Upload
hadiep
View
219
Download
0
Embed Size (px)
Citation preview
CPO (REFINERIES)
ADDENDUM NO:1 TO REQUEST FOR QUOTATION
CRFQ NO. 1000259136 (E-TENDER NO. 13986)
TURNAROUND JOBS OF PROCESS UNITS IN TRAIN III
COMPLEX AT BPCL MUMBAI REFINERY DURING FEB/MAR
2017
ADDENDUM NO:1 TO REQUEST FOR QUOTATION CRFQ -1000259136
E-Tender Sys No: 13986
1.0 INTRODUCTION
Addendum No:1 is issued against the tender for “TURNAROUND JOBS OF PROCESS UNITS IN
TRAIN III COMPLEX AT MUMBAI REFINERY DURING FEB/MAR 2017”. This Addendum shall form
the part of tender document for Package-1, Crude Distillation Unit-3 (CDU-3)/ Vacuum
Distillation Unit (VDU), E-Tender No: 13986 and shall be signed and submitted along with the
techno-commercial bid.
The description of the Addendum is given below;
Common Points 1. All hydro jetting personnel shall wear Hydrojetting Protective Suit (MOC – Dyneema or
equivalent )
2. For all hot work in the plant, Non Combustible Fire Blankets shall be used.
Points specific to Package: Package 1: CRUDE DISTILLATION UNIT-3 (CDU-3) & VACUUM DISTILLATION UNIT (VDU)
COMMERCIAL
Section No/Page
No. of the
document in the
tender
Sub heading
Ref
Addendum issued
VOLUME I, SECTION-
4
PRE-
QUALIFICATION
CRITERIA- NOTE
TO BIDDERS
Additional point:
Exchange rate for foreign currency conversion to Indian rupees
shall be considered as per the TT selling rate published by The
State Bank of India on the previous day of opening of the Pre-
Qualification bid for PQ criteria evaluation.
EARNEST MONEY DEPOSIT (EMD)
The EMD of Rs.10 Lakhs shall be against the tender consisting of
4 packages irrespective of the number of packages quoted by the
bidder.
I.E; even if the bidder quotes for a single package or multiple
packages, the EMD applicable shall be only Rs. 10 Lakhs.
DUE DATE OF THE TENDER
The due date of the tender is extended from 11:00 Hrs (IST) of
05.08.2016 till 11:00 Hrs (IST) of 16.08.2016.
Prequalification bid shall be opened at 11:15 Hrs (IST) of
16.08.2016
TECHNICAL
Section No/Page No.
of the document in
the tender
Sub heading
Ref
Addendum issued
VOLUME II APPENDIX
A ATTACHMENT 2
SCOPE OF
WORK
COLUMN
Sr no 5 c. shall be read as “Wherever distributors are removed
out of the column, it shall be cleaned including all nozzles and
branches, assembled outside the column and shall be checked
for blockage if any. For distributors which are not possible for
removal outside the equipment, all the nozzles shall be removed
& cleaned. All the distributors shall be offered to BPCL
Technology for spray pattern testing”.
VOLUME II APPENDIX
A ATTACHMENT 3
SCOPE OF
WORK HEATER
Sr no 20 d) shall be read as “Make boson chair arrangement for
internal inspection of the stack. Boson chair and necessary steel
wire rope winch shall be arranged by contractor.”
VOLUME III
ATTACHMENT 11
SECTION B
HEATERS Point no: 11 of 131-F-102 AIR PRE HEATER, HOT and COLD AIR
DUCTING shall be read as “Replace the corroded ID fan suction
dampers (2nos) and adjacent fabric bellows (2 nos) along with
the main frame.” The suction dampers and adjacent fabric
bellows shall be supplied by BPCL.
VOLUME III
ATTACHMENT 11
SECTION B
HEATERS Kindly note
1. For working safely inside each radiant cell of heater
131F101 & 131 F102, contractor shall arrange for 24 V
Flameproof Portable Flood lights (Total 8 nos) of around
5000 lumen. All other 24 V flameproof hand lamps shall
be supplied by BPCL.
2. For Heater 131F101 and 131F102, the refractory
applicator shall be approved by BPCL Civil Maint.
VOLUME III
ATTACHMENT 11
SECTION L
MODIFICATION
JOBS
Scope of Work Sr no 1. Shall be read as “Scope of work includes
fabrication, erection, testing, supporting, shot blasting and
painting of pipes, equipment and structure, insulation, internal
cement of lining of the pipe line as per drawing details and all the
jobs required for completion of the Modification job”
VOLUME III
ATTACHMENT 11
SECTION L
MODIFICATION
JOBS
SR no 8 CDU-3-15-2449 - Provision of bucket type strainer in
place of north side conical type strainer.
This is to clarify that the job also includes erection of the vessel
with bucket filter (72”) vessel at site. Drawing is enclosed.
VOLUME III
ATTACHMENT 11
SECTION I
ISBL PROCESS
PIPING
D) LRUT OF OVERHEAD LINES.
The approximate length is as follows
Sr.
No.
Line Description Approx
length
1 48”/32” dia 131-C-101 overhead line
to 131-E-101A/B/C/D
150 m
2 16” dia 131-C-107 overhead line to
131-E-130 A/B/C/D
60 m
VOLUME V APPENDIX
B
SCHEDULE OF
PRICE
BILLS OF QUANTITIES: SCOPE FOR LUMP SUM AND SOR
B) NOTES: Additional points
7. All the SOR and Lump sum rates are inclusive of
scaffolding requirements.
8. The rate for line erecting and dismantling in SOR shall be
also applicable for erection and dismantling of cement
lined lines.
VOLUME VI
APPENDIX F
ADDITIONAL
DRAWINGS
Vessel 131 V 107 drawing is uploaded.
All other terms and conditions of the tender remain unaltered.
_________________________________
(For) CPO-Refineries
Mumbai Refinery, Mahul, Mumbai-400 074,INDIA
Place: Mumbai
Date: 28th
July 2016
COMMERCIAL
Section No/Page
No. of the
document in the
tender
Sub heading
Ref
Addendum issued
VOLUME I, SECTION-
1
INSTRUCTION
TO BIDDER
Sr no 1. General Clause no 1.1 shall be read as “These
Instructions to BIDDERS issued by Bharat Petroleum Corporation
Ltd. (herein referred to as "OWNER / CLIENT ") outline the
procedures to be followed for completing and submitting BIDs.
BIDDER shall comply with the terms and conditions set forth in
any public BID advertisement and these Instructions to BIDDER
while preparing its BID submission. Failure to provide all of the
required materials and information, or failure to comply fully
with these instructions in any way may render the BID null and
void.
VOLUME I, SECTION-
5
LIST OF
ANNEXURES /
DOCUMENTS
FOR TECHNICAL
OFFER
Sr no 16 ANNEXURE 5 CONTRACTOR COMPANY ORGANISATION
CHART shall be read as
“CONTRACTOR inserts a copy of its organization chart which
clearly shows the Company structure. The organogram indicates
positions of Company Directors, Managers, Partners, etc.”
VOLUME VI
APPENDIX E
CONTRACTOR
RESOURCES
ANNEXURE 5 CONTRACTOR COMPANY ORGANISATION CHART
shall be read as
“CONTRACTOR inserts a copy of its organization chart which
clearly shows the Company structure. The organogram indicates
positions of Company Directors, Managers, Partners, etc.”
CPO (REFINERIES)
ADDENDUM NO:1 TO REQUEST FOR QUOTATION
CRFQ NO. 1000259136 (E-TENDER NO. 13987)
TURNAROUND JOBS OF PROCESS UNITS IN TRAIN III
COMPLEX AT BPCL MUMBAI REFINERY DURING FEB/MAR
2017
ADDENDUM NO:1 TO REQUEST FOR QUOTATION CRFQ -1000259136 E-Tender Sys No: 13987
1.0 INTRODUCTION
Addendum No:1 is issued against the tender for “TURNAROUND JOBS OF PROCESS UNITS IN
TRAIN III COMPLEX AT MUMBAI REFINERY DURING FEB/MAR 2017”. This Addendum shall form
the part of tender document for Package-2, HYDROCRACKER (HCU) Unit, E-Tender No: 13987
and shall be signed and submitted along with the techno-commercial bid.
The description of the Addendum is given below;
Common Points
1. All hydro jetting personnel shall wear Hydrojetting Protective Suit (MOC – Dyneema or
equivalent )
2. For all hot work in the plant, Non Combustible Fire Blankets shall be used.
Points specific to Package: Package 2: HYDROCRACKER UNIT (HCU)
COMMERCIAL
Section No/Page
No. of the
document in the
tender
Sub heading
Ref
Addendum issued
VOLUME I, SECTION-
4
PRE-
QUALIFICATION
CRITERIA- NOTE
TO BIDDERS
Additional point:
Exchange rate for foreign currency conversion to Indian rupees
shall be considered as per the TT selling rate published by The
State Bank of India on the previous day of opening of the Pre-
Qualification bid for PQ criteria evaluation.
EARNEST MONEY DEPOSIT (EMD)
The EMD of Rs.10 Lakhs shall be against the tender consisting of
4 packages irrespective of the number of packages quoted by the
bidder.
I.E; even if the bidder quotes for a single package or multiple
packages, the EMD applicable shall be only Rs. 10 Lakhs.
DUE DATE OF THE TENDER
The due date of the tender is extended from 11:00 Hrs (IST) of
05.08.2016 till 11:00 Hrs (IST) of 16.08.2016.
Prequalification bid shall be opened at 11:15 Hrs (IST) of
16.08.2016
TECHNICAL
Section No/Page No.
of the document in
the tender
Sub heading
Ref
Addendum issued
VOLUME II APPENDIX
A ATTACHMENT 2
SCOPE OF
WORK
COLUMN
Sr no 5 c. shall be read as “Wherever distributors are removed
out of the column, it shall be cleaned including all nozzles and
branches, assembled outside the column and shall be checked
for blockage if any. For distributors which are not possible for
removal outside the equipment, all the nozzles shall be removed
& cleaned. All the distributors shall be offered to BPCL
Technology for spray pattern testing”.
VOLUME II APPENDIX
A ATTACHMENT 3
SCOPE OF
WORK HEATER
Sr no 20 d) shall be read as “Make boson chair arrangement for
internal inspection of the stack. Boson chair and necessary steel
wire rope winch shall be arranged by contractor.”
VOLUME III
ATTACHMENT 11
SECTION B
HEATERS Kindly note
For working safely inside each radiant cell of heater 132F201,
132F202 & 132F203, contractor shall arrange for 24 V
Flameproof Portable Flood lights of around 5000 lumen.
Contractor shall also arrange 24 V Flameproof Portable Flood
lights of around 5000 lumen for 132 F203 Superheater coil
replacement job. All other 24 V flameproof hand lamps shall be
supplied by BPCL.
VOLUME III
ATTACHMENT 11
SECTION C
HEAT
EXCHANGER &
AIR FIN
COOLERS
Scope Reduction: 132-EA-201A/B/C/D REACTOR EFFULENT
COOLER
The plugs opening shall be 10% of all AFC plugs instead of 100%.
VOLUME III
ATTACHMENT 11
SECTION E
REACTOR Scope reduction: For R203, there will no requirement of Internal
scaffolding.
VOLUME III
ATTACHMENT 11
SECTION I
ISBL PROCESS
PIPING
C) LRGWUT FOR FOLLOWING LINES
The approximate length is as follows
SR.
NO.
Loop Description Approx
Length
1 6” Quench line to R201 first bed 70 m
2 6” Quench line to R202 first bed 70 m
3 4” Quench line to R203 first bed 70 m
4 6” Quench line to R201 second bed 60 m
5 4” Quench line to R202 second bed 60 m
6 12” Recycle gas compressor outlet
line
182 m
VOLUME III
ATTACHMENT 11
SECTION E
VESSELS PART
C:
The vessels 132 V274 A-E are to be added to existing scope and
specific scope for this vessels is as below
46 EQUIPMENT NO 132-V-274
A/B/C/D/E
Service PSA ADSORBER
VESSEL ID 2.054 METER HEIGHT/LENGTH 6.5 METER
SR NO DESCRIPTION OF WORK
1 This vessel does not require opening, Erect external scaffolding and offer vessel for external
UT gauging and carry out DP and /or MPI of skirt to dish weld after buffing.
VOLUME V APPENDIX
B
SCHEDULE OF
PRICE
BILLS OF QUANTITIES: SCOPE FOR LUMP SUM AND SOR
B) NOTES: Additional points
7. All the SOR and Lump sum rates are inclusive of
scaffolding requirements.
8. The rate for line erecting and dismantling in SOR shall be
also applicable for erection and dismantling of cement
lined lines.
All other terms and conditions of the tender remain unaltered.
_________________________________
(For) CPO-Refineries
Mumbai Refinery, Mahul, Mumbai-400 074,INDIA
Place: Mumbai
Date: 28th
July 2016
VOLUME VI
APPENDIX F
ADDITIONAL
DRAWINGS
Drawings for Heater Stacks have been uploaded.
COMMERCIAL
Section No/Page
No. of the
document in the
tender
Sub heading
Ref
Addendum issued
VOLUME I, SECTION-
1
INSTRUCTION
TO BIDDER
Sr no 1. General Clause no 1.1 shall be read as “These
Instructions to BIDDERS issued by Bharat Petroleum Corporation
Ltd. (herein referred to as "OWNER / CLIENT ") outline the
procedures to be followed for completing and submitting BIDs.
BIDDER shall comply with the terms and conditions set forth in
any public BID advertisement and these Instructions to BIDDER
while preparing its BID submission. Failure to provide all of the
required materials and information, or failure to comply fully
with these instructions in any way may render the BID null and
void.
VOLUME I, SECTION-
5
LIST OF
ANNEXURES /
DOCUMENTS
FOR TECHNICAL
OFFER
Sr no 16 ANNEXURE 5 CONTRACTOR COMPANY ORGANISATION
CHART shall be read as
“CONTRACTOR inserts a copy of its organization chart which
clearly shows the Company structure. The organogram indicates
positions of Company Directors, Managers, Partners, etc.”
VOLUME VI
APPENDIX E
CONTRACTOR
RESOURCES
ANNEXURE 5 CONTRACTOR COMPANY ORGANISATION CHART
shall be read as
“CONTRACTOR inserts a copy of its organization chart which
clearly shows the Company structure. The organogram indicates
positions of Company Directors, Managers, Partners, etc.”
CPO (REFINERIES)
ADDENDUM NO:1 TO REQUEST FOR QUOTATION
CRFQ NO. 1000259136 (E-TENDER NO. 13988)
TURNAROUND JOBS OF PROCESS UNITS IN TRAIN III
COMPLEX AT BPCL MUMBAI REFINERY DURING FEB/MAR
2017
ADDENDUM NO:1 TO REQUEST FOR QUOTATION CRFQ -1000259136 E-Tender Sys No: 13988
1.0 INTRODUCTION
Addendum No:1 is issued against the tender for “TURNAROUND JOBS OF PROCESS UNITS IN
TRAIN III COMPLEX AT MUMBAI REFINERY DURING FEB/MAR 2017”. This Addendum shall form
the part of tender document for Package-3,NEW HYDROGEN GENERATION UNIT & LUBE
OILBASE STOCK UNIT ( NHGU / LOBS) , E-Tender No: 13988 and shall be signed and submitted
along with the techno-commercial bid.
The description of the Addendum is given below;
Common Points
1. All hydro jetting personnel shall wear Hydrojetting Protective Suit (MOC – Dyneema or
equivalent )
2. For all hot work in the plant, Non Combustible Fire Blankets shall be used.
Points specific to Package: Package 3: NEW HYDROGEN GENERATION UNIT & LUBE OIL BASE STOCK UNIT ( NHGU / LOBS)
COMMERCIAL
Section No/Page
No. of the
document in the
tender
Sub heading
Ref
Addendum issued
VOLUME I, SECTION-
4
PRE-
QUALIFICATION
CRITERIA- NOTE
TO BIDDERS
Additional point:
Exchange rate for foreign currency conversion to Indian rupees
shall be considered as per the TT selling rate published by The
State Bank of India on the previous day of opening of the Pre-
Qualification bid for PQ criteria evaluation.
EARNEST MONEY DEPOSIT (EMD)
The EMD of Rs.10 Lakhs shall be against the tender consisting of
4 packages irrespective of the number of packages quoted by the
bidder.
I.E; even if the bidder quotes for a single package or multiple
packages, the EMD applicable shall be only Rs. 10 Lakhs.
DUE DATE OF THE TENDER
The due date of the tender is extended from 11:00 Hrs (IST) of
05.08.2016 till 11:00 Hrs (IST) of 16.08.2016.
Prequalification bid shall be opened at 11:15 Hrs (IST) of
16.08.2016
TECHNICAL
Section No/Page No.
of the document in
the tender
Sub heading
Ref
Addendum issued
VOLUME II APPENDIX
A ATTACHMENT 2
SCOPE OF
WORK
COLUMN
Sr no 5 c. shall be read as “Wherever distributors are removed
out of the column, it shall be cleaned including all nozzles and
branches, assembled outside the column and shall be checked
for blockage if any. For distributors which are not possible for
removal outside the equipment, all the nozzles shall be removed
& cleaned. All the distributors shall be offered to BPCL
Technology for spray pattern testing”.
VOLUME II APPENDIX
A ATTACHMENT 3
SCOPE OF
WORK HEATER
Sr no 20 d) shall be read as “Make boson chair arrangement for
internal inspection of the stack. Boson chair and necessary steel
wire rope winch shall be arranged by contractor.”
VOLUME III
ATTACHMENT 11
SECTION B
HEATERS Kindly note
For working safely inside each radiant cell of heater 133F301,
132F204, 132F205 & 132 F206, contractor shall arrange for 24 V
Flameproof Portable Flood lights of around 5000 lumen. All other
24 V flameproof hand lamps shall be supplied by BPCL.
VOLUME III
ATTACHMENT 11
SECTION B
HEATERS LOBS: 132-F-204 Convection Point no 8
This should be read as “Carry water washing of all the tubes in
convection section.” (Dry Ice Blasting is to be deleted.)
VOLUME III
ATTACHMENT 11
SECTION E
VESSELS NHGU
PART A
133-V-321/322/323/324/325/326/327/328/329/330-PSA
Adsorber: This is to clarify that the job shall also include internal
and external scaffolding.
VOLUME III
ATTACHMENT 11
SECTION F
EJECTORS NHGU Ejector Tag number shall be read as 133-JA-301 in place of
131-JA-301.
VOLUME V APPENDIX
B
SCHEDULE OF
PRICE
BILLS OF QUANTITIES: SCOPE FOR LUMP SUM AND SOR
B) NOTES: Additional points
7. All the SOR and Lump sum rates are inclusive of
scaffolding requirements.
8. The rate for line erecting and dismantling in SOR shall be
also applicable for erection and dismantling of cement
lined lines.
VOLUME VI
APPENDIX F
ADDITIONAL
DRAWINGS
Drawings for Heater stacks have been uploaded.
COMMERCIAL
Section No/Page
No. of the
document in the
tender
Sub heading
Ref
Addendum issued
VOLUME I, SECTION-
1
INSTRUCTION
TO BIDDER
Sr no 1. General Clause no 1.1 shall be read as “These
Instructions to BIDDERS issued by Bharat Petroleum Corporation
Ltd. (herein referred to as "OWNER / CLIENT ") outline the
procedures to be followed for completing and submitting BIDs.
BIDDER shall comply with the terms and conditions set forth in
any public BID advertisement and these Instructions to BIDDER
while preparing its BID submission. Failure to provide all of the
required materials and information, or failure to comply fully
with these instructions in any way may render the BID null and
void.
VOLUME I, SECTION-
5
LIST OF
ANNEXURES /
DOCUMENTS
FOR TECHNICAL
OFFER
Sr no 16 ANNEXURE 5 CONTRACTOR COMPANY ORGANISATION
CHART shall be read as
“CONTRACTOR inserts a copy of its organization chart which
clearly shows the Company structure. The organogram indicates
positions of Company Directors, Managers, Partners, etc.”
All other terms and conditions of the tender remain unaltered.
_________________________________
(For) CPO-Refineries
Mumbai Refinery, Mahul, Mumbai-400 074,INDIA
Place: Mumbai
Date: 28th
July 2016
VOLUME VI
APPENDIX E
CONTRACTOR
RESOURCES
ANNEXURE 5 CONTRACTOR COMPANY ORGANISATION CHART
shall be read as
“CONTRACTOR inserts a copy of its organization chart which
clearly shows the Company structure. The organogram indicates
positions of Company Directors, Managers, Partners, etc.”
CPO (REFINERIES)
ADDENDUM NO:1 TO REQUEST FOR QUOTATION
CRFQ NO. 1000259136 (E-TENDER NO. 13989)
TURNAROUND JOBS OF PROCESS UNITS IN TRAIN III
COMPLEX AT BPCL MUMBAI REFINERY DURING FEB/MAR
2017
ADDENDUM NO:1 TO REQUEST FOR QUOTATION CRFQ -1000259136 E-Tender Sys No: 13989
1.0 INTRODUCTION
Addendum No:1 is issued against the tender for “TURNAROUND JOBS OF PROCESS UNITS IN
TRAIN III COMPLEX AT MUMBAI REFINERY DURING FEB/MAR 2017”. This Addendum shall form
the part of tender document for Package-4, Sulphur Recovery Unit (SRU), Sour Water Stripper
(SWS) & Amine Treating Unit (ATU), E-Tender No: 13989 and shall be signed and submitted
along with the techno-commercial bid.
The description of the Addendum is given below;
Common Points 1. All hydro jetting personnel shall wear Hydrojetting Protective Suit (MOC – Dyneema or
equivalent )
2. For all hot work in the plant, Non Combustible Fire Blankets shall be used.
Points specific to Package: Package 4: Sulphur Recovery Unit (SRU), Sour Water Stripper (SWS) & Amine
Treating Unit (ATU)
COMMERCIAL
Section No/Page
No. of the
document in the
tender
Sub heading
Ref
Addendum issued
VOLUME I, SECTION-
4
PRE-
QUALIFICATION
CRITERIA- NOTE
TO BIDDERS
Additional point:
Exchange rate for foreign currency conversion to Indian rupees
shall be considered as per the TT selling rate published by The
State Bank of India on the previous day of opening of the Pre-
Qualification bid for PQ criteria evaluation.
EARNEST MONEY DEPOSIT (EMD)
The EMD of Rs.10 Lakhs shall be against the tender consisting of
4 packages irrespective of the number of packages quoted by the
bidder.
I.E; even if the bidder quotes for a single package or multiple
packages, the EMD applicable shall be only Rs. 10 Lakhs.
DUE DATE OF THE TENDER
The due date of the tender is extended from 11:00 Hrs (IST) of
05.08.2016 till 11:00 Hrs (IST) of 16.08.2016.
Prequalification bid shall be opened at 11:15 Hrs (IST) of
16.08.2016
TECHNICAL
Section
No/Page No. of
the document
in the tender
Sub heading
Ref
Addendum issued
VOLUME II
APPENDIX A
ATTACHMENT 2
SCOPE OF
WORK
COLUMN
Sr no 5 c. shall be read as “Wherever distributors are removed out of
the column, it shall be cleaned including all nozzles and branches,
assembled outside the column and shall be checked for blockage if
any. For distributors which are not possible for removal outside the
equipment, all the nozzles shall be removed & cleaned. All the
distributors shall be offered to BPCL Technology for spray pattern
testing”.
VOLUME II
APPENDIX A
ATTACHMENT 3
SCOPE OF
WORK HEATER
Sr no 20 d) shall be read as “Make boson chair arrangement for
internal inspection of the stack. Boson chair and necessary steel wire
rope winch shall be arranged by contractor.”
VOLUME III
ATTACHMENT
11 SECTION E
VESSELS/
REACTORS
PART A
Sr no 23 134-F-411 Main Combustion Chamber Sr no 3
Additional Notes:
The refractory applicator shall be approved by BPCL Civil Maint.
Sufficient number of Dry out burners & LPG cylinders shall be
arranged by the contractor to meet BPCL schedule.
VOLUME III
ATTACHMENT
11 SECTION E
VESSELS/
REACTORS
PART A
Sr no 24 134-F-511 Main Combustion Chamber Sr no 4 shall be read
as
“Replace the brick lining including temporary repaired Castable area
(full circumference) and restored in to original brick lining for both
MCCs upto the Matrix Wall as per drawing no.134-ME-7-2 including
anchors. The refractory job shall be carried out with proper heat
curing schedule and as per instructions in the mentioned drawing and
same shall be approved by BPCL.
The tentative heat curing schedule is as follows
Heat Curing Schedule:
1) Back up Insulating Castable : 50 mm thk.
Raise the temperature from ambient to 125°C at 25°C/hr.
Hold the temperature at 125°C for 12 hrs.
Raise the temperature from 125°C to 175°C at 25°C/hr.
Hold the temperature between 175 - 200°C for 8 hrs.
Start gradual cooling at 35°C / hr. upto 125°C with Burner operation.
Put off Burner close opening and allow to cool naturally.
2) Back up Insulating Castable : 100 mm thk.
Raise the temperature from ambient to 125°C at 25°C/hr.
Hold the temperature at 125°C (± 10°C) for 12 hrs.
Raise the temperature from 125°C to 250°C at 25°C/hr.
Hold temperature at 250°C ( ± 10°C) for 8 hrs.
Raise the temperature from 250°C to 500°C at 25°C/hr.
Hold temperature at 500°C for 10 hrs.
Start gradual cooling at 35°C / hr. up to 125°C with Burner operation.
Put off Burner close opening and allow cooling naturally.
NOTE: Ensure Refractory heat dry out to be carried out as per
Refractory Manufacturer’s specifications.
The refractory applicator shall be approved by BPCL Civil Maint.
Sufficient number of Dry out burners & LPG cylinders shall be
arranged by the contractor to meet BPCL schedule.”
VOLUME III
ATTACHMENT
11 SECTION L
MODIFICATION
JOBS
Kindly note additional Modification job as per following has been
added to Lump sum scope. The drawings for the same are uploaded.
All other terms and conditions of the tender remain unaltered.
_________________________________
(For) CPO-Refineries
Mumbai Refinery, Mahul, Mumbai-400 074,INDIA
Place: Mumbai
Date: 28th
July 2016
Sr
No MOC no Job Description Drawings
1 DHDS-
16-2594
To provide one no. of new 4" nozzle
with isolation valve and flange on
RMP SRU stack for flue gas manual
samplings purpose. Also, 2 nos of
available stubs length to be reduced
of RMP SRU stack for flue gas
sampling like SOx/NOx/CO/PM10.
Platform extension required.
134-SE-3-
14/1,134-
ME-1-4-1
VOLUME V
APPENDIX B
SCHEDULE OF
PRICE
BILLS OF QUANTITIES: SCOPE FOR LUMP SUM AND SOR
B) NOTES: Additional points
7. All the SOR and Lump sum rates are inclusive of scaffolding
requirements.
8. The rate for line erecting and dismantling in SOR shall be also
applicable for erection and dismantling of cement lined lines.
COMMERCIAL
Section
No/Page No. of
the document
in the tender
Sub heading
Ref
Addendum issued
VOLUME I,
SECTION-1
INSTRUCTION
TO BIDDER
Sr no 1. General Clause no 1.1 shall be read as “These Instructions to
BIDDERS issued by Bharat Petroleum Corporation Ltd. (herein referred
to as "OWNER / CLIENT ") outline the procedures to be followed for
completing and submitting BIDs. BIDDER shall comply with the terms
and conditions set forth in any public BID advertisement and these
Instructions to BIDDER while preparing its BID submission. Failure to
provide all of the required materials and information, or failure to
comply fully with these instructions in any way may render the BID
null and void.
VOLUME I,
SECTION-5
LIST OF
ANNEXURES /
DOCUMENTS
FOR TECHNICAL
OFFER
Sr no 16 ANNEXURE 5 CONTRACTOR COMPANY ORGANISATION
CHART shall be read as
“CONTRACTOR inserts a copy of its organization chart which clearly
shows the Company structure. The organogram indicates positions of
Company Directors, Managers, Partners, etc.”
VOLUME VI
APPENDIX E
CONTRACTOR
RESOURCES
ANNEXURE 5 CONTRACTOR COMPANY ORGANISATION CHART shall be
read as
“CONTRACTOR inserts a copy of its organization chart which clearly
shows the Company structure. The organogram indicates positions of
Company Directors, Managers, Partners, etc.”