Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to...

148
CRFQ 1000292029 E-Tender System ID – 31011 CPO REFINERIES TENDER FOR IMPLEMENTATION OF ASSET INTEGRITY MANAGEMENT SYSTEM (AIMS) AT BPCL GROUP REFINERIES REQUEST FOR QUOTATION CRFQ Number – 1000292029 E-Tender System IDs : 31011 Tender Calendar Details Stage Name Start Date End date and Time Tender release 08.11.2017 08.12.2017, 11:00 Hrs IST Pre-bid meeting 21.11.2017, 10:00 Hrs IST. PQ bid opening 08.12.2017, 11:30 Hrs IST - Technical bid opening Will be intimated later - Priced Bid Opening Will be intimated later -

Transcript of Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to...

Page 1: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

CRFQ 1000292029 E-Tender System ID – 31011

CPO REFINERIES

TENDER FOR

IMPLEMENTATION OF

ASSET INTEGRITY MANAGEMENT SYSTEM (AIMS)

AT BPCL GROUP REFINERIES

REQUEST FOR QUOTATION

CRFQ Number – 1000292029

E-Tender System IDs : 31011

Tender Calendar Details

Stage Name Start Date End date and

Time

Tender release 08.11.2017 08.12.2017,

11:00 Hrs IST

Pre-bid meeting

21.11.2017, 10:00 Hrs IST.

PQ bid opening 08.12.2017, 11:30 Hrs IST

-

Technical bid opening Will be intimated later -

Priced Bid Opening Will be intimated later -

Page 2: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

CRFQ 1000292029 E-Tender System ID – 31011

NOTICE INVITING E-TENDER

IMPLEMENTATION OF ASSET INTEGRITY MANAGEMENT SYSTEM

(AIMS) AT BPCL GROUP REFINERIES

1.0 INTRODUCTION:

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

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

inception in 1956.

Bharat Petroleum Corporation Limited (BPCL) has been using Asset Integrity

Management System (AIMS) through Meridium APM since 2009 at Kochi

Refinery (KR) and Mumbai Refinery (MR). This installation at Kochi and Mumbai

refineries includes processes for Mechanical integrity comprising of modules Risk

Based Inspection (RBI), Inspection Management (IM), Thickness Monitoring (TM)

and Asset Strategy comprising of Reliability Centered Maintenance (RCM), Failure

Modes and Effect Analysis (FMEA), Asset Strategy management (ASM) and Asset

Strategy Implementation (ASI). Additionally Reliability Analytics (RA) is

implemented in Kochi Refinery.

Meridium APM is also interfaced with SAP PM Module to exchange master data

and transactional data in the form of work history. The current, 3.4.2 HF2, of

Meridium APM is supplied by M/s Meridium, Inc, USA and over the last five years

the solution is customized and extended to many process units. During these

periods, Meridium has enhanced their product with additional functionalities,

features and incorporated work process approach in attaining the objectives of Asset

Performance Management (APM). This has tremendous potential in achieving a

robust reliability driven approach and with lot of emphasis in the analysis,

monitoring and score cards.

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

BPCL Group Refineries now intends to upgrade and implement new solutions of

Meridium APM software version V4.2.0.8 or latest version at BPCL (MR & KR),

BORL and NRL.

2.0 E-TENDER:

E-Bids in 3 parts are invited for the tender for ‘IMPLEMENTATION OF ASSET

INTEGRITY MANAGEMENT SYSTEM (AIMS) AT BPCL GROUP

REFINERIES’ in complete accordance with tender documents and its attachments.

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

platform https://bpcleproc.in/ maintained by M/s. E-procurement Technologies Ltd,

our authorized Service Provider for E-tendering.

Page 3: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

CRFQ 1000292029 E-Tender System ID – 31011

Upon logging in to the e-procurement website, bidders can download the bid

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

the bid, shall be uploaded on the appropriate place in the E-Procurement web site,

digitally signed. No physical scanned documents need to be uploaded except those

specifically indicated.

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

obtain a valid Digital Signature Certificate of Class 2B or Class 3 (Signing and

Encryption/Decryption) and above as per Indian IT Act from the licensed

Certifying Authorities operating under the Root Certifying Authority of India

(RCIA), Controller of Certifying Authorities (CCA). The cost of obtaining the

digital certificate shall be borne by the bidder.

Bidders are advised to read the Instructions for participating in the electronic tenders

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

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

submission of the tenders well in time so as to submit tenders by the due date.

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

reference and guidance.

3.0 PRE-BID MEETING:

3.1 Pre-bid meeting is scheduled on 21st November 2017, 10:00 AM at BPCL Mumbai

Refinery. All interested bidders are requested to reach the site before 10:00 AM.

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

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

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

Engineer-in-charge in order to have fruitful discussions during the meeting. All

Bidders are requested to acquaint themselves about the site and tender conditions for

better clarity, before submitting their bids. Necessary clarifications (if any), may be

obtained prior to submission of the bid.

3.2 Contact Persons:

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

Tel No. 022 – 2553 3249. E mail: [email protected]

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

Tel No. 022 – 25533245. E mail: [email protected]

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.

Page 4: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

CRFQ 1000292029 E-Tender System ID – 31011

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

Sr

No

Tender

Page No

Clause

No

Clause Clause details Query

4.0 PRE-QUALIFICATION CRITERIA:

4.1 Bidders, fulfilling all the technical & commercial qualifying criteria as per the pre-

qualification document attached, shall only be considered for further evaluation of

bids.

5.0 EARNEST MONEY DEPOSIT (EMD) :

5.1. The interest-free Earnest Money Deposit (EMD) of Rs 1.00,000/- (Rupees One

Lakh Only) to be submitted by way of crossed account payee Demand Draft drawn

on any nationalized / scheduled bank in favour of "BHARAT PETROLEUM

CORPORATION LTD" payable at Mumbai. The EMD shall be arranged prior to

the due date & time of opening of the "Pre-qualification Bid".

The following categories of bidders are however exempted from depositing

EMD:

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

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

registered with authorities specified under Public Procurement Policy for

MSEs and as defined under the MSMED Act 2006. Vendor shall submit the

EMI and EMII certificate from DIC along with their offer.

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

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

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

Procurement Policy for MSE’s. (DIC/KVIC/KVIB/Coir

Board/NSIC/Directorate of Handicrafts and Handloom or any other body

specified by Ministry of MSME.)

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

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

value of items ordered.

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

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

in support.

f) Registration with DGS&D will not entitle a Tenderer to claim above

exemption.

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

subject to:

Page 5: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

CRFQ 1000292029 E-Tender System ID – 31011

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

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

registration as NSIC / MSE or for renewal will not be acceptable), failing

which such bid will be treated as bid received without EMD and liable to be

rejected.

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

given all benefits available under Public Procurement Policy for MSEs order

2012. Therefore, UAM shall also be accepted as a valid document for vendors

seeking benefits under PPP for MSEs order 2012

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

payment of EMD.

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

Demand Draft (DD) / Banker’s Cheque drawn in favour of Bharat Petroleum

Corporation Limited and payable at Mumbai, or by electronic funds transfer or bank

guarantee.

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

of Rs. 500/- value and in the prescribed Performa given in the Tender Document.

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

Reserve Bank of India as per the proforma. The BG shall remain valid for a period

of six months from the due date of opening the tender.

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

sent separately to CPO (Head), CPO-Refineries, BPCL. Copy the DD/ Banker's

cheque/ BG as the case may be, along with proof of dispatch to be uploaded along

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

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

detailed below;

Details of Bank for Electronic Fund Transfer:

Beneficiary-Bharat Petroleum Corporation Limited

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

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

Account-11(Current), Account No:22205020115.

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

FOA/LOA/contract Order against this tender. However, in case of successful bidder

the EMD shall be released on receipt of performance bank guarantee.

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

to alter/ amend or withdraw the bid, not withstanding that the bid(s) has/ have not

yet been opened/ finalized. A tenderer who purports to alter/ modify withdraw their

Page 6: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

CRFQ 1000292029 E-Tender System ID – 31011

offer after submission, within the validity of the offer shall be liable to have their

offer rejected and their EMD forfeited/encashed.

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

successful tenderer fails to honour the offer terms prior to ordering and Contractual

terms after issuance of FOA/LOA/contract Order.

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

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

qualification Bid” opening date (as indicated in the NIT or corrigendum thereof) are

liable to be rejected.

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

compliance with the terms provided in General Conditions of Contract (GCC) for

the same. EMD format provided in GCC shall be complied.

5.12 Additional instructions for Foreign Bidders

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

1. EMD amount (net) in USD / EURO shall be USD 1600 OR EURO 1500.

2. EMD shall be paid by BG or wire transfer.

3. In case of BG, the validity of BG shall be 90 days beyond the validity of the

offer for claim.

4. Bank Guarantee from foreign bank is acceptable only if the same is

countersigned by their Indian branches (provided the Indian branch of the

foreign bank is recognized Scheduled Bank by Reserve Bank of India) or

any Indian Scheduled Bank.

5. SWIFT Details are mentioned below;

a. For USD Account

Beneficiary

Name Bharat Petroleum Corporation Limited

Bank

Name Standard Chartered Bank

Branch

Address 90, M G Road, Fort, Mumbai-1

USD

Account no 22205032520

Swift Code SCBLINBBXXX

BSR Code 6470036

Page 7: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

CRFQ 1000292029 E-Tender System ID – 31011

b. For Euro Account

Beneficiary

Name Bharat Petroleum Corporation Limited

Bank

Name STATE BANK OF INDIA

Branch

Address

CORPORATE ACCOUNTS GROUP BRANCH, VOLTAS HOUSE, 23, J N HEREDIA MARG, BALLARD ESTATE MUMBAI - 400001, INDIA

EURO

Account no 00000011083986979

Swift Code SBININBB162

CURRENCY OF QUOTE

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

2. Currency once quoted shall not be allowed to change.

3. Foreign bidder to indicate the currency in UNPRICED BID as well as PRICE BID

and ensure that they quote the same currency in UNPRICE BID as well as PRICED

BID.

4. No discrepancy or ambiguity in quoted currency shall be allowed.

In case of any discrepancy or ambiguity in quoted currency, BPCL reserves the right

to discard the offer and not consider the offer for further evaluation.

6.0 OFFER VALIDITY:

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

Tender Due Date for placement of order.

7.0 TIME OF COMPLETION:

As detailed in the Scope of Work.

8.0 GENERAL PURCHASE CONDITIONS (GPC) / SPECIAL PURCHASE

CONDITIONS (SPC):

Attached GPC / SPC shall be applicable for this contract.

Page 8: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

CRFQ 1000292029 E-Tender System ID – 31011

9.0 SUBMISSION OF TENDER:

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

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

tendering portal.

9.2 "Pre-Qualification Bid" shall be complete with all the required documents

uploaded as given below.

(i) All required documents as per PQ criteria

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

Exemption Certificate (if any).

(iii) Declaration of Holiday Listing to be submitted properly filled.

(iv) Bidder Information duly filled, signed and stamped.

(v) Scanned copy of Bidder’s PAN, GST Tax Registration Certificate

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

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

(viii) For foreign bidders, Tax residency certificate.

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

complete with all technical and commercial details (other than price) duly

filled, signed and stamped essentially containing the following documents

shall be submitted/ uploaded:-

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

ii) Details of taxes and duties as per the format attached.

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

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

confirm and accept all the terms and conditions of the tender. However, if

they still have deviations to our tender, they can indicate deviations in the

‘Technical Deviation Form’ / ‘Commercial Deviation Form’, as the case

maybe, giving reference to clause no.

iv) Duly signed and stamped tender document as a token of acceptance.

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

Bid.

9.4 "Priced Bid" shall be submitted online. Bidders shall input their prices online

in the template created in the E Tendering portal.

Indian Bidders shall submit Price Forms for Local Supply, Installation and

Commissioning Charges and AMC Charges.

Non-Indian Bidders (Foreign Bidders) shall submit Price Forms for Import

Supply, Installation and Commissioning Charges and AMC Charges.

9.5 Bids complete in all respects should be uploaded in BPCL e-tendering portal

on or before the due date & time. Each page of all documents, submitted by

the bidder, shall be duly signed & stamped, and then scanned and uploaded in

Page 9: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

CRFQ 1000292029 E-Tender System ID – 31011

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

signature of the bidder.

9.6 Offer submitted by Telex/ Telegraphic/ Fax/ E-Mail or Hard copy in sealed

covers, shall not be accepted.

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

10.0 TENDER OPENING:-

The deadline for bid submission is 11:00 Hrs on the due date mentioned. The

bids can be submitted in the e-procurement website upto the tender due date

and time. The Pre-qualification bids will be opened online through e-

procurement website https://bpcleproc.in, on the same day at 11.30 Hrs.

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

date mentioned at 11.30 Hrs. Bidders, who have submitted their bids, can

view/ witness the "Pre-qualification Bid" opening through the e-portal. The

offers of those bidder(s) whose offer meet the Prequalification requirements,

will only be considered for further evaluation, while those not meeting the

Pre-qualification criterion, will be not be considered for further evaluation.

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

Commercial Bid) of those bidder(s), whose offers for "Pre-qualification Bid"

are found to be acceptable, will only be opened under advance intimation to

them. Such Qualified Bidders can view/ witness the "Un-priced Technical

Bid" opening through the e-portal.

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

separately to the techno-commercially acceptable bidders and the price bids

shall be opened through e-portal. Such Techno-Commercially accepted

bidders can view/ witness the "Price Bids" opening through the e-portal.

11.0 METHODOLOGY FOR EVALUATION :

Price evaluation will be done overall landed cost basis as per the special conditions

of the contract provided.

Quoted prices in foreign currency shall be considered for evaluation. Exchange rate

as per SBI TT Selling rate on the previous working day to the day of opening of the

price bid shall be considered for conversion of the offer to INR for comparison and

evaluation of the quotes.

Page 10: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

CRFQ 1000292029 E-Tender System ID – 31011

12.0 CONTACT PERSONS:

Please note that tender against tender enquiry is invited through e-tendering mode.

In case of any clarification regarding the tender, following are the contact persons:-

12.1 FOR E-TENDERING RELATED ISSUES:

If tenderers need some clarifications or are experiencing difficulties while enrolling

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

along with the snapshots of the errors being faced to:

M/s E-procurement Technologies Ltd,

E Mail - [email protected] / [email protected] & with a copy to:

[email protected]

(OR)

Contact the following helpdesk numbers:

Mr. Ajay Nandangi : Mobile 91 8433615195

All India +91 79 4027 0573

12.2 FOR TECHNICAL CLARIFICATIONS:

For any technical clarifications regarding this RFQ, please contact:

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

Tel No. 022 – 2553 3249. E mail: [email protected]

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

Tel No. 022 – 25533245. E mail: [email protected]

12.3 FOR COMMERCIAL CLARIFICATIONS:

For any commercial clarifications regarding this RFQ, please contact:

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

Tel no. 022 - 25533010. Email: [email protected]

(OR)

Procurement Leader - Shri. A.R.Menon, BPCL - Mumbai Refinery, Mahul,

Mumbai,

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

13.0 INTEGRITY PACT (IP):

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

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

Page 11: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

CRFQ 1000292029 E-Tender System ID – 31011

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

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

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

evaluation.

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

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

demand and recover from Bidder Liquidated Damages amount by forfeiting the

EMD/ Bid Security as per provisions of IP.

13.3 If the contract has been terminated according to the provisions of the IP, or if BPCL

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

be entitled to demand and recover from Contractor Liquidated Damages amount by

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

IP.

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

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

IEM's name, address & contact number is given below:

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

ADDRESS ADDRESS

GFQ, Ist Floor, B. Block, Summit

Apts. Mettupalayam Road,

Coimbatore - 641 043

No.9MCHS (IAS Officers Colony),

16th Main, 5

th C Cross, BTM 2

nd

stage, Bangalore – 560 076

[email protected] [email protected]

Mob. 09500998610 Mob. 09740069318

14.0 PURCHASE PREFERENCE POLICY LINKED WITH LOCAL CONTENT:

"MOP&NG has notified the purchase preference (linked with local content) for the

procurement of goods and services under Oil & Gas Projects in India. Under this

Policy, the bidders are allowed to avail the purchase preference linked with attaining

the stipulated Local content.

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

15.0 GENERAL POINTS:

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

part or full, without assigning any reason whatsoever. BPCL also reserves its right

not to accept the lowest rates quoted by the bidders and also to give purchase/price

preference to eligible Enterprises, as admissible under the existing policies of

Government of India and to JVs/ Subsidiaries as per BPCL guidelines.

Page 12: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

CRFQ 1000292029 E-Tender System ID – 31011

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

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

case be responsible or liable for these costs regardless of the conduct or outcome of

the bidding process. Each Bidder accept and agrees, as a condition of submitting its

Bid that it waives any and all claims against BPCL, its Co-ventures and their

affiliates, for remuneration or restitution relating to its costs and expenses in.

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

carefully all instructions, conditions, forms and terms given in the Bidding

Documents. Failure to furnish all information required by the Bidding Document or

not responsive to the requirements of the Bidding Document will be at the Bidder’s

risk, and may result in rejection of the bid.

Amendment of Bidding document

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

clarification requested by prospective bidders, issue amendment in the form of

addendum during the bidding period or subsequent to receiving the bids. Any

addendum thus issued shall become part of bidding document and Bidder shall

submit `Original' addendum duly signed and stamped in token of his acceptance. If

addendum is issued during the bidding period, Bidder shall consider the impact in

his bid. If addendum is issued subsequent to receiving the bids, Bidder shall follow

the instructions issued along with addendum with regard to submission of impact on

quoted price/ revised price, if any.

15.4 OWNER’S RIGHTS TO ACCEPT / REJECT ANY OR ALL BIDS: BPCL reserves

the right to reject any or all the tenders without assigning any reasons whatsoever.

Also BPCL reserves the absolute right to reject any or all the bids/tenders solely

based upon the past unsatisfactory performance by the bidder/bidders in BPCL, the

opinion/ decision of BPCL regarding the same being final and conclusive.

15.5 LANGUAGE OF BIDS: The bid prepared by the Bidder and all correspondence and

documents relating to the bid, exchanged by the Bidder and BPCL, shall be written

in the English language. All information in the “Bid” shall be in English language.

Information in any other language shall be accompanied with its translation in

English. Failure to comply with this condition shall disqualify a “BID”. In the event

of any contradictions between meanings as derived from various languages of the

“BID”, the meaning as derived from English language copy of the “BID” shall

govern.

15.6 CONFIDENTIALITY OF BID DOCUMENT: The bidder shall not disclose any

information contained in the bid document or otherwise supplied in connection with

this bid to any third party, except for the purpose of preparing its bid and shall

require any such third party to treat such information as confidential.

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

relating to the examination, clarification, evaluation and comparison of bids and

recommendations concerning to award of contract shall not be disclosed to Bidders.

Canvassing in any form by the Bidder or by any other Agency on behalf of the

Page 13: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

CRFQ 1000292029 E-Tender System ID – 31011

Bidder after submission of the Bid may disqualify the said Bid. Any effort by a

Bidder to influence the owner in the process of examination, clarification,

evaluation and comparison of Bids, and in decisions concerning award of contract,

may also result in the rejection of the said Bid.

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

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

right to reject such Bids without any reference to the Bidder.

15.9 VENDOR HOLIDAY LISTING : Vendors serving holiday listing order issued by

BPCL, MOP&NG or any other Oil PSEs would not get qualified in the tenders

floated in BPCL till the holiday listing order is revoked by the concerned authority

and the proof of such revocation is submitted to the tendering department.

A declaration to be submitted by bidder indicating that they are not on holiday list

by BPCL / MOP&NG or any other Oil PSEs as on due date of bid submission

anywhere in the country. Offers not accompanied with such declaration shall make

the bidders liable for rejection. Any wrong declaration in this context shall make the

bidders liable for action under the Holiday Listing procedure.

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

of Bids, the Owner may at his discretion, ask Bidders individually for clarification

or call them for discussion of their Bid.

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

for furnishing clarifications. Clarifications received after the specified cutoff dates

are liable not to be considered for evaluation. Technical Query (TQ)/Commercial

Query (CQ) shall be issued to bidders through E-Mail/E Tendering platform. Reply

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

15.11 SIGNING OF BID: The Bid must contain the name, designation, residence and

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

and sealed by the Bidder with his usual signature. The names of all persons signing

should also be typed or printed below their signature.

Satisfactory evidence of authority of the person signing on behalf of the Bidder shall

be furnished with the Bid. The Bidder’s name stated in the Bid shall be the EXACT

LEGAL NAME OF FIRM / COMPANY / CORPORATION, etc. as registered or

incorporated.

15.12 FIRM PRICES : The Contract Price shall remain firm and fixed till the completion

of Work in all respects and no escalation in prices on any account shall be

admissible to the BIDDER / CONTRACTOR.

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

Page 14: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

CRFQ 1000292029 E-Tender System ID – 31011

SECTION 2

ATTACHMENTS TO THE TENDER FOR

IMPLEMENTATION OF ASSET INTEGRITY MANAGEMENT SYSTEM

(AIMS) AT BPCL GROUP REFINERIES

Section

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 TERMS AND CONDITIONS OF

CONTRACT AND SPECIAL CONDITIONS OF CONTRACT.

7 UNPRICED BID FORMAT

8 FORM A - FORMAT FOR TAXES AND DUTIES

9 FORM B – ACCEPTANCE -DEVIATION FORM

10 E-BIDDING INSTRUCTIONS

11 FORMAT FOR BIDDER’S INFORMATION

12 PURCHASE PREFERENCE POLICY LINKED WITH LOCAL CONTENT

13 VENDOR ADVISORY – ENVIRONMENTAL

14 QEHS POLICY

15

POLICY OF HOLIDAY LISTING OF VENDORS IN BPCL

Page 15: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

CRFQ 1000292029 E-Tender System ID – 31011

SECTION-3

PRE-QUALIFICATION CRITERIA

Page 16: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

CRFQ 1000292029 E-Tender System ID – 31011

PRE-QUALIFICATION CRITERIA

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

minimum pre-qualification criteria – technical and commercial and only such bidders shall

be pre-qualified for further evaluation.

1.1 TECHNICAL CRITERIA

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

Oil & Gas India Pvt. Ltd. for Meridium APM solution. Bidder who submits the

Manufacturers Authorization Form (MAF) or letter stating bidder is authorized

implementation partner from M/s. GE Oil & Gas for Meridium APM software

shall be considered as authorized implementation partner.

1.1.2 Bidder, during past 7 (seven) years, to be counted prior to bid due date, should

have upgraded Meridium APM software version 3.4 to 3.6 or higher version OR

implemented Meridium version 3.6 or higher, at least at one site in Petroleum

Refining or Petrochemical industry. For this, bidder should submit the

documentary evidence in the form of the following.

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

client specifying the details of software, work carried out including version of

upgrade or implementation.

1.1.3 Bidder should have an established support center in India to carry out

implementation work and support post implementation and stabilization period.

Bidder has to submit the list of support centers available in India. If bidder does

not have the support center in India, bidder has to ensure that the support center is

established in India within three months after purchase order is placed. In the

event of failure to comply with this requirement by the bidder, then, BPCL shall

have the right to cancel the purchase order. The bidder shall reply confirming this

clause giving the required details.

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

PSEs and shall submit the declaration for the same (Annexure I).

1.2 FINANCIAL CRITERIA

1.2.1 Annual Turnover

Bidder must have average annual financial turnover of at least Rs. 690 lakhs

during the immediate preceding three financial years ending 31st March 2017.

Page 17: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

CRFQ 1000292029 E-Tender System ID – 31011

1.2.2 Networth

Financial net worth of the bidder for financial year ending on 31st March 2017

shall be positive.

Note to the Bidders:

a) Bidder should provide Copies of agreement, Purchase Orders and agreements for

post sales service, client references to prove the technical Pre-qualification criteria

specified above. Bidder shall submit all relevant documents of their proven track

records and satisfactory performance by giving detailed reference (e-mail address/

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

from any or all end user(s) about bidder’s performance at their location.

b) Bidder should ensure submission of complete information/ documentation in the

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

furnished without seeking any subsequent additional information.

c) Exchange rate for foreign currency conversion to Indian rupees shall be considered

as per the TT selling rate published by The State Bank of India on the previous day

of opening of the Pre-Qualification bid for PQ criteria evaluation.

Documents to be submitted:

a) Company profile indicating organization structure of bidding entity.

b) Audited Profit and Loss statement and Balance sheet for the immediately preceding

three financial years. Further, for bidders who have not finalized their books of

account for the financial year ending on 31st March 2017, evaluation of these

criteria would be done based on immediately preceding three financial year(s)

ending 31st March 2016.

c) Vendor / Bidder to submit Purchase Order copies along with job completion

certificates and executed order value for the qualifying works.

d) Health, Safety and Environment Management (HSE) Policy.

e) Declaration of holiday listing.

f) Submission of details of specific experience as called for in the Pre-Qualification

Criteria (Annexure-II).

Page 18: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

CRFQ 1000292029 E-Tender System ID – 31011

ANNEXURE - I

PROFORMA OF DECLARATION OF HOLIDAY LISTING

In the case of a Proprietary Concern:

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

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

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

been placed on holiday list declared by Bharat Petroleum Corporation

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

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

In the case of a Partnership Firm

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

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

either in his individual capacity or as proprietor of any firm or concern have or has been

placed on holiday list declared by Bharat Petroleum Corporation Limited/MOP&NG/any

other Oil PSEs, except as indicated below:

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

In the case of Company

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

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

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

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

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

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

Place: ____________ Signature of the Bidder______________

Date: ____________ Name of the Signatory_______________

Page 19: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

CRFQ 1000292029 E-Tender System ID – 31011

Annexure II

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

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

BPCL has concern or apprehensions regarding the authenticity/correctness of any

document, BPCL reserve the right to get the documents cross-verified from the document

issuing authority.

All documents furnished by the Bidder in support of meeting the BQC including the

documents against MSE, if any, shall be signed and stamped by the bid signatory and shall

be:

EITHER

“duly certified by Statutory Auditor of the bidder or a practicing Chartered Accountant (not

being an employee / Director and not having any interest in the bidder’s company) where

audited accounts are not mandatory as per law (in line with the present system)”

OR

“Bidder shall submit documents duly notarized by any notary public in the bidder’s country

or certified true copies duly signed, dated and stamped by an official authorized for this

purpose in Indian Embassy/ High Commission in Bidder’s country.”

OR

“Bidder shall submit self-certified documents in original from any one out of CEO or CFO

or Company Secretary of the bidder (Limited company only) along with Self-Certification

as per Form-A attached in Bidding Document. This option shall not be applicable to

Proprietorship/ Partnership firms.”

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

financial statements in English, if original booklets are submitted.

In the event of submission of any document/ certificate by the bidder in a language other

than English, the bidder shall get the same translated into English and submit the same after

getting the translation duly authenticated by local Chamber of Commerce of bidder’s

country.”

All the certified documentation against BQC (including the documents against MSE) shall

be uploaded by the bidder on BPCL e-tendering website along with the e-bid.

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

instance itself, in support of their fulfilling the qualification/eligibility criteria. BPCL

reserve the right to complete the evaluation based on the details furnished without seeking

any additional information. Subsequent to the submission of bid, bidders are not allowed to

change the price or substance of the bid.

Page 20: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

CRFQ 1000292029 E-Tender System ID – 31011

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

Form-A

SELF-CERTIFICATION

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

as CEO/CFO/Company Secretary (indicate, as applicable) of the Company

_______________________________ having its registered office at

_________________________________________________________ certify that all the

details including documents pertaining to Bidder Qualification Criteria signed by

undersigned vide our offer reference ___________________ against your Enquiry

document ______________________________________, are true, authentic, genuine and

exact copy of its original.

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

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

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

cheating and fraud and (ii) provisions of bidding conditions which entitle the BPCL to

initiate action in the event of such declaration turning out to be a misrepresentation or false

representation.

I further certify that further documents, if any, required to be submitted by our company,

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

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

Signature of authorized representative

Page 21: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

CRFQ 1000292029 E-Tender System ID – 31011

SSEECCTTIIOONN--44

IINNTTEEGGRRIITTYY PPAACCTT

Page 22: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

CRFQ 1000292029 E-Tender System ID – 31011

IINNTTEEGGRRIITTYY PPAACCTT

Between

BBhhaarraatt PPeettrroolleeuumm CCoorrppoorraattiioonn LLiimmiitteedd ((BBPPCCLL)) hheerreeiinnaafftteerr rreeffeerrrreedd ttoo aass ""TThhee

PPrriinncciippaall"",, AAnndd

……………………………………………………………………………………………..her

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

PPrreeaammbbllee

The Principal intends to award, under laid down organization procedures, contract/s for

‘IMPLEMENTATION OF ASSET INTEGRITY MANAGEMENT SYSTEM (AIMS)

AT BPCL GROUP REFINERIES’. The Principal values full compliance with all relevant

laws and regulations, and the principles of economic use of resources, and of fairness and

transparency in its relations with its Bidder/s, Contractor/s and Supplier/s.

IInn oorrddeerr ttoo aacchhiieevvee tthheessee ggooaallss,, tthhee PPrriinncciippaall ccooooppeerraatteess wwiitthh tthhee rreennoowwnneedd

iinntteerrnnaattiioonnaall NNoonn--GGoovveerrnnmmeennttaall OOrrggaanniissaattiioonn ""TTrraannssppaarreennccyy IInntteerrnnaattiioonnaall"" ((TTII))..

FFoolllloowwiinngg TTII''ss nnaattiioonnaall aanndd iinntteerrnnaattiioonnaall eexxppeerriieennccee,, tthhee PPrriinncciippaall wwiillll aappppooiinntt aann

IInnddeeppeennddeenntt EExxtteerrnnaall MMoonniittoorr wwhhoo wwiillll mmoonniittoorr tthhee tteennddeerr pprroocceessss aanndd tthhee eexxeeccuuttiioonn

ooff tthhee ccoonnttrraacctt ffoorr ccoommpplliiaannccee wwiitthh tthhee pprriinncciipplleess mmeennttiioonneedd aabboovvee..

SSeeccttiioonn 11 -- CCoommmmiittmmeennttss ooff tthhee PPrriinncciippaall

(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

Page 23: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

CRFQ 1000292029 E-Tender System ID – 31011

substantive suspicion in this regard, the Principal will inform its Vigilance Office

and in addition can initiate disciplinary actions.

SSeeccttiioonn 22 -- CCoommmmiittmmeennttss ooff tthhee BBiiddddeerr// CCoonnttrraaccttoorr// SSuupppplliieerr

((11)) TThhee BBiiddddeerr// CCoonnttrraaccttoorr// SSuupppplliieerr ccoommmmiittss iittsseellff ttoo ttaakkee aallll mmeeaassuurreess nneecceessssaarryy ttoo

pprreevveenntt ccoorrrruuppttiioonn.. HHee ccoommmmiittss hhiimmsseellff ttoo oobbsseerrvvee tthhee ffoolllloowwiinngg pprriinncciipplleess dduurriinngg hhiiss

ppaarrttiicciippaattiioonn iinn tthhee tteennddeerr pprroocceessss aanndd dduurriinngg tthhee ccoonnttrraacctt eexxeeccuuttiioonn..

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.

SSeeccttiioonn 33 -- DDiissqquuaalliiffiiccaattiioonn ffrroomm TTeennddeerr PPrroocceessss aanndd EExxcclluussiioonn ffrroomm FFuuttuurree CCoonnttrraaccttss

IIff tthhee BBiiddddeerr,, bbeeffoorree ccoonnttrraacctt aawwaarrdd,, hhaass ccoommmmiitttteedd aa ttrraannssggrreessssiioonn tthhrroouugghh aa

vviioollaattiioonn ooff SSeeccttiioonn 22 oorr iinn aannyy ootthheerr ffoorrmm ssuucchh aass ttoo ppuutt hhiiss rreelliiaabbiilliittyy oorr ccrreeddiibbiilliittyy aass

BBiiddddeerr iinnttoo qquueessttiioonn,, tthhee PPrriinncciippaall iiss eennttiittlleedd ttoo ddiissqquuaalliiffyy tthhee BBiiddddeerr ffrroomm tthhee tteennddeerr

pprroocceessss oorr ttoo tteerrmmiinnaattee tthhee ccoonnttrraacctt,, iiff aallrreeaaddyy ssiiggnneedd,, ffoorr ssuucchh rreeaassoonn..

Page 24: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

CRFQ 1000292029 E-Tender System ID – 31011

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

violation of Section 2 such as to put his reliability or credibility into question, the

Principal is also entitled to exclude the Bidder/ Contractor/ Supplier from future

contract award processes. The imposition and duration of the exclusion will be

determined by the severity of the transgression. The severity will be determined by

the circumstances of the case, in particular the number of transgressions, the

position of the transgressors within the company hierarchy of the Bidder and the

amount of the damage. The exclusion will be imposed for a minimum of 6 months

and maximum of 3 years.

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

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

possible.

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

right to resort to and impose such exclusion and further accepts and undertakes not

to challenge or question such exclusion on any ground, including the lack of any

hearing before the decision to resort to such exclusion is taken. This undertaking is

given freely and after obtaining independent legal advice.

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

damage caused by him and has installed a suitable corruption prevention system, the

Principal may revoke the exclusion prematurely.

SSeeccttiioonn 44 -- CCoommppeennssaattiioonn ffoorr DDaammaaggeess

(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.

SSeeccttiioonn 55 -- PPrreevviioouuss TTrraannssggrreessssiioonn

(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.

Page 25: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

CRFQ 1000292029 E-Tender System ID – 31011

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

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

reason.

SSeeccttiioonn 66 -- EEqquuaall ttrreeaattmmeenntt ooff aallll BBiiddddeerrss// CCoonnttrraaccttoorrss// SSuupppplliieerrss//SSuubbccoonnttrraaccttoorrss

(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.

SSeeccttiioonn 77 -- PPuunniittiivvee AAccttiioonn AAggaaiinnsstt VViioollaattiinngg BBiiddddeerrss// CCoonnttrraaccttoorrss//SSuupppplliieerrss//

SSuubbccoonnttrraaccttoorrss

IIff tthhee PPrriinncciippaall oobbttaaiinnss kknnoowwlleeddggee ooff ccoonndduucctt ooff aa BBiiddddeerr,, CCoonnttrraaccttoorr,, SSuupppplliieerr oorr

SSuubbccoonnttrraaccttoorr,, oorr ooff aann eemmppllooyyeeee oorr aa rreepprreesseennttaattiivvee oorr aann aassssoocciiaattee ooff aa BBiiddddeerr,,

CCoonnttrraaccttoorr,, SSuupppplliieerr oorr SSuubbccoonnttrraaccttoorr wwhhiicchh ccoonnssttiittuutteess ccoorrrruuppttiioonn,, oorr iiff tthhee

PPrriinncciippaall hhaass ssuubbssttaannttiivvee ssuussppiicciioonn iinn tthhiiss rreeggaarrdd,, tthhee PPrriinncciippaall wwiillll iinnffoorrmm tthhee

VViiggiillaannccee OOffffiiccee..

SSeeccttiioonn 88 -- IInnddeeppeennddeenntt EExxtteerrnnaall MMoonniittoorrss

(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.

Page 26: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

CRFQ 1000292029 E-Tender System ID – 31011

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

among the parties related to the Project provided such meetings could have an

impact on the contractual relations between the Principal and the Bidder/

Contractor/ Supplier. The parties offer to the Monitor the option to participate in

such meetings.

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

he will so inform the Management of the Principal and request the Management to

discontinue or heal the violation, or to take other relevant action. The Monitor can in

this regard submit non-binding recommendation. Beyond this, the Monitor has no

right to demand from the parties that they act in a specific manner, refrain from

action or tolerate action. However, the Independent External Monitor shall give an

opportunity to the Bidder/ Contractor/ Supplier to present its case before making its

recommendations to the Principal.

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

Principal within 8 to 10 weeks from the date of reference or intimation to him by the

'Principal' and, should the occasion arise, submit proposals for correcting

problematic situations.

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

suspicion of an offence under relevant Anti-Corruption Laws of India, and the

Chairperson has not, within reasonable time, taken visible action to proceed against

such offence or reported it to the Vigilance Office, the Monitor may also transmit

this information directly to the Central Vigilance Commissioner, Government of

India.

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

SSeeccttiioonn 99 -- PPaacctt DDuurraattiioonn

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.

SSeeccttiioonn 1100 -- OOtthheerr PPrroovviissiioonnss

((11)) TThhiiss aaggrreeeemmeenntt iiss ssuubbjjeecctt ttoo IInnddiiaann LLaaww.. PPllaaccee ooff ppeerrffoorrmmaannccee aanndd jjuurriissddiiccttiioonn

iiss tthhee RReeggiisstteerreedd OOffffiiccee ooff tthhee PPrriinncciippaall,, ii..ee.. MMuummbbaaii.. TThhee AArrbbiittrraattiioonn ccllaauussee

pprroovviiddeedd iinn tthhee mmaaiinn tteennddeerr ddooccuummeenntt// ccoonnttrraacctt sshhaallll nnoott bbee aapppplliiccaabbllee ffoorr aannyy

iissssuuee// ddiissppuuttee aarriissiinngg uunnddeerr IInntteeggrriittyy PPaacctt..

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

Side agreements have not been made.

Page 27: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

CRFQ 1000292029 E-Tender System ID – 31011

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

must be signed by all partners or consortium members.

(4) Should one or several provisions of this agreement turn out to be invalid, the

remainder of this agreement remains valid. In this case, the parties will strive to

come to an agreement to their original intentions.

PP Bhate

Manager – CPO (R)

……………………… ……………………………

For the Principal For the Bidder/ Contractor/

Supplier

Place: Mumbai Witness 1 : ………………

(Signature/Name/Address)

Date : 07.11.2017 Witness 2 : ………………

(Signature/Name/Address)

Page 28: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

CRFQ 1000292029 E-Tender System ID – 31011

SSEECCTTIIOONN--55

PPRROOFFOORRMMAA OOFF BBAANNKK GGUUAARRAANNTTEEEE FFOORR EEAARRNNEESSTT MMOONNEEYY DDEEPPOOSSIITT

Page 29: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

CRFQ 1000292029 E-Tender System ID – 31011

PROFORMA OF BANK GUARANTEE for EARNEST MONEY /INITIAL/ FULL

SECURITY DEPOSIT

(On non-judicial paper of appropriate value)

To

Bharat Petroleum Corporation Ltd.

(CPO) Refineries

Mumbai Refinery, Mahul

MUMBAI 400074

Dear Sirs,

M/s._____________________________________________________ (hereinafter referred

as "BIDDER"/"CONTRACTOR") (Bidder's / Contractor's name and address) have taken

tender for the WORK of _____________________________________(Name of Work) for

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

Currimbhoy Road, Ballard Estate, Mumbai, India and having Refinery at ... (Mumbai /

Kochi as the case maybe) (hereinafter referred as "OWNER").

The tender conditions provide that the BIDDER / CONTRACTOR shall pay a sum of Rs.

____ (Rupees ) _________________________ as earnest money /initial/ full security

deposit in the form therein mentioned .

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

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

case of default. The said BIDDER/CONTRACTOR have approached us and at their

request and in consideration of the premises, we ___________________(Bank's name)

having our office at____________________________ ( hereinafter referred as

"GUARANTOR') have agreed to give such guarantee as hereinafter mentioned.

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

BIDDER / CONTRACTOR in performing any of the terms and conditions of the

tender, GUARANTOR do hereby irrevocably bind themselves and undertake to

pay the OWNER on first demand in writing by OWNER without protest or demur

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

said amount of Rs. _______________ (Rupees ________________________).

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

without effecting this guarantee to postpone for any time or from time to time the

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

with the said BIDDER/CONTRACTOR and to enforce or to forbear from

endorsing any powers or rights or by reason of time being given to the said

BIDDER / CONTRACTOR which under law relating to the sureties would but for

provision have the effect of releasing the GUARANTOR.

Page 30: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

CRFQ 1000292029 E-Tender System ID – 31011

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

________________(Rupees ________________________________________)

from

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

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

the said BIDDER / CONTRACTOR and or that any dispute or disputes are

pending before any officer, tribunal or court.

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

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

the said ___________________ (Bidder's / Contractor's Name).

5. __________________________________________ GUARANTOR'S

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

__________________________). This guarantee shall remain in force until

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

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

validity of this bank guarantee shall automatically be extended for another 3

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

GUARANTOR shall be relieved and discharged from all liabilities thereunder.

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

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

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

Yours faithfully,

_______________________________________ Bank

by its Constituted Attorney.

Signature of a person duly authorized to

Sign on behalf of the bank.

NOTE: In case of earnest money, BIDDER shall be applicable and in case of initial/

full security deposit, CONTRACTOR shall be applicable.

Page 31: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

CRFQ 1000292029 E-Tender System ID – 31011

SSEECCTTIIOONN-- 66

SCOPE OF WORK, GENERAL TERMS AND CONDITIONS AND SPECIAL

CONDITIONS OF CONTRACT

Page 32: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

CRFQ 1000292029 E-tender System ID : 31011

BPCL GROUP REFINERIES

ASSET INTEGRITY MANAGEMENT

SYSTEM

THIS DOCUMENT COMPRISES OF TECHNICAL AND FUNCTIONAL SCOPE OF WORK FOR IMPLIMENTATION OF AIMS UPGRADATION AT BPCL (MR & KR), BORL AND NRL

Page 33: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

CRFQ 1000292029 E-tender System ID : 31011

INDEX

TENDER DOCUMENT INDEX

Sr.

No. Description

Page

No.

1 Introduction 3

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

3 Annexure 2 – Scope of work for BORL 24

4 Annexure 3 – Scope of work for NRL 46

5 Annexure A – Implementation landscape for MR & KR 67

6 Annexure A1 – Implementation landscape for BORL 68

7 Annexure A2– Implementation landscape for NRL 69

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

9 Annexure B1 – Modules to be implemented for BORL 71

10 Annexure B2 – Modules to be implemented for NRL 72

11 Annexure C – Configure the fields and email alerts 73

12 Annexure D – List of equipment in HGU and HCU-DHDT complex at BORL

74

13 Annexure E – Schedule of Quantities / Rates 79

Page 34: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

CRFQ 1000292029 E-tender System ID : 31011

INTRODUCTION:

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

Meridium APM is also interfaced with SAP PM Module to exchange master data and transactional data in the form of work history. The current, 3.4.2 HF2, of Meridium APM is supplied by M/s Meridium, Inc, USA and over the last five years the solution is customized and extended to many process units. During these periods, Meridium has enhanced their product with additional functionalities, features and incorporated work process approach in attaining the objectives of Asset Performance Management (APM). This has tremendous potential in achieving a robust reliability driven approach and with lot of emphasis in the analysis, monitoring and score cards. Asset Integrity Management system is not yet implemented at BORL and NRL. BPCL Group Refineries now intends to upgrade and implement new solutions of Meridium APM software version V4.2.0.8 or latest version at BPCL (MR & KR), BORL and NRL. Implementation agency shall carry out all the work simultaneously at BPCL MR, BPCL KR, BORL and NRL. The scope of work in this document is as follows: a) Upgrade to the latest version, implement new modules of Meridium APM and

unify the work processes at MR and KR into single database instance as detailed in ‘Scope of Work for BPCL - Annexure-1’.

b) Installation of the latest version of Meridium APM and implementation of APM software at BORL as per ‘Scope of Work for BORL - Annexure-2’.

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

software at NRL as per ‘Scope of Work for NRL - Annexure-3’.

Page 35: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

CRFQ 1000292029 E-tender System ID : 31011

ANNEXURE-1

SCOPE OF WORK FOR BPCL MR & KR

The scope of work shall be, in general but not limited to design, FDS, installation, Upgrade the existing Meridium APM software to the latest version, configuration, testing, implementation of new modules of Meridium APM and unify the work processes at MR and KR into single database instance, hand holding, documentation and roll out the Meridium Enterprise APM V4.2.0.8 software or latest version. Also,

all work processes currently in use at MR & KR should be configured, tested

and implemented in the newly installed system landscape using

new functionality options available in the latest version. The implementation

landscape shall be as given in ANNEXURE-A. Modules already existing with BPCL and new modules to be implemented are given in Annexure-B.

A) FUNCTIONAL DESIGN SPECIFICATION:

Implementation Agency shall conduct a common workshop for FDS for all

modules / work processes listed in Annexure-A for BPCL MR & KR. Work shop

shall be held at BPCL MR and KR. Implementation Agency shall submit the FDS

to BPCL Team for approval.

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

BPCL:

i) Identify the requirements related to all the modules. ii) Design the Taxonomy Mapping common for Mumbai, Kochi Refineries

and Pipelines. For cross-country pipelines, changes to fit to the current system of hierarchy in SAP to be discussed and finalized.

iii) Identify all requirements including interfaces and reporting. b) Share best practices, tips and experiences on how an enterprise wide

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

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

meeting, discussions, interviews, questionnaire etc.

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

available in the software.

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

“To Be” processes.

f) Identify the best option available in solution offered based on the inputs given

by BPCL core team and identify those processes, which have a “straight fit”

in solution offered. In case, there is no straight fit in solution, offer ‘work

around’ solution for such processes.

Page 36: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

CRFQ 1000292029 E-tender System ID : 31011

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

affecting the changes.

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

software, all such changes to be submitted for approval and document all the

changes that will lead to configuration in the software.

i) FAT to be carried out and approved by BPCL before migrating all the

configurations/data to Quality environment.

j) Pilot room testing shall be carried out based on FDS and implementation

agency shall obtain approval from BPCL core team. Any changes if required

shall be incorporated in the system.

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

extend solution to maximum capacity.

l) FDS report should contain the test criteria for site acceptance, testing

procedure and integration testing procedure.

m) Submit the test plans and FDS for review approval of BPCL including the

changes in work processes, configuration etc. identified during the FDS.

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

installation, implementation agency shall train BPCL core team.

B. UPGRADE OF EXISTIING AIMS APM SOFTWARE INCLUDING INSTALLATION OF NEW MODULES OF APM SOFTWARE ALONG WITH DATABASE MERGING FOR MR AND KR

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

2. Implementation Agency shall setup the AIMS Solution landscape having Production with high availability feature, Development/Quality and DR (Disaster Recovery) site.

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

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

Page 37: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

CRFQ 1000292029 E-tender System ID : 31011

4. Disaster Recovery setup to be configured on-site and it shall be extendable to Cloud as per BPCL requirement. BPCL will provide the required resources as specified by Implementation Agency. Its Implementation Agency’s responsibility to configure the setup, build redundancy, set Disaster Recovery processes and test DR for the first time.

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

6. Migrate the following Work processes including entire existing database from

existing (3.4.2HF2) to higher versions (V4.2.0.8 or latest). APM Mechanical Integrity a) Inspection Management b) Risk Based Inspection c) Thickness Monitoring APM Strategy a) RCM / FMEA b) Asset Strategy Management c) Asset Strategy Implementation APM Failure Elimination a) Reliability Analytics

7. The Implementation Agency shall ensure that there is no data loss during

merger of Mumbai and Kochi databases by way of producing validations of

record counts before and after database merging.

8. The Implementation Agency shall ensure that all the legacy data and

templates are available independently for use in respective refinery in the

merged database for action through new processes.

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

existing APM modules and for database merging to ensure successful

transition. Implementation Agency shall prepare User Acceptance Testing

(UAT) plan for upgrade and database merging. UAT will be carried out by the

BPCL Core Team along with team from Implementation Agency as defined in

FDS after completion of end-to-end testing by Implementation Agency.

Implementation Agency shall document the UAT results and obtain the

approval from BPCL before rolling out upgraded modules and merged

database into production.

10. Implementation agency shall provide the test plans to BPCL so that the test

plan after applying hot fixes, patches and even upgrades. The test plan

Page 38: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

CRFQ 1000292029 E-tender System ID : 31011

should also include all scenarios of processes including work flow and

interface parts and shall be prepared with the BPCL configuration.

11. Carry out testing of all data and Work process migration from existing

(3.4.2HF2) to higher versions (V4.2.0.8 or latest). Final acceptance testing

shall be carried out with the core team and shall obtain the approval from

BPCL before rolling out into production.

12. Set up the following Interfaces:

a) SAP Interfaces: All the below given interfaces should route through Process

Orchestration (PO) version 7.3. The list of interfaces is follows:

Interface Name Remarks

Equipment Interfacing from SAP to APM

Functional Location Interfacing from SAP to APM

Work History & work history detail Interfacing from SAP to APM

Equipment Technical Characteristics Interfacing from SAP to APM

Functional Location Technical Interfacing from SAP to APM

Characteristics

Work Management Interfacing from SAP to APM

Notification Management Interfacing from APM to SAP

Work Order Management Interfacing from APM to SAP

ACA Adaptor Direct Interfacing from APM to SAP

ASI Adaptor Direct Interfacing from APM to SAP

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

MR KR

Remarks

System Current Future

System Current Future

Name Version Roadmap Name Version Roadmap

Aspen IP21

7.3 7.3 Aspen IP21 7.3 8.7

Two separate instances at respective Refinery sites.

LIMS

9.2.1 11.1 Star LIMS (using Oracle 10g)

Currently there are 2 separate Instances. But LIMS is planned to be standardized across refineries.

BPMAI – XHQ by Siemens

4.5 4.6 BPMAI – XHQ by Siemens

4.5 4.6

EDMS – COMOS by

10.1 -- -- -- Same instance for MR and KR

Page 39: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

CRFQ 1000292029 E-tender System ID : 31011

b) APM Interface with other sources:

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

13. Bulk uploading facility.

The following bulk uploading using excel sheets shall be made available

a. TML bulk creation and upload. b. Bulk up load of asset data. c. TML measurement data. d. Asset Criticality Analysis upload. e. RBI component creation, analysis and re-analysis. f. Task creation in bulk. g. PV stress including addition, deletion or modification to look up table for

stress values for TM evaluation. h. Template for inspection profiles and inspection methods. i. Functional Aspects - building, modification and provide access control for

the following. I. Query, Report, Graphs etc

II. Dash board, score card III. Alerts IV. Scheduling of task, data extraction scheduler

j. Mapping fields for interfacing the Meridium with third party software k. Bulk upload of check list l. Bulk upload of Vibration reading from vibration data collector m. Asset Criticality Analysis data. n. Measurement location and their IOW limits.

C) APM FOUNDATION:

1) The APM Foundation shall include the following functional components: a) Functional Location and Equipment Master Data including technical data

(characteristic data) shall be imported from SAP to Meridium through interface.

Siemens

Emerson AMS Suite

5.41 5.6 Emerson AMS Suite

5.42 5.6

Two separate instances at respective Refinery sites.

SystemONE for RMP and CCR

6.12 6.85

-- -- --

Two instances of SystemONE are at MR. Version match upgrade is planned.

Page 40: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

CRFQ 1000292029 E-tender System ID : 31011

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

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

d) Asset Criticality Analysis: Asset Criticality Analysis shall provide a structured methodology for assessing the risk of an equipment or functional location or system. The risk rank shall then be utilized to map to ABC criticality in SAP.

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

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

two years) 24. Bad Actor by cost -Taxonomy class for specified time (say in last two

years for 25. Bad Actor by cost -Taxonomy type in last two years or specified time 26. Bad Actor by repair count -Taxonomy Category

Page 41: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

CRFQ 1000292029 E-tender System ID : 31011

a. Bad Actor by repair count -Taxonomy Class b. Bad Actor by repair count -Taxonomy Type c. Bad Actor by repair count -Taxonomy Category in last two years

or specified time d. Bad Actor by repair count -Taxonomy class for specified time

(say in last two years) e. Bad Actor by Repair count -Taxonomy type for specified time

(say in last two years) f. Bad Actor by cost equipment for specified time (say in last two

years g. Bad Actor by repair count equipment for specified time (say in

last two years) h. Bad Actor by repair equipment.

g) Taxonomy Mapping of Assets: The Functional location and Equipment master data structure from SAP PM shall be replicated in Meridium and the existing customizations shall be reviewed to adapt to the same. The Taxonomy Mapping shall be configured common for Mumbai, Kochi and Pipelines. This shall be in consultation with BPCL during the design Workshop.

For cross-country pipelines changes to fit to the current system of hierarchy in SAP to be discussed during the FDS stage. Implementation agency shall detail the changes required. All modifications to the existing system in SAP will be carried out by BPCL with the guidance of the Implementation agency.

h) Metrics and Scorecards: Standard Metrics and score cards available in Meridium shall be used to the extent possible and the same shall be configured as per the configuration identified during FDS. Additional parameters and KPI identified shall also be included in this.

2) Provision shall be made to grouping of assets, systems and unit level for risk

vs cost comparison in ASM module.

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

4) The Technical Characteristics maintained in the SAP system against Functional location and Equipment shall be mapped to respective fields in the Meridium through interface.

5) The User Login and Authentication shall be based on windows authentication using Active directory and shall be role based.

6) The System shall be capable of sending email alerts if required to certain users/group of users on certain conditions.

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

Page 42: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

CRFQ 1000292029 E-tender System ID : 31011

8) The Implementation agency shall in consultation with the BPCL core team

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

9) The management process for recommendations shall be standardized across

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

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

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

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

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

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

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

a) The implementation agency shall create one dashboard each for all the

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

b) Perform Asset Criticality Analysis for assets within one unit for KR and

one unit for MR and one pipe line as follows:

ACA MR KR Pipelines

Unit NHT-CCR Plant NHT-CCR complex Mumbai-Uran pipeline

c) Implementation agency shall carry out the following for 75 nos. rotary

systems consisting driver and driven equipment at MR and 75 nos. rotary systems consisting driver and driven equipment at KR. Based on the study recommendations, carry out the following. i) Full RCM on all high critical systems. ii) FMEA on all Medium critical systems.

Page 43: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

CRFQ 1000292029 E-tender System ID : 31011

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

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

D) APM HEALTH:

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

2) The APM health work process shall comprise of the following components for

implementation: a) Asset health manager b) Rounds

3) The Asset Health Management Module shall be configured for both sites to

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

4) Handholding shall start only after software go-live at all sites. Software go-

live shall take place after successful completion of configuration and testing. Handholding shall be carried out for the following: a) Implementation agency shall configure the software for handheld device

and configure the interface with handle held device with Meridium and is for 30 numbers of routes having 10 nos. equipment in each route with 15 tags per equipment.

b) The implementation agency shall handhold BPCL to create 15 health indicators each for MR, KR & pipelines (total 45 nos.).

E) APM STRATEGY:

1) The APM strategy work process shall be primarily comprising of following modules for implementation: a) RCM – Reliability Centered Maintenance b) FMEA – Failure Mode and Effect Analysis c) ASM – Asset Strategy Management d) ASI – Asset Strategy Implementation

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

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

Page 44: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

CRFQ 1000292029 E-tender System ID : 31011

Steps Description Details

1

Evaluate asset risk and performance

Identify and qualify unmitigated risks.

Define how current maintenance plans mitigate risks.

Identify gaps in mitigation.

Define regulatory actions.

2

Mitigate risks with an action plan

Assess and document what is currently being done to mitigate risk as well as identify additional actions to mitigate risk.

3

Optimize mitigations

Review current mitigation plan to: Identify actions that have no current value to see if they can be removed or replaced. Identify less intrusive actions that supersede other, more intrusive actions. Document areas that need improving. Document decision process. Review the impact of the new strategy on risk and cost, compared to the original strategy.

4

Communicate an improved plan

Communicate the following information that was documented in previous steps of the work process: The updated strategy profile. What changed from the original strategy? Why the updated strategy was selected. The return on investment value. The risk reduction numbers.

5

Implement the Strategy

Implement the new strategy into SAP PM. Specifically, during this step, implement: Recommendations that were identified. Processes to measure the effectiveness of the strategy. Document the decision-making process behind the new strategy. A process for obtaining and communicating feedback from the workforce in the field.

6

Execute the Strategy

Execute the work: Ensure the work is being documented. Ensure the workforce understands the value in executing the plan. Review work history to maintain and ensure regulation compliance.

3) Mumbai and Kochi refineries have performed RCM analysis and also created

asset strategies in ASM. There are also templates that are created in both the databases.

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

implementation scope.

Page 45: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

CRFQ 1000292029 E-tender System ID : 31011

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

6) There are changes planned in the risk categories / risk definitions / risk thresholds in the risk matrix, the same shall be changed for all the records a) As a first step implementation agency can merge the existing records

with appropriate mapping of risk ranks between the existing and the modified risk matrix. This shall be applicable to all the existing risk categories.

b) In case any new risk category is introduced in the merged database, the initial value for that shall be NA.

c) Both a & b above shall require approval of BPCL before Go Live of the software. i.e., all the future records shall be using the updated risk matrix.

d) It shall be responsibility of the implementation agency to conduct appropriate review workshops with the site teams to ensure that all the active RCM/FMEA/ASM records are updated with proper unmitigated and mitigated risk ranks.

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

8) MR, KR and Pipelines intends to deploy Operator rounds, and is described in the APM Health section.

9) The implementation agency shall be responsible for handholding the respective teams through the entire process. It includes Criticality analysis, RCM/FMEA, ASM, ASI and moving the approved recommendations to SAP in the form of notification or work order.

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

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

F) APM FAILURE ELIMINATION:

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

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

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

Page 46: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

CRFQ 1000292029 E-tender System ID : 31011

Steps Description Details

1

Understand asset performance

Use the APM Foundation work process to classify assets and evaluate event history and production losses.

2

Identify opportunities

Identify chronic events and bad actors based upon information such as number of work orders, work order cost, and lost production.

3

Perform an

investigation

Identify how a given failure occurs and take the appropriate corrective measures to eliminate the identified causes.

4

Determine solutions Recommend changes to improve overall asset performance and communicate findings and those recommendations to decision makers.

5 Implement solutions Use the APM Foundation work process to

track recommendations.

6

Track performance Measure the effectiveness of strategy implementation, which can transform corporate visions into strategies and measures, aligning key performance indicators to company's objectives and strategies.

3) The Root cause analysis module shall be configured to assist analysts to import templates for common failure modes on assets.

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

tracking for implementation and effectiveness.

5) Handholding shall be carried out for the following:

a) Facilitators from the implementation agency shall facilitate BPCL to perform 10 (Ten) Root Cause Analysis (RCA) for Mumbai Refinery, 10 (Ten) RCA analysis at Kochi Refinery and 2 (two) RCA analysis for Pipelines. These shall be suitably selected from various disciplines like static, rotary, electrical, instrumentation & process etc.

b) BPCL shall form a team of cross functional members for carrying out root cause analysis on the selected failures.

c) Facilitators from the implementation agency shall facilitate BPCL to create 10 (Ten) Reliability Distribution Analysis at MR and 10 (Ten) Reliability Distribution Analysis at KR.

G) APM MECHANICAL INTEGRITY:

1) The APM Mechanical Integrity work process shall be primarily comprising of following modules for implementation: a) RBI-Risk Based Inspection b) IM-Inspection Management

Page 47: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

CRFQ 1000292029 E-tender System ID : 31011

c) TM-Thickness Monitoring

2) For Inspection Management, Implementation Agency will discuss possible

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

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

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

4) BPCL MR & KR wants to update the Notification history in SAP from Inspection event document in Meridium as existing in MR. The Inspection event document should be able to close the Notification both in Meridium and SAP, and update the Inspection Task. Observation and failure codes etc. shall be populated to SAP to the respective table.

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

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

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

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

9) Meridium to formulate a calculation of ranking of each process unit based on each plant risk and place in Corporate Risk Matrix of respective site. The process unit may contain few plants.

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

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

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

13) Provision shall be made for consolidation of recommendations.

14) Inclusion of general recommendation for managing the Inspection recommendation other than repair/replacement (or importance). eg. generic painting jobs, insulation repair jobs etc.

Page 48: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

CRFQ 1000292029 E-tender System ID : 31011

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

16) Existing queries and reports to be transported. Implementation Agency to guide any better ways to configure.

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

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

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

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

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

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

a) Handholding shall start only after software go-live at each site. b) The implementation agency shall be responsible for handholding the

respective teams through the entire process. It includes creating RBI analysis, RBI recommendation, promoting recommendations to ASM, Creating Inspection task, Inspection Reports, Thickness Measurement calculation etc.

c) Carry out RBI study of 2 nos. sections of a pipeline each for MR and KR. Push RBI recommendation or inspection task analysis to ASM to Inspection notification for the same with option of user intervention.

d) Implementation Agency shall help to bring 15 tags each from Process Historian and set the IOW limits and also to add these as health indicators for MR and KR refinery pipelines.

e) Pipeline group to upload the asset data in SAP for all assets. This data will be populated in to Meridium system using interfaces for MR and KR refinery pipelines.

f) Minimum 20 notifications shall be generated in Meridium and pushed to SAP system following all steps for MR and KR refinery pipelines.

g) Create minimum 20 tasks in IM system for MR and KR refinery pipelines.

Page 49: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

CRFQ 1000292029 E-tender System ID : 31011

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

23) Mumbai and Kochi refineries have performed RBI analysis. The

implementation agency shall ensure that there is no data loss during merger of Mumbai and Kochi databases

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

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

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

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

28) Hand holding for RBI in new version shall include the following: a) Handholding shall start only after software go-live at each site. b) Entire cycle of RBI Facilitation (RBI Analysis to ASM to Inspection Task)

to be done for 10 corrosion loops each for MR and KR. The loops will be decided by respective sites while implementation. Corrosion study is not part of this scope.

c) Meridium shall help BPCL to bring 15 tags from Process Historian and set the IOW limits and also to add these as health indicators

H) TRAINING:

a) Administrative training for IS team to be provided.

b) User Trainings shall be conducted by the implementation agency at both the sites independently for both functional team and technical team.

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

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

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

Page 50: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

CRFQ 1000292029 E-tender System ID : 31011

I) DOCUMENTATION:

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

submitted by the implementation agency to each site. Manual shall be in the

form of hard copy and soft copy with text description and screen shots.

2) Prepare and submit the following documents.

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

3) User manuals containing the following.

a) Functional, Super user and system Administrator tasks. b) All the configuration documents shall be supplied by the implementation

agency in the form of as-built document. c) For all modules and wok processes d) Role assigning and managing e) RBI process document including ever-greening. f) RCM/FMEA/ASM/ASI Process document and packaging to SAP as

Maintenance Plans. g) Create role /authority for deleting records or modify the data. h) Procedures for creating the following in Meridium system i) Creating parent-child relationship between assets. j) Create, change, and update failure codes. k) Create, change, and update shutdown codes. l) IOW linking and making policies.

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

a) TML bulk creation and upload. b) Bulk up load of asset data. c) TML measurement data. d) Asset Criticality Analysis upload. e) RBI component creation, analysis and re-analysis. f) Task creation in bulk. g) PV stress including addition, deletion or modification to look up table for

stress values for TM evaluation. h) Template for inspection profiles and inspection methods. i) Functional Aspects - building, modification and provide access control for

the following. I. Query, Report, Graphs etc.

II. Dash board, score card

III. Alerts

IV. Scheduling of task, data extraction scheduler V. Mapping fields for interfacing the Meridium with third party

software.

Page 51: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

CRFQ 1000292029 E-tender System ID : 31011

J) SPECIAL CONDITIONS:

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

1) The implementation agency shall use a project management methodology, to prepare detailed work breakdown structure for the entire project clearly mentioning the common scope for both MR and KR refineries and specific scope for each Refinery that are not common (for example training, final testing etc.).

2) The implementation agency shall study the job and prepare a bar chart and

submit with the technical bid.

3) Experienced technical consultants having implementation experience in 3.6 OR V4 covering all the work processes (modules) should be deployed on the project to ensure smooth transition to newly accepted work processes.

4) Subject Matter Experts (SME), project manager and coordinator shall be mobilized for all hand holding and implementation of Meridium, having implemented at least at three sites.

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

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

7) RCM/FMEA Facilitators having minimum 7 year experience shall be deployed to perform Asset Criticality Analysis for assets.

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

9) RBI methodology expert experienced in Meridium system shall be available at sites during the data template creation & review/validation of Meridium output.

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

11) The interfaces connecting to SAP system shall be approved by SAP and BPCL MR & KR respective ERPCC team and IS teams.

Page 52: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

CRFQ 1000292029 E-tender System ID : 31011

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

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

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

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

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

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

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

19) No accommodation, travel assistance, food, lodging and boarding will be provided to Implementation agency. Implementation agency will have to arrange all travel, food, and accommodation, lodging/boarding at their cost to their staff on the work of this tender or any other work related to this tender. The quoted rates shall be inclusive of above.

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

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

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

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

Page 53: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

CRFQ 1000292029 E-tender System ID : 31011

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

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

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

27) Training shall be given separately at each site.

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

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

30) Following documents to be submitted along with the technical bid: � Name, address and contact details of the petroleum refinery where

APM V3.6 or later version is successfully implemented. � Experience of the SMEs and resources of implementation agency.

K) GENERAL INFORMATION:

1) There will be a separate engineer-in-charge for BPCL MR and BPCL KR site who will be coordinating all the activities related to this tender with whom the implementation agency shall interact.

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

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

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

4) This implementation requirement does not comprise of reviewing and / or rescheduling the existing inspection schedules or thickness monitoring plans.

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

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

Page 54: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

CRFQ 1000292029 E-tender System ID : 31011

L) PAYMENT TERMS FOR BPCL MR & KR:

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

a) Implementation

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

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

M) TIME OF COMPLETION:

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

N) LIQUIDATED DAMAGES:

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

Page 55: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

CRFQ 1000292029 E-tender System ID : 31011

ANNEXURE-2

SCOPE OF WORK FOR BORL

INTRODUCTION:

Bharat Oman Refineries Limited (BORL) located at Bina, District Sagar Madhya Pradesh is a joint venture company of Bharat Petroleum Corporation Limited (BPCL) and Oman Oil Company (OCC). Current Capacity of BORL is 6.0 MMTPA (Million Metric Ton Per Annum) with secondary processing facilities in the refinery consisting of full conversion Hydro Cracker unit (HCU) with integrated (DHDT) Diesel Hydro Treating Unit. In addition, the refinery also has a Hydrogen generation unit, Naphtha hydro treating units, LPG Treating Unit, FG Treating Unit, Delayed Coker Unit, CCR, Isomerization unit, Amine Regeneration Unit, Sulphur recovery unit and Sour Water Stripper Unit, Power and Utilities, Bina Dispatch Terminal, Crude Oil Terminal (COT)at Vadinar Gujarat and Crude pipe line from Vadinar to Bina (VBPL). BORL is in the process of debottlenecking the exiting refinery to enhance the capacity to 7.8 MMTPA by 2018. As a part of corporate program, BORL intends to implement Meridium Enterprise APM version APM V4.2.0.8 or latest version for its Asset Integrity Management System (AIMS). IMPLEMENTATION SCOPE OF WORK: The scope of work shall be, in general but not limited to Design, FDS, Installation, Configuration, Testing, Hand holding, Training, Documentation and Roll out the Meridium Enterprise APM V4.2.0.8 software latest version. Scope of Implementation agency shall also include all the steps required for implementation of all the modules including preparation of Corrosion Control Document, Risk Metrics development, RBI and RCM, Data compilation as per standards templates etc. for HGU and HCU-DHDT complex at BORL. Also, all work processes shall be configured, tested and implemented in the newly installed system landscape using new functionality options available in the latest version. The implementation landscape shall be as given in Annexure-A1. All modules to be implemented are given in Annexure-B1.

A) FUNCTIONAL DESIGN SPECIFICATION (FDS):

Implementation Agency shall conduct a workshop for FDS for all modules / work

processes listed in Annexure-B1 for BORL. Work shop shall be held at BORL

Bina Refinery. Implementation Agency shall submit the FDS to BORL Team for

approval.

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

BORL:

i) Identify the requirements related to all the modules. ii) Design the Taxonomy Mapping common for BORL refinery assets

including Crude Oil Terminal (COT) at Vadinar and Cross Country Crude Pipeline from Vadinar to Bina (VBPL). For cross-country pipelines, changes to fit to the current system of hierarchy in SAP to be discussed and finalized.

iii) Identify all requirements including interfaces and reporting.

Page 56: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

CRFQ 1000292029 E-tender System ID : 31011

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

deployment can be made successful and how BORL can be most benefitted

by implementing APM.

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

meeting, discussions, interviews, questionnaire etc.

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

available in the software.

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

“To Be” processes.

f) Identify the best option available in solution offered based on the inputs given

by BORL core team and identify those processes, which have a “straight fit”

in solution offered. In case, there is no straight fit in solution, offer ‘work

around’ solution for such processes.

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

affecting the changes.

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

software, all such changes to be submitted for approval and document all the

changes that will lead to configuration in the software.

i) FAT to be carried out and approved by BORL before migrating all the

configurations/data to Quality environment.

j) Pilot room testing shall be carried out based on FDS and implementation

agency shall obtain approval from BORL core team. Any changes if required

shall be incorporated in the system.

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

extend solution to maximum capacity.

l) FDS report should contain the test criteria for site acceptance, testing

procedure and integration testing procedure.

m) Submit the test plans and FDS for review approval of BORL including the

changes in work processes, configuration etc. identified during the FDS.

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

installation, implementation agency shall train BORL core team.

Page 57: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

CRFQ 1000292029 E-tender System ID : 31011

B) IMPLEMENTATION OF ALL MODULES OF APM SOFTWARE

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

2. Implementation Agency shall setup the AIMS Solution landscape having

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

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

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

4. Disaster Recovery setup to be configured on site and it shall be extendable to Cloud. BORL will provide the required resources as specified by Implementation Agency. Its Implementation Agency’s responsibility to configure the setup, build redundancy, set Disaster Recovery processes

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

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

7. Set up the following Interfaces: a) SAP Interfaces:

All the below given interfaces should route through either RFC (Remote Function Call) Connector or IDOC - Middleware (Microsoft Biz Talk Server). The list of interfaces is follows:

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

Page 58: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

CRFQ 1000292029 E-tender System ID : 31011

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

b) APM Interface with other sources:

System Name Current Version Remarks

Exaquantum PIMS – By Yokogawa

2.85 PIMS Historian

Customized LIMS by Advika Software

Solutions

Standalone custom made LIMS without

version

LIMS is planned to be standardized across

refineries – By Thermofisher Scientific

India Pvt. Ltd.

System ONE by GE

In CPP

Emerson AMS Suite 5.61

ATOMS / AORA App by Aspen

To be implemented with IP 21 as Historian – It will

fetch data from Exaquantum

EDMS - Project Wise V8i (Select Series 3)

by Bentley 08.11.09.122

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

8. Bulk uploading facility:

The following bulk uploading using excel sheets shall be made available a. TML bulk creation and upload. b. Bulk up load of asset data. c. TML measurement data. d. Asset Criticality Analysis upload. e. RBI component creation, analysis and re-analysis. f. Task creation in bulk. g. PV stress including addition, deletion or modification to look up table for

stress values for TM evaluation. h. Template for inspection profiles and inspection methods. i. Functional Aspects - building, modification and provide access control for

the following. i. Query, Report, Graphs etc. ii. Dash board, score card iii. Alerts iv. Scheduling of task, data extraction scheduler

j. Mapping fields for interfacing the Meridium with third party software k. Bulk upload of check list l. Bulk upload of Vibration reading from vibration data collector m. Asset Criticality Analysis data. n. Measurement location and their IOW limits.

Page 59: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

CRFQ 1000292029 E-tender System ID : 31011

C) APM FOUNDATION:

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

a) Functional Location and Equipment Master Data including technical data

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

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

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

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

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

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

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

f) The following KPI are assumed to be part of the standard module. Apart

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

Page 60: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

CRFQ 1000292029 E-tender System ID : 31011

21. Bad Actor by cost -Taxonomy Class 22. Bad Actor by cost -Taxonomy Type 23. Bad Actor by cost -Taxonomy Category for specified time (say in last

two years) 24. Bad Actor by cost -Taxonomy class for specified time (say in last two

years for 25. Bad Actor by cost -Taxonomy type in last two years or specified time 26. Bad Actor by repair count -Taxonomy Category

I. Bad Actor by repair count -Taxonomy Class II. Bad Actor by repair count -Taxonomy Type III. Bad Actor by repair count -Taxonomy Category in last two years

or specified time IV. Bad Actor by repair count -Taxonomy class for specified time

(say in last two years) V. Bad Actor by Repair count -Taxonomy type for specified time

(say in last two years) VI. Bad Actor by cost equipment for specified time (say in last two

years VII. Bad Actor by repair count equipment for specified time (say in

last two years) VIII. Bad Actor by repair equipment.

g) Taxonomy Mapping of Assets: The Functional location and Equipment master data structure from SAP PM shall be replicated in Meridium and the existing customizations shall be reviewed to adapt to the same. The Taxonomy Mapping shall be configured common for BORL and Pipelines. This shall be in consultation with BORL during the design Workshop.

For cross-country pipelines changes to fit to the current system of hierarchy in SAP to be discussed during the FDS stage. Implementation agency shall detail the changes required. All modifications to the existing system in SAP will be carried out by BORL with the guidance of the Implementation agency.

h) Metrics and Scorecards: Standard Metrics and score cards available in Meridium shall be used to the extent possible and the same shall be configured as per the configuration identified during FDS. Additional parameters and KPI identified shall also be included in this.

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

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

4) The Technical Characteristics maintained in the SAP system against

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

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

using Active directory and shall be role based.

Page 61: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

CRFQ 1000292029 E-tender System ID : 31011

6) The System shall be capable of sending email alerts if required to certain users/group of users on certain conditions.

7) The New Configuration for Notifications shall include capturing the following

data elements a) Functional Loss b) Detection Method c) Symptom

8) The Implementation agency shall in consultation with the BORL core team

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

9) The management process for recommendations shall be standardized across

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

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

11) Policies shall be created based on the requirements of the work processes.

FDS workshops shall design & capture triggers, logical calculation and actions performed by each Policy.

12) Implementation agency shall help BORL to select and create 30 Policies to

take intelligent actions based on the IOW limits of Health Indicators. 13) The Event Mapping shall be configured in consultation with BORL during the

design Workshop based on the data in SAP.

14) Data for BORL Refinery, COT & VBPL shall be filtered, the Data visible to a

user shall only be restricted to that of his site. Administrator should be able to provide read only access to each other’s data on internal approval.

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

a) The implementation agency shall create one dashboard each for all the

work processes and at each site. The dashboard content shall be discussed with BORL during the FDS workshops. Role based Dash board or home page is to be created for different users of different departments.

b) Perform Asset Criticality Analysis for assets in HGU and HCU-DHDT complex at BORL

c) Implementation agency shall carry out full RCM, FMEA on all the assets as per Annexure-D

Page 62: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

CRFQ 1000292029 E-tender System ID : 31011

D) APM HEALTH:

1) The Asset health manager shall be treated as one place of truth for

identifying and monitoring the asset health. The only relevant information

from tags shall be collated in Asset Health Manager.

2) The APM health work process shall comprise of the following components for

implementation: a) Asset health manager b) Rounds

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

indicators based on strategic actions for the asset. The configuration shall

facilitate linking of Health indicators to Tags and events from various sources

such as a) Exaquantum b) LIMS c) System ONE d) Emerson AMS Suite e) Bentley Project Wise f) Handheld devices for rounds for identified parameters. (Presently BORL

plans to develop the functionality for this requirement. Actual implementation shall be done at later stage.)

4) Handholding shall start only after software go-live. Software go-live shall take

place after successful completion of configuration and testing. Handholding

shall be carried out for the following:

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

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

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

indicators for each of the work processes. E) APM STRATEGY:

1) The APM strategy work process shall be primarily comprising of following modules for implementation: a) RCM – Reliability Centered Maintenance b) FMEA – Failure Mode and Effect Analysis c) ASM – Asset Strategy Management d) ASI – Asset Strategy Implementation

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

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

Page 63: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

CRFQ 1000292029 E-tender System ID : 31011

Steps Description Details

1

Evaluate asset risk and performance

Identify and qualify unmitigated risks. Define how current maintenance plansmitigate risks.

Identify gaps in mitigation.

Define regulatory actions.

2 Mitigate risks with an action plan

Assess and document what is currently being done to mitigate risk as well as identify additional actions to mitigate risk.

3

Optimize mitigations Review current mitigation plan to: Identify actions that have no current value to see if they can be removed or replaced. Identify less intrusive actions that supersede other, more intrusive actions. Document areas that need improving. Document decision process. Review the impact of the new strategy on risk and cost, compared to the original strategy.

4

Communicate an improved plan

Communicate the following information that was documented in previous steps of the work process: The updated strategy profile. What changed from the original strategy? Why the updated strategy was selected? The return on investment value. The risk reduction numbers.

5

Implement the Strategy

Implement the new strategy into SAP PM. Specifically, during this step, implement: Recommendations that were identified. Processes to measure the effectiveness of the strategy. Document the decision-making process behind the new strategy. A process for obtaining and communicating feedback from the workforce in the field.

6

Execute the Strategy

Execute the work: Ensure the work is being documented. Ensure the workforce understands the value in executing the plan. Review work history to maintain and ensure regulation compliance.

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

4) The implementation agency shall generate a Test Plan at the start of the

project which comprises of all the relevant information of record counts and various statistics at BORL.

Page 64: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

CRFQ 1000292029 E-tender System ID : 31011

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

6) The implementation agency shall be responsible for handholding the

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

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

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

F) APM FAILURE ELIMINATION:

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

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

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

Steps Description Details

1 Understand asset performance

Use the APM Foundation work process to classify assets and evaluate event history and production losses.

2 Identify opportunities

Identify chronic events and bad actors based upon information such as number of work orders, work order cost, and lost production.

3 Perform an investigation

Identify how a given failure occurs and take the appropriate corrective measures to eliminate the identified causes.

4

Determine solutions Recommend changes to improve overall asset performance and communicate findings and those recommendations to decision makers.

5 Implement solutions

Use the APM Foundation work process to track recommendations.

6

Track performance Measure the effectiveness of strategy implementation, which can transform corporate visions into strategies and measures, aligning key performance indicators to company's objectives and strategies.

Page 65: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

CRFQ 1000292029 E-tender System ID : 31011

3) The Root cause analysis module shall be configured to assist analysts to import templates for common failure modes on assets.

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

tracking for implementation and effectiveness.

5) Handholding shall be carried out for the following: a) Facilitators from the implementation agency shall facilitate BORL to

perform Root Cause Analysis - RCA / Reliability Analytics-RA for equipment as per Annexure-D.

b) BORL shall form a team of cross functional members for carrying out root cause analysis on the selected failures.

c) Facilitators from the implementation agency shall facilitate BORL to

create 2 (Two) Reliability Distribution Analysis each for HGU and HCU-

DHDT Complex.

G) APM MECHANICAL INTEGRITY:

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

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

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

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

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

4) Functional Design workshop shall be conducted by the implementation agency to identify any configuration changes from the baseline software. All the changes to be documented and submitted to BORL for approval.

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

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

7) For Inspection Management, Implementation Agency will discuss possible work management interface to Create Inspection Task with either Meridium or SAP being the master for the Inspection plan. All the pros and cons will be discussed during the FDS work shop when BORL will take a decision and the same shall be followed. The agency shall be responsible to configure the solution accordingly.

Page 66: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

CRFQ 1000292029 E-tender System ID : 31011

8) As and when required, alert/email reminder to be created from Inspection Task family whenever the Task is overdue or about to become due in Meridium depending upon the decided policy

9) BORL wants to update the Notification history in SAP from Inspection Report

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

10) BORL wants that the notification be created from Inspection Task family

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

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

values.

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

13) Implementation agency shall add T-min calculator for storage tanks and add

relevant PV stress values for all the code years.

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

15) Meridium to formulate a calculation of ranking of each process unit based on each plant risk and place in Corporate Risk Matrix of respective site. The process unit may contain few plants.

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

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

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

19) Provision shall be made for consolidation of recommendations.

20) Inclusion of general recommendation for managing the Inspection recommendation other than repair/replacement (or importance). eg. generic painting jobs, insulation repair jobs etc.

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

22) Existing queries and reports to be transported. Implementation Agency to guide any better ways to configure.

Page 67: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

CRFQ 1000292029 E-tender System ID : 31011

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

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

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

26) System should not permit entering of the abnormal data that has values

beyond permissible variation. For example, thickness entry of 99 mm in place of 9.9 mm.

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

28) Implementation agency shall carry out Risked Based Analysis (RBI) for HGU

and HCU- DHDT complex. Approximate quantity of static equipment, P & ID, PFD / MFD is given as below.

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

1 PFD / MFD 5 9

2 P & ID 53 126

3 Heaters 1 4

4 Columns Nil 16

5 Heat Exchangers + AFC 37 + 10 59 + 20

6 Vessels 52 71

7 Reactors 4 6

8 Dosing Tanks 5 -

9 Process Piping Loops 15 45

The Mechanical Integrity Work Process, which includes RBI, is focused on mitigating the risk of loss of containment by implementing condition assessment activities. The Mechanical Integrity Work Process shall consist of the steps broadly outlined in the following table.

Steps Description Details

1 Collect or update equipment and location data

Gather the data that is required to perform a degradation mechanism review, calculate risk, and plan and execute the appropriate

Page 68: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

CRFQ 1000292029 E-tender System ID : 31011

Steps Description Details

activities.

2 Identify potential degradation mechanisms

Identify and quantify the types and locations of degradation that are occurring in equipment and their components. After doing so, the probability of failure can be calculated so that one can plan effective activities.

3 Perform a risk analysis

Calculate risk for equipment and their components so that one can optimize and prioritize the condition monitoring activities that will help mitigate the risks

4 Define a mitigation strategy

Use risk results and strategy rules to generate recommendations to mitigate risk.

5 Execute the strategy

Perform recommended inspection or test activities so that one can mitigate the risk associated with each potential degradation mechanisms.

6 Evaluate and communicate results

Evaluate existing data to obtain better information about a piece of equipment's or location's condition so one can reduce uncertainty and risk.

29) The implementation agency shall generate a Test Plan at the start of the

project which comprises of all the relevant information of record counts and various statistics at BORL. Pilot room testing shall be carried out and acceptance from the BORL core team shall be obtained.

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

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

31) Hand holding shall include the following. Handholding shall start only after

software go-live. a) Minimum 20(Twenty) notifications shall be generated in Meridium and

pushed to SAP system following all steps. b) Create minimum 20(Twenty) tasks in Inspection Management System

(IMS). c) Meridium shall help BORL to bring 15(Fifteen) tags from Process

Historian and set the IOW limits and to add these as health indicators. d) Create Thickness Measuring Locations (TMLs) for 10 nos. static

equipment each for Pressure vessels, Heat exchangers, columns and piping, total 40 nos.

32) Scope of work for RBI implementation at BORL

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

conformance to the requirements of API 580 (latest edition) & API 581 (latest edition).

Page 69: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

CRFQ 1000292029 E-tender System ID : 31011

b) Corrosion Subject Matter Expert (SME) shall be deployed for corrosion study and making corrosion loops. SME shall have adequate experience of making corrosion control documents for RBI study of minimum 3 (three) plants in Petroleum Refineries. SME shall have minimum 10 years of experience in the field of corrosion study.

c) SME shall conduct the corrosion loop finalization work shop at BORL for 5 days minimum and finalize the corrosion loops with BORL team. SME shall be available at BORL Refinery site at the time of corrosion looping study. Implementation agency shall identify, mark & verify corrosion loops and damage mechanisms for both equipment & piping on P&ID based on existing operating conditions, stream flows, corrosive fluids, fluid characteristics, material specifications & damage mechanisms. Corrosion study is inclusive of the scope.

d) RBI methodology expert experienced in Meridium system shall be available at BORL Refinery site during the data template creation & review/validation of Meridium output.

e) Corrosion loops shall be marked on both PFDs and P&IDs. Final review and acceptance of corrosion loops will be by BORL core team.

f) After corrosion loop identification, Implementation agency shall develop data template comprising of the following steps. 1) Preparation of relevant data base. 2) Identification of all damage mechanisms, study of probability of

failure & consequence of failure. 3) Calculation of probability of failure for each component as a function

of damage mechanisms it is expose to. 4) Calculation of consequence of failure associated with each

component. 5) Combination of probability and consequence numbers to calculate

the risk associated with each component and rank the component according to the risk results.

g) Implementation agency shall conduct RBI workshop involving RBI specialist who shall familiarize BORL team for RBI methodology and Meridium RBI methodology.

h) RBI facilitation work shop shall be conducted by RBI specialist in which the RBI output/risk ranking will be verified and finalized. Any correction in data if required shall be done in consultation with BORL. Risk of RBI components will be finalized during the facilitation work shop

i) All the process equipment (viz. columns, exchangers, pressure vessels, furnace coils, piping, pressure relieving devices etc.) of HGU and HCU-DHDT shall be covered in scope for RBI Implementation.

j) Inspection guidelines provided by M/s CLG, Process Licensor for BORL Hydro-cracker Unit shall be taken into consideration for implementation of RBI.

k) Implementation agency shall finalize the data collection templates in consultation with BORL core team. Implementation agency shall hand over the agreed data collection templates to BORL core team in one go. No subsequent data collection templates will be accepted by BORL core teams. All further changes in formats, analysis etc. shall be done by the Implementation agency.

Page 70: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

CRFQ 1000292029 E-tender System ID : 31011

l) BORL will collect the required RBI data in the data collection template and validate the data and provide to implementation agency for upload.

m) Site teams will provide the data initially in Microsoft word/excel format. All required conversions of provided data in to other required formats/templates shall be carried out by Implementation agency. BORL core team will not carry out any conversion of data in to other required formats.

n) Implementation agency shall validate data type and load it into the Meridium software. Implementation agency shall deploy persons trained in Meridium software at this stage. Implementation agency will run the Meridium program to obtain output.

o) Implementation agency shall be responsible for uploading the data to RBI software.

p) Within equipment, the inspection strategy/plans shall be developed for each component and sub-component level based on vulnerability of component/sub-component.

q) The Implementation agency shall quantify risk involved for each equipment using Risk, consequence and criticality analysis. The Implementation agency shall rank the equipment to arrive Risk matrix.

r) The Implementation agency shall develop/generate a cost-effective inspection and maintenance plan in consultation with BORL core team for increased mechanical integrity and reliability based on inspection final outputs. Inspection plan / strategy shall be built using Risk, Probability and criticality analysis. Inspection plan and maintenance plan shall be developed with the following considerations 1) To increase the effectiveness and efficiency of inspection – What to

inspect and which methods to use for inspection. Reduction in probability of failure.

2) Timely identification of repair/replacement of degrading/deteriorating equipment

3) To reduce the level of risk of failure in terms of health, safety, Environmental and business.

4) To increase the run length of the facilities. 5) Prioritization of inspection activities of each equipment or facility or

plant 6) Statutory and regulatory requirements prevalent in India.

s) All the damage mechanisms, included in API 571 (latest edition) and relevant to HGU and HCU- DHDT are to be included

t) The damage mechanisms and damage rates should be identified thorough review of inspection records, history records, previous experience, relevant codes/ standards/handbooks and the operating data. If required, Subject Matter Expert (SME) of Implementation agency shall provide standard corrosion rates for various corrosion loops & components of the plants under consideration. The corrosion rates shall be based on corrosion rate data base of API or other reputed companies. These rates shall be approved by BORL core team.

u) The Implementation agency shall conduct initial / preliminary study to identify the scope of RBI study and RBI software configuration and the report shall be submitted to site team for comments and approval.

v) Implementation agency shall create the components in Meridium.

Page 71: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

CRFQ 1000292029 E-tender System ID : 31011

w) On approval of the initial/preliminary study report, the Implementation agency shall conduct the detailed analysis which includes consequence analysis, calculation of Probability of failure (PoF), Risk calculations, Inspection method identification and developing of inspection strategy/plan. The detailed report shall be presented to the BORL core team for acceptance.

x) The following shall be the deliverables from the Implementation agency for the RBI implementation. 1) Corrosion control documents containing corrosion loops marked on

both PFDs and P&IDs and corrosion reports giving all damage mechanisms, IOWs, corrosion rates etc.

2) Detailed RBI report having component wise probability of failure, consequence of failure, risk assessment and ranking. Report shall document all assumptions used in RBI study and highlight specific conclusions and recommendations.

3) Asset wise rolled up POF and COF. 4) Inspection strategy and inspection plans for all the equipment

included in the scope. This shall include plan with respect to components/sub component of the equipment, degradation mechanisms & recommended inspection methods for each degradation mechanisms and when to inspect.

5) Mitigation plan for items appearing to have unacceptable risk. 6) Inspection work list. 7) The final documents containing all above-said documents in soft

copy and a hard copy bound volume. H) TRAINING:

a) Administrative training for IS team to be provided. b) User Trainings shall be conducted by the implementation agency at BORL

sites independently for both functional team and technical team. c) Unless otherwise specified the batch for functional training shall have up to

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

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

the training sessions. I) DOCUMENTATION:

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

submitted by the implementation agency to BORL. Manual shall be in the

form of hard copy and soft copy with text description and screen shots.

2) Prepare and submit the following documents.

a. AS-IS and TO-BE Documents b. FDS documents c. As built Configuration documents d. Interfaces manual e. Testing plans as per FDS

Page 72: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

CRFQ 1000292029 E-tender System ID : 31011

f. Training manuals g. User manual / Procedure Manual- For each work process

3) User manuals containing the following.

a. Functional, Super user and system Administrator tasks. b. All the configuration documents shall be supplied by the implementation

agency in the form of as-built document. c. For all modules and wok processes d. Role assigning and managing e. RBI process document including ever-greening. f. RCM/FMEA/ASM/ASI Process document and packaging to SAP as

Maintenance Plans. g. Create role /authority for deleting records or modify the data. h. Procedures for creating the following in Meridium system i. Creating parent-child relationship between assets. j. Create, change, and update failure codes. k. Create, change, and update shutdown codes. l. IOW linking and making policies.

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

a. TML bulk creation and upload. b. Bulk up load of asset data. c. TML measurement data. d. Asset Criticality Analysis upload. e. RBI component creation, analysis and re-analysis. f. Task creation in bulk. g. PV stress including addition, deletion or modification to look up table for

stress values for TM evaluation. h. Template for inspection profiles and inspection methods. i. Functional Aspects - building, modification and provide access control for

the following. i. Query, Report, Graphs etc. ii. Dash board, score card iii. Alerts iv. Scheduling of task, data extraction scheduler v. Mapping fields for interfacing the Meridium with third party

software. J) SPECIAL CONDITIONS:

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

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

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

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

Page 73: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

CRFQ 1000292029 E-tender System ID : 31011

3) Experienced technical consultants having implementation experience in 3.6 or V4 covering all the work processes (modules) should be deployed on the project to ensure smooth transition to newly accepted work processes.

4) Subject Matter Experts (SME), project manager and coordinator shall be mobilized for all hand holding and implementation of Meridium, having implemented at least at three sites.

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

6) Implementation agency shall prepare and submit the progress report

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

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

deployed to perform Asset Criticality Analysis for assets.

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

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

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

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

11) The interfaces connecting to SAP system shall be approved by SAP and

BORL ERPCC team and IS teams.

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

13) The implementation agency shall update the risk ranks of existing records in

existing database, and get it reviewed by the site teams if required. This shall be considered as scope for handholding.

14) The implementation agency must ensure that the designed work process

shall be consistent across both the sites.

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

16) The Implementation agency shall abide by the safety and security

regulations as enforced by the owner from time to time. The Implementation

Page 74: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

CRFQ 1000292029 E-tender System ID : 31011

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

17) Implementation agency shall obtain on their own and at their cost the

necessary permits and approvals for foreign expatriates to work in India, if deemed necessary.

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

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

19) The scope of the implementation as specified in this tender document shall

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

20) Implementation agency is required to study the job and prepare their own

bar-chart and furnish with the techno-commercial bid.

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

22) There will be stabilization period of six months from the date of completion

of implementation work. Implementation agency shall give support and resolve all the issues, bugs, errors and connectivity issues at no extra cost during the stabilization period.

23) There may be incidences of work getting affected due to site team members

not available for some time due to exigencies, emergencies and plant shutdowns for a maximum period of one month. Implementation agency shall plan the activities accordingly such that there is no involvement of our site member during such period.

24) In case the work gets affected due to some interface/software issues

resulting in idling of the resources of implementation agency and/or rescheduling of the jobs, no extra compensation will be made.

25) Training shall be given separately at BORL refinery.

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

that users can be trained.

27) Common Training shall be given to core teams for each process before starting the implementation to understand the features in detail and is part

Page 75: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

CRFQ 1000292029 E-tender System ID : 31011

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

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

� Name, address and contact details of the petroleum refinery where APM V3.6 or V4.2 version is successfully implemented.

� Experience of the SMEs and resources of implementation agency. K) GENERAL INFORMATION:

1) There will be a separate engineer-in-charge for each site who will be coordinating all the activities related to this tender with whom the implementation agency shall interact.

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

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

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

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

rescheduling the existing inspection schedules or thickness monitoring plans.

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

L) PAYMENT TERMS FOR BORL:

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

A) Implementation

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

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

Page 76: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

CRFQ 1000292029 E-tender System ID : 31011

M) TIME OF COMPLETION:

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

N) LIQUIDATED DAMAGES:

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

Page 77: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

CRFQ 1000292029 E-tender System ID : 31011

ANNEXURE-3

SCOPE OF WORK FOR NRL

INTRODUCTION:

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

As a part of corporate program, NRL intends to implement Meridium Enterprise APM version APM V4.2.0.8 (or the latest) for its Asset Integrity Management System (AIMS).

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

A) FUNCTIONAL DESIGN SPECIFICATION (FDS):

Implementation Agency shall conduct a workshop for FDS for all modules / work

processes listed in Annexure-B2 for NRL. Work shop shall be held at

Numaligarh. Implementation Agency shall submit the FDS to NRL Team for

approval.

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

NRL:

a) Identify the requirements related to all the modules. b) Design the Taxonomy Mapping for Numaligarh Refinery. c) Identify all requirements including interfaces and reporting.

Page 78: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

CRFQ 1000292029 E-tender System ID : 31011

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

deployment can be made successful and how NRL can be most benefitted by

implementing APM.

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

meeting, discussions, interviews, questionnaire etc.

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

available in the software.

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

“To Be” processes.

6) Identify the best option available in solution offered based on the inputs given

by NRL core team and identify those processes, which have a “straight fit” in

solution offered. In case, there is no straight fit in solution, offer ‘work around’

solution for such processes.

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

affecting the changes.

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

software, all such changes to be submitted for approval and document all the

changes that will lead to configuration in the software.

9) FAT to be carried out and approved by NRL before migrating all the

configurations/data to Quality environment.

10) Pilot room testing shall be carried out based on FDS and implementation

agency shall obtain approval from NRL core team. Any changes if required

shall be incorporated in the system.

11) The FDS implementation plan should have scalability to enable NRL to

extend solution to maximum capacity.

12) FDS report should contain the test criteria for site acceptance, testing

procedure and integration testing procedure.

13) Submit the test plans and FDS for review approval of NRL including the

changes in work processes, configuration etc. identified during the FDS.

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

installation, implementation agency shall train NRL core team.

B) INSTALLATION OF ALL MODULES OF APM SOFTWARE:

Page 79: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

CRFQ 1000292029 E-tender System ID : 31011

1. Implementation Agency shall carry out Software Installation on Server

Operating System Windows Server 2012 or later version (64 Bit) and SQL

Server 2014 or later version (64 Bit) on Physical Server Hardware and/or

Virtual Server (on VMware/Citrix platform) and/or public cloud. Operating

System, Database and APM Software and required hardware will be

provided by NRL.

2. Implementation Agency shall setup the AIMS Solution landscape having

Production with high availability feature, Development/Quality and DR

(Disaster Recovery) site.

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

Availability feature wherein Primary Server will have redundancy and

automated failover between these two servers for application and

transactional data will be configured and tested. Implementation Agency

should clearly specify the configuration of such an environment.

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

provide the required resources as specified by Implementation Agency. Its

Implementation Agency’s responsibility to configure the setup, build

redundancy, set Disaster Recovery processes and test DR for the first time.

5. Implementation agency shall provide the test plans to NRL so that the test

plan after applying hot fixes, patches and even upgrades. The test plan

should also include all scenarios of processes including work flow and

interface parts and shall be prepared with the NRL configuration.

6. Carry out testing of all data and Work process to the version (V4.2.0.8 or

latest). Final acceptance testing shall be carried out with the core team and

shall obtain the approval from NRL before rolling out into production.

7. Set up the following Interfaces:

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

Interface Name Remarks

Equipment Interfacing from SAP to APM

Functional Location Interfacing from SAP to APM

Work History & work history detail Interfacing from SAP to APM

Equipment Technical Characteristics Interfacing from SAP to APM

Functional Location Technical Interfacing from SAP to APM Characteristics

Work Management Interfacing from SAP to APM

Notification Management Interfacing from APM to SAP

Work Order Management Interfacing from APM to SAP

Page 80: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

CRFQ 1000292029 E-tender System ID : 31011

ACA Adaptor Direct Interfacing from APM to SAP

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

b) APM Interface with other sources:

System Name Existing Version

Aspen IP21 V8.0 and A1PE 8.5

LIMS Sample Manager V11.1

GE System 1 V 6.90 update 1

DMS SAP Content Server 6.5 DMS running on SAP MaxDB 7.6

OLEMS Siemens SENTRON Power manager V3.1

PROGNOST V12

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

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

available in different applications, as defined in this section.

8. Bulk uploading facility. The following bulk uploading using excel sheets shall

be made available:

a. TML bulk creation and upload. b. Bulk up load of asset data. c. TML measurement data. d. Asset Criticality Analysis upload. e. RBI component creation, analysis and re-analysis. f. Task creation in bulk. g. PV stress including addition, deletion or modification to look up table for

stress values for TM evaluation. h. Template for inspection profiles and inspection methods. i. Functional Aspects - building, modification and provide access control for

the following. j. Query, Report, Graphs etc k. Dash board, score card l. Alerts m. Scheduling of task, data extraction scheduler n. Mapping fields for interfacing the Meridium with third party software o. Bulk upload of check list p. Bulk upload of Vibration reading from vibration data collector q. Asset Criticality Analysis data. r. Measurement location and their IOW limits.

Page 81: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

CRFQ 1000292029 E-tender System ID : 31011

C) APM FOUNDATION:

1) The APM Foundation shall include the following functional components: a) Functional Location and Equipment Master Data including technical data

(characteristic data) shall be imported from SAP to Meridium through interface.

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

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

d) Asset Criticality Analysis: Asset Criticality Analysis shall provide a structured methodology for assessing the risk of an equipment or functional location or system. The risk rank shall then be utilized to map to ABC criticality in SAP.

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

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

years) 24. Bad Actor by cost -Taxonomy class for specified time (say in last two years

for 25. Bad Actor by cost -Taxonomy type in last two years or specified time 26. Bad Actor by repair count -Taxonomy Category

i. Bad Actor by repair count -Taxonomy Class

Page 82: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

CRFQ 1000292029 E-tender System ID : 31011

ii. Bad Actor by repair count -Taxonomy Type iii. Bad Actor by repair count -Taxonomy Category in last two years

or specified time iv. Bad Actor by repair count -Taxonomy class for specified time

(say in last two years) v. Bad Actor by Repair count -Taxonomy type for specified time

(say in last two years) vi. Bad Actor by cost equipment for specified time (say in last two

years vii. Bad Actor by repair count equipment for specified time (say in

last two years) viii. Bad Actor by repair equipment.

g) Taxonomy Mapping of Assets: The Functional location and Equipment master data structure from SAP PM shall be replicated in Meridium and the existing customizations shall be reviewed to adapt to the same. The Taxonomy Mapping shall be configured in consultation with NRL during the design Workshop.

h) Metrics and Scorecards: Standard Metrics and score cards available in Meridium shall be used to the extent possible and the same shall be configured as per the configuration identified during FDS. Additional parameters and KPI identified shall also be included in this.

2) Provision shall be made to grouping of assets, systems and unit level for risk

vs cost comparison in ASM module.

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

4) The Technical Characteristics maintained in the SAP system against

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

5) The User Login and Authentication shall be based on windows authentication using Active directory and shall be role based.

6) The System shall be capable of sending email alerts if required to certain users/group of users on certain conditions.

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

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

Page 83: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

CRFQ 1000292029 E-tender System ID : 31011

9) The management process for recommendations shall be standardized across NRL sites and will include optional links to create/update Notifications in SAP as and only where it is relevant.

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

11) Policies shall be created based on the requirements of the work processes.

The workshop for FDS shall design and capture triggers, logical calculation and actions performed by each Policy.

12) Implementation agency shall help NRL to select and create 30 Policies to

take intelligent actions based on the IOW limits of Health Indicators.

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

14) The implementation agency shall provide Hand holding for the following: a) The implementation agency shall create one dashboard each for all the

work processes. The dashboard content shall be discussed with NRL during the FDS workshops. Role based Dash board or home page is to be created for different users of different departments.

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

NRL. c) Implementation agency shall carry out the following for all the rotary

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

systems.

D) APM HEALTH:

1) The Asset health manager shall be treated as one place of truth for

identifying and monitoring the asset health. The only relevant information

from tags shall be collated in Asset Health Manager.

2) The APM health work process shall comprise of the following components for

implementation: a) Asset health manager b) Rounds

3) The Asset Health Management Module shall be configured for both sites to

add health indicators based on strategic actions for the asset. The

Page 84: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

CRFQ 1000292029 E-tender System ID : 31011

configuration shall facilitate linking of Health indicators to Tags and events

from various sources such as: a) Aspen IP21 b) LIMS c) GE System1 d) Handheld devices for rounds for identified parameters. (Presently NRL

plans to develop the functionality for this requirement. Actual implementation shall be done at later stage.)

e) Prognost V12

4) Handholding shall start only after software go-live. Software go-live shall take

place after successful completion of configuration and testing. Handholding

shall be carried out for the following: a) Implementation agency shall configure the software for handheld device

and configure the interface with handle held device with Meridium and is for approx. 30 numbers of routes having 10 equipment in each route with 15 tags per equipment.

b) The implementation agency shall handhold NRL to create 15 health indicators.

E) APM STRATEGY:

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

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

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

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

Steps Description Details

1

Evaluate asset risk and performance

Identify and qualify unmitigated risks.

Define how current maintenance plans mitigate risks.

Identify gaps in mitigation.

Define regulatory actions.

2 Mitigate risks with an action plan

Assess and document what is currently being done to mitigate risk as well as identify additional actions to mitigate risk.

3

Optimize mitigations

Review current mitigation plan to: Identify actions that have no current value to see if they can be removed or replaced. Identify less intrusive actions that supersede other, more intrusive actions. Document areas that need improving. Document decision process. Review the impact of the new strategy on

Page 85: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

CRFQ 1000292029 E-tender System ID : 31011

Steps Description Details risk and cost, compared to the original strategy.

4

Communicate an improved plan

Communicate the following information that was documented in previous steps of the work process: The updated strategy profile. What changed from the original strategy? Why the updated strategy was selected. The return on investment value. The risk reduction numbers.

5

Implement the Strategy

Implement the new strategy into SAP PM. Specifically, during this step, implement: Recommendations that were identified. Processes to measure the effectiveness of the strategy. Document the decision-making process behind the new strategy. A process for obtaining and communicating feedback from the workforce in the field.

6

Execute the Strategy

Execute the work: Ensure the work is being documented. Ensure the workforce understands the value in executing the plan. Review work history to maintain and ensure regulation compliance.

3) The implementation agency shall generate a Test Plan at the start of the

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

4) NRL plans to create the functionality for Operator rounds and is described in

the APM Health section. Actual Implementation shall be done at later stage.

5) The implementation agency shall be responsible for handholding the respective teams through the entire process. It includes Criticality analysis, RCM/FMEA, ASM, ASI and pushing the approved recommendations to SAP in the form of notification or work order.

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

F) APM FAILURE ELIMINATION:

1) The Failure Elimination Work Process shall include following modules for

implementation a) Root Cause Analysis b) Reliability Analytics

Page 86: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

CRFQ 1000292029 E-tender System ID : 31011

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

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

Steps Description Details

1 Understand asset performance

Use the APM Foundation work process to classify assets and evaluate event history and production losses.

2

Identify opportunities

Identify chronic events and bad actors based upon information such as number of work orders, work order cost, and lost production.

3

Perform an Investigation

Identify how a given failure occurs and take the appropriate corrective measures to eliminate the identified causes.

4

Determine solutions

Recommend changes to improve overall asset performance and communicate findings and those recommendations to decision makers.

5 Implement solutions

Use the APM Foundation work process to track recommendations.

6

Track performance

Measure the effectiveness of strategy implementation, which can transform corporate visions into strategies and measures, aligning key performance indicators to company's objectives and strategies.

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

import templates for common failure modes on assets.

4) Recommendations generated from root cause analysis shall be available for tracking for implementation and effectiveness.

5) Handholding shall be carried out for the following:

a) Facilitators from the implementation agency shall facilitate NRL to

perform 5 (five) Root Cause Analysis (RCA) for NRL. These shall be suitably selected from various disciplines like static, rotary, electrical, instrumentation & process etc.

b) NRL shall form a team of cross functional members for carrying out root cause analysis on the selected failures.

c) Facilitators from the implementation agency shall facilitate NRL to create 5 (five) Reliability Distribution Analysis.

Page 87: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

CRFQ 1000292029 E-tender System ID : 31011

G) APM MECHANICAL INTEGRITY:

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

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

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

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

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

4) Functional Design workshop shall be conducted by the implementation agency to identify any configuration changes from the baseline software. All the changes to be documented and submitted to NRL for approval.

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

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

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

8) As and when required, alert/email reminder to be created from Inspection Task family whenever the Task is overdue or about to become due in Meridium depending upon the decided policy.

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

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

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

Page 88: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

CRFQ 1000292029 E-tender System ID : 31011

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

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

14) Meridium to formulate a calculation of ranking of each process unit based on each plant risk and place in Corporate Risk Matrix of respective site. The process unit may contain few plants.

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

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

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

18) Provision shall be made for consolidation of recommendations.

19) Inclusion of general recommendation for managing the Inspection recommendation other than repair/replacement (or importance). e.g. generic painting jobs, insulation repair jobs etc.

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

21) Existing queries and reports to be transported. Implementation Agency to guide any better ways to configure.

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

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

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

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

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

Page 89: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

CRFQ 1000292029 E-tender System ID : 31011

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

27) Implementation agency shall carry out Risked Based Analysis (RBI) for

Hydro-cracker Unit consisting 10 PFDs and 58 P&IDs. Approximate quantity of static equipments in HCU is given below.

Sl. No.

Equipments Numbers

1 Furnaces-Process Heaters 03

2 Reactors 03

3 Columns 09

4 Heat Exchangers 52

5 Vessels 42

The Mechanical Integrity Work Process, which includes RBI, is focused on mitigating the risk of loss of containment by implementing condition assessment activities. The Mechanical Integrity Work Process shall consist of the steps broadly outlined in the following table.

Steps Description Details

1 Collect or update equipment and location data

Gather the data that is required to perform a degradation mechanism review, calculate risk, and plan and execute the appropriate activities.

2 Identify potential degradation mechanisms

Identify and quantify the types and locations of degradation that are occurring in equipment and their components. After doing so, the probability of failure can be calculated so that one can plan effective activities.

3 Perform a risk analysis

Calculate risk for equipment and their components so that one can optimize and prioritize the condition monitoring activities that will help mitigate the risks

4 Define a mitigation strategy

Use risk results and strategy rules to generate recommendations to mitigate risk.

5 Execute the strategy Perform recommended inspection or test activities so that one can mitigate the risk associated with each potential degradation mechanisms.

6 Evaluate and communicate results

Evaluate existing data to obtain better information about a piece of equipment's or location's condition so one can reduce uncertainty and risk.

Page 90: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

CRFQ 1000292029 E-tender System ID : 31011

28) The implementation agency shall generate a Test Plan at the start of the

project which comprises of all the relevant information of record counts and various statistics at NRL. Pilot room testing shall be carried out and acceptance from the NRL core team shall be obtained.

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

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

30) Hand holding shall include the following. Handholding shall start only after

software go-live. a) Minimum 20(Twenty) notifications shall be generated in Meridium and

pushed to SAP system following all steps. b) Create minimum 20(Twenty) tasks in Inspection Management System

(IMS). c) Meridium shall help NRL to bring 15(Fifteen) tags from Process Historian

and set the IOW limits and also to add these as health indicators. d) Create Thickness Measuring Locations (TMLs) for 10 nos. static

equipment each for Pressure vessels, Heat exchangers, columns and piping, total 40 nos.

31) SCOPE OF WORK FOR RBI IMPLEMENTATION at NRL

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

to the requirements of API 580 (latest edition) & API 581 (latest edition). b) Corrosion Subject Matter Expert (SME) shall be deployed for corrosion

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

c) SME shall conduct the corrosion loop finalization work shop at NRL for 5 days minimum and finalize the corrosion loops with NRL team. SME shall be

available at NRL Refinery site at the time of corrosion looping study. Implementation agency shall identify, mark & verify corrosion loops and damage mechanisms for both equipment & piping on P&ID based on existing operating conditions, stream flows, corrosive fluids, fluid characteristics, material specifications & damage mechanisms. Corrosion study is inclusive of the scope.

d) RBI methodology expert experienced in Meridium system shall be available at NRL Refinery site during the data template creation & review/validation of Meridium output.

e) Corrosion loops shall be marked on both PFDs and P&IDs. Final review and acceptance of corrosion loops will be by NRL core team.

f) After corrosion loop identification, Implementation agency shall develop data template comprising of the following steps. 1) Preparation of relevant data base. 2) Identification of all damage mechanisms, study of probability of

failure & consequence of failure. 3) Calculation of probability of failure for each component as a function

of damage mechanisms it is expose to.

Page 91: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

CRFQ 1000292029 E-tender System ID : 31011

4) Calculation of consequence of failure associated with each component.

5) Combination of probability and consequence numbers to calculate the risk associated with each component and rank the component according to the risk results.

g) Implementation agency shall conduct RBI workshop involving RBI specialist who shall familiarize NRL team for RBI methodology and Meridium RBI methodology.

h) RBI facilitation work shop shall be conducted by RBI specialist in which the RBI output/risk ranking will be verified and finalized. Any correction in data if required shall be done in consultation with NRL. Risk of RBI components will be finalized during the facilitation work shop

i) All the process equipments (viz. columns, exchangers, pressure vessels, furnace coils, piping, pressure relieving devices etc.) of Hydro-cracker Unit of NRL shall be covered in scope for RBI Implementation.

j) Inspection guidelines provided by M/s CLG, Process Licensor for NRL Hydro-cracker Unit shall be taken into consideration for implementation of RBI.

k) Implementation agency shall finalize the data collection templates in consultation with NRL core team. Implementation agency shall hand over the agreed data collection templates to NRL core team in one go. No subsequent data collection templates will be accepted by NRL core teams. All further changes in formats, analysis etc. shall be done by the Implementation agency.

l) NRL will collect the required RBI data in the data collection template and validate the data and provide to implementation agency for upload.

m) Site teams will provide the data initially in Microsoft word/excel format. All required conversions of provided data in to other required formats/templates shall be carried out by Implementation agency. NRL core team will not carry out any conversion of data in to other required formats.

n) Implementation agency shall validate data type and load it into the Meridium software. Implementation agency shall deploy persons trained in Meridium software at this stage. Implementation agency will run the Meridium program to obtain output.

o) Implementation agency shall be responsible for uploading the data to RBI software.

p) Within equipment, the inspection strategy/plans shall be developed for each component and sub-component level based on vulnerability of component/sub-component.

q) The Implementation agency shall quantify risk involved for each equipment using Risk, consequence and criticality analysis. The Implementation agency shall rank the equipment to arrive Risk matrix.

r) The Implementation agency shall develop/generate a cost-effective inspection and maintenance plan in consultation with NRL core team for increased mechanical integrity and reliability based on inspection final outputs. Inspection plan / strategy shall be built using Risk, Probability and criticality analysis. Inspection plan and maintenance plan shall be developed with the following considerations

Page 92: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

CRFQ 1000292029 E-tender System ID : 31011

1) To increase the effectiveness and efficiency of inspection – What to inspect and which methods to use for inspection. Reduction in probability of failure.

2) Timely identification of repair/replacement of degrading/deteriorating equipment

3) To reduce the level of risk of failure in terms of health, safety, Environmental and business.

4) To increase the run length of the facilities. 5) Prioritization of inspection activities of each equipment or facility or

plant 6) Statutory and regulatory requirements prevalent in India.

s) All the damage mechanisms, included in API 571 (latest edition) and relevant to Hydro-cracker Unit, are to be included

t) The damage mechanisms and damage rates should be identified thorough review of inspection records, history records, previous experience, relevant codes/ standards/handbooks and the operating data. If required, Subject Matter Expert (SME) of Implementation agency shall provide standard corrosion rates for various corrosion loops & components of the plants under consideration. The corrosion rates shall be based on corrosion rate data base of API or other reputed companies. These rates have to be approved by NRL core team.

u) The Implementation agency shall conduct initial/preliminary study to identify the scope of RBI study and RBI software configuration and the report shall be submitted to site team for comments and approval.

v) Implementation agency shall create the components in Meridium. w) On approval of the initial/preliminary study report, the Implementation

agency shall conduct the detailed analysis which includes consequence analysis, calculation of Probability of failure (PoF), Risk calculations, Inspection method identification and developing of inspection strategy/plan. The detailed report shall be presented to the NRL core team for acceptance.

x) The following shall be the deliverables from the Implementation agency for the RBI implementation. 1) Corrosion control documents containing corrosion loops marked on

both PFDs and P&IDs and corrosion reports giving all damage mechanisms, IOWs, corrosion rates etc.

2) Detailed RBI report having component wise probability of failure, consequence of failure, risk assessment and ranking. Report shall document all assumptions used in RBI study and highlight specific conclusions and recommendations.

3) Asset wise rolled up POF and COF. 4) Inspection strategy and inspection plans for all the equipment

included in the scope. This shall include plan with respect to components/sub component of the equipment, degradation mechanisms & recommended inspection methods for each degradation mechanisms and when to inspect.

5) Mitigation plan for items appearing to have unacceptable risk. 6) Inspection work list. 7) The final documents containing all above-said documents in soft

copy in CD and a hard copy bound volume.

Page 93: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

CRFQ 1000292029 E-tender System ID : 31011

H) TRAINING:

a) Administrative training for IS team to be provided. b) User Trainings shall be conducted by the implementation agency at both the

sites independently for both functional team and technical team. c) Unless otherwise specified the batch for functional training shall have up to

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

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

the training sessions. I) DOCUMENTATION:

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

submitted by the implementation agency to NRL. Manual shall be in the form

of hard copy and soft copy with text description and screen shots.

2) Prepare and submit the following documents.

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

3) User manuals containing the following.

a) Functional, Super user and system Administrator tasks. b) All the configuration documents shall be supplied by the implementation

agency in the form of as-built document. c) For all modules and wok processes d) Role assigning and managing e) RBI process document including ever-greening. f) RCM/FMEA/ASM/ASI Process document and packaging to SAP as

Maintenance Plans. g) Create role /authority for deleting records or modify the data. h) Procedures for creating the following in Meridium system i) Creating parent-child relationship between assets. j) Create, change, and update failure codes. k) Create, change, and update shutdown codes. l) IOW linking and making policies.

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

Page 94: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

CRFQ 1000292029 E-tender System ID : 31011

a) TML bulk creation and upload. b) Bulk up load of asset data. c) TML measurement data. d) Asset Criticality Analysis upload. e) RBI component creation, analysis and re-analysis. f) Task creation in bulk. g) PV stress including addition, deletion or modification to look up table for

stress values for TM evaluation. h) Template for inspection profiles and inspection methods. i) Functional Aspects - building, modification and provide access control for

the following. I. Query, Report, Graphs etc. II. Dash board, score card III. Alerts IV. Scheduling of task, data extraction scheduler V. Mapping fields for interfacing the Meridium with third party

software. J) SPECIAL CONDITIONS:

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

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

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

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

3) Experienced technical consultants having implementation experience in 3.6 or V4 covering all the work processes (modules) should be deployed on the project to ensure smooth transition to newly accepted work processes.

4) Subject Matter Experts (SME), project manager and coordinator shall be mobilized for all hand holding and implementation of Meridium, having implemented at least at three sites.

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

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

7) RCM/FMEA Facilitators having minimum 7-year experience shall be deployed to perform Asset Criticality Analysis for assets.

Page 95: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

CRFQ 1000292029 E-tender System ID : 31011

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

9) RBI methodology expert experienced in Meridium system shall be available at sites during the data template creation & review/validation of Meridium output.

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

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

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

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

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

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

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

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

18) No accommodation, travel assistance, food, lodging and boarding will be provided to Implementation agency. Implementation agency will have to arrange all travel, food, and accommodation, lodging/boarding at their cost to their staff on the work of this tender or any other work related to this tender. The quoted rates shall be inclusive of above.

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

Page 96: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

CRFQ 1000292029 E-tender System ID : 31011

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

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

21) Any modification to the software and processes to resolve any issues at a

site shall be replicated at other sites, if applicable, without any extra cost.

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

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

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

25) Training shall be given separately at NRL refinery.

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

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

28) Following documents to be submitted along with the technical bid: � Name, address and contact details of the petroleum refinery where APM

V3.6 or V4.2 version is successfully implemented. � Experience of the SMEs and resources of implementation agency.

K) GENERAL INFORMATION:

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

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

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

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

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

Page 97: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

CRFQ 1000292029 E-tender System ID : 31011

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

rescheduling the existing inspection schedules or thickness monitoring plans.

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

L) PAYMENT TERMS FOR NRL

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

A) Implementation

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

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

M) TIME OF COMPLETION

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

N) LIQUIDATED DAMAGES

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

Page 98: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

CRFQ 1000292029 E-tender System ID : 31011

ANNEXURE – A

The Corporate wide installation shall be as per the below draft landscape. The final landscape shall be proposed by the implementation agency.

Any other systems

SAP IP21

Maintenance

Equipment Master

And Functional

Location

LIMS

Exaquantum

Notifications System1

DMS

SAP PI (XI)

APM Connect

Recommendations

AIMS (Meridium APM)

Page 99: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

CRFQ 1000292029 E-tender System ID : 31011

ANNEXURE – A1

For BORL installation shall be as per the below draft landscape. The final landscape shall be proposed by the implementation agency.

Any other systems

SAP IP21*

Maintenance

Equipment Master

And Functional Location

LIMS

Exaquantum

Notifications System1

DMS

SAP - (Remote Function Call)

APM Connect

Recommendations

AIMS (Meridium APM)

IP 21 is not available currently and is planned for implementation in this FY.

Page 100: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

CRFQ 1000292029 E-tender System ID : 31011

Page 69 of 79

ANNEXURE – A2

The installation in Numaligarh Refinery Ltd. (NRL) shall be as per the below draft landscape. The final landscape shall be proposed by the implementation agency.

OLEMS

SAP Equipment Master

And Functional

Location Maintenance

Notifications

AIMS (Meridium APM)

Recommendations

IP21

LIMS

Prognost

GE System1

DMS

APM Connect

Page 101: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

ANNEXURE – B

ASSET INTEGRITY MANAGEMENT SYSTEM (AIMS) AT BPCL MR & KR

AVAILABLE IN

EXISTING VERSION REMARKS

APM Foundation

Enterprise APM Framework Yes Upgrade and migration to latest version.

APM Metrics and Scorecard No Implementation of new Module in latest version. APM Connect Plus with SAP Adapter

No Implementation of new Module in latest version.

APM Designer No Implementation of new Module in latest version.

APM Mechanical Integrity

Risk Based Inspection Yes Upgrade and migration to latest version.

Inspection Management Yes Upgrade and migration to latest version. Thickness Monitoring Yes Upgrade and migration to latest version. Pipe line management No Implementation of new Module in latest version. API 581 Calculator No Implementation of new Module in latest version.

APM Strategy

RCM / FMEA Yes Upgrade and migration to latest version. Asset Strategy Management Yes Upgrade and migration to latest version. Asset Strategy Implementation Yes Upgrade and migration to latest version. Lifecycle Cost Analysis No Implementation of new Module in latest version. Asset Strategy Library No Implementation of new Module in latest version.

APM Failure Elimination

Root Cause Analysis No Implementation of new Module in latest version.

Implementation of new Module in latest

Reliability Analytics

No for MR version for MR.

Yes for KR Upgrade and migration to latest version for KR.

APM Health

Asset Health Manager No Implementation of new Module in latest version.

Mobile Inspection (Rounds, Lubrication) No Implementation of new Module in latest version.

INTERFACE SOFTWARES

APM Connect Studio No Implementation of new software. SAP EAM Adaptor a. SAP Work Management

Interface Adaptor No Implementation of new software.

b. SAP Asset Criticality Analysis Adaptor

No Implementation of new software.

c. SAP Technical Characteristics Adaptor

No Implementation of new software.

d. SAP Process Integration (PI/XI) Adaptor

Yes Implementation of upgraded software.

e. ASI for SAP Adaptor Yes Implementation of upgraded software. OPC and OSI PI Adaptor No Implementation of new software. System One Adaptor No Implementation of new software. Emerson AMS Adaptor No Implementation of new software.

Page 102: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

ANNEXURE – B1

All the following modules and software interfaces shall be implemented for BORL

APM Foundation

Enterprise APM Framework

APM Metrics and Scorecard

APM Connect Plus with SAP Adapter

APM Designer

APM Mechanical Integrity

Risk Based Inspection

Inspection Management

Thickness Monitoring

Pipe line management

API 581 Calculator

APM Strategy

RCM / FMEA

Asset Strategy Management

Asset Strategy Implementation

Lifecycle Cost Analysis

Asset Strategy Library

APM Failure Elimination

Root Cause Analysis

Reliability Analytics

APM Health

Asset Health Manager

Mobile Inspection (Rounds, Lubrication)

INTERFACE SOFTWARES

APM Connect Studio

SAP EAM Adaptor

1. SAP Work Management Interface Adaptor

2. SAP Asset Criticality Analysis Adaptor

3. SAP Technical Characteristics Adaptor

4. SAP Process Integration (Remote function call) Adaptor

5. OPC and OSI PI Adopter

6. System One adopter

7. Emerson AMS Adopter

8. Exaquantum Adopter

9. LIMS adopter

10. Aspen Adopter

11. EDMS Adopter

Page 103: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

ANNEXURE – B2 ASSET INTEGRITY MANAGEMENT SYSTEM (AIMS) AT NUMALIGARH REFINERY LTD.

Implementation of New Modules in Enterprise APM V4.2 or latest version.

APM Foundation

Enterprise APM Framework

APM Metrics and Scorecard

APM Connect Plus with SAP Adapter

APM Designer

APM Mechanical Integrity

Risk Based Inspection

Inspection Management

Thickness Monitoring

API 581 Calculator

APM Strategy

RCM / FMEA

Asset Strategy Management

Asset Strategy Implementation

Lifecycle Cost Analysis

Asset Strategy Library

APM Failure Elimination

Root Cause Analysis

Reliability Analytics

APM Health

Asset Health Manager

Mobile Inspection (Rounds, lubrication)

INTERFACE SOFTWARES

APM Connect Studio

SAP EAM Adaptor

a. SAP Work Management - Interface Adaptor

b. SAP Asset Criticality Analysis Adaptor

c. SAP Technical Characteristics Adaptor

d. SAP Process Integration (Remote Function Call) Adaptor

e. ASI for SAP Adaptor

f. LIMS adopter

g. Aspen Adopter

h. DMS Adopter

i. OLEM Adopter

j. Prognost Adopter

k. OPC and OSI PI Adaptor

l. System One Adaptor

Interface requirement may vary at the time of implementation; these may be taken only indicative only.

Page 104: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

ANNEXURE – C

1. The following IMS fields to be configured.

a. Malfunction start date / time. b. Malfunction end date / time. c. Breakdown indicator.

2. The following alerts to be configured.

a. Email Alerts shall be provided as per the requirements identified in FDS for

managing inspection task, recommendations for work flow and monitoring

of the recommendations, task and system administration aspects. Periodic

alert as defined by BPCL shall be configured. For example, Inspection

Tasks due for next month, three months and year etc. shall be triggered

from the system as an email alert to the identified person configured for

alert. The system shall attach the pdf version the result in the email. b. Automatic e-mail generation based on the agreed date, if document is

pending for review, approval or for creation of notification. c. Email alert should contain description, observation and recommendation as

an attachment. d. It should be capable of sending the email alerts in recommendation entity

depending upon the state configuration values like created, reviewed/approved, notification created. Workflow should be able to pick the users based on the group created as pick list or similar identical method so that email will be generated to members of the group selected.

3 As an escalation process, email alerts to the higher authorities if the inspection

approver and owner does not approve the recommendation during the

reasonable time. The time will be defined at the time of FDS. There shall be

provision to alter time limit to initiate escalation.

a. Call out period setting for inspection task and custom tasks other than

inspection. b. Email IDs for alerts will be decided at the time of implementation.

Page 105: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

ANNEXURE – D (Only for BORL) List of equipment for RCM & FMEA, Root Cause Analysis - RCA / Reliability Analytics-RA in HGU and HCU-DHDT complex.

SN EQUIP TAG

NO. SERVICE RCM / FMEA RCA RA

1 16-KA-CF-401 RECYCLE GAS COMPRESSOR

● ● ●

2 16-PA-CF-

105B RGC Surface condensate pump

● ●

3 16-PA-CF-

105B RGC Surface condensate pump

● ●

4 16-PA-GR-

121A RGC Lube oil pumps ● ●

5 16-PA-GR-

121B RGC Lube oil pumps ● ●

6 16-PA-CF-122 RGC Emergency Lube oil pumps

● ●

7 16-PA-CF-

509A

FRACTIONATOR BOTTOMS PUMPS

● ●

8 16-PA-CF-

509B

FRACTIONATOR BOTTOMS PUMPS

● ●

9 16-KA-RP-

801A

MAKE-UP GAS (MUG) COMPRESSOR

● ● ●

10 16-KA-RP-

801B

MAKE-UP GAS (MUG) COMPRESSOR

● ● ●

11 16-KA-RP-

801C

MAKE-UP GAS (MUG) COMPRESSOR

● ● ●

12 16-PA-CF-101

1ST STAGE REACTOR FEED PUMP

● ● ●

13 16-PA-CF-

201A

2ND STAGE REACTOR FEED PUMPS

● ● ●

14 16-PA-CF-

201B

3rd STAGE REACTOR FEED PUMPS

● ● ●

15 16-PA-CF-

301A DHT REACTOR FEED PUMPS

● ● ●

16 16-PA-CF-

301B DHT REACTOR FEED PUMPS

● ● ●

17 16-PA-CW-

801A MUG CW pump ● ●

18 16-PA-CW-

801B MUG CW pump ● ●

19 16-PA-CF-

810A ATM. CONDENSATE PUMPS

● ●

20 16-PA-CF-

810B ATM. CONDENSATE PUMPS

● ●

21 16-PA-SM-

811A CONDENSATE PUMPS ● ●

Page 106: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

SN EQUIP TAG

NO. SERVICE RCM / FMEA RCA RA

22 16-PA-SM-

811B CONDENSATE PUMPS ● ●

23 16-PA-CF-

813A SOUR WATER PUMPS ● ●

24 16-PA-CF-

813B SOUR WATER PUMPS ● ●

25 16-PA-CF-

403A HP LEAN AMINE PUMPS

● ●

26 16-PA-CF-

403B HP LEAN AMINE PUMPS

● ●

27 16-PA-RP-

401A INJECTION WATER PUMPS

● ●

28 16-PA-RP-

401B INJECTION WATER PUMPS

● ●

29 16-PA-CF-

502A NAPHTHA REFLUX PUMPS

● ●

30 16-PA-CF-

502B NAPHTHA REFLUX PUMPS

● ●

31 16-PA-CF-

507A HEAVY DIESEL PUMP AROUND PUMPS

● ●

32 16-PA-CF-

507B HEAVY DIESEL PUMP AROUND PUMPS

● ●

33 16-PA-CF-

606A NAPHTHA SPLITTER BOTTOM PUMPS

● ●

34

16-PA-CF-606B

NAPHTHA SPLITTER BOTTOM PUMPS

● ●

35 18-KA-CF-11 Combustion air fan

● ● ●

36 18-KA-CF-12 Flue gas fan

● ● ●

37 18-KA-RP-13 A Recycle hydrogen compressor

● ●

38 18-KA-RP-13 B Recycle hydrogen compressor

● ●

39 18-PA-CF-11 A Feed naphtha pump ●

40 18-PA-CF-11 B Feed naphtha pump ●

41 18-PA-CF-12 A Boiler feed water pump ●

42 18-PA-CF-12 B Boiler feed water pump ●

43 18-PA-CF-12 C Emergency Bolier feed water pump

● ●

44 18-KA-SC-41 A Fuel gas compressor ● ● ●

45 18-KA-SC-41 B Fuel gas compressor ● ● ●

Page 107: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

List of components for RCM, FMEA at BORL

SN Equip tag

no. Service

Cent Pump

Motor Turbine Gear box

Cent comp

Recipcomp

PD pump

Cent Fan

Screw Comp

HCU-DHDT Complex

1

16-KA-CF-401

RECYCLE GAS COMPRESSOR

● ●

2

16-PA-CF-105B

RGC Surface condensate pump

● ●

3

16-PA-CF-105B

RGC Surface condensate pump

● ●

4 16-PA-GR-121A

RGC Lube oil pumps

5 16-PA-GR-121B

RGC Lube oil pumps

6

16-PA-CF-122

RGC Emergency Lube oil pumps

7

16-PA-CF-509A

FRACTIONATOR BOTTOMS PUMPS

● ●

8

16-PA-CF-509B

FRACTIONATOR BOTTOMS PUMPS

9

16-KA-RP-801A

MAKE-UP GAS (MUG) COMPRESSOR

10

16-KA-RP-801B

MAKE-UP GAS (MUG) COMPRESSOR

11

16-KA-RP-801C

MAKE-UP GAS (MUG) COMPRESSOR

12

16-PA-CF-101

1ST STAGE REACTOR FEED PUMP

● ●

13

16-PA-CF-201A

2ND STAGE REACTOR FEED PUMPS

● ●

14

16-PA-CF-201B

3rd STAGE REACTOR FEED PUMPS

● ●

15

16-PA-CF-301A

DHT REACTOR FEED PUMPS

● ●

16 16-PA-CF-

301B

DHT REACTOR FEED

● ●

Page 108: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

SN Equip tag

no. Service

Cent Pump

Motor Turbine Gear box

Cent comp

Recipcomp

PD pump

Cent Fan

Screw Comp

PUMPS

17 16-PA-CW-801A

MUG CW pump

● ●

18 16-PA-CW-801B

MUG CW pump

● ●

19 16-PA-CF-

810A

ATM. CONDENSATE PUMPS

● ●

20 16-PA-CF-

810B

ATM. CONDENSATE PUMPS

● ●

21 16-PA-SM-811A

CONDENSATE PUMPS

● ●

22 16-PA-SM-811B

CONDENSATE PUMPS

● ●

23 16-PA-CF-813A

SOUR WATER PUMPS

● ●

24 16-PA-CF-813B

SOUR WATER PUMPS

● ●

25 16-PA-CF-403A

HP LEAN AMINE PUMPS

● ●

26 16-PA-CF-403B

HP LEAN AMINE PUMPS

● ●

27 16-PA-RP-401A

INJECTION WATER PUMPS

28 16-PA-RP-401B

INJECTION WATER PUMPS

29 16-PA-CF-502A

NAPHTHA REFLUX PUMPS

● ●

30 16-PA-CF-502B

NAPHTHA REFLUX PUMPS

● ●

31 16-PA-CF-507A

HEAVY DIESEL PUMP AROUND PUMPS

● ●

32 16-PA-CF-507B

HEAVY DIESEL PUMP AROUND PUMPS

● ●

33 16-PA-CF-606A

NAPHTHA SPLITTER BOTTOM PUMPS

● ●

34 16-PA-CF-606B

NAPHTHA SPLITTER BOTTOM PUMPS

● ●

HGU Complex

35 18-KA-CF-11

Combustion air fan

36 18-KA-CF-12 Flue gas fan

Page 109: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

SN Equip tag

no. Service

Cent Pump

Motor Turbine Gear box

Cent comp

Recipcomp

PD pump

Cent Fan

Screw Comp

37 18-KA-

RP-13 A

Recycle hydrogen compressor

38 18-KA-

RP-13 B

Recycle hydrogen compressor

39 18-PA-CF-11 A

Feed naphtha pump

● ●

40 18-PA-CF-11 B

Feed naphtha pump

● ●

41 18-PA-CF-12 A

Boiler feed water pump

● ●

42 18-PA-CF-12 B

Boiler feed water pump

● ●

43

18-PA-CF-12 C

Emergency Bolier feed water pump

● ●

44 18-KA-SC-41 A

Fuel gas compressor

45 18-KA-SC-41 B

Fuel gas compressor

Total 30 41 4 7 1 5 5 2 2

Page 110: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

ANNEXURE – E

SCHEDULE OF QUANTITIES/RATES

Sr. Description Qty Unit Rate, Amount no. Rs. , Rs

1

Software and hardware Installation, configuration, upgrade, database merger, interface setup, implementation of all modules and testing as per Scope of work at BPCL MR & KR.

1 Lump sum ---

2

Software and hardware Installation, configuration, data loading, interface setup, implementation of all modules and testing as per Scope of work at BORL.

1 Lump sum ---

3

Software and hardware Installation, configuration, data loading, interface setup, implementation of all modules and testing as per Scope of work at NRL.

1 Lump sum ---

4 User Training at Mumbai Refinery 40 No. of days

5 User Training at Kochi Refinery 40 No. of days

6 User Training at BORL Refinery 40 No. of days

7 User Training at NRL Refinery 40 No. of days

TOTAL

Page 111: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

GENERAL TERMS AND CONDITIONS OF CONTRACT

1. DEFINITIONS:

In the contract documents as herein defined where the context so admits, the following words and expressions will have following meanings:

(a) “BPCL/Company” means Bharat Petroleum Corporation Limited, incorporated in

India having its registered office at 4 & 6, Currimbhoy Road, Ballard Estate, Mumbai

- 400 001 or their successors or assigns.

(b) “Consultant” means the person or the persons, firm or Company whose tender has

been accepted by BPCL and includes the Consultant’s legal representative, his

successor and permitted assigns.

(c) “Managing Director” shall mean the Chairman and Managing Director of Bharat

Petroleum Corporation Limited or his successor in office designated by BPCL.

(d) “Officer-In-Charge” shall mean the person designated as such by BPCL and shall

include those who are expressly authorized by BPCL to act for and on his behalf for

operation of this contract.

(e) “Work” shall mean the works and/or services to be executed in accordance with the

contract or part thereof as the case may be and shall include extra, additional,

altered or substituted works and/or services as required for purpose of the

contract.

(f) “Contract Document” means collectively the Tender Document, Terms of

Reference, agreed variations, if any, and such other document constituting the

tender and acceptance thereof.

(g) “Contract” shall mean the Agreement between BPCL and the Consultant for the execution of the works including therein all contract documents.

(h) “Terms of Reference” shall mean the various works to be carried out, reports to be

generated and commercial documents to be created in line with the law, as detailed

in the tender document (i) “Tender” means the tender submitted by the Consultant for acceptance by BPCL.

(j) “Alteration Order” means an order given in writing by the Officer-in-Charge to effect additions to or deletion from and alterations in the works.

Page 112: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

(k) “Completion Certificate” shall mean the certificate to be issued by the Officer-in-Charge to the Consultant when the works have been completed to his satisfaction.

(l) “Final Certificate” in relation to a work means the certificate issued by the

Officer-in-Charge after the period of liability is over for releasing the Security

Deposit.

(m) “Period of Liability” in relation to a work means the specified period during which the Consultant stands responsible for rectifying all defects that may appear in the services.

2. PROPRIETARY INFORMATION AND DATA:

All designs, drawings, specifications, data, computer printouts, files, documents, reports,

manuals, analyses and all other items produced by Bidder in the performance of work and

identified as deliverables, shall become and remain the property of BPCL, and Bidder shall

deliver the same to BPCL in accordance with the provisions of this Contract and in any

event upon termination of this Contract and shall be used only for this project.

“Proprietary Information”, shall mean all the information which the bidder, directly or

indirectly, acquires from BPCL or its Affiliates or for the performance of the work or any

other information concerning the technical and business activities and know-how of BPCL

or its Affiliates.

Bidder represents that it has policy and procedure designed to protect trade secret rights

and its own proprietary information including notices to its employees to prevent

unauthorised copying, publication and disclosure of such information. Bidder agrees that

Proprietary Information shall be subject to such policy and procedure. In addition, Bidder

agrees that it shall not disclose any Proprietary Information nor use Proprietary

Information other than on BPCL’s behalf, except as BPCL may otherwise authorise in

writing. If disclosure to a third party is so authorised, Bidder shall first enter into a written

confidentiality agreement with the said party containing the same terms and conditions

with respect to use or disclosure of Proprietary Information.

The bidder also agrees to safeguard any documents and information which BPCL may provide to the bidder there under. Bidder may make copies of such documents only to the extent necessary for the performance of the work. On completion of the work, Bidder agrees to return to BPCL all documents supplied by BPCL and to destroy all copies thereof. Should the Bidder, however, desire to retain certain documents and receives BPCL’s written approval therefore, Bidder shall treat said documents as it does Proprietary Information.

Page 113: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

The bidder also agrees to enter into written confidentiality agreements with third parties

upon BPCL’s request and to keep in force confidentiality agreements concerning third

parties’ proprietary information, which agreements shall permit the bidder to use such

parties’ proprietary information in the work.

It is not BPCL’s desire to be afforded access to Bidder’s confidential information. It is

therefore agreed that any information which Bidder provides to BPCL shall not be subject

to any obligation of confidence, (notices on drawings, proposals, graphs, tables,

specifications and the like to the contrary notwithstanding), and BPCL shall not be liable

for any use or disclosure of any of such information unless such information is the subject

of an express written confidentiality agreement between BPCL and Bidder. Bidder also

agrees that it will not disclose to BPCL any information which is subject to an obligation of

confidence by Bidder to any third persons.

On or before the date of the Certificate of Acceptance of the work, Bidder shall deliver or

cause to be delivered to BPCL such licenses of all patents and other proprietary rights held

by Bidder, any Subcontractor, or any of their respective Affiliates as may be required for

BPCL in the optimal use of the Work in the manner intended.

3. PATENT INDEMNIFICATION:

Bidder shall indemnify BPCL against all loss, cost, damage and expense arising from any

claim asserted against BPCL, that the work or part thereof, or any methods, designs or

things furnished or specified by Bidder under this Contract, or any use thereof in the

reasonable contemplation of the Parties at the time furnished, or any methods, processes

or acts employed by Bidder in connection with the performance of its obligations

hereunder, constitutes an infringement of any intellectual property right, patent, trade

secret, proprietary information, know-how, copyright (statutory or non-statutory),

unpatented invention or any unauthorised use of the work of others.

Bidder shall at his own expense defend any suit or proceeding based on any claim

asserted against BPCL. BPCL shall give Bidder such assistance as Bidder may reasonably

require in the defence of such suit, and shall have the right to be represented therein by

counsel of its own choosing at its own expense. Neither BPCL nor Bidder shall settle or

compromise any such suit or action without the written consent of the other if the

settlement or compromise obligates the other to make any payments or part with any

property or assume any other obligations or other rights or be subject to any injunction

by reason of such settlement or compromise.

Persons included within Indemnity shall include BPCL, its Affiliates and their respective

officers, directors, employees, servants, Bidders and agents, or any of them as the context

may require.

Page 114: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

4. CONFLICT OF INTEREST:

The Consultant appointed by BPCL, shall in no case represent or give opinion or advice to others in any matter which is adverse to the interest of BPCL.

5. PERFORMANCE OF DUTIES AND SERVICES BY CONSULTANT:

a. The Consultant shall perform its Services in full accordance with the terms and

conditions of the Contract and any applicable local laws and regulations and shall

exercise all reasonable professional skill, care and diligence in the discharge of said

project work.

i. Consultant shall in all professional matters act as faithful advisor to BPCL, and

will provide expert commercial/technical advice and skills which are normally

required for the class of services for which they are engaged.

ii. Consultant, its staff, employees shall carry out all its responsibilities in accordance with the best professional standards.

iii. Consultant shall prepare and submit documents /reports etc. in due time and in

accordance with the Tender Conditions.

b. Consultant will maintain for the performance of the Contract, personnel as

determined to be responsible for carrying out the job and such persons shall not be

replaced or substituted without written approval of BPCL.

6. PRIORITY OF WORKS:

BPCL reserves the right to fix up the priorities which will be conveyed by Officer-in-Charge and the Consultant shall plan and execute the work accordingly.

7. INTELECTUAL PROPERTY RIGHTS:

Accessibility to the documents of BPCL shall be provided to the Consultant for performing

necessary activities as per the requirement. The Consultant should maintain secrecy and

should not divulge any information to any person/Organization in India or abroad.

8. REPORT / PRESENTATION:

The Consultant will submit copies of report, analysis from time to time as required during

execution of the work for comments of BPCL. The scope of work involves giving

presentation to Senior Management of BPCL if required for understanding of various

activities and strategies to be finalized at different stages of the work.

Page 115: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

9. SIGNING OF THE CONTRACT:

The successful tenderer shall be required to execute an agreement within a period of 30

days from the receipt of notification of acceptance of tender. The payment will not be

processed until the agreement is executed.

10. MODIFICATION:

Any modifications or additions to the contract shall not be binding unless made in writing and agreed by both the parties.

11. RECTIFICATION PERIOD:

All services shall be rendered strictly in accordance with the terms and conditions stated in the contract.

No deviation from such conditions shall be made without BPCL’S agreement in writing

which must be obtained before any work against the order is commenced. All services

rendered by Consultant pursuant to the Contract (irrespective of whether any information

has been furnished, reviewed or approved by BPCL) are guaranteed to be of the best

quality of their respective kinds.

The Consultant shall rectify at his own cost any mistake in assumption of any data in the

study or use of wrong data or faulty study observed within twelve months of the

acceptance of the report and will submit the rectified report incorporating the changes

wherever applicable within 30 days of observance of mistake.

12. INTERPRETATION OF CONTRACT DOCUMENT:

Except if and to the extent otherwise provided by the Contract, the provisions of the Contract Terms and Conditions shall prevail over those of any other documents forming part of the contract. Several documents forming the contract are to be taken as mutually explanatory. Should there be any discrepancy, inconsistency, error or omission in the contract or any of the matter may be referred to Officer-in-Charge, who shall give his decisions and issue to the Consultant instructions directing in what manner the work is to be carried out. The decision of the Officer-in-Charge shall be final and conclusive and the Consultant shall carry out work in accordance with this decision.

Singular and Plural: In the contract documents unless otherwise stated specifically, the

singular shall include the plural and vice-versa wherever the context so requires. Words

indicating persons shall include relevant incorporated companies/ registered as

associations/ body of individual/ firm or partnership.

Notwithstanding the sub-division of documents into these separate sections and volumes,

every part of each shall be deemed to be supplementary to and complementary of every

Page 116: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

other part and shall be read with and into the contract so far as it may be practicable to

do so.

Wherever it is mentioned in the Terms of Reference that the Consultant shall perform

certain work or provide certain facilities, it is understood that the Consultant shall do so

at his own cost.

13. SECURITY DEPOSIT TOWARDS PERFORMANCE :

To ensure performance of the contract and due discharge of the contractual obligations,

the successful contractor will have to provide security deposit of 10% of the contract

value within 30 days of receipt by him of the notifications of acceptance of tender.

This Security deposit may be furnished in the form of an Account payee Demand Draft

payable to BPCL or Bank Guarantee in the prescribed format. The contractor shall have

the option to adjust any Earnest Money Deposit (EMD), if paid in forms other than Bank

Guarantee, towards security deposit if he so desires.

In the case of security deposit submitted in the form of Bank guarantee, the Bank

Guarantee shall be valid and remain in force till the completion of contractual completion

period, defect liability period of 12 months plus a claim period of 3 months. The Bank

Guarantee shall be in the form prescribed.

The security deposit will be retained till the successful completion of the work and

thereafter till the expiry of the defect liability period, if applicable. This retention

money/Bank guarantee held shall be released after the expiry of the defect liability period

provided that any defects appearing during that period are corrected by the contractor

and subject to Clause 1.2 below.

If the Contract Value is in more than one currency, the Security deposit shall also be in

multiple currencies amounting to 10% for each currency of awarded contract. In the case

of value/rate/quantity contracts, the security deposit shall be based on individual release

orders issued.

If the contractor/ sub-contractor or their employees shall break, deface or destroy any

property belonging to the Owner or other agency during the execution of the contract,

the same shall be made good by the Contractor at his own expenses and in default

thereof, the Engineer-in-Charge may cause the same to be made good by other agencies

and recover expenses from the contractor (for which the certificate of the Engineer-in-

Charge shall be final). These expenses can be recovered from the security deposit if

recovery from other sources is not possible.

Page 117: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

All compensation or other sums of money payable by the contractor to the Owner under

terms of this contract may be deducted from his security deposit/retention money or

from any sums which may be or may become due to the contractor by the Owner on any

account whatsoever and in the event of his security deposit/retention money being

reduced by reasons of any such deductions. The contractor shall within ten days

thereafter make good any sum or sums, which may have been deducted from his security

Deposit/retention money. No interest shall be payable by the Owner from sum deposited

as security deposit/retention money.

The security deposit shall be held by the Owner, as security for the due performance of

the Contractor’s obligations under the contract, provided that nothing herein stated shall

make it incumbent upon the Owner to utilize the security deposit/retention money in

preference to any other remedy which the Owner may have, nor shall be construed as

confining the claims of the Owner against the contractor to the quantum of the Security

Deposit/retention money.

The Bank guarantee if submitted shall be from any Indian scheduled bank or an

international bank of repute having a branch in India or a corresponding banking

relationship with an Indian scheduled bank. The security deposit/retention money shall be

in Indian Rupee in the case of domestic bidders and in the quoted currency in the case of

foreign bidders (INR/USD/EURO as the case may be.)

14. FORFEITURE OF SECURITY DEPOSIT:

Whenever any claim against the Consultant for the payment of a sum of money arises out

of or under the contract, the BPCL shall be entitled to recover such sum by appropriating

in part or whole, security deposit of the Consultant, forming whole or part of such

security being insufficient or if no security has been taken from the Consultant then the

balance or the total sum recoverable, as the case may be, shall be deducted from any sum

then due or which at any time thereafter may become due to the Consultant. The

Consultant shall pay to the BPCL on demand any balance remaining due.

15. ACTION WHEN WHOLE OF SECURITY DEPOSIT IS FORFEITED:

In any case in which, under any clause or clauses of this contract, the Consultant shall

have forfeited the whole of his security deposit (whether paid in one sum or deducted by

installment) or have committed a breach of any of the terms contained in this contract

the BPCL shall have power to adopt any of the following courses as he may deem best

suited to his interest.

To rescind the contract (of which rescission notice in writing to the Consultant under the

hand of the BPCL shall be conclusive evidence) in which case the security deposit of the

Consultant shall stand forfeited and be absolutely at the disposal of the BPCL.

Page 118: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

To measure up the work of the Consultant and to take such part thereof as shall be unexecuted out of his hand to give it to another Consultant to complete in which case any expenses which may be incurred in excess of the sum which would have been paid to the original Consultant, if the whole work had been executed by him (of the amount of which excess, the certificate in writing of the Officer-in-Charge shall be final and conclusive) shall be borne and paid by the original Consultant and may be deducted from any money due to him by the BPCL under the contract or otherwise or from his security deposit or from the proceeds of sale thereof, of a sufficient part thereof. In the event of any of the above course being adopted by the BPCL, the Consultant shall

have no claim to compensation for any loss sustained by him by reason of his entered into

any agreements or made any advances on account of or with a view to the execution of

the work of the performance of the contract. In case the Consultant shall not be entitled

to recover or be paid any sum for any work actually performed under this contract unless

the Officer-in-Charge will certify in writing the performance of such work and the value

payable in respect thereof and he shall only be entitled to be paid the value so certified.

16. TIME OF PERFORMANCE:

The work covered by this contract shall be commenced as detailed in the purchase order

or as per the instructions of the Engineer in charge and be completed in stages on or

before the dates as mentioned in the time schedule of completion of work. The contractor

should bear in mind that time is the essence of this agreement. Request for revision of

Completion time after tenders are opened will not receive consideration.

Time Schedule of Completion: The general time schedule of completion is given in the

tender document. Contractor should prepare a detailed monthly and weekly execution

programme, jointly with the Engineer-in-Charge within two weeks of receipt of Letter of

Intent or acceptance of tender. The work shall be executed strictly as per the time

schedule given in this document. The period of completion given includes the time

required for testing, rectifications, if any, retesting and completion in all respects to the

entire satisfaction of the Engineer-in-Charge.

17. FORCE MAJEURE:

Any delays in or failure of the performance of either party hereto shall not constitute

default here under or give rise to any claims for damages, if any, to the extent such delays

or failure of performance is caused by occurrences such as Acts of God or the public

enemy expropriation or confiscation of facilities by Govt./authorities, compliances with

any order or request of any Government authorities, acts of war, rebellion or sabotage or

fires, floods, explosions, riots or strikes. The contractor shall keep records of the

circumstances referred to above and bring these to the notice of Engineer-in-Charge in

writing immediately on such occurrences.

Page 119: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

18. EXTENSION OF TIME:

If the contractor shall desire an extension of the time for completion of the work on the

grounds of his having been unavoidably hindered in its execution or on any other grounds,

he shall apply in writing to the Engineer-in-Charge within two weeks of the date of

hindrance on account of which he desires such extension as aforesaid, and the Engineer-

in-Charge shall if in his opinion (which shall be final), reasonable grounds have been

shown thereof, authorize such extension of time as may in his opinion be necessary or

proper.

In the event of extension of Time of the contract, if granted, the contractor shall be

required to suitably extend the period of Bank Guarantee if submitted, towards security

Deposit/retention money suitably.

19. LIQUIDATED DAMAGES FOR DELAY:

Time is the essence of the contract. In case the contractor fails to complete the whole

work within the stipulated period, he shall be liable to pay liquidated damages of 0.5% of

the value of contract per week and or part thereof of the delay subject to a maximum of

5% of the value of the contract. The parties agree that this is a genuine preestimate of the

loss/damage which will be suffered by the owner on account of delay on the part of the

contractor and the said amount will be payable on demand without there being any proof

of the actual loss or damages having been caused by such delay/breach. The owner shall

be at liberty to adjust or deduct the said amount of liquidated damages from any amount

due to the contractor including Security Deposit.

The owner shall be at liberty to deduct or retain from any amount payable to the

contractor periodically, the proportionate or full amount of liquidated damages as the

case may be for the delay periodically caused by the contractor.

20. PROJECT MANAGEMENT:

The project management will be the responsibility of the Officer-in-Charge, who will be

nominated by BPCL. The Officer-in-Charge may also authorize his representatives to

perform his duties and functions.

21. CONSULTANT’S TEAM:

Consultant shall nominate a qualified and experienced person as its Team Leader who

will be the contact person between BPCL and Consultant for the performance of the

Contract. The nomination shall be done at the time of filling the bid. Consultant shall

notify BPCL in writing prior to the appointment of a new Team Leader.

Page 120: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

BPCL shall be at liberty to object to any nomination and to require Consultant to

remove Consultant's representative for good causes. Consultant shall replace

immediately such person by competent substitute at no extra cost to BPCL.

Consultant’s Representative shall be entitled to act on behalf of Consultant with respect to any decisions to be made under the Contract.

22. RETIRED/RESIGNED COMPANY OFFICER:

No officer of BPCL is allowed to work as a Consultant for a period of two years after his

retirement/resignation from the employment of BPCL without the previous permission

of BPCL. The contract, if awarded, is liable to be cancelled if either the Consultant or

any of his employees is found at any time to be such a person, who had not obtained

the permission of BPCL as aforesaid before submission of tender, or engagement in the

Consultant’s service as the case may be.

23. FIRM PRICE:

The fees quoted by the Consultant should be firm and not subject to any price escalation.

24. OWNER MAY DO PART OF WORK:

Upon failure of the consultant to comply with any instructions given in accordance with

the provisions of the contract, the owner has the alternative right, instead of assuming

charge for entire work to place additional manpower, technological solutions on such

parts of the work, as the owner may designate or also engage another consultant to carry

out the work. In such cases, the owner shall deduct from the amount which otherwise

might become due to the consultant, the cost of such work and materials with ten

percent added to cover all departmental charges and should the total amount thereof

exceed the amount due to the consultant, the consultant shall pay the difference to the

owner.

25. TERMINATION/OFFLOADING:

The Consultant fully understands that timely completion of work as per the schedule is of

paramount necessity as otherwise it would lead to adversely affecting the schedules of

other works/project with resultant financial and other losses to BPCL. In view of this, the

Consultant unconditionally agrees and binds himself to be liable for all the consequences

for non-completion of work within the stipulated time period.

In case a situation is brought about by the Consultant warranting termination/off-loading

of the whole or any part of the work for any reason whatsoever, BPCL shall have the

liberty and right to entrust/engage/award the work so terminated/off loaded at the risk

Page 121: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

and cost of the Consultant to any other Agency/Consultant by adopting any mode of

inviting tenders, i.e. open/limited/ single party/negotiation basis etc. in order to ensure

the completion of work as per the schedule or at the quickest possible time.

26. LIABILITIES:

The aggregate total liability of the Contractor to Owner under the Contract shall not

exceed the total Contract Price, except that this Clause shall not limit the liability of the

Contractor for following:

(a) In the event of breach of any Applicable Law;

(b) In the event of fraud, willful misconduct or illegal or unlawful acts, or gross

negligence of the Contractor or any person acting on behalf of the Contractor; or

(c) In the event of acts or omissions of the Contractor which are contrary to the

most elementary rules of diligence which a conscientious Contractor would have

followed in similar circumstances; or

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

Intellectual Property; or

(e) For any damage to any third party, including death or injury of any third party

caused by the Contractor or any person or firm acting on behalf of the

Contractor in executing the Works.

Neither Party shall be liable to the other Party for any kind of indirect nor consequential

loss or damage like, loss of use, loss of profit, loss of production or business interruption

which is connected with any claim arising under the Contract.

27. PROFESSIONAL LIABILITY:

The Consultant is expected to carry out its assignment with due diligence and in accordance with prevailing standards of the profession.

28. INDUSTRIAL AND INTELLECTUAL PROPERTY:

In order to perform the services, Consultant must obtain at its sole account, the necessary

assignments, permits and authorizations from the title holder of the corresponding

patents, models, trademarks, names or other protected rights and shall keep BPCL

harmless and indemnify BPCL from and against claims, proceedings, damages, costs and

expenses (including but not limited to legal costs) for and/or on account of infringements

of said patents, models, trademarks names or other protected rights.

All documents, reports, information, data collected and prepared by Consultant in connection with the scope of work submitted to BPCL will be the property of BPCL.

Page 122: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

Consultant shall not be entitled either directly or indirectly to make use of documents, reports given by BPCL for carrying out of any services with the third parties.

Consultant shall not without the prior written consent of BPCL be entitled to publish

studies or descriptive article with or without illustrations or data in respect of or in

connection with the performance of services.

29. LIENS:

If, at any time, there should be evidence or any lien or claim for which BPCL might have

become liable and which is chargeable to the Consultant, BPCL shall have the right to

retain out of any payment then due or thereafter to become due an amount sufficient to

completely indemnify BPCL against such lien or claim and if such lien or claim be valid,

BPCL may pay and discharge the same and deduct the amount so paid from any money

which may be or may become due and payable to the Consultant. If any lien or claim

remain unsettled after all payments are made, the Consultant shall refund or pay to BPCL

all money that the latter may be compelled to pay in discharging such lien or claim

including all costs and reasonable expenses.

Consultant will not disclose details of work to any person or persons except those

engaged in its performance, and only to the extent required for a particular portion of

work being done. Consultant will not give any items concerning details of work to the

press or news disseminating agency without prior written approval of BPCL.

30. SUB-LETTING AGREEMENT:

The Consultant shall not sub-let or assign the work or any part thereof to another party

without the written consent of BPCL and no such sub-letting or assignment shall relieve

the Consultant from full and entire responsibility of his obligation under the Agreement.

31. SUSPENSION OF WORKS:

The Consultant shall, if ordered in writing by the Officer-in-Charge or his representative,

temporarily suspend the works or any part thereof for such period and such time as so

ordered and shall not, after receiving such written order, proceed with the work therein

ordered to be suspended, until he shall have received a written order to proceed

therewith. The Consultant shall not be entitled to claim/compensation for any loss or

damage sustained by him by reason of temporary suspension of the works aforesaid. An

extension of time for completion, corresponding with the delay caused by any such

Page 123: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

suspension of works as aforesaid will be granted to the Consultant, should he apply for

the same, provided that suspension was not consequent to any default or failure on the

part of the Consultant.

32. CANCELLATION:

The Company shall at any and all times during the period stipulated for the work, has the

right forthwith to cancel the agreement by giving written notice thereof to the Consultant

and in such case the Consultant shall be paid for such part of the work as has been

executed by him up to the date of cancellation, on the basis of schedule of rates as per

Purchase Order/Contract and shall be reimbursed by the Company for the cost and

expenses incurred by him but which would now be wasted as a direct consequence of the

cancellation of Agreement.

33. ARBITRATION:

Option “1”.

“Law, Arbitration and Jurisdiction:

A. Negotiation and Conciliation:

The Parties shall endeavor to settle any dispute, difference, claim, counter-claim,

question or controversy between the Parties arising out of, in connection with or in

relation to this Agreement (“Dispute”) amicably between themselves, through

negotiation.

B. Reference to Arbitrator:

I. Any Dispute which the Parties are unable to resolve pursuant to Clause (A)

within thirty (30) days of the written notification by one Party to the other of the

existence of a Dispute shall be finally determined by arbitration in accordance

with the provisions of the Indian Arbitration and Conciliation Act, 1996 or any

statutory modification or re-enactment thereof.

II. All arbitration proceedings shall be conducted in English language. For the

purpose of such arbitration, both parties shall in good faith explore the

possibility of agreement on a Sole Arbitrator and in case of failure of such mutual

agreement on Sole Arbitrator, each party shall appoint one arbitrator and both

appointed arbitrator shall appoint third arbitrator. The Arbitral tribunal shall

decide any such dispute or claim strictly in accordance with the governing law

specified below. The arbitration shall be conducted in accordance with the

provisions of Indian Arbitration and Conciliation Act, 1996.

III. The venue of arbitration shall be Mumbai, India. The Award may include an

award of costs. Each Party shall bear their respective expenses in relation to the

Page 124: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

arbitration and the eventual liability for the costs shall be in terms of the arbitral

award.

IV. Notwithstanding of arbitration in respect of such dispute, the parties shall

continue to perform their respective obligations under this Agreement without

prejudice to the final determination/ Award in respect of such dispute.

C. Decision/ Award:

Any decision or Award of the Arbitrator appointed pursuant to this clause shall be

final and binding upon the parties.

D. Governing Laws/ Jurisdiction:

This Agreement shall be governed by and construed in accordance with Laws of India.

Each of the Parties hereto irrevocably submits to the sole and exclusive jurisdiction of

the Courts at Mumbai, India.”

In case 1st Option is not acceptable then:

Option “2”.

Any dispute arising out of or in connection with this contract, including any question

regarding its existence, validity or termination, shall be referred to and finally resolved

by arbitration under LCIA India Arbitration Rules, which Rules are deed to be

incorporated by reference into this clause.

The number of arbitrator shall be three.

The seat or arbitration shall be Mumbai, India.

The language to be used in the arbitration shall be English.

The governing law of the contract shall be the substantive law of India.

In case Option “1 & 2” are not acceptable then:

Option “3”.

Any dispute arising out of or in connection with this contract, including any question

regarding is existence, validity or termination, shall be referred to and finally resolved by

arbitration in Singapore in accordance with the Arbitration Rules of Singapore

International Arbitration Centre (“SIAC Rules”) for the time being in force, which rules

are deemed to be incorporated by reference in this clause.

The Tribunal shall consist of one arbitrator. The language of the arbitration shall be

English.

This contract is governed by the Laws of India.

Page 125: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

SETTLEMENT OF DISPUTE BETWEEN GOVT. DEPT. / PUBLIC SECTOR UNDERTAKINGS IN A

PURCHASE OR SERVICE CONTRACT :

In the event of any dispute or differences between the VENDOR / CONTRACTOR /

SUPPLIER and the OWNER, if the VENDOR /CONTRACTOR / SUPPLIER is a Government

Department, a Government Company or a undertaking in the public sector, then in

suppression of the provisions of above Arbitration clause, stands modified to the

following extent:-

All disputes and differences of whatsoever nature arising out of or in relation to this

Contract / Agreement or in relation to any subsequent contract / agreement between the

parties shall be attempted to be resolved amicably by mutual discussions between the

parties. If they are not settled at the implementation level of officers, then these

unresolved disputes/ differences will be referred for resolution by discussions with the

concerned Director of BPCL and the concerned Director of Vendor / Contractor / Supplier.

In case same does not resolve the difference within 30 days, arbitration clause as

hereunder would apply.

In the event of any dispute or difference relating to the interpretation and application of

the provisions of the contracts, such dispute or difference shall be referred by either party

for Arbitration to the sole Arbitrator in the Department of Public Enterprises to be

nominated by the Secretary to the Government of India in-charge of the Department of

Public Enterprises. The Arbitration and Conciliation Act, 1996 shall not be applicable to

arbitration under this clause. The award of the Arbitrator shall be binding upon the parties

to the dispute, provided, however, any party aggrieved by such award may make a further

reference for setting aside or revision of the award to the Law Secretary, Department of

Legal Affairs, Ministry of Law & Justice, Government of India. Upon such reference the

dispute shall be decided by the Law Secretary or the Special Secretary/Additional

Secretary, when so authorized by the Law Secretary, whose decision shall bind the Parties

finally and conclusively. The Parties to the dispute will share equally the cost of arbitration

as intimated by the Arbitrator.

34. JURISDICTION :

The contractor shall be governed by the Laws in force in INDIA. The contractor hereby

submits to the jurisdiction of the Courts situated at Mumbai (Ernakulam-in the case of

Kochi Refinery), for the purpose of actions and proceedings arising out of the contract and

the courts at Mumbai (Ernakulam-in the case of Kochi Refinery), only will have jurisdiction

to hear and decide such actions and proceedings.

Page 126: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

35. RISK PURCHASE CLAUSE :

BPCL reserves the right to curtail or cancel the order either in full or part thereof if the

vendor fails to comply with the delivery schedule and other terms & conditions of the

order. BPCL also reserves the right to procure the same or similar materials/equipment

through other sources at vendor's entire risk, cost and consequences. Further, the vendor

agrees that in case of procurement by the owner from other sources the differential

amount paid by the owner shall be on account of the vendor together with any interest

and other costs accrued thereon for such procurement.

36. OPERATION OF CONTRACT:

36.1 Law Governing:

Regardless of the place of contracting, place of performance or otherwise, this

Agreement, and all amendments, modifications, alterations, or supplements, thereto shall

be governed by the laws of India and respective state laws for the nature, validity and

interpretation thereof.

36.2 Non-Waiver of Default:

Any failure by the Owner or Contractor at any time, or from time to time, to enforce or

require the strict keeping and performance of any of the terms or conditions of this

agreement, or to exercise a right hereunder, shall not constitute a waiver of such terms,

conditions or rights, and shall not affect or impair same, or the right of the Owner or the

Contractor, as the case may be at any time to avail itself of same.

37. PURCHASE PREFERENCE:

Owner reserves its right to allow Public Sector Enterprises (Central/State), purchase

preference as admissible/applicable from time to time under the existing Govt. policy.

Purchase preference to a PSE shall be decided based on the price quoted by PSE as

compared to L1 Vendor at the time of evaluation of the price bid.

Owner reserves its right to allow Micro and Small Enterprises (MSEs) and MSEs owned by

Scheduled Caste (SC) or the Scheduled tribe (ST) entrepreneurs, purchase preference as

admissible/applicable from time to time under the existing Govt. policy. Purchase

preference to a MSE and a MSE owned by SC/ST entrepreneurs shall be decided based on

the price quoted by the said MSEs as compared to L1 Vendor at the time of evaluation of

the price bid.

Page 127: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

38. RIGHT OF OWNER TO ACCEPT OR REJECT TENDER:

The right to accept the tender will rest with the Owner. The Owner, however, does not

bind itself to accept the lowest tender, and reserves to itself the authority to reject any or

all the tenders received without assigning any reason whatsoever.

The whole work may be split up between two or more contractors or accepted in part and

not entirely if considered expedient.

Tenders in which any of the particulars and prescribed information are missing or are

incomplete in any respect and/or the prescribed conditions are not fulfilled are liable to b

rejected.

Canvassing in connection with tenders is strictly prohibited and tenders submitted by the

tenderer who resort to canvassing will be liable to rejection.

Tender containing uncalled remarks or any additional conditions are liable to be rejected.

Page 128: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

ADDITIONAL GENERAL TERMS AND CONDITIONS FOR FOREIGN BIDDERS

It is mandatory for the foreign bidder to furnish the documents for the compliance to

requirement of PAN No. , Tax Residency Certificate and Form No.10F (applicable for foreign

bidder in case of services in India is required as per scope of bidding document) as per Income

Tax Act in case his receipts are subject to tax deduction at source in India:

(a) PAN No.

PAN as per the Indian Income Tax requirements shall be submitted, failing which the Consultant

shall be responsible for any additional tax deduction at source as per the provisions of the

Indian Income Tax Act/Rules and the same shall be deducted from the payment made to

Consultant.

(b) Tax Residency Certificate (TRC)

TRC containing prescribed particulars as per the Annexure 1 from the Government of foreign

country in order to claim the benefits of DTAA as per the Indian Income Tax requirements shall

be submitted, failing which the relief under DTAA will not be available and consequently the

actual rate of withholding tax will be applicable and deducted from the payment made to

Consultant (i.e., non-resident taxpayer). The TRC shall be duly verified by the Government of

the country of which the assessee claims to be a resident for the purposes of tax.

(c) Form 10F

In additional to TRC, in order to claim the benefits of DTAA, bidder shall also submit additional

information in form no. 10F as per Annexure 2. Form 10F has to be signed & verified by the

assessee himself.

The above shall be furnished before release of any payment or within one month of the release

of Order, whichever is earlier. In case of failure to submit the above information, any additional

tax liability on Owner, will be deducted from the payment due to the Consultant.

Page 129: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

ANNEXURE 1

TAX RESIDENCY CERTIFICATE

TRC obtained by the Non-resident from Government of foreign country shall contain the

following particulars:

i. Name of the assessee

ii. Status (individual, company, firm, etc.) of the assessee

iii. Nationality (in case of individual)

iv. Country or specified territory of incorporation or registration (in case of others)

v. Assessee’s tax identification number in the country or specified territory of residence or in

case of no such number, then, a unique number on the basis of which the person is identified

by the Government of the country or the specified territory

vi. Residential status for the purpose of Tax

vii. Period for which the certificate is applicable

viii. Address of the applicant for the period for which the certificate is applicable.

Page 130: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

ANNEXURE 2

FORM NO. 10 F

[See sub-rule (1) of rule 21AB of the Income-tax Act, 1961]

Information to be provided under sub-section (5) of section 90 or sub-section (5) of section 90A

of the Income-tax Act,1961

1. I_________________*son/daughter of Shri _____________ in the capacity of

___________________(designation)do provide the following information, relevant to the

previous year _________,*in my case/in the case of __________for the purposes of sub-section

(5) of *section 90/section 90A:-

Sr.

No

Nature of Information Details #

i Status (individual, company, firm etc.) of

the assessee

:

ii Permanent Account Number (PAN) of the

assessee if allotted

:

iii Nationality (in the case of an individual)

Or Country or specified territory of

incorporation or registration (in the case

of others)

:

iv Assessee’s tax identification number in

the country or specified territory of

residence and if there is no such number,

then, a unique number on the basis of

which the person is identified by the

Government of the country or the

specified territory of which the assessee

claims to be a resident

:

v Period for which the residential status as

mentioned in the certificate referred to in

sub-section (4) of section 90 or sub

section (4 )of section 90A is applicable

:

vi Address of the assessee in the country or

territory outside India during the period

for which the certificate, mentioned in (v)

above, is applicable

:

Page 131: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

2. I have obtained a certificate referred to in sub-section (4) of section 90 or sub-section (4) of

section 90A from the Government of _________________________(name of country or

specified territory outside India).

Signature:_________________________

Name:____________________________

Address:__________________________

Permanent Account Number :___________________

Verification

I_________________do hereby declare that to the best of my knowledge and belief what is

stated above is correct, complete and is truly stated.

Verified today the ___________day of ________________

________________________________________

Signature of the person providing the information

Place:_________________

Notes:

1. * Delete whichever is not applicable.

2. #Write N.A. if the relevant information forms part of the certificate referred to in sub-section

(4) of section 90 or sub-section (4) of section 90A.”

Page 132: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

SPECIAL CONDITIONS OF CONTRACT

GENERAL:

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

and Conditions of Contract (GTC), including its amendments, specifications of work, drawings

and any other document forming part of this contract wherever the context so requires.

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

including all design standards, as stipulated in the respective sections and should be in a position

to submit the required records as evidence for review of OWNER as and when required and

shall carry out changes based on PMC / OWNER review.

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

done, every part of each shall be deemed to be supplementary of every other part and shall be

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

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

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

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

of such repugnancy, or variations prevail.

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

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

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

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

Codes of practice for detailed specifications covering any part of the work covered in this

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

A) TAXES AND DUTIES

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

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

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

mandatory.

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

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

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

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

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

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

not applicable, please indicate the same as "Nil" while submitting this form.

Page 133: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

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

cost, GST as applicable shall be provided in all your invoices along with GST registration

no. & SAC code for the services provided.

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

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

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

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

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

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

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

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

B) INCOME TAX & CORPORATE TAX

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

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

Corporate Tax Liability if any shall be to Contractor’s account.

C) POST ORDER EXECUTION & CORRESPONDENCE:

Correspondence regarding execution, payments and subsequent correspondence etc. shall

be with P & CS Dept of individual Refinery after issue of purchase order.

Page 134: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

CRFQ 1000292029 E-Tender System ID – 31011

SECTION- 7

UNPRICED BID FORMAT

(VENDOR SHALL INDICATE QUOTED/ NOT QUOTED IN THIS FORMAT)

(TO BE FILLED ONLINE ON E-PORTAL)

Page 135: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

CRFQ 1000292029 E-Tender System ID – 31011

SSEECCTTIIOONN--88

FORM A – FORMAT FOR TAXES AND DUTIES

Page 136: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

CRFQ 1000292029 E-Tender System ID – 31011

FORM-A

A NAME OF WORK :

Implementation of Asset Integrity Management System

(AIMS) At BPCL Group Refineries

B E-tender CRFQ 1000292029, E-tender System ID : 31011

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.

Additional Notes:

1. Indian bidders are required to indicate GST (in percentage).

2. Non-Indian bidders : GST is payable by BPCL directly to the tax authorities.

3. TDS (Tax Deducted at Source) :

a. Indian Bidders : TDS shall be deducted from the invoice value by BPCL and

necessary certificate shall be issued by BPCL.

b. Non-Indian Bidders : Witholding tax shall be deducted from the invoice

value by BPCL and necessary certificate shall be issued by BPCL.

Page 137: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

CRFQ 1000292029 E-Tender System ID – 31011

SECTION 9

FORM-B – ACCEPTANCE - DEVIATION FORM

Page 138: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

CRFQ 1000292029 E-Tender System ID – 31011

FORM B

FORMAT FOR ACCEPTANCE AND DEVIATION

A NAME OF

WORK :

Implementation of Asset Integrity Management System (AIMS)

At BPCL Group Refineries

B E-tender

CRFQ 1000292029, E-tender System ID : 31011

C NAME OF

BIDDER :

TABLE – 1

Sl.

No. DOCUMENT

ACCEPTED

WITHOUT ANY

DEVIATIONS

WITH

DEVIATIONS

1 SCOPE OF WORK

2 GENERAL TERMS AND CONDIITIONS

3 SPECIAL CONDITIONS OF CONTRACT

Note:- Bidders are required to confirm acceptance of all terms and conditions mentioned in

the tender document. Duly filled in, Signed, stamped and scanned copies of Tender, special

Conditions of Contract (SCC)/ Special Purchase conditions, special instructions to bidders,

scope of work, specification, Scalable requirements, Agreed Terms & Conditions , unpriced

part of price schedule are to be uploaded in the web. The format given above in Table 1 is

to be filled for all other documents. Any deviations, taken may be stipulated in the format

given in Table 2 (below).

TABLE – 2

DEVIATIONS

Sl.

No.

Bid Document

Reference Subject Deviation

Page Clause

1

2

3

Page 139: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

CRFQ 1000292029 E-Tender System ID – 31011

I/We confirm that I/ we have studied all the Terms and Conditions of the RFQ/ tender

document and confirm our acceptance of the same except for the clauses mentioned above

in this deviation form.

In case our offer is successful, we will submit hard copies of all documents duly signed and

stamped on all pages.

___________________________

SIGNATURE WITH NAME & ADDRESS, SEAL AND DATE.

Note:

1. Filling up and submission of this form is mandatory.

2. If a document is accepted without any deviation, the vendor is required to put a tick

mark in the respective column against the document. If there are deviations, the

vendor is required to put a tick mark in the respective column against the document

and indicate the deviation(s) in the format given for indicating the same.

3. Successful bidder is required to submit hard copies of all documents duly signed

and stamped on all pages.

Page 140: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

CRFQ 1000292029 E-Tender System ID – 31011

SECTION-10

E-BIDDING INSTRUCTIONS

Page 141: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

CRFQ 1000292029 E-Tender System ID – 31011

INSTRUCTIONS TO BIDDERS ON E-TENDERING

1.0 GUIDELINE FOR E-PROCUREMENT SYSTEM:

Bharat Petroleum Corporation Ltd. has gone for online submission of bid through e-

procurement system on https://bpcleproc.in. Bidders are advised to read the Instructions for

participating in the electronic tenders directly through internet (Bid Submission Manuals

are available on the above mentioned e-procurement site).

To participate on tenders hosted by BPCL on e-procurement site, bidders are required to

have a digital certificate and do “Enrollment” (Register on site) by creating one User Id on

the above site.

Bidders shall make their own arrangement for e-bidding. The Un-priced Technical Bids

along with all the copies of documents should be submitted in e-form only through BPCL

e-Procurement system. Before the bid is uploaded, the bid comprising of all attached

documents should be digitally signed using digital signatures issued by an acceptable

Certifying Authority (CA) in accordance with the Indian IT Act 2000. If any modifications

are required to be made to a document after attaching digital signatures, the digital

signature shall again be attached to the modified documents before uploading the same.

Late and delayed Bids / Offers after due date / time shall not be permitted in E-procurement

system. However if bidder intends to change the bid already entered may change / revise

the same on or before the last date and time of submission deadline. No bid can be

submitted after the last date and time of submission has reached. The system time (IST) that

will be displayed on e-Procurement web page shall be the time and no other time shall be

taken into cognizance. Bidders are advised in their own interest to ensure that bids are

uploaded in e-Procurement system well before the closing date and time of bid. No bid can

be modified after the dead line for submission of bids.

BPCL shall not be responsible in any way for failure on the part of the bidder to follow the

instructions. Further BPCL in any case will not be responsible for inability of the bidder in

participating in the event due to ignorance, failure in Internet connectivity or any other

reason. It is advised that the bidder uploads small sized documents preferably (up to 5 MB)

at a time to facilitate in easy uploading into e-Procurement site. BPCL does not take any

responsibility in case of failure of the bidder to upload the documents within specified time

of tender submission.

Bidders are required to Login with their User ID & Password (along with Digital

Certificate) on e-tendering site (https://bpcleproc.in), then click on “Dashboard”, click on

“Action” button against required Tender, If the required tender number/ details are not

available in the first displayed page, then they can click on “more” button, for proceeding

to next page(s). They will get “Download files” as well as “Tender Common Forms” on the

same page. For participating in tender and for download Tender Documents, click on

“Participate”. In the same menu, one can upload the scanned, signed stamped documents in

“Edit Bid Common Forms”.

Page 142: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

CRFQ 1000292029 E-Tender System ID – 31011

For downloading Java, please click on “Download JRE 6” on login page or more details

about Bidding steps. Also, “New User Instruction Manual” from log in page can be

referred.

Bidders are required to save / store their bid documents for each item into their computers

before submitting their bid into e-tender.

2.0 CONTACT PERSONS:-

FOR E-TENDERING RELATED ISSUES:

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

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

the snapshots of the errors being faced to:

Email - [email protected]

(OR) Contact the following helpdesk numbers: All India +91 79 4027 0573.

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

Page 143: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

CRFQ 1000292029 E-Tender System ID – 31011

SECTION-11

FORMAT FOR BIDDER’S INFORMATION

Page 144: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

CRFQ 1000292029 E-Tender System ID – 31011

FORMAT FOR BIDDER’S INFORMATION

Name of the Bidder

Address

Type of Organisation:

Government Dept. / Public Sector Undertaking

/ Public Limited Company / Private Limited

Company / Partnership / Propreitorship / Others

(Pl. specify)

Location of Registered Office , in the case of

Company

Place and Year of the Incorporation

Person Authorized to sign the bid document

Phone, e-mail

Does bidder has permanent establishment in

India. If yes, please provide the address.

Indian PAN No. (if available)

In case of Foreign ,Tax Residency

CERTIFICATE

GST Registration number

Whether the bidder falls under the category of

Micro & Small Enterprises (MSE) as per the

MSME Policy of Govt. of India. If YES,

whether proof for the same enclosed with the

bid?

Indicate relationship with any of our Directors.

SIGNATURE OF BIDDER :

STAMP OF THE BIDDER :

Page 145: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

CRFQ 1000292029 E-Tender System ID – 31011

SECTION 12

PURCHASE PREFERENCE POLICY LINKED WITH LOCAL CONTENT

(ATTACHED)

Page 146: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

CRFQ 1000292029 E-Tender System ID – 31011

SCETION – 13

VENDOR ADVISORY – ENVIRONMENTAL

(ATTACHED)

Page 147: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

CRFQ 1000292029 E-Tender System ID – 31011

SECTION 14

QEHS POLICY

(ATTACHED)

Page 148: Tender - AIMS Implementation - Bharat Petroleum APM is also interfaced with SAP PM Module to exchange master data ... K Rajashekar, GM ... Board/NSIC/Directorate of Handicrafts and

CRFQ 1000292029 E-Tender System ID – 31011

SECTION 15

POLICY OF HOLIDAY LISTING FOR VENDORS IN BPCL

(ATTACHED)