ Supplier will not, directly or through any other person or firm, offer, promise or give to any of the Principal's employees involved in the tender process or the execution of the contract or to any third person, any material or immaterial benefit which he/she is not legally entitled to, in order to obtain in exchange, any advantage of any kind whatsoever during the tender process or during the execution of the contract.

b) The Bidder/ Contractor/ Supplier will not enter with other Bidders into any

undisclosed agreement or understanding, whether formal or informal. This applies in particular to prices, specifications, certifications, subsidiary contracts, submission or non-submission of bids or any other actions to restrict competitiveness or to introduce cartelisation in the bidding process.

c) The Bidder/ Contractor/ Supplier will not commit any offence under the

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

d) The Bidder/ Contractor/ Supplier will, when presenting his bid, disclose any

and all payments he has made, is committed to, or intends to make to agents, brokers or any other intermediaries in connection with the award of the contract.

(2) The Bidder/ Contractor/ Supplier will not instigate third persons to commit offences

outlined above or be an accessory to such offences.

Section 3 - Disqualification from Tender Process and Exclusion from Future

Contracts

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

violation of Section 2 or in any other form such as to put his reliability or credibility

as Bidder into question, the Principal is entitled to disqualify the Bidder from the

tender process or to terminate the contract, if already signed, for such reason.

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

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

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

(3) The Bidder accepts and undertakes to respect and uphold the Principal's absolute

right to resort to and impose such exclusion and further accepts and undertakes not to challenge or question such exclusion on any ground, including the lack of any hearing before the decision to resort to such exclusion is taken. This undertaking is given freely and after obtaining independent legal advice.

(4) If the Bidder/ Contractor/ Supplier can prove that he has restored/ recouped the

damage caused by him and has installed a suitable corruption prevention system, the Principal may revoke the exclusion prematurely.

Section 4 - Compensation for Damages

(1) If the Principal has disqualified the Bidder from the tender process prior to the

award according to Section 3, the Principal is entitled to demand and recover from the Bidder liquidated damages equivalent to Earnest Money Deposit/Bid Security.

(2) If the Principal has terminated the contract according to Section 3, or if the Principal

is entitled to terminate the contract according to Section 3, the Principal shall be entitled to demand and recover from the Contractor/ Supplier liquidated damages equivalent to Security Deposit/ Performance Bank Guarantee.

(3) The Bidder agrees and undertakes to pay the said amounts without protest or

demur subject only to condition that if the Bidder/ Contractor/ Supplier can prove and establish that the exclusion of the Bidder from the tender process or the termination of the contract after the contract award has caused no damage or less damage than the amount of the liquidated damages, the Bidder/ Contractor/ Supplier shall compensate the Principal only to the extent of the damage in the amount proved.

Section 5 - Previous Transgression

(1) The Bidder declares that no previous transgression occurred in the last 3 years

with any other Company in any country conforming to the TI approach or with any other Public Sector Enterprise in India that could justify his exclusion from the tender process.

(2) If the Bidder makes incorrect statement on this subject, he can be disqualified from

the tender process or the contract, if already awarded, can be terminated for such reason.

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

(1) The Bidder/ Contractor/ Supplier undertakes to demand from all subcontractors a

commitment in conformity with this Integrity Pact, and to submit it to the Principal before contract signing.

(2) The Principal will enter into agreements with identical conditions as this one with

all Bidders, Contractors/ Suppliers and Subcontractors. (3) The Principal will disqualify from the tender process all Bidders who do not sign

this Pact or violate its provisions.

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

Subcontractors

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

Subcontractor, or of an employee or a representative or an associate of a Bidder,

Contractor, Supplier or Subcontractor which constitutes corruption, or if the

Principal has substantive suspicion in this regard, the Principal will inform the

Vigilance Office.

Section 8 - Independent External Monitors

(1) The Principal has appointed competent and credible Independent External

Monitors for this Pact. The task of the Monitor is to review independently and objectively, whether and to what extent the parties comply with the obligations under this agreement.

(2) The Monitor is not subject to instructions by the representatives of the parties and

performs his functions neutrally and independently. He reports to the Chairperson of the Board of the Principal.

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

(4) The Principal will provide to the Monitor sufficient information about all meetings

among the parties related to the Project provided such meetings could have an impact on the contractual relations between the Principal and the Bidder/ Contractor/ Supplier. The parties offer to the Monitor the option to participate in such meetings.

(5) As soon as the Monitor notices, or believes to notice, a violation of this agreement,

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

(6) The Monitor will submit a written report to the Chairperson of the Board of the

Principal within 8 to 10 weeks from the date of reference or intimation to him by the 'Principal' and, should the occasion arise, submit proposals for correcting problematic situations.

(7) If the Monitor has reported to the Chairperson of the Board a substantiated

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

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

Section 9 - Pact Duration

This Pact begins when both parties have legally signed it. It expires for the Contractor/ Supplier 12 months after the last payment under the respective contract, and for all other Bidders 6 months after the contract has been awarded. If any claim is made/ lodged during this time, the same shall be binding and continue to be valid despite the lapse of this pact as specified above, unless it is discharged/ determined by Chairperson of the Principal.

Section 10 - Other Provisions

(1) This agreement is subject to Indian Law. Place of performance and jurisdiction

is the Registered Office of the Principal, i.e. Mumbai. The Arbitration clause

provided in the main tender document/ contract shall not be applicable for any

issue/ dispute arising under Integrity Pact.

(2) Changes and supplements as well as termination notices need to be made in

writing. Side agreements have not been made. (3) If the Bidder/ Contractor/ Supplier is a partnership or a consortium, this agreement

must be signed by all partners or consortium members. (4) Should one or several provisions of this agreement turn out to be invalid, the

remainder of this agreement remains valid. In this case, the parties will strive to come to an agreement to their original intentions.

……………………… …………………………… For the Principal For the Bidder/ Contractor/

Supplier Place: Mumbai Witness 1 : ………………

(Signature/Name/Address)

Date :04.04.2018 Witness 2 : ……………… (Signature/Name/Address)

SECTION-5

PROFORMA OF BANK GUARANTEE FOR EARNEST MONEY DEPOSIT

PROFORMA OF BANK GUARANTEE for EARNEST MONEY DEPOSIT

(On non-judicial paper of Rs. 500/-)

To

Bharat Petroleum Corporation Ltd.

(CPO) Refineries

Mumbai Refinery, Mahul

MUMBAI 400074

Dear Sirs,

M/s._____________________________________________________ (hereinafter

referred as "BIDDER") (Bidder's name and address) have taken tender for the WORK of

_____________________________________(Name of Work) for Bharat Petroleum

Corporation Limited, with registered office in Bharat Bhavan, 4 & 6 Currimbhoy Road,

Ballard Estate, Mumbai, India and having Refinery at Kochi (hereinafter referred as

"OWNER").

The tender conditions provide that the BIDDER shall pay a sum of Rs. ____ (Rupees )

_________________________ as earnest money /initial/ full security deposit in the form

therein mentioned .

The form of payment of earnest money / initial / full security deposit includes guarantee

executed by schedule "A" Bank, undertaking full responsibility to indemnify OWNER in

case of default. The said BIDDER have approached us and at their request and in

consideration of the premises, we ___________________(Bank's name) having our

office at____________________________ ( hereinafter referred as "GUARANTOR')

have agreed to give such guarantee as hereinafter mentioned.

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

BIDDER in performing any of the terms and conditions of the tender,

GUARANTOR do hereby irrevocably bind themselves and undertake to pay the

OWNER on first demand in writing by OWNER without protest or demur or proof

or condition and without reference to the BIDDER / CONTRACTOR, the said

amount of Rs. _______________ (Rupees ________________________).

2. OWNER will have the full liberty without reference to GUARANTOR and without

effecting this guarantee to postpone for any time or from time to time the

exercise of any of the powers and rights conferred on OWNER under the tender

with the said BIDDER and to enforce or to forbear from endorsing any powers or

rights or by reason of time being given to the said BIDDER which under law

relating to the sureties would but for provision have the effect of releasing the

GUARANTOR.

3. OWNER will have the right to recover the said sum of Rs.

________________(Rupees ________________________________________)

from

GUARANTOR in manner aforesaid and such rights will not be affected or

suspended by reason of the fact that any dispute or disputes have been raised

by the said BIDDER and or that any dispute or disputes are pending before any

officer, tribunal or court.

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

liquidation or winding up, dissolution or change of constitution or insolvency of

the said _____________________________ (Bidder's Name).

5. _________________________________________ GUARANTOR'S

liability under this guarantee is restricted to Rs. ______________(Rupees

__________________________). This guarantee shall remain in force until

______________ unless a demand (3 months beyond bid validity) under

guarantee is made against GUARANTOR within the aforesaid date, in which

event the validity of this bank guarantee shall automatically be extended for

another 3 (three) months, all rights under the said guarantee shall be forfeited

and GUARANTOR shall be relieved and discharged from all liabilities thereunder.

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

Memorandum and Articles of Association and the undersigned has full power to

do under the Power of Attorney dated __________ granted to him by the Bank.

Yours faithfully,

________________________________________ Bank

by its Constituted Attorney.

Signature of a person duly authorized to

Sign on behalf of the bank.

SECTION- 6

SCOPE OF WORK, GENERAL CONDITIONS OF CONTRACT AND

SPECIAL CONDITIONS OF CONTRACT

Page no. 1 PIPING SOR SCOPE OF WORK, BPCL MR

SCHEDULE OF RATES (SOR) FOR PIPING WORKS IN BPCL MR

SCOPE OF WORK

Page no. 2 PIPING SOR SCOPE OF WORK, BPCL MR

INDEX TABLE

SR NO. SUB CONTENTS PAGE NOS

1 SECTION I PIPING SCOPE

Part (I) General

I. General piping scope of work 4

II. Scope of supply 7

III. Reconciliation of materials 8

IV. General notes for piping works in refinery 8

V. Special Conditions 12

VI. Payment Terms 14

VII. Contract Duration 14

VIII. LD Clause 14

Part (II) BPCL Execution Plans

i. Safety Action Plan 15

ii. Housekeeping Plan 16

iii. Environment Control Plan 16

iv. Dust Control Plan 17

Part (III) Specific SOR piping scope

A. Utilities Area. 18

B. Area II 19

C. Refinery Pipetracks & P/H-5 21

D. Area I 21

E. RMP, CCR & CDU-4 complex 23

2 SECTION II SCAFFOLDING SCOPE

Part (I) General

1.1 Scaffolding & platforms 24

1.2 Scaffolding material requirements 24

1.3 Scaffold requirements 24

1.4 Scaffold Tag, Checklist & scaffold certification 27

Part (II) Specific scaffolding scope for All areas of refinery

A. Special safety conditions (Common) 28

B. Scaffolding Rental conditions 29

III Scope of supply 30

IV Gate Pass Procedures 30

V Payment Terms 31

VI Contract Duration 31

VII LD Clause 31

3 SECTION III ENCLOSURES 32

A) BPCL Scaffolding safety manual 14.01, Rev 01. B) Special safety conditions (Essential requirements) C) Scaffolding certification procedure. D) Equipment Tagging forms. E) Contractor Safety Management (CSM) Policy F) Company standard procedures

Attached with Tender.

Page no. 3 PIPING SOR SCOPE OF WORK, BPCL MR

SECTION I

SCHEDULE OF RATES (SOR)

PIPING SCOPE OF WORK

Page no. 4 PIPING SOR SCOPE OF WORK, BPCL MR

SCHEDULE OF RATES (SOR) SCOPE OF WORK FOR PIPING & SCAFFOLDING WORKS IN BPCL MUMBAI REFINERY

SECTION I: - PIPING SCOPE

__________________________________________________________________

(I) GENERAL PIPING SCOPE OF WORK:-

PART A: PIPING WORKS (CARBON STEEL) 1.Fabrication, erection, welding, testing, shot blasting, application of primer, flushing and commissioning of carbon steel pipe lines with flanges, elbows tees, miters, reducers, and other fittings, valves, branch connections etc. 2.Fabrication erection, welding, testing, shotblasting, application of primer and commissioning of steam tracing lines of ½" dia. to 1" dia. With necessary lugs, clamps, steam traps, valves etc. and up to steam trap assembly for various sizes of process pipe lines.(In case of only steam trap manifold fabrication and welding, the payment shall be based on the inch dia. basis.)for various sizes of process pipe lines. 3. Fabrication (screwed joints), erection, testing, application of primer, flushing and commissioning of pipe lines with fittings, valves, branch connections etc. 4. Fabrication, erection and welding of C.S. pads on pipelines as per drawing No.29890 or similar drawings after removal of paint/rust/scales/FRP lining etc. by lifting the pipelines from its resting point. 5. Cutting, rolling of plate to suit pipe diameter, erection and welding of C.S. patch plates on the pipelines. 6. Cold cutting and rotating of existing/old pipes by 180 degrees. 7. Hydro testing of existing /old pipelines including attending to valve and gland leakages etc. 8.Dismantling of old / redundant pipe lines with valves, fitting, pipe supports such as saddles, shoes, clamps, anchors, hanger supports etc. and transporting the same to warehouse/salvage yard after weighing at designated place.

Bill will be passed only on production of these weighment slips from Warehouse/salvage yard. 9. Spading and despading which includes opening, spading or despading, wedge opening if required and remaking flange joint inclusive of graphiting.

If spading/despading activity is not carried out (and graphiting is already done by the contractor) due to some constraints, then payment equivalent to half the size of the flange spading/despading shall be done to compensate the graphiting efforts after due certification of officer in charge. If the same flange is required to be opened after few days (but before 3 months) then such payment for graphiting shall not be made 10. Welding procedure shall be followed as per inspection notification.

Page no. 5 PIPING SOR SCOPE OF WORK, BPCL MR

11. Welding / testing of pads to pipelines shall be included in the item rate for piping fabrication. The item rate for pad welding shall be applicable only for welding pads to the existing lines which are not fabricated / erected by the contractor. 12. Installation and weld fitting of wire mesh (c.s.) internally for cement lining of line size above 24" shall be in contractor’s scope. Contractor shall quote separately against the suitable line item in the schedule of rates. 13. Whenever required contractor shall carry out miter fabrication and welding. Contractor shall quote as per the suitable item in the schedule of rates. Contractor shall quote for the entire fabrication and welding of miter reducer except flange joints. Payment for flange joints shall be done on inch dia basis for which the rate is already available. 14. Contractor shall provide clamps on leaky pipelines and arrest the leak fully by providing neoprene rubber sheet or equivalent material. Neoprene sheet and shall be provided by BPCL.

15. Contractor shall replace old fire monitors with new as and when required. The old unusable fire monitor shall be properly disposed off as per the instruction of site in charge fire & safety department.

16. Contractor shall carryout card board blasting as per the instruction of engineer in charge. The payment shall be done on per inch dia basis. 17. At times, contractor shall be required to weld build up(C.S.) groove in flanges, grind and finish the same to make proper surface. The payment for such job shall be equivalent to 1" dia of flange welding 18. Bidders to note that use of Hydra is banned in Refinery. Contractors shall alternatively use hydraulically operated pick and carry cranes with safety features namely rear mounted boom for clear vision to the operator and provision of out riggers based on load lifting requirements. 19. All removal and fitment of small bore threaded fittings upto 1" related to any job on any equipment will be in Contractor scope and no separate payment will be done. 20. Removal and dismantling of all socket weld and threaded valves upto 1.5" dia will be considered under pipe erection and dismantling and no separate payment will be given for valve erection and dismantling. 21. Contractor shall arrange for removal of cladding and insulation if quantity is less (max.area upto 5 m2 and if lining up of other agency shall delay the job).However the application of lagging and cladding after the job is over shall be done by other agency. The payment will be done as per respective SOR.

PART B: PIPING WORKS (ALLOY STEEL AND STAINLESS STEEL)

a) Carry out fabrication of pipeline as per Drg 29890 or as explained by site incharge. For welding procedure of P5, P11 and SS materials standard procedures duly approved by BPCL shall be used. b) Dismantle the old lines from site location. c) Erect the newly fabricated pipes at site.

Page no. 6 PIPING SOR SCOPE OF WORK, BPCL MR

d) Wherever required, carry out field welding and follow all standard safety precautions. e) All weld joints should be offered for 100% radiography. Stress relieving of all welding joints to be carried out by contractor. f) Carry out hydro test of newly fabricated line at pressure specified by site- in-charge. . g) Carry out welding of supports for line as per drawing or as explained by site in charge. i) Contractor is required to carry out above mentioned jobs during any of the plant shutdowns as per instructions of Engineer In charge. j) Preheating requirement as per Inspection recommendation is included in the fabrication scope; no separate payment will be made for the same. k) Dismantle the old lines. Erect the newly fabricated pipes at site. Wherever required, carry out field welding and follow all standard safety precautions. This will include all types of piping jobs like Process piping, Flare lines, Rundown lines, Cooling water lines, Tag jobs and Modification jobs on piping.

PART-C: STRUCTURAL WORKS (PIPE SUPPORTS, PAD WELDING, PATCH WELDING)

Fabrication, erection, shot blasting and application of primer on structural pipe supports such as saddles, shoes, clamps, pads, anchors, and hanger supports etc. All structure related jobs such as structure erection/Dismantling/Grating repair/dismantling/foundation related jobs will be in contractor scope.

PART-D: MISCELLANEOUS JOBS

Jobs in this category will include but not limited to opening/cleaning of pump strainers and oil filters, basket filters, opening of pipe hanger clamps, opening of manways and hand holes, fabrication and fixing of valve extension spindles, loading/offloading of Hydrogen cylinders, and fixing of cooling tower cell covers etc.

a. For lifting the sump pumps the connected piping’s have to be opened by the contractor as necessary. b. Tags have to be put on the RVs showing the RV nos. and location before removal and the inlet/outlet lines ends to be blinded for which no additional charges will be paid. c. No additional payment to be made for hot bolting of lines fabricated/attended by the party. Hot bolting of only those flanges on which party has not carried out any job will be paid under this rate. d. Butt patching of lines or vessels will include cutting of portion marked by inspection in existing vessel/pipeline, rolling the plate to the said contour and welding the patch in vessel/pipeline. Thickness of patch will be in range of 6mm to 14mm.

Page no. 7 PIPING SOR SCOPE OF WORK, BPCL MR

e. Stress relieving if required in nozzle welding shall be carried out by the vendor and payment for same shall be made under the schedule of rate for stress relieving. f. Removal and refixing of cooling water line elbows. g. Power brushing of weld joints of vessels, columns for WFMPI inspection. h. Cleaning of cooling water lines internally by entering inside the line and cleaning the line by removing all the muck/dust/loose material from inside. i. Removal and fixing of hoses. This does not include fixing of the hoses for draining of the pipelines on which contractor is going to work. j. Removal of control valves from pipe line, provide blind on both end and transportation to for site to shop and fixing back the same after rectification. k. Removal of pump and motors from foundation, necessary arrangement for lifting , shifting the same to plant battery limit and fix back the same on foundation after rectification. l. Removal of not metallic / fabric bellows and refixing of the same or new bellow including assembly of the fabric.

II) SCOPE OF SUPPLY:

Scope of supply by BPCL

A) Material

i) Free issue: Pipes, Pipe fittings, structural steel, valves, nuts, bolts, gaskets, water for testing.

B) Equipment i) Returnable basis: Spades, Hand lamps, Cluster, Lighting transformer, high capacity Cranes and Air compressors (wherever necessary as per site requirements & instructions of area in-charge)

Scope of supply by Contractor

All material equipment, tools, tackles, manpower, supervision, transportation, non sparking tools / hammer (wherever required) except those included in BPCL scope of supply.

Materials will be issued at BPCL warehouse inside Refinery. Required shifting arrangements for material from warehouse to site or fabrication yard location that includes transportation of pipelines, structural material, shotblasting equipments etc. anywhere inside/outside the Refinery to be arranged by contractor & is completely in his scope. No additional payment shall be paid for shifting or transportation purpose. Bidders to make an note that the use of Hydra is completely banned inside BPCL Refinery premises. Contractors shall alternatively use hydraulically operated pick and carry cranes with safety features namely rear mounted boom for clear vision to the operator and provision of out riggers based on load lifting requirements.

Page no. 8 PIPING SOR SCOPE OF WORK, BPCL MR

Consumable like electrodes and paints are also in contractor's scope. Contractor shall procure these materials as per the BPCL specifications. Contractor shall maintain the records like material test certificates and shall produce the same to Engineer In charge on demand. Electrodes shall be of following five manufacturers 1. M/s L&T 2. M/s Advani Orelikon 3. M/s Esab 4. M/s D&H 5. M/s Voestalpine Bolhler welding India Pvt Ltd.

III) RECONCILIATION OF MATERIALS:

Contractor shall maintain a register indicating materials withdrawn from warehouse, material consumed and excess material returned to warehouse. Reconciliation shall be carried out on a periodic basis.

IV) GENERAL NOTES FOR PIPING WORKS IN REFINERY:

A. WELDING

1. Welding shall be carried out as per BPCL standard welding procedure specification. Welding preparation shall be carried out as per inspection requirement and approval of fitment to be taken prior to welding. Electrode shall be used as follows: FOR PROCESS PIPING OF CARBON STEEL MATERIAL (INCLUDING H2 SERVICE, IBR STEAM SERVICE AND LUBE OIL) ROOT RUN E 6010 ELECTRODE SUBSEQUENT RUNS E 7018 ELECTRODE Baking specification for E 7018 electrodes Baking Temp - 300 to 350 deg C Baking Time - 2 to 2.5 hrs. Holding Temp. - 120 to 150 deg C FOR CARBON STEEL PIPING FOR CW, INST. AIR, NITROGEN AND NON IBR STEAM SERVICE ROOT RUN E 6010 ELECTRODE SUBSEQUENT RUNS E 6013 ELECTRODE 2. All welding equipment as well as welding procedure/performance qualification shall be done in accordance with following standards and procedures.

a. Code for pressure piping ANSI B-31 1 (Latest edition)

Page no. 9 PIPING SOR SCOPE OF WORK, BPCL MR

b. Code for Refinery piping ANSI B-31 3 (Latest edition)

c. Standards for welding pipes and related facility API 1104 (Latest edition)

d. Welding qualification ASME Sec. 1x (Latest edition)

e. Code of practice for metal ARC welding for mild steel IS 823 (Latest edition)

3. Weld root pass shall be made with respective electrodes mentioned in the specification or as per approved welding procedure. Root opening and root penetration shall not exceed as specified in codes. 4. Generally no interruption during root pass shall be permitted. Remove the slag, welding irregularities and cracks formed during interruption/completion of each run, by grinding or chiseling. 5. Complete each joint of welding in such a manner as to have gradual notch free finish and good fusion at the joint edges. Furthermore, the welds shall be free from undercuts and any other defects and shall have a regular appearance. 6. Wherever necessary all the screwed connections to be back welded as instructed by Engineer-in-charge.

B. RADIOGRAPHY The pipe joints may be subjected to radiography after welding at our discretion, which will be carried out by BPCL or its appointed TPI agency and welds if found defective shall be rectified by the contractor free of cost.

C. HYDROTEST 1. After the welding is over, offer the hydro test of the piping at the pressure specified by Inspection Dept. Hydro testing shall be witnessed by BPCL Inspection. Fresh water shall be used for hydrotesting. Water shall be made available free but further necessary arrangements shall be made by contractor. Piping having secured joints shall also be hydro tested as instructed by BPCL. 2. Water shall be filled slowly keeping all vents and other connection open to remove air pockets. 3. After the hydro test, drain the water and flush out lines with air. Plug off the vents and drains as instructed by Engineer-in-charge. 4. The gaskets used during testing (at temporary blinds/spades) shall be removed after testing and shall be replaced with new gaskets after flushing of the lines. 5. Flush the pipelines with air after hydro test. Compressor shall be supplied by BPCL for flushing the lines.

Page no. 10 PIPING SOR SCOPE OF WORK, BPCL MR

6. For cement lined pipes hydro test shall be offered before and after cement lining at pressure specified by Inspection Dept.

D. SHOTBLASTING & APPLICATION OF PRIMER 1. Shot blasting and application of primer shall be as per company standard procedure TC-S-3109 depending on service and location of pipes. 2. Cleaning of all external surfaces of fabricated pipelines, flanges etc. by shot blasting to bare metal in obtain commercial white metal finish for conventional paint or performance coating shall be either Swedish Standard SIS-05 5900 with blasting of Sa2 or Steel Structure painting Council with blasting SSPC. 3. The shot blasted surfaces shall be brushed, cleaned with clean air or fiber brushes or by any other means to remove all traces of blast products/dirt particularly from corners and pockets. 4. Shot blasted surfaces shall be offered for inspection and must be approved by our Site-in-charge/Inspection Engineer. 5. Shot blasted/cleaned surface shall not be left exposed to atmosphere for more than 6 hours. 6. Shot blasted surface shall be applied with two coats of required primer (60 microns thickness) prior to installation with an interval of 8 hrs between subsequent coats. 7. Select steel shots of appropriate size for blast cleaning depending upon the surface condition, required finish and paint to be applied. Recommended size of shots is between 0.7 to 1.2 mm. 8. In no case shall the shots used contain particles smaller than 35BS (0.18 mm). Also the shots must be free from oils, grease, scales, rust, moisture, salts etc. 9. Blasting shall not be carried out if the surface temperature is less than the dew point. 10. Air quality shall be checked for cleanliness and moisture using a blotter paper. 11. Shotblasting gun shall be properly earthed to the work piece to avoid built-up of static electricity. 12. The shot blasting site shall be covered on all sides so as to prevent shots from flying out. The location of shot blasting will be decided by BPCL Engineer. 13. All shot blasting equipment should be in good condition. 14. Engines/compressors must be with proper flame arrestors. 15. Clean the area thoroughly after completion of work or at the end of each shift. 16. Every painter shall be tested by Inspection Engineer. Only qualified painters shall be carrying out the primer application.

Page no. 11 PIPING SOR SCOPE OF WORK, BPCL MR

E. GENERAL 1. The pipe sizes cover carbon steel pipes from ½" dia to 60" dia and pipe thickness varies from Sch. 20 to Sch.160 (as per SOR ). 2. The ratings of flanges shall be 150 #/ 300# / 600# /900#/1500#/2500#. 3. Orifice flanges welding on pipe lines shall be carried out by contractor. The contractor shall transport the pipe/orifice flange to construction shop from warehouse and to site from shop for subsequent welding and erection. No payment shall be made for the transportation of the above 4. All fabrication jobs to be carried out in the contractor yard except for the weld joints required to be carried out for erection purpose at site. Precautions required as per the fire permit to be delay or stoppage of work due to presence of hydrocarbon for which to extra claim whatsoever shall be entertained. 5. Only BPCL approved/certified welders shall be deployed by the contractor. 6. Any defects arising out of poor workmanship shall be duly rectified by the contractor free of cost. 7. General conditions mentioned in the drawing regarding hydro test, radiography, measurement to be followed. 8. Opening of support clamps on pipelines, scrap cleaning to bare metal and offering the under clamp section for hydrotesting. 9. Hydrotest of all pipelines shall be carried out including first isolation valves. Minimum two pressure gauges shall be provided during hydrotest of pipelines in pipe tracks. Calibrated pressure gauges shall be used for hydrotest and the same shall be offered to BPCL site in charge / inspection prior to putting in use. 10. Pull out of pipe sections running under the culvert inside sleeves, clean the same and offer it to inspection. 11. All piping, valves and fittings shall be thoroughly cleaned inside and outside to remove all foreign matters before fabrication and erection. 12. Any flushing / cleaning required for making the pipelines free of hydrocarbon as instructed by BPCL for carrying out fabrication/erection/dismantling work will have to be carried out by the contractor without any extra cost to BPCL. 13. Hot bolting if necessary shall also form the part of piping work without in extra cost. 14. Cement lining shall be carried out by BPCL or its appointed agency. 15. No electric power will be made available to you for any welding, grinding, chipping work. Contractor to use diesel welding sets, grinders etc. of their own at site locations where 230V supply could not be made feasible.

16. Crane assistance will be provided by BPCL free of cost for any erection, dismantling work if required depending upon job quantum and feasibility. However wherever possible contractor has to mobilize his own cranes only for site execution works.

Page no. 12 PIPING SOR SCOPE OF WORK, BPCL MR

F. MEASUREMENTS:- 1. All measurements shall be made on the basis of total actual work carried out for each job separately. 2. An inch dia means one circumferential joint of one inch diameter pipe. 3. An inch meter means one meter length of one inch diameter pipe. 4. Flange to flange length of the valve shall not be included while calculating inch meters of erection. 5. No extra payment shall be made for transporting orifice flanges/pipes to and fro from the shop. 6. For measurement purpose of inch diameter of branch connections the size of branch connection shall be considered. 7. For less than 1 dia size, the rates shall be applicable as per 1 dia. 8. No extra payment shall be made towards dismantling of pipelines by cold cutting in cases where hot work is not permissible. 9. The welding of SORF flange on both the sides shall be treated as one joint i.e. for welding of one No.1 dia SORF flange on both sides; payment will be for one inch dia of flange welding as per schedule of rates. 10. All heights shall be measured from the ground level. 11. No additional payment shall be made for hydrotesting of new pipelines as same is inclusive in the erection rates.

V) SPECIAL CONDITIONS: 1. Jobs required to be carried out in various areas will be informed by BPCL Area Engineers to contractor supervisors. 2. As and when the job has to be carried out the contractor will be informed i.e. contract will be on call basis. The job is not of perennial nature hence the contractor should mobilize according to the identified jobs only when he receives requisition / call. 3. Contractor should mobilize enough manpower to complete the identified jobs within time indicated by Engineer- in- Charge. 4. This is an SOR Outline Agreement and call off orders shall be issued as and when required. After completion of each job contractor shall submit the measurements to BPCL site supervisor for joint measurement and certification. Contractor will have to keep records of measurement sheet and bills and produce it to Planning Department as when asked for.

5. Your rates are inclusive of Maharashtra Works Contract Tax and other taxes, duties, levies etc. as applicable excluding GST related taxes.

Page no. 13 PIPING SOR SCOPE OF WORK, BPCL MR

6. Your rates shall remain firm during the first year. Escalation/de-escalation shall be done on the second year contract period on all the line item rates as decided by CPO depending on WPI (Wholesale price index) & CPI (Consumer price index) 7. The duration of the contract will be of Two year from the date of award of contract. 8. Contractor has to maintain all the records relating to tools and tackles and only tested and certified tools and tackles should be used. Contractor shall readily produce the related documents whenever asked for by BPCL 9. Submit challans duly stamped by our Security to our Maintenance Department for the material brought inside the Refinery by you. 10. Depending on the urgency of the job, contractor will be required to carry out the job in extended hrs as per the instructions of site in-charge and there will be no additional payment admissible on account of this. Only in case of planned / emergency shutdowns when contractor is required to work on round the clock basis, schedule of rates for shutdown jobs will become applicable. 11. Contractor supervisor should be provided with a communication facility (such as intercom connection, walky talky etc.) so that he can be contacted at any time. 12. In case of normal jobs , adequate notice will be given to contractor , but in case of emergency jobs contractor should be in a position to mobilize manpower within 1- 2 hrs irrespective of holidays and night hours. 13. There is no minimum amount of job guaranteed under this contract job will be given to you as & when the need arises. 14. Contractor is required to employ only his own permanent employees. Contractor shall provide necessary proof to Engineer in charge or IR department whenever asked for. 15. It should be noted that, no employee can work beyond 9 hrs in a day and for more than 48 hrs in a week. Further, employee working more than the specified hours should be paid overtime wages. 16. Contractor shall deploy at least one qualified safety supervisor who will be taking frequent rounds at all the work locations to ensure safety. Safety supervisor shall interact regularly with Safety Department and related Execution officer and give regular safety talks to all the contractor employees for enhancing safety. If it is observed that stated condition is not followed, penalty as per FINANCIAL DETERRENT FOR VIOLATION OF SAFETY NORMS BY CONTRACTORS shall be deducted. 17. Contractor will have to follow all guidelines mentioned in the BPCL Safety Manual. 18. All gate pass formalities including safety training for all employees has to be strictly followed. Also wage register has to be maintained and shown to our ER dept from time to time/ whenever demanded.

Page no. 14 PIPING SOR SCOPE OF WORK, BPCL MR

VI) PAYMENT TERM:

Payment will be made on the basis of actual executed quantities on monthly basis and due certification of BPCL Engineer-in- charge on satisfactory completion of jobs.

In lieu of 10% retention money, contractor shall submit bank guarantee of equivalent money valid for defects liability period of six months from the date of completion of the entire scope of work directly to our BPEC Kharghar office. Payment shall be released only on receipt of BG. BPCL insists on issuance of only SFMS (Structured Financial Messaging Service) Bank Guarantee by vendors / contractors, for faster payments. Vendors / Contractors shall provide BPCL’s Bank Account No. & IFSC Code (Details given below) to their Bank at the time of application for Bank Guarantee in favour of BPCL. Name of Bank: State Bank of India Branch: CAG Branch, Mumbai Account No: 11083980831 IFSC Code: SBIN0009995

VII) Contract duration: The duration of the contract will be of Two year from the date of Value Contract. The completion of each job shall be mutually agreed upon with BPCL Engineer-in-charge.

VIII) LD CLAUSE: In case of delay, 0.5%/week of delay or part thereof up to a max. 5% of the individual PO value shall be recovered.

Page no. 15 PIPING SOR SCOPE OF WORK, BPCL MR

(II) BPCL JOB EXECUTION PLANS:-

i) SAFETY ACTION PLAN:-

The supervisors shall attend safety course and obtain certification. Only safety trained supervisor shall be deployed by me.

All contractor employees shall attend safety course, safety talk as per directives of BPCL

safety department.

All Personal Protective Equipment shall be provided by me.

We shall strictly adhere to BPCL safety rules and regulations.

We shall follow work permit system issued by BPCL Officer.

Any incident/accident shall be reported to BPCL officer/ BPCL safety and documented properly.

In case of injury to any of my employees I shall report to medical center immediately.

Fire extinguisher shall be provided as specified in permit. Fire order shall be followed in

case of fire

Communication system like pager/VHF system shall be provided.

While handling with chemicals proper precaution shall be taken to avoid spillage or splash on body.

Daily safety briefing shall be given to my employees by my supervisors.

Safety Supervisor shall be designated who will monitor safe working.

I am committed to above safety action plan and reassure the jobs undertaken shall be carried out safely without any injury to property or personnel. NAME AND STAMP OF AUTHORISED PERSON OF CONTRACTOR

Page no. 16 PIPING SOR SCOPE OF WORK, BPCL MR

ii) HOUSEKEEPING PLAN:-

All equipment shall be properly arranged and placed before start of work.

A separate bin shall be provided for collecting waste generated by my employees ie canteen waste/gloves/cotton waste.

All debris ie Al sheet shall be deposited in warehouse and lagging material shall be taken

out of refinery as soon as there is full lorry load.

If there is a spillage of oil it shall be cleaned immediately.

Work area shall be kept clean at all times.

Contractor yard shall be kept clean and no debris shall be deposited on road 16 near contractor yard, approach road to sulphur yard and back of contractor yard.

No material shall be unloaded on Road 20 unless approved by BPCL.

Proper approach way shall be made for movement of cranes, hydra etc

I am committed to above housekeeping plan and assure to abide by BPCL requirement. NAME AND STAMP OF AUTHORISED PERSON OF CONTRACTOR

iii) ENVIORNMENT CONTROL PLAN:-

At shutdown site proper care shall be taken so as to avoid any oil leakage./seepage into the ground.

In case of leakage while opening flange the matter to be reported to BPCL officer

immediately.

Debris generated like insulation, refractory concrete etc., shall be collected and stored in designated place in gunny bags and ensured it is carted out of refinery.

Welding machines used shall not emit smoke beyond the permissible level.

Cleaning of work site should be carried out on continuous basis.

Proper breathing apparatus to be used where ever required.

I am committed to above environment plan and assure to abide by BPCL requirement.

NAME AND STAMP OF AUTHORISED PERSON OF CONTRACTOR.

Page no. 17 PIPING SOR SCOPE OF WORK, BPCL MR

ix) DUST CONTROL PLAN:-

Work should be carried in such a manner where generation of dust is minimum.

Loose dust/dirt debris should be collected in bags and dumped in designated areas

Water sprinkler would be deployed for controlling dust in work area.

Work area to be barricaded to prevent dust inhalation.

Dust mask shall be used in dust prone areas.

I am committed to above dust control plan and assure to abide by BPCL requirement.

NAME AND STAMP OF AUTHORISED PERSON OF CONTRACTOR.

Page no. 18 PIPING SOR SCOPE OF WORK, BPCL MR

(III) SPECIFIC SOR PIPING SCOPE OF WORK IN INDIVIDUAL FIVE AREAS OF REFINERY

The entire refinery premises are broadly classified into 5 different locations for piping SOR tender. These locations are as listed below:- A. Utilities Area B. Area II. (Includes ARU, BBU, & ISOM & NHT entire complex) C. Pipetracks & Pump house-5. D. Area I (Includes CCU, FCCU, DHDS, DHT, & LPG entire complex) E. RMP, CCR & CDU 4

A) SCOPE OF WORK IN UTILITIES:

Work includes all kinds of mechanical piping, structural, and other mechanical jobs in utilities in the refinery during normal & shutdown time and at jetty.

1) Locations of work:- Utilities Area includes ENTIRE UTILITIES COMPLEX to the south of rd no 12 including inshore and offshore lines i.e. CPP ,B/H,DM plant ,Area 6 ,Minas. However, based on the requirement, contractor may be required to work in other areas of Refinery as well. Contractor has to employ separate supervisor for each of the areas for smooth functioning of the jobs under this contract.

2) General:- There is an SOR contract and no minimum quantity is guaranteed. Bidders are required to quote realistic rates considering their mobilization throughout the contract period and additional mobilization required during shut-downs and jetty areas. Contractor is also required to carry out any of the plant shutdowns as per instructions of Engineer In-charge on round the clock basis or as instructed by area In-charge. This will include all types of piping jobs like Process piping, Flare lines, Rundown lines, Cooling water lines, Tag jobs and Modification jobs on piping. Contractor shall mobilize following supervisor as minimum and they shall have independent resources to complete the jobs assigned in respective areas Utilities: 3 nos Based on the job requirement, Contractor will have to mobilize additional supervisors and resources as per the instruction of Area In charge. Also on award of contract contractor has to submit an Organ gram specifying the name of the Site Incharge along with his contact nos and list of Superviors deployed in specific areas. This includes jobs all sizes of pipelines in refinery (from 1/2" to 60" and sch 20 to 160).

Page no. 19 PIPING SOR SCOPE OF WORK, BPCL MR

B) SCOPE OF WORK FOR PIPING JOBS IN AREA - II: Work includes all kinds of mechanical piping, structural, and other mechanical jobs inside refinery in plant area - ii (normal time, shutdown time)

1) Locations of work:- AREA - II of refinery premises consists of:- 1. BBU COMPLEX 2. ARU COMPLEX 3. ISOM & NHT COMPLEX All pipe tracks / racks associated with the above areas. Piping associated with tankages in above areas. Jobs at any other area in refinery as per refinery requirement shall also be carried out by the contractor.

2) General:- There is an SOR contract and no minimum quantity is guaranteed. Bidders are required to quote realistic rates considering their mobilization throughout the contract period and additional mobilization required during shut-downs. Contractor is also required to carry out any of the plant shutdowns as per instructions of Engineer In-charge on round the clock basis or as instructed by area In-charge. This will include all types of piping jobs like Process piping, Flare lines, Rundown lines, Cooling water lines, Tag jobs and Modification jobs on piping

3) SPECIFIC JOBS IN AREA II (OCCASSIONAL):

A.BASKET STRAINER CLEANING: 1. Assist operations to isolate the basket strainer. 2. Open the drain valve to de-pressurize the strainer. 3. Open the top and bottom covers. 4. Remove the strainer and clean it. 5. Clean the basket strainer shell. 6. Offer both to the maintenance / operation officer. 7. Install back the strainer into basket strainer shell. 8. Re-fit the top and bottom covers with new gaskets. 9. Assist operation to re-commission it and attend leaks if any.

Page no. 20 PIPING SOR SCOPE OF WORK, BPCL MR

10. Work permit and clearance conditions are to be strictly followed. B.WOODEN PLANK PLATFORM INSIDE THE FAN CYLINDER OF COOLING TOWERS: 1. Open the fan cylinder cover and shift it to safe location. 2. Provide the wooden planks inside the fan cylinder and make the approach up to the gear box. 3. Planking has to be provided beyond the gear box and tubular drive shaft for working on these. 4. All wooden planks are to be tied with existing structure of cooling tower. 5. After the maintenance job is over or on instruction the planks are to be dismantled one by one and remove. 6. Re-fit the fan cylinder cover and secured properly with existing clamps. 7. Work permit and clearance conditions are to be strictly followed. C.DE-SILTING OF PUMP CASING AND SUCTION LINE OF SEA WATER PUMPS: 1. Accumulated silt in the pump casing and suction header is to be removed with the help of bucket. 2. Removed silt is to be disposed far away from our jetty pump house. 3. Surrounding area is to be cleaned after de-silting. 4. Work permit conditions and clearance are to be strictly followed. D.REMOVAL / FIXING OF MOV: 1. MOV is to be dismantled, lifted with the help of tripod stand and chain pulley block arrangement. 2. Dismantled MOV is to be dragged carefully up to the nearest point towards the tank bund wall facing road for easy access of crane to take the MOV out from the tank farm. 3. After taking the MOV out of bund wall / valve platform, same has to be shifted to Electrical shop. 4. The MOV after overhaul is to be shifted back to its original location. 5. Take the MOV inside of tank bund wall with the help of BPCL supplied crane. 6. Shift the MOV to the location from where it was dismantled.

Page no. 21 PIPING SOR SCOPE OF WORK, BPCL MR

E.REMOVAL / FIXING OF MOTORS OF AC PLANT/ BLOWERS: 1. This covers all AC plants of the refinery. 2. This includes removal of motor, shifting of motor to and fro electrical shop and fixing back of the motor. 3. All rigging arrangements shall be in contractor's scope.

C) SCOPE OF WORK FOR PIPING JOBS OF REFINERY PIPETRACK AND P/H 5: Work includes all kinds of mechanical piping, structural, and other mechanical jobs inside refinery in pipe track, Pump house - 5 and associated area

1) Locations of work:- Area consists of all pipe tracks, pipe racks within refinery premises, pump house 5 and associated areas. Contractor will have to work in any other area inside refinery as per refinery requirement

2) General:- There is an SOR contract and no minimum quantity is guaranteed. Bidders are required to quote realistic rates considering their mobilization throughout the contract period and additional mobilization required during shut-downs. Contractor is also required to carry out any of the plant shutdowns as per instructions of Engineer In-charge on round the clock basis or as instructed by area In-charge. This will include all types of piping jobs like Process piping, Flare lines, Rundown lines, Cooling water lines, Tag jobs and Modification jobs on piping This includes jobs on all sizes of pipelines in refinery (from 1/2" to 60"). Contractor will have to mobilize additional supervisors and resources as per the instruction of Area Incharge. Also on award of contract contractor has to submit an Organ gram specifying the name of the Site Incharge along with his contact nos and list of Supervisors deployed in specific areas.

D) PIPING JOBS IN REFINERY AREA 1 NL/SN:

Scope of work for mechanical piping, structural and other mechanical jobs inside refinery in plant area - I (normal & shutdown time)

1) Locations of work:- Area - I of refinery premises consists below listed locations:- i) CCU COMPLEX

Page no. 22 PIPING SOR SCOPE OF WORK, BPCL MR

ii) FCCU COMPLEX iii) DHDS COMPLEX (INCLUDING SWS 4) iv) LPG PLANT v) DHT PLANT AND DHT PLANT ASSOCIATED AREA Contractor will have to work in any other area inside refinery as per refinery requirement

2) General:- There is an SOR contract and no minimum quantity is guaranteed. Bidders are required to quote realistic rates considering their mobilization throughout the contract period and additional mobilization required during shut-downs and jetty areas. Contractor is also required to carry out any of the plant shutdowns as per instructions of Engineer In-charge on round the clock basis or as instructed by area In-charge. This will include all types of piping jobs like Process piping, Flare lines, Rundown lines, Cooling water lines, Tag jobs and Modification jobs on piping This includes jobs on all sizes of pipelines in refinery (from 1/2" to 60"). Contractor shall mobilize following supervisor as minimum and they shall have independent resources to complete the jobs assigned in respective areas CCU: 1 nos FCCU: 1 nos DHDS,: 1 nos (2 nos on based on quantum of works. SWS4 & DHT: 1 nos LPG: 1 no Based on the job requirement, Contractor will have to mobilize additional supervisors and resources as per the instruction of Area Incharge. Also on award of contract contractor has to submit an Organ gram specifying the name of the Site Incharge along with his contact nos and list of Supervisors deployed in specific areas.

3) SPECIFIC JOBS IN AREA I (OCCASSIONAL):

PART A: SULPHUR LOCK JOBS IN DHDS SRU COMPLEX 1. Carry out necessary spading of inlet / outlet lines. 2. Make necessary rigging arrangement for removing the sulphur locks. 3. Carry out gas cutting of sulphur lock cover if required. 4. Contractor has to remove sulphur locks as shown by site supervisor in DHDS. 5. After removal de-plug sulphur lock using LP steam and by manual cleaning. 6. Carry out hydrotesting of sulphur lock on steam side and process side and offer to inspection. 7. Fit back all the sulphur locks. 8. Carry out seal welding of sulphur lock covers. 9. Carry out despading of inlet & outlet lines

Page no. 23 PIPING SOR SCOPE OF WORK, BPCL MR

E) PIPING JOBS IN RMP, CCR & CDU4 COMPLEX - NORMAL/SHUTDOWN: Scope of work includes all kinds of mechanical piping, structural, and other mechanical jobs in RMP, CCR & CDU 4 complex in the refinery during normal & shutdown time

1) Locations of work:- Contractor is required to carry out the piping, structural jobs in RMP & CCR area i.e. CDU-3/VDU, NHGU, HCU, LOBS,CCR & CDU 4 complex However, based on the requirement; contractor may be required to work in other areas of Refinery as well. Contractor has to employ separate supervisor for each of the areas for smooth functioning of the jobs under this contract. Contractor is also required to carry out any of the plant shutdowns as per instructions of Engineer In charge on round the clock basis or as instructed by area in charge.

2) General:- There is an SOR contract and no minimum quantity is guaranteed. Bidders are required to quote realistic rates considering their mobilization throughout the contract period and additional mobilization required during shut-downs. Contractor is also required to carry out any of the plant shutdowns as per instructions of Engineer In-charge on round the clock basis or as instructed by area In-charge. This will include all types of piping jobs like Process piping, Flare lines, Rundown lines, Cooling water lines, Tag jobs and Modification jobs on piping Contractor shall mobilize following supervisor as minimum and they shall have independent resources to complete the jobs assigned in respective areas RMP CDU/VDU, NHGU, CCR & CDU 4 = 4 nos. Based on the job requirement, Contractor will have to mobilize additional supervisors and resources as per the instruction of Area In charge. Also on award of contract contractor has to submit an Organ gram specifying the name of the Site In charge along with his contact nos and list of Supervisors deployed in specific areas. This includes jobs all sizes of pipelines in refinery (from 1/2" to 60" and sch 20 to 160).

Page no. 24 PIPING SOR SCOPE OF WORK, BPCL MR

SECTION II

SCHEDULE OF RATES (SOR)

SCAFFOLDING SCOPE OF WORK

Page no. 25 PIPING SOR SCOPE OF WORK, BPCL MR

SECTION II: - SCAFFOLDING SCOPE

__________________________________________________________________

(I) GENERAL SCAFFOLDING SCOPE OF WORK:-

Scaffolding work is carried out in BPCL, Mumbai Refinery in accordance with BPCL Safety

Manual Ch 14.01. The contractor shall follow the guidelines mentioned in Fire & Safety Regulation

for the construction of scaffolding.

1.1 Scaffolding and Platforms:- a) The contractor shall erect the scaffolding in compliance with BPCL Refinery Safety Regulations with quality material (scaffold boards, planks, rails, shackles, putlogs, fixing pieces, tubes, ladders etc but not limited to) required as per standards to the satisfaction of BPCL site engineer.

b) All scaffolding erected by the CONTRACTOR for the purpose of maintenance shall remain in position for Owner’s utilization till further notice of removal from the Engineer in charge. Damaged or deteriorated components shall not be used.

1.2 SCAFFOLDING MATERIAL REQUIREMENTS:- All scaffolding shall conform to following standards or equivalent:

National Standards & Statutes: a. The Indian Factories Act, 1948 and applicable State Factories Rules. b. BOCW Central Rules,1998 –Part-III : Chapter XIX (Rules no.188 – 205) c. IS 2750 : Steel Scaffoldings d. IS 3696: Safety code of scaffolds and ladders: Part 1 Scaffolds e. IS 3696: Scaffolds and ladders - Code of Safety: Part 2 Ladders f. IS 4014: Part 1 Code of practice for steel tubular scaffolding Part 1 Definitions and materials g. IS 4014: Part 2 Code of practice for steel tubular scaffolding Part 2 Safety Regulations for Scaffolding h. OISD-GDN-192 for Safety practices during construction. Or International Standards: a. BS EN 12811 and BS EN 12810 - TG20:08 - Technical Guidance on the use of BS EN12811-1 b. OSHA: 29 CFR Part 1926: Safety Standards for Scaffolds Used in the Construction Industry

Page no. 26 PIPING SOR SCOPE OF WORK, BPCL MR

Any scaffolding which does not conform to the above requirements shall be immediately withdrawn from service, dismantled and re-erected such that the requirements are complied with. If the CONTRACTOR intends to use sub-contract scaffolding, details must be provided in the

CONTRACT TENDER.

1.3 SCAFFOLD REQUIREMENTS:- All the scaffolding work and scaffolder shall comply with following requirement:

ii. Contractor shall appoint competent person who is authorized to inspect and certify scaffolding as per OSHA std 29 CFR 1926, subpart L.

iii. Scaffolding shall be double pole types. Single Pole scaffolds are not allowed. The workers engaged in scaffolding work must wear double lifeline safety harness.

iv. Operating platform shall be fully covered with metal planks (not gratings) and adequately secured. If it is not required/possible to cover entire platform with metal boards/planks then in such case provide minimum three number of boards/planks in working area and remaining area shall be made inaccessible with hand rails, mid rails, drop gate and toe boards to restrict the entry in that area.

v. Toe boards shall be provided at all the side of operating platform of scaffolding.

vi. Hand rail and mid rail shall be provided at all the working platform level of the scaffolding.

vii. Ladder shall be provided to approach working platform. Length of the ladder shall not be more than

Page no. 27 PIPING SOR SCOPE OF WORK, BPCL MR

6 m. viii. Ensure adequate stability of scaffold by use of adequate No. of cross bracings and other

types of supports ix. Scaffolding shall be built in such a way so that pipes shall not obstruct ladders, stairs and

walkways.

1.4 SCAFFOLD TAG, CHECKLIST & SCAFFOLD CERTIFICATION:-

i. ‘Unsafe to use’ board shall be provided during erection of scaffolding.

ii. Only trained & experienced scaffolders shall be allowed to work on scaffolding with ‘Unsafe to use’ board.

iii. Designated Supervisor shall fill in the checklist which shall be printed on the backside of the “Safe to Use” tag developed by F&S and shall certify it if it meets all the checklist points as applicable.

iv. After certification by contractor supervisor, scaffolding shall be certified by Executing agency followed by F&S officer. They shall sign on the “Safe to Use” tag already signed by designated contractor supervisor. After certification by all the three only the scaffolding can be put to use for the required job.

v. Recertification of the scaffolding shall be done every 15 days by contractor supervisor and executing agency. F&S will recertify only if the scaffolding is altered/ modified.

vi. Contractor shall also provide ‘Safe to use’ board after approval of scaffolding by the competent person for visibility from distance.

vii. Once scaffold is certified as ‘safe to use’, then nobody shall be allowed to alter/modify the scaffold for any purpose. If at all it is altered / modified then their certificates as ‘safe to use’ stand cancelled.

viii. Joint coupler or sleeve coupler shall only be used for extending the scaffold pipes.

ix. Scaffolding shall be provided with standard base plates.

Joint Coupler Base plate

Page no. 28 PIPING SOR SCOPE OF WORK, BPCL MR

x. F&S shall be informed at least one day in advance for certification of the scaffolding. No certification shall be done in Evening or Night shift and on holidays/ weekly offs by F&S.

xi. The contractor shall follow the guidelines mentioned in Fire & Safety Regulation for the construction of scaffolding.

II) SPECIFIC SCAFFOLDING SCOPE OF WORK FOR ALL AREAS OF REFINERY IIA) SPECIAL SAFETY CONDITIONS (COMMON):

i. Jobs required to be carried out in various areas (including all other areas in refinery, if required) shall be as per the instruction of Engineer Incharge / Site incharge.

ii. As and when the job has to be carried out, the contractor will be informed i.e. contract will be on call basis. The job is not of perennial nature hence the contractor should mobilize according to the identified jobs only when he receives requisition / call.

iii. Contractor should mobilize enough manpower to complete the identified jobs within time indicated by Engineer- in- Charge.

iv. Bills will be paid on the basis of actual work done on due certification by BPCL Engineer on monthly basis.

v. Your rates shall remain firm during the first year. Escalation/de-escalation shall be done on the second year contract period on all the line item rates as decided by CPO depending on WPI (Wholesale price index) & CPI (Consumer price index)

vi. The duration of the contract will be TWO YEAR from date of issue of Contract. However the contract can be extended by three more months at the sole discretion of BPCL.

vii. Submit challans duly stamped by our Security to our Maintenance Department for the material brought inside the Refinery by you.

viii. Depending on the urgency of the job, contractor will be required to carry out the job in extended hrs as per the instructions of site in-charge but following all safety and security regulations of BPCL to the satisfaction of BPCL Engineer-in-charge and there will be no additional payment admissible on account of this.

ix. Contractor supervisor should be provided with a communication facility so that he can be contacted at any time.

x. In case of normal jobs , adequate notice will be given to contractor , but in case of emergency jobs contractor should be in a position to mobilize manpower within 1- 2 hrs. Irrespective of holidays and night hours.

xi. There is no minimum amount of job guaranteed under this contract job will be given to you as & when the need arises.

xii. Contractor is required to employ only his own permanent employees. Contractor shall provide necessary proof to Engineer in charge or IR department whenever asked for.

Page no. 29 PIPING SOR SCOPE OF WORK, BPCL MR

xiii. All contractor employees including supervisors undergo safety training in BPCL failing which they will not be accepted as supervisors irrespective of their academic qualifications and work experience. All safety precautions as per permit conditions and as per instructions from site in charge shall be abided by the contractor.

xiv. This is an SOR Outline Agreement and call off orders shall be issued as and when required. After completion of each job contractor shall submit the measurements to BPCL site supervisor for joint measurement and certification.

xv. Contractor has to monitor the contract and keep all the records regarding measurements and produce it as and when demanded by BPCL. The financial limit of the Outline Agreement should not be exceeded.

xvi. Contractor shall deploy at least one qualified safety supervisor who will be taking frequent rounds at all the work locations to ensure safety. Safety supervisor shall interact regularly with Safety Department and related Execution officer and give regular safety talks to all the contractor employees for enhancing safety. If it is observed that stated condition is not followed, penalty as per FINANCIAL DETERRENT FOR VIOLATION OF SAFETY NORMS BY CONTRACTORS shall be deducted.

xvii. Contractor shall strictly abide to the "checklist for scaffolding" being given along with this contract to confirm whether his scaffolding structure matches with that of BPCL standards. It is only after this checklist confirmation that the contractor shall put "SAFE TO USE" boards at site.

xviii. Non compliance of scaffolding structures with that of BPCL standards safety manual no 14.01 would be liable for penalty action by any BPCL personnel.

xix. Contractor will have to follow all guidelines mentioned in the BPCL Safety Manual.

IIB) SCAFFOLDING RENTAL CONDITIONS:

Conditions regarding rental for scaffolding is as follows:- (a) In addition to scaffolding rates, No Rental shall be paid for any scaffolding kept up to One Month(Month = 30 days) from the date of completion of erection. (b) Rental for scaffold shall be paid to the contractor for any scaffolding kept beyond one month(1 Month=30 days), from the date of completion of erection based on instruction by BPCL, as stated in the SOR . Prorated Rental payment shall be made for any part of the month as stated in the respective line item. For Rental claims/payment, the scaffolding Erection completion date and dismantling date must be certified by the BPCL site engineer on Vendors challan For example - If one M3 scaffolding is removed after 45 days of erection of scaffolding , the quantity shall work out to 1 under item 10 and rental for scaffold (i.e line item no 30) shall work out to 0.5. For all items issued to contractor on returnable basis, if the material is not returned back to BPCL, the cost of such items will be recovered from the Contractor.

Page no. 30 PIPING SOR SCOPE OF WORK, BPCL MR

III) SCOPE OF SUPPLY: BY BPCL:- RETURNABLE BASIS:

HAND LAMPS TRANSFORMERS TARPAULINE (Will be issued by rigging yard for monsoon protection temporary sheds)

BY CONTRACTOR:-

ALL STEEL SCAFFOLDING MATERIAL

ALL OTHER RELATED TOOLS AND TACKLES REQUIRED FOR THE SUCCESSFUL EXECUTION/COMPLETION OF JOB INCLUDING LABOUR / MANPOWER AND THOSE NOT INCLUDED IN BPCL SCOPE OF SUPPLY.

IV) GATE PASS PROCEDURES:-

All employees to be covered under ESIC/PF. Proof to be submitted to IR department.

Labour license form V to be submitted to IR department. Assistance for procuring labour license shall be given by BPCL IR department.

Police verification of all employees needs to be carried out. Proof to be given to CISF that police verification has been submitted to police department.

All employees should undergo safety training.

With all documents such as ESIC/PF, police verification, safety training, CISF photo passes can be obtained.

After obtaining photo passes every employee should obtain computer passes.

With this, employee is eligible to enter the refinery.

No mobilization or advances shall be paid to contractor by BPCL. No idling charges shall be paid by BPCL on account of no work or delay in clearances, jobs etc.

Page no. 31 PIPING SOR SCOPE OF WORK, BPCL MR

V) PAYMENT TERM: Payment will be made on the basis of actual executed quantities on monthly basis and due certification of BPCL Engineer-in- charge on satisfactory completion of jobs.

In lieu of 10% retention money, contractor shall submit bank guarantee of equivalent money valid for defects liability period of six months from the date of completion of the entire scope of work directly to our BPEC Kharghar office. Payment shall be released only on receipt of BG. BPCL insists on issuance of only SFMS (Structured Financial Messaging Service) Bank Guarantee by vendors / contractors, for faster payments. Vendors / Contractors shall provide BPCL’s Bank Account No. & IFSC Code (Details given below) to their Bank at the time of application for Bank Guarantee in favour of BPCL. Name of Bank: State Bank of India Branch: CAG Branch, Mumbai Account No: 11083980831 IFSC Code: SBIN0009995

VI) Contract duration: The duration of the contract will be of Two year from the date of Value Contract. The completion of each job shall be mutually agreed upon with BPCL Engineer-in-charge.

VII) LD CLAUSE: In case of delay, 0.5%/week of delay or part thereof up to a max. 5% of the individual PO value shall be recovered.

Page no. 32 PIPING SOR SCOPE OF WORK, BPCL MR

SECTION III

SCHEDULE OF RATES (SOR)

ENCLOSURES

Page no. 33 PIPING SOR SCOPE OF WORK, BPCL MR

SECTION III: - ENCLOSURES

__________________________________________________________________ The important list of enclosures that needs to be attached with this tender is as below:-

LIST OF ENCLOSURES: A) BPCL Scaffolding safety manual 14.01, Rev 01. B) Special safety conditions (Essential requirements) C) Scaffolding certification procedure. D) Equipment Tagging forms. E) Contractor Safety Management (CSM) Policy F) Company standard procedures

SPECIAL CONDITIONS OF CONTRACT

GENERAL:

This Special Conditions of Contract (SCC) shall be read in conjunction with the General Conditions of

Contract (GCC), including its amendments, specifications of work, drawings and any other document

forming part of this contract wherever the context so requires.

BIDDER / CONTRACTOR shall adhere to all the instructions covered under GCC & SCC including all

design standards, as stipulated in the respective sections and should be in a position to submit the

required records as evidence for review of OWNER as and when required and shall carry out changes

based on PMC / OWNER review.

Not withstanding the sub-division of the document into separate sections and volumes wherever done,

every part of each shall be deemed to be supplementary of every other part and shall be read with and

as part of the contract so far as it may be practicable to do so.

Where any portions of the GCC are repugnant to or at variance with any provisions of the special

conditions of contract, then, unless different intentions appear, the provisions of the special conditions

of contract shall be deemed to override the provisions of the GCC shall to the extent of such

repugnancy, or variations prevail.

The materials, design and workmanship shall satisfy the applicable relevant Indian Standards, the job

specifications contained herein and codes referred. Where the job specifications stipulate

requirements in addition to those contained in the standard codes and specifications, these additional

requirements shall also be satisfied. In the absence of any Standard / Specifications / Codes of practice

for detailed specifications covering any part of the work covered in this bidding document, the

instructions / directions of BPCL will be binding upon the Contractor.

1. BPCL intends to finalize Schedule of Rate (SOR) Contracts for Mechanical and Piping Works in

Mumbai Refinery for a period of two years with an option to extend for one more year.

2. The rates once finalized shall be applicable for a period of two / three years with an annual

escalation clause applicable for second / third year. The attached estimated rates are inclusive of all

taxes and duties except Goods and Service Tax (GST). GST shall be paid extra as per applicable rates.

3. BPCL reserves the right to either award SOR contract fully or partially to the bidders.

4. It is advisable that bidders intending to participate in this SOR tender attend pre-bid meeting. This

meeting shall be arranged to bring complete clarity in vendors for scope of work for execution, safe

practices being followed in BPCL MR, expectations etc that will be shared by executing authorities

& CPO.

5. Scaffolding for piping jobs along with certification is in vendors scope, however based on

requirement it could be utilized for other jobs also based on instructions from Area in-charge &

Engineer in-charge only (i.e. Planning head).

6. The desired number of contractors for mechanical and piping works is six (6). However depending

upon the response, the number of contractors can be accepted to a minimum of four (4) (if sufficient

number of contractors are not matching L1 rates) to a maximum of eight (8).

7. The estimated unit rate of all the SOR items is published in the tender. Bidders are required to

quote a single uniform discount or premium on the estimate, which shall be applicable for all the

SOR items in the price bid.

8. The quantities indicated against each of the items mentioned in the tender/estimate is only

indicative. The quantities may vary during execution of the contract. However, the total estimated

value of the tender shall not be exceeded.

9. The bidders are required to quote only a single percentage rate within the price band of -5% to

+5% with respect to the entire estimate. Any bidder quoting beyond this band of -5% to +5% shall

not be considered for further evaluation. In case the number of bidders quoting the same lowest

rate is higher than the desired number of successful bidders required, negotiations will be

conducted in order to limit the number of successful bidders to the desired bidders. These bidders

will then be permitted to quote a maximum discount upto -10% of the estimate.

10. Bidders shall be evaluated based on Pre-Qualification Criteria (PQC). Techno commercial bids of pre-

qualified bidders shall be opened subsequently. Finally Price bids of techno-commercially qualified

bidders will be opened.

11. Selection of bidders shall be based on their rankings, determined on the rates quoted and the pre-

determined number of successful bidders required as specified in the tender. All selected bidders

shall match the L1 rate.

12. The total invoicing of the contractor during the SOR period shall be monitored by the head of

Maintenance Dept., or his authorized representative within the overall target value of each

contractor. When the SOR is awarded to two or more successful bidder, the target value will be

fixed for each successful bidder equally. Maintenance department head is authorized to make

allocation of works to different successful contractors to ensure that all the contractors get

approximately equal distribution of work to the extent possible.

13. If any of the Contractor(s) is not performing even after reminders, and there is repeatedly poor

performance on schedule and / quality and/or safety, warning letters will be issued to such

Contractor. It there is no improvement even after warning letters, such Contractor will not be

engaged for further SOR jobs and holiday listing action will be initiated in line with guidelines for

procurement of goods and services.

14. The incomplete work of such Contractor will be completed through other available Contractor(s)

having SOR contract, as per the decision of head of Maintenance department and accordingly the

target value of other contracts would be revised.

15. Executing department head (GM M&C) is authorized to make allocation of works to different

contractors to ensure that all the contractors get approximately equal distribution of work to the

extent possible.

16. BPCL Planning head & Maintenance section head (i.e. DGM planning & GM M&C) shall be having

complete authority to decide & allocate individual areas of work to each contractor. The contractor

shall be informed regarding same in advance prior to allocation of SOR OA.

17. Each contractor shall be flexible enough to handle more than one allocated area of work execution

in case of need arises as per SOR terms & conditions. However final decision shall be completely

with BPCL executing authority section head. Mobilizing period of 7 days would be granted in such

cases.

18. BPCL SOR OA rates shall remain firm during the entire tenure for first year. Second & third year rates

escalation or de-escalations in rates shall be decided, depending upon price variation clause as

applicable. Price variation clause shall include all variations in rates that are due to Wholesale price

index (WPI)/Consumer price index (CPI)/Minimum wages as applicable. Refer Table for Method of

calculating escalation / de-escalation.

19. For Emergency shutdowns & incremental works in case of short planned shutdowns (less than 10

days) of units, SOR shall be utilized. During these shutdowns, SOR SD rates shall be applicable for

payment to vendors. Also for SOR, Shutdown (SD) rates shall be applicable only when duration of

unit down time exceeds more than 48 hours. If downtime of unit is less than 48 hours normal rates

are applicable. In cases of emergencies arrived at night shifts, support shall be provided by

contractor. No additional charges shall be claimed by contractor in such cases.

20. SOR SD rates shall be 25% higher than normal SOR rates since the contractor shall be required to

work on round the clock basis (2 shifts of 12 hours).

21. Contractor shall be available for working on all Saturdays except for that on Sundays/ BPCL declared

holidays. However in cases of emergency situations, no such grant of leaves shall be applicable. Also

No additional charges shall be claimed by contractor for working on Sundays & declared holidays.

Monthly permissions for working on Sundays/declared holidays shall be taken in advance from BPCL

Planning Department.

22. SOR contractors shall be required to place one porta cabin in each unit wherever their manpower

is mobilsed for job execution. The contractor shall be utilizing these porta cabins for storing their

tools & tackles & also for their manpower seating & dining arrangements. Electrical fittings shall be

flameproof in porta cabins to avoid hassle free electrical connections. Kindly note that NO sheds

shall be allowed in plant premises.

23. “ENTRY WITH PPE (Personal protective equipment) for contract workmen is mandatory in BPCL; to

ensure 100% PPE compliance for all contract workmen. Hence no workmen shall be allowed to enter

BPCL refinery premises without PPE. CISF & BPCL safety is having complete authority to stop their

entry if PPE’s worn by people are of inferior quality. The list of standard PPE suppliers are hereby

attached in the special safety conditions annexure of BPCL.

24. Contractors shall be having their own internal communication system for quick & easy execution of

works at site. Use of mobile phones is completely banned within BPCL refinery premises.

Contractors could use their own UHF sets, flameproof mobiles (Which shall require approval from

BPCL F&S section head, CISF & Maintenance section head), internal landlines, intercoms for their

communication.

25. Contractors to note that no subletting/subcontracting is permissible for SOR tenders. If found

then appropriate action would be taken deemed fit to situation by executing, safety & planning

authorities.

26. The price variation clause is explained below:-

ESCALATION/DE-ESCALATION CLAUSE:-

There shall be escalation / de-escalation (as the case may be depending upon increase/decrease in

WPI & CPI) uniformly applicable on all items over the schedule of rates based on WPI (All India

Wholesale Price Index) and CPI (All India Consumer Price Index) as per the methodology enumerated

below.

A) The bidder has to accept escalation as well as de-escalation in rate based on WPI & CPI.

B) The weightage of WPI & CPI shall be in the ratio of 70% and 30% respectively.

C) The rate finalized for subject tender shall be valid for initial 12 (twelve months) from the date of

finalization of SOR i.e. there shall not be any change in rate for placing of order on Contractor

for individual work during the initial period of 12 months.

D) After completion of 12 months, the escalation / de-escalation shall be applicable based on WPI

& CPI, as per the weightage given above.

E) Since, WPI & CPI are published after a gap of around 3 months; the indices of 9th month will be

taken for calculating the escalation / de-escalation eg. if the SOR for the first year is valid from

April 2017 to March 2018, for calculating the escalation / de-escalation, the indices of December

2016 shall be considered.

F) The percentage increase and decrease shall be the same for all the SOR items in the contract

irrespective of the material, labour, fuel or any other input/component. The rate so arrived at

shall remain unchanged/frozen and valid for the next 12 months.

G) Once the purchase order is placed on the Vendor for individual works based on the finalized

rates, the rate shall remain firm for that work irrespective of the completion period or extension

granted on whatsoever reason / ground even if the work extends beyond 12 months.

H) The method for calculating escalation / de-escalation is enumerated below :

METHOD FOR CALCULATING ESCALATION /DEESCALATION BELOW:

Method of calculating escalation / de-escalation

Sr. No. Item Index

1. WPI available at the end of 9th month of SOR

agreement.

W2

2. WPI 12 months prior to the WPI available at the

end of the 9th month of SOR agreement.

W1

3. % increase in WPI W3=(W2-W1)/W1 X 100

4. CPI available at the end of 9th month of SOR

agreement.

C2

5. CPI 12 months prior to the CPI available at the end

of the 9th month of SOR agreement.

C1

6. % increase in CPI C3 = (C2-C1)/C1 X 100

7. The escalation / de-escalation to be applied in %

(Weightage of 70% of WPI and 30% of CPI)

E1 = 0.7* W3 + 0.3* C3

8. Rate of any item R1

9. Increase / Decrease applicable on any rate from

13th Month to 24th month

V1 = R1*E1

10. Revised rate applicable from 13th month to 24th

month.

R2 = R1 + V1

Note: The same escalation / de-escalation methodology shall be applicable for the third year (25th

month to 36 month) also.

The percentage of escalation / de-escalation shall be taken upto two decimals.

27. PRICE BID

The Estimated rates for every item is enclosed as a part of the tender document. Tenderer to go

through these published rates.

Contractor to quote their rate as a percentage of the total estimated value in the range of -5%

(Maximum percentage below estimate) to +5% (Maximum Percentage above estimate) limited to

two decimals. This rate shall be applicable to all the SOR items. Any Contractor quoting beyond the

range of -5% to +5% shall be disqualified.

Illustration

For example if a vendor quotes -4%, then the unit price of an item of published rate of Rs 100/-

reduces to Rs 96/-.

For example if a vendor quotes +4%, then the unit price of an item of published rate of Rs 100/-

increases to Rs 104/-.

The finalized rate after applying the percentage variation shall be rounded off to the nearest Rupee.

28. ARBITRATION

Arbitration clause as per GCC stands replaced and shall be as mentioned below -

“Any dispute or difference whatsoever arising out of or in connection with this Agreement including

any question regarding its existence, validity, construction, interpretation, application, meaning,

scope, operation or effect of this contract or termination thereof shall be referred to and finally

resolved through arbitration as per the procedure mentioned herein below :

(a) The dispute or difference shall, in any event, be referred only to a Sole Arbitrator

(b) The appointment and arbitration proceedings shall be conducted in accordance with SCOPE forum

of Arbitration Rules for the time being in force or as amended from time to time

(c) The Seat of arbitration shall be at Mumbai

(d) The proceedings shall be conducted in English language

(e) The cost of the proceedings shall be equally borne by the parties, unless otherwise directed by

the Sole Arbitrator ”.

******************

Special Conditions of Tender:

A. The provisions under the various clauses hereunder shall override the terms

and conditions which appear elsewhere in this tender documents

(changes/additions or deletions), as applicable for Works and Service

contracts / tenders.

B. GCC stands for General Contract Conditions.

1. Order of Precedence in General Conditions of Contract (GCC) for works / Services

Contracts:

The order of precedence as applicable shall be specified in the GCC as follows:-

1. Contract Agreement (in GCC)

2. Detailed letter of Acceptance along with its enclosures

3. Letter of Award / Fax of Acceptance

4. Job Specifications (specific to particular job only)

5. Drawings

6. Special Conditions of Contract (SCC)

7. Technical Specifications

8. Instructions to Bidders

9. General Conditions of Contract (in GCC)

10. Other Documents

Additionally, any variation or amendment / change order issued after signing of formal contract

shall take precedence over respective clauses of the formal contract and its Annexures.

2. Security Deposit (SD) / Contract cum Performance Guarantee (PBG) clause in GCC:

The following changes in the percentage of SD shall be applicable:

In case of LSTK (Lump sum contracts) / EPC: PBG @ 10% within 15 days of notification

of award (as against 30 days as per our current GCC)

In case of Annual Rate Contracts (ARCs): Submission of PBG @ 10% of total Contract

Value (TCV) or submission of initial security deposit @ 2.5% of TCV within 15 days of

notification of award. In cases where only 2.5% of TCV has been submitted, 7.5% of

individual release order shall be subsequently deducted from RA bills.

3. Limitation of Liability in GCC :

The aggregate total liability of the Contractor to Owner under the Contract shall not exceed the total Contract Price, except that this Clause shall not limit the liability of the Contractor for following: (a) In the event of breach of any Applicable Law;

(b) In the event of fraud, willful misconduct or illegal or unlawful acts, or gross negligence of the Contractor or any person acting on behalf of the Contractor; or

(c) In the event of acts or omissions of the Contractor which are contrary to the most elementary rules of diligence which a conscientious Contractor would have followed in similar circumstances; or

(d) In the event of any claim or loss or damage arising out of infringement of Intellectual Property; or

(e) For any damage to any third party, including death or injury of any third party caused by the Contractor or any person or firm acting on behalf of the Contractor in executing the Works. Neither Party shall be liable to the other Party for any kind of indirect or consequential loss or

damage like, loss of use, loss of profit, loss of production or business interruption which is

connected with any claim arising under the Contract.

4. Termination for convenience under GCC :

BPCL shall, in addition to any other right enabling it to terminate the contract, have the right to

terminate the contract at any time by giving prior written notice of at least 14 days to the

contractor. Such termination shall be without prejudice to the rights of the parties that have

accrued on or before the date of termination of the contract.

If the contract is terminated under this provision, the contractor is entitled to be compensated as

under:-

a. the contract price attributable to the works performed as at the date of termination

and

b. the reasonable costs incurred by the contractor for termination of subcontractors or the

repatriation of the contractors’ and subcontractors’ employees

less

the aggregate of all previous payments allocated to the works.

Any sums due to BPCL from the contractor accruing prior to the date of termination will be

deducted from the amount to be paid to the contractor under the contract.

If, as a result of any such deductions, there is a negative amount payable to the contractor, then

the contractor must pay an amount equal to such negative sum to BPCL within 15 days of BPCL

intimating the contractor.

5. Variation in Contract Value under GCC :

Compensation for Reduction in Contract value due to change in quantity:

Up to & inclusive of (-) 25% of Total Contract Value (TCV): No cost compensation.

Beyond (-) 25% of TCV: Cost compensation @ 10% of reduction in the contract value

from (-) 25% of TCV (i.e. 75% of TCV).

Discount to be obtained for Increase in contract value due to change in quantity:

Up to & inclusive of (+) 50% of TCV: No discount.

Beyond (+) 50% of TCV: Reduction @ 10% of increase in the contract value beyond (+)

50% of TCV.

6. Delay in Security Deposit Submission (GCC)

Vendors/contractors shall be asked to submit the SD within 15 days from the date of notification

of award and in the event of delay in submission of SD, the contract can be terminated.

However, if termination of contract is not in the interest of the work/ BPCL, an additional time up

to 30 days can be allowed for submission of SD with the approval of the concerned GM/CGM,

beyond which the contract may be terminated with subsequent actions following termination as

per tender/procedure.

7. Force Majeure Clause (Existing clause replaced with the new one- GCC)

Circumstances leading to force majeure

(a) Act of terrorism;

(b) Riot, war, invasion, act of foreign enemies, hostilities (whether war be declared or not), civil war, rebellion, revolution, insurrection of military or usurped power; (c) Ionising radiation or contamination, radio activity from any nuclear fuel or from any nuclear waste from the combustion of nuclear fuel, radioactive toxic explosive or other hazardous properties of any explosive assembly or nuclear component;

(d) epidemics, earthquakes, flood, fire, hurricanes, typhoons or other physical natural disaster, but excluding weather conditions regardless of severity; and

(e) freight embargoes, strikes at national or state-wide level or industrial disputes at a national or state-wide level in any country where Works are performed, and which affect an essential portion of the Works but excluding any industrial dispute which is specific to the performance of the Works or the Contract. For the avoidance of doubt, inclement weather, third party breach, delay in supply of materials (other than due to a nationwide transporters’ strike) or commercial hardship shall not constitute a Force Majeure event. • Notification of Force Majeure Contractor shall notify within [10(ten)] days of becoming aware of or the date it ought to have become aware of the occurrence of an event of Force Majeure giving full particulars of the event of Force Majeure and the reasons for the event of Force Majeure preventing the Affected Party from, or delaying the Affected Party in performing its obligations under the Contract. • Right of either party to terminate If an event of Force Majeure occurs and its effect continues for a period of 180 (one hundred eighty days) or more in a continuous period of 365 (three hundred sixty five) days after notice has been given under this clause, either Party may terminate the Contract by issuing a written notice of 30 (thirty) days to the other Party. • Payment in case of termination due to Force Majeure The Contract Price attributable to the Works performed as at the date of the commencement of the relevant event of Force Majeure. The Contractor has no entitlement and Owner has no liability for:

a) Any costs, losses, expenses, damages or the payment of any part of the Contract Price during an event of Force Majeure; and

b) Any delay costs in any way incurred by the Contractor due to an event of Force Majeure.

Time extension for such cases will be worked out appropriately.

8. Defect Liability Period in Works & Services Contracts (Changes to existing clause-

GCC)

The current clause provides for a Defect Liability Period (DLP) as under:-

i. 12 months from the date of completion of works / services

In case the defect arises within the abovementioned DLPs and the same is repaired / replaced,

the DLP for the repaired/replaced job/item will be extended suitably so as to cover the original

DLP. However, in no case, such extension will exceed 24 months from date of start of initial

DLP.

9. Progressive Payments for works & services contracts (Changes to existing clause -

GCC)

Currently, our normal payment terms are on the 30th day after GR date unless specific stage-wise payment terms are included in the tender. However, for services / works contract, this needs a review to have a better liquidity /cash flow for contractors.

The following provisions shall be applicable in the progressive payment terms uniformly by the

OPSUs:

75% payment of the Running Account bill (RA bill) shall be released within 15 calendar

days of receipt of RA bill duly certified by Engineer-in-charge (EIC) and the balance payment shall be released within 30 days of receipt of RA bill by EIC after detailed scrutiny.

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

SECTION 7

BPCL ESTIMATE

To : Ref CPO Proc GR 4

___________________________________________________________________________________________

Sr. Material Description Qty required Unit Estimated Date

No. Code Unit Price Required

___________________________________________________________________________________________

00010 1st YR NL -- SOR FOR PIPING JOBS IN REF 1.00 LS 95,394,761.00

SOR FOR PIPING JOBS IN REFINERY INCLUDING VENDOR SCAFFOLDING.

Purchase Group: N54 - Ref CPO Proc GR 4 Plant: 6000 - MUMBAI REFINERY

Material Group: YRFMEC - Refinery Mechanical Works

Requistioner : DPC

Requirement tracking No.:KB OA

PR Type: SERVICE Estimate cost: 119,488,172.00 INR

Delivery address :

MUMBAI REFINERY

BHARAT PETROLEUM CORPN. LTD

MAHUL,

MAHUL,

MUMBAI -400074

India

Account Assignment Details

___________________________________________________________________________________________

___________________________________________________________________________________________

Created By :M10407 DATE : 04.04.2018

PR NO : 14822379 Page 1 of 49 Printed On : 04.04.2018/15:31:15

PURCHASE REQUISITION : 14822379 Date: 26.02.2018

___________________________________________________________________________________________

Sr. Material Description Qty required Unit Estimated Date

No. Code Unit Price Required

___________________________________________________________________________________________

00020 1st YR SD -- SOR FOR PIPING JOBS IN REF 1.00 LS 24,093,411.00

Purchase Group: N54 - Ref CPO Proc GR 4 Plant: 6000 - MUMBAI REFINERY

Material Group: YRFMEC - Refinery Mechanical Works

Requistioner : DPC

Requirement tracking No.:KB OA

PR Type: SERVICE Estimate cost: 119,488,172.00 INR

Delivery address :

MUMBAI REFINERY

BHARAT PETROLEUM CORPN. LTD

MAHUL,

MAHUL,

MUMBAI -400074

India

Account Assignment Details

___________________________________________________________________________________________

___________________________________________________________________________________________

Created By :M10407 DATE : 07.03.2018

Approved By Signature

PR NO : 14822379 Page 2 of 49 Printed On : 04.04.2018/15:31:15

PURCHASE REQUISITION : 14822379 Date: 26.02.2018

00010 1st YR NL -- SOR FOR PIPING JOBS IN REF

1.10 89001973 PIPING FABnWELD NON IBR CS-TO SCH 80 29,700.000 IN 361.00 10,721,700.00

RATE PER INCH DIA OF WELD JOINTS FOR FABRICATION OF CARBON STEEL (NON

IBR) PIPE LINES INCLUDING ELBOWS, TEES, REDUCERS, VALVES AND FITTINGS

FOR ALL HEIGHTS and ELEVATIONS. (UPTO SCH 80)

___________________________________________________________________________________________

1.20 89001974 PIPING FABnWELD NON IBR CS-ABV SCH 80 2,970.000 IN 433.00 1,286,010.00

RATE PER INCH DIA OF WELD JOINTS FOR FABRICATION OF CARBON STEEL (NON

IBR) PIPE LINES INCLUDING ELBOWS, TEES, REDUCERS, VALVES AND FITTINGS

FOR ALL HEIGHTS and ELEVATIONS. (ABOVE SCH 80)

___________________________________________________________________________________________

1.30 89001997 PIPING BR CON WTH RF NONIBR CS-TO SCH 80 935.000 IN 280.00 261,800.00

RATE PER INCH DIA OF WELDING BRANCH CONNECTION FOR BRANCH CONNECTIONS

FOR ALL HEIGHTS WITH REINFORCEMENT PAD - CARBON STEEL-NON IBR (UPTO SCH

80)

___________________________________________________________________________________________

1.40 89001985 PIPING BR CON W/O RF NONIBR CS-TO SCH 80 1,463.000 IN 224.00 327,712.00

RATE PER INCH DIA OF WELDING BRANCH CONNECTION FOR BRANCH CONNECTIONS

FOR ALL HEIGHTS WITHOUT REINFORCEMENT PAD - CARBON STEEL-NON IBR (UPTO

SCH 80)

___________________________________________________________________________________________

1.50 89002007 PIPING FILLET WELDG NON IBR CS 18,700.000 IN 225.00 4,207,500.00

WELDING OF WELDOLETS, SOCKOLETS, COUPLINGS, FLANGES, VALVES AND FILLET

JOINTS ON PIPELINES/EQUIPMENTS - CARBON STEEL - NON IBR

___________________________________________________________________________________________

1.60 89002040 PIPING ERECTION CS/AS/SS 69,850.000 IN 75.00 5,238,750.00

RATE PER INCH METER LENGTH FOR ERECTION / HYDROTESTING / COMMISSIONING

AND FLUSHING OF PIPELINES INCLUDING ALL FITTINGS SOCKET WELD VALVES AND

MAKING UP OF FLANGE JOINTS/SUPPORTS/CLAMPS ETC PIPING ERECTION FOR ALL

HEIGHTS and ELEVATIONS.

" This includes shifting / lifting the materials from any place in the

refinery as instructed by BPCL site incharge.

This rate is applicable for pipes of all material types."

___________________________________________________________________________________________

1.70 89002293 MECH GEN SHOT BLSTG EXTERNAL SURFACES 15,290.000 M2 191.00 2,920,390.00

RATE PER SQUARE METER FOR SHOTBLASTING OF EXTERNAL SURFACES OF

EQUIPMENTS/PIPILINES/VESSELS/COLUMNS/TANKS ETC AT ALL HEIGHTS and

ELEVATIONS AS PER BPCL STANDARDS AND AS DIRECTED BY THE ENGINEER IN

CHARGE.

This rate shall also include supply and application of one coat of

primer as per BPCL standard.

___________________________________________________________________________________________

1.80 89000454 PAINTG PRIMER+SURF CLNG ZINC BASED-1COAT 10,120.000 M2 88.00 890,560.00

PAINTING

PRIMER

INCLUDING SURFACE CLEANING/PREPARATION

PR NO : 14822379 Page 3 of 49 Printed On : 04.04.2018/15:31:15

Item Service No Short Text Quantity UOM Rate Amount

RATE PER SQUARE METER FOR SCRAPPING/THOROUGH CLEANING OF SURFACES AND

APPLICATION OF ZINC BASED OR EQUIVALENT PRIMER (SINGLE COAT) ON

PIPELINES/EQIPMENTS AS PER BPCL SPECIFICATION. SCRAP/PAINT FOR ALL

HEIGHTS and ELEVATIONS AS PER THE DIRECTIONS OF THE ENGINEER IN CHARGE.

___________________________________________________________________________________________

1.90 89002044 PIPING MISC BACK WELDING 143.000 IN 142.00 20,306.00

RATE PER INCH DIA FOR BACKWELDING OF PIPELINES FOR ALL HEIGHTS and

ELEVATION.

It also includes backwelding of screwed pipes / fittings / valves etc.

___________________________________________________________________________________________

1.100 89002082 FIRE/COOLG WATR FAB/ERECT CMNT LIN PIPE 6,600.000 IN 77.00 508,200.00

RATE PER INCH METER FOR ERECTION AND HYDROTESTING OF CEMENT LINED PIPES;

ELBOWS; TEES; REDUCERS; AND OTHER FITTINGS, INCLUDING TRANSPORTATION OF

FABRICATED SECTION TO FAB YARD AND BACK TO SITE AFTER CEMENT

LINING.CEMENT LINED PIPES ERECTION FOR ALL HEIGHTS

___________________________________________________________________________________________

1.110 89002159 VALVE REMVL/ERCTN UPTO 600# RTG 6,270.000 IN 93.00 583,110.00

RATE PER INCH DIA. OF VALVE FOR REMOVAL OR ERECTION OF VALVES UPTO 600#

RATING INCLUDING CHECK VALVES / GLOBE VALVES / PLUG VALVES/GATE VALVES

AT ALL ELEVATION AND HEIGHTS AS DIRECTED BY THE ENGINEER IN CHARGE.(RATE

PER SINGLE ACTIVITY)

This rate is also applicable for ball valves.

___________________________________________________________________________________________

1.120 89002160 VALVE REMVL/ERCTN 900 # TO 2500 #RTG 1,540.000 IN 112.00 172,480.00

RATE PER INCH DIA. OF VALVE FOR REMOVAL OR ERECTION OF VALVES FROM 900#

TO 2500# RATING INCLUDING CHECK VALVES / GLOBE VALVES / PLUG VALVES/

GATE VALVES AT ALL ELEVATION AND HEIGHTS AS DIRECTED BY THE ENGINEER IN

CHARGE. (RATE PER SINGLE ACTIVITY)

"This rate is also applicable for ball valves.

Do not consider MOVs under this item, separate rate is there for MOVs."

___________________________________________________________________________________________

1.130 89002300 MECH GEN TEST HYDRO TEST-INM 268,400.000 IN 12.00 3,220,800.00

JOB INVOLVES CARRYING OUT HYDROTEST OF PIPING/TUBES ETC AT THE SPECIFIED

PRESSURE INCLUDING ARRANGING HYDRO TESTING PUMPS AND ACCESSORIES,

ATTENDING LEAKY FLANGE JOINTS, VALVE GLAND PACKING ETC, OFFERING THE

SAME FOR INSPECTION AND CLEARING THE SAME, AS PER THE DIRECTIONS OF THE

ENGINEER IN CHARGE, INCLUSIVE OF DEPRESSURISNG.

___________________________________________________________________________________________

1.140 89002037 PIPING DISMNTLG WELDED PIPNG 107,800.000 IN 82.00 8,839,600.00

RATE PER INM FOR DISMANTLING OF PIPE LINES BY GAS CUTTING, COLD CUTTING

INCLUDING FITTINGS; ELBOWS ;REDUCERS; OPENING OF FLANGE JOINTS ETC ALONG

WITH STRUCTURAL PIPE SUPPORTS AS SADDLES; SHOES; HANGERS;ANCHORS; CLAMPS

ETC. AND TRANSPORTING TO SALVAGE YARD/WAREHOUSE. DISMANTLING FOR ALL

HEIGHTS.

"This includes shifting scrap/dismantled balance materials to scrap

PR NO : 14822379 Page 4 of 49 Printed On : 04.04.2018/15:31:15

Item Service No Short Text Quantity UOM Rate Amount

yard.

It also includes removal of associated spring supports."

___________________________________________________________________________________________

1.150 89002083 FIRE/COOLG WATR DISMNTG CMNT LIN PIPE 7,755.000 IN 66.00 511,830.00

RATE PER INCH METER FOR DISMANTLING OF CEMENT LINED PIPE LINES BY GAS

CUTTING, COLD CUTTING INCLUDING FITTINGS;ELBOWS; REDUCERS; OPENING OF

FLANGE JOINTS ETC ALONG WITH STRUCTURAL PIPE SUPPORTS AS SADDLES; SHOES;

HANGERS; ANCHORS; CLAMPS ETC. AND TRANSPORTING TO SALVAGE

YARD/WAREHOUSE. DISMANTLING FOR ALL HEIGHTS.

___________________________________________________________________________________________

1.160 89002038 PIPING DISMNTLG SCRD PIPING 2,057.000 IN 56.00 115,192.00

RATE PER INCH METER FOR DISMANTLING OF SCREWED PIPING GI INCLUDING

OPENING OF ALL FITTINGS ALONG WITH STRUCTURAL,PIPE SUPPORTS AS SADDLES;

SHOES; HANGERS; ANCHORS; CLAMPS ETC. AND TRANSPORTING TO SALVAGE

YARD/WAREHOUSE.DISMANTLING FOR ALL HEIGHTS.

___________________________________________________________________________________________

1.170 89002294 MECH GEN SPADG/DESPAD FLG RTG UPTO 900# 33,550.000 IN 102.00 3,422,100.00

SPADING/DESPADING - FOR FLANGE RATINGS UPTO 900# - RATE IN INCH DIA -

SPADING OR DESPADING ,WEDGE OPENING IF REQUIRED, REMAKING OF FLANGE

JOINT, GRAPHITING IF REQD, (FOR SINGLE OPERATION). FOR ALL HEIGHTS and

ELEVATIONS AS DIRECTED BY THE ENG IN CHARGE. RATING UPTO 900#.

"Piping Gasket replacement including valves bonnet gasket shall also be

done under the same rate but the measurement shall be considered half of

the nominal dia. of the flange for measurement / billing purpose.

This item rate shall include jobs on all flanges upto and including 600#

flanges."

___________________________________________________________________________________________

1.180 89002295 MECH GEN SPADG/DESPAD FLG RTG 900-2500# 5,390.000 IN 120.00 646,800.00

RATE IN INCH DIA - SPADING OR DESPADING ,WEDGE OPENING IF REQUIRED,

REMAKING OF FLANGE JOINT, GRAPHITING IF REQD, (FOR SINGLE OPERATION).

FOR ALL HEIGHTS and ELEVATIONS AS DIRECTED BY THE ENG IN CHARGE. RATING

900# TO 2500#.

"Piping Gasket replacement including valves bonnet gasket shall also be

done under the same rate but the measurement shall be considered half of

the nominal dia. of the flange for measurement / billing purpose.

This item rate shall include jobs on all flanges upto and including 900#

to 2500# flanges."

___________________________________________________________________________________________

1.190 89002036 PIPING FAB/WLD/ERECN STEAM TRACING 1,375.000 IN 236.00 324,500.00

RATE PER INCH METER LENGTH FOR FABRICATION ,WELDING AND ERECTION OF STEM

TRACING LINE OF 1/2 IN.DIA TO 1 IN. DIA. PIPES WITH LUGS, CLAMPS, STEAM

TRAPS, VALVES ETC. AT ALL HEIGHTS FOR NEW/OLD/EXISTING PIPELINES.

This rate is inclusive of all the associated steam traps being

fabricated along with the steam tracing.

PR NO : 14822379 Page 5 of 49 Printed On : 04.04.2018/15:31:15

Item Service No Short Text Quantity UOM Rate Amount

___________________________________________________________________________________________

1.200 89002249 MECH GEN CLNG STRAINER 11,000.000 IN 102.00 1,122,000.00

CLEANING

RATE PER INCH DIA FOR STRAINER OPENING/CLEANING, REMOVAL OF FILTER,

TRANSPORTATION FOR REPAIRS IF REQUIRED AND FIXING BACK

The same rate shall be applicable for opening, cleaning, boxing-up of

mech. seal coolers. The nominal dia. of cooler flange shall be

considered for measurement purpose.

___________________________________________________________________________________________

1.210 89002151 VALVE OVERHLG INCL LAPNG GATE/GLOBE/BALL 2,530.000 IN 254.00 642,620.00

"Rate per inch dia. for overhauling of valves (Gate/Globe/Ball) of all

sizes/ opening bonnet/ spindle/ gate/ for inspection/ lapping of seat

surfaces, boxing up and carrying out hydrotest at required pressure.

"

"Valve Overhauling For all sizes & ratings.

This rate shall include the gland attending / packing of the valves.

Gland packing materials, bonnet gaskets shall be issued by BPCL."

___________________________________________________________________________________________

1.220 89002163 VALVE REMVL/ERCTN RELIEF VALVE 1,639.000 IN 129.00 211,431.00

"REMOVAL/ERECTION OF RELIEF VALVES.

REMOVAL/ERECTION OF ALL SIZE AND RATING OF RELIEF VALVES FROM THE

VARIOUS UNIT FROM ALL THE LOCATION AND HEIGHT, ADEQUATE CARE SHALL BE

TAKEN SO THAT NO DAMAGES TO TAGS OF THE RELIEVE VALVES, IF ANY, SAME

SHALL BE INFORMED TO RELIEF VALVE TESTING AGENCY IMMEDIATELY, PROVIDE

BLINDS AT THE EQUIPMENT NOZZLE FROM WHERE VALVES TO BE DISMANTLED.

PROPER RECORD SHALL BE MAINTAINED FOR ALL RELIEF VALVES FOR EASY

IDENTIFICATION FOR ERECTION, ERECTION OF THE RELIEVE VALVE UNDER

SUPERVISION OF BPCL REPRESENTATIVE INCLUDING GASKET AND STUDS AND NUTS

REPLACEMENT, RE-INSTALLATION OF VALVES SHALL BE DONE AFTER THE TESTING

OF VALVES BY BPCL.COMPLETE THE WORK IN ALL RESPECT AS PER DIRECTION OF

ENGINEER IN CHARGE."

This rate also includes shifting of Relief valve from site to Shop area

and bringing back the valve from shop area back to site

___________________________________________________________________________________________

1.230 89002260 MECH GEN MANWAY OPEN/BOX UP 13,000.000 IN 79.00 1,027,000.00

RATE PER INCH DIA FOR OPENING/BOXING UP OF MANWAYS, HANDHOLES ETC. (FOR

SINGLE OPERATION ONLY) OF ALL RATINGS, AS PER THE INSTRUCTIONS OF THE

ENGINEER IN CHARGE AT ALL HEIGHTS and ELEVATIONS.

Manways of all diameters for round manways and all other manways of any

other shape shall be done under this item / rate. For round manways,

Inside diameter of manway in inches shall be considered for measurement.

For manways of any other shape, IND will be calculated based on

perimeter of inside opening in inches divided by 3.14 .

___________________________________________________________________________________________

1.240 89002266 MECH GEN REMVnREFIX CT HOOD COVR 43.000 EA 2,398.00 103,114.00

RATE PER CELL FOR OPENING AND FIXING BACK OF COOLING TOWER FAN

HOOD/CYLINDER COVERS.

PR NO : 14822379 Page 6 of 49 Printed On : 04.04.2018/15:31:15

Item Service No Short Text Quantity UOM Rate Amount

___________________________________________________________________________________________

1.250 89002052 PIPING MISC PIPE ROTATION 69,630.000 IN 84.00 5,848,920.00

RATE PER INCH METER FOR ROTATING THE OLD PIPES BY 180 DEGRRES BY GAS

CUTTING / COLD CUTTING-PIPE ROTATION FOR ALL HEIGHTS

___________________________________________________________________________________________

1.260 89002023 PIPING PAD WELDG CS 9,900.000 IN 104.00 1,029,600.00

RATE PER INCH DIA. FOR FABRICATION, ERECTION AND WELDING OF

REINFORCEMENT/CORROSSION PADS ON PIPELINES FOR ALL HEIGHTS INCLUSIVE OF

PNEUMATIC TEST - CARBON STEEL

This item rate shall be applicable only for welding pads to the existing

lines which are not fabricated / erected by the contractor.

___________________________________________________________________________________________

1.270 89002158 VALVE SPINDLE FAB/FIX-ABV12"SIZE 171.000 EA 1,177.00 201,267.00

RATE PER VALVE FOR FABRICATION AND INSTALLATION OF VALVE EXTENSION

SPINDLE OF ALL SIZES ABOVE 12" SIZE

___________________________________________________________________________________________

1.280 89002157 VALVE SPINDLE FAB/FIX-UPTO12"SIZE 61.000 EA 981.00 59,841.00

RATE PER VALVE FOR FABRICATION AND INSTALLATION OF VALVE EXTENSION

SPINDLE OF ALL SIZES UPTO 12" SIZE

___________________________________________________________________________________________

1.290 89002041 PIPING ERECTION SCREWED 2,277.000 IN 55.00 125,235.00

RATE PER INCH METER FOR ERECTION AND TESTING OF SCREWED PIPES WITH

UNION/ELBOWS AND OTHER FITTINGS/VALVES ETC. INCLUSIVE OF MAKING UP ALL

JOINTS AT ALL HEIGHTS AND ELEVATIONS.

___________________________________________________________________________________________

1.300 89002033 PIPING FAB/WLD/ERECN SUPPORT-CS 18.000 MT 19,620.00 353,160.00

RATE PER MT FOR FABRICATION, ERECTION AND PAINTING OF PIPING SUPPORTS OF

CARBON STEEL AS PER THE INSTRUCTIONS OF THE ENGINEER IN CHARGE.

"Painting includes -

Cu-SLAG BLASTING TO Sa 2.5

Epoxy red oxide zinc phosphate primer - 1 x 60 micron"

___________________________________________________________________________________________

1.310 89002324 MECH GEN HOT BOLTING-IND 5,500.000 IN 99.00 544,500.00

RATE IN INCH DIA FOR HOT BOLTING OF FLANGE/MANWAY/JOINTS. PAYMENT WILL

BE BASED ON INCH DIA OF FLANGE/MANWAY/JOINTS.

"This rate also includes valves bonnet leak tightening.

Contractor to use non-sparking tools / hammer for this activity wherever

required."

___________________________________________________________________________________________

1.320 89002072 FABRN PRVD NEW NOZZLES-CS 116.000 IN 1,853.00 214,948.00

RATE PER INCH DIA OF NOZZLE FOR FABRICATION AND PROVISION OF NEW NOZZLE

ON EXISTING SHELL OF CARBON STEEL MATERIAL. THIS SHALL ALSO INCLUDE

MAKING A HOLE IN SHELL TO SUIT THE NOZZLE SIZE AND SHALL ALSO INCLUDE

THE PAD WELDING.

PR NO : 14822379 Page 7 of 49 Printed On : 04.04.2018/15:31:15

Item Service No Short Text Quantity UOM Rate Amount

___________________________________________________________________________________________

1.330 89002070 FABRN REPLACE-NOZZLE-CS 116.000 IN 2,180.00 252,880.00

RATE PER INCH DIA OF NOZZLE FOR CUTTING OF EXISTING NOZZLE, FABRICATION

AND PROVISION OF NEW NOZZLE ON EXISTING SHELL OF CARBON STEEL MATERIAL

___________________________________________________________________________________________

1.340 89002076 FABRN ROLLING OF PLATES 2,475.000 KG 41.00 101,475.00

RATE PER KG OF PLATE FOR ROLLING OF PLATE TO CONTOUR OF PIPES /VESSELS

AS SUGGESTED BY SITE INCHARGE /AS PER DRAWING INCLUDING TRANSPORTATION

OF PLATE TO AND FRO TO FABRICATION YARD/SHOP.

___________________________________________________________________________________________

1.350 89002035 PIPING FAB/WLD/ERECN SLEEVING OF PIPES 5,665.000 IN 357.00 2,022,405.00

"WELDING CIRCULAR PATCH SLEEVE ON THE PIPE AS PER BPCL DRAWING

SCOPE INCLUDES

1. FABRICATION OF SLEEVE FROM A PIPE ISSUED BY BPCL. CUT THIS PIPE INTO

TWO HALVES. DIAMETER OF THE SLEEVE SHALL SUIT TO OD OF THE SITE PIPE AND

LENGTH SHALL BE AS INDICATED BY BPCL SITE SUPERVISOR

2. FIX THE TWO HALF SLEEVES ON THE PIPE. WELD THE SLEEVE

CIRCUMFERENTIALLY AT TWO LOCATIONS (TOP AND BOTTOM)AND ALSO CARRY OUT

THE WELDING LONGITUDINALLY ON BOTH THE SIDES.

"

"THIS INCLUDES PROVISION OF SLEEVES FOR PIPING AT ALL LOCATIONS (EG - AT

FLOOR CROSSINGS OF PIPING, ROAD CROSSING OF PIPING ETC).

FOR ROAD CROSSINGS, PROPER CLEATS AT EVERY ONE METER DISTANCE SHALL BE

PROVIDED INSTEAD OF FULL LONGITUDINAL WELDING AS IN CASE OF FLOOR

CROSSINGS."

___________________________________________________________________________________________

1.360 89002267 MECH GEN REMVnREFIX ELBOW 1,375.000 IN 80.00 110,000.00

RATE PER INCH DIA OF ELBOW FOR REMOVAL AND REFIXING OF ELBOW . THIS

INCLUDES OPENING OF BOTH FLANGES, REMOVAL OF ELBOW, SHI FTING TO

LOCATION AS RECOMMENDED BY BPCL SITE INCHARGE, CLEANING OF ELBOW, FIXING

BACK IN POSITION AND TIGHTING OF BOTH THE FL ANGES.

___________________________________________________________________________________________

1.370 89002333 MECH GEN STRESS RELIEVING-IND 1,183.000 IN 382.00 451,906.00

STRESS RELIEVING OF WELD JOINTS - To carryout stress relieving of weld

joints as per instructions of BPCL officer in charge of the job. Supply

of all tools, tackles, ELCB for 440 volt supply and manpower required

for the job is in contractor's scope.Payment on Inch dia of weld joint.

This rate is also applicable for stress releiving of other equipments

like exchanger components etc. However, the rate payable shall be double

the quoted rates on IND basis.

___________________________________________________________________________________________

1.380 89002329 MECH GEN POWER BRUSH-WLD JT 1,183.000 RM 88.00 104,104.00

POWER BRUSH OF WELD JOINTS - RATE PER RM FOR CARRYING OUT POWER BRUSHING

OF WELD JOINTS.

___________________________________________________________________________________________

1.390 89001971 PIPING FABnWELD NON IBR AS-TO SCH 80 50.000 IN 1,610.00 80,500.00

PR NO : 14822379 Page 8 of 49 Printed On : 04.04.2018/15:31:15

Item Service No Short Text Quantity UOM Rate Amount

RATE PER INCH DIA OF WELD JOINTS FOR FABRICATION OF ALLOY STEEL (NON

IBR) PIPE LINES INCLUDING ELBOWS, TEES, REDUCERS, VALVES AND FITTINGS

FOR ALL HEIGHTS and ELEVATIONS. (UPTO SCH 80)

___________________________________________________________________________________________

1.400 89001972 PIPING FABnWELD NON IBR AS-ABV SCH 80 55.000 IN 1,932.00 106,260.00

RATE PER INCH DIA OF WELD JOINTS FOR FABRICATION OF ALLOY STEEL (NON

IBR) PIPE LINES INCLUDING ELBOWS, TEES, REDUCERS, VALVES AND FITTINGS

FOR ALL HEIGHTS and ELEVATIONS. (ABOVE SCH 80)

___________________________________________________________________________________________

1.410 89001975 PIPING FABnWELD NON IBR SS-TO SCH 80 523.000 IN 1,093.00 571,639.00

RATE PER INCH DIA OF WELD JOINTS FOR FABRICATION OF SS (NON IBR) PIPE

LINES INCLUDING ELBOWS; TEES; REDUCERS VALVES AND FITTINGS FOR ALL

HEIGHTS and ELEVATIONS. (UPTO SCH 80)

___________________________________________________________________________________________

1.420 89001976 PIPING FABnWELD NON IBR SS-ABV SCH 80 110.000 IN 1,312.00 144,320.00

RATE PER INCH DIA OF WELD JOINTS FOR FABRICATION OF SS (NON IBR) PIPE

LINES INCLUDING ELBOWS; TEES; REDUCERS VALVES AND FITTINGS FOR ALL

HEIGHTS and ELEVATIONS. (ABOVE SCH 80)

___________________________________________________________________________________________

1.430 89002247 MECH GEN CLNG C/W LINES 3,740.000 IN 33.00 123,420.00

CLEANING

RATE PER INCH METER OF THE PIPE TO BE CLEANED FOR CLEANING OF CW P

IPE.THIS INCLUDES CLEANING OF COOLING WATER PIPES BY WATER FLUSH

ING/MANUAL CLEANING AND PROVIDING ASSISTANCE TO INSPECTION.

___________________________________________________________________________________________

1.440 89002269 MECH GEN REMVnREFIX HOSES 2,530.000 EA 102.00 258,060.00

RATE PER CONNECTION FOR CONNECTING OR DISCONECTING AIR/STEAM/WATER HOSE

(SINGLE ACTIVITY). [PROVIDING/REMOVAL OF AIR EDUCTOR IF REQUIRED IS ALSO

INCLUDED IN THE AIR HOSE CONNECTION/DISCONNECTION ACTIVITY]

"This includes connecting / disconnecting hose at both ends including

removal / provision of caps / plugs / flanges / screw / adapter or any

other type of end connection at respective ends as per site requirement.

The rate shall be for one hose connection. ie if 2 hoses have to be

connected for given connection, the qty will be considered as 2."

___________________________________________________________________________________________

1.450 89001545 C/ VALVE REFIX UPTO 4M HT LOC BALL/GLOBE 880.000 IN 230.00 202,400.00

Rate per inch dia of body size for Removal and refixing of control

valves / SDVs/ ROVs including bringing the valve to ground level,

provision of blind flanges, Transportation to/fro to shop, including

disconnection and connection of electrical and pneumatic if necessary.

Valve locations upto 4M elevation.

For Ball / Globe / Plug type of valves

This rate is applicable for all type of control valves

___________________________________________________________________________________________

1.460 89001547 C/ VALVE REFIX ABV 4M HT LOC BALL/GLOBE 583.000 IN 299.00 174,317.00

PR NO : 14822379 Page 9 of 49 Printed On : 04.04.2018/15:31:15

Item Service No Short Text Quantity UOM Rate Amount

Rate per inch dia of body size for Removal and refixing of control

valves / SDVs/ ROVs including bringing the valve to ground level,

provision of blind flanges, Transportation to/fro to shop, including

disconnection and connection of electrical and pneumatic if necessary.

Valve locations above 4M elevation.

For Ball / Globe / Plug type of valves

This rate is applicable for all type of control valves

___________________________________________________________________________________________

1.470 89002047 PIPING MISC CLAMPING 2,090.000 IN 112.00 234,080.00

RATE PER INCH DIA FOR CLAMPING OF LINE FOR ATTENDING PIPELINE LEAKAGES

BY CLAMPING and PROVIDING SEALING MATERIAL LIKE NEOPRENE RUBBER OR

EQUIVALENT AT ALL HEIGHTS and ELEVATIONS AS DIRECTED BY THE ENGINEER IN

CHARGE.

"THIS RATE ALSO INCLUDES FABRICATION OF CLAMP AS PER REQUIRED SIZE.

However, if BPCL supplied clamp is used, then only 70% of this rate is

payable."

___________________________________________________________________________________________

1.480 89002244 MECH GEN CLNG MAB SUC FLTR 495.000 EA 117.00 57,915.00

CLEANING

"THE SCOPE OF WORK INVOLVES-

1.REMOVAL OF COVERS.

2.REMOVAL OF FILTER ELEMENTS. (LOCATED ON TOP OF THE SUCTION HEADER

3.LOWERING FILTER ELEMENTS DOWN ON THE GROUND.

4.CLEANING ALL ELEMENTS WITH AIR TO THE SATISFACTION OF SITE IN CHARGE.

5.IF REQUIRED, OLD FILTER ELEMENTS SHALL BE REPLACED WITH NEW

PROVIDED.BPCL SHALL PROVIDE NEW FILTER ELEMENTS.

6.SHIFTING ALL FILTER ELEMENTS TO THE ORIGINAL POSITION.

7.FIXING BACK FILTER ELEMENTS AND COVER.

8.CARRYING OUT PROPER HOUSEKEEPING ON THE PLATFORM AFTER COMPLETION OF

THE JOB.

ALL NECESSARY RIGGING ARRANGEMENT,TOOLS AND TACKLES SHALL BE IN

CONTRACTORS SCOPE.

PAYMENT SHALL BE BASED ON THE NUMBER OF FILTERS."

___________________________________________________________________________________________

1.490 89002091 FIRE/COOLG WATR MISC WIRE MESH WELDING 149.000 M2 103.00 15,347.00

"RATE FOR WIRE MESH WELDING

RATE PER M2 OF C.S.WIRE MESH WELDING FOR CEMENT LINING INSIDE THE PIPE

SIZE ABOVE 24"".OR ANY EQUIPMENT AS PER THE INSTRUCTION OF OFFICER IN

CHARGE."

___________________________________________________________________________________________

1.500 89002086 FIRE/COOLG WATR REPLCMNT FIRE MONITOR 154.000 EA 654.00 100,716.00

Rate per monitor for replacement. The contractor has to shift the new

Fire monitor from BPCL issue point to the site and deposit the

scrapped/old monitor to the designated location as per the direction of

the Engineer in charge.

___________________________________________________________________________________________

1.510 89002080 FIRE/COOLG WATR FAB/WLDG MITRE/REDUCER 963.000 IN 295.00 284,085.00

PR NO : 14822379 Page 10 of 49 Printed On : 04.04.2018/15:31:15

Item Service No Short Text Quantity UOM Rate Amount

"THIS INVOLVES COMPLETE FABRICATION INCLUDING SLIT CUTTING, HEATING

,BENDING OF SLITS AND WELDING TO FORM THE REDUCER SHAPE AS PER

SPECIFIED SIZE.

THE RATE SHALL BE ON PER INCH DIA BASIS. THE AVERAGE INCH DIA SHALL BE

CALCULATED AS UNDER.

IF SIZE OF THE REDUCER IS 12"" * 16"",THEN AVG INCH DIA =14""."

This item rate shall be applicable for fabrication of elbows, reducers

and all pipe sections / fittings. Necessary assistance for testing /

radiography and carrying out hydrotesting with connecting piping shall

be in the scope of the contractor as per site requirements.

___________________________________________________________________________________________

1.520 89002284 MECH GEN REPLCE GASKET 7,370.000 IN 62.00 456,940.00

OPENING THE FLANGES OF ALL TYPES, REMOVING OLD GASKET/S, CLEANING THE

FLANGE FACES, PUTTING NEW GASKET/S AND BOXING UP OF THE FLANGE JOINT

ATTENDING THE FLANGE JOINT IN CASE OF ANY PROBLEM WHILE OR AFTER

COMMISSIONING SHALL BE DONE FREE OF COST BY THE CONTRACTOR.

___________________________________________________________________________________________

1.530 89002285 MECH GEN REPLCE GASKET-BLIND FLG 5,720.000 IN 48.00 274,560.00

OPENING THE BLIND FLANGES, REMOVING OLD GASKET/S, CLEANING THE FLANGE

FACES, PUTTING NEW GASKET/S AND BOXING UP OF THE FLANGE JOINT ATTENDING

THE FLANGE JOINT. (SINGLE ACTIVITY, EITHER OPENING OR BOXING UP).

___________________________________________________________________________________________

1.540 89002302 MECH GEN TEST HYD TEST-JAKTD PIPG 242.000 IN 23.00 5,566.00

RATE PER INCH METER FOR HYDROTESTING OF JACKETS ( I.E. - FILLING SPACE

BETWEEN OUTER AND INNER PIPES WITH WATER AND PRESSURE TESTING OF JACKET

LINES) INCLUDING ATTENDING ALL LEAKAGES ASSOCIATED WITH THE JACKET /

OUTER AND INNER LINES INCLUDING HYDROTESTING FOR ALL HEIGHTS INCLUDING

MAKING ALL NECESSARY ARRANGEMENTS, TEMPORARY CONNECTIONS /

DIS-CONNECTIONS ETC. MEASUREMENT SHALL BE MADE AS PER NOMINAL DIAMETER

OF JACKET LINE IN INCH-METER.

___________________________________________________________________________________________

1.550 89002031 PIPING FAB/WLD/ERECN JACKET FOR PIPING 242.000 IN 438.00 105,996.00

RATE FOR FABRICATION AND WELDING OF JACKETS FOR JACKETED PIPING. PAYMENT

SHALL BE MADE IN INCH METER OF PIPING DONE WHICH SHALL INCLUDE SUPPLY OF

ALL RESOURCES INCLUDING SHIFTING OF NECESSARY MATERIALS WITHIN REFINERY,

FABRICATION AND ALL WELDINGS INCLUDING SLEEVING / PATCHING, FLANGES

WELDING, ALL BUTT / FILLET WELDING ETC ASSOCIATED WITH JACKET PIPE /

SLEEVE AS PER STANDARD PROCEDURE TO MAKE JACKETING FOR PIPING. INSIDE

PIPE LINE FABRICATION SHALL BE BILLED SEPARATELY AS PER NORMAL PIPING

FABRICATION / WELDING / TESTING ITEM IN THE CONTRACT.

"THIS ITEM RATE INCLUDES ONLY FABRICATION OF JACKET PIPING.

FOR ERECTION, SEPARATE RATE UNDER ERECTION / DISMANTLING OF JACKATED

PIPING SHALL BE APPLICABLE."

___________________________________________________________________________________________

1.560 89002039 PIPING DISMNTLG JACKTED PIPING 407.000 IN 77.00 31,339.00

RATE PER INCH METER LENGTH FOR DISMANTLING OF JACKETED PIPELINES

INCLUDING ALL FITTINGS AND MAKING UP OF FLANGE JOINTS OF BOTH INNER AND

OUTER / JACKET LINES INCLUDING PIPING DISMANTLING FOR ALL HEIGHTS.

PR NO : 14822379 Page 11 of 49 Printed On : 04.04.2018/15:31:15

Item Service No Short Text Quantity UOM Rate Amount

MEASUREMENT SHALL BE MADE AS PER INCH METER OF OUTER / JACKET LINE

NOMINAL DIAMETER WHICH SHALL INCLUDE ERECTION OF JACKETED LINES

INCLUDING THE INNER AND OUTER LINE WITH ALL FITTINGS IN BOTH LINES.

"RATE SHALL BE APPLICABLE FOR EITHER ERECTION OR DISMANTLING TO BE

TREATED AS SINGLE ACTIVITY.

MEASUREMENT SHALL BE MADE AS PER INCH METER OF OUTER / JACKET LINE

NOMINAL DIAMETER AND IT SHALL INCLUDE ERECTION OR DISMANTLING OF

JACKETED LINES INCLUDING THE INNER AND OUTER LINE WITH ALL FITTINGS IN

BOTH LINES.

FOR ERECTION, THE RATE SHALL INCLUDE SHIFTING OF PIPES FROM ANY LOCATION

INSIDE REFINERY TO REQUIRED SITE AND COMPLETE INSTALLATION AT SITE WITH

ALL RESOURCES FOR ERECTION (INCLUDING LIFTING & SHIFTING) TO BE PROVIDED

BY THE CONTRACTOR.

FOR DISMANTLING THE RATE SHALL INCLUDE SAFELY REMOVING PIPES WITH ALL

FITTINGS FROM SITE AND SHIFTING (INCLUDING LIFTING & SHIFTING) AND

PROPERLY STACKING THE DISMANTLED PIPES TO EITHER SCRAP YARD OR ANY OTHER

SAFE LOCATION INSIDE REFINERY AS INSTRUCTED BY BPCL SITE INCHARGE AFTER

NECESSARY CUTTING ETC IF REQUIRED.

NO SEPARATE PAYMENT SHALL BE APPLICABLE FOR INNER PIPE IN EITHER CASE AS

IT SHALL BE CONSIDERED AS A PART OF OUTER PIPE / JACKET FOR ERECTION OR

DISMANTLING.

"

___________________________________________________________________________________________

1.570 89002046 PIPING MISC BOX WLD-ONLINE 15.000 M3 9,810.00 147,150.00

LIFTING / SHIFTING OF REQUIRED MATERIALS FROM THE LOCATION WITHIN

REFINERY AS INFORMED BY THE AREA INCHARGE TO THE FABRICATION YARD,

FABRICATING PROPER BOX CLAMP OF REQUIRED SIZE AS PER SITE CONDITIONS,

PROVIDING THE CLAMP OVER PIPING/BELLOWS ETC AT SITE WITH SUITABLE

PACKING MATERIALS AND SITE WELDING AS PER SITE CONDITIONS. MEASUREMENT

SHALL BE MADE IN CU.M OF BOX ACTUALLY PROVIDED AT SITE. ROLLING and

BENDING IF REQUIRED IS IN CONTRACTOR'S SCOPE.

___________________________________________________________________________________________

1.580 89002057 FABRN BUTT PATCH TO 12MM THK CS PLATE 4.000 M2 5,080.00 20,320.00

BUTT PATCH WELDING WITH CS ELECTRODES. THE RATE INCLUDES WELDING WITH

ALL / ANY GRADE OF CS ELECTRODE AS PER SITE REQUIREMENT AND AS DIRECTED

BY THE ENGR IN CHARGE. RATE PER SQ.M OF PATCH INCLUDING GAS CUTTING TO

SUIT SITE REQUIREMENT, EDGE PREPARATION, ERECTION AND WELDING PATCH

PLATES ON THE PIPELINE / EQUIPMENT INCLUDING PATCH WELDING FOR ALL

HEIGHTS UPTO 12 MM THK. PLATES.

___________________________________________________________________________________________

1.590 89002061 FABRN BUTT PATCH ABV12MM THK CS PLATE 4.000 M2 6,096.00 24,384.00

BUTT PATCH WELDING WITH CS ELECTRODES. THE RATE INCLUDES WELDING WITH

ALL / ANY GRADE OF CS ELECTRODE AS PER SITE REQUIREMENT AND AS DIRECTED

BY THE ENGR IN CHARGE. RATE PER SQ.M OF PATCH INCLUDING GAS CUTTING TO

SUIT SITE REQUIREMENT, EDGE PREPARATION, ERECTION AND WELDING PATCH

PLATES ON THE PIPELINE / EQUIPMENT INCLUDING PATCH WELDING FOR ALL

HEIGHTS ABOVE 12 MM THK UPTO 20 MM THK PLATES.

___________________________________________________________________________________________

1.600 89002056 FABRN BUTT PATCH TO 12MM THK AS PLATE 4.000 M2 23,541.00 94,164.00

BUTT PATCH WELDING WITH AS ELECTRODES. THE RATE INCLUDES WELDING WITH

PR NO : 14822379 Page 12 of 49 Printed On : 04.04.2018/15:31:15

Item Service No Short Text Quantity UOM Rate Amount

ALL / ANY GRADE OF AS ELECTRODE AS PER SITE REQUIREMENT AND AS DIRECTED

BY THE ENGR IN CHARGE. RATE PER SQ.M OF PATCH INCLUDING GAS CUTTING TO

SUIT SITE REQUIREMENT, EDGE PREPARATION, ERECTION AND WELDING PATCH

PLATES ON THE PIPELINE / EQUIPMENT INCLUDING PATCH WELDING FOR ALL

HEIGHTS UPTO 12 MM THK. PLATES.

___________________________________________________________________________________________

1.610 89002058 FABRN BUTT PATCH TO 12MM THK SS PLATE 4.000 M2 22,420.00 89,680.00

THE RATE INCLUDES WELDING WITH ALL / ANY GRADE OF SS ELECTRODE AS PER

SITE REQUIREMENT AND AS DIRECTED BY THE ENGR IN CHARGE. RATE PER SQ.M OF

PATCH INCLUDING GAS CUTTING TO SUIT SITE REQUIREMENT, EDGE PREPARATION,

ERECTION AND WELDING PATCH PLATES ON THE PIPELINE / EQUIPMENT INCLUDING

PATCH WELDING FOR ALL HEIGHTS UPTO 12 MM THK. PLATES.

RATE SHALL BE APPLICABLE FOR PLATE OF ALL SS GRADES. IN CASE OF PATCH

SIZE LESS THAN 1 M2, THEN EVERY 4 RUNNING METER OF THE WELD LENGTH SHALL

BE CONSIDERED AS 1 M2.

___________________________________________________________________________________________

1.620 89002059 FABRN BUTT PATCH TO 12MM THK INCNL PLATE 4.000 M2 24,662.00 98,648.00

BUTT PATCH WELDING WITH INCONEL ELECTRODES. THE RATE INCLUDES WELDING

WITH ALL / ANY GRADE OF INCONEL ELECTRODE AS PER SITE REQUIREMENT AND AS

DIRECTED BY THE AREA INCHARGE. RATE PER SQ.M OF PATCH INCLUDING GAS

CUTTING TO SUIT SITE REQUIREMENT, EDGE PREPARATION, ERECTION AND WELDING

PATCH PLATES ON THE PIPELINE / EQUIPMENT INCLUDING PATCH WELDING FOR ALL

HEIGHTS UPTO 12 MM THK. PLATES.

___________________________________________________________________________________________

1.630 89002065 FABRN FILLET PATCH CS 58.000 M2 4,480.00 259,840.00

FILLET PATCH-CARBON STEEL - THE RATE INCLUDES WELDING WITH ALL / ANY

GRADE OF CS ELECTRODE AS PER SITE REQUIREMENT AND AS DIRECTED BY THE

AREA INCHARGE. RATE PER SQ.M OF PATCH INCLUDING GAS CUTTING TO SUIT SITE

REQUIREMENT, EDGE PREPARATION, ERECTION AND WELDING PATCH PLATES ON THE

PIPELINE / EQUIPMENT INCLUDING PATCH WELDING FOR ALL HEIGHTS UPTO 12 MM

THK. PLATES.

___________________________________________________________________________________________

1.640 89002064 FABRN FILLET PATCH AS 4.000 M2 14,490.00 57,960.00

FILLET PATCH-ALLOY STEEL - THE RATE INCLUDES WELDING WITH ALL / ANY

GRADE OF AS ELECTRODE AS PER SITE REQUIREMENT AND AS DIRECTED BY THE

AREA INCHARGE. RATE PER SQ.M OF PATCH INCLUDING GAS CUTTING TO SUIT SITE

REQUIREMENT, EDGE PREPARATION, ERECTION AND WELDING PATCH PLATES ON THE

PIPELINE / EQUIPMENT INCLUDING PATCH WELDING FOR ALL HEIGHTS UPTO 12 MM

THK. PLATES.

___________________________________________________________________________________________

1.650 89002066 FABRN FILLET PATCH SS 4.000 M2 13,800.00 55,200.00

FILLET PATCH-SS- THE RATE INCLUDES WELDING WITH ALL / ANY GRADE OF SS

ELECTRODE AS PER SITE REQUIREMENT AND AS DIRECTED BY THE AREA INCHARGE.

RATE PER SQ.M OF PATCH INCLUDING GAS CUTTING TO SUIT SITE REQUIREMENT,

EDGE PREPARATION, ERECTION AND WELDING PATCH PLATES ON THE PIPELINE /

EQUIPMENT INCLUDING PATCH WELDING FOR ALL HEIGHTS UPTO 12 MM THK.

PLATES.

PR NO : 14822379 Page 13 of 49 Printed On : 04.04.2018/15:31:15

Item Service No Short Text Quantity UOM Rate Amount

___________________________________________________________________________________________

1.660 89002067 FABRN FILLET PATCH INCONEL 4.000 M2 15,180.00 60,720.00

FILLET PATCH-INCONEL - FILLET PATCH WELDING WITH INCONEL ELECTRODES.

THE RATE INCLUDES WELDING WITH ALL / ANY GRADE OF INCONEL ELECTRODE AS

PER SITE REQUIREMENT AND AS DIRECTED BY THE AREA INCHARGE. RATE PER SQ.M

OF PATCH INCLUDING GAS CUTTING TO SUIT SITE REQUIREMENT, EDGE

PREPARATION, ERECTION AND WELDING PATCH PLATES ON THE PIPELINE /

EQUIPMENT INCLUDING PATCH WELDING FOR ALL HEIGHTS UPTO 12 MM THK.

PLATES.

___________________________________________________________________________________________

1.670 89001951 EXCHANGER TUBE SEAL WELD CS 3,328.000 EA 284.00 945,152.00

EXCHANGER TUBE SEAL WELDING USING CS ELECTRODE. THE SCOPE INCLUDES

SUPPLY AND PROVISION OF ALL RESOURCES INCLUDING NECESSARY MANPOWER,

EQUIPMENT AND ALL GRADES OF ELECTRODES AS PER SITE REQUIREMENTS AND AS

INSTRUCTED BY AREA INCHARGE. RATE PER TUBE INCLUDING BOTH ENDS UPTO 1"

DIA. TUBE SIZE OF ALL THICKNESS.

___________________________________________________________________________________________

1.680 89001949 EXCHANGER TUBE SEAL WELD SS 506.000 EA 480.00 242,880.00

EXCHANGER TUBE SEAL WELDING USING SS ELECTRODE. THE SCOPE INCLUDES

SUPPLY AND PROVISION OF ALL RESOURCES INCLUDING NECESSARY MANPOWER,

EQUIPMENT AND ALL GRADES OF ELECTRODES AS PER SITE REQUIREMENTS AND AS

INSTRUCTED BY AREA INCHARGE. RATE PER TUBE INCLUDING BOTH ENDS UPTO 1"

DIA. TUBE SIZE OF ALL THICKNESS.

"Also, same rate is applicable for groove filling / weld built up

including grinding on tubesheet. The cooresponding measurement shall be

as below -

1 IND Seal Welding = Groove filling / weld built up of size 1 in x 1 in

x 3mm depth

"

___________________________________________________________________________________________

1.690 89001950 EXCHANGER TUBE SEAL WELD AS 242.000 EA 623.00 150,766.00

EXCHANGER TUBE SEAL WELDING USING AS ELECTRODE. THE SCOPE INCLUDES

SUPPLY AND PROVISION OF ALL RESOURCES INCLUDING NECESSARY MANPOWER,

EQUIPMENT AND ALL GRADES OF ELECTRODES AS PER SITE REQUIREMENTS AND AS

INSTRUCTED BY AREA INCHARGE. RATE PER TUBE INCLUDING BOTH ENDS UPTO 1"

DIA. TUBE SIZE OF ALL THICKNESS.

"Also, same rate is applicable for groove filling / weld built up

including grinding on tubesheet. The cooresponding measurement shall be

as below -

1 IND Seal Welding = Groove filling / weld built up of size 1 in x 1 in

x 3mm depth

"

___________________________________________________________________________________________

1.700 89001952 EXCHANGER TUBE SEAL WELD INCONEL 242.000 EA 685.00 165,770.00

EXCHANGER TUBE SEAL WELDING USING INCONEL ELECTRODE. THE SCOPE INCLUDES

SUPPLY AND PROVISION OF ALL RESOURCES INCLUDING NECESSARY MANPOWER,

EQUIPMENT AND ALL GRADES OF ELECTRODES AS PER SITE REQUIREMENTS AND AS

INSTRUCTED BY AREA INCHARGE. RATE PER TUBE INCLUDING BOTH ENDS UPTO 1"

DIA. TUBE SIZE OF ALL THICKNESS.

PR NO : 14822379 Page 14 of 49 Printed On : 04.04.2018/15:31:15

Item Service No Short Text Quantity UOM Rate Amount

"THIS RATE IS APPLICABLE FOR SDSS (SUPER DUPLEX STAINLESS STEEL) seal

welding including ELECTRODES ALSO.

Also, same rate is applicable for groove filling / weld built up

including grinding on tubesheet. The cooresponding measurement shall be

as below -

1 IND Seal Welding = Groove filling / weld built up of size 1 in x 1 in

x 3mm depth"

___________________________________________________________________________________________

1.710 89002889 EXCHANGER TUBE SEAL WELD SEAL WELD CU-NI 242.000 EA 515.00 124,630.00

EXCHANGER TUBE SEAL WELDING USING CU-NI ELECTRODE. THE SCOPE INCLUDES

SUPPLY AND PROVISION OF ALL RESOURCES INCLUDING NECESSARY MANPOWER,

EQUIPMENT AND ALL GRADES OF ELECTRODES AS PER SITE REQUIREMENTS AND AS

INSTRUCTED BY AREA INCHARGE. RATE PER TUBE INCLUDING BOTH ENDS UPTO 1"

DIA. TUBE SIZE OF ALL THICKNESS.

"THIS RATE IS ALSO APPLICABLE FOR AL-BR (ALUMINUM BRASS TUBES).

Also, same rate is applicable for groove filling / weld built up

including grinding on tubesheet. The cooresponding measurement shall be

as below -

1 IND Seal Welding = Groove filling / weld built up of size 1 in x 1 in

x 3mm depth

"

___________________________________________________________________________________________

1.720 89002243 MECH GEN CLNG GAUGE GLASS ASSY 88.000 EA 451.00 39,688.00

CLEANING

"Rate per gauge glass for deplugging / cleaning/ flushing/ air blowing.

THE JOB INVOLVES OPENING END CONNECTIONS OF GAUGE GLASS ASSEMBLY,

SERVICING, CLEANING OF ALL ACCESSORIES / PARTS, FIIXING BACK END

CONNECTIONS AND HANDING OVER.

"

___________________________________________________________________________________________

1.730 89002262 MECH GEN OVERHL GAUGE GLASS ASSY 77.000 EA 1,792.00 137,984.00

Rate per gauge glass assembly for overhauling. THE JOB INVOLVES COMPLETE

DISMANTLING OF GAUGE GLASS ASSEMBLY, REMOVING GLASSES, SERVICING OF ALL

PARTS, REPLACEMENT OF DAMAGED PARTS, RE-ASSEMBLY, ERECTION, BOXING UP

AND HYDROTEST OF THE ASSEMBLY.

Removal of glasses and replacement of glasses once the gauge glass is

dismantled from site and brought to maint working room will be aided by

BPCL technician.

___________________________________________________________________________________________

1.740 89002097 SCAFLDG WITH MTRL ERECT n DISMTL 137,500.000 M3 114.00 15,675,000.00

Rate per M3 for erection of steel tubular scaffolding of suitable

lengths at all heights and locations as per BPCL standards with

Contractor's Scaffolding materials. The scope includes dismantling of

the same after completion of the job.

___________________________________________________________________________________________

PR NO : 14822379 Page 15 of 49 Printed On : 04.04.2018/15:31:15

Item Service No Short Text Quantity UOM Rate Amount

1.750 89005563 MECH GEN RENTAL FOR SCAFFOLD 17,188.000 M3 45.00 773,460.00

Rental for scaffolding:-

The rates include rental charges to be paid to the vendor for

scaffolding's kept standby/idle beyond specified period as per scope of

work or as per instructions given by Engineer in-charge.

(Rate is Rs./ cub. meter per month to be paid to vendor)

Rental for scaffold shall be applicable only after 30 days from date of

erection of scaffold. The date of erection shall be certified by BPCL

Area In-charge.

Payment will be on pro-rota basis.

The rate is Rs./m3 per month

If scaffold is kept on site for 40 days then rental is applicable for 10

days only & can be calculated as (10/30) X rate.

___________________________________________________________________________________________

1.760 89002310 MECH GEN WELDG ON EQUPT NUT 44.000 EA 64.00 2,816.00

WELDING OF NUTS FOR MANWAYS, DEMISTERS, LIFTING ARRANGEMENTS FOR

EQUIPMENT INCLUDING PROVISION OF ALL NECESSARY RESOURCES FOR NUTS SIZES

FROM 3/8" TO 2"

___________________________________________________________________________________________

1.770 89002042 PIPING MISC ADAPTER FABRCTN 165.000 IN 173.00 28,545.00

FABRICATION OF ADAPTOR FOR PROVIDING TESTING, FLUSHING, STEAMING, WATER

WASHING ARRANGEMENTS OF THE EQUIPMENT INCLUDING MAKING HOLE BY GAS

CUTTING INTO THE BLIND FLANGE, WELDING NOZZLE / COUPLING / NIPPLE FROM

SIZE 1/2" TO 2" AND CARRYING OUT NECESSARY FINISHING OF THE PARTS

FABRICATED. MEASUREMENT SHALL BE TAKEN AS NOMINAL DIAMETER OF THE

FITTING IN INCHES.

Fabrication of adaptor for providing testing, flushing, steaming, water

washing arrangements of the equipment including making hole by gas

cutting into the blind flange, welding nozzle / coupling / nipple from

size 1/2" to 10" and carrying out necessary finishing of the parts

fabricated. Measurement shall be taken as the fitting size in inches i.e

if 2" hole/fitting is made on 4" blind flange or plate, the measurement

will be 2 IND.

___________________________________________________________________________________________

1.780 89002114 INSULN WTH VDR SCF REMOVAL 275.000 M2 151.00 41,525.00

INSULATION

WTH VENDOR SCFFOLDING

The job involves removal of insulation of all thicknesses /sizes on

piping/ equipments/ including scrap cleaning of surface free of foreign

material, disposal of scrap. Payment will be effected for finished

surface area of insulation before removal. scrap shall be disposed as

directed by BPCL site incharge. Scaffolding if required shall be

provided by the contractor with his material for execution of the job

and the same to be removed upon completion of the job as directed by the

Engineer in charge.

This rate also includes removal of Aluminium cladding sheet.

___________________________________________________________________________________________

1.790 89002379 ROTARY EQUIPMENT ALIGNMENT 33.000 EA 12,418.00 409,794.00

PR NO : 14822379 Page 16 of 49 Printed On : 04.04.2018/15:31:15

Item Service No Short Text Quantity UOM Rate Amount

JOB INVOLVES CARRYING OUT ALIGNMENT OF VARIOUS EQUIPMENTS LIKE FANS,

PUMP, GEARBOX, COMPRESSOR WITH MOTOR/TURBINE/ENGINE ETC USING LASER

ALIGNMENT MACHINE, PROVIDING MANPOWER, SHIMS, ETC.

___________________________________________________________________________________________

1.800 89002250 MECH GEN DISMTL/ERECT EQUPT-UPTO 3MT 17.000 EA 17,914.00 304,538.00

JOB INVOLVES DISCONNECTION OF ASSOCIATED PIPING /SPADING /DESPADING/HOSE

CONNECTION /REMOVAL OF FOUNDATION BOLTS ETC,CARRYING OUT NECESSARY

RIGGING ARRANGEMENT, TRANSPORTATION WITH APPROPRIATE TRUCK AS PER SITE

INCHARGE INSTRUCTION WITHIN THE REFINERY, INCLUDES STATIC AS WELL AS

ROTATING EQUIPMENT UPTO 3 MT, DISMANTLING OF EQUIPMENTS AT ALL HEIGHTS.

(RATE PER EQUIPMENT)

___________________________________________________________________________________________

1.810 89002251 MECH GEN DISMTL/ERECT EQUPT-ABV 3MT 66.000 MT 5,900.00 389,400.00

JOB INVOLVES DISCONNECTION OF ASSOCIATED PIPING /SPADING /DESPADING/HOSE

CONNECTION /REMOVAL OF FOUNDATION BOLTS ETC,CARRYING OUT NECESSARY

RIGGING ARRANGEMENT, TRANSPORTATION WITH APPROPRIATE TRUCK AS PER SITE

INCHARGE INSTRUCTION WITHIN THE REFINERY, INCLUDES STATIC AS WELL AS

ROTATING EQUIPMENT WEIGHT ABOVE 3 MT, DISMANTLING OF EQUIPMENTS AT ALL

HEIGHTS. (RATE PER MT OF EQUIPMENT)

___________________________________________________________________________________________

1.820 89002381 MECH-STRL FAB n ERCTN STR W/O SHOT BLSTG 13,200.000 KG 21.00 277,200.00

MECHANICAL-STRUCTURAL

FABRICATION and ERECTION

STRUCTURAL

FABRICATION and ERECTION OF STRUCTURES - INCLUDING PAINTING AS SPECIFIED

IN THE SCOPE OF WORK. BEAMS, COLUMNS, CHANNELS, ANGLES, BRACINGS,

PURLINS, GUSSETS,CLEATS, PLATFORMS, HAND RAILING ETC AT ALL HEIGHTS

___________________________________________________________________________________________

1.830 89002684 MECH GEN CLNG HIRE CASUAL - 08 HRS 2,500.000 S0 914.00 2,285,000.00

CLEANING

Rate for hiring casual labour on 08 hours shift basis.

"This item is for provision of One number worker / technician per shift

of 08 hours for carrying out necessary jobs / assistance for maintenance

as per instructions of BPCL area incharge.

This rate shall not be applicable for manpower required for jobs being

carried out by the contractor as per other line items scope in the

contract.

If the worker / technician is required to work in 12 hrs shift, then for

payment purpose the qty will be considered as 1.5 times actual qty."

___________________________________________________________________________________________

1.840 89002387 MECH-STRL FAB n ERCTN HAND RAIL 2,530.000 RM 288.00 728,640.00

MECHANICAL-STRUCTURAL

FABRICATION and ERECTION

Fabricating, fixing welded/ bolted type hand railing made out of

specified types of class `C' MS black pipe as top rail conforming to

IS:1239 by heating, grinding the bends including carrying out site

welding, if required, taking all safety precautions as prevailing in

refinery and including painting with two coats of synthetic enamel paint

PR NO : 14822379 Page 17 of 49 Printed On : 04.04.2018/15:31:15

Item Service No Short Text Quantity UOM Rate Amount

over two coats of red oxide/ zinc phosphate primer. NOTE: Fabrication of

steel structure for middle rail, toe guard and vertical post shall be

paid separately under respective item. The pipe used shall be 32 NB.

Surface preparation by wire brushing.

___________________________________________________________________________________________

1.850 89002388 MECH-STRL FAB n ERCTN AFC GUARDS 1,320.000 KG 41.00 54,120.00

MECHANICAL-STRUCTURAL

FABRICATION and ERECTION

DISMANTLING OLD GUARDS, NEW GUARDS FABRICATION INCLUDING DRILLING OF

HOLES AT SITE AS PER SITE REQUIREMENT,SUPPLYING and FABRICATION

GALVANISED MESH (MESH SIZE 1 INCH, 16 GAUGE - DIAMOND SHAPE), ERECTION

OF FAN / AFC GUARD AS PER SITE MEASUREMENTS . TRANSPORTATION OF

MATERIALS WITHIN AND OUTSIDE THE REFINERY FOR FABRICATION ETC WILL BE IN

CONTRACTOR'S SCOPE.

"DISMANTLING OLD GUARDS OF AFCs, NEW GUARDS FABRICATION WITH STRUCTURAL

MEMBERS PROVIDED BY BPCL INCLUDING DRILLING OF HOLES AT SITE AS PER SITE

REQUIREMENT, SUPPLYING & FABRICATION GALVANISED JALI (MESH SIZE 1 INCH,

16 GAUGE - DIAMOND SHAPE), ERECTION OF FAN / AFC GUARD AS PER SITE

MEASUREMENTS T. TRANSPORTATION OF MATERIALS WITHIN AND OUTSIDE THE

REFINERY FOR FABRICATION ETC WILL BE IN CONTRACTOR'S SCOPE, CONTRACTOR

TO CARRY OUT COLD GALVANISING OF THE WELDED AREA OF JALI OR WHEREVER THE

GALVANISING IS DAMAGED, PAINTING OF STRUCTURAL MEMBERS TO BE DONE BY

CONTRACTOR'S PAINTING MATERIALS AS PER BPCL STANDARD PROCEDURE

"

___________________________________________________________________________________________

1.860 89002389 MECH-STRL FAB n ERCTN BASE FRAMES 7.000 MT 20,160.00 141,120.00

MECHANICAL-STRUCTURAL

FABRICATION and ERECTION

DISMANTLING EXISTING DAMAGED BASE FRAME, FABRICATION OF NEW BASE FRAME

OF EQUIPMENT, AS PER DRG OR SAMPLE OR AS PER SITE MEASUREMENTS,

ERECTION AT SITE INCLUSIVE OF DRILLING, TAPPING ETC. INVOLVED IN

ERECTION / DISMANTLING, TRANSPORTATION OF ALL MATERIALS ETC SHALL BE IN

VENDOR'S SCOPE. CIVIL WORK, RELATED TO THE JOB SHALL BE CARRIED OUT AS

PER THE RESPECTIVE ITEM RATE.

"""DISMANTLING EXISTING DAMAGED BASE FRAME, FABRICATION OF NEW BASEF

RAME OF EQUIPMENT, AS PER DRG OR SAMPLE OR AS PER SITE MEASUREMENTS,

SHOTBLASTING AND PAINTING WITH 2 COATS OF PRIMER AND 2 COATS OF ENAMEL

PAINT, ERECTION AT SITE INCLUSIVE OF DRILLING, TAPPING ETC. INVOLVED IN

ERECTION / DISMANTLING, TRANSPORTATION OF ALL MATERIALS ETC SHALL BE IN

VENDOR'S SCOPE. CIVIL WORK RELATED TO THE JOB SHALL BE CARRIED OUT AS

PER THE RESPECTIVE ITEM RATE.

"

___________________________________________________________________________________________

1.870 89002257 MECH GEN FAB DRILLING OF HOLES 352.000 EA 181.00 63,712.00

DRILLING OF HOLES UPTO I" DIA IN STRUCTURAL STEEL, BASE FRAME, EQUIPMENT

ETC. ALL RESOURCES REQUIRED FOR COMPLETION OF THE JOB SHALL BE IN

VENDOR'S SCOPE. BPCL SHALL PROVIDE POWER SUPPLY AT ONE POINT FROM WHERE

THE DISTRIBUTION SHALL BE DONE BY THE VENDOR WITH THEIR OWN CABLES, ELCB

ETC.

PR NO : 14822379 Page 18 of 49 Printed On : 04.04.2018/15:31:15

Item Service No Short Text Quantity UOM Rate Amount

"DRILLING OF HOLES UPTO I"" DIA IN STRUCTURAL STEEL, BASE FRAME,

EQUIPMENT ETC. ALL RESOURCES REQUIRED FOR COMPLETION OF THE JOB SHALL BE

IN VENDOR'S SCOPE. BPCL SHALL PROVIDE POWER SUPPLY AT ONE POINT FROM

WHERE THE DISTRIBUTION SHALL BE DONE BY THE VENDOR WITH THEIR OWN

CABLES, ELCB ETC.

This rate will only be operated for any specific drilling job and should

not be clubbed with any other routine job of another SOR item"

___________________________________________________________________________________________

1.880 89002309 MECH GEN WELDG ON EQUPT ANCHORS 220.000 EA 103.00 22,660.00

Rate per anchor for removal of old/ damaged anchors by grinding and

welding of new anchors using Inconel/other compatible electrodes as per

standards / BPCL recommendations.

This rate is for removal of old anchor and welding of new SS anchor

using SS309 electrode or suitable electrode.

___________________________________________________________________________________________

1.890 89003000 PIPING FAB/WLD/ERECN FLANGE GROOVE FILL 55.000 CM 173.00 9,515.00

Dismantling of flange at / from site, necessary cleaning, surface

preparation, weld build up and final finish of the surface to conform

the standard flange profile including all required materials,

electrodes, equipment and all resources. Payment shall be made on the

basis of actual area of weld build up including grooves of all depths.

This rate includes flange dismantling from site / shifting flange to

fabrication area, welding, finishing, submitting the flange to

respective area / location.

Erection of the flange, whenever required, shall be done as per site

requirement under separate suitable item.

___________________________________________________________________________________________

1.900 89002075 FABRN SPADES 110.000 IN 67.00 7,370.00

RATE IN INCH DIA- CUTTING OF SPADES FROM BPCL ISSUED MATERIAL AS PER

REQUIRED SIZE and RATING AS PER THE DIRECTIONS OF THE ENGINEER IN

CHARGE.

___________________________________________________________________________________________

1.910 89002165 VALVE REMVL/ERCTN MOV 33.000 IN 203.00 6,699.00

RATE FOR REMOVAL/ERECTION OF MOVS INCLUDING MOV ACTUATORS AS DIRECTED BY

THE BPCL SITE INCHARGE. PROPER CARE SHOULD BE TAKEN TO PREVENT DAMAGE TO

THE MOV, ACTUATOR OR ANY VALVE PARTS WHILE CARRYING OUT THE JOB. PROPER

TOOLS / TACKLES TO BE USED TO ENSURE SAFE WORK AT SITE.

Rate for dismantling / erection of MOVs of all ratings and upto 60" dia.

size including MOV actuators from and to the locations inside refinery

as directed by the BPCL site incharge. Proper care should be taken to

prevent damage to the MOV, actuator or any valve parts while carrying

out the job. Proper tools / tackles to be used to ensure safe work at

site.

___________________________________________________________________________________________

1.920 89001094 ELC-DISML MOTOR - FIN FAN 6.000 NO 1,016.00 6,096.00

Dismantling and removal inlcuding its mounting /housing arrangements

and handing over the same to designated location as per the direction of

PR NO : 14822379 Page 19 of 49 Printed On : 04.04.2018/15:31:15

Item Service No Short Text Quantity UOM Rate Amount

Engineer in Charge.

MOTORS INCL SHIFTING TO/FROM NEAREST CRANE ACCESS LOCATION.

for Fin fan motors/other inaccessible motors in plant area

This rate shall be applicable for dismantling / installation of motors.

This rate shall also be applicable for AC plant motors dismantling /

installation.

___________________________________________________________________________________________

1.930 89002328 MECH GEN PLANKING-INSIDE CT 55.000 EA 11,200.00 616,000.00

RATE PER COOLING TOWER CELL FOR SHIFTING OF PLANKS TO COOLING TOWER

CELLS, PLANKING INSIDE THE CELL AS INSTRUCTED BY SITE INCHARGE,

DEPLANKING AND TRANSPORTATION WITHIN REFINERY.

"1.Open the fan cylinder cover and shift it to safe location.

2. Provide the wooden/steel planks inside the fan cylinder and make the

approach up to the gear box.

3. Planking has to be provided beyond the gear box and tubular drive

shaft for working on these.

4. All wooden/steel planks are to be tied with existing structure of

cooling tower.

5. After the maintenance job is over or on instruction the planks are to

be dismantled one by one and remove.

6. Re-fit the fan cylinder cover and secured properly with existing

clamps.

7. Work permit and clearance conditions are to be strictly followed."

___________________________________________________________________________________________

1.940 89003001 PIPING MISC THREADED JOINT JOB 660.000 IN 33.00 21,780.00

Opening / closing of threaded joints including removal / erection of

screwed steam traps / valves / couplings / pipe fittings and all types

of threaded joints. Measurement shall be made as per dia. of the joint

in inches.

___________________________________________________________________________________________

1.950 9009330 HIRING OF CRANE HYDRA/PICKUP-10MT-8HR 11.000 S0 4,480.00 49,280.00

HIRING OF

CRANE

HIRING OF HYDRA/PICK UP CRANE OF CAPACITY 10 MT, WITH DRIVER FOR 8 HOURS

FOR LIFTING/ SHIFTING OF EQUIPMENTS. PAYMENT WILL BE BASED ON 8 HR SHIFT

BASIS

"Bidders to note that use of Hydra is banned in Refinery. Contractors

PR NO : 14822379 Page 20 of 49 Printed On : 04.04.2018/15:31:15

Item Service No Short Text Quantity UOM Rate Amount

shall alternatively use hydraulically operated pick and carry cranes

with safety features namely rear mounted boom for clear vision to the

operator and provision of out riggers based on load lifting

requirements.

The scope of work shall be read as Hiring of 10/14 MT pick and carry

crane for any activity related to this contract.The charges shall

include the cost of diesel,operator and any tools tackles etc complete

including the mobilization/demobilization.

This rate will only be operated when BPCL pick and carry crane is not

available.

If the pick and carry crane is used for less than 4 hrs ,the quantity

will be considered as 0.5 i.e if crane is used for less than 4 hrs, the

rate considered will be half the quoted rate for 8 hrs shift ."

___________________________________________________________________________________________

1.960 89004382 PIPING FABnWELD NON IBR FLANGE WELDING C 4,400.000 IN 285.00 1,254,000.00

Rate per inch dia of flange joint for welding of all types of flanges

i.e. SORF/SWRF/WNRF etc. (carbon steel) of 150# /300#/ 600/900/1500 or

any other higher rating For all Heights.

"This rate also includes 900# flanges.

Also, this rate is applicable for SW (Socket Weld) of CS piping /

fittings / Flanges / Valves / steam traps etc."

___________________________________________________________________________________________

1.970 89001999 PIPING BR CON WTH RF NONIBR SS-TO SCH 80 22.000 IN 1,159.00 25,498.00

RATE PER INCH DIA OF WELDING BRANCH CONNECTION FOR BRANCH CONNECTIONS

FOR ALL HEIGHTS WITH REINFORCEMENT PAD - SS -NON IBR (UPTO SCH 80)

___________________________________________________________________________________________

1.980 89002000 PIPING BR CON WTH RF NONIBR SS-ABV SCH80 22.000 IN 1,391.00 30,602.00

RATE PER INCH DIA OF WELDING BRANCH CONNECTION FOR BRANCH CONNECTIONS

FOR ALL HEIGHTS WITH REINFORCEMENT PAD - SS -NON IBR (ABOVE SCH 80)

___________________________________________________________________________________________

1.990 89001987 PIPING BR CON W/O RF NONIBR SS-TO SCH 80 22.000 IN 1,064.00 23,408.00

RATE PER INCH DIA OF WELDING BRANCH CONNECTION FOR BRANCH CONNECTIONS

FOR ALL HEIGHTS WITHOUT REINFORCEMENT PAD - SS -NON IBR (UPTO SCH 80)

___________________________________________________________________________________________

1.100 89001988 PIPING BR CON W/O RF NONIBR SS-ABV SCH80 22.000 IN 1,277.00 28,094.00

RATE PER INCH DIA OF WELDING BRANCH CONNECTION FOR BRANCH CONNECTIONS

FOR ALL HEIGHTS WITHOUT REINFORCEMENT PAD - SS -NON IBR (ABOVE SCH 80)

___________________________________________________________________________________________

1.101 89001995 PIPING BR CON WTH RF NONIBR AS TO SCH 80 44.000 IN 1,456.00 64,064.00

RATE PER INCH DIA OF WELDING BRANCH CONNECTION FOR BRANCH CONNECTIONS

FOR ALL HEIGHTS WITH REINFORCEMENT PAD - ALLOY STEEL-NON IBR (UPTO SCH

80)

"It also includes any preheating requirement as per Inspection

recommendation.

Stress Relieving of joints will be paid as per separate schedule of

rates and party should not include the rates for stress relieving in

PR NO : 14822379 Page 21 of 49 Printed On : 04.04.2018/15:31:15

Item Service No Short Text Quantity UOM Rate Amount

this line item"

___________________________________________________________________________________________

1.102 89001996 PIPING BR CON WTH RF NONIBR AS-ABV SCH80 44.000 IN 1,747.00 76,868.00

RATE PER INCH DIA OF WELDING BRANCH CONNECTION FOR BRANCH CONNECTIONS

FOR ALL HEIGHTS WITH REINFORCEMENT PAD - ALLOY STEEL-NON IBR (ABOVE SCH

80)

"It also includes any preheating requirement as per Inspection

recommendation.

Stress Relieving of joints will be paid as per separate schedule of

rates and party should not include the rates for stress relieving in

this line item"

___________________________________________________________________________________________

1.103 89001983 PIPING BR CON W/O RF NONIBR AS TO SCH 80 44.000 IN 1,077.00 47,388.00

RATE PER INCH DIA OF WELDING BRANCH CONNECTION FOR BRANCH CONNECTIONS

FOR ALL HEIGHTS WITHOUT REINFORCEMENT PAD - ALLOY STEEL-NON IBR (UPTO

SCH 80)

"It also includes any preheating requirement as per Inspection

recommendation.

Stress Relieving of joints will be paid as per separate schedule of

rates and party should not include the rates for stress relieving in

this line item"

___________________________________________________________________________________________

1.104 89001984 PIPING BR CON W/O RF NONIBR AS-ABV SCH80 44.000 IN 1,292.00 56,848.00

RATE PER INCH DIA OF WELDING BRANCH CONNECTION FOR BRANCH CONNECTIONS

FOR ALL HEIGHTS WITHOUT REINFORCEMENT PAD - ALLOY STEEL-NON IBR (ABOVE

SCH 80)

"It also includes any preheating requirement as per Inspection

recommendation.

Stress Relieving of joints will be paid as per separate schedule of

rates and party should not include the rates for stress relieving in

this line item"

___________________________________________________________________________________________

1.105 89004426 PIPING FABnWELD NON IBR WELD INCOLOYTHK> 55.000 IN 1,771.00 97,405.00

Rate per inch dia of weld joints for fabrication of INCOLOY NON IBR pipe

lines 1/2 In. dia to 60 In. dia including elbows; tees; reducers and

socket weld valves, fittings and flanges of 1/2 In. to 1 1/2 In. size

for all Heights. Thickness >10mm including associated pad welding on

newly fabricated lines,pipe fittings /tappings ,all types of flange of

all ratings, transportation of material, preheating (if reqd) cutting

,edge preparation (incl matching of different SCH of THK), fit up

,grinding, welding, offering and getting approval same from inspection.

This rate is inclusive of associated pad welding on newly fabricated

lines. It also includes any preheating requirement as per Inspection

recommendation.

___________________________________________________________________________________________

1.106 89004930 PIPING MISC SELF PR EPOXY MASTIC 15,400.000 IN 115.00 1,771,000.00

PR NO : 14822379 Page 22 of 49 Printed On : 04.04.2018/15:31:15

Item Service No Short Text Quantity UOM Rate Amount

Self Priming Epoxy Mastic Paint

MANUAL CLEANING TO St2 OR POWER TOOL CLEANING TO St3 AS SURFACE

PREPARATION.

Self Priming Epoxy Mastic Paint

DFT 1 x 125 micron

Application by Brush

___________________________________________________________________________________________

1.107 89002123 INSULN MISC PAINTG-3 COATS ZN GR 4,400.000 M2 455.00 2,002,000.00

INSULATION

Rate per sq. mtr. for carrying out painting to achieve film thickness as

mentioned. Application of 3 coats of Zn dust Graphite paint to achieve

120 micrones film thickness.

"For old lines following method to be adopted

Scrapping

Zinc Dust Graphite Paint(Temperature Resistance:450 DegC ) - 2 x 40

micron = Total DFT (80 microns)"

___________________________________________________________________________________________

1.108 89002032 PIPING FAB/WLD/ERECN SUPPORT-AS 2.000 MT 34,880.00 69,760.00

RATE PER MT FOR FABRICATION, ERECTION AND PAINTING OF PIPING SUPPORTS OF

ALLOY STEEL AS PER THE INSTRUCTIONS OF THE ENGINEER IN CHARGE.

"Painting includes -

Cu-SLAG BLASTING TO Sa 2.5

Epoxy red oxide zinc phosphate primer - 1 x 60 micron"

___________________________________________________________________________________________

1.109 89002034 PIPING FAB/WLD/ERECN SUPPORT-SS 2.000 MT 38,150.00 76,300.00

RATE PER MT FOR FABRICATION, ERECTION AND PAINTING OF PIPING SUPPORTS OF

SS AS PER THE INSTRUCTIONS OF THE ENGINEER IN CHARGE.

___________________________________________________________________________________________

1.110 89004427 MECH GEN REMVnREFIX REM FIX PUMP/MOTOR 22.000 MT 5,000.00 110,000.00

Removal of Pump / Motor from foundation / bed, shifting upto plant

battery limit using trolley/escort provided by BPCL. Necessary lifting

tools, chain pulley blocks to be provided by contractor.(Removal &

fixing )

___________________________________________________________________________________________

1.111 89004428 MECH GEN FILTER CLEANING 1,100.000 IN 218.00 239,800.00

Rate per Top cover flange size of Opening of filter flange, removal

&cleaning of elements as per requirement by Operations, fixing back the

element and boxup of Top flange.

___________________________________________________________________________________________

1.112 89002246 MECH GEN CLNG COMP/PUMPLINE 440.000 IN 102.00 44,880.00

CLEANING

CLEANING OF COMPRESSOR/PUMP(MULTISTAGE) LINES. RATE PER INCH MTR.OF

DISMANTLING, DEPLUGGING,CLEANING OF LINES CONNECTED TO SEAL SYSTEM

,LUBRICATION SYSTEM, JACKET COOLING WATER SYSTEM AND REFIXING WITH

PROPER GASKETS AND BOLTS.

___________________________________________________________________________________________

1.113 89002252 MECH GEN DISMTL/ERECT MIXER/MOTOR-TANK 11.000 EA 16,900.00 185,900.00

PR NO : 14822379 Page 23 of 49 Printed On : 04.04.2018/15:31:15

Item Service No Short Text Quantity UOM Rate Amount

DIS/INSTALL OF MIXERS/MOTORS OF TANKS. This includes supply of all

required resources (manpower, tools / tackles, equipment etc.) for

carrying out the job and lifting / shifting of mixer/motor within

refinery as per instructions from BPCL site incharge.

This includes supply of all required resources (manpower, tools /

tackles, equipment) for carrying out the job and lifting / shifting of

motors within refinery as per instructions from BPCL site incharge.

___________________________________________________________________________________________

1.114 89001959 HEATER CLNG BURNER GUN 220.000 EA 1,199.00 263,780.00

Rate per burner for removal and cleaning of gas/oil/Naphtha Guns in

heaters including replacement of tips and barrel as directed by the

Engineer in charge.

This includes removing the heater burner gun / tube, cleaning it and

fitting back the gun / tube. In case of any repairs other than cleaning

are required to be carried out for the gun / tube, it shall be done by

BPCL before fitting the assembly back.

___________________________________________________________________________________________

1.115 89002258 MECH GEN FAB GRINDING-SURFACE 220.000 M2 135.00 29,700.00

JOB INVOLVES GRINDING THE SURFACE AS INSTRUCTED BY SITE INCHARGE. RATE

IN SQ MTR.

"Job involves spot grinding of all types of surfaces for insp. /

levelling / clearing interferences including provision of all necessary

equipment. This item / rate shall not be applicable for grinding for any

other job or surface preparation where grinding is a part of that job.

"

___________________________________________________________________________________________

1.116 89002273 MECH GEN REMVnREFIX WIND SOCK-WTH STND 27.000 EA 1,526.00 41,202.00

WIND SOCKS FIXING WITH STAND

OF MATERIALS, REMOVAL OF OLD WIND SOCKS AND STAND, FIXING OF NEW WIND

SOCKS ALONG WITH STAND,GI WIRES/NYLON THREADS AS PER REQUIREMENT, FIXING

OF STAND AT ALL HEIGHTS and ELEVATIONS. WIND SOCK MATERIALS AND STANDS

SHALL BE ISSUED BY BPCL- FREE OF COST AT W/H

"Replacing wind sock at all locations (sock shall be provided by BPCL F

&S dept.) including dismantling and erecting back entire sock holding

assembly.

"

___________________________________________________________________________________________

1.117 89002166 VALVE HYDRO TEST UPTO 600# RTG 440.000 IN 254.00 111,760.00

To carry out hydrotest of valves of all types and sizes of pressure

rating up to and including 600#, to asses body leak/gland leak/passing

etc to the required pressure as directed by the Engineer in charge.

Hydrotesting valves all ratings (the same rate shall be applicable to

all valves upto 600# rating as well the valves above 600# rating) body

and seat inside plant area or any other area within refinery as

PR NO : 14822379 Page 24 of 49 Printed On : 04.04.2018/15:31:15

Item Service No Short Text Quantity UOM Rate Amount

instructed by area incharge. One No. water source at available location

shall be given by BPCL and contractor to make necessary arrangements for

further distribution of water. In case of leak / failure during

hydrotest, necessary repairs / gland jobs shall be done by BPCL. Howe

vre, minor gland pulling etc. within limits specified by BPCL area

incharge shall be done by the contractor to attend the minor leaks, if

any within the same item rate. In case hydrotest is to be repeated by

the contractor after attending the repairs / gland jobs etc by BPCL or

other party lined up by BPCL, the repeatittion of hydrotest shall be

considered as new job and paid accordingly.

___________________________________________________________________________________________

1.118 89002167 VALVE HYDRO TEST ABV 600# RTG 550.000 IN 305.00 167,750.00

To carry out hydrotest of valves of all types and sizes of pressure

rating above 600#, to asses body leak/gland leak/passing etc to the

required pressure as directed by the Engineer in charge.

Hydrotesting valves all ratings (the same rate shall be applicable to

all valves upto 600# rating as well the valves above 600# rating) body

and seat inside plant area or any other area within refinery as

instructed by area incharge. One No. water source at available location

shall be given by BPCL and contractor to make necessary arrangements for

further distribution of water. In case of leak / failure during

hydrotest, necessary repairs / gland jobs shall be done by BPCL. Howe

vre, minor gland pulling etc. within limits specified by BPCL area

incharge shall be done by the contractor to attend the minor leaks, if

any within the same item rate. In case hydrotest is to be repeated by

the contractor after attending the repairs / gland jobs etc by BPCL or

other party lined up by BPCL, the repeatittion of hydrotest shall be

considered as new job and paid accordingly.

___________________________________________________________________________________________

1.119 89002049 PIPING MISC COLD CUTTING 220.000 IN 60.00 13,200.00

Rate per inch dia. of pipe for cold cutting of pipes as per the

directions of the Engineer in charge.

___________________________________________________________________________________________

1.120 89002054 PIPING MISC SERVCE-ROLER-SUPORT 22.000 EA 71.00 1,562.00

SERVICEING OF ROLLERS OF SUPPORTS - RATE PER ROLLER FOR REMOVAL,

TRANSPORTATION AND SERVICING OF ROLLERS OF PIPE SUPPORTS AS PER THE

DIRECTIONS OF ENGINEER IN CHARGE.

___________________________________________________________________________________________

1.121 89004931 PIPING MISC ZINC ETHYL SILICATE 15,400.000 IN 67.00 1,031,800.00

Inorganic Zinc Ethyl Silicate Primer

DFT 1 x 65 Micron

Application:Air Spray/Airless

___________________________________________________________________________________________

1.122 89002301 MECH GEN TEST HYDROTEST-M3 220.000 M3 545.00 119,900.00

JOB INVOLVES CARRYING OUT HYDROTEST OF EQUIPMENTS SUCH AS VESSELS ETC

AT THE SPECIFIED PRESSURE INCLUDING ARRANGING HYDRO TESTING PUMPS AND

ACCESSORIES, ATTENDING LEAKY FLANGE JOINTS, VALVE GLAND PACKING ETC,

OFFERING THE SAME FOR INSPECTION AND CLEARING THE SAME, AS PER THE

DIRECTIONS OF THE ENGINEER IN CHARGE, INCLUSIVE OF DEPRESSURISNG.

PR NO : 14822379 Page 25 of 49 Printed On : 04.04.2018/15:31:15

Item Service No Short Text Quantity UOM Rate Amount

___________________________________________________________________________________________

1.123 89004421 PIPING MISC SCRAP /PAINT ZN PH 2,200.000 IN 47.00 103,400.00

Rate per inch meter for Scrapping and Application of primer Epoxy red

oxide zinc phosphate primer - 1 x 60 micron on pipelines.

___________________________________________________________________________________________

1.124 89002242 MECH GEN CLNG GT FILTERS 5.000 LS 13,780.00 68,900.00

CLEANING

LUMPSUM RATE FOR REMOVAL/CLEANING/REPLACEMENT OF AIR INLET FILTERS OF

GT. THE SCOPE ALSO INCLUDES SHIFTING TO APPROPRIATE LOCATION FOR

CLEANING/TRANSPORTATION OF NEW FILTERS FROM ISSUE POINT TO SITE IF NEW

FILTERS ARE TO BE PUT AND FIXING BACK OF FILTERS AS PER SCOPE OF

WORK.DISPOSAL OF SCRAP FILTERS/SCRAP TO THE DESIGNATED LOCATION IS ALSO

INCLUDED IN THE SCOPE.

___________________________________________________________________________________________

1.125 89002318 MECH GEN CAD BRD BLAT-WO CMP 35,310.000 IN 18.00 635,580.00

RATE IN INCH METRE FOR SUPPLY OF CARD BOARD MATERIALS AS PER

REQUIREMENT AND CLEANING AND REMOVAL OF MOISTURE BY CARD BOARD BLASTING

METHOD. THE JOB INCLUDES PROVIDING AIR CONNECTIONS TO THE SPECIFIED

LINE AND PROVIDE CARD BOARDS AT FLANGED PORTIONS WHERE MOISTURE IS TO BE

REMOVED. BPCL SCOPE : COMPRESSOR/NITROGEN

___________________________________________________________________________________________

00020 1st YR SD -- SOR FOR PIPING JOBS IN REF

2.10 89001973 PIPING FABnWELD NON IBR CS-TO SCH 80 5,940.000 IN 452.00 2,684,880.00

RATE PER INCH DIA OF WELD JOINTS FOR FABRICATION OF CARBON STEEL (NON

IBR) PIPE LINES INCLUDING ELBOWS, TEES, REDUCERS, VALVES AND FITTINGS

FOR ALL HEIGHTS and ELEVATIONS. (UPTO SCH 80)

___________________________________________________________________________________________

2.20 89001974 PIPING FABnWELD NON IBR CS-ABV SCH 80 594.000 IN 542.00 321,948.00

RATE PER INCH DIA OF WELD JOINTS FOR FABRICATION OF CARBON STEEL (NON

IBR) PIPE LINES INCLUDING ELBOWS, TEES, REDUCERS, VALVES AND FITTINGS

FOR ALL HEIGHTS and ELEVATIONS. (ABOVE SCH 80)

___________________________________________________________________________________________

2.30 89001997 PIPING BR CON WTH RF NONIBR CS-TO SCH 80 187.000 IN 350.00 65,450.00

RATE PER INCH DIA OF WELDING BRANCH CONNECTION FOR BRANCH CONNECTIONS

FOR ALL HEIGHTS WITH REINFORCEMENT PAD - CARBON STEEL-NON IBR (UPTO SCH

80)

___________________________________________________________________________________________

2.40 89001985 PIPING BR CON W/O RF NONIBR CS-TO SCH 80 293.000 IN 280.00 82,040.00

RATE PER INCH DIA OF WELDING BRANCH CONNECTION FOR BRANCH CONNECTIONS

FOR ALL HEIGHTS WITHOUT REINFORCEMENT PAD - CARBON STEEL-NON IBR (UPTO

SCH 80)

___________________________________________________________________________________________

2.50 89002007 PIPING FILLET WELDG NON IBR CS 3,740.000 IN 282.00 1,054,680.00

WELDING OF WELDOLETS, SOCKOLETS, COUPLINGS, FLANGES, VALVES AND FILLET

JOINTS ON PIPELINES/EQUIPMENTS - CARBON STEEL - NON IBR

___________________________________________________________________________________________

2.60 89002040 PIPING ERECTION CS/AS/SS 13,970.000 IN 94.00 1,313,180.00

PR NO : 14822379 Page 26 of 49 Printed On : 04.04.2018/15:31:15

Item Service No Short Text Quantity UOM Rate Amount

RATE PER INCH METER LENGTH FOR ERECTION / HYDROTESTING / COMMISSIONING

AND FLUSHING OF PIPELINES INCLUDING ALL FITTINGS SOCKET WELD VALVES AND

MAKING UP OF FLANGE JOINTS/SUPPORTS/CLAMPS ETC PIPING ERECTION FOR ALL

HEIGHTS and ELEVATIONS.

" This includes shifting / lifting the materials from any place in the

refinery as instructed by BPCL site incharge.

This rate is applicable for pipes of all material types."

___________________________________________________________________________________________

2.70 89002293 MECH GEN SHOT BLSTG EXTERNAL SURFACES 3,058.000 M2 239.00 730,862.00

RATE PER SQUARE METER FOR SHOTBLASTING OF EXTERNAL SURFACES OF

EQUIPMENTS/PIPILINES/VESSELS/COLUMNS/TANKS ETC AT ALL HEIGHTS and

ELEVATIONS AS PER BPCL STANDARDS AND AS DIRECTED BY THE ENGINEER IN

CHARGE.

This rate shall also include supply and application of one coat of

primer as per BPCL standard.

___________________________________________________________________________________________

2.80 89000454 PAINTG PRIMER+SURF CLNG ZINC BASED-1COAT 2,024.000 M2 110.00 222,640.00

PAINTING

PRIMER

INCLUDING SURFACE CLEANING/PREPARATION

RATE PER SQUARE METER FOR SCRAPPING/THOROUGH CLEANING OF SURFACES AND

APPLICATION OF ZINC BASED OR EQUIVALENT PRIMER (SINGLE COAT) ON

PIPELINES/EQIPMENTS AS PER BPCL SPECIFICATION. SCRAP/PAINT FOR ALL

HEIGHTS and ELEVATIONS AS PER THE DIRECTIONS OF THE ENGINEER IN CHARGE.

___________________________________________________________________________________________

2.90 89002044 PIPING MISC BACK WELDING 29.000 IN 178.00 5,162.00

RATE PER INCH DIA FOR BACKWELDING OF PIPELINES FOR ALL HEIGHTS and

ELEVATION.

It also includes backwelding of screwed pipes / fittings / valves etc.

___________________________________________________________________________________________

2.100 89002082 FIRE/COOLG WATR FAB/ERECT CMNT LIN PIPE 1,320.000 IN 97.00 128,040.00

RATE PER INCH METER FOR ERECTION AND HYDROTESTING OF CEMENT LINED PIPES;

ELBOWS; TEES; REDUCERS; AND OTHER FITTINGS, INCLUDING TRANSPORTATION OF

FABRICATED SECTION TO FAB YARD AND BACK TO SITE AFTER CEMENT

LINING.CEMENT LINED PIPES ERECTION FOR ALL HEIGHTS

___________________________________________________________________________________________

2.110 89002159 VALVE REMVL/ERCTN UPTO 600# RTG 1,254.000 IN 117.00 146,718.00

RATE PER INCH DIA. OF VALVE FOR REMOVAL OR ERECTION OF VALVES UPTO 600#

RATING INCLUDING CHECK VALVES / GLOBE VALVES / PLUG VALVES/GATE VALVES

AT ALL ELEVATION AND HEIGHTS AS DIRECTED BY THE ENGINEER IN CHARGE.(RATE

PER SINGLE ACTIVITY)

This rate is also applicable for ball valves.

___________________________________________________________________________________________

2.120 89002160 VALVE REMVL/ERCTN 900 # TO 2500 #RTG 308.000 IN 140.00 43,120.00

RATE PER INCH DIA. OF VALVE FOR REMOVAL OR ERECTION OF VALVES FROM 900#

PR NO : 14822379 Page 27 of 49 Printed On : 04.04.2018/15:31:15

Item Service No Short Text Quantity UOM Rate Amount

TO 2500# RATING INCLUDING CHECK VALVES / GLOBE VALVES / PLUG VALVES/

GATE VALVES AT ALL ELEVATION AND HEIGHTS AS DIRECTED BY THE ENGINEER IN

CHARGE. (RATE PER SINGLE ACTIVITY)

"This rate is also applicable for ball valves.

Do not consider MOVs under this item, separate rate is there for MOVs."

___________________________________________________________________________________________

2.130 89002300 MECH GEN TEST HYDRO TEST-INM 53,680.000 IN 15.00 805,200.00

JOB INVOLVES CARRYING OUT HYDROTEST OF PIPING/TUBES ETC AT THE SPECIFIED

PRESSURE INCLUDING ARRANGING HYDRO TESTING PUMPS AND ACCESSORIES,

ATTENDING LEAKY FLANGE JOINTS, VALVE GLAND PACKING ETC, OFFERING THE

SAME FOR INSPECTION AND CLEARING THE SAME, AS PER THE DIRECTIONS OF THE

ENGINEER IN CHARGE, INCLUSIVE OF DEPRESSURISNG.

___________________________________________________________________________________________

2.140 89002037 PIPING DISMNTLG WELDED PIPNG 21,560.000 IN 103.00 2,220,680.00

RATE PER INM FOR DISMANTLING OF PIPE LINES BY GAS CUTTING, COLD CUTTING

INCLUDING FITTINGS; ELBOWS ;REDUCERS; OPENING OF FLANGE JOINTS ETC ALONG

WITH STRUCTURAL PIPE SUPPORTS AS SADDLES; SHOES; HANGERS;ANCHORS; CLAMPS

ETC. AND TRANSPORTING TO SALVAGE YARD/WAREHOUSE. DISMANTLING FOR ALL

HEIGHTS.

"This includes shifting scrap/dismantled balance materials to scrap

yard.

It also includes removal of associated spring supports."

___________________________________________________________________________________________

2.150 89002083 FIRE/COOLG WATR DISMNTG CMNT LIN PIPE 1,551.000 IN 83.00 128,733.00

RATE PER INCH METER FOR DISMANTLING OF CEMENT LINED PIPE LINES BY GAS

CUTTING, COLD CUTTING INCLUDING FITTINGS;ELBOWS; REDUCERS; OPENING OF

FLANGE JOINTS ETC ALONG WITH STRUCTURAL PIPE SUPPORTS AS SADDLES; SHOES;

HANGERS; ANCHORS; CLAMPS ETC. AND TRANSPORTING TO SALVAGE

YARD/WAREHOUSE. DISMANTLING FOR ALL HEIGHTS.

___________________________________________________________________________________________

2.160 89002038 PIPING DISMNTLG SCRD PIPING 412.000 IN 70.00 28,840.00

RATE PER INCH METER FOR DISMANTLING OF SCREWED PIPING GI INCLUDING

OPENING OF ALL FITTINGS ALONG WITH STRUCTURAL,PIPE SUPPORTS AS SADDLES;

SHOES; HANGERS; ANCHORS; CLAMPS ETC. AND TRANSPORTING TO SALVAGE

YARD/WAREHOUSE.DISMANTLING FOR ALL HEIGHTS.

___________________________________________________________________________________________

2.170 89002294 MECH GEN SPADG/DESPAD FLG RTG UPTO 900# 6,710.000 IN 128.00 858,880.00

SPADING/DESPADING - FOR FLANGE RATINGS UPTO 900# - RATE IN INCH DIA -

SPADING OR DESPADING ,WEDGE OPENING IF REQUIRED, REMAKING OF FLANGE

JOINT, GRAPHITING IF REQD, (FOR SINGLE OPERATION). FOR ALL HEIGHTS and

ELEVATIONS AS DIRECTED BY THE ENG IN CHARGE. RATING UPTO 900#.

"Piping Gasket replacement including valves bonnet gasket shall also be

done under the same rate but the measurement shall be considered half of

the nominal dia. of the flange for measurement / billing purpose.

This item rate shall include jobs on all flanges upto and including 600#

flanges."

PR NO : 14822379 Page 28 of 49 Printed On : 04.04.2018/15:31:15

Item Service No Short Text Quantity UOM Rate Amount

___________________________________________________________________________________________

2.180 89002295 MECH GEN SPADG/DESPAD FLG RTG 900-2500# 1,078.000 IN 150.00 161,700.00

RATE IN INCH DIA - SPADING OR DESPADING ,WEDGE OPENING IF REQUIRED,

REMAKING OF FLANGE JOINT, GRAPHITING IF REQD, (FOR SINGLE OPERATION).

FOR ALL HEIGHTS and ELEVATIONS AS DIRECTED BY THE ENG IN CHARGE. RATING

900# TO 2500#.

"Piping Gasket replacement including valves bonnet gasket shall also be

done under the same rate but the measurement shall be considered half of

the nominal dia. of the flange for measurement / billing purpose.

This item rate shall include jobs on all flanges upto and including 900#

to 2500# flanges."

___________________________________________________________________________________________

2.190 89002036 PIPING FAB/WLD/ERECN STEAM TRACING 275.000 IN 295.00 81,125.00

RATE PER INCH METER LENGTH FOR FABRICATION ,WELDING AND ERECTION OF STEM

TRACING LINE OF 1/2 IN.DIA TO 1 IN. DIA. PIPES WITH LUGS, CLAMPS, STEAM

TRAPS, VALVES ETC. AT ALL HEIGHTS FOR NEW/OLD/EXISTING PIPELINES.

This rate is inclusive of all the associated steam traps being

fabricated along with the steam tracing.

___________________________________________________________________________________________

2.200 89002249 MECH GEN CLNG STRAINER 2,200.000 IN 128.00 281,600.00

CLEANING

RATE PER INCH DIA FOR STRAINER OPENING/CLEANING, REMOVAL OF FILTER,

TRANSPORTATION FOR REPAIRS IF REQUIRED AND FIXING BACK

The same rate shall be applicable for opening, cleaning, boxing-up of

mech. seal coolers. The nominal dia. of cooler flange shall be

considered for measurement purpose.

___________________________________________________________________________________________

2.210 89002151 VALVE OVERHLG INCL LAPNG GATE/GLOBE/BALL 506.000 IN 318.00 160,908.00

"Rate per inch dia. for overhauling of valves (Gate/Globe/Ball) of all

sizes/ opening bonnet/ spindle/ gate/ for inspection/ lapping of seat

surfaces, boxing up and carrying out hydrotest at required pressure.

"

"Valve Overhauling For all sizes & ratings.

This rate shall include the gland attending / packing of the valves.

Gland packing materials, bonnet gaskets shall be issued by BPCL."

___________________________________________________________________________________________

2.220 89002163 VALVE REMVL/ERCTN RELIEF VALVE 328.000 IN 162.00 53,136.00

"REMOVAL/ERECTION OF RELIEF VALVES.

REMOVAL/ERECTION OF ALL SIZE AND RATING OF RELIEF VALVES FROM THE

VARIOUS UNIT FROM ALL THE LOCATION AND HEIGHT, ADEQUATE CARE SHALL BE

TAKEN SO THAT NO DAMAGES TO TAGS OF THE RELIEVE VALVES, IF ANY, SAME

SHALL BE INFORMED TO RELIEF VALVE TESTING AGENCY IMMEDIATELY, PROVIDE

BLINDS AT THE EQUIPMENT NOZZLE FROM WHERE VALVES TO BE DISMANTLED.

PROPER RECORD SHALL BE MAINTAINED FOR ALL RELIEF VALVES FOR EASY

IDENTIFICATION FOR ERECTION, ERECTION OF THE RELIEVE VALVE UNDER

PR NO : 14822379 Page 29 of 49 Printed On : 04.04.2018/15:31:15

Item Service No Short Text Quantity UOM Rate Amount

SUPERVISION OF BPCL REPRESENTATIVE INCLUDING GASKET AND STUDS AND NUTS

REPLACEMENT, RE-INSTALLATION OF VALVES SHALL BE DONE AFTER THE TESTING

OF VALVES BY BPCL.COMPLETE THE WORK IN ALL RESPECT AS PER DIRECTION OF

ENGINEER IN CHARGE."

This rate also includes shifting of Relief valve from site to Shop area

and bringing back the valve from shop area back to site

___________________________________________________________________________________________

2.230 89002260 MECH GEN MANWAY OPEN/BOX UP 2,600.000 IN 99.00 257,400.00

RATE PER INCH DIA FOR OPENING/BOXING UP OF MANWAYS, HANDHOLES ETC. (FOR

SINGLE OPERATION ONLY) OF ALL RATINGS, AS PER THE INSTRUCTIONS OF THE

ENGINEER IN CHARGE AT ALL HEIGHTS and ELEVATIONS.

Manways of all diameters for round manways and all other manways of any

other shape shall be done under this item / rate. For round manways,

Inside diameter of manway in inches shall be considered for measurement.

For manways of any other shape, IND will be calculated based on

perimeter of inside opening in inches divided by 3.14 .

___________________________________________________________________________________________

2.240 89002266 MECH GEN REMVnREFIX CT HOOD COVR 9.000 EA 2,998.00 26,982.00

RATE PER CELL FOR OPENING AND FIXING BACK OF COOLING TOWER FAN

HOOD/CYLINDER COVERS.

___________________________________________________________________________________________

2.250 89002052 PIPING MISC PIPE ROTATION 13,926.000 IN 105.00 1,462,230.00

RATE PER INCH METER FOR ROTATING THE OLD PIPES BY 180 DEGRRES BY GAS

CUTTING / COLD CUTTING-PIPE ROTATION FOR ALL HEIGHTS

___________________________________________________________________________________________

2.260 89002023 PIPING PAD WELDG CS 1,980.000 IN 130.00 257,400.00

RATE PER INCH DIA. FOR FABRICATION, ERECTION AND WELDING OF

REINFORCEMENT/CORROSSION PADS ON PIPELINES FOR ALL HEIGHTS INCLUSIVE OF

PNEUMATIC TEST - CARBON STEEL

This item rate shall be applicable only for welding pads to the existing

lines which are not fabricated / erected by the contractor.

___________________________________________________________________________________________

2.270 89002158 VALVE SPINDLE FAB/FIX-ABV12"SIZE 35.000 EA 1,472.00 51,520.00

RATE PER VALVE FOR FABRICATION AND INSTALLATION OF VALVE EXTENSION

SPINDLE OF ALL SIZES ABOVE 12" SIZE

___________________________________________________________________________________________

2.280 89002157 VALVE SPINDLE FAB/FIX-UPTO12"SIZE 13.000 EA 1,227.00 15,951.00

RATE PER VALVE FOR FABRICATION AND INSTALLATION OF VALVE EXTENSION

SPINDLE OF ALL SIZES UPTO 12" SIZE

___________________________________________________________________________________________

2.290 89002041 PIPING ERECTION SCREWED 456.000 IN 69.00 31,464.00

RATE PER INCH METER FOR ERECTION AND TESTING OF SCREWED PIPES WITH

UNION/ELBOWS AND OTHER FITTINGS/VALVES ETC. INCLUSIVE OF MAKING UP ALL

JOINTS AT ALL HEIGHTS AND ELEVATIONS.

PR NO : 14822379 Page 30 of 49 Printed On : 04.04.2018/15:31:15

Item Service No Short Text Quantity UOM Rate Amount

___________________________________________________________________________________________

2.300 89002033 PIPING FAB/WLD/ERECN SUPPORT-CS 4.000 MT 24,525.00 98,100.00

RATE PER MT FOR FABRICATION, ERECTION AND PAINTING OF PIPING SUPPORTS OF

CARBON STEEL AS PER THE INSTRUCTIONS OF THE ENGINEER IN CHARGE.

"Painting includes -

Cu-SLAG BLASTING TO Sa 2.5

Epoxy red oxide zinc phosphate primer - 1 x 60 micron"

___________________________________________________________________________________________

2.310 89002324 MECH GEN HOT BOLTING-IND 1,100.000 IN 124.00 136,400.00

RATE IN INCH DIA FOR HOT BOLTING OF FLANGE/MANWAY/JOINTS. PAYMENT WILL

BE BASED ON INCH DIA OF FLANGE/MANWAY/JOINTS.

"This rate also includes valves bonnet leak tightening.

Contractor to use non-sparking tools / hammer for this activity wherever

required."

___________________________________________________________________________________________

2.320 89002072 FABRN PRVD NEW NOZZLES-CS 24.000 IN 2,317.00 55,608.00

RATE PER INCH DIA OF NOZZLE FOR FABRICATION AND PROVISION OF NEW NOZZLE

ON EXISTING SHELL OF CARBON STEEL MATERIAL. THIS SHALL ALSO INCLUDE

MAKING A HOLE IN SHELL TO SUIT THE NOZZLE SIZE AND SHALL ALSO INCLUDE

THE PAD WELDING.

___________________________________________________________________________________________

2.330 89002070 FABRN REPLACE-NOZZLE-CS 24.000 IN 2,725.00 65,400.00

RATE PER INCH DIA OF NOZZLE FOR CUTTING OF EXISTING NOZZLE, FABRICATION

AND PROVISION OF NEW NOZZLE ON EXISTING SHELL OF CARBON STEEL MATERIAL

___________________________________________________________________________________________

2.340 89002076 FABRN ROLLING OF PLATES 495.000 KG 52.00 25,740.00

RATE PER KG OF PLATE FOR ROLLING OF PLATE TO CONTOUR OF PIPES /VESSELS

AS SUGGESTED BY SITE INCHARGE /AS PER DRAWING INCLUDING TRANSPORTATION

OF PLATE TO AND FRO TO FABRICATION YARD/SHOP.

___________________________________________________________________________________________

2.350 89002035 PIPING FAB/WLD/ERECN SLEEVING OF PIPES 1,133.000 IN 447.00 506,451.00

"WELDING CIRCULAR PATCH SLEEVE ON THE PIPE AS PER BPCL DRAWING

SCOPE INCLUDES

1. FABRICATION OF SLEEVE FROM A PIPE ISSUED BY BPCL. CUT THIS PIPE INTO

TWO HALVES. DIAMETER OF THE SLEEVE SHALL SUIT TO OD OF THE SITE PIPE AND

LENGTH SHALL BE AS INDICATED BY BPCL SITE SUPERVISOR

2. FIX THE TWO HALF SLEEVES ON THE PIPE. WELD THE SLEEVE

CIRCUMFERENTIALLY AT TWO LOCATIONS (TOP AND BOTTOM)AND ALSO CARRY OUT

THE WELDING LONGITUDINALLY ON BOTH THE SIDES.

"

"THIS INCLUDES PROVISION OF SLEEVES FOR PIPING AT ALL LOCATIONS (EG - AT

FLOOR CROSSINGS OF PIPING, ROAD CROSSING OF PIPING ETC).

FOR ROAD CROSSINGS, PROPER CLEATS AT EVERY ONE METER DISTANCE SHALL BE

PROVIDED INSTEAD OF FULL LONGITUDINAL WELDING AS IN CASE OF FLOOR

CROSSINGS."

___________________________________________________________________________________________

PR NO : 14822379 Page 31 of 49 Printed On : 04.04.2018/15:31:15

Item Service No Short Text Quantity UOM Rate Amount

2.360 89002267 MECH GEN REMVnREFIX ELBOW 275.000 IN 100.00 27,500.00

RATE PER INCH DIA OF ELBOW FOR REMOVAL AND REFIXING OF ELBOW . THIS

INCLUDES OPENING OF BOTH FLANGES, REMOVAL OF ELBOW, SHI FTING TO

LOCATION AS RECOMMENDED BY BPCL SITE INCHARGE, CLEANING OF ELBOW, FIXING

BACK IN POSITION AND TIGHTING OF BOTH THE FL ANGES.

___________________________________________________________________________________________

2.370 89002333 MECH GEN STRESS RELIEVING-IND 237.000 IN 478.00 113,286.00

STRESS RELIEVING OF WELD JOINTS - To carryout stress relieving of weld

joints as per instructions of BPCL officer in charge of the job. Supply

of all tools, tackles, ELCB for 440 volt supply and manpower required

for the job is in contractor's scope.Payment on Inch dia of weld joint.

This rate is also applicable for stress releiving of other equipments

like exchanger components etc. However, the rate payable shall be double

the quoted rates on IND basis.

___________________________________________________________________________________________

2.380 89002329 MECH GEN POWER BRUSH-WLD JT 237.000 RM 110.00 26,070.00

POWER BRUSH OF WELD JOINTS - RATE PER RM FOR CARRYING OUT POWER BRUSHING

OF WELD JOINTS.

___________________________________________________________________________________________

2.390 89001971 PIPING FABnWELD NON IBR AS-TO SCH 80 10.000 IN 2,013.00 20,130.00

RATE PER INCH DIA OF WELD JOINTS FOR FABRICATION OF ALLOY STEEL (NON

IBR) PIPE LINES INCLUDING ELBOWS, TEES, REDUCERS, VALVES AND FITTINGS

FOR ALL HEIGHTS and ELEVATIONS. (UPTO SCH 80)

___________________________________________________________________________________________

2.400 89001972 PIPING FABnWELD NON IBR AS-ABV SCH 80 11.000 IN 2,415.00 26,565.00

RATE PER INCH DIA OF WELD JOINTS FOR FABRICATION OF ALLOY STEEL (NON

IBR) PIPE LINES INCLUDING ELBOWS, TEES, REDUCERS, VALVES AND FITTINGS

FOR ALL HEIGHTS and ELEVATIONS. (ABOVE SCH 80)

___________________________________________________________________________________________

2.410 89001975 PIPING FABnWELD NON IBR SS-TO SCH 80 105.000 IN 1,367.00 143,535.00

RATE PER INCH DIA OF WELD JOINTS FOR FABRICATION OF SS (NON IBR) PIPE

LINES INCLUDING ELBOWS; TEES; REDUCERS VALVES AND FITTINGS FOR ALL

HEIGHTS and ELEVATIONS. (UPTO SCH 80)

___________________________________________________________________________________________

2.420 89001976 PIPING FABnWELD NON IBR SS-ABV SCH 80 22.000 IN 1,640.00 36,080.00

RATE PER INCH DIA OF WELD JOINTS FOR FABRICATION OF SS (NON IBR) PIPE

LINES INCLUDING ELBOWS; TEES; REDUCERS VALVES AND FITTINGS FOR ALL

HEIGHTS and ELEVATIONS. (ABOVE SCH 80)

___________________________________________________________________________________________

2.430 89002247 MECH GEN CLNG C/W LINES 748.000 IN 42.00 31,416.00

CLEANING

RATE PER INCH METER OF THE PIPE TO BE CLEANED FOR CLEANING OF CW P

IPE.THIS INCLUDES CLEANING OF COOLING WATER PIPES BY WATER FLUSH

ING/MANUAL CLEANING AND PROVIDING ASSISTANCE TO INSPECTION.

___________________________________________________________________________________________

2.440 89002269 MECH GEN REMVnREFIX HOSES 506.000 EA 128.00 64,768.00

PR NO : 14822379 Page 32 of 49 Printed On : 04.04.2018/15:31:15

Item Service No Short Text Quantity UOM Rate Amount

RATE PER CONNECTION FOR CONNECTING OR DISCONECTING AIR/STEAM/WATER HOSE

(SINGLE ACTIVITY). [PROVIDING/REMOVAL OF AIR EDUCTOR IF REQUIRED IS ALSO

INCLUDED IN THE AIR HOSE CONNECTION/DISCONNECTION ACTIVITY]

"This includes connecting / disconnecting hose at both ends including

removal / provision of caps / plugs / flanges / screw / adapter or any

other type of end connection at respective ends as per site requirement.

The rate shall be for one hose connection. ie if 2 hoses have to be

connected for given connection, the qty will be considered as 2."

___________________________________________________________________________________________

2.450 89001545 C/ VALVE REFIX UPTO 4M HT LOC BALL/GLOBE 176.000 IN 288.00 50,688.00

Rate per inch dia of body size for Removal and refixing of control

valves / SDVs/ ROVs including bringing the valve to ground level,

provision of blind flanges, Transportation to/fro to shop, including

disconnection and connection of electrical and pneumatic if necessary.

Valve locations upto 4M elevation.

For Ball / Globe / Plug type of valves

This rate is applicable for all type of control valves

___________________________________________________________________________________________

2.460 89001547 C/ VALVE REFIX ABV 4M HT LOC BALL/GLOBE 117.000 IN 374.00 43,758.00

Rate per inch dia of body size for Removal and refixing of control

valves / SDVs/ ROVs including bringing the valve to ground level,

provision of blind flanges, Transportation to/fro to shop, including

disconnection and connection of electrical and pneumatic if necessary.

Valve locations above 4M elevation.

For Ball / Globe / Plug type of valves

This rate is applicable for all type of control valves

___________________________________________________________________________________________

2.470 89002047 PIPING MISC CLAMPING 418.000 IN 140.00 58,520.00

RATE PER INCH DIA FOR CLAMPING OF LINE FOR ATTENDING PIPELINE LEAKAGES

BY CLAMPING and PROVIDING SEALING MATERIAL LIKE NEOPRENE RUBBER OR

EQUIVALENT AT ALL HEIGHTS and ELEVATIONS AS DIRECTED BY THE ENGINEER IN

CHARGE.

"THIS RATE ALSO INCLUDES FABRICATION OF CLAMP AS PER REQUIRED SIZE.

However, if BPCL supplied clamp is used, then only 70% of this rate is

payable."

___________________________________________________________________________________________

2.480 89002244 MECH GEN CLNG MAB SUC FLTR 99.000 EA 147.00 14,553.00

CLEANING

"THE SCOPE OF WORK INVOLVES-

1.REMOVAL OF COVERS.

2.REMOVAL OF FILTER ELEMENTS. (LOCATED ON TOP OF THE SUCTION HEADER

3.LOWERING FILTER ELEMENTS DOWN ON THE GROUND.

4.CLEANING ALL ELEMENTS WITH AIR TO THE SATISFACTION OF SITE IN CHARGE.

5.IF REQUIRED, OLD FILTER ELEMENTS SHALL BE REPLACED WITH NEW

PROVIDED.BPCL SHALL PROVIDE NEW FILTER ELEMENTS.

PR NO : 14822379 Page 33 of 49 Printed On : 04.04.2018/15:31:15

Item Service No Short Text Quantity UOM Rate Amount

6.SHIFTING ALL FILTER ELEMENTS TO THE ORIGINAL POSITION.

7.FIXING BACK FILTER ELEMENTS AND COVER.

8.CARRYING OUT PROPER HOUSEKEEPING ON THE PLATFORM AFTER COMPLETION OF

THE JOB.

ALL NECESSARY RIGGING ARRANGEMENT,TOOLS AND TACKLES SHALL BE IN

CONTRACTORS SCOPE.

PAYMENT SHALL BE BASED ON THE NUMBER OF FILTERS."

___________________________________________________________________________________________

2.490 89002091 FIRE/COOLG WATR MISC WIRE MESH WELDING 30.000 M2 129.00 3,870.00

"RATE FOR WIRE MESH WELDING

RATE PER M2 OF C.S.WIRE MESH WELDING FOR CEMENT LINING INSIDE THE PIPE

SIZE ABOVE 24"".OR ANY EQUIPMENT AS PER THE INSTRUCTION OF OFFICER IN

CHARGE."

___________________________________________________________________________________________

2.500 89002086 FIRE/COOLG WATR REPLCMNT FIRE MONITOR 31.000 EA 818.00 25,358.00

Rate per monitor for replacement. The contractor has to shift the new

Fire monitor from BPCL issue point to the site and deposit the

scrapped/old monitor to the designated location as per the direction of

the Engineer in charge.

___________________________________________________________________________________________

2.510 89002080 FIRE/COOLG WATR FAB/WLDG MITRE/REDUCER 193.000 IN 369.00 71,217.00

"THIS INVOLVES COMPLETE FABRICATION INCLUDING SLIT CUTTING, HEATING

,BENDING OF SLITS AND WELDING TO FORM THE REDUCER SHAPE AS PER

SPECIFIED SIZE.

THE RATE SHALL BE ON PER INCH DIA BASIS. THE AVERAGE INCH DIA SHALL BE

CALCULATED AS UNDER.

IF SIZE OF THE REDUCER IS 12"" * 16"",THEN AVG INCH DIA =14""."

This item rate shall be applicable for fabrication of elbows, reducers

and all pipe sections / fittings. Necessary assistance for testing /

radiography and carrying out hydrotesting with connecting piping shall

be in the scope of the contractor as per site requirements.

___________________________________________________________________________________________

2.520 89002284 MECH GEN REPLCE GASKET 1,474.000 IN 78.00 114,972.00

OPENING THE FLANGES OF ALL TYPES, REMOVING OLD GASKET/S, CLEANING THE

FLANGE FACES, PUTTING NEW GASKET/S AND BOXING UP OF THE FLANGE JOINT

ATTENDING THE FLANGE JOINT IN CASE OF ANY PROBLEM WHILE OR AFTER

COMMISSIONING SHALL BE DONE FREE OF COST BY THE CONTRACTOR.

___________________________________________________________________________________________

2.530 89002285 MECH GEN REPLCE GASKET-BLIND FLG 1,144.000 IN 60.00 68,640.00

OPENING THE BLIND FLANGES, REMOVING OLD GASKET/S, CLEANING THE FLANGE

FACES, PUTTING NEW GASKET/S AND BOXING UP OF THE FLANGE JOINT ATTENDING

THE FLANGE JOINT. (SINGLE ACTIVITY, EITHER OPENING OR BOXING UP).

___________________________________________________________________________________________

2.540 89002302 MECH GEN TEST HYD TEST-JAKTD PIPG 49.000 IN 29.00 1,421.00

RATE PER INCH METER FOR HYDROTESTING OF JACKETS ( I.E. - FILLING SPACE

BETWEEN OUTER AND INNER PIPES WITH WATER AND PRESSURE TESTING OF JACKET

LINES) INCLUDING ATTENDING ALL LEAKAGES ASSOCIATED WITH THE JACKET /

OUTER AND INNER LINES INCLUDING HYDROTESTING FOR ALL HEIGHTS INCLUDING

PR NO : 14822379 Page 34 of 49 Printed On : 04.04.2018/15:31:15

Item Service No Short Text Quantity UOM Rate Amount

MAKING ALL NECESSARY ARRANGEMENTS, TEMPORARY CONNECTIONS /

DIS-CONNECTIONS ETC. MEASUREMENT SHALL BE MADE AS PER NOMINAL DIAMETER

OF JACKET LINE IN INCH-METER.

___________________________________________________________________________________________

2.550 89002031 PIPING FAB/WLD/ERECN JACKET FOR PIPING 49.000 IN 548.00 26,852.00

RATE FOR FABRICATION AND WELDING OF JACKETS FOR JACKETED PIPING. PAYMENT

SHALL BE MADE IN INCH METER OF PIPING DONE WHICH SHALL INCLUDE SUPPLY OF

ALL RESOURCES INCLUDING SHIFTING OF NECESSARY MATERIALS WITHIN REFINERY,

FABRICATION AND ALL WELDINGS INCLUDING SLEEVING / PATCHING, FLANGES

WELDING, ALL BUTT / FILLET WELDING ETC ASSOCIATED WITH JACKET PIPE /

SLEEVE AS PER STANDARD PROCEDURE TO MAKE JACKETING FOR PIPING. INSIDE

PIPE LINE FABRICATION SHALL BE BILLED SEPARATELY AS PER NORMAL PIPING

FABRICATION / WELDING / TESTING ITEM IN THE CONTRACT.

"THIS ITEM RATE INCLUDES ONLY FABRICATION OF JACKET PIPING.

FOR ERECTION, SEPARATE RATE UNDER ERECTION / DISMANTLING OF JACKATED

PIPING SHALL BE APPLICABLE."

___________________________________________________________________________________________

2.560 89002039 PIPING DISMNTLG JACKTED PIPING 82.000 IN 97.00 7,954.00

RATE PER INCH METER LENGTH FOR DISMANTLING OF JACKETED PIPELINES

INCLUDING ALL FITTINGS AND MAKING UP OF FLANGE JOINTS OF BOTH INNER AND

OUTER / JACKET LINES INCLUDING PIPING DISMANTLING FOR ALL HEIGHTS.

MEASUREMENT SHALL BE MADE AS PER INCH METER OF OUTER / JACKET LINE

NOMINAL DIAMETER WHICH SHALL INCLUDE ERECTION OF JACKETED LINES

INCLUDING THE INNER AND OUTER LINE WITH ALL FITTINGS IN BOTH LINES.

"RATE SHALL BE APPLICABLE FOR EITHER ERECTION OR DISMANTLING TO BE

TREATED AS SINGLE ACTIVITY.

MEASUREMENT SHALL BE MADE AS PER INCH METER OF OUTER / JACKET LINE

NOMINAL DIAMETER AND IT SHALL INCLUDE ERECTION OR DISMANTLING OF

JACKETED LINES INCLUDING THE INNER AND OUTER LINE WITH ALL FITTINGS IN

BOTH LINES.

FOR ERECTION, THE RATE SHALL INCLUDE SHIFTING OF PIPES FROM ANY LOCATION

INSIDE REFINERY TO REQUIRED SITE AND COMPLETE INSTALLATION AT SITE WITH

ALL RESOURCES FOR ERECTION (INCLUDING LIFTING & SHIFTING) TO BE PROVIDED

BY THE CONTRACTOR.

FOR DISMANTLING THE RATE SHALL INCLUDE SAFELY REMOVING PIPES WITH ALL

FITTINGS FROM SITE AND SHIFTING (INCLUDING LIFTING & SHIFTING) AND

PROPERLY STACKING THE DISMANTLED PIPES TO EITHER SCRAP YARD OR ANY OTHER

SAFE LOCATION INSIDE REFINERY AS INSTRUCTED BY BPCL SITE INCHARGE AFTER

NECESSARY CUTTING ETC IF REQUIRED.

NO SEPARATE PAYMENT SHALL BE APPLICABLE FOR INNER PIPE IN EITHER CASE AS

IT SHALL BE CONSIDERED AS A PART OF OUTER PIPE / JACKET FOR ERECTION OR

DISMANTLING.

"

___________________________________________________________________________________________

2.570 89002046 PIPING MISC BOX WLD-ONLINE 3.000 M3 12,263.00 36,789.00

LIFTING / SHIFTING OF REQUIRED MATERIALS FROM THE LOCATION WITHIN

REFINERY AS INFORMED BY THE AREA INCHARGE TO THE FABRICATION YARD,

FABRICATING PROPER BOX CLAMP OF REQUIRED SIZE AS PER SITE CONDITIONS,

PROVIDING THE CLAMP OVER PIPING/BELLOWS ETC AT SITE WITH SUITABLE

PACKING MATERIALS AND SITE WELDING AS PER SITE CONDITIONS. MEASUREMENT

PR NO : 14822379 Page 35 of 49 Printed On : 04.04.2018/15:31:15

Item Service No Short Text Quantity UOM Rate Amount

SHALL BE MADE IN CU.M OF BOX ACTUALLY PROVIDED AT SITE. ROLLING and

BENDING IF REQUIRED IS IN CONTRACTOR'S SCOPE.

___________________________________________________________________________________________

2.580 89002057 FABRN BUTT PATCH TO 12MM THK CS PLATE 1.000 M2 6,350.00 6,350.00

BUTT PATCH WELDING WITH CS ELECTRODES. THE RATE INCLUDES WELDING WITH

ALL / ANY GRADE OF CS ELECTRODE AS PER SITE REQUIREMENT AND AS DIRECTED

BY THE ENGR IN CHARGE. RATE PER SQ.M OF PATCH INCLUDING GAS CUTTING TO

SUIT SITE REQUIREMENT, EDGE PREPARATION, ERECTION AND WELDING PATCH

PLATES ON THE PIPELINE / EQUIPMENT INCLUDING PATCH WELDING FOR ALL

HEIGHTS UPTO 12 MM THK. PLATES.

___________________________________________________________________________________________

2.590 89002061 FABRN BUTT PATCH ABV12MM THK CS PLATE 1.000 M2 7,620.00 7,620.00

BUTT PATCH WELDING WITH CS ELECTRODES. THE RATE INCLUDES WELDING WITH

ALL / ANY GRADE OF CS ELECTRODE AS PER SITE REQUIREMENT AND AS DIRECTED

BY THE ENGR IN CHARGE. RATE PER SQ.M OF PATCH INCLUDING GAS CUTTING TO

SUIT SITE REQUIREMENT, EDGE PREPARATION, ERECTION AND WELDING PATCH

PLATES ON THE PIPELINE / EQUIPMENT INCLUDING PATCH WELDING FOR ALL

HEIGHTS ABOVE 12 MM THK UPTO 20 MM THK PLATES.

___________________________________________________________________________________________

2.600 89002056 FABRN BUTT PATCH TO 12MM THK AS PLATE 1.000 M2 29,427.00 29,427.00

BUTT PATCH WELDING WITH AS ELECTRODES. THE RATE INCLUDES WELDING WITH

ALL / ANY GRADE OF AS ELECTRODE AS PER SITE REQUIREMENT AND AS DIRECTED

BY THE ENGR IN CHARGE. RATE PER SQ.M OF PATCH INCLUDING GAS CUTTING TO

SUIT SITE REQUIREMENT, EDGE PREPARATION, ERECTION AND WELDING PATCH

PLATES ON THE PIPELINE / EQUIPMENT INCLUDING PATCH WELDING FOR ALL

HEIGHTS UPTO 12 MM THK. PLATES.

___________________________________________________________________________________________

2.610 89002058 FABRN BUTT PATCH TO 12MM THK SS PLATE 1.000 M2 28,025.00 28,025.00

THE RATE INCLUDES WELDING WITH ALL / ANY GRADE OF SS ELECTRODE AS PER

SITE REQUIREMENT AND AS DIRECTED BY THE ENGR IN CHARGE. RATE PER SQ.M OF

PATCH INCLUDING GAS CUTTING TO SUIT SITE REQUIREMENT, EDGE PREPARATION,

ERECTION AND WELDING PATCH PLATES ON THE PIPELINE / EQUIPMENT INCLUDING

PATCH WELDING FOR ALL HEIGHTS UPTO 12 MM THK. PLATES.

RATE SHALL BE APPLICABLE FOR PLATE OF ALL SS GRADES. IN CASE OF PATCH

SIZE LESS THAN 1 M2, THEN EVERY 4 RUNNING METER OF THE WELD LENGTH SHALL

BE CONSIDERED AS 1 M2.

___________________________________________________________________________________________

2.620 89002059 FABRN BUTT PATCH TO 12MM THK INCNL PLATE 1.000 M2 30,828.00 30,828.00

BUTT PATCH WELDING WITH INCONEL ELECTRODES. THE RATE INCLUDES WELDING

WITH ALL / ANY GRADE OF INCONEL ELECTRODE AS PER SITE REQUIREMENT AND AS

DIRECTED BY THE AREA INCHARGE. RATE PER SQ.M OF PATCH INCLUDING GAS

CUTTING TO SUIT SITE REQUIREMENT, EDGE PREPARATION, ERECTION AND WELDING

PATCH PLATES ON THE PIPELINE / EQUIPMENT INCLUDING PATCH WELDING FOR ALL

HEIGHTS UPTO 12 MM THK. PLATES.

___________________________________________________________________________________________

2.630 89002065 FABRN FILLET PATCH CS 12.000 M2 5,600.00 67,200.00

FILLET PATCH-CARBON STEEL - THE RATE INCLUDES WELDING WITH ALL / ANY

PR NO : 14822379 Page 36 of 49 Printed On : 04.04.2018/15:31:15

Item Service No Short Text Quantity UOM Rate Amount

GRADE OF CS ELECTRODE AS PER SITE REQUIREMENT AND AS DIRECTED BY THE

AREA INCHARGE. RATE PER SQ.M OF PATCH INCLUDING GAS CUTTING TO SUIT SITE

REQUIREMENT, EDGE PREPARATION, ERECTION AND WELDING PATCH PLATES ON THE

PIPELINE / EQUIPMENT INCLUDING PATCH WELDING FOR ALL HEIGHTS UPTO 12 MM

THK. PLATES.

___________________________________________________________________________________________

2.640 89002064 FABRN FILLET PATCH AS 1.000 M2 18,113.00 18,113.00

FILLET PATCH-ALLOY STEEL - THE RATE INCLUDES WELDING WITH ALL / ANY

GRADE OF AS ELECTRODE AS PER SITE REQUIREMENT AND AS DIRECTED BY THE

AREA INCHARGE. RATE PER SQ.M OF PATCH INCLUDING GAS CUTTING TO SUIT SITE

REQUIREMENT, EDGE PREPARATION, ERECTION AND WELDING PATCH PLATES ON THE

PIPELINE / EQUIPMENT INCLUDING PATCH WELDING FOR ALL HEIGHTS UPTO 12 MM

THK. PLATES.

___________________________________________________________________________________________

2.650 89002066 FABRN FILLET PATCH SS 1.000 M2 17,250.00 17,250.00

FILLET PATCH-SS- THE RATE INCLUDES WELDING WITH ALL / ANY GRADE OF SS

ELECTRODE AS PER SITE REQUIREMENT AND AS DIRECTED BY THE AREA INCHARGE.

RATE PER SQ.M OF PATCH INCLUDING GAS CUTTING TO SUIT SITE REQUIREMENT,

EDGE PREPARATION, ERECTION AND WELDING PATCH PLATES ON THE PIPELINE /

EQUIPMENT INCLUDING PATCH WELDING FOR ALL HEIGHTS UPTO 12 MM THK.

PLATES.

___________________________________________________________________________________________

2.660 89002067 FABRN FILLET PATCH INCONEL 1.000 M2 18,975.00 18,975.00

FILLET PATCH-INCONEL - FILLET PATCH WELDING WITH INCONEL ELECTRODES.

THE RATE INCLUDES WELDING WITH ALL / ANY GRADE OF INCONEL ELECTRODE AS

PER SITE REQUIREMENT AND AS DIRECTED BY THE AREA INCHARGE. RATE PER SQ.M

OF PATCH INCLUDING GAS CUTTING TO SUIT SITE REQUIREMENT, EDGE

PREPARATION, ERECTION AND WELDING PATCH PLATES ON THE PIPELINE /

EQUIPMENT INCLUDING PATCH WELDING FOR ALL HEIGHTS UPTO 12 MM THK.

PLATES.

___________________________________________________________________________________________

2.670 89001951 EXCHANGER TUBE SEAL WELD CS 666.000 EA 355.00 236,430.00

EXCHANGER TUBE SEAL WELDING USING CS ELECTRODE. THE SCOPE INCLUDES

SUPPLY AND PROVISION OF ALL RESOURCES INCLUDING NECESSARY MANPOWER,

EQUIPMENT AND ALL GRADES OF ELECTRODES AS PER SITE REQUIREMENTS AND AS

INSTRUCTED BY AREA INCHARGE. RATE PER TUBE INCLUDING BOTH ENDS UPTO 1"

DIA. TUBE SIZE OF ALL THICKNESS.

___________________________________________________________________________________________

2.680 89001949 EXCHANGER TUBE SEAL WELD SS 102.000 EA 600.00 61,200.00

EXCHANGER TUBE SEAL WELDING USING SS ELECTRODE. THE SCOPE INCLUDES

SUPPLY AND PROVISION OF ALL RESOURCES INCLUDING NECESSARY MANPOWER,

EQUIPMENT AND ALL GRADES OF ELECTRODES AS PER SITE REQUIREMENTS AND AS

INSTRUCTED BY AREA INCHARGE. RATE PER TUBE INCLUDING BOTH ENDS UPTO 1"

DIA. TUBE SIZE OF ALL THICKNESS.

"Also, same rate is applicable for groove filling / weld built up

including grinding on tubesheet. The cooresponding measurement shall be

as below -

1 IND Seal Welding = Groove filling / weld built up of size 1 in x 1 in

x 3mm depth

PR NO : 14822379 Page 37 of 49 Printed On : 04.04.2018/15:31:15

Item Service No Short Text Quantity UOM Rate Amount

"

___________________________________________________________________________________________

2.690 89001950 EXCHANGER TUBE SEAL WELD AS 49.000 EA 779.00 38,171.00

EXCHANGER TUBE SEAL WELDING USING AS ELECTRODE. THE SCOPE INCLUDES

SUPPLY AND PROVISION OF ALL RESOURCES INCLUDING NECESSARY MANPOWER,

EQUIPMENT AND ALL GRADES OF ELECTRODES AS PER SITE REQUIREMENTS AND AS

INSTRUCTED BY AREA INCHARGE. RATE PER TUBE INCLUDING BOTH ENDS UPTO 1"

DIA. TUBE SIZE OF ALL THICKNESS.

"Also, same rate is applicable for groove filling / weld built up

including grinding on tubesheet. The cooresponding measurement shall be

as below -

1 IND Seal Welding = Groove filling / weld built up of size 1 in x 1 in

x 3mm depth

"

___________________________________________________________________________________________

2.700 89001952 EXCHANGER TUBE SEAL WELD INCONEL 49.000 EA 857.00 41,993.00

EXCHANGER TUBE SEAL WELDING USING INCONEL ELECTRODE. THE SCOPE INCLUDES

SUPPLY AND PROVISION OF ALL RESOURCES INCLUDING NECESSARY MANPOWER,

EQUIPMENT AND ALL GRADES OF ELECTRODES AS PER SITE REQUIREMENTS AND AS

INSTRUCTED BY AREA INCHARGE. RATE PER TUBE INCLUDING BOTH ENDS UPTO 1"

DIA. TUBE SIZE OF ALL THICKNESS.

"THIS RATE IS APPLICABLE FOR SDSS (SUPER DUPLEX STAINLESS STEEL) seal

welding including ELECTRODES ALSO.

Also, same rate is applicable for groove filling / weld built up

including grinding on tubesheet. The cooresponding measurement shall be

as below -

1 IND Seal Welding = Groove filling / weld built up of size 1 in x 1 in

x 3mm depth"

___________________________________________________________________________________________

2.710 89002889 EXCHANGER TUBE SEAL WELD SEAL WELD CU-NI 49.000 EA 644.00 31,556.00

EXCHANGER TUBE SEAL WELDING USING CU-NI ELECTRODE. THE SCOPE INCLUDES

SUPPLY AND PROVISION OF ALL RESOURCES INCLUDING NECESSARY MANPOWER,

EQUIPMENT AND ALL GRADES OF ELECTRODES AS PER SITE REQUIREMENTS AND AS

INSTRUCTED BY AREA INCHARGE. RATE PER TUBE INCLUDING BOTH ENDS UPTO 1"

DIA. TUBE SIZE OF ALL THICKNESS.

"THIS RATE IS ALSO APPLICABLE FOR AL-BR (ALUMINUM BRASS TUBES).

Also, same rate is applicable for groove filling / weld built up

including grinding on tubesheet. The cooresponding measurement shall be

as below -

1 IND Seal Welding = Groove filling / weld built up of size 1 in x 1 in

x 3mm depth

"

___________________________________________________________________________________________

2.720 89002243 MECH GEN CLNG GAUGE GLASS ASSY 18.000 EA 564.00 10,152.00

CLEANING

"Rate per gauge glass for deplugging / cleaning/ flushing/ air blowing.

PR NO : 14822379 Page 38 of 49 Printed On : 04.04.2018/15:31:15

Item Service No Short Text Quantity UOM Rate Amount

THE JOB INVOLVES OPENING END CONNECTIONS OF GAUGE GLASS ASSEMBLY,

SERVICING, CLEANING OF ALL ACCESSORIES / PARTS, FIIXING BACK END

CONNECTIONS AND HANDING OVER.

"

___________________________________________________________________________________________

2.730 89002262 MECH GEN OVERHL GAUGE GLASS ASSY 16.000 EA 2,240.00 35,840.00

Rate per gauge glass assembly for overhauling. THE JOB INVOLVES COMPLETE

DISMANTLING OF GAUGE GLASS ASSEMBLY, REMOVING GLASSES, SERVICING OF ALL

PARTS, REPLACEMENT OF DAMAGED PARTS, RE-ASSEMBLY, ERECTION, BOXING UP

AND HYDROTEST OF THE ASSEMBLY.

Removal of glasses and replacement of glasses once the gauge glass is

dismantled from site and brought to maint working room will be aided by

BPCL technician.

___________________________________________________________________________________________

2.740 89002097 SCAFLDG WITH MTRL ERECT n DISMTL 27,500.000 M3 143.00 3,932,500.00

Rate per M3 for erection of steel tubular scaffolding of suitable

lengths at all heights and locations as per BPCL standards with

Contractor's Scaffolding materials. The scope includes dismantling of

the same after completion of the job.

___________________________________________________________________________________________

2.750 89005563 MECH GEN RENTAL FOR SCAFFOLD 3,438.000 M3 57.00 195,966.00

Rental for scaffolding:-

The rates include rental charges to be paid to the vendor for

scaffolding's kept standby/idle beyond specified period as per scope of

work or as per instructions given by Engineer in-charge.

(Rate is Rs./ cub. meter per month to be paid to vendor)

Rental for scaffold shall be applicable only after 30 days from date of

erection of scaffold. The date of erection shall be certified by BPCL

Area In-charge.

Payment will be on pro-rota basis.

The rate is Rs./m3 per month

If scaffold is kept on site for 40 days then rental is applicable for 10

days only & can be calculated as (10/30) X rate.

___________________________________________________________________________________________

2.760 89002310 MECH GEN WELDG ON EQUPT NUT 9.000 EA 80.00 720.00

WELDING OF NUTS FOR MANWAYS, DEMISTERS, LIFTING ARRANGEMENTS FOR

EQUIPMENT INCLUDING PROVISION OF ALL NECESSARY RESOURCES FOR NUTS SIZES

FROM 3/8" TO 2"

___________________________________________________________________________________________

2.770 89002042 PIPING MISC ADAPTER FABRCTN 33.000 IN 217.00 7,161.00

FABRICATION OF ADAPTOR FOR PROVIDING TESTING, FLUSHING, STEAMING, WATER

WASHING ARRANGEMENTS OF THE EQUIPMENT INCLUDING MAKING HOLE BY GAS

CUTTING INTO THE BLIND FLANGE, WELDING NOZZLE / COUPLING / NIPPLE FROM

SIZE 1/2" TO 2" AND CARRYING OUT NECESSARY FINISHING OF THE PARTS

FABRICATED. MEASUREMENT SHALL BE TAKEN AS NOMINAL DIAMETER OF THE

FITTING IN INCHES.

Fabrication of adaptor for providing testing, flushing, steaming, water

PR NO : 14822379 Page 39 of 49 Printed On : 04.04.2018/15:31:15

Item Service No Short Text Quantity UOM Rate Amount

washing arrangements of the equipment including making hole by gas

cutting into the blind flange, welding nozzle / coupling / nipple from

size 1/2" to 10" and carrying out necessary finishing of the parts

fabricated. Measurement shall be taken as the fitting size in inches i.e

if 2" hole/fitting is made on 4" blind flange or plate, the measurement

will be 2 IND.

___________________________________________________________________________________________

2.780 89002114 INSULN WTH VDR SCF REMOVAL 55.000 M2 189.00 10,395.00

INSULATION

WTH VENDOR SCFFOLDING

The job involves removal of insulation of all thicknesses /sizes on

piping/ equipments/ including scrap cleaning of surface free of foreign

material, disposal of scrap. Payment will be effected for finished

surface area of insulation before removal. scrap shall be disposed as

directed by BPCL site incharge. Scaffolding if required shall be

provided by the contractor with his material for execution of the job

and the same to be removed upon completion of the job as directed by the

Engineer in charge.

This rate also includes removal of Aluminium cladding sheet.

___________________________________________________________________________________________

2.790 89002379 ROTARY EQUIPMENT ALIGNMENT 7.000 EA 15,523.00 108,661.00

JOB INVOLVES CARRYING OUT ALIGNMENT OF VARIOUS EQUIPMENTS LIKE FANS,

PUMP, GEARBOX, COMPRESSOR WITH MOTOR/TURBINE/ENGINE ETC USING LASER

ALIGNMENT MACHINE, PROVIDING MANPOWER, SHIMS, ETC.

___________________________________________________________________________________________

2.800 89002250 MECH GEN DISMTL/ERECT EQUPT-UPTO 3MT 4.000 EA 22,393.00 89,572.00

JOB INVOLVES DISCONNECTION OF ASSOCIATED PIPING /SPADING /DESPADING/HOSE

CONNECTION /REMOVAL OF FOUNDATION BOLTS ETC,CARRYING OUT NECESSARY

RIGGING ARRANGEMENT, TRANSPORTATION WITH APPROPRIATE TRUCK AS PER SITE

INCHARGE INSTRUCTION WITHIN THE REFINERY, INCLUDES STATIC AS WELL AS

ROTATING EQUIPMENT UPTO 3 MT, DISMANTLING OF EQUIPMENTS AT ALL HEIGHTS.

(RATE PER EQUIPMENT)

___________________________________________________________________________________________

2.810 89002251 MECH GEN DISMTL/ERECT EQUPT-ABV 3MT 14.000 MT 7,375.00 103,250.00

JOB INVOLVES DISCONNECTION OF ASSOCIATED PIPING /SPADING /DESPADING/HOSE

CONNECTION /REMOVAL OF FOUNDATION BOLTS ETC,CARRYING OUT NECESSARY

RIGGING ARRANGEMENT, TRANSPORTATION WITH APPROPRIATE TRUCK AS PER SITE

INCHARGE INSTRUCTION WITHIN THE REFINERY, INCLUDES STATIC AS WELL AS

ROTATING EQUIPMENT WEIGHT ABOVE 3 MT, DISMANTLING OF EQUIPMENTS AT ALL

HEIGHTS. (RATE PER MT OF EQUIPMENT)

___________________________________________________________________________________________

2.820 89002381 MECH-STRL FAB n ERCTN STR W/O SHOT BLSTG 2,640.000 KG 27.00 71,280.00

MECHANICAL-STRUCTURAL

FABRICATION and ERECTION

STRUCTURAL

FABRICATION and ERECTION OF STRUCTURES - INCLUDING PAINTING AS SPECIFIED

IN THE SCOPE OF WORK. BEAMS, COLUMNS, CHANNELS, ANGLES, BRACINGS,

PR NO : 14822379 Page 40 of 49 Printed On : 04.04.2018/15:31:15

Item Service No Short Text Quantity UOM Rate Amount

PURLINS, GUSSETS,CLEATS, PLATFORMS, HAND RAILING ETC AT ALL HEIGHTS

___________________________________________________________________________________________

2.830 89002684 MECH GEN CLNG HIRE CASUAL - 08 HRS 500.000 S0 1,143.00 571,500.00

CLEANING

Rate for hiring casual labour on 08 hours shift basis.

"This item is for provision of One number worker / technician per shift

of 08 hours for carrying out necessary jobs / assistance for maintenance

as per instructions of BPCL area incharge.

This rate shall not be applicable for manpower required for jobs being

carried out by the contractor as per other line items scope in the

contract.

If the worker / technician is required to work in 12 hrs shift, then for

payment purpose the qty will be considered as 1.5 times actual qty."

___________________________________________________________________________________________

2.840 89002387 MECH-STRL FAB n ERCTN HAND RAIL 506.000 RM 360.00 182,160.00

MECHANICAL-STRUCTURAL

FABRICATION and ERECTION

Fabricating, fixing welded/ bolted type hand railing made out of

specified types of class `C' MS black pipe as top rail conforming to

IS:1239 by heating, grinding the bends including carrying out site

welding, if required, taking all safety precautions as prevailing in

refinery and including painting with two coats of synthetic enamel paint

over two coats of red oxide/ zinc phosphate primer. NOTE: Fabrication of

steel structure for middle rail, toe guard and vertical post shall be

paid separately under respective item. The pipe used shall be 32 NB.

Surface preparation by wire brushing.

___________________________________________________________________________________________

2.850 89002388 MECH-STRL FAB n ERCTN AFC GUARDS 264.000 KG 52.00 13,728.00

MECHANICAL-STRUCTURAL

FABRICATION and ERECTION

DISMANTLING OLD GUARDS, NEW GUARDS FABRICATION INCLUDING DRILLING OF

HOLES AT SITE AS PER SITE REQUIREMENT,SUPPLYING and FABRICATION

GALVANISED MESH (MESH SIZE 1 INCH, 16 GAUGE - DIAMOND SHAPE), ERECTION

OF FAN / AFC GUARD AS PER SITE MEASUREMENTS . TRANSPORTATION OF

MATERIALS WITHIN AND OUTSIDE THE REFINERY FOR FABRICATION ETC WILL BE IN

CONTRACTOR'S SCOPE.

"DISMANTLING OLD GUARDS OF AFCs, NEW GUARDS FABRICATION WITH STRUCTURAL

MEMBERS PROVIDED BY BPCL INCLUDING DRILLING OF HOLES AT SITE AS PER SITE

REQUIREMENT, SUPPLYING & FABRICATION GALVANISED JALI (MESH SIZE 1 INCH,

16 GAUGE - DIAMOND SHAPE), ERECTION OF FAN / AFC GUARD AS PER SITE

MEASUREMENTS T. TRANSPORTATION OF MATERIALS WITHIN AND OUTSIDE THE

REFINERY FOR FABRICATION ETC WILL BE IN CONTRACTOR'S SCOPE, CONTRACTOR

TO CARRY OUT COLD GALVANISING OF THE WELDED AREA OF JALI OR WHEREVER THE

GALVANISING IS DAMAGED, PAINTING OF STRUCTURAL MEMBERS TO BE DONE BY

CONTRACTOR'S PAINTING MATERIALS AS PER BPCL STANDARD PROCEDURE

"

___________________________________________________________________________________________

2.860 89002389 MECH-STRL FAB n ERCTN BASE FRAMES 2.000 MT 25,200.00 50,400.00

MECHANICAL-STRUCTURAL

FABRICATION and ERECTION

PR NO : 14822379 Page 41 of 49 Printed On : 04.04.2018/15:31:15

Item Service No Short Text Quantity UOM Rate Amount

DISMANTLING EXISTING DAMAGED BASE FRAME, FABRICATION OF NEW BASE FRAME

OF EQUIPMENT, AS PER DRG OR SAMPLE OR AS PER SITE MEASUREMENTS,

ERECTION AT SITE INCLUSIVE OF DRILLING, TAPPING ETC. INVOLVED IN

ERECTION / DISMANTLING, TRANSPORTATION OF ALL MATERIALS ETC SHALL BE IN

VENDOR'S SCOPE. CIVIL WORK, RELATED TO THE JOB SHALL BE CARRIED OUT AS

PER THE RESPECTIVE ITEM RATE.

"""DISMANTLING EXISTING DAMAGED BASE FRAME, FABRICATION OF NEW BASEF

RAME OF EQUIPMENT, AS PER DRG OR SAMPLE OR AS PER SITE MEASUREMENTS,

SHOTBLASTING AND PAINTING WITH 2 COATS OF PRIMER AND 2 COATS OF ENAMEL

PAINT, ERECTION AT SITE INCLUSIVE OF DRILLING, TAPPING ETC. INVOLVED IN

ERECTION / DISMANTLING, TRANSPORTATION OF ALL MATERIALS ETC SHALL BE IN

VENDOR'S SCOPE. CIVIL WORK RELATED TO THE JOB SHALL BE CARRIED OUT AS

PER THE RESPECTIVE ITEM RATE.

"

___________________________________________________________________________________________

2.870 89002257 MECH GEN FAB DRILLING OF HOLES 71.000 EA 227.00 16,117.00

DRILLING OF HOLES UPTO I" DIA IN STRUCTURAL STEEL, BASE FRAME, EQUIPMENT

ETC. ALL RESOURCES REQUIRED FOR COMPLETION OF THE JOB SHALL BE IN

VENDOR'S SCOPE. BPCL SHALL PROVIDE POWER SUPPLY AT ONE POINT FROM WHERE

THE DISTRIBUTION SHALL BE DONE BY THE VENDOR WITH THEIR OWN CABLES, ELCB

ETC.

"DRILLING OF HOLES UPTO I"" DIA IN STRUCTURAL STEEL, BASE FRAME,

EQUIPMENT ETC. ALL RESOURCES REQUIRED FOR COMPLETION OF THE JOB SHALL BE

IN VENDOR'S SCOPE. BPCL SHALL PROVIDE POWER SUPPLY AT ONE POINT FROM

WHERE THE DISTRIBUTION SHALL BE DONE BY THE VENDOR WITH THEIR OWN

CABLES, ELCB ETC.

This rate will only be operated for any specific drilling job and should

not be clubbed with any other routine job of another SOR item"

___________________________________________________________________________________________

2.880 89002309 MECH GEN WELDG ON EQUPT ANCHORS 44.000 EA 129.00 5,676.00

Rate per anchor for removal of old/ damaged anchors by grinding and

welding of new anchors using Inconel/other compatible electrodes as per

standards / BPCL recommendations.

This rate is for removal of old anchor and welding of new SS anchor

using SS309 electrode or suitable electrode.

___________________________________________________________________________________________

2.890 89003000 PIPING FAB/WLD/ERECN FLANGE GROOVE FILL 11.000 CM 217.00 2,387.00

Dismantling of flange at / from site, necessary cleaning, surface

preparation, weld build up and final finish of the surface to conform

the standard flange profile including all required materials,

electrodes, equipment and all resources. Payment shall be made on the

basis of actual area of weld build up including grooves of all depths.

This rate includes flange dismantling from site / shifting flange to

fabrication area, welding, finishing, submitting the flange to

respective area / location.

Erection of the flange, whenever required, shall be done as per site

requirement under separate suitable item.

PR NO : 14822379 Page 42 of 49 Printed On : 04.04.2018/15:31:15

Item Service No Short Text Quantity UOM Rate Amount

___________________________________________________________________________________________

2.900 89002075 FABRN SPADES 22.000 IN 84.00 1,848.00

RATE IN INCH DIA- CUTTING OF SPADES FROM BPCL ISSUED MATERIAL AS PER

REQUIRED SIZE and RATING AS PER THE DIRECTIONS OF THE ENGINEER IN

CHARGE.

___________________________________________________________________________________________

2.910 89002165 VALVE REMVL/ERCTN MOV 7.000 IN 254.00 1,778.00

RATE FOR REMOVAL/ERECTION OF MOVS INCLUDING MOV ACTUATORS AS DIRECTED BY

THE BPCL SITE INCHARGE. PROPER CARE SHOULD BE TAKEN TO PREVENT DAMAGE TO

THE MOV, ACTUATOR OR ANY VALVE PARTS WHILE CARRYING OUT THE JOB. PROPER

TOOLS / TACKLES TO BE USED TO ENSURE SAFE WORK AT SITE.

Rate for dismantling / erection of MOVs of all ratings and upto 60" dia.

size including MOV actuators from and to the locations inside refinery

as directed by the BPCL site incharge. Proper care should be taken to

prevent damage to the MOV, actuator or any valve parts while carrying

out the job. Proper tools / tackles to be used to ensure safe work at

site.

___________________________________________________________________________________________

2.920 89001094 ELC-DISML MOTOR - FIN FAN 2.000 NO 1,270.00 2,540.00

Dismantling and removal inlcuding its mounting /housing arrangements

and handing over the same to designated location as per the direction of

Engineer in Charge.

MOTORS INCL SHIFTING TO/FROM NEAREST CRANE ACCESS LOCATION.

for Fin fan motors/other inaccessible motors in plant area

This rate shall be applicable for dismantling / installation of motors.

This rate shall also be applicable for AC plant motors dismantling /

installation.

___________________________________________________________________________________________

2.930 89002328 MECH GEN PLANKING-INSIDE CT 11.000 EA 14,000.00 154,000.00

RATE PER COOLING TOWER CELL FOR SHIFTING OF PLANKS TO COOLING TOWER

CELLS, PLANKING INSIDE THE CELL AS INSTRUCTED BY SITE INCHARGE,

DEPLANKING AND TRANSPORTATION WITHIN REFINERY.

"1.Open the fan cylinder cover and shift it to safe location.

2. Provide the wooden/steel planks inside the fan cylinder and make the

approach up to the gear box.

3. Planking has to be provided beyond the gear box and tubular drive

shaft for working on these.

4. All wooden/steel planks are to be tied with existing structure of

cooling tower.

5. After the maintenance job is over or on instruction the planks are to

be dismantled one by one and remove.

PR NO : 14822379 Page 43 of 49 Printed On : 04.04.2018/15:31:15

Item Service No Short Text Quantity UOM Rate Amount

6. Re-fit the fan cylinder cover and secured properly with existing

clamps.

7. Work permit and clearance conditions are to be strictly followed."

___________________________________________________________________________________________

2.940 89003001 PIPING MISC THREADED JOINT JOB 132.000 IN 42.00 5,544.00

Opening / closing of threaded joints including removal / erection of

screwed steam traps / valves / couplings / pipe fittings and all types

of threaded joints. Measurement shall be made as per dia. of the joint

in inches.

___________________________________________________________________________________________

2.950 9009330 HIRING OF CRANE HYDRA/PICKUP-10MT-8HR 3.000 S0 5,600.00 16,800.00

HIRING OF

CRANE

HIRING OF HYDRA/PICK UP CRANE OF CAPACITY 10 MT, WITH DRIVER FOR 8 HOURS

FOR LIFTING/ SHIFTING OF EQUIPMENTS. PAYMENT WILL BE BASED ON 8 HR SHIFT

BASIS

"Bidders to note that use of Hydra is banned in Refinery. Contractors

shall alternatively use hydraulically operated pick and carry cranes

with safety features namely rear mounted boom for clear vision to the

operator and provision of out riggers based on load lifting

requirements.

The scope of work shall be read as Hiring of 10/14 MT pick and carry

crane for any activity related to this contract.The charges shall

include the cost of diesel,operator and any tools tackles etc complete

including the mobilization/demobilization.

This rate will only be operated when BPCL pick and carry crane is not

available.

If the pick and carry crane is used for less than 4 hrs ,the quantity

will be considered as 0.5 i.e if crane is used for less than 4 hrs, the

rate considered will be half the quoted rate for 8 hrs shift ."

___________________________________________________________________________________________

2.960 89004382 PIPING FABnWELD NON IBR FLANGE WELDING C 880.000 IN 357.00 314,160.00

Rate per inch dia of flange joint for welding of all types of flanges

i.e. SORF/SWRF/WNRF etc. (carbon steel) of 150# /300#/ 600/900/1500 or

any other higher rating For all Heights.

"This rate also includes 900# flanges.

Also, this rate is applicable for SW (Socket Weld) of CS piping /

fittings / Flanges / Valves / steam traps etc."

___________________________________________________________________________________________

2.970 89001999 PIPING BR CON WTH RF NONIBR SS-TO SCH 80 5.000 IN 1,449.00 7,245.00

RATE PER INCH DIA OF WELDING BRANCH CONNECTION FOR BRANCH CONNECTIONS

FOR ALL HEIGHTS WITH REINFORCEMENT PAD - SS -NON IBR (UPTO SCH 80)

___________________________________________________________________________________________

PR NO : 14822379 Page 44 of 49 Printed On : 04.04.2018/15:31:15

Item Service No Short Text Quantity UOM Rate Amount

2.980 89002000 PIPING BR CON WTH RF NONIBR SS-ABV SCH80 5.000 IN 1,739.00 8,695.00

RATE PER INCH DIA OF WELDING BRANCH CONNECTION FOR BRANCH CONNECTIONS

FOR ALL HEIGHTS WITH REINFORCEMENT PAD - SS -NON IBR (ABOVE SCH 80)

___________________________________________________________________________________________

2.990 89001987 PIPING BR CON W/O RF NONIBR SS-TO SCH 80 5.000 IN 1,330.00 6,650.00

RATE PER INCH DIA OF WELDING BRANCH CONNECTION FOR BRANCH CONNECTIONS

FOR ALL HEIGHTS WITHOUT REINFORCEMENT PAD - SS -NON IBR (UPTO SCH 80)

___________________________________________________________________________________________

2.100 89001988 PIPING BR CON W/O RF NONIBR SS-ABV SCH80 5.000 IN 1,597.00 7,985.00

RATE PER INCH DIA OF WELDING BRANCH CONNECTION FOR BRANCH CONNECTIONS

FOR ALL HEIGHTS WITHOUT REINFORCEMENT PAD - SS -NON IBR (ABOVE SCH 80)

___________________________________________________________________________________________

2.101 89001995 PIPING BR CON WTH RF NONIBR AS TO SCH 80 9.000 IN 1,820.00 16,380.00

RATE PER INCH DIA OF WELDING BRANCH CONNECTION FOR BRANCH CONNECTIONS

FOR ALL HEIGHTS WITH REINFORCEMENT PAD - ALLOY STEEL-NON IBR (UPTO SCH

80)

"It also includes any preheating requirement as per Inspection

recommendation.

Stress Relieving of joints will be paid as per separate schedule of

rates and party should not include the rates for stress relieving in

this line item"

___________________________________________________________________________________________

2.102 89001996 PIPING BR CON WTH RF NONIBR AS-ABV SCH80 9.000 IN 2,184.00 19,656.00

RATE PER INCH DIA OF WELDING BRANCH CONNECTION FOR BRANCH CONNECTIONS

FOR ALL HEIGHTS WITH REINFORCEMENT PAD - ALLOY STEEL-NON IBR (ABOVE SCH

80)

"It also includes any preheating requirement as per Inspection

recommendation.

Stress Relieving of joints will be paid as per separate schedule of

rates and party should not include the rates for stress relieving in

this line item"

___________________________________________________________________________________________

2.103 89001983 PIPING BR CON W/O RF NONIBR AS TO SCH 80 9.000 IN 1,347.00 12,123.00

RATE PER INCH DIA OF WELDING BRANCH CONNECTION FOR BRANCH CONNECTIONS

FOR ALL HEIGHTS WITHOUT REINFORCEMENT PAD - ALLOY STEEL-NON IBR (UPTO

SCH 80)

"It also includes any preheating requirement as per Inspection

recommendation.

Stress Relieving of joints will be paid as per separate schedule of

rates and party should not include the rates for stress relieving in

this line item"

___________________________________________________________________________________________

2.104 89001984 PIPING BR CON W/O RF NONIBR AS-ABV SCH80 9.000 IN 1,615.00 14,535.00

RATE PER INCH DIA OF WELDING BRANCH CONNECTION FOR BRANCH CONNECTIONS

FOR ALL HEIGHTS WITHOUT REINFORCEMENT PAD - ALLOY STEEL-NON IBR (ABOVE

SCH 80)

PR NO : 14822379 Page 45 of 49 Printed On : 04.04.2018/15:31:15

Item Service No Short Text Quantity UOM Rate Amount

"It also includes any preheating requirement as per Inspection

recommendation.

Stress Relieving of joints will be paid as per separate schedule of

rates and party should not include the rates for stress relieving in

this line item"

___________________________________________________________________________________________

2.105 89004426 PIPING FABnWELD NON IBR WELD INCOLOYTHK> 11.000 IN 2,214.00 24,354.00

Rate per inch dia of weld joints for fabrication of INCOLOY NON IBR pipe

lines 1/2 In. dia to 60 In. dia including elbows; tees; reducers and

socket weld valves, fittings and flanges of 1/2 In. to 1 1/2 In. size

for all Heights. Thickness >10mm including associated pad welding on

newly fabricated lines,pipe fittings /tappings ,all types of flange of

all ratings, transportation of material, preheating (if reqd) cutting

,edge preparation (incl matching of different SCH of THK), fit up

,grinding, welding, offering and getting approval same from inspection.

This rate is inclusive of associated pad welding on newly fabricated

lines. It also includes any preheating requirement as per Inspection

recommendation.

___________________________________________________________________________________________

2.106 89004930 PIPING MISC SELF PR EPOXY MASTIC 3,080.000 IN 144.00 443,520.00

Self Priming Epoxy Mastic Paint

MANUAL CLEANING TO St2 OR POWER TOOL CLEANING TO St3 AS SURFACE

PREPARATION.

Self Priming Epoxy Mastic Paint

DFT 1 x 125 micron

Application by Brush

___________________________________________________________________________________________

2.107 89002123 INSULN MISC PAINTG-3 COATS ZN GR 880.000 M2 569.00 500,720.00

INSULATION

Rate per sq. mtr. for carrying out painting to achieve film thickness as

mentioned. Application of 3 coats of Zn dust Graphite paint to achieve

120 micrones film thickness.

"For old lines following method to be adopted

Scrapping

Zinc Dust Graphite Paint(Temperature Resistance:450 DegC ) - 2 x 40

micron = Total DFT (80 microns)"

___________________________________________________________________________________________

2.108 89002032 PIPING FAB/WLD/ERECN SUPPORT-AS 1.000 MT 43,600.00 43,600.00

RATE PER MT FOR FABRICATION, ERECTION AND PAINTING OF PIPING SUPPORTS OF

ALLOY STEEL AS PER THE INSTRUCTIONS OF THE ENGINEER IN CHARGE.

"Painting includes -

Cu-SLAG BLASTING TO Sa 2.5

Epoxy red oxide zinc phosphate primer - 1 x 60 micron"

___________________________________________________________________________________________

2.109 89002034 PIPING FAB/WLD/ERECN SUPPORT-SS 1.000 MT 47,688.00 47,688.00

RATE PER MT FOR FABRICATION, ERECTION AND PAINTING OF PIPING SUPPORTS OF

SS AS PER THE INSTRUCTIONS OF THE ENGINEER IN CHARGE.

PR NO : 14822379 Page 46 of 49 Printed On : 04.04.2018/15:31:15

Item Service No Short Text Quantity UOM Rate Amount

___________________________________________________________________________________________

2.110 89004427 MECH GEN REMVnREFIX REM FIX PUMP/MOTOR 5.000 MT 6,250.00 31,250.00

Removal of Pump / Motor from foundation / bed, shifting upto plant

battery limit using trolley/escort provided by BPCL. Necessary lifting

tools, chain pulley blocks to be provided by contractor.(Removal &

fixing )

___________________________________________________________________________________________

2.111 89004428 MECH GEN FILTER CLEANING 220.000 IN 273.00 60,060.00

Rate per Top cover flange size of Opening of filter flange, removal

&cleaning of elements as per requirement by Operations, fixing back the

element and boxup of Top flange.

___________________________________________________________________________________________

2.112 89002246 MECH GEN CLNG COMP/PUMPLINE 88.000 IN 128.00 11,264.00

CLEANING

CLEANING OF COMPRESSOR/PUMP(MULTISTAGE) LINES. RATE PER INCH MTR.OF

DISMANTLING, DEPLUGGING,CLEANING OF LINES CONNECTED TO SEAL SYSTEM

,LUBRICATION SYSTEM, JACKET COOLING WATER SYSTEM AND REFIXING WITH

PROPER GASKETS AND BOLTS.

___________________________________________________________________________________________

2.113 89002252 MECH GEN DISMTL/ERECT MIXER/MOTOR-TANK 3.000 EA 21,125.00 63,375.00

DIS/INSTALL OF MIXERS/MOTORS OF TANKS. This includes supply of all

required resources (manpower, tools / tackles, equipment etc.) for

carrying out the job and lifting / shifting of mixer/motor within

refinery as per instructions from BPCL site incharge.

This includes supply of all required resources (manpower, tools /

tackles, equipment) for carrying out the job and lifting / shifting of

motors within refinery as per instructions from BPCL site incharge.

___________________________________________________________________________________________

2.114 89001959 HEATER CLNG BURNER GUN 44.000 EA 1,499.00 65,956.00

Rate per burner for removal and cleaning of gas/oil/Naphtha Guns in

heaters including replacement of tips and barrel as directed by the

Engineer in charge.

This includes removing the heater burner gun / tube, cleaning it and

fitting back the gun / tube. In case of any repairs other than cleaning

are required to be carried out for the gun / tube, it shall be done by

BPCL before fitting the assembly back.

___________________________________________________________________________________________

2.115 89002258 MECH GEN FAB GRINDING-SURFACE 44.000 M2 169.00 7,436.00

JOB INVOLVES GRINDING THE SURFACE AS INSTRUCTED BY SITE INCHARGE. RATE

IN SQ MTR.

"Job involves spot grinding of all types of surfaces for insp. /

levelling / clearing interferences including provision of all necessary

equipment. This item / rate shall not be applicable for grinding for any

other job or surface preparation where grinding is a part of that job.

"

PR NO : 14822379 Page 47 of 49 Printed On : 04.04.2018/15:31:15

Item Service No Short Text Quantity UOM Rate Amount

___________________________________________________________________________________________

2.116 89002273 MECH GEN REMVnREFIX WIND SOCK-WTH STND 6.000 EA 1,908.00 11,448.00

WIND SOCKS FIXING WITH STAND

OF MATERIALS, REMOVAL OF OLD WIND SOCKS AND STAND, FIXING OF NEW WIND

SOCKS ALONG WITH STAND,GI WIRES/NYLON THREADS AS PER REQUIREMENT, FIXING

OF STAND AT ALL HEIGHTS and ELEVATIONS. WIND SOCK MATERIALS AND STANDS

SHALL BE ISSUED BY BPCL- FREE OF COST AT W/H

"Replacing wind sock at all locations (sock shall be provided by BPCL F

&S dept.) including dismantling and erecting back entire sock holding

assembly.

"

___________________________________________________________________________________________

2.117 89002166 VALVE HYDRO TEST UPTO 600# RTG 88.000 IN 318.00 27,984.00

To carry out hydrotest of valves of all types and sizes of pressure

rating up to and including 600#, to asses body leak/gland leak/passing

etc to the required pressure as directed by the Engineer in charge.

Hydrotesting valves all ratings (the same rate shall be applicable to

all valves upto 600# rating as well the valves above 600# rating) body

and seat inside plant area or any other area within refinery as

instructed by area incharge. One No. water source at available location

shall be given by BPCL and contractor to make necessary arrangements for

further distribution of water. In case of leak / failure during

hydrotest, necessary repairs / gland jobs shall be done by BPCL. Howe

vre, minor gland pulling etc. within limits specified by BPCL area

incharge shall be done by the contractor to attend the minor leaks, if

any within the same item rate. In case hydrotest is to be repeated by

the contractor after attending the repairs / gland jobs etc by BPCL or

other party lined up by BPCL, the repeatittion of hydrotest shall be

considered as new job and paid accordingly.

___________________________________________________________________________________________

2.118 89002167 VALVE HYDRO TEST ABV 600# RTG 110.000 IN 382.00 42,020.00

To carry out hydrotest of valves of all types and sizes of pressure

rating above 600#, to asses body leak/gland leak/passing etc to the

required pressure as directed by the Engineer in charge.

Hydrotesting valves all ratings (the same rate shall be applicable to

all valves upto 600# rating as well the valves above 600# rating) body

and seat inside plant area or any other area within refinery as

instructed by area incharge. One No. water source at available location

shall be given by BPCL and contractor to make necessary arrangements for

further distribution of water. In case of leak / failure during

hydrotest, necessary repairs / gland jobs shall be done by BPCL. Howe

vre, minor gland pulling etc. within limits specified by BPCL area

incharge shall be done by the contractor to attend the minor leaks, if

any within the same item rate. In case hydrotest is to be repeated by

the contractor after attending the repairs / gland jobs etc by BPCL or

other party lined up by BPCL, the repeatittion of hydrotest shall be

considered as new job and paid accordingly.

PR NO : 14822379 Page 48 of 49 Printed On : 04.04.2018/15:31:15

Item Service No Short Text Quantity UOM Rate Amount

___________________________________________________________________________________________

2.119 89002049 PIPING MISC COLD CUTTING 44.000 IN 75.00 3,300.00

Rate per inch dia. of pipe for cold cutting of pipes as per the

directions of the Engineer in charge.

___________________________________________________________________________________________

2.120 89002054 PIPING MISC SERVCE-ROLER-SUPORT 5.000 EA 89.00 445.00

SERVICEING OF ROLLERS OF SUPPORTS - RATE PER ROLLER FOR REMOVAL,

TRANSPORTATION AND SERVICING OF ROLLERS OF PIPE SUPPORTS AS PER THE

DIRECTIONS OF ENGINEER IN CHARGE.

___________________________________________________________________________________________

2.121 89004931 PIPING MISC ZINC ETHYL SILICATE 3,080.000 IN 84.00 258,720.00

Inorganic Zinc Ethyl Silicate Primer

DFT 1 x 65 Micron

Application:Air Spray/Airless

___________________________________________________________________________________________

2.122 89002301 MECH GEN TEST HYDROTEST-M3 44.000 M3 682.00 30,008.00

JOB INVOLVES CARRYING OUT HYDROTEST OF EQUIPMENTS SUCH AS VESSELS ETC

AT THE SPECIFIED PRESSURE INCLUDING ARRANGING HYDRO TESTING PUMPS AND

ACCESSORIES, ATTENDING LEAKY FLANGE JOINTS, VALVE GLAND PACKING ETC,

OFFERING THE SAME FOR INSPECTION AND CLEARING THE SAME, AS PER THE

DIRECTIONS OF THE ENGINEER IN CHARGE, INCLUSIVE OF DEPRESSURISNG.

___________________________________________________________________________________________

2.123 89004421 PIPING MISC SCRAP /PAINT ZN PH 440.000 IN 59.00 25,960.00

Rate per inch meter for Scrapping and Application of primer Epoxy red

oxide zinc phosphate primer - 1 x 60 micron on pipelines.

___________________________________________________________________________________________

2.124 89002242 MECH GEN CLNG GT FILTERS 1.000 LS 17,225.00 17,225.00

CLEANING

LUMPSUM RATE FOR REMOVAL/CLEANING/REPLACEMENT OF AIR INLET FILTERS OF

GT. THE SCOPE ALSO INCLUDES SHIFTING TO APPROPRIATE LOCATION FOR

CLEANING/TRANSPORTATION OF NEW FILTERS FROM ISSUE POINT TO SITE IF NEW

FILTERS ARE TO BE PUT AND FIXING BACK OF FILTERS AS PER SCOPE OF

WORK.DISPOSAL OF SCRAP FILTERS/SCRAP TO THE DESIGNATED LOCATION IS ALSO

INCLUDED IN THE SCOPE.

___________________________________________________________________________________________

2.125 89002318 MECH GEN CAD BRD BLAT-WO CMP 7,062.000 IN 23.00 162,426.00

RATE IN INCH METRE FOR SUPPLY OF CARD BOARD MATERIALS AS PER

REQUIREMENT AND CLEANING AND REMOVAL OF MOISTURE BY CARD BOARD BLASTING

METHOD. THE JOB INCLUDES PROVIDING AIR CONNECTIONS TO THE SPECIFIED

LINE AND PROVIDE CARD BOARDS AT FLANGED PORTIONS WHERE MOISTURE IS TO BE

REMOVED. BPCL SCOPE : COMPRESSOR/NITROGEN

___________________________________________________________________________________________

PR Header Note :

SOR FOR PIPING JOBS IN REFINERY INCLUDING VENDOR SCAFFOLDING. (VALIDITY

= 2 YRS)

PR NO : 14822379 Page 49 of 49 Printed On : 04.04.2018/15:31:15

Item Service No Short Text Quantity UOM Rate Amount

SECTION-8

FORM A – FORMAT FOR TAXES AND DUTIES

FORM-A

A NAME OF WORK : TENDER FOR SCHEDULE OF RATE (SOR) FOR MECHANICAL

AND PIPING WORKS IN BPCL MUMBAI REFINERY

B E-tender CRFQ 1000303440, E-tender System ID : 37559

C NAME OF BIDDER :

D SAC Code

E CGST Rate (Percentage

of total quoted price)

F SGST Rate (Percentage

of total quoted price)

G IGST Rate (Percentage

of total quoted price)

H UTGST Rate (Percentage

of total quoted price)

I INVOICING LOCATION

_____________

SIGNATURE

NAME & ADDRESS

Note:

1. Filling up and submission of this form is mandatory for Indian Bidders.

2. A copy of GST registration certificate to be provided along with this form, for

Indian Bidders.

SECTION 9

FORM-B – ACCEPTANCE - DEVIATION FORM

FORM B

FORMAT FOR ACCEPTANCE AND DEVIATION

A NAME OF WORK : TENDER FOR SCHEDULE OF RATE (SOR) FOR MECHANICAL AND

PIPING WORKS IN BPCL MUMBAI REFINERY

B E-tender

CRFQ 1000303440, E-tender System ID : 37559

C NAME OF BIDDER :

TABLE – 1

Sl.

No. DOCUMENT

ACCEPTED

WITHOUT ANY

DEVIATIONS WITH DEVIATIONS

1 SCOPE OF WORK

2 GENERAL CONDITIONS OF CONTRACT

3 SPECIAL CONDITIONS OF CONTRACT

Note:- Bidders are required to confirm acceptance of all terms and conditions mentioned

in the tender document. Duly filled in, Signed, stamped and scanned copies of Tender,

special Conditions of Contract (SCC)/ Special Purchase conditions, special instructions to

bidders, scope of work, specification, Scalable requirements, Agreed Terms & Conditions

, unpriced part of price schedule are to be uploaded in the web. The format given above in

Table 1 is to be filled for all other documents. Any deviations, taken may be stipulated in

the format given in Table 2 (below).

TABLE – 2

DEVIATIONS

Sl.

No.

Bid Document

Reference Subject Deviation

Page Clause

1

2

3

I/We confirm that I/ we have studied all the Terms and Conditions of the RFQ/ tender

document and confirm our acceptance of the same except for the clauses mentioned above

in this deviation form.

In case our offer is successful, we will submit hard copies of all documents duly signed

and stamped on all pages.

___________________________

SIGNATURE WITH NAME & ADDRESS, SEAL AND DATE.

Note:

1. Filling up and submission of this form is mandatory.

2. If a document is accepted without any deviation, the vendor is required to put a

tick mark in the respective column against the document. If there are deviations,

the vendor is required to put a tick mark in the respective column against the

document and indicate the deviation(s) in the format given for indicating the

same.

3. Successful bidder is required to submit hard copies of all documents duly signed

and stamped on all pages.

SECTION-10

E-BIDDING INSTRUCTIONS

INSTRUCTIONS TO BIDDERS ON E-TENDERING

1.0 GUIDELINE FOR E-PROCUREMENT SYSTEM:

Bharat Petroleum Corporation Ltd. has gone for online submission of bid through e-procurement

system on https://bpcleproc.in. Bidders are advised to read the Instructions for participating in

the electronic tenders directly through internet (Bid Submission Manuals are available on the

above mentioned e-procurement site).

To participate on tenders hosted by BPCL on e-procurement site, bidders are required to have a

digital certificate and do “Enrollment” (Register on site) by creating one User Id on the above site.

Bidders shall make their own arrangement for e-bidding. The Un-priced Technical Bids along with

all the copies of documents should be submitted in e-form only through BPCL e-Procurement

system. Before the bid is uploaded, the bid comprising of all attached documents should be

digitally signed using digital signatures issued by an acceptable Certifying Authority (CA) in

accordance with the Indian IT Act 2000. If any modifications are required to be made to a

document after attaching digital signatures, the digital signature shall again be attached to the

modified documents before uploading the same.

Late and delayed Bids / Offers after due date / time shall not be permitted in E-procurement

system. However if bidder intends to change the bid already entered may change / revise the

same on or before the last date and time of submission deadline. No bid can be submitted after

the last date and time of submission has reached. The system time (IST) that will be displayed on

e-Procurement web page shall be the time and no other time shall be taken into cognizance.

Bidders are advised in their own interest to ensure that bids are uploaded in e-Procurement

system well before the closing date and time of bid. No bid can be modified after the dead line

for submission of bids.

BPCL shall not be responsible in any way for failure on the part of the bidder to follow the

instructions. Further BPCL in any case will not be responsible for inability of the bidder in

participating in the event due to ignorance, failure in Internet connectivity or any other reason. It

is advised that the bidder uploads small sized documents preferably (up to 5 MB) at a time to

facilitate in easy uploading into e-Procurement site. BPCL does not take any responsibility in case

of failure of the bidder to upload the documents within specified time of tender submission.

Bidders are required to Login with their User ID & Password (along with Digital Certificate) on e-

tendering site (https://bpcleproc.in), then click on “Dashboard”, click on “Action” button against

required Tender, If the required tender number/ details are not available in the first displayed

page, then they can click on “more” button, for proceeding to next page(s). They will get

“Download files” as well as “Tender Common Forms” on the same page. For participating in

tender and for download Tender Documents, click on “Participate”. In the same menu, one can

upload the scanned, signed stamped documents in “Edit Bid Common Forms”.

For downloading Java, please click on “Download JRE 6” on login page or more details about

Bidding steps. Also, “New User Instruction Manual” from log in page can be referred.

Bidders are required to save / store their bid documents for each item into their computers before

submitting their bid into e-tender.

2.0 CONTACT PERSONS:-

FOR E-TENDERING RELATED ISSUES:

If tenderers need some clarifications or are experiencing difficulties while enrolling or while

participating in this e-Tender, please E-Mail to the following E-Mail ID along with the snapshots

of the errors being faced to:

Email - [email protected]

(OR) Contact the following helpdesk numbers: All India +91 79 4027 0573.

*****************************

SECTION-11

FORMAT FOR BIDDER’S INFORMATION

FORMAT FOR BIDDER’S INFORMATION

Name of the Bidder

Address

Type of Organisation:

Government Dept. / Public Sector Undertaking / Public

Limited Company / Private Limited Company /

Partnership / Propreitorship / Others (Pl. specify)

Location of Registered Office , in the case of Company

Place and Year of the Incorporation

Person Authorized to sign the bid document

Phone, e-mail

Does bidder has permanent establishment in India. If

yes, please provide the address.

Indian PAN No. (if available)

In case of Foreign ,Tax Residency CERTIFICATE

GST Registration number

Whether the bidder falls under the category of Micro &

Small Enterprises (MSE) as per the MSME Policy of Govt.

of India. If YES, whether proof for the same enclosed

with the bid?

Indicate relationship with any of our Directors.

SIGNATURE OF BIDDER :

STAMP OF THE BIDDER :

SECTION 12

VENDOR ADVISORY – ENVIRONMENTAL

(ATTACHED)

SECTION 13

QEHS POLICY

(ATTACHED)

SECTION 14

POLICY OF HOLIDAY LISTING FOR VENDORS IN BPCL

(ATTACHED)