0% found this document useful (0 votes)
443 views96 pages

LPG Tank Details

Uploaded by

meher2006.vjti
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
443 views96 pages

LPG Tank Details

Uploaded by

meher2006.vjti
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 96

DESIGN, SUPPLY, ERECTION, TESTING,

COMMISSIONING AND MAINTENANCE


OF 3 x 10/7.5 KL STORAGE TANK &
LPG DISPENSER ALONGWITH ALLIED
FACILITIES ON TURNKEY BASIS AT
FOLLOWING EXISTING MS-HSD RETAIL
OUTLET IN KARNATAKA & TAMIL
NADU.
1. M/s JAYA SURYA, COIMBATORE, TAMIL NADU,
2. M/s ARUNODAYA, BANGALORE, KARNATAKA,
3. M/s J. N. KHAN, MYSORE, KARNATAKA.

TENDER NO : 1000234780

DATE OF ISSUE : 16-06-2015

DUE DATE/TIME : 02-07-2015 -15:00 HRS

1
CONTENTS
SECTION DETAILS

1.0 NOTICE INVITING TENDER


2.0 EMD CLAUSE
3.0 SPECIAL CONDITIONS OF TENDER
4.0 INSTRUCTIONS TO BIDDERS

5.0 GENERAL CONDITIONS OF TENDER


6.0 COMPLETION PERIOD

7.0 DETAILED GENERAL SPECIFICATIONS


OF THE WORKS :

 BRIEF DESCRIPTION OF
PROJECT
 SCOPE OF WORK
 GENERAL REQUIREMENTS
 DETAILED SCOPE OF SUPPLY
AND EXTENT OF WORKS
8.0 LIST OF APPLICABLE STANDARDS,
GUIDELINES AND CODES
9.0 DETAILED TECHNICAL SPECIFICATIONS
LPG DISPENSER / DISPENSING UNIT
LPG GAS STORE VESSEL GAS
SUBMERSIBLE LPG PUMP
CONTROL PANEL
ELECTRICAL SYSTEM

10.0 DATA SHEETS (Tenderer’s response)


11.0 STATION WISE QTY BREAKUP
12.0 ANNEXURES –

PROFORMA OF BANK GUARANTEE


INDEMNITY BOND / UNDERTAKING

2
RE.SOUTH.ALDS 17.06.2015
NOTICE INVITING TENDER
Dear Sirs,

SUB: E- TENDER (CRFQ 1000234780) FOR SUPPLY, INSTALLATION,


TESTING AND COMMISSIONING OF AUTO LPG FACILITIES AT OUR
RETAIL OUTLETS –

1.M/s Jaya Surya, Coimbatore, Tamil Nadu,


2.M/s Arunodaya, Bangalore,Karnataka,
3. M/s J. N. Khan, Mysore, Karnataka.

Collective RFQ. No . 1000234780


Due date/time for receipt of tender 02.07.2015, 3:00 pm.
We invite your most competitive rates for carrying out the subject work. The period of
completion shall be 120 days for each ALDS from the date of handing over of the
respective site.

The quoted rates should include all applicable taxes & duties but excluding Service
Tax. Service Tax shall be paid as per applicable rates for erection items. You are
requested to read the enclosed instructions carefully before quoting the rates.

Kindly note this is an e- Tender and your Bids have to be submitted online.
Evaluation of bids will be based on the total amount quoted for all the three
ALPG stations together.

This is a Single Part Tender. Your offer is liable to rejected if there is any deviation
from the terms and conditions of the tender. Kindly contact us if you need any
clarifications before submitting your offer (044-26142230 /26142259). The tender
document to be digitally signed and uploaded. Pro-forma integrity pact to be
downloaded, filled in, physically signed, and the scanned copy to be uploaded. You
have to separately upload details asked for in tender document.

You are requested to visit the Retail Outlet site before quoting.
Your offer, digitally signed should be submitted, along with EMD for Rs.1,00,000/- as
per EMD clause enclosed, at our e-procurement site, https://bpcleproc.in on or before
15:00 hrs on 02.07.2015. BPCL will not be responsible for any delays due to
connectivity issues etc at your end.

You may note that Serial Nos. 1 to 13 of the Price Bid of the E Tender consists of purely
Supply items. The rates quoted by you for these Items should include Basic Rate,
Transport Cost, VAT, CST and all other applicable Taxes and Levies. Serial Nos. 14 to
32 of the Price Bid consists of Items involving Service. The rates quoted by you for
these Items should include all Taxes and Levies, but excluding the appropriate Service
Tax.
You are advised to upload digitally signed Tender Document and scanned copy of
physically signed copy of integrity pact.

Thanking you
Yours faithfully,
For BHARAT PETROLEUM CORPN. LTD

(Digitally Signed)
SR MANAGER RET ENGG I/C, SOUTH
EMD CLAUSE
(CFRQ: 1000234780)
PROVIDING NEW ALDS FACILITIES AT OUR RETAIL OUTLETS

1.M/s Jaya Surya, Coimbatore, Tamil Nadu,


2.M/s Arunodaya, Bangalore,Karnataka,
3. M/s J. N. Khan, Mysore, Karnataka.

EMD Amount: Rs.l,OO,OOO/- (Rupees ONE LAKH only)

In the form of Demand Draft favouring BHARAT PETROLEUM CORPORATION


LTD payable at Chennai.

The scanned copy of DD to be uploaded electronically while quoting. The DD in


original should reach the following address before due date / time ( 02.07.2015-
15:00 Hrs).

SR.MANAGER RETAIL ENGG I/C,


Bharat Petroleum Corpn. Ltd.
NO:1, RANGANATHAN GARDENS,
ANNA NAGAR WEST,
CHENNAI-40

The Bid of the vendors whose DDfor EMD not received before due date f time ((
02.07.2015/15:00 hrs.shall not be opened.

4
3.0

SPECIAL CONDITIONS TO TENDERERS

1. Tankage Proposed
Jaya Surya, Coimbatore 2 X 10,000 Ltr
Arunodaya, Bangalore 2 X 7,500 Ltr
J. N. Khan, Mysore 2 X 7,500 Ltr

2. In case of any discrepancy between Special Conditions of Tender and General Conditions
of Tender, the Special Conditions of Tender will prevail.

3. The tenderer to clearly mention the number of stations he can undertake /handle
simultaneously and complete as per given time. For this purpose, tenderer should
also submit the details of jobs being handled by him in India and abroad at the
submission of bid.

4. The tenderer should furnish schedules of completion in BAR CHART & progress of
work on weekly basis for each station till successful commissioning of the ALDS.

5. In case such progress/schedule are not provided or not in line with the overall
completion schedule, work will be suspended and BPCL shall have discretion to
engage other parties and any additional rate to be borne by the tenderer.

6. The contractor should make his own arrangements for the water/electricity required
for construction.

7. The Contractor is requested to study all Specifications of work carefully before


quoting the rate.

8. It shall be responsibility of the Contractor to determine that each piece of equipment


meets the detailed requirements of the drawings and specifications and that is
suitable for the installation shown.

9. The contractor must make his own arrangements for temporary electricity
connection for construction.

10. On award of work the contractor must submit all details in respect of designs,
drawing, material, specifications, for approval of BPCL representative prior to start of
construction.

11. The contractor shall take care to ensure that as built conditions are properly
recorded & are within the range of design / approved conditions. No deviation from
approved / design conditions are permitted. Any deviation therein has to be made up
by the contractor.
12. Working drawings are to be furnished immediately and got approved on issue of
order. Further details and drawings can be submitted in stages to take up the work
to maintain proper progress.

13. No work can be taken up without receipt of approval from BPCL.

14. The contractors should submit the weekly and monthly progress report to Bharat
Petroleum Corporation Limited.

15. The contractor shall provide one or more competent and technical supervisors duly
and fully authorised to act on his behalf in all matters relating to the works to be
carried out under or any other matter concerning this agreement and who shall at all
times be present at the works when any work is in progress. Such supervisors shall
be persons of known experience and be approved by the Company’s (BPCL)
authorised representative before they are permitted in any way to take charge of, or
superintend any operation of the works. Names, address & contact nos. of such
persons shall be provided who are to be available whenever required.

16. Any directions, explanation, instructions or notices in connection with the work given
by the Company’s (BPCL‘s) authorised representative to the supervisor or any one
of them shall be deemed to have been given to the contractor.

17. During progress of the work, the engineer or any other representative of the
Company (BPCL) shall be entitled at all times to have access to and inspect of the
work.

18. All the safety precaution and regulations should be strictly adhered to at no extra
cost to the Company (BPCL).

19. All electrical works should be carried out through licensed electricians only.

20. All welding to be carried out by licensed /certified welder for the type of welding
being performed.

21. The successful contractor shall give an Indemnity Bond / Undertaking to the
corporation in the prescribed form for covering the provisions of the following statues
up to the latest amendments as applicable.

a) Minimum Wages Act, 1984


b) Equal Remuneration Act 1978
c) Inter- state migrant workman ( regulation of employment & conditions of services
) Act 1979
d) Contract Labour ( regulation & abolition ) Act 1970
e) Workmen Compensation Act 1923
f) Employees State Insurance Act
g) Provident Fund Act

Particulars of registration with appropriate Government Authorities / Statutory Bodies


as mentioned above as applicable should be furnished to the corporation in receipt
of the work order.

6
22. The contractor should obtain Janata Insurance Policy or policies of adequate value
to cover the compensation Act, 1923 with latest amendment before commencing the
work and the same will have to be renewed during construction period required.

23. The contractor must quote the rates including all taxes, statutory levies, sales tax
and works contract taxes etc. BPCL shall not entertain any request for payment of
any taxes / levies separately.

24. The rates quoted by the bidder will be valid for six months from the date of opening
of price bid of the tender and after award of job; the rates will remain valid till the
completion of entire project.

25. The bid should contain the following;

 All technical specifications/details/documents/drawings /data sheets as


 required in the tender 
 The details of jobs of ALDSs currently being carried out by him in
India/abroad at the time of submission of tender. 
  Number of ALDSs tenderer can do simultaneously per month 
 Details of spares required to be replaced along with their normal
frequency of replacement. 
 Any conditional bids shall be rejected. 

Bids to be submitted online at https://bpcleproc.in before the due date / time.

7
4.0

INSTRUCTIONS TO BIDDERS

SCOPE

This document specifies the scope of works to be undertaken to construct refueling


facilities for motor vehicle that operate on LPG. These facilities are to be installed in
an existing Bharat Petroleum Corporation Limited. Retail Services Station sites or at
any other exclusive site as indicated in this tender.

The works to be undertaken shall be carried out in accordance with this


specification, the scope of works & specifications for the installation LPG Refueling
Stations, the accompanying drawings / specifications / requirements, all the
applicable Standards and codes mentioned herein, all relevant Indian Government
Regulatory and Statutory requirements of CCOE, Nagpur, India.

The Contractor shall supply all Supervision, Labour, Equipment and Material
(unless specified) and consumables necessary to complete the works specifies.

All the required approvals related to execution of job only are to be obtained by the
contractor from local authorities.

SCOPE OF WORK

1. BRIEF DESCRIPTION OF THE WORK :

Design, Supply, Erection, Testing, Commissioning & Maintenance of 2 X 10/7.5


KL storage tank and LPG dispenser at our existing / MS-HSD Retail Outlet on
Turnkey basis at BPCL ROs mentioned in the beginning of this document.

2. PREAMBLE

Bharat Petroleum Corporation Limited plans to install Auto LPG Dispensing


facilities for dispensing LPG as fuel for automobiles in India at their existing
ALDS / MS-HSD Retail Outlets.

The system comprises of various facilities which have been elaborated in


subsequent chapters.

As regards pumping systems, from tank to dispenser, the Parties are required to
quote for Submersible Pumps as per specifications mentioned in the Data
Sheets / Technical Specifications. The pumps with motor should be approved by
CCOE as on date of opening of tender.

For the submersible pumps, suitable arrangement to cut off LPG supply at the
inlet of the pump should be provided on the manhole cover so that for repair &
maintenance it is possible to remove / re-install the pump from / inside the tank
without de-gassing the same.

8
Similarly, LPG dispensers shall also have to be supplied as per the technical
specifications and shall be approved by CCOE as on date of opening of tender.

STP and Dispensers equipment imported in India shall be certified by


internationally approved Third Party Inspection agencies (approved by BPCL)
before shipment (cost to be included in quoted price). For standard
equipments/fittings being used by BPC shall be provided with manufacturer’s
test/quality certificate. However, for any new brand of equipment/fitting the same
has to be approved by BPCL and TPI. The responsibility for statutory approvals
within / outside India for the items covered in the tender, shall lie with the
successful vendor. Copies of the CCOE approvals should be enclosed along with
the Bid.

Similarly, all safety related fittings provided with the system like Safety Relief
Valves, Excess Flow Check Valves, tank-gauging mechanism and electrical
fittings etc. have to be approved by CCOE, Nagpur.

Tank Management System has to be provided as per specifications and should


include 2 independent Level Gauging Systems.

Bulk LPG unloading arrangement has to be provided which includes LPG


Decantation Pump, Mass Flow Meter and ‘SMART’ Hoses etc.

The presently offered site provides services to the consumer with respect to
petrol, diesel, lubricants etc. The successful tenderer, therefore, has to carry out
the project work without causing hindrance to the operation of petrol pump.
However, BPCL may close fully or partially the operation of the petrol pump
depending upon the site / work requirement, but the same is not binding on
BPCL.

Tenderer, therefore, should evaluate such circumstances/ conditions and quote


accordingly. BPCL in no way shall be responsible for any additional cost /
overheads on such accounts.

The Layout Drawing of the specific Retail Outlet indicating the proposed Auto
LPG facilities is indicative only. The exact location of the LPG Dispenser / LPG
Tank may have to be shifted within the same premises, as per CCOE approved
drawings. Tenderers should quote accordingly.

BPCL reserves the right to change the locations of the work to any other similar
site in the same city without changing the Terms and Conditions / Scope of the
Work, either before finalization of the tender or after placement of the order.

REFERENCE DOCUMENTS /DRAWINGS ENCLOSED IN THE TENDER

1. Site layouts for the each existing retail outlets indicating location of
underground tank LPG dispenser, hard stand etc. (the location of LPG
tank, dispenser etc. Is indicative, actual execution will have to be carried
out as per the layout approved by CCOE, Nagpur.

9
5.0

GENERAL CONDITIONS OF TENDER

1. This is an e-Tender. Quotation should be submitted online at https://bpcleproc.in


only together with drawings and general conditions of tender, special conditions of
tender and other documents as given in tender within the due date / time of the
tender duly signed by the tenderer along with a bank draft for EMD for Rs.1,00,000/-
per ALDS on or before the due date, Quotations received after the due date/ time
will not be considered.

2. The tenderer should study all the tender documents carefully and understand the
conditions, drawings, and specifications etc before quoting. If there are any doubts,
he should obtain clarification in advance and this shall not be the justification for late
submission or extension of opening date/ time of the tenders. It is recommended that
tenderer should visit the site / location and ascertain him self with the site / local
conditions.

3. The tenderer should quote for all items in the tender schedule. The rates should be
expressed both in figures and in words. Where discrepancy exists between the two,
the rates expressed in words will prevail. Similarly, if there is any discrepancy
existing between the unit rate and the amount, the unit rate will prevail.

4. The rates shall be quoted in the same units as mentioned in the tender schedule.

5. All entries in the tender document should be in Ink / Typed. Corrections if any should
be attested by full signature on the Tenderer.

6. Every page of the tender documents shall be digitally signed by the tenderer.

ACCEPTANCE OF TENDER

1. The company reserves the right to reject any or every tender without assigning any
reasons whatsoever and or to negotiate with the tenderer (s) if the Company
considers suitable.

2. The company further reserves its rights to allow to public enterprises ‘ Price
Preference” (facilities as admissible under the existing policy) as may be decided by
the company.

3. Capacity of the contractor to carry out jobs simultaneously for the entire Oil Industry
will be one of the main criteria for acceptance of tender for award of job.

4. On acceptance of the tender, the contractor shall be required to enter into an


agreement with BPCL accepting the terms & conditions of the contract.
SECURITY DEPOSIT:

1. The successful tenderer, before commencement of the work, shall have to provide to
the Company, by way of security, money deposit or a Bank Guarantee in the
standard format provided by the Company, for an amount equivalent to 5% of the
total tendered value of the works subject to maximum of Rs.1, 00,000/-

2. The tenderer shall have the option to adjust the earnest money towards security
deposit if he so desires.

3. The security deposit will be retained till the successful completion of the work. In the
case of security deposit in the form of a bank guarantee, the same shall be kept
valid by the tenderer at his cost till the completion of the work under contract and
shall be extended from time to time. No interest will be payable on security deposit.

EXECUTION OF WORK:

1. The successful tenderer should submit detailed execution program & schedule in
BAR CHART adhering to the completion time quoted in the agreement. The program
will form part of the contract. However, the Company reserves the right to alter the
program, if necessary, from time to time, and no claim of successful tenderer on
account of such alteration will be entertained.

2. The materials required for the execution of work should conform to the standard
specification and approved by the third party inspection agency / BPCL’s
representative before actually put to use. Documents with regard to approval shall
be submitted prior to commencement of approval. Commencement of work without
prior approval shall be entirely at the risk and cost of the contractor. No delay due to
non-availability of materials, tools, equipment's etc. will be entertained by the
Company.

3. All material, equipment, pipeline, sand, components shall be certified / checked by


BPCL / third party prior to putting in use and record to that effect maintained.

4. The responsibility for the safety, security and accountability of the materials, and
equipment's brought or installed by the successful tenderer or handed over to him by
the company for completion of the work will remain with him till the acceptance of the
work by the company for completion of the work. Any damage caused to the material
/ equipment during the execution of work will be made good by the successful tender
to have guarantee / indemnity bond executed for the value of the materials supplied
to him free of cost, as per terms of the agreement.

5. The company reserves the right to revise specifications, drawings, designs of any or
every item or delete them at any stage of work. The successful tenderer’s claim for
compensation or damage on account of these shall not be entertained. Such
deviation/additional work will be adjusted at the rates contained in the agreement,
schedule of rates of the company or by prevailing market rates, if the rates are not
available in agreement.

6. In case it becomes necessary for the company to temporarily suspend or postpone


the work, partly or fully due to unforeseen circumstances, the company shall not be
liable for any compensation on account of resultant delays.
7. The entire work will be carried out under the supervision of authorised
representative of the company, but this will not detract successful tenderers full
responsibility for quality/ period of execution of work.

8. The tenderer shall engage his own supervisor who will be positioned at the site for
speedy, proper, timely execution.

9. The successful tenderer shall submit to the office periodic progress reports of his
work as stipulated by our Site Engineer and take such action as advised by the
Company from time to time for timely and successful completion of the project. .

10. The successful tenderer shall not undertake on his own any change / changes in
scope mentioned in the tender documents. In case of doubts he will refer the matter
in writing to the Company and act as per clarification given by the company.

11. If the performance of successful tenderer is found to be unsatisfactory, the company


reserves the right to cancel in part or the whole of the contract and get the work
executed through alternative means at the entire risk and cost of the successful
tenderer.

PENAL CLAUSE

1. If the successful tenderer does not complete the work in the stipulated time, the
company reserves the right to recover liquidated damages at 0.5% of the total
contract value for every week of delay or part there of subject to a maximum of 10%
of the total contract value until the work is satisfactorily completed and handed over.

2. The successful tenderer shall ensure the safety of adjoining property and shall make
good any loss to property resulting from the work undertaken by him.

3. In the event of the successful tenderer failing to complete the work within the
stipulated time, the Company shall have the right to employ any other agency to
complete the remaining work at the risk and cost of the successful tenderer.

4. It will be the successful tenderer’s responsibility to get the works approved and
obtain all certificates for plumbing, electrical, civil works, mechanical works from
local, municipal, Governmental or other required authorities.

5. The successful tenderer is expected to cooperate / coordinate with other contractor’s


carrying out the work allocated to them so as to avoid breaking up of work already
done by them or causing any hindrance in the progress of their work. In case there
is any difficulty/dispute, the same should be immediately brought to the notice of the
Site Engineer.

6. The successful tenderer shall abide by all security / safety rules regulations in force
at the dispensing station for BPCL as well as the laws, by-laws and statutes of
Government, Semi-Government and other local authorities such as requirements/
liability under enactment’s like the workmen’s Compensation Act, Contract Labour
Act etc and BPCL shall stand indemnified against any claims on these scores.

12
PAYMENT TERMS:

The payment terms shall be as given below

1. No Advance Payment will be given.

2. All Parties shall be made payment in Indian Rupees only.

3. Running Payments can be made to successful tenderer based on stage wise


Progress of work done solely at the discretion of BPCL, as under, provided the Site
Engineer in charge is satisfied that the progress is as per schedule.

a. For supply of Imported Equipment (LPG Pump /Dispensers/ Mass Flow


meters and ‘SMART’ hoses only) and LPG Storage Tanks, Air Compressor.
Tank Gauging and Fixtures
i. 80 % of respective item (against supply cost) against receipt of
material at site and submission of inspection release note and test
certificates by TPIA.
ii. 10 % against completion of installation, testing and pre-commissioning.

b. For Erection Charge


i. 90 % against successful installation, testing and commissioning and
trouble free operation.

4. 10 % payment shall be deducted as Retention Money against each Running Bills as


per general terms and conditions

5. All work and equipment / accessories supplied shall be inspected and certified by
BPCL representative for affecting payment.

6. All payment against the bill will be made by cheque/EFT and such payments shall be
subject to deduction on income tax other statutory taxes as may be applicable from
time to time.

7. No interest will be paid on money retained by the company.

FINAL BILLS, RETENTION MONEY:

1. On completion of the work in line with the provisions of the tender document & to the
satisfaction of the company’s authorised representative and after obtaining
necessary certificates as required from the local authorities, the successful tenderer
shall submit his final bill. Payments of the final bill will be made after adjusting
interim payments and after retention amount is deducted and retained.

2. The said retention money will be retained for a period of TWO years and paid to the
contractor after adjusting any dues on the corporation against the contractor under
the workmanship/ material provided by the contractor and / or against any other

13
claims for any reason whatsoever under the agreement which may arise within the
said period of TWO years. The retention period of one year will commence from the
date of the final bill or the date of completion of job (as reckoned by the company i.
e. BPCL) whichever is earlier. However such Retention money can be released
against submission of suitable Bank Guarantee as per proforma enclosed.

3. The successful tenderer shall not subject or assign any part of the work to another
party, without the prior written consent of the company. In any event the successful
tenderer will be solely responsible for the work so sublet or assigned.

4. The tenderer will provide names of the parties to be engaged by them before
commencement of work. Such parties shall have requisite experience on ALDSs.

5. The contractor undertakes to ensure due and complete compliance with all laws
regulations, rules etc. whether of the Central Government or the State Government
or any other competent body / authority applicable to the workmen employed or
whose service are otherwise availed of by the Contractor, in connection with
procurement of material, fabrication job etc whether employed for completion of
assigned job. The Company (BPCL) shall have the right to inspect the records
maintained by the Contractor concerning such workmen from time to time and the
Contractor to produce for the Company’s ( BPCL’s ) inspection relevant documents
& records in order to ascertain whether or not the requirements of all such
regulations, rule etc. have been complied with by the Contractor. In the event of any
contravention of such laws, regulations, rules etc. coming to light whether as a result
of such inspection or otherwise, the Company (BPCL) shall have the right to require
the Contractor to effect such compliance within stipulated time frame as decided by
the Company (BPCL). If the contractor does not comply, the employer shall without
prejudice to his rights be entitled to withhold from the amount payable to the
Contractor any amount payable to the workmen under such laws, regulations and
rules and to make payment thereof to the workmen. Company (BPCL) shall also
have in that event the right to terminate the contract with immediate effect and to
exercise powers reserved to the Company (BPCL) under the contract as a result of
termination.

COMPLETION PERIOD

1. The completion period of individual ALDS shall be 120 days from the date of
handing over of the site.

2. The completion period of 120 days shall be strictly adhered to and progress shall be
monitored on weekly basis.

3. As the time is the essence of the contract, only those tenderer confidants of
completing with meticulous planning as per the above schedule need to respond to
the tender.

4. The tenderer shall accord special attention to the completion period and resolve any
constraint without incurring any delay on over all completion date.

5. The completion period shall mean period from the date of handling over the site till
obtaining third party inspection certificate (Rule33). .
6. On completion of the work and commissioning, a certificate to the effect shall be
issued by the contractor through reputed third party approved by CCOE and
concurred by BPCL in line with a checklist to be provided by BPCL. Completion /
Inspection certificate for each equipment & the ALDS as a whole in the format
prescribed by BPCL shall be submitted by the contractor. Approval of Company
(BPCL) shall be taken for appointment of inspection agency at contractor’s cost. All
the cost payable to TPIA will be borne by the bidder

17
7.0

DETAILED GENERAL SPECIFICATION OF THE WORKS

1.0 BRIEF DESCRIPTION OF THE PROJECT

The proposed facilities includes provision of 2 x 10/7.5 Kl tank, one suitable LPG
dispenser and suitable STP pump along with the facilities to be provided as per
data sheet / technical specifications listed in subsequent chapters and
synchronization of newly installed facilities with the existing facilities. Each
storage tank should be designed for 100% Propane service but can be used for
any mix of propane and butane. Auto LPG conforms to IS -14861

Bulk LPG shall be transported to the retail outlets through truck mounted bullets
and decanted into the underground storage tanks by decantation pump and
metered through Mass Flow Meter which shall indicate Mass, density and
volume etc.

For product transfer from underground LPG storage tank to LPG Dispenser, a
suitable Pump (Submersible) is to be provided with associated piping / cabling /
fittings and safety-related fixtures as specified by CCOE.

All the controls of all the equipment to be located at the appropriate places and
main control shall be at a central place preferably the sales room. The product
dispenser is to be operated by trained operators at the retail outlets.

All the safety equipments are to be installed as per the latest amended Static &
Mobile Pressure Vessel Rules (Unfired) and other regulations. The complete job
including commissioning to be carried out on a total turn-key basis.

2.0 SCOPE OF WORK

RE-FUELING FACILITIES FOR MOTOR VEHICLES WITH AUTO LPG

2.1 Scope of work under this specification shall cover the design,
manufacture, shop test, inspection, supply C.I.F. at nearest Port, custom
duty port trust charges and clearance charges at Port along with loading
charges at port, transportation from port to respective site(s) by road,
transit insurance in India, and unloading charges at respective site,
storage at site (retail outlet), supply of all labour, equipment, material and
consumables necessary for installation and commissioning of the system
including all civil, mechanical, electrical, piping works.
The facility is to be installed at BPCL existing ALDS / MS-HSD Retail
Outlets as indicated at the beginning of this document.

2.2 The works to be undertaken shall be carried out in accordance with this
specification, the scope of works and specification of the installation, the
accompanying drawings / specifications / requirements, all the applicable

18
standards and codes followed internationally, all relevant Indian
Government Regulatory and Statutory requirements of Chief Controller of
Explosives (CCOE), Nagpur, India.

2.3 All the required approvals from local / central authorities are to be
obtained by the supplier / contractor except approval from CCOE, DM
NOC, and CCOE licence.

2.4 The design, manufacture and supply of all the equipments and
accessories shall be done by the supplier in compliance with all operating
conditions specified in the specifications to meet the performance
requirements as specified in Data Sheets.

2.5 The supplier shall stand guarantee for the performance and adequacy of
the entire system and all the equipments supplied.

2.6 The supplier shall submit the manufacturer’s test certificates for all items
including electrical equipments, instrument items etc.

2.7 The equipment shall be inspected during various stages of manufacture at


suppliers / sub-suppliers works by Third Party Inspection Agency or
authorised representative of Corporation as per inspection procedures
mentioned in special terms and conditions. Inspection will be regarded as
a check up and shall not relieve the supplier of any contractual obligation
and performance guarantee. The scope of Third Party Inspection shall be
finalised and advised by mutual consent.

2.8 All the equipment and accessories shall be shop tested at the
manufacturer’s works if desired in the presence of Third Party Inspection
Agency or authorised representative of Corporation. The supplier shall
provide all the necessary facilities required for such tests and shall replace
material / rectify and defects noticed during such tests without any extra
cost to the Corporation.

2.9 All equipments and drawings shall be as per metric system and all
documents / correspondence etc. shall be in English language only.

2.10 Tenderer at the time of submission of bid shall submit list of the spare
parts (as recommended by the Vendor for LPG Pump / Dispenser / Mass
Flow Meters on the supplying Vendor’s letterhead) required for two years
trouble free operation. Trouble- free maintenance along with free
replacement of spares / services for 2 years shall be the responsibility of
the Supplier / Tenderer and no extra payment shall be admissible on this
account. Successful tenderer shall make suitable arrangements to ensure
that any complaint is promptly attended within 24 hours of being reported
for ALDS in Metro Cities. For all other cities, the complaint should be
attended within 48 hours of reporting. BROMA shall be used by BPCL and
Vendor to resolute the complaints.

19
The LPG Dispenser spare parts shall include hose, nozzle, power &
display cards etc. Parts to be replaced as and when are consumed from
the inventory provided at the Retail Outlet.

In addition to the above, successful tenderer shall carry out preventive


maintenance of the ALDS by visiting the ALDS once a month. This is over
and above any emergency calls. A report of such monthly inspections
during the 2 years maintenance period shall be submitted to the
concerned Territory Office with a copy to the Retail Outlet Dealer also. No
additional cost on this account is payable to the contractor.

2.11 Tenderer may note that the storage tank has to be sourced from within
India from a CCOE approved fabricator, as these are being manufactured
on regular basis by fabricators in India as per relevant Indian and
International standards.

2.12 Tenderer shall, preferably source piping items along with accessories,
remote operated valves, etc. (as per specifications mentioned) from India
as per specifications. However, this is not a mandatory requirement.

3.0 GENERAL REQUIREMNETS

3.1 It shall be the entire responsibility of the successful tenderer to provide


after sales services as and when required, for a period of 2 years from the
date of commissioning directly or through their authorised agents in India.
While successful tenderer shall arrange for the visit of technical
experienced personnel of the vendors of LPG Pump / Dispenser for the
successful commissioning of the entire system (all costs to be borne by
the Tenderer / vendor), subsequently, the vendor shall position their
representative directly or through the successful Tenderer for trouble-free
maintenance including all spares.

Successful Tenderer shall submit original documents to this effect from


the supplying vendor.

It is very essential to ensure that the Tenderer makes an arrangement /


agreement with foreign vendor for LPG Pump / Dispenser for a proper
local representative and for training their engineers.

3.2 Completion period: The entire job is to be completed in line with the tender
conditions.

3.3 Spares: At any time, Tenderer shall keep minimum stock of spares for 2
years as recommended by each manufacturer for his equipment and
should supply the same as per the price list published by the
manufacturer. He must submit the latest price list for supply of all such
spares including their normal frequency of replacement.

3.4 Guarantee: 24 months from the date of commissioning. The facilities will
be maintained in trouble-free condition for 2 years after commissioning.

20
Any spares / assemblies replaced / required to be replaced would be free
of cost. BPCL will not be liable to pay any cost for such replacement.

3.5 Training: It is the responsibility of the successful Tenderer / Vendor to


provide training to BPCL engineers and to the operating staff at the petrol
pumps. Minimum 48 hours free training is required to be imparted at free
of cost.

3.6 Periodic Tests: It is the responsibility of a supplier/vendor to provide all the


information on requirement of periodic tests followed elsewhere or as
required by local authorities and to be present for at least first test when
called for. Tenderer will have to carry out all statutory checks through such
as Statutory periodic testing of SRV, TSV through approved Competent
person and periodic calibration of dispenser, measurement of potential of
CP system, resistance of earth pits, testing of hoses through authorized
Installer for two years from the date of commissioning of ALDSs without
any additional cost.

3.7 The Tenderer has to make it very clear on his requirements to start the job
at the site and hence it will be necessary to visit the proposed sites to
understand local aspects.

3.8 The successful Tenderer has to co-ordinate other aspects such as


approvals from weights and measures authorities, calibration procedures
etc.

3.9 The successful Tenderer has to use industry standards / specifications


followed in various countries if all the requirements mentioned in this
tender document are not adequate in the interest of safety and successful
commissioning the project.

3.10 The Tenderer has to have a fairly good idea of Govt. policies on use of
Auto LPG.

3.11 The Successful Tenderer has to obtain a work permit from the Retail
Outlet Incharge / Dealer prior to start of work.

3.12 The successful Tenderer has to ensure that the existing operation at
Retail Outlet is not disturbed.

3.13

3.14 All the enclosed drawings are only indicative. The successful Tenderer
shall submit all relevant drawing (to be designed by the Tenderer) and
approval for the same to be obtained from BPCL.

3.15 It is desirable that contractor have establishment / offices with address at


the respective cities mentioned in the Tender. The address to be furnished
along with the Tender and will be part of evaluation.

21
3.16 Contractor has to use and communicate to BPCL the established
standards / specifications / codes of practices or its equivalent in case all
the requirements mentioned in this tender document are not covered in
the interest of sound design, proper installation and successful
commissioning the project.

3.17 The ALDS shall be in a state of readiness for commissioning prior to


inspection by CCOE for issuing license.

3.18 Contractor has to undertake calibration of all equipment, instrument


including flow meters, dispensers, temperature gauge, and pressure
gauges along with approvals from weights and measures authorities,
calibration procedures etc. without any extra cost to BPCL. Valid
necessary required certificates towards calibration as above to be
provided before commissioning and to be arranged physically as
applicable, latest within 10 days of commissioning.

3.19 The unloading pump, dispenser, submersible pump and its controls,
safety features, accessories including level gauges offered by the
contractor must be approved by Chief Controller of Explosives with
documented evidence furnished with the tender.

3.20 Contractor has to submit schedule of work undertaken by him initially and
period progress made till completion of the work.

3.21 Contractor has to ensure that the existing operation at Retail Outlet is not
affected or disturbed in any way.

3.22 Contractor supervisor of thorough knowledge and experience to be


present at the site throughout construction period and commissioning of
the ALDS.

3.23 Contractor working at the site must be communicable.

3.24 Contractor has to co-ordinate with BPCL retail territory manager / retail
outlet dealer for smooth execution of the project, as well as with any other
contractor on the job at the site.

3.25 Contractor is to respond fully to the technical specification sheet of the


tender and all other requirements highlighted in the tender to the
satisfaction of BPCL.

3.26 CCOE approved competent person/ TPIA (Third Party Inspection Agency)
for certifying the various jobs / equipments have to be approved by BPCL.

4.0 DETAILED SCOPE OF SUPPLY AND EXTENT OF WORKS

4.1 SPECIFICATIONS

22
Scope of works and specifications for installation of Auto LPG Dispensing
Stations (ALDS):

The parties can follow European / Australian standard in addition to OISD


210 and amended SMPV rules specifying safety distances for use of LPG
in automobiles as per the following:
- Australian standards for Autogas installations
- SMPV rules specifying safety distances issued by Chief
Controller of Explosives of India (CCOE)
- European Standards for Autogas installations.
- OISD STD 210
- Netherland Standards for Autogas installation.

4.2 The turnkey job consists of supply and installation of various equipments
and their accessories. General list of equipments is given below, but this
may not be a complete list. Additional equipment / material, if required, are
also to be a part of contract. It is the responsibility of the Tenderer to
complete a job to the entire satisfaction of BPCL as per international
standards / safety regulations and duly approved by CCOE, Nagpur.
3
i. One or two no 7.5 / 10 M water capacity underground tank for
each site fitted with all safety related devices like SRVs, Remote
Operated Valves, 2 independent tank gauging system, glycerin
filled pressure gauge (s) etc.
ii. Positive displacement/Centrifugal pumps (single / multi stage
submersible with bypass valve, vapour eliminator, controls and
fittings) for dispensing LPG from underground tank to the vehicle
through the Dispenser.
iii. Bulk LPG Decantation Pump (confirming to API standard) of
positive displacement rotary valve type ( Corken, Ebsray , Blackmer
or equivalent) with automatic regulated bypass valve and FLP
motor for unloading LPG from Tank truck to underground tank.
iv. Mass Flow Meter indicating mass density and volume of the
unloaded LPG with provision of temperature compensation at
desired temperature.
v. Remote fill point (50 mm dia NB) within the industrial fencing
having matching ACME coupling at the fill point suitable for
connecting the SMART hoses.
vi. Industrial fencing should be 2 M high including brick masonry toe
wall 230 mm thick and 300 mm high, having 2 nos. entry / exit
wicket gate as per drawing attached.
vii. Cathodic protection as per international standard (sacrificial Anode
type) for life of 15 years.
viii. Double nozzle dispenser complete with two metering devices,
hydraulics, displays for price, quantity, cumulative data minimum
for last 28 days, dead man’s push button switch (optional) and hose
pipe fitted with break away coupling.
ix. Complete tank gauging and product management system, to
provide information on stocks in the tank. The system should be
compatible to obtain sales from the Dispenser including generation

23
of bill against the product delivered every time, if and when
provided with necessary hardware and software. The
communication protocol for ATG and Dispensor shall be provided
by vendor.
x. LPG pipe work (schedule 80) of established grade (SA 106 gr-B)
above ground (inside the fence area) and underground (outside
fence area).
xi. Electric controls and cables and circuit breakers for emergency
shut down, flame proof function boxes etc.
xii. Control panel and emergency shut down system with electrical and
pneumatic components.
xiii. Control panel with audible alarm, level indication, high / low level
indication light / alarm trip as required.
xiv. Unloading hoses (smart hose) with acme coupling at the tank lorry
end to be supplied with wrenches.
xv. Independent operable / function ROV system for full point /
unloading of dispensing lines.
xvi. Fire Extinguishers DCP type (2 x 75 Kg under canopy / shed, 4 x
10 Kg)
xvii. Civil works which include:
a) Dismantling of RCC /CC/Asphalted Driveway and disposal of
Debris to unobjectionable place, including all leads and lifts.
b) Excavation in all types of soils (including rocky strata) upto a
depth of 5 m including providing supports / shoring to
existing structures and disposal of excavated earth / rocks to
unobjectionable place including all leads and lifts.
c) Installation of the LPG Tank (underground) including all
material / civil works as per drawing enclosed.
d) Provision of PCC border all along the length / width of CC
paver blocks, 500 mm wide and 150 mm thick.
e) Laying pipeline in brick masonry ducts of walls 230 mm thick
and 500 mm below top of the RCC drive way. CC coping
1:2:4 50 mm thick shall be provided on the duct walls.
f) Covering of the ducts with 150 mm thick pre-cast RCC slabs
of width 600 mm or above.
g) Laying of Cables for Dispenser & Pump connections in GI
pipes of min dia 50 mm (class ‘B’) after dismantling the
existing RCC. After laying the pipe / cable at 300 mm,
driveway shall be repaired by CC (1:2:4) / asphalting.
h) Installation of dispenser (to be painted as per BPCL RVI
scheme) on pump island which shall be constructed as per
our RVI standard at ROs for MS/HSD pumps.
i) Provision of min 60 mm suitable CC paver blocks over the
tanks as per approved drawings.
j) Industrial fencing 2m high shall be grouted all along the
length / width of the bullet installed with two nos. 1.5 m wide
wicket gate for entry. The design of the fencing is as per
drawing enclosed.
k) Civil works for installation of Decantation pump including
suitable cover / canopy to protect the pump from rain.

24
xviii. Supply & Installation 1 no. Air Compressor (ELGI / INGERSOLL
RANK) of adequate capacity for operation of ROVs (to be sourced
from India), including allied piping and cabling.

xix. Marking in paint of the Hard Stand on the existing driveway. BPCL
shall provide the fresh Hard Stand if required.

xx. 2 independent earth pits as per IS 3043 connected by a grid, for


earthing of LPG dispenser, fill point and pipelines.

xxi. Foundation work for decantation pump and provision of suitable


canopy.

xxii. Supply & installation of ‘No smoking’ signboards (3 Nos) and Do’s
and Don’ts at fill point and LPG Dispenser (in English & local
language).

Note: All the pneumatic equipments including ROVs should operate below
the operating range of air compressor.

Job includes

Tools, tackle equipment, material, manpower and supervision for carrying


out the job in total,

The following tasks are also a part of turn key job and to be carried out by
the Tenderer under the supervision of BPCL supervising engineer or their
authorised representative.

4.2.1 Clear designated area around the Autogas installation, remote


kerbing and forecourt slab / existing sales building (if required)
as required. Place materials in an approved location for later
use in reinstatement of landscaping. Debris and excess earth
shall be disposed off as authorised places / dumping grounds
without any additional cost

Special attention should be paid to the handling of contaminated


soil and for disposal of debris and access operations of petrol /
diesel dispensing facilities.

Special attention to be paid to carry out any hot work (if


required) and necessary permits to be obtained from competent
authority prior to carry out such jobs.

4.2.2 Excavate the area as specified. The Tenderer shall ensure that
stability of the excavation is maintained at all times. This may
require the use of shoring and / or battering where necessary.
Consideration must be given to stablilise adjacent motor spirit /
diesel tanks if necessary. Provide suitable cordoning off

25
arrangement (approved by BPC) around tank excavation if the
excavation is left open overnight.

4.2.3 Prepare site for construction of other ancillary structures and


services.
4.2.4 Install all pipe work, fill and vent pipes in accordance with the
drawings. Enamel paint with primer/2 coats including colour
coding of all pipe work, not covered, with Denso tape within 24
hours of fabrication. If delayed then proper wire
brushing/descaling of the pipe work before applying primer and
subsequently covering with Denso tape/coal tar tape.

4.2.5 Co-ordinate the installation and commissioning of the cathodic


protection system ensuring proper electrode potential to soil
electrode so that the underground tank and all buried pipe work
is adequately protected against corrosion immediately after
installation.

4.2.6 Provide insulation joint between the cathodically protected and


unprotected equipment.

4.2.7 Provide and install the dispenser base and ballads and prepare
/ repair all concrete areas.

4.2.8 Install all electrical equipment and systems as per hazardous


area classifications, test and ensure functioning as per the
specification and requirement.

4.2.9 Install all mechanical equipment, pneumatic system, associated


controls, emergency system as per specification and
requirements in the approved layout drawing, P&ID, fabrication
drawing, SMPV Rules & OISD standards.

4.2.10 Perform hydraulic test of the vessel in situ, pump out water and
completely dry the interior surface of the vessel in presence of
BPCL representative.

4.2.11 Pressure the pipeline at 48 Kg / sq.cm. with water and


pneumatically test with nitrogen through storage vessel at
maximum operating pressure of 14 kg /sq.cm in presence of
BPCL official.

4.2.12 When the vessel is not charged with LPG, keep under nitrogen
pressure.

4.2.13 Test the unloading hose and dispenser hose with fittings at 32
Kg/sq.cm. prior to commissioning.

26
4.2.14 Change the gasket in case of leakage rather than tightening.

4.2.15 Carry out pre-commissioning activities i.e. clean, flush and


purge the installation to make it ready for commissioning. Test
run / check of equipment, control system and safety systems.

4.2.16 Commission the installation. Test / verify the rated design


performance of individual system, components as well as the
entire station as a whole for a reasonable period to the
satisfaction of BPCL engineers.

4.2.17 Test the performance (record) to verify response for normal,


abnormal and emergency situations i.e. high level alarm, high
level switch, high differential pressure, break away coupling,
emergency switches, cathodic protection system, insulation
joint, earth pit resistance, fire extinguishers, dispenser
electronics and control.

4.2.18 Particular attention to be given to test for leakage, pressure,


calibration, response times and emergency systems.

4.2.19 Take corrective measures in case of deviations in performance.

4.2.20 Record and document the input and results.

4.2.21 Make arrangement for calibration of dispenser before


commissioning.

4.2.22 Paint all new structures with paint of requisite specifications as


per our RVI.

4.2.23 Reinstate landscaping, forecourt disturbed by the installation of


piping and other services to original condition.

4.2.24 The contractors shall provide “Work as executed”, “As built”


drawings upon completion along with all complete relevant
documentation.

4.2.25 Fencing all round the facilities after completion of the job.

4.2.26 Provide suitable guards as per CCOE norms for fill point and
dispenser to avoid hitting by other vehicles.

4.2.27 Provide vents at 3m level.

4.2.28 Connect fill point vent with SRV vents.

4.2.29 Contractor to give completion / commissioning certificate based


on a checklist provided by BPCL.

27
4.3 DRAWINGS AND DOCUMENTS

i) Successful Tenderer to submit the following:

a) Overall plot plan

b) Detailed drawing with sections as required for CCOE


approval including zone classifications.

c) Detailed drawings for the underground tank

d) Design calculations for pressure vessels under IS 2825 as


per codes specified.

e) CCOE approved fabrication drawings for underground tanks.

f) Third party control certificates on completion of pressure


vessel fabrication.

g) TPIA Certificate for tank foundation design certifying that


tank foundation is safe enough to prevent floatation of tanks
even under no load / empty conditions.

4.4 DEVELOPMENT APPROVALS

The following approvals and permits shall be obtained by the Tenderer:

i) C.C.O.E. approvals for Equipments / systems.


ii) Weights and Measures approvals for equipments.

Obtaining layout and storage approvals from CCOE is not in the scope of
the Tenderer.

4.5 SAFETY

The contractor shall comply with all national, state and local health, safety
and environmental rules & regulations, BPCL, Safety regulations and the
other requirements, as applicable.

4.6 REFERENCE DRAWINGS AND DOCUMENTS

Turnkey party to submit these drawings / documents along with the offer
(minimum requirement).

Proposed Site Layout


P&ID

28
Electrical Wiring Schematic
Emergency Shutdown system
Underground LPG tank
Details of underground tank
installation
“Dual Hose” LPG Dispenser details,
installation details with fittings as
per CCOE requirement
Remote fill point for UG tanks
Cathodic Protections and
Schematic
Details of Submersible Pump fixing
in the UG tank with fittings, isolation
valve etc. (in case of submersible
pump option)
LPG piping details

29
8.0

LIST OF APPLICABLE STANDARDS, GUIDELINES & CODES

The tenderer to adhere to following standards, guidelines or their equivalent in design ,


supply, erection , installation , inspection and testing of Auto LPG dispensing stations.

Specifications- Standards, Guidelines & Codes Of Practices To Be Followed

 AS 1210 
 AS/NZ 1596 
 AS 2381 
 AS/NZ 2430 (Parts 3.1, 3.2. 3.3, 3.4) 
 AS 3000 
 BS-5500 
 ASME Section - VIII ( Div - 2 ) 
 ANSI B 31.3. 
 ANSI B 16.5 , std for slip on flange 
 ANSI B 36.1, std for seamless pipe 
 A 194 2H for stud bolts 
 NFPA - 58 / NFPA-59 
 EN 
 UL - 
 NACE - For cathodic protection system 
 Static & Mobile Pressure Vessels (U ) Rules ( Amended) 
 OISD Standards on ALDS 
 IE Rules 
 IS 3043 
 IS 2148 
 OISD STD – 110 Recommended Practices on Static Electricity Rev. I 
 OISD STD – 113 Classification of Area for electrical installation at Hydrocarbon and 
Handling facilities.
 OISD STD – 115 Guidelines on Fire Fighting, Equipment and Appliances in 
Petroleum Industry.
 OISD STD -- 137 
 OISD STD – 144 Liquefied Petroleum Gas ( LPG ) Bottling Plant Operations Rev. II 
 OISD STD – 149 Design aspects for safety in electrical systems 
 OISD STD- 158 Recommended Practices on Storage and Handling of Bulk
 Liquefied Petroleum Gas 
 Rev OISD STD – 169 OISD Guidelines on Small LPG Bottling Plants ( Design and
Fire Protection facilities) 
 IS: 3764 Safety code for excavation work. 

30
9.0

DETAILED TECHNICAL SPECIFICATIONS

1. SPECIFICATION OF LPG DISPENSER /DISPENSING

UNIT A. GENERAL

1. Dispenser shall be of a type with dual hose lane oriented, double head
electronics dispenser with high hose mast / hose retraction system and
approved by the Chief Controller Of Explosives, Nagpur. The
requirements of SCHEDULE - II of SMPV Rules (Amended) on design,
construction, testing for liquefied petroleum gas and its pipe connections
shall be met:

2. The dispenser shall be provided with, a remote operated shut-off valve, an


excess flow valve and a pipe shear provision in that order in the liquid inlet
and return pipe.

3. The remote operated valve shall have provisions to close automatically by


cutting of air supply by suitable device in the event of a crash/hit by
vehicle.

4. The dispenser shall be installed on a firm foundation and protected


against physical damage from four sides with four bollards. The design is
as per CCOE issued circular.

5. All distances from dispenser shall be measured from edge of the facilities.

6. A breakaway device with excess flow valves or quick action cut-off valves
on both sides of the breakaway device conforming to Underwriters
Laboratory, USA, specification number 567 or equivalent shall be provided
on the delivery line from the dispenser before the connection of the hose
so as to prevent spillage of liquefied petroleum gas from both sides of the
breakaway point in the event of its breakage.

7. The dispensing nozzle at the end of the hose shall be of self sealing type
of twenty two millimeters nominal size and suitable for matching with filler
connection of cylinders fitted to vehicles as fuel tanks, as specified in
Australian Standard AS - 1425 or other established standard approved by
the Chief Controller of Explosives.

8. The dispensing nozzle shall be compatible with the filler nozzle in IS –


15100 ( multi-valve)

9. The hose for delivery of liquefied petroleum gas by the dispenser to motor
vehicles shall be suitable for commercial propane. The design pressure of
the hose shall be minimum thirty-two kilograms per square centimeters
with a safety factor of five and shall be tested at one and half times of the

31
design pressure at an interval not exceeding one year. The hose shall be
electrically and mechanically continuous.

10. The length of the hose connected to the dispenser shall not exceed five
meters and fifty centimeters.

11. The hose shall have provisions of securing through hose mast

12. Emergency shut down switch on the body of the dispenser to cut-off
power in case of emergency.

13. The remote operated valves below the dispenser on liquid & vapour lines
shall be easily accessible & of fire safe type.

14. Every dispensing unit from which liquefied petroleum gas introduced into
the cylinders fitted to the motor vehicles, shall be equipped with self -
sealing type fuelling nozzle from which the vapour released on
disconnection shall not exceed five milliliters.

15. All metallic liquefied petroleum gas pipings shall be rated for Propane and
designed to the American Standard ASME - B - 31.3 with minimum design
pressure of thirty two kilograms per square centimeters with a factor of
safety of four. The materials of pipe shall be low carbon or alloy- steel
conforming to the American Standard ASTM - SA-333 grade 6 , or SA -
106 grade B Schedule 80 ( Maharashtra Seamless limited/Jindal or
equivalent ).Only schedule 80 pipes shall be used. Joints of pipeline
above 40 millimeters diameter shall be welded or flanged. Threaded or
screwed connection shall not be provided except for special fittings like
excess flow valve, pump connections up to fifty millimeters diameter.

16. Threaded and flange joint material, specification shall conform to relevant
ANSI standards.

17. Testing - Every dispenser shall be factory tested and calibrated with LPG
of specification meeting IS- 14861 (2000) & certificate provided.
Dispensers shall be suitable for commercial propane. Dispenser shall
have minimum of 60 stop / start operating cycles per hour. Testing shall
be done at the maximum operating pressure as above for leak, rated flow,
control & functioning of safety devices to ensure no faults in the
dispensing system during commissioning , normal & emergency
situations.

18. Documentation - Following documents shall be provided for the dispenser.

1. Factory test and calibration certificate .

2. Installation, operation and maintenance manuals

32
3. Statutory approvals: Clearance/approval from local weights & measure
authorities.

A copy of approval from Chief Controller Of Explosives for the


dispenser in line with the Schedule - II (Rule - 30A) of Static & Mobile
Pressure Vessels Rules ( U ), 1981 ( Amended).

A copy of the approval for meteorological performance from local


Weights & Measures Department.

4. Typical dispenser error / flow rate curve or equivalent to show


the dispenser performance.

5. Trouble shooting for various situations

6. The tenderer shall obtain clearance/approvals from Indian authorities


in accordance with the provisions therein

7. The manufacturer shall provide all original documents to


BPCL prior to installation

19. Installation, Commissioning and Maintenance manual - A comprehensive


technical manual shall be provided covering installation of the setup,
operating procedures, service diagnostics, trouble shooting, inspection
/testing procedures, dispenser error code, electrical, mechanical &
technical drawings, piping & instrument drawings, weights and measures
calibration procedures, replacement parts list with frequency.

20. Design Code - Applicable code to which the dispenser is designed,


manufactured, tested and inspected to be provided.

21. Type / brand of dispenser: - The tenderer to offer dispenser from one or
more of the following brands along with CCOE/ W & M approval for
the model and type.

Euro Star
BATCHEN - COMMANDER
YENEN - PUMA

The tenderer has to comply with :


i. The same is approved by CCOE/ local weights and measure
department
ii. Tenderer can satisfy BPCL through documentary evidence that
such dispensers are already being widely used world over and
their performance has been satisfactorily.
iii. The manufacturer has adequate after sales service facilities in
India and is ready maintain pumps including free replacement of
all spares in first two year

33
iv. Accuracy is ensured for following situations while dispensing by
quantity or amount as per technical specifications.

22. Release of LPG on disconnection - Quantity of LP Gas that will be


released while disconnecting the dispenser nozzle from the vehicle to be
fueled should not exceed 5ml.

23. Servicing - Name & location of the approved service centres of the
dispenser in India, type of services proposed to be offered and the back
up available from the principals should be provided

24. Spare parts - A list of spares shall be provided by the tenderer giving the
normal frequency of change. All parts shall be available as spares within
24 hours from a request. Spares shall be from original supplier of the
dispenser.

25. Equipment supplied to be complete in all respect, operational and shall


include all necessary auxiliary items. These include accessories, all
miscellaneous materials, minor parts and other such items where
specified, or where it is clearly the intention that they should be supplied to
complete and commission the equipment.

B) TECHNICAL SPECIFICATIONS

I. Statutory requirements with regard to dispenser as per latest SMPV rules must
be met.

II. DISPENSING COLUMN

a. All internal dispenser pipeline connections shall either be welded or flanged to


ANSI class 300 raised face or equivalent. Threaded or screwed connection
shall not be provided except for special fittings and such connections shall be
listed.
b. The enclosure of the delivery unit shall be provided both at the bottom and at
the top, with two ventilation openings situated opposite each other.
c. The liquid inlet flange connections & vapour return flange connections in the
dispenser shall terminate with an ANSI class 300 # welded flange connections
in the dispenser.
d. A push button shall be fitted on each dispensing unit and be so arranged that
delivery of LPG can only be achieved by pressing the push button. This push
button shall be hand operated. This will act as dead man's button & failure of
pressure on the button shall stop delivery of LPG automatically and instantly.
e. Dispenser shall have protection devices in accordance with SMPV Rules
(latest).

III. DISPENSER BASE

34
a. The dispenser manufacturer shall at the time of tendering submit a base plate
connection and fit up detail. Important details required are size and location of
bolt connections.
b. Each dispenser shall have barrier as recommended by CCOE from four sides
to prevent any damage due to collision.

IV. DISPENSER BLEED VALVE ( OR EQUIVALENT )

The dispenser shall have arrangement for safe bleeding of product before
taking up for maintenance through an opening not more than 1.5mm in dia.

V. DISPENSER TEST

Arrangement for meter testing and calibration shall be provided for returning
liquid to the vessel. A separate spool shall be provided with isolation/bleeding
arrangement to install master meter on the return line.

The dispenser shall have both arrangements for calibration of the meter in situ
through master meter as well as by sending the same to approved third party
agency.

VI. PIPE, VALVE, FITTINGS & TUBING MATERIAL

1. All piping, valve and fittings shall be made from steel ( as per specs). The
material quality shall be suitable for LPG services and shall meet the
mechanical properties in terms of elongation and charpy V- notch value.

2. Pipes to have manufacturing mark/heat nos clearly visible on each piece


along with corresponding documents

3. All pipes shall be of schedule 80 with requisite certification.

4. Tubing required in the dispensing system should be stainless steel


instrumentation quality tubing. Copper tubing shall not be used.

5. Design pressure shall be at least equivalent to the design pressure (shut off
pressure) of the pump or other source feeding the piping system.

6. Piping system shall be designed at 32kg/cm2.

7. Gaskets to be ANSI B.16.20 (spiral wound metallic gasket @ 300 pounds) &
marked on each piece.

8. Flanges to be marked with ANSI – 16.5 , 300 pounds.

9. Flanges of 50mm of size & above will have 8 bolts

VII. HYDROSTATIC RELIEF VALVES

35
1. Hydrostatic relief valves in the dispenser pipe work (if provided) shall be of
stainless steel and discharge into the dispenser liquid inlet or vapour return
line. Hydrostatic relief valve discharging inside the dispenser is not
acceptable.

2. Hydrostatic relief valve shall be only on liquid lines

3. Set pressure shall be marked, visible & certified documents available

4. The hydrostatic thermal relief valve shall be set at a pressure not exceeding
110 % of the design pressure (NFPA -58) of the pipeline i.e. 21 kilograms per
square centimeter.

5. The number of hydrostatic relief valves installed will be such to prevent the
possibility of hydraulic lock up situation.

6. Type of hydrostatic relief valve used shall have to be approved by BPCL.

7. Every hydrostatic relief valve shall be provided with a needle valve ( 800
pounds) to facilitate isolation from main body on which it is fitted except in
Dispenser.

VIII. DISPENSER CABINET

1. The cabinet shall be stainless steel/ MS with powder coating with double
cabinet, one for housing display and computing unit and other for housing
flow meters, hydraulics and accessories along with piping.

2. The cabinet shall be constructed such that the dispenser internals are
accessible for maintenance and meter calibration from two sides. Doors and
panels provided for this purpose must be lockable.

3. The cabinet shall be of weather proof

4. The cabinet is to be of a high industrial standard giving good mechanical


integrity and at least 15 years life expectancy.

5. The cabinet shall be painted by powder coating with stoving and high duty
gloss enamel or equivalent. All other exposed bare metal shall be protected in
accordance with good painting specifications.

6. Minimum 3 years anti corrosion warranty at no additional cost shall be


provided.

7. Cabinet shall be provided with protection for mechanical and electrical


/electronic components and house these components in a weather proof and
dust resistant enclosure to at least IP 23 or equivalent.

IX. VAPOUR ELIMINATION AND HOSE PRESSURISATION:

36
1. Reliable & proven system for vapour elimination shall be provided and
necessary approval from Weights & Measures shall be obtained.

2. Isolating fire proof ball valves to be installed on the liquid line & vapour return
lines of the dispenser in addition to the fire proof remote operated valves.

3. System to maintain a constant pressure and arrest any fluctuation of pressure


in the dispenser shall be provided in order to minimise the possibility of vapour
formation.

X. METER PERFORMANCE:

1. The meter shall be two/four piston, positive displacement gland less (no dynamic
seals).

2. The manufacturer shall provide information on the type of the meter, reliability of
performance, accuracy and repeatability within the entire range of temperature,
pressure and flow.

3. The manufacturer shall specify the design and type of mechanical seal used in
the meter shaft (where applicable) with evidence on seal reliability.

4. Calibration system of the dispenser shall be specified in accordance with


established practices, approved by local authorities & shall be calibrated by the
contractor in accordance with local statutory requirements periodically.

5. On line electronic master meter with mass flow meter to be preferably available
with the contractor for periodic calibration & certificate to the effect will be
provided by the contractor.

6. The meter should be designed for following

parameters. Minimum flow rate - 5/10 lits / min

Maximum flow rate - 50/60 liters / min

Maximum operating pressure 20 kg/cm2

Liquid temperature range - 10 degree c + 55 degree c

Accuracy + / - 0.5 % (to be in line with W& M act)

Repeatability to be in line with W & M act.

XI. DISPLAY/MICROCONTROLLER FUNCTIONS

1. Should have large backlit Liquid Displays, 1 display unit for each meter.

37
2. Should be Microprocessor based operation and control and volume based
computation

3. Should have non –volatile battery maintained memory

4. Should have dual channel pulsars with self error checking

5. Should be able to automatically compute volume depending upon


temperature based on relevant ASTM tables

6. Should have facility for automatic temperature compensation

7. Facility for effecting delivery on the Amount and Volume preset

8. Minimum display requirements shall provide


(a) Customer display : rate, quantity, amount
(b) Service displays – k – factor, product density, cumulative volume & price

9. The flexibility for remote information for down loading or up loading shall be
available.

10. Should also have provision of selling through value (Rs) & volume (lits) as
preferred by the customer.

11. Provisions of price & volume transmission to a remote read out through a
suitable 232/485/current loop etc.

12. Minimum 28 days of data retention after power failure. Battery back ups for
transaction.

13. Both temperature compensated & uncompensated volume measurements to be


provided.

14. Provision to be made for temperature sensing located within the dispenser/
vapour eliminator.

15. An exterior key operated reading facility to display temperature compensated


litres to be installed.

16. Electronics to be IFSF compliant

17. Display to be capable of displaying :

1. Total volume range 0-999.99 units


2. Total value display range 0 – 99999 units ( with floating decimal
point )
3. Price per unit display range 99.99 (with floating decimal point )
4. Cumulative volume range Up to 9999999 units
5. Cumulative value range 999999.99 units

38
6. Maximum metering resolution 10 ml
7. Calibration accuracy Rounded to the currency
8. Data retention Minimum 28 days

XII. EMERGENCY SYSTEM / EQUIPMENT:

Following should be provided

1. Emergency stop to be at the dispenser.


2. Remote operated valve on dispenser liquid inlet/outlet lines & shear section as
specified in SMPV.
3. An excess flow check valve shall be fitted in the rigid pipe before the flexible
hose of the dispensing unit to stop flow beyond 120 % of rated / design flow in
the line.

XIII. LPG HOSE PROTECTION:

1. System shall be provided to ensure that at all times the hoses shall be laid
/supported clear of the ground.

2. Hose shall be pressure tested prior to commissioning.

3. If a high hose mast is used, provision must be made for the hose to detach from
the mast without damaging the hose , mast or cabinet in case of a driveway with
hose connection to a vehicle.

4. If a hose retractor mechanism is used the manufacturer must submit the design
of the mechanism for approval.

5. The length of the hose connected to the dispenser shall not exceed five meters
and fifty centimeters.

XIV. BREAKAWAY COUPLING

1. A hose breakaway coupling shall be fitted to the dispenser hoses. This coupling
shall be anchored to the dispenser framework by way of a restraining cable or
similar device. Under this arrangement the dispenser shall remain safely
detached when a drive-away occurs. The breakaway coupling shall be fitted and
anchored at the ground level.

2. The pull force required to detach from a high hose mast shall be between 400N-
600 N and suitable for Indian cars and auto rickshaws. The anchorage point of
the breakaway coupling shall meet the following criteria.

(a) The hose shall be capable of self alignment such that the straight pull is
always achieved.

39
(b) The anchorage point shall be capable of sustaining a pull force of 2KN with
no damage to any part of the dispenser.

(c) The breakaway coupling shall come with connections to suit the hose

3. The vapour loss on separation shall not exceed 5 ml.

4. The coupling shall be capable of reassembled after separation without necessity


to drain the hose, the use of any special tools. Any part to be replaced to be
specified.

5. Performance / test certificate of breakaway coupling with periodic inspection and


testing methods shall be provided.

XV. DISPENSER NOZZLE

The dispenser shall be fitted with hose nozzles which meet the following
specification:

1. The connection system shall meet with the filler connections specified in IS –
15100, EN- 67, AS- 1425 / NZ or equivalent.

2. The nozzle shall not allow gas to be dispensed unless it is correctly


connected to the car filler valve.

3. The nozzle should seal to the car filler valve even if it is inadequately
tightened. If sealing is not achieved, the nozzle should not allow the gas flow
to commence.

4. There shall be no leakage of LPG on misalignment of vehicle nozzle &


dispenser nozzle.

5. The liquid discharged on disconnection should not exceed 4ml.

The nozzle will incorporate provision to start and stop gas flow of quick acting type.
6. The nozzle should not incorporate a device to latch it in the open position.

7. The nozzle should not allow gas to be dispensed if customer tank is full by
way of suitable electronic logic in the dispenser.

XVI. HOSE TYPE

1. The hose for delivery of liquefied petroleum gas by the dispenser to motor
vehicles shall be suitable for commercial propane.

2. The design pressure of the hose shall be minimum 32 kg/cm2 with a safety factor
of five. The burst pressure of the hose shall be specified.

40
3. The hose shall be tested at one and half times of design pressure. The hose
shall be mechanically and electrically continuous. Test certificate to be made
available for material, quality and design conditions.

4. The hose shall not be longer than 5 meters and fifty centimeters but shall be at
least 4m.

5. The hose shall be of approved type and resistant to LPG.

6. The hose of the dispensing unit shall be provided at the end with a nozzle with
valve of a type approved by an inspection agency which can only be opened
when or after the hose is connected to the receiving fuel tank of a motor vehicle
and which before or on disconnecting the hose closes automatically and
instantly.

7. The hose will be tested before installation in line with OISD standards.

XVII. HOSE CONNECTIONS

The hose to LPG dispenser pipe connection shall be made outside the dispenser
cabinet ensuring ease of maintenance (i.e., hose replacement) through minimising the
possibility of tampering.

XVIII. ELECTRICAL EQUIPMENT & SYSTEM

Following classification of zoning shall be followed:

The extent of hazardous area for liquefied petroleum gas dispenser shall be as under:

1. Entire space within the dispenser enclosure cabinet and forty six centimeters
horizontally from exterior of enclosure cabinet and up to an elevation of one
hundred and twenty two centimeters above dispenser and the entire pit or open
space beneath the dispenser shall be division “1”.

2. Up to forty six centimeters vertically above the surrounding ground level and
horizontally beyond forty six centimeters up to six meters on all sides of the
dispenser enclosure cabinet shall be division “2”.

3. Storage vessel shall be considered as zone “0/1” and 5m from the storage
vessel to be considered as “zone 2”.

4. Area up to 5m from fill point block valve shall be considered as “ zone 2 ”.

5. The entire electrical installation work shall be carried out in accordance with
approved drawings and in general conformity with the requirements of the Indian
Electricity Act the Indian Electricity Rules.

6. The precise positions of all points, controls, switch boxes, main and distribution
boards, cut off points etc, shall be subject to approval by the BPCL

41
7. High voltage tests should be undertaken to ensure that no damage has occurred
during the laying operation and that the joints are in order. Cables of 1.1 KV
suitable for low and medium voltage should withstand for 15 minutes, 300 volts
D C current applied between the conductors and between each conductor and
sheath. In the absence of high pressure testing equipment it is sufficient to test
for 1 minute with 100 volts.

8. Earthing system shall be earth electrodes as per IS 3043 with GI pipe earth
electrode with excavation of earth, refilling with solid treating media like
charcoal, salt etc. the earth pipe electrode shall be of 100 mm dia and 1.3 mm
thick and 3 mts long complete with funnel etc. including resistance test results(
<2 ohm) to be furnished. Construction of chamber and fixing of MS chequered
plate cover shall be done. One for panel earthing, one for connecting up to earth
bus and then to all DBs.

9. Separate earth pits shall be constructed for electrical & non electrical
components

10. Each motor shall have two independent earth strips.

11. Necessary safety certificates, etc. are to be obtained by contractor. Electrical


installation shall be certified by competent electrical inspector.

12. All electrical equipment shall be installed in accordance with hazardous area
classification having CCOE approval and CMRS certification.

13. Electrical equipment directly connected with the storage vessel: “ zone 0 ” and
5m from storage vessel to be considered as “zone – 2”.
ZONE I & II ZONE II ONLY
(a) Intrinsically safe ( Ex ia or ib ) or (a) Non sparking ( Ex n )
equivalent or equivalent
(b) Flame proof enclosure ( Ex d ) or (b) Encapsulated ( Ex m )
equivalent or equivalent
(c) Increased safety ( Ex "e" – Cable
joints only ) or equivalent

XIX. ELECTRICAL & ENVIRONMENTAL SPECIFICATION

1 Mains supply 230 volt , 50 Hz , + / - 10 %


2 Operating temperature range -10 degree c to + 55 degree ambient
3 Humidity range 0 – 90 % ( non – condensing )

XX. WARRANTY

42
Manufacturer shall make good with all possible defects which may arise from defective
design, materials or workmanship or from any of omission of the manufacturer
encountered during normal, abnormal, emergency operating conditions within two year
after equipment have been put into service.

43
2. SPECIFICATION & REQUIREMENTS FOR LP GAS STORAGE VESSEL
SYSTEM A. GENERAL
(I) Scope
i. Design of LPG storage system as per the specifications / data sheet
(as per code requirement) including proposals of detailed fabrication
and obtaining approval for the design and drawings from BPCL /
CCOE and other statutory authorities.
ii. Preparation of Bill of materials, quality assurance plan and fabrication
procedures as per code requirement. These documents shall be
submitted for approval, to BPCL.
iii. Calibration, certification and documentation including co-ordination for
obtaining approvals from statutory authorities.

(II) General features

1. The following features are general in nature and also apply to all tanks
valves and pipe work wherever possible. Noncompliance with these
standards must be nominated if not exempted elsewhere. These
features shall take precedence over drawings but not the specific
sections below.

2. The tenderer shall furnish tank design, fabrication details with the
tender.

3. All fittings, valves, and pipe work above 40 mm dia shall be flanged
300 # ANSI, B 16.5 RF with steel spiral wound gaskets except those
required as insulating joints.

4. All studs and nuts shall be supplied zinc phosphated and shall be
ASTM A 193 B 7 studs and A 194 2h nuts or equivalent.

5. All ball valves shall be supplied as 300 # ANSI rating marked .

6. All remote operated valves shall be of fire safe type.

7. All actuated ball valves shall have indications for opening & closing

8. All gauges, instruments, valve stems data plates and actuators shall be
masked to prevent ingress of grit or paint during surface treatment of
pipe work assembly. All flange internal edges shall be painted prior to
assembly of flanges.

9. Interior of tank shall be dry and wire brushed after in situ hydrotesting.

10. External tank shall be shot blasted to AS 1627.4 (or equivalent), Class
2.5 and coated with two coats of Dulux Amercoat 450 micron DFT or
equivalent. Spark test tank exterior to AS 3894.1. Thickness of the
coating shall be shown through alcometer to BPCL representative at
site.

44
11. The tank pit of any underground tank shall be designed and
constructed to prevent ingress of surface water or groundwater. All
electrical equipment within the pit shall be suitable for Class 1, Group
2, Zone 1 Hazardous area and shall be Ex rated. Electrical equipment
shall be installed at the highest point possible in the pit.

12. There will be no enclosure /pit at the top exposed surface of the
underground vessel.

13. All steelwork, piping, valves shall be supplied pre-painted using zinc
rich primer and industrial enamel top coat.

14. All work shall comply with relevant Australian Standards AS 1596, AS
3000, AS 1210, etc. or equivalent.

B. UNDERGROUND VESSELS :

Underground vessels shall conform to the following requirements:



General : 

1. All tanks are to be supplied with stud pads to all fittings above 20mm dia
to suit 300 # ANSI RF flanged ball valves c / w internal NPT threads. This
excludes safety relief valves but no other valves or fittings.

2. Vessels shall be set substantially on level and properly anchored to a firm


Foundation, firmly clamped in place and surrounded by sand. Foundation
shall be designed to prevent floating of tank under empty and no load
conditions.

3. The design details / calculation of the foundation proving its suitability


against floatation & shifting shall be provided and got approved by BPCL
as well as TPIA. .

4. Sand used for back filling shall be fine , sieved & free from silts, rocks &
abrasives

5. Back fill shall be free of rocks or similar abrasives.

6. Sand shall be preferably white sand & quality got approved by BPCL
before use

7. Vessels shall be placed at least 500mm below grade. The fitting housing,
housing cover, tank connections and piping shall be provided with
protection against external damage.

8. The portion of the vessels to which the fitting cover or other connections
are attached shall be permitted to be covered.

45
9. Vessel to have two flanges. One will have pump & its accessories. The
second will have instruments & safety fittings.

10. Approval to be obtained from BPCL on layout & details of connections of


the flanges

11. Underground tanks with submersible pumps :

In addition to specific details of drawings, all underground LPG tanks shall


have the following features or its equivalent as approved by CCOE.

 Vessel c/w chamber and primary valves 



(i) Ball valve on inlet to pump chamber shall be full bore and have
manual 90 degree turn handle with open/ closed position clearly
shown on bonnet. Removable “ T “ bar to be supplied on hanger
on pit wall. An open/close tag to be provided on the valve top.

(ii) The drainpipe shall be positioned in the tank between 5mm and
20mm from the bottom of the tank.

When installed in the pit, provisions shall be made to


ensure that contents gauge can be read at all times
under external light conditions without the need of
portable light sources.

 Tank pit c / w pump , valves , pipe work & cover 



(i) All pipe penetrations out of pit to be fitted with Pro-seals or
equivalent, to prevent ingress of water through gaps in turret for
pipe penetrations.

(ii) The tank shall have two flanges to accommodate & access
pump / fittings / / gauges / instruments. All fittings, valves and
pipe work above 40mm dia shall be flanged 300 # ANSI with
steel spiral wound gaskets except those required for insulating
joints. The drain valve shall be ¾ or 1 inch ball valve with blind
flange fitted.

(iii) The tenderer shall furnish the details fittings on each flange

(iv) All pipe work shall be schedule 80.except the vent pipe which
shall be schedule 40 with 300 # ANSI flange.

(v) All pipe work leaving / entering the pit to be fitted with insulating
flanges. Additional insulating kits are required on the pump
chamber flange and between the liquid withdrawal actuated
valve and the bypass valve.

46
(vi) Internal tank pit including all valves and fittings to be cleaned to
AS 1627.7 Class 1 or equivalent and coated in Amerlok 400 T to
125 to 200 micron DFT. All flange internal edges to be painted
prior to assembly of flanges.

(vii) Each pipe end from / to the vessel to have ball valves with end
flange on each side to keep provision of modifications /
changes.

 Pump & Actuator Switch Panel 



(i) The pump and actuator switch panel shall be supplied mounted
to the pit wall if specified 80mm from top of the pit barrel using
insulating fittings and weld studs. All electric and pneumatic
connections within the pit shall be made as per P&ID and as
shown on electrical schematic as follows.

(ii) SWA cable from limit switch to J Box.

(iii) Electrical wire from pump to J – Box isolation switch installed in


450 long flame proof flexible cable FL-27- 450 or equivalent via
20 mm excluding entries both ends.

(iv) 6mm nylon air tubing from air solenoid and 5/2 valve to
actuators. Use only metal push on air fittings and color coded
nylon (or marked approximately) tubing (blue-supply air black-
exhaust air, green-air to open and red-air to close) direct all
exhaust air to highest point on back of control board.

12. Testing Of Tank prior to transport

i. Prior to delivery following tests shall be carried out on the complete


vessels :
ii. Ensure all valves and fittings operate correctly. This includes
requirements to trial fit contents gauge to tanks prior to transport. The
contents gauge then shall be supplied separately with the tank, ready
for installation on site with a spare gasket.
iii. Non – destructive testing on all tank welds as required by AS -1210 or
equivalent.
iv. Thoroughly dry vessel following shop & in situ hydro test . Clean vessel
to remove all mill scales and weld slags.
v. Perform soap- water leak test on all flanges, valves and connections
by pressurising vessel with filtered air / nitrogen to at least design
pressure of the vessel. The soap must be non corrosive.
vi. Following air test, Nitrogen purge twice to 300 kpa or four times to 100
kpa & leave vessel under pressure of 100 kpa ready for delivery.
vii. Test tank atmosphere to check oxygen content is ess than 2 %.

13. Statutory Requirements

47
All relevant statutory requirement shall be met including design to all
SAA codes, in particular AS 1210, AS 1596 or equivalent, and design
approvals authorities like CCOE, Weights & Measures etc shall be
obtained by vendor. Documentation shall be provided in support.

 Mechanical Design: 

Design code: IS 2825. Design shall take into account the Static and
Mobile Pressure Vessels ( Unfired) Rules 1981also. A single
 code shall be adopted for design, fabrication and testing 
8. Maximum tensile stress of the material shall be below 80,000
PSI

9. Material shall be ASTM A 537 CLASS I /SA 516 GR 70

10. Design temperature : - 43 degree celsius and + 55 degree


celsius

11. Design pressure : 22 kg / sq.cm ( g )

12. Water capacity : 7500lit /10000lit

13. LPG to be handled : Marketable Auto LPG


(commercial propane ) conforming to IS - 14861

14. Corrosion allowanc:1.5mm ( minimum )

15. Radiography : Full

16. Stress relieving : 100 % irrespective of thickness

17. Earth pressure : As per IS- 2825

18. Hydrotest pr. : 28.6 kg/cm2 (1.3 time of design pr)

19. Third party inspection agency ( CCOE approved) : BQIS, Bax


Councel , IRS, Mec Elec, LLOYDS, DNV, EIL, PDIL etc . TPIA
should certify all stages of inspection such as raw material
identification, edge preparation, alignment rolling set ups,
welding set, DP test, radiography etc.

C. PIPE WORK, VALVES AND FITTINGS ( To be provided as per Data sheet )

1. All fittings shall be suitable for use at not less than the design pressure and
temperature i.e. equivalent to propane.

2. The remote operated valves on the vessel shall be fire - safe type.

3. The flange joints shall either have spiral wound metallic gaskets or ring joints.

48
4. The nuts / bolts / studs used must be resistant to rust formation.

5. Flange connections shall be a minimum of ANSI -300lb flange class &


marked.

6. Each vessel shall have at least two safety relief valves, each set at not more
than 110% off design pressure of the vessel and having the relieving capacity
adequate for limiting the pressure build up in the vessel not more than 120 %
of design pressure.

7. All metallic liquefied petroleum gas piping shall be rated for LPG at design
pressure of 32 kg/cm2.

All materials of piping including nonmetallic parts for valves, gaskets &
diaphragms shall be resistant to LPG under service conditions to which they
are subjected.

8. Pipeline shall be adequately supported & free from any vibration.

9. The bonded parts of the pipeline shall not be painted

10. Fabrication shall be such so as to ensure to leave the flange faces parallel
and their centres in line. Care shall be taken against excessive strain.

11. Joints of pipeline above forty millimeters diameter shall be welded or flanged.
Threaded or screwed connection shall not be provided except for special
fittings like excess flow valve, pump connections up to fifty millimeters
diameter.

12. All piping installations shall be hydro -tested after installation and proved free
from leaks at 1.5 times of its design pressure i.e. (48kg / sq.cm ( g ) and
pneumatic testing with nitrogen before gas charging pipeline will be tested
with nitrogen at 14 kg/sq.cm2.

13. All piping material, piece of piping shall be clean, free from rust, debris, scale,
clearly marked. Such marking shall be visible with certificates supporting
conformity to standard, material, testing. Certificates shall be submitted prior
to execution of the work.

14. Buried piping shall exclusively be welded throughout.

15. The trench shall of a size, at least- 0.6m deep capable of taking the loads of
heavy vehicle like tank lorries.

16. Trench shall be excavated so as to ensure that the pipe rests on firm even
ground free from stones, rocks, bricks

17. The back filling material of the trench shall with an inert non - corrosive
material free from abrasive particles likely to damage corrosion protection and

49
designed to prevent the formation of flammable gas- air mixture in the event
of a leak. Preferably white sand shall be used.

18. The cover & the backfilling shall be such that there is no risk of subsidence.

19. It is to be assumed in design that traffic/superimposed loads shall pass over


the LPG pipe work in trench

20. Backfill material shall be sieved before application. Prior to back filling joints,
coating and wrapping shall be inspected by BPCL engineer.

21. Underground piping shall be wrapped with one overlapped layer( 55%) of
impregnated tapes.

22. Electric cables shall not run in the same trench of LPG pipes unless they are
protected by an outer sleeve or pipe.

23. Underground piping shall be protected by load bearing slabs /covers which
can be easily removed for inspection.

24. Successful tenderer shall get approved by BPCL the detail piping design for
code, material, drawing , layout, trenching , routing , instrumentation,
location/type of valves, inspection / testing plan for each specific site.

25. The tenderer shall undertake modifications / additional work w.r.t design,
laying , testing , inspection if required at his cost.

26. Pipeline shall be cleaned mechanically by brush & flushed by compressed


prior to laying.

28. Buried and the above ground piping shall be connected with flanges.

29. Buried piping shall be installed at sufficient depth to be able to withstand


likely mechanical loads. The depth shall be at least 0.6 m. The piping shall
be embedded by a layer of clean sand of at least 0.1 meters. Stones and
other objects shall be removed from this sand. Sand shall be preferably
white sand.

30. Buried piping shall be adequately protected against external corrosion, with
suitable coating of red oxide, coal tar, denso tape

31. Buried pipeline to have marker.

32. Piping shall be adequately supported.

33. Before alignment and fit up , the inside of each pipe component shall be
checked for foreign material and thoroughly cleaned.

34. Pipe and fittings which have been damaged or found to have defects shall
not be used.

50
35. All pipeline material shall be visually clean & rust free with identification
mark visible.

Welding :

1. All welding shall be in line with the provisions of ASME B 31.3

2. The tenderer shall get the following approved by BPCL representative in


accordance with standard:
  
Weld procedure
  
Welder approval
  
Weld metal
  
Equipment to be used
  
Weld process including joint penetration and pre weld assembly
  
Pre & post weld heating
  
Type of fabrication
  
Type of attachments
  
Inspection
 
Third party appointed

3. Tenderer shall have to get the welding procedure approved by BPCL


representative / TPIA.

4. Maximum carbon content of the parent material shall not exceed 0.25 %
carbon content.

5. Welding process shall be supervised

6. Welder must have valid qualification/experience certificate & a copy of the


same shall be provided to BPCL site incharge

7. Pipeline butt joints shall be 100 % radiographed in accordance with


established & accepted through third party inspection agency using
standard equipment & process & results documented.

8. Penetration of welding shall be full thickness.

9. Statutory requirements for radiographic examination, equipment testing


shall be met by the tenderer.

10. Repair work, of welding shall be brought to the knowledge of BPCL &
consent shall be obtained.

11. Welder qualification certificate shall be submitted for approval of


BPCL/TPIA prior to work execution. Welder without relevant certificate
shall not be permitted.

E. EMERGENCY SHUT OFF VALVE

51
Emergency shut off valves of excess flow or preferably remote operated type
shall be provided in all liquid and vapour connections on vessels except those for
safety valves and those not exceeding 3mm dia for liquid and 8mm for vapour.

F. PAINTING :

LPG storage vessels provided with 450 DFT anti corrosive coating.

G. CATHODIC PROTECTION:

Cathodic protection system of sacrificial anode type shall be provided in


accordance with NACE / NPR 6912 “ Cathodic Protection “ or an equivalent
standard.

The minimum vessel to soil potential shall be more negative than – 0.85 volts
with respect to copper / copper sulphate half-cell. Over protection of coated
vessel shall be avoided by ensuring that polarisation potential is below – 1.2 volts
with respect to copper / copper sulphate half cells.

The parts of the installation to be cathodically protected shall be electrically


insulated from pipeline manifold / earthed objects, & instrument connections.
Insulating flange shall be of approved type & able to be fully nonconductive.

Layout of the cathodic protection showing cables, junction boxes shall be


provided by the tenderer.

52
3 SPECFIFICATION FOR SUBMERSIBLE LPG PUMP

The following specification outline the minimum requirements necessary to ensure


the optimum performance, maximum life and trouble-free operation of the equipment
detailed and the pumping system in general for:

Submersible LPG Pump sets for use conjunction with underground supply tanks.

This specification does NOT depict:

(a) The design, ancillary materials and related equipment, methods of fabrication,
erection, installation and or /operation of LPG Tank and required sub-systems or
the LPG installation.

(b) Required equipment not related to the LPG Pump, Pumpsets and / or by pass
valves.

WARNING :

Irrespective of this specification, all design, equipment supply, fabrication,


installation and operation and of all or any of the LPG equipment, system or sub-
system MUST BE STRICTLY IN ACCORDANCE WITH all relevant Federal, State
and Local Standards, Statutory Codes and Regulations applicable in the area of use
and should have their approval

QUALITY ASSURANCE:

Pump, pump sets, bypass valve and related ancillary equipment shall be designed,
manufactured and supplied by companies which can demonstrate the highest level
of quality control through their sound design, manufacturing process & stage-wise
inspection.

DOCUMENTATION:

1. Installation, Operation and Maintenance Manuals ( I,O & M )

Every LPG pump / Pump set and Bypass Valve shall be supplied with current
Manufacture’s I,O&M Manual which clearly depicts the relevant minimum
requirements for recommended Installation Operation and Maintenance of the
subject equipment.
Also included / accompanying the Manual should be adequate information to
enable accurate identification of Spare Parts, a trouble shooting guide, plus any
other specific information necessary for the relevant equipment supplied.

2. Pump /Pump set performance Curves

Every LPG Pump / Pumpset must have an available performance curve relating
to LPG – showing flow rate, differential pressure and power input at the speed

53
(Hz) relevant to the operating electrical network – i.e., 50 Hz, plus the density of
the LPG at which the performance is depicted.

3. Certificate of Conformity, Approvals etc for all Electrical Equipment.

All electrical equipment (e.g., electric motors, switches, cabling, junction boxes
etc.) for use in either the defined Hazardous areas or Non – Hazardous areas
shall have a relevant and recognized Certification, Certificate of Conformity (or
Approval ) available and clearly identifiable for that specific piece of equipment,
material of apparatus for the Area Classification applying.

WARRANTY:

The Manufacturer shall Warrant it Products, spares and accessories against defects
in material or workmanship for a period of twenty four (24) months from the date
when the equipment is commissioned, or as agreed in writing between the Parties.
During the Warranty period, should a defect occur the Manufacturer shall arrange to
expediently repair or replace the alleged faulty Product without any extra cost

The submersible pump, fittings, accessories, control motor, electrical system shall
be of a type approved by Chief Controller of Explosives and should be compatible so
as to operate on these parameters

GENERAL
1 Product Pumped Propane / Automotive LPG, in accordance with
IS :14861 ( 2000) as under:
2 Product Density Generally 490 kg mg/cm3 minimum to 550 kg/
cm3 maximum range ( SG = 0.49 to 0.55 )
3 Pump Principle /Type Regenerative turbine/multistage centrifugal
(Other pump principles types may be
considered dependent upon application,
service life, reparability, site conditions and
noise limitation)
4 Pump/ motor drive Direct coupled via an approved flexible-type
coupling ( Rathi or equal ) or close coupled (
monobloc ) to 50 Hz 2 – pole explosion – proof
electric motors.
Belt drive or gearboxes are unacceptable.
5 Noise Level The pump/ pump sets have a sound pressure
level not exceeding 45 dcb when measured at
a distance one (1) meter in any direction away
from pump set.
6 Surface prep / coatings The entire pump/ pump set and base plate ( if
applicable ) shall be adequately surface
prepared, primed with an accepted compatible
zinc- rich primer paint on all external or
exposed surface , and finished with two coats
of a high quality durable industrial enamel.
Preferred colour is white for its heat reflective
qualities. Other colours may be considered, but
not preferred.

54
7 Pump/ pump set serial All pumps / pump sets shall be clearly tagged
and permanently identified with a unique serial
no from the manufacturer to enable tractability
of all critical components, commencing from
the initial manufacturing process. The serial no
shall be recorded and retained by the
manufacturer.

SUBMERSIBLE PUMP SET

Submersible LPG Pump sets for use in conjunction with underground supply tanks

1 Flow rate ( from pump set ) Minimum 70 lit / min at 700 kpa (7 Bar)
differential pressure.
2 Differential pressure 700 kpa (7 bar ) minimum capability for
continuous steady – state liquid pumping
operation without pulsing. Higher differential
pressure capability is acceptable. Differential
pressure shall be available for both the
dispensing nozzles in operation.
No of stages To be compatible with flow & pressure
3 Test run – pumpset 2880 rpm (nominal) close coupled to 50 Hz
2- pole, 3-Phase synchronous speed
submersible electric motor.
4 Test run pumpset (contd ) All submersible pump sets shall be run –
tested to the simulated operating duty point
by the manufacturer prior to dispatch to
ensure performance in accordance with the
specification.
5 Static testing – pumpset All submersible pump sets shall be static
pressure tested to 14 kg/cm2 with nitrogen or
similar gas prior to installation to verify
pressure retaining integrity of connected pipe
joints, electrical conduit entry etc.
This pressure is to be maintained for a
minimum of 30 minuets and the pump -set
and connections be leak free during this
period.
6 Material of construction All pressure retaining casting including pump
discharge head shall be ductile iron to ASTM
grade A 395 or equivalent. Cast iron shall
not be used for these components.
Regenerative turbine impeller to be bronze
Sleeve bearings to be a carbon composite
material with a mating hardened shaft journal
Pump sets casing to be carbon steel for
strength during operation and handling.
Elastomers to be viton or equivalent.
7 Motor internal cooling The pump set shall incorporate a system
which guarantees and maintains the internal

55
lubrication and cooling with ‘ liquid –state ’
LPG, without exceeding the rated( certificate)
max. operating temperature.
8 Trip Mechanism (Thermal The submersible pump set shall incorporate
cut off / Overload in internal, hermetically sealed, explosion-
protection) proof thermal cutout switch for the purpose of
sensing over-temperature in the motor and
the adjacent critical motor sleeve bearing OR
overload protection in its control circuit to
protect the STP.

9 Pumpset bearings Pump sets shall be fitted with heavy duty


sleeve (radial ) and thrust ( axial ) bearing,
designed for use in LPG. They shall be
adequately lubricated and cooled to ensure
liquid- state operation at all times.
10 Pumpset insulation The submersible pump set casing shall be
fitted with insulating guide rings, positioned to
prevent contact between the pump casing
and the pump chamber when installed in the
tank hence assisting cathodic protection.
11 Submersible motor The submersible pump set motor shall be of
a certified explosion proof design for use in
class 1 zone 0/1 area classification.

12 Maintainability The submersible pump set shall be designed


for total disassembly to enable feasible
repair, cleaning or refurbishment.
13 Pumping ability The submersible pump set must be capable
of reliable operation right down to the pump
and chamber inlet port level without
sustaining damage to pump set, whilst still
maintaining its specified flow rates.
A stated minimum operating level in the tank
is not acceptable.
14 Pump set installation The submersible pump set shall be installed
within an isolate able pump chamber- inside
the main LPG supply tank.
Pump set installed directly in the LPG supply
tank which cannot be isolated from the tank,
are unacceptable.

BYPASS VALVES

1 Purpose/ Installation A pressure bypass valve shall be installed in


the discharge line immediately after the LPG
pump to control and maintain differential
pressure generated by the pump. It shall be
piped back to the supply tank. The pressure

56
regulation device shall be integral of the
pump, approved by the original pump
supplier & CCOE
The bypass line will separately be routed to
the tank.
The pump to trip in case of minimum
differential pressure not available to
safeguard.
3 Noise / chattering The bypass valve will be free from any noise
& chattering while in operation.
4 Flow performance The bypass valve shall be capable of
handling the full-flow capacity of the LPG
pump with less than 10 % overpressure
when operating at maximum flow rate. The
bypass valve capacity shall be so designed
such to take care that dual hose dispenser
can be supplied with effectively without
increasing the filling time.
5 Design The bypass valve shall be preferable of the
Spool Valve design which minimises noise
and vibration during operation ( conventional
poppet-valve designs are not preferred )
6 Pressure setting Arrangement for measuring and setting the
differential pressure externally shall be
available. A standard differential pressure
spring range of approximately 500 kpa to
1000 ( 5 bar to 10 bar ) is preferred.
An external and visible means to seal /
secure the setting is required.
7 Connections Flange porting connections to ANSI class
raised face ( or equivalent shall be cast
integral in the bypass valve body are strongly
preferred
In case of Screwed connection , shall be to
NPT standard.
8 Hydrostatic test The bypass valve shall be hydrotested by the
supplier to be leak free.
9 Material construction All pressure – retaining castings shall be
ductile iron to ASTM grade A395 or
equivalent or equal. (Cast iron shall NOT be
used for this purpose)
Elastomers (O – Ring shall be preferably
Nitrile or equivalent.

57
4 SPECIFICATION OF CONTROL PANEL

CONTROL PANEL - The control panel to comprise of :-

1) Switches controlling the operational status pneumatically / electrically and related


indicating lights showing the status, provision of tripping & resetting.

2) Furthermore the panel contains the motor control for the LPG pumps and the
level alarm / indicating and controlling equipment.

3) Weather-protected arrangement by way of cabinet adjacent to fill point.

4) At least 3 emergency shut-down push buttons, located in the sales room,


dispensing area, fill point and the storage vessel.

5) The panel to be located in non- hazardous area, preferably in the sales room. A
suitable circuitry arrangement to facilitate motor getting automatically switched off
every 10 min if a remote button at fill point is not pressed. To handle the misuse,
the circuitry should reset after every 9 mins.

Details of functions / controls are as under:

I. Supply of power to the station, its equipment, control with on / off switch &
indication.

II. Display of supply in three phases with indication light .Electrical circuit breakers
as in SMPV Rules

III. Indication of tank level in first decimal in percent through one the two level
gauges. Second gauge will give local indication.

IV. Alarm for independent high level switch with separate indication light

V. High level / low level alarm (through one of the level gauges) in vessel with
indication light & provision of tripping of the system at predetermined low/high
levels.

VI. The level gauges will have provision of replacement without removing the tank
contents.

VII. The alarm hooter will be common for all functions where as indication lights on
actuation will be separate.

VIII. Indication/light for abnormal conditions of submersible pump with provision of


reset.

58
5 ELECTRICAL SYSTEM

Extent of hazardous area - The extent of hazardous area for liquefied petroleum
gas dispenser shall be as under

1. Entire space within the dispenser enclosure cabinet and forty six centimeters
horizontally from the exterior of enclosure cabinet and up to an elevation of one
hundred and twenty two centimeters above dispenser base and the entire pit or
open space beneath the dispenser shall be division ‘ 1’.

2. Up to forty-six centimeters vertically above the surrounding ground level and


horizontally beyond forty six centimeters up to six meters on all sides of the
dispenser enclosure cabinet shall be division. ‘2’.

3. Storage vessel shall be considered as zone “0/1” and 5m from the storage vessel
to be considered as “ zone 2 ”.

4. Area up to 5m from fill point block valve shall be considered as “zone 2 ” .

5. The entire electrical installation work shall be carried out in accordance with
approved drawings and in general conformity with the requirements of the Indian
Electricity Act, 1910 the Indian Electricity Rules , 956.

6. The precise positions of all points, controls, switch boxes, main and distribution
boards, off points etc, shall be subject to approval by BPCL.

7. It is the responsibility of the contractor to obtain the necessary service connection


from the local electric supply undertaking or system, the necessary fees or
charges being paid by the BPCL.

8. All wires shall be PVC insulated multi strand copper conductors as specified and
shall be 660 v grade. The smallest conductors for lighting and power circuits shall
be 1.5 sq. mm and 2.5 sq.mm copper (as specified) respectively. For flexible
cords it shall be 0.5 sq.cm. copper. All wires shall be colour coded.

9. Spacing between cables where more than one cable is laid in the same trench
the actual space between the cables should normally be 23 mm apart leaving a
clear distance of 15 mm from the cable and the trench walls.

10. High voltage tests should be undertaken to ensure that no damage has occurred
during the laying operation and that the joints are in order. Cables of 1.1 IV
suitable for low and medium voltage should withstand for 15 minutes, 300 volts D
C current applied between the conductors and between each conductor and
sheath. In the absence of high pressure testing equipment it is sufficient to test
for 1 minute with 100 volts.

11. Earthing System - Earth system shall be earth electrodes as per IS 3043 of 1987
with cast iron pipe earth electrode with excavation of earth, refilling with solid
treating media like charcoal, salt etc. the earth pipe electrode shall be of 100 mm
dia and 13 mm thick and 3 mts long complete with tunnel etc. including test

59
results to be furnished. Construction of chamber and fixing of cast iron cover
shall be done. One for panel earthing, one for connecting up to earth bus and
then to all DBs, one for generator neutral and two for Generator body earthing.

12. There will be separate earth pits :


I. Dispenser
II. Fill point for earthing of tank lorry
III. Unloading pump
13. Necessary safety certificates, etc. are to be obtained by contractor.

14. All motors to have double earthing

15. All electrical equipment shall be installed in accordance with hazardous area
classification having CCE approval and CMRS certification.

16. Electrical equipment directly connected with the storage vessel : “ zone 0 ” and
5m from storage vessel to be considered as “ zone – 2 ” .

60
10.0

DATA SHEETS

(To be filled in by Tenderer and submitted along with Bid).

A. LPG STORAGE VESSEL


Description BPCL’s requirement Vendor to
confirm / specify
make details
Y for all
Type Under Ground

Design code IS 2825

Water capacity – 7.5 kl or 10 kl


KL (As per tender conditions).

Working Ambient
Temperature

Design Pressure – 22 kg/sqcm at 55 Deg. C


KG per SQ-CM,
maximum vapour
pressure of
commercial
propane at 55
degree celsius
conforming to IS-
14861/IS –4576.

Test Pressure 28.6 KG / sq.cm


0
Design Temp - 43 C to + 55 Deg C

Radiography 100 %

Heat Treatment S R of complete vessel 100 %

Joint efficiency 1
Corrosion 1. 5 mm
allowance

Type of end Deep Torispherical

Material of
Construction

61
Shell SA- 537 CLASS I /SA 516GR
70
Dish ends SA- 537 CLASS I / SA 516
GR 70

Inspection By CCOE approved as above

Fittings on As per SMPV Rules


Vessels

SRV 2 nos. specify make / type

Level gauge 2 no independent variable


liquid level gauge (1 No.
magneto restrictive type.
Second - Rocheseter
magnetic level gauge, local
analogue type mounted on
bullet top through mechanical
Dial gauge. Magnetic
restrictive type gauge shall
have transmission at level in
first decimal to control room,
with high level indication /
alarm / trip with unloading
pump and low indication /
alarm / trip with dispensing
pump.

Pressure gauge 1 no pressure gauge, glycerin


filled.

High level alarm 1 no. High level alarm with cut


off of pump at level ( 85 % ).

Fittings outside All fittings to be CCOE


the vessel approved. Emergency shut off
valve of remote operated type
on liquid line, vapour line and
return line.
Positive shut off valve of quick
shut off type ball / plug, one
each on liquid, vapour, return
lines in combination with
emergency shut off valves
Arrangement for unloading the
tank to lorry.

62
Miscellaneous Provision / Arrangement
 Arrangement for de-
pressurising / degassing
the vessel for
maintenance, tenderer to
specify the system.
 Water draining
arrangement with double
block valve.
 In sites hydro testing of
storage vessel with potable
purify water, draining of
water, drying of interior of
vessel.
 Pneumatic leak test with
nitrogen at design
pressure prior to
commissioning / gas
2
charging at 14 Kg/cm
pressure up to, interior of
dispenser.

Gaskets All gaskets to be resistant up


0
to 827 C.

Foundation  To be designed for


Design preventing upliftment of
tank under no load / empty
conditions.
 Design to be approved and
certified by Tank
manufacturer and TPIA.

B. Submersible Pump
Description BPCL’s requirement Vendor to
confirm / specify
make details
Y to all
Standard Netherland/ Australian /
European standard and
SMPV Rules. Type approved
by CCOE (copy of approval to
be attached).

Fluid parameters
Product pumped Propane / LPG conforming to
IS – 14861
LPG working -10 to 55 deg C
temperature range

63
Design - 43 to + 55 deg C
temperature
Density 0.48 to 0.57 kg / litre
2
Kinematic m / sec 0.34 to 0.17
Dynamic – 0.19 to 0.08
centipose

LPG Pump :

Manufacture Vendor to specify (Red Jacket


/Esbray).
Certification Australian Certification AUS
Ex3129 X / European
Equivalent including CCE in
India
Type of motor Ex II A T 4 for CLASS 1 Zone
protection 0

Pump

Pump Type Multistage centrifugal/turbine,


vane type.
Pumping Min 70 LPM at 700 kpa
performance differential Pressure
Maximum differential
pressure 10 kg/sq.cm
Porting Vendor to specify
Bearings Vendor to specify
Seal Vendor to specify
Material Vendor to specify
Body Vendor to specify
Cover Vendor to specify
Discharge head Vendor to specify
Casing Vendor to specify
Bearing Vendor to specify
Pressure control Yes ( Vendor to specify)
Safety system Yes ( Vendor to specify)
Purging / Yes ( Vendor to specify)
degassing system
Impellers Gun metal / Elastomers
Motor Vendor to specify
Motor type Vendor to specify
Rating (HP/KW) 3hp
Ex s II A T 4 for class 1zone 0
Approvals Indian certification by CCOE

Miscellaneous  Bypass valve / pressure


regulator should be free
from chattering and noise

64
for the entire range of
characteristic curve to be
approved by OEM / BPCL.
 Vendor to state full load of
pump.
 Provision of suitable
protection for cavitation /
over pressure / dry run /
low level / high
temperature (vendor to
state type of protection).

C. Dual Hose Dispenser


Description BPCL’s requirement Vendor to
confirm / specify
make details

Standards European standard ( OR )


Compliance
Australian national standards
commission ( NSC ) – AS
1425 / AS 1596
Document 101 ( equivalent to
OIML ) of Australian
standards
Indian Auto LPG Standard –
OISD 210

Preferred Brand Batchen, Yenen, Euro star,


OR as approved by BPCL.

Type Dual Hose, Double Head,


Electronic Display
2
Working pressure 20 kg/cm

Design temp -10 to + 55 Deg C

Working temp. -10 to + 55 Deg C

Certification Vendor to specify


NSC –10 /1/13 or equivalent

Hose mast To be approved by BPCL


(Vendor to specify )

Housing SS, Double cabinet (for


display and flow meter).

65
Frame & Panels Vendor to Specify & to be
approved by BPCL

Hydraulic system Vendor to Specify

Flow Meter Special 2/4 position meter


suitable for LPG service one
for each hose.

Electrical Vendor to Specify & to be


Equipment approved by BPCL
All electrical equipment are
flame proof, explosion proof,
and appropriate for Zone I & II
use, approved by CMRS –
Dhanabad and CCOE –
Nagpur.

Performance
Flow rate 5/10 LPM
minimum
50/60 LPM
Maximum
Accuracy - / + 0.50 %
Total volume 0-999.99 units
display range
Total value 0-99999 (with floating
display range decimal)
Price per unit 99.99 (with floating decimal )
display range
Cum.volume Up to 9999999
range
Cumulative value 999999.99 units
range
Data retention (in 28 days
event of power
failure)

Controls / Micro processor based


operation controls and metering
Self-diagnostic feature for
error detection.

External IFSF compliant, with


communication 232/485/current loop
communication port.

Electrical & Main supply 240 V, 50 Hz

66
environmental flame proof / explosion proof /
intrinsically safe certified for
use in Zone I, IIA / IIB.
0
Operating temp –10 to+55 C
Humidity 0-90 % ( Non –
condensing )

Dispensing nozzle Conforming to vehicle filler


nozzle EN – 67 / IS – 15100

Nozzle / filler This should be suitable for an


connection at automatic quick disconnecting
outlet. type / self-sealing which
should be capable of making
leak proof joint with the filler
connector.

Valid approvals CCOE


(copy to be W & M
attached)

Dispenser To calibrate the dispenser on


calibration commissioning and there
after once in six during the 2
year warranty / maintenance
period. Calibration certificate
to be provided at each
calibrations.

Other The LPG dispensers should


requirements have the facility for
physically/system driven
punching in product density
without requiring any addition
/ replacement of hardware to
on site density corrections in
the dispensers.

Miscellaneous  Provision for providing


temperature
compensation volume.
 Release of LPG on
disconnection of nozzle
should not exceed 5ml.
 Provision of emergency
switch.
 Provision of fire safe ROV,
EFCV, shear section at
the dispenser.

67
D. Nozzle as per BIS : 15100
Description BPCL’s requirement Vendor to
confirm / specify
make details

Make OPW/ZVA/LGE

Model Vendor to specify

Accidental gas Vendor to specify


discharge
prevention

Max LPG spillage Not more than 5 ml.


(ml) on
disconnection

Self-sealing type Vendor to specify

‘O’ rings low Nitrile rubber.


temperature

Vendor to submit Vendor to specify

Inlet thread Vendor to specify.


dimensions
2
Max operating 24 kg/ cm .
pressure

Material of Vendor to specify


construction

Warranty 1 year against manufacturing


defects.

E. LPG Decantation Pump (for unloading bulk LPG)


Description BPCL’s requirement Vendor to
confirm / specify
make details

Preferred Brand Corken / Ebsray / Blackmer


Type Positive Displacement Vane
type / centrifugal

Model Vendor to specify

68
Capacity 200 LPM

Pump Speed Vendor to specify


2
Min differential 1.5 to 2 Kg/cm
pressure

Suction Delivery 50 x 50 NB
sizes

Material for
construction
Case Vendor to specify
Heads Vendor to specify
Rotor Vendor to specify
Cam side Plate Vendor to specify
Bearing Cap Vendor to specify
Shaft Vendor to specify
Vanes Vendor to specify
Relief Valves Vendor to specify
Bearing Vendor to specify
Seals Vendor to specify.

Motor (should be CCOE approved)


Type Flame proof,
weather proof,
TEFC squirrel
cage, induction
motor
Standard followed IS 2148/1969 suitable for
Gas Group IIA & B
Motor Rating Vendor to specify
Construction – Horizontal Foot mounting
Mounting
Insulation F/”B” Class
Duty Continuous duty IP 55

External Bye pass Ebsray / Corken / Blackmer


valve

Protection Pressure regulations, motor


interlocked with high level in
storage tank at 85%

Miscellaneous  Capable of complete


decantation leaving only
vapour in tank lorry
 Capable of unloading
without connecting the

69
vapour line.

F. Mass Flow Meter


Description BPCL’s requirement Vendor to
confirm / specify
make details

Service LPG / Propane Liquid

Make Emerson(Micro motion) ,


E&H

Density 0.5 to 0.57 Kg/Ltr.

Viscosity 0.9 C.P. to 1.0 C.P.


2
Working Pressure 12 Kg/cm (Max.)

Working temp. -10 to +55 deg C

Flow 200 LPM

Accuracy +/- 0.2%

Construction Vendor to specify

Power Vendor to specify


Requirement

Display 1. Local Display (Field) at


least 5 digit alphanumeric
Liquid Crystal Display
2. Should also indicate
Mass, density, volume,
temperature, mass totalizer,
volume totalizer, mass &
volume flow rates along with
non-erasable totaliser

End connection Flanged connection. Vendor


to specify the size.

Connection Direct on Line

Weights & Vendor to confirm. Enclose


Measures approval copy of the certificate.

CCOE approval Vendor to confirm. Enclose


copy of the certificate.

70
H. “SMART” Hose
Description BPCL’s requirement Vendor to
confirm / specify
make details

50 mm Dia x 3 Mtr. Vendor to confirm Y


Long with LL3
female NPT
coupling – 1 No.

25 mm Dia x 3 Mtr. Vendor to confirm. Y


Long with LL1
female NPT
coupling –1 No.

I. Air Compressor
Description BPCL’s requirement Vendor to
confirm / specify
make details

Preferred Brand ElGI / INGERSOLL RAND /


K.G.KHOSIA

Capacity Min 45 lt with pr upto 7


Kg/cm2,

HP Min 1

Operation Automatic Pressure Control /


regulation arrangements.

J. Pipes / Valves
Description BPCL’s requirement Vendor to
confirm / specify
make details

Pipes Conforming to ASME/ANSI B


31.3 requirements
2
Design pressure 32 Kg / cm

Material SA 333 Grade 6/ ASTM A


106 Gr.B

Pipe schedule 80

71
EFCV (Rego. MGM)

SRV (Rego)

Ball Valves (AUDCO, BDK, Micro finish,


VIRGO)

Remote Operated  Preferred Brand – Audco,


Valves ( Actuator) Rotex,Elomatic
 Fire safe ball / plug
valves
 Pneumatically operated
 Response time not more
than 15 seconds.

Wrapping / Coating Pipe – coal for coatings with


one layer of 55% overlapped
layer of tape.

Gaskets Spiral wound metallic type as


per ANSI B – 16.20.

K. LPG Filter (to be installed before the Mass Flow Meter)


Description BPCL’s requirement Vendor to
confirm / specify
make details

Type Class 300

Make Vendor to specify

Size 5 Microns

No. of elements Vendor to specify

Flow rate 300 LPM

Operating 12 bar (min)


Pressure

Max. Pressure 0.5 bar


drop

L. Remote Fill Point (Above Ground)


Description BPCL’s requirement Vendor to
confirm / specify
make details

72
Remote Fill Point  Vendor to Specify in line Y
( Above ground ) with Australian,
Netherland, European or
equivalent standard.
 Fill point
layout/components to be
approved by BPCL for
 each site 
 Fill point to be provided
with ROV, EFCV , NRV ,
pressures gauges (pump
 suction & discharge ) 
 Fill point lines will have
two sets of ROV’s , one
at the fill point & the other
 at the storage vessel 
 Fill point & its equipment
i.e. flow meter, unloading
pump & ROV / solenoid
to have independent
arrangement for power
supply / local switch so
that during dispensing,
power supply to them can
be kept switched off.
Arrangement to be
 approved by BPCL 
 Liquid line/ vapour line,
hoses to be provided with
metallic caps to close at
the end of operations 


 Vapour return line with
cap to close at the end of
 operations. . 
 Level indication of vessel
 at fill point 
 Acme quick coupling with
hexagonal nut with 300 lb
 rating. 
 Spanner / tools to be
supplied 
 EFCV/ smart hose 
 Earthing system with 
heavy duty cable, lug (IS
-3043) cable to be 7m
long with rust proof

73
crocodile clip.
 Earthing system to be 
interlocked with
unloading pump.
 Unloading pump motor
interlocked with high level
 in storage tank at 85 % 
 Antistatic belt for the
 pump drive 
 Unloading pump
interlocked with level in
 storage vessel. 
 The laying of header
shall be such to facilitate
complete decantation of
LPG from tank lorry with
only vapour remaining in
the tank lorry at the end
 of decantation. 
 Earthing / bonding of vent
 line 
 Double Isolation ball
 valve. 
 Unloading pump of
positive displacement
type. 

M. Cathodic Protection
Description BPCL’s requirement Vendor to
confirm / specify
make details
Cathodic  Vendor to specify Y
Protection standard in line with
NACE, NPR, NPR -
6912, AS-1596,
European standard or
equivalent. ( specify the
code in the adjacent
column )
 Underground CP system
.
 Life – min 15 yrs
 Suitably coated to
prevent corrosion.
 Reference points for
measurement with
identification marks..
 Certified by third party.
 Insulating joint on all

74
fittings & connections ,
type to be approved by
BPCL for each site
 Insulating joints to give “
0 “ continuity
 Vessel to soil potential
more negative than -(-
0.85V) but not more than
-1.20V

N. Welding and Inspection


Description BPCL’s requirement Vendor to
confirm / specify
make details

Welding & All butt welded joints shall be Y


inspection 100 % radio graphed &
records/document /third
party inspection to be
furnished to BPCL prior to
commissioning

O. Painting
Description BPCL’s requirement Vendor to
confirm / specify
make details

Painting Any paint work / flange / Y


piping getting rusted, peeled
off, pitted, faded shall be
rectified within one year from
date of commissioning.

P. Control Panel / PLC / Run Box


Description BPCL’s requirement Vendor to
confirm / specify
make details

Control Panel /  Conforming to NZ/AS / Y


PLC / Run Box European standard.
 System to be approved
by BPCL
 Located in non –
hazardous area in line
with area classification
approved by BPCL
 Display of supply in three

75
phases with indication
light.
 Circuit breaker as in
SMPV Rules to trip power
supply to panels while
activating emergency shut
 down system. 
 Separate control
solenoids for fill point &
storage tank system so
that fill point can be kept
de-energized /
deactivated if not
required, system to be
 approved by BPCL 
 Indication showing status
of opening/closing of
ROV's for fill point,
storage vessel, dispenser
ROV. System to be
approved by BPCL if the
 same is being provided. 
 Energising / reset / trip
 provision 
 Indication of level in
storage tanks through
one of the level gauges
 with high/low level 
 Indication light, alarm &
 trip 
 In case of high level at 85
% unloading pump & fill
point ROV to trip with
indication with provision
of reset / reaching the
 normal conditions. 
 In case of low level as
determined by pump
supplier dispensing pump
to trip with indication with
provision of reset /
reaching the normal
 conditions 
 The abnormal conditions
/ deviations for which
dispensing pump is not
taking start shall clearly
displayed on the panel
through indication light 

76
i.e. level, differential
pressure, motor bearing
temperature as
determined by pump
supplier with provision of
reset.
 Alarm / Hooter audible
from at least from 20m
for abnormal conditions
i.e. high level, low level,
tripping of dispensing
pump for abnormal
 conditions 
 ROV - opening / closing
status. System to be
 approved by BPCL 
 Provision of setting high
level / low level in the
tanks with indication of
 the specific set point. 
 To provide an interface
between in dispenser and
the submersible pump,
such that the pump only
operates when
dispensing nozzle is
 removed from its holder. 
  Weatherproof, lockable. 
 Valves numbered in line
with P& ID. 

Q. Electrical System, Cable, Motors
Description BPCL’s requirement Vendor to
confirm / specify
make details

Electrical system,  Conforming to latest Y


cable, motors edition of ISS
standards/IE Rules for LT
cables
 Circuit breaker as in
SMPV Rules to trip the
control panels resulting in
closure of ROV's &
tripping of motors while
tripping through
emergency switches.
Tenderer to get the
system approved by 

77
BPCL.
 All indication lights &
switches to be clearly
marked
 Indication lights for three
phases
 Specify the power
requirement of the ALDS
equipment wise
 As per hazardous area
classification
 IS – 2148/IS- 2206
 Suitable for laying in
ground, trenches, wall
column
 Rating factors to be
furnished by vendor
 Cables tested as per
relevant Indian standard
with test records
 Flame proof certificates
to be provided.
 Manual / instruction
booklet with drawing to
be provided on
specification, operation,
testing & maint. of the
electrical system &
control panel.

R. Civil Work
Description BPCL’s requirement Vendor to
confirm / specify
make details

Civil Work  Civil work to be in line Y


with BPCL standard
practices in Retail
Outlets.
 Foundation / installation
of underground tank in
line with AS/NZ/European
standards & conforming
to CCOE standards,
SMPV Rules.
 Anchoring of UG tank
with hold down nuts /
bolts of approved make
and size duly grouted in

78
concrete.
 Foundation / hold down
bolts of underground tank
designed to prevent
flotation / shifting of
vessel with
calculation/design
approved by third party &
 BPCL. 
 Sand used as cover of
underground pit to be
preferably white sand
free from abrasives,
 stones, chips & sieved. 
 Cover to be compacted
 to prevent settlement. 
 Placed at least 0.6m
below grade or as
 approved by CCOE 
 Paver block in the pit
area & tiles between pit &
fence. Type of tile &
paver block to be
approved by BPCL for
 each site. 
 No accumulation of rain
water in the fence area. 

 fencing, islands , 
pedestals as required for
specific site and
foundation of UG tanks
 Cables for dispensers
and pump connection
shall be laid in GI pipes
of min dia 50 mm (Class
B) after dismantling the
existing RCC. After laying
the pipe/ cable at desired
depth, driveway shall be
repaired by CC ( 1:2:4: )
 asphalting as necessary. 
 LPG pipe & electric cable
trench shall not be same
unless cable routed
through separate
 conduit/pipe. 
 The trench to take load of
vehicular traffic / tank 

79
lorry movement & shall
be impervious to rain
water ingress.
 Trench to be easily
inspectable by removing
 cover. 
  Fencing with 50 X 50 X 6 
mm angle iron pillars
erected on concrete block
Chain link fencing will be
provided with two gates.
 Fence design shall vary
from site to site & to be
approved by BPCL for
 each site . 
 Wicket gates of 2.0 m
 height with 1.5 m width. 
 Gate/Emergency gates
will be on opposite sides
 of the fence 
 Design of fence & paver
block/tiles /gravels to be
approved by BPCL for
 each site 
 No water accumulation in
fenced area with
 provision of draining 
 Dismantling of RCC / CC
/ asphalted driveway &
disposal of debris to
unobjectionable place,
including all leads and
lifts as required for
 specific site. 
 The ducts shall be
covered with 75 mm thick
pre cast machine pressed
 RCC slabs of width 600 
mm / above or
equivalent.

S. Design, Documentation
Description BPCL’s requirement Vendor to
confirm / specify
make details

Design,  All design to be in line Y


Documentation with established
standards & documented.

80
 Records of operating,
inspection, testing &
maintenance procedures
to be documented.
 Stage wise inspection
report duly certified by
TPIA to be submitted in
the checklist provided by
BPCL

T. Supervision, Installation & Commissioning


Description BPCL’s requirement Vendor to
confirm / specify
make details

Supervision,  All test & inspection Y


Installation & reports in line with
Commissioning statutory/ mandatory /
regulatory requirements
and the periodic
inspection reports during
construction/ fabrication
stages shall be furnished
before taking up for
commissioning.
 Inspection, testing, leak
test, hydrotest shall be
done as required by BPCL
& redone wherever
necessary.
 Responsibility of the
contractor at all stages
 Competent person to
supervise
 Stage wise reporting of
progress made
 Completion report certified
by third party in line with
BPCL checklist.
 A contractor has to
prepare a work schedule
on plan of execution of the
project & obtain BPCL
clearance / approval on
the same.
 Contractor give feed back
on a checklist furnished by
BPCL on weekly basis at
the end of every week

81
through E-Mail & reorient/
modify the schedule if
required by BPCL.

U. Training
Description BPCL’s requirement Vendor to
confirm / specify
make details

Training Training (minimum 48 hrs) Y


on operation, maintenance,
periodic inspection, testing of
equipment and facilities in
line with the OEM
recommendation, OISD
standards, CCOE
requirements to the ALDS
staff, fitter, BPCL engineer
prior to commissioning and
thereafter. No cost payable
for the same. Proper
documentary proof to be
provided at the outlet.

82
V. General Requirement
Description BPCL’s requirement Vendor to
confirm / specify
make details

General The turnkey job shall be Y


Requirement carried out as per OISD std,
SMPV rules, Indian
Electricity rules and
equivalent international
standard namely AS, NZ,
European, NFPA, etc. Any
deviation to be approved by
statute
Combination of standards, Y
specification will not be
resorted to. In case of
difference / variation from
one specification to the
other, the more stringent
specification to be adopted
as deemed reasonable and
justified by BPCL and as per
the guidelines/approval of
CCOE.
All electrical equipment Y
(Control Panel excluded) in
hazardous area are Flame
proof, explosion proof and
appropriate for Zone I & II
use certified by CMRS –
Dhanbad & approved CCOE
Nagpur.
Material / equipment system Y
not covered above shall be
in line with BPCL tender
specification ,SMPV Rules,
Indian Electricity, rules, &
Relevant Australian /
European codes
All the above requirements Y
are to be read in conjunction
with our Tender (General /
Technical) Specifications.

83
W. After Sales Service – (2 years)
Description BPCL’s requirement Vendor to
confirm / specify
make details

After Sales Service Preventive Maintenance of Y (mandatory)


ALDS once a month, Vendor
to confirm (for a period of 2
years without any extra
cost). This also includes
TWO nozzles extra with
every dispenser free of cost.

X. List of Spares – (2 years)


Description BPCL’s requirement Vendor to
confirm / specify
make details

List of Spares (for LPG Dispenser (min spare) Vendor


2 years) Dispenser hose responsibility with
Power Supply Card requisite stock for
Display Card timely support.
Pulser
Nozzle

Y. List of Drawings
Description BPCL’s requirement Vendor to
confirm / specify
make details

1 P&ID As per BPCL Drawing No.


LPG/ENG/AUTOLPG
P&ID/1; Rev.0. However the
piping sizes shall be decided
by the vendor based on the
design requirements
2 Electric Wiring
Schematic
3 Emergency shut
down system
4 Underground LPG
To be enclosed by Tenderer.
tank Fabrication
Vendor to confirm,
details
5 Details of
underground tank
installation
6 Dual hose LPG
dispenser details

84
7 Remote fill point
for underground
tank To be enclosed by Tenderer.
8 Cathodic Vendor to confirm.
Protection and
schematic
9 LPG piping details

85
List of Drawings / Documentation to be furnished

1 Layout

2 P & ID

3 Installation of UG LPG Tank

4 Underground LPG Tank – Civil drawing

5 Tank fabrication details

6 Dual Hose LPG dispenser

7 LPG Piping details

8 Cathodic protection

9 Emergency shutdown system

10 Design calculations ofstorage vessel (duly


certified by TPIA)

11 Design calculation for storage vessel foundation


(Duly certified by TPIA )

12 Hazardous area classification

13 Any other drawings required by statutory


authorities.

86
11.0
QUANTITY BREAKUP (TOTAL FOR 3 ALPG STATIONS)
QUANTITY

Jaya Arunoday
S Surya a JN
Unit Of
Description Bangalore KHAN, Total
Coimbat
MYSOR
No. ore Quantity
E

SUPPLY ITEMS
1 SUPPLY OF 10000 LTR u/g LPG TANK INCLUDING SUPPLY 2 0 0 2 each
OF PUMP CHAMBER
2 SUPPLY OF 7500 LTR u/g LPG TANK INCLUDING SUPPLY 0 2 2 4 each
OF PUMP CHAMBER
3 SUPPLY OF SUBMERSIBLE PUMP FOR 10000 LT TANK 2 0 0 2 each
4 SUPPLY OF SUBMERSIBLE PUMP FOR 7500 LT TANK 0 2 2 4 each
5 SUPPLY OF 2WAY LPG DISPENSER 1 1 1 3 each
6 SUPPLY OF PIPELINE & FITTINGS ASSOCIATED WITH JOB 1 1 1 3 Lumpsum
7 SUPPLY OF PLC/CONTROL PANEL AND ELECTRIC 1 1 1 3 Lumpsum
SYSTEMS WITH CABLES
8 SUPPLY OF ROVS AS PER P&ID 1 1 1 3 Lumpsum
9 SUPPLY OF CATHODIC PROTECTION SYSTEM 1 1 1 3 Lumpsum
10 SUPPLY OF TANKER UNLOADING PUMP 200LPM 1 1 1 3 each
11 SUPPLY OF MASS FLOWMETER WT T/D/VL/MASS 1 1 1 3 each
12 SUPPLY OF AIR COMPRESSOR 1 1 1 3 each
13 SUPPLY OF FIRE EXTINGUISERS-2X75KG&4X10KDCP 1 1 1 3 SET
INSTALLATION/ ERECTION / COMMISSIONING ITEMS
1 9000542-Underground Storage Tank: Excavation of pit 2 2 2 6 each
for Tank, construction of foundation including RCC work
and masonary walls, backfilling of earth as per approved
design
2 9000551- Installation of of 10000 ltrs water capacity 2 0 0 2 each
underground LPG vessel with two independent level
measurement, high n low level cut off, temperature,
pressure gauge, sampling, draining arrangement etc.
including Holding Down Bolts including Erection of pump
chamber, valve manifold, piping, incl S/F of pipe
supports, controls with panel for submersible pump

3 9000550- Installation of of 7500 ltrs water capacity 0 2 2 4 each


underground LPG vessel with two independent level
measurement, high n low level cut off, temperature,
pressure gauge, sampling, draining arrangement etc.
including Holding Down Bolts including Erection of pump
chamber, valve manifold, piping, incl S/F of pipe
supports, controls with panel for submersible pump

4 9000553-Instation of Submersible pump with all fittings 2 0 0 2 each


& accessories with chambr & turret to match 10000 ltrs
water capacity tank with fittings
5 9000552-Instation of Submersible pump with all fittings 2 2 4 each
& accessories with chambr & turret to match 7500 ltrs
water capacity tank with fittings
6 9000555-Installation of Cathodic Protection System for 1 1 1 3 each
underground storage vessel of sacrificial anode type
7 9000556-Installation of Tanker Unloading pump of 200 1 1 1 3 each
lpm capacity - Ebsray, Corken, Blackmer positive
displacement rotary vane pump/or equivalent with
recirculation/by pass valve, motor & canopy etc.
including pump foundation
8 9000557 Erection of Mass Flow Meter package with 1 1 1 3 Lumpsum
temperature, density, volume, mass, cumulative/batch
measurement for unloading pump with canopy.
9 9000558-Erection of Remote fill point for storage vessel 1 1 1 3 Lumpsum
with set of ROVs, level indicators, earthing arrangement,
pipe line from Fill Point to U/C tanks as approved by P &
ID incluing S/Fixing of pipe supports and controls.
10 9000559-Erection of Two-way Dispenser and Dispenser 1 1 1 3 each
installation complete (with 2 hoses & hose mast) & dead
man's switch/handle but excluding Civil Works required
for Dispenser Foundation, Trench Work for laying
pipelines/cables etc.
11 9000560-Installation of Pipe work & associated jobs 1 1 1 3 Lumpsum
including material supply, errection, inspection and
testing of pipelines
12 9000543-Construction of concrete Hard stand for Tank 1 1 1 3 each
Lorry Unloading to care of 18T load(product+TT)
13 9000544-Construction of pipeline & Electrical cable 1 1 1 3 Lumpsum
Trench as per approved-design and construction of the
Dispenser foundation in line with BPCL-approved drgs /
RVI Standards.
14 9000547-S/Laying of M30,60mm Paver block in storage 1 1 1 3 Lumpsum
tank pit including space between tank and fence
15 9000549-Construction of Fence & Kerb Wall as per 1 1 1 3 Lumpsum
approved plan.
16 9000562-Erection of plc/control panle & emergency 1 1 1 3 Lumpsum
shut down system at 3 places to have suitable flexibility
of auto-switching off the system if remote button at
unloading pt is pressed in every 10 min interval,
including erection of Electrical panels/ Ispection and
testing of electric system & cables
17 9000563-Installation of air compressor with pipeline, 1 1 1 3 Lumpsum
pressure gauge and regulation system.
18 9000565-Gas freeing, nitrogen purging (16 kg/sq.cm) 1 1 1 3 Lumpsum
pre commissioning, commissioning & stabilizing (per
site)
19 9000538-Design, Documentation, test & inspection 1 1 1 3 Lumpsum
certificate, operating / maintenance manual, including
third party inspection.
ANNEXURE I

PROFORMA OF BANK GUARANTEE IN LIEU OF


EARNEST MONEY DEPOST / SECURITY DEPOSIT.
( On non-Judicial Stamp Paper of Rs. 100/- )

This IDENTURE made this …………… day of ……………..2001 between


,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,, of the first part and
…………………………………… Bank Ltd hereinafter called ‘The Bank’ which
expression shall include its successors and assign of the second part and the
……………………………………….. @ ……………………./…………………@
@ ……………….hereinafter called ‘the Corporation’ which expression shall include his
successors and assigns of the third party.

WHEREAS the Contractor has to pay from time to time to the Corporation the earnest
money deposit in respect of work tendered to be performed or in respect to tenders to
be submitted by him according the conditions for submission to tenders or of contracts
as the case may be.

AND WHEREAS the Contractor desires to secure exemption form the of earnest money
deposit with each individual tender and has offered to furnish a guarantee of the Bank
for the sum of Rs. ……__ to the Corporation for the purpose of securing tender or
contract:

NOW IT IS HEREBY AGREED BY AND BETWEEN THE PARTIES HERE TO AS


FOLLOWS:

If the contractor commits any breach of the terms and conditions of any tender or
contract in respect of which the contractor has been exempted from depositing the
earnest money deposit because of this guarantee furnished by the Bank to the
Corporation and the Corporation has become entitled to forfeit the earnest money
depositor any part thereof the bank hereby unconditionally and irrevocably agree and
undertake to pay to the Corporation on demand and without demur the amount of the
earnest money deposit required to be furnished by the Contractor under the conditions
of the tender or of the contract in respect of which the breach is commuted to the extent
of Rs. ….

We have …………………………….. Bank Ltd, further agree that the Corporation shall
be the sole judge of and as to whether the said Contractor has committed any breach or
breaches of any of the terms and conditions of the tender / or the contract and the
extent of loss , damage , or that may be caused to or suffered by the Corporation on
account thereof to the extent of the earnest money deposit required to be deposited by
the Contractor in respect of the said tender or the contract and the decision of the
Corporation that the said Contractor has committed such breach or breaches and as to
the amount or amounts of loss, damage, costs , charges and expensed caused to or
suffered by or that may be caused to or suffered by the Corporation from time to time
shall be final and binding on us.

89
We, the said Bank further agree that the Guarantee herein contained shall remain in full
force effect during the period that would be taken for the performance of all the
contracts in respect of which the Contractor has been exempted from making a deposit
by virtue of this Guarantee and till all the dues of the Corporation under the said
contracts have been fully and properly carried out by the said contractor and
accordingly discharge this Guarantee subject however that the Corporation shall have
no claim under this Guarantee after ……… years from the date of expire of the Defects
Liability period as provided in the contract which expires last or after expire of ……
years from under this Guarantee has been served on the bank before the expire
………years from under this Guarantee has been served in which case the same shall
be enforceable against the Bank notwithstanding the fact, that the same in enforce after
expire of the said period of …. Years provided, however, if the Corporation thinks that
the same said period of …. Years after the day of expire of the defects Liability period
as provided in the Contract which expires last shall expire after the expire of the period
of …. Years from ……….. day of ……. The bank hereby agrees and undertakes on
being called upon by the Corporation to extend the date of validity of this Guarantee for
a further period of ….. years from ….. day of ….. and if the bank fails to do so the bank
shall forth with pay to the Corporation the said sum of Rs……………

The Corporation shall have the fullest liberty without affecting in any way the liability of
the Bank under the Guarantee or Indemnity from time to time to vary any of the terms
and conditions of then said contracts or to extend time of performance by the said
Contractor or postpone for any time and from time to time any of the powers exercisable
by him against the said Contractor and either to enforce to forbear from enforcing any of
the terms and conditions governing the said contract or securities available to the
Corporation and the said Bank shall not release from its liability under these presents by
any exercise of the Corporation of the liberty with reference to the matters aforesaid or
by reason of time being given to the said Contractor or any other forbearance act or
omission on the part of Corporation or of any other matter or thing whatsoever which
under the law relating to sureties would nut for this provision have the effect of so
releasing the Bank from its such liability.

It shall not be necessary for the Corporation to proceed against the Contractor before
proceeding against the Bank and the guarantee herein contained shall be enforceable
against the bank not withstanding any security which the Corporation may have
obtained or to be obtained the contractor shall at the time when proceedings are taken
against the Bank hereunder be outstanding or 90unrealized.

The contractor hereby agrees and undertakes that if the Corporation has become
entitled to forfeit the amount of earnest money deposit or any part the thereof in respect
of any of the contracts for which he has been exempted from payment of earnest money
deposit by virtue of this Guarantee and if the Corporation has recovered the said
amount of earnest money deposit or any part thereof from the Bank under this
Guarantee, the Contractor shall forthwith on the happening of any such event arrange to
have the amount of the guarantee increased to the said sum of Rs…………. As
aforesaid and till such time as he furnished a fresh or further Bank Guarantee bringing
the amount of the Bank Guarantee to the said sum Rs……. The Contractor shall not be
entitled to any exemption in respect of payment of any earnest money deposit in respect
of any of the tender submitted by him after the date of forfeiture of any amount of

90
earnest money deposit by the Corporation under any of the said contracts and such
amount having been recovered from the Bank under this Guarantee.

We, the said bank, lastly undertake not to revoke this Guarantee during its currency
except with the previous consent of the Corporation in writing and agree that any
change in the Constitution of the said Contractor or the said bank shall not discharge
our liability hereunder.

IN WITNESS WHEREOF the parties herein have executed these presents the day and
year first over above written.

Signed and delivered by the


Within named……………
( Contractor ) in the presence of

1.

2.

Signed and delivered by the signed by Shri. …………………………. ( Name &


Designation ) with named ………………… for and on behalf of the ……………………..
Bank in the

In the presence of

1.

2.

we have the power to issue this guarantee this guarantee in the favour under
Memorandum and Articles of Association and the undersigned has full power of
attorney dated ……………… granted to him by the Bank

………….. Bank
by its Constituted Attorney.
………………….
Signature of person duly
Authorised to sign on
behalf On the Bank

91
ANNEXURE II

PROFORMA FOR BANK GUARANTEE


( FOR RELEASE OF RETENTION MONEY )
( On non-Judicial Stamp Paper of Rs. 100/ - )

This deed of Guarantee executed by the ……………………………………………….


( hereinafter referred to as “ the Bank” in favour of THE PRESIDENT OF INDIA,
(hereinafter referred to as ‘The beneficiary”) for an amount not exceeding
( Rs. …………………………………. Only ) at the request of ……………………….
(hereinafter referred to as the ‘The Contractor”).

This Guarantee is issued subject to the condition that the liability of the Bank under this
Guarantee shall remain in full force up to ………………..

In consideration of M/s Bharat Petroleum Corporation Limited, 4 & 6 Currimbhoy Road,


Ballard Estate, Mumbai- 400 038 ( hereinafter called “ The Corporation” ) having agreed
to release the retention amount of Rs. …………………….. ( Rupees
……………………………………… only ) which has been deducted form the value of the
work executed as per the Agreement No. …… dated ……. On production of a Bank
Guarantee of Rs. ……….

We have ……………………………………………….. do hereby undertake to indemnity


and keep indemnified the Corporation to the extent of Rs. ………………………….
Against any loss or damage carried to or suffered by the Corporation by reason of any
breach of the said agreement of any of the terms and conditions contained shall remain
in full force and effect during the period that
would be taken for the performance of the said Agreement and that it shall continue to
be enforceable till all the due of the Corporation under or by virtue of the said
agreement have been fully paid and its claims satisfied or discharged or till Bharat
Petroleum Corporation Limited, certified that the terms and conditions of the said
agreement have been fully and properly carried out by the said Contractors
…………………………… and accordingly discharges the Guarantee.

Notwithstanding anything contained in foregoing our liability under this Guarantee is


restricted Rs. ………. And shall remain force till ……… unless a Demand or claim under
this guarantee is made on us in writing on or before ….. We shall be discharged from all
liability under this Guarantee thereafter.

Date:

Bank Manager

92
ANNEXURE III

PROFORMA OF BANK GUARANTEE

(PERFORMANCE)

M/s. Bharat Petroleum Corporation Limited.


Dear Sirs,

In consideration of M/s. Bharat Petroleum Corporation Ltd. (hereinafter called “the


Company” which expression shall include its successors and assigns) having awarded
to
M/s.(Name-
_____________________________________________________________
______________(constitution)_____________________________________________
_____________________________________(address)_________________________
___________________________________________ hereinafter referred to as ‘The
Vendor’ which expression shall wherever the subject or context so permits include its
successors and assigns ) a supply contract in terms inter alias, of the Company’s Letter
No._____________________dated________ and the General Purchase Conditions of
the Company and upon the conditions of Vendor’s furnishing security for the
performance of Vendor’s obligations and / or discharge of the Vendor’s liability under
and / or in connection with the said supply contract up to a sum of (in
figures)________________________________________
(in words)_______________________________________________________ only
amounting to 10% (ten percent) of the total contract value.

We,
(name)_______________________________________________________________
(constitution)__________________________________________________________
(hereinafter called ‘the Bank” which expression shall include its successors and
assigns) hereby jointly and severally undertake and guarantee to pay to the Company in
(Currency) forthwith on demand in writing and without protest or demur of any and all
moneys any wise payable by the Supplier to the Company under, in respect of or in
connection with the said supply contract inclusive of all the Company’s losses and
expenses and other moneys any wise payable in respect of the above as specified in
any notice of demand made by the Company to the Bank with reference to this
Guarantee upon an aggregate limited of (in figures)____________________________
(in words) ____________________________________________________________

and the Bank hereby agrees with the Company that :

93
a) This Guarantee/Undertaking shall be a continuing guarantee and shall remain
valid and irrevocable for all claims of the Company and liabilities of the
Vendor arising up to and until midnight of ____________________

b) The Guarantee/Undertaking shall be in addition to any other guarantee or


security of whatsoever that the Company may now or at any time otherwise
have in relation to the Vendor’s obligations / liabilities under and/ or in
connection with the said supply contract, and the Company shall have full
authority to take recourse to or reinforce this security in preference to the
other security(ies) at its sole discretion, and no failure on the part of the
Company in enforcing or requiring enforcement of any other security shall
have the effect of releasing the Bank from its full liability hereunder.

c) The Company shall be at liability without reference to the Bank and without
effecting the full liability of the Bank hereunder to take any other security in
respect of the Vendor’s obligations and / or liabilities under or in connection
with the said supply contract and to vary the terms vis-avis the vendor of the
said supply contract or to grant time and / or indulgence to the Vendor or to
reduce or to increase or otherwise vary the prices of the enforcement all or
any of the obligations f the Vendor under the said supply contract and/ or the
remedies of hereafter held by the Company and no such dealing (s),
variation(s);, reduction(s), increase(s) or other indulgence/s or arrangement/s
with the Vendor or release or forbearance whatsoever shall have the effect of
releasing the Bank from its full liability to the Company hereunder or of
prejudicing rights of the Company against the Bank.

d) This Guarantee/Undertaking shall not be determined by the liquidation or


winding up, dissolution or change of constitution of insolvency of the Vendor
but shall in all respects and for all purposes be binding and operative until
payment of all moneys payable to the Company in terms hereof.

e) The Bank hereby waives all rights at any time inconsistent with the terms of
the Guarantee/Undertaking and the obligation of the Bank in terms hereof
shall not be any wise affected or suspended by reason of any dispute or
disputes having been raised by the Vendor (whether or not pending before
any arbitrator Officer, Tribunal or court) or any denial of liability by the Vendor
or any other order of communication whatsoever by the Vendor stopping or
preventing or purporting to stop or prevent any payment by the Bank to the
Company in terms hereof.

f) The amount stated in any notice of demand addressed by the company to the
Guarantor as liable to be paid to the Company by the Vendor or as suffered
or incurred by the Company on account of any losses or damages or cost,
charges and / or expenses shall as between the Bank and the Company be
conclusive of the amount so liable to the paid to the Company or suffered or
incurred by the Company, as the case may be and payable by the Guarantor
to the Company in terms hereof.

Yours faithfully,

94
ANNEXURE IV

INDEMNITY BOND / UNDERTAKING


( On a Non-Judicial stamp paper of Rs.100/-)

From : M/s
(Contractor )

To : M/s BPCL
Sub: Work Order No. --------------- dated ---------
Agreement No.--------------- dated ---------

THIS INDEMNITY BOND / INDERTAKING executed at ---------- this --------- ---------- day
of ------------ 2001 by Messers ------------ hereinafter called the Contractor ( which
expression shall be and include, if the context so admits, the partners or partner for the
time being of the Firm and their or his respective heirs, executors and administrators /
its successors and assign in law ) in favour of BPC a company incorporated under the
Companies Act I of 1956 and having it s Registered Office at -------------------------------- ,
hereinafter called ---------- “ The Corporation” ( which expression shall include its
successors and assigns in law )

WHEREAS the Corporation desirous of having executed certain work specified in the
Work Order No. ---------- dated ---------- issued by the Corporation on the Contractors,
describing, the work to be done prepared and the same have signed by or on behalf of
the parties here to AND WHEREAS the Contractors have agreed in the said Work
Order upon certain terms and conditions provided in the Agreement executed between
in Contractor and the Corporation and also contained in the General Conditions of
Contract attached thereto.

AND WHEREAS the Contractors are bound by law to comply with the provisions of
various Labour Laws like minimum Wages Act. ( Regulations of Employment and
Conditions Services ) Act, 1979, Contractor Labour ( Regulation and Abolition ) Act,
1970: Workman’s President Fund Act providing Provident Fund Scheme for labourers
engaged by the Contracts but in the event of violation of the provisions of various
amenities and facilities to the workers under the different labour laws, not only the
Contractors but also the Corporation as the principal employer different labour laws, not
only the Contractors but also the Corporation as the principal employer becomes liable
for the acts of Commission and omission by the Contractor.

IT IS THEREFORE THE INTENT OF THIS I NDEMNITY BOND / UNDERTAKING by


the contractor /s to indemnify and keep indemnified the Corporation as stated
hereinafter:-

The Contractor hereby agree, confirm and declare that they have fully complied will
comply with the provisions of various labour laws, particularly those refereed to herein
above and that no violation of the provision f various amenities and facilities to the
workers under different laws has been done by them in the event of any past or future
violation of labour laws, the Contractors shall indemnify and keep the Corporation duly

95
indemnified against all losses, damages, costs, charges, expenses, penalties, suits or
proceedings which the Corporations may incur, suffer or be put to.
Contractor hereby undertakes to furnish a certificate with regard to the number of
labourers employed by them in the Corporation in other organisation through the
country to the location in charge of the Corporation where the work is undertaken by the
Contractors.

The contractors hereby confirm and state that they are duly registered under the
Contract labour ( Regulation and Abolition ) Act. 1970 as amended from time to time
and that they undertake to furnish a certified copy of the requisite License obtained by
the Contractors from the competent authority to the Corporation’s representative

The Contractor hereby under take to keep proper record of attendance of his labourers
and will give opportunity of he officers of the Corporation to supervise the same and
confirm upon the Corporation’s representative the right to countersign the said register.
The Contractor shall provide copy of the pay sheets to the Locations in- charge of the
Corporation nominated by the Corporation for supervision of the payment of wages
made to the Labourers by the Contractors and also confirm the right on the
Corporations representative to supervise the payment of wages to the labourers on the
spot.

The Contractors state that they are fully aware of the provisions of the Provident Fund
Act particularly with regard to the enrolment of the labourers as a member of provident
fund. The contracts further confirm that they are aware provision that they obliged to
recover Provident Fund contribution from the eligible labourers engaged by them and
after adding their own contribution, remit the same to RPFC. The Contractor state and
confirm that they are full aware of the obligation to remit the said amount on account of
Provident Fund to the RPFC within the prescribed period and that they have obtained a
separate code number form the RPFC which is bearing No. ---- dated ---- from RPFC

The contractor will afford all opportunities to the officers of the Corporation to verify that
the Provident fund is actually deducted by the Contractors from wages of the labourers
and the same together with Contractors contribution has been duly remitted by the
Contractors to the concerned P F Commissioner. The contractor /s also undertake to
provide photocopy of the receipt issued by the Concerned PF commissioner for having
received the P F Contributions from the Contractors.

In the event the Location in-charge of the Corporation is not satisfied about the payment
of wages made and recovery of P F etc from the labourers employed by the Contractors
hereby agree and authorise the Corporation to withhold the payment of their bills till the
Contractors complete all the obligation in this matter.

Not- withstanding the provision contained in this Cluase 7 of the Contractor hereby
undertake and authorise the Corporation to recover dues payable by the Contractor in
the labourer employed by them as also amounts of P F contributions ( including the
Contractors contribution ) as also all losses , damages, costs, charges, expenses,
penalties from his bills and other dues including the security amount.

The Contractors hereby confirm agree that the aforesaid indemnity undertaking are in
additions to and not in substitution of terms and conditions in the Tender documents

96
and the Work Order and also the agreement executed by the Contractors with the
Corporation.

The Contractors hereby confirm agree and record that this letter of undertaking and
indemnity shall be irrevocable and unconditional and shall be binding on their heirs
executors, administrators and legal representatives and shall ensure for the Corporation
benefit and for the benefit of its successors and assigns.

Yours faithfully

Date :

Witness : (1) ( Full Address )

(2 ) ( Full Address )

97

You might also like