Sie sind auf Seite 1von 32

PUBLIC TENDER 3878T

1









CEYLON PETROLEUM CORPORATION
(Established by Parliamentary Act Number 28 Of 1961)


REFINERY DIVISION


PUBLIC TENDER 3878 T



BIDDING DOCUMENT


SUPPLY, INSTALL & COMMISSIONING OF
FURNACE PROTECTION & BURNER
MANAGEMENT SYSTEM



CHAIRMAN - DSPC
CEYLON PETROLEUM CORPORATION
REFINERY DIVISION
MATERIALS DEPARTMENT
SAPUGASKANDA
KELANIYA
SRI LANKA



Telephone : 0094-11-2400110
Fax : 0094-11-2400434 / 2400436 / 5528919
E-Mail : refmaterials@sltnet.lk

CD


PUBLIC TENDER 3878T
2

CONTENTS

INSTRUCTIONS TO BIDDERS

01. Introducti on 03
02. Bi ddi ng Document Fee & Bi d deposi t 03
03. Documents & Detai l s to Accompany Bi d 03
04. Submi ssi on of Bi d 03-04
05. Seal i ng, Marki ng, Cl osi ng & Recei pt of Bi ds 04
06. Mi ni mum Val i di ty Peri od of Bi ds 04
07. Openi ng of Bi ds 04-05
08. Letter of Authori zati on 05
09. Busi ness Regi strati on 05
10. Bi d Securi ty Guarantee 05
11. Schedul e of Pri ces 05-06
12. Correcti on of Errors 06
13. Eval uati on of Bi ds 06-07
14. Power to Accept or Rej ect Offers 07
15. Noti ce of Acceptance 07
16. Mode of Payment 07-08
17. Performance Guarantee 08
18. Shi pment & Del i very 08-09
19. Defaul t by Successful Bi dder 09
20. Assurance on Del i very 09
21. Penal ty on Del ayed Del i very 09
22. Warranty & Avai l abi l i ty of Spares 09-10
23. Techni cal Trai ni ng for CPC Staff 10
24. Packi ng 10
25. Force Maj eure 10
26. Bi dder s Standard Condi ti ons of Sal e 10
27. Arbi trati on 09
28. Decl arati on 10
29. Any Other Informati on 11
30. Abbrevi ati ons 11

Annexes

A Scope of Suppl y & Speci fi cati ons 12-20
B 01-F1 Protecti on System I/O Li st (*)
C Logi c Di agrams & Rel ay Wi ri ng Di agrams (*)
D 01F1 Protecti on Burner Management System Proj ect Schedul e (*)
E Schedul e of Pri ces 21-22
F Decl arati on of Bi dder 23
G Format of Bi d Securi ty Guarantee 24
H Format of Performance Guarantee 25
I Format of Advance Payment Bank Guarantee 26-27
J Format of Manufacturer s Authori zati on 28
K Form of Compl i ance / Devi ati on Sheet 29
H Computati on formul ae for i mported goods 30

(*) Attached Separatel y


PUBLIC TENDER 3878T
3

INSTRUCTIONS TO BIDDERS

01. INTRODUCTION

The Chairman, Departmental Standing Procurement Committee, on behalf of the Ceylon
Petroleum Corporation, Refinery Division, Sapugaskanda, Kelaniya, Sri Lanka will receive
sealed Bids from manufacturers or their authorized export agents abroad or accredited
local agents for the supply, install & commissioning of Furnace Protection & Burner
Management System conforming to the Terms & Technical Specifications indicated in
Annex A and Terms & Conditions given under this Instructions to Bidders.

02. BIDDING DOCUMENT FEE & BID DEPOSIT

Bidding Documents can be obtained up to 16-September-2011. Any Bidder calling for
Bidding Documents, shall pay a non-refundable Bidding Document fee of Rs. 250/= and
a refundable deposit of Rs. 10,000/= per set to the Cashier, CPC Head office, No. 609,
Dr. Danister de Silva Mawatha, Colombo 09.

03. DOCUMENTS & DETAILS TO ACCOMPANY BID

All Bids shall contain adequate particulars in respect of the items offered.

A. Failure to furnish the following documents and details along with the Bid shall result
in the bid being rejected.

01. Name & the profile of the Manufacturer and Country of origin
02. Certificate from Manufacturer that the equipment offered are in good condition
& conforming to the specifications
03. Letter of Authorization Vide Clause 08 Annex J
04. A copy of the receipt obtained for payment of Rs. 10,250.00.
05. Schedule of Prices Annex E duly completed and signed.
06. If offered in foreign currency, a pro-forma invoice (signed) from the foreign
principal.

B. Failure to furnish the following documents and details along with the Bid may result
in the bid being rejected.

01. Documentary proof for recent supplies made to customers in similar magnitude
02. Declaration of Bidder Annex F
03. Form of Compliance / Deviation Sheet Annex K. Any other deviation to be
clearly indicated in Annex K in an attachment.
04. Copy of Business Registration per Clause 09

All documents shall be in English Language.
Note:

Every Bidder will be required to initial and submit each page of the Bidding Document
including drawings, relevant catalogues and other details along with the quotation

04. SUBMISSION OF BID

The Furnace Protection & Burner Management System brand offered shall be
essentially represented by an accredited local agent in Sri Lanka who is capable of
providing installation, warranty services, repairs and spare parts requirements and the
bids shall be forwarded through the accredited local agent. In that case, if the Bid
Security Guarantee is submitted by the local agent the principals name shall also be
mentioned in the Bid Security Guarantee.

PUBLIC TENDER 3878T
4

A local firm acting as Agent for more than one Principal Bidder should get each of his
Principal Bidders he represents to tender on separate sets of Bidding Documents
purchased from the Ceylon Petroleum Corporation for such purpose.

Note: Alternative Bids / Options

Multiple bids from same manufacturer can be submitted on separate bid security
guarantees made for each bid.

Alternative bids & higher value bids will be rejected respectively unless such bids have
been covered by a separate bid deposit.

05. SEALING, MARKING, CLOSING & RECEIPT OF BIDS

Bids shall be submitted in Duplicate as per annexed schedule of Prices. The original &
duplicate copy of the Bid shall be placed in separate envelopes marked ORIGINAL &
DUPLICATE. Envelopes shall be enclosed in one securely sealed cover, which shall be
marked TENDER NO. 3878T FOR THE SUPPLY, INSTALL & COMMISSIONING OF
FURNACE PROTECTION & BURNER MANAGEMENT SYSTEM CLOSING DATE 21-
SEPTEMBEr-2011 on the top left-hand corner & the Bidders name & address on the
bottom left-hand corner.

Bids sealed, enclosed, marked and addressed as aforesaid, shall be sent under
Registered Cover to reach the Chairman, DSPC, Ceylon Petroleum Corporation, Refinery
Division, Materials Department, Sapugaskanda, Kelaniya, Sri Lanka, not later than
1400 hours on 21-September-2011. If, the Bidders choose not to send their Bids under
Registered Cover, they could deposit such Bids in the Tender Box provided for this
purpose at the Office of Deputy Finance Manager (Refinery), Finance Department,
Refinery, Sapugaskanda, Kelaniya, Sri Lanka.

Important:
E-mail offers are not entertained.
Only the fax No. 0094-11-2400436 is allocated for receiving bids. (at your
discretion)
Bids sent to any other fax number will not be entertained.
However, only the clarifications, data sheets, product literature & other
communications can be made through email address refmaterials@sltnet.lk .

06. MINIMUM VALIDITY PERIOD OF BIDS

(a) All bids shall necessarily be valid for acceptance for a minimum period of 63
days from the closing date of the Tender.

(b) All prices indicated in the schedule of prices shall be firm and shall not be
subject to any price variation within the validity period of offer specified in (a)
above.

Bids that do not comply with the above requirements will be rejected.

07. (a) OPENING OF BIDS

Bids will be opened at 1430 hours on 21-September-2011 at the Refinery
Conference Room.

Bidder/s or their duly authorized representative/s may be present at the opening
of bids. The officer who opens the Bids will read out the total price, as indicated in
the schedule of prices/ Pro-forma to those who are present. Technical Data,
Specifications or similar particulars will not be divulged.
PUBLIC TENDER 3878T
5

(b) LATE BIDS

Any Bid received after the deadline for submission of Bid will be rejected and
returned unopened to the Bidder.

08. LETTER OF AUTHORIZATION

(a) Offers from agents representing Principals abroad, will not be considered
unless they hold the Letter Of Authorization from the Principals empowering
the agents to offer on their behalf, to enter into a valid agreement on behalf of
the Principals to fulfill all the terms and conditions of the contract, in the event
of the bid being awarded.

(b) The agent signing the Bidding Document on behalf of the Principal shall state
the Principals name, address, telephone and fax numbers & e-mail if any.

(c) Nomination of Agents after the Bid has been submitted will not be valid.

(d) In the event that the Principal is not the Manufacturer, the Principal should
furnish documentary proof of his arrangements with the Manufacturer.

09. BUSINESS REGISTRATION

Local Agents in Sri Lanka, submitting the Bid should register with the Registrar of
Companies and shall produce a copy of the valid Certificate of Registration issued by
the Registrar of Companies together with the offer & a copy of the respective company
registration of principal bidders also shall be forwarded along with the bid.

10. BID SECURITY GUARANTEE

Each Bid shall be accompanied with a Bid Security Guarantee undertaking that the offer
will be held valid for the specified period and that, the offer will not be withdrawn during
that period. Such security shall be in the form of a Bank draft or a Bank Guarantee
issued by a recognized Bank in Sri Lanka or a reputed foreign bank with the Bank
guarantee confirmed by a bank operating in Sri Lanka (The bank in Sri Lanka should be a
commercial bank approved by the Central Bank of Sri Lanka) payable to the Ceylon
Petroleum Corporation, in a sum of Sri Lankan Rupees Fifty Thousand (SLR. 50,000/=)

The Bid Security shall be unconditionally encashable on demand by Ceylon Petroleum
Corporation and valid for Ninety (90) days from the date of closing of Tender. A form of
Bid Security Guarantee is attached (Annex G).

Failure to submit the Bid Security Guarantee along with the bid or before the closing of
Tenders and in accordance with above said requirements and in the format provided, will
result in the Bid being rejected. Bid Security Guarantees received from unsuccessful
Bidders will be returned to them after an award is made. The Bid Security Guarantee of
the successful Bidder will be returned after receipt of the Performance-Bond.

11. SCHEDULE OF PRICES

(a) Bids shall be in the form of a Pro-forma Invoice in two (02) copies indicating
Country of Origin, Port of Shipment, H.S. Code, Terms of Payment and Delivery
Period. Rates quoted shall be computed on the basis of C&F Colombo, showing
FOB Value and freight charges separately. Bidders are also required to duly sign
and return the Schedule of prices, marked Annex E indicating their offers in
detail together with the Pro-forma Invoice.

(b) Bidders are requested to submit their bids in any internationally accepted
currency.
PUBLIC TENDER 3878T
6

(c) All agents Commission shall be disclosed in Sri Lankan Rupees in the
appropriate row of the schedule of prices. (Annex E Section 1 of 2)

(d) Bids not on the prescribed form and not in the manner required may be
rejected.

(e) Bidders shall provide in the prescribed form of schedule of price- marked Annex
B, the name and address of his agents, if any, in Sri Lanka.

(f) If the items are arranged to be imported & supplied, please forward offers in Sri
Lankan Rupees on Delivered-at-Site basis as per Annex E Section 2 of 2

12. CORRECTION OF ERRORS

(a) Where there is a discrepancy between the amount in figures and in words,
the amount in words will govern; and

(b) Where there is a discrepancy between the unit rate and the line item total
resulting from multiplying the unit rate by the quantity.

1. The unit rate as quoted will govern

2. Unless in the opinion of the Procurement Committee/TEC there is an
obviously gross misplacement of the decimal point in the unit rate, in
which case the line item total as quoted will govern and the unit rate will
be corrected.

(c) The amount stated in the Bidding Document adjusted in accordance with the
above procedure with the concurrence of the bidder shall be considered as
binding upon the Tender. If the bidder does not accept the corrected amount of
bid, his bid will be rejected.

13. EVALUATION OF BIDS

All offers received will be examined to determine the eligibility of bidders responded and
substantial responsiveness of bids received. A substantially responsive bid is one, which
conforms to the terms, conditions and specifications of the Bidding Document.
Incomplete bids will be rejected.

Annex E shall be completed in full. Bids for part supply of items will be rejected.

Only the bids determined to be substantially responsive will be evaluated and compared.
Award will be made to the lowest responsive evaluated bid.

Offers are evaluated on total Delivered at Site price basis. Bids received on C&F basis (in
foreign currency), will be converted in to Delivered at Site price by adding Customs Duty,
Surcharge, Cess, PAL, VAT, NBT, SRL, Computer & other charges, Port Authority &
handling charges, Wharf clearing charges, Transport charges, Local Agency Commission
(if any) & Any other prevailing charges. Prevailing standard applicable rates & taxes will
be considered in computation as per formulae for imported goods Annex L attached

Those who are eligible for import tax concessions shall indicate the same clearly in detail
with relevant certifications. In such case, a bank guarantee covering the total concession
amount with validity of 6 weeks longer than delivery period shall be submitted along
with the bid. The bank guarantee will be released only after clearance of cargo from Sri
Lanka Customs. If not, standard prevailing tax rates will be applied in the evaluation of
bids.
PUBLIC TENDER 3878T
7

In case all the bids received are on C&F basis (in foreign currency) offers will be
evaluated on C&F basis including Local Agency Commission (if any).

However, CPC reserves the right to evaluate bids with freight obtained from Ceylon
Shipping Corporation and place orders either on C&F basis or FOB basis and to arrange
freight through Ceylon Shipping Corporation or any other freight forwarder.

The price quoted in foreign currency will be converted to Sri Lanka Rupees at the selling
exchange rate determined by the Central Bank of Sri Lanka prevailing on the date of
opening of Bids.

14. POWER TO ACCEPT OR REJECT OFFERS

(a) The Departmental Standing Procurement Committee will not be bound to
make the award to the Bidder submitting the lowest offer.

(b) The Departmental Standing Procurement Committee reserves the right to
reject any or all Bids, or any part thereof, without adducing any reasons.

15. NOTICE OF ACCEPTANCE

Acceptance of bid will be communicated by fax / E-mail and confirmed in writing by
registered post to the successful bidder to the address given by him, soon after the
receipt of DSPC decision. Any change of address of the bidder should be promptly
notified to the Materials Manager, Ceylon Petroleum Corporation, Materials Department,
Refinery Division, Sapugaskanda, Kelaniya, Sri Lanka.

16. MODE OF PAYMENT

If offered in foreign currency

16.1 Payment will be made after satisfactory commissioning of the system by 100% an
irrevocable Non-transferable separate Letter of Credits which,

a. L/C for item No. 01, 02, 03 & 04
b. L/C for item No. 05 & 06 (not applicable if item No. 05 & 06 are quoted in local
currency).

However, Payment for item No. 01, 02, 03 & 04 will be released after the
satisfactory delivery of the goods to the CPC warehouse against the bank
guarantee for full amount of L/C for item No. 01, 02, 03 & 04 valid until successful
commissioning of the system.

Following information is very essential for CPC to obtain the necessary Import
Licence and for establishment of Letter of Credit without delay. Hence you are
kindly requested to incorporate same in your Proforma Invoice.

16.1.1 Pro-forma Invoice Number, Date, Suppliers Address & Contact details such
as Fax No, E-mail & Tel. Number.
16.1.2 Country of Origin of the goods.
16.1.3 Country of Shipment of goods.
16.1.4 The Harmonized System (HS) Number or Numbers for each item of
goods.
16.1.5 State mode of shipment i.e. whether by Airfreight or Sea freight
16.1.6 Name and address of the bank for negotiation of L/C.

PUBLIC TENDER 3878T
8

16.2 Agency Commission shall be paid after receipt of goods at CPC warehouse and on
satisfactory commissioning of the system. In the Schedule of Prices, the
Bidder shall indicate the Agents Commission in Sri Lankan Rupees.

If offered in SLR

16.3 In case of Import & Supply, payment will be made within one month after
satisfactory commissioning of the system. However, payment for Item No. 1, 2, 3
& 4 as given in Schedule Of Prices (Annex E) can be made after satisfactory
delivery of the goods to the CPC warehouse against a bank guarantee for full
amount of item No. 01, 02, 03 & 04 valid until successful commissioning of the
system & payment for Item No 5 & 6 shall be made after satisfactory
commissioning of the system.


17. PERFORMANCE GUARANTEE

a) The successful Bidder when notified by the Ceylon Petroleum Corporation of the
acceptance of his Bid, shall furnish (within 14 days of such notification), at his own
expense, a Performance Guarantee through a recognized Bank in Sri Lanka, for a
sum of 10% of the total contract value of the accepted Bid. The performance
Guarantee shall be in accordance and in the form given in Annex H

b) If the successful Bidder fails to furnish Performance Guarantee as aforesaid his
name will be placed in the list of defaulting contractors.

(c) The successful Bidder, in the event of his failure to furnish the performance
Guarantee as required shall be liable for any loses, costs, expenses and damages,
which the CPC may sustain in consequence of such failure and his Bid Guarantee
will be forfeited.

(d) The performance guarantee shall be in favor of the Ceylon Petroleum Corporation
and shall be valid for a period of not less than Three Hundred and Sixty Five (365)
days from the date of anticipated final installation & commissioning of the system.

18. SHIPMENT AND DELIVERY

(a) Immediately after the consignment is shipped, the supplier shall send to Ceylon
Petroleum Corporation, an Email / Fax stating the name of the Vessel with
quantities shipped. Also, within 03 days from the date of the Bill of Lading, 04
copies of each of the following shipping documents shall be sent by courier,
addressed to the Materials Manager, Ceylon Petroleum Corporation, Refinery
Division, Materials Department, Sapugaskanda, Kelaniya, Sri Lanka.

(b)
i) Clean on Board, freight prepaid / freight to pay (as per award) Bills of
Lading in favour of Sri Lankan Bank nominated by CPC, showing destination
as Colombo and notifying party as Ceylon Petroleum Corporation.

ii) Manually signed invoices in quadruplicate, showing FOB, Local Agents
Commission if any, freight and C&F Colombo

iii) Packing List in quadruplicate.

PUBLIC TENDER 3878T
9

iv) Certificate of Manufacturer stating that the items shipped were
manufactured by them and indicating Country of Origin.

v) Certificate of Quality in detail, issued by a recognized Institute (such as
ISO) accredited by the Government of the Country of Origin to issue such
Certificates.

19. DEFAULT BY SUCCESSFUL BIDDER

(a) If for any reason in the opinion of the Ceylon Petroleum Corporation, the successful
Bidder becomes incapable or unable to supply, install & commissioning Furnace
Protection & Burner Management System offered in his Bid within the specified
delivery period, the Ceylon Petroleum Corporation shall have the right to obtain the
goods from other sources without being liable in any manner, whatsoever, to the
successful Bidder.

(b) If the successful Bidder defaults in the supply or otherwise commits a breach of any
of the provisions in the Contract with the Ceylon Petroleum Corporation for the
supply, install & commissioning Furnace Protection & Burner Management
System conforming with the Specifications, he shall be liable to pay to the Ceylon
Petroleum Corporation, all losses, damages and expenses incurred by the Ceylon
Petroleum Corporation in consequence of such default of breach.

20. ASSURANCE ON DELIVERY

The successful Bidder will be called upon to supply to the Ceylon Petroleum Corporation
the Furnace Protection & Burner Management System conforming to specifications
and strictly abide by the agreed delivery dates, which should be within 120 days from
the date of confirmation of the Order. (Shorter delivery periods are most welcome).
However, Bidders shall indicate the period within which the item could be dispatched
from the date of confirmation of the Order / establishment of the Letter of Credit.

21. PENALTY ON DELAYED DELIVERY

If the successful bidder could not deliver the total quantity within the delivery period
stipulated in above clause No. 20, a penalty charge of 2% of the total order value per
calendar week or part thereof up to a total value of 10% of the total order value will be
recovered from the payment to the bidder & this requirement will also be included in the
Letter of Credit as a Condition.

However, partial deliveries are not acceptable & CPC reserves the right to cancel the
award of the tender, if the items are not delivered within the period given in clause 20.

22. WARRANTY AND AVAILABILITY OF SPARES

22.1 The complete system shall carry a comprehensive warranty for 1 year from
the date of commissioning. All the defective components shall be replaced
free of charge during that period by the supplier and the cost of labor shall
be in the account of the bidder.

22.2 The HMI/SCADA computer and the PLC/DCS programming laptop shall carry a
comprehensive warranty for 3 years.

22.3 Any defect found during this warranty period should be attended to by the
supplier at his own cost (labour & spare parts), and any defective parts should
be replaced with new parts free of charge.
PUBLIC TENDER 3878T
10

22.4 Availability of the spares shall be guaranteed for next ten years period. After
the ten years period should an item becomes obsolete, the bidder shall inform
the CPC about the replacement or an alternative in advance.

23. TECHNICAL TRAINING FOR CPC STAFF

A comprehensive training as given in Para 16-Annexure A shall be conducted by the
bidder for two CPC Engineers. All relevant expenditure shall be included as a separate
item in the Schedule of Prices Annex E. The duration of the training shall not be less
than three days. The training shall be completed prior to the system delivery.

In the event of training to be conducted at manufacturers works cost of air tickets for the
aforesaid two engineers will be arranged & born by CPC up to closest international
airport to the manufacturers works & the Bidder shall provide at his own cost proper and
reasonable facilities covering food, accommodation and inland traveling for training,
examining, inspection & testing, shall also supply free of charge labour & assistance as
may be required from time to time for the purpose of such training, examinations,
inspections & testing.

24. PACKING

Packing should be suitable to protect the goods from adverse weather conditions and
shocks during the voyage handling & storage.

25. FORCE MAJEURE

Except as regards an act of God, war, strike, invasion, Civil War, rebellion, Tsunami,
revolution, insurrection, military power, earth-quake, plagues, the Bidder shall undertake
all risks and liabilities of whatsoever kind arising out of incidentals or connected with the
supply.

26. BIDDER'S STANDARD CONDITIONS OF SALE

Bidder's standard conditions of sale, usually printed on the reverse side of the Pro-
forma Invoice or in a separate format will not be accepted. The Conditions of Tender of
CPC will prevail.

27. ARBITRATION

27.1 All the disputes arising out of this agreement will be settled in accordance
with the provisions of the Arbitration Act No. 11 of 1995.

27.2 All proceedings and hearings by the Arbitrator shall be held in Sri Lanka
Arbitration will be conducted under the rules of the ICLP Arbitration Center
and the Arbitration Act No. 11 of 1995.

28. DECLARATION

Bidders should declare that they have read the Conditions and that they make the offer
in compliance with and subject to all the Conditions thereof and agree to execute the
contract / perform the services in accordance with the said Conditions in the manner
therein set out. A Form of Declaration of Bidder-Annex F is attached.





PUBLIC TENDER 3878T
11

29. ANY OTHER INFORMATION

29.1. Any other information or clarification required could be obtained from the Materials
Manager, Ceylon Petroleum Corporation, Refinery Division, P. O. Box 11, Kelaniya,
Sri Lanka not later than 12 days before the closing date of tender given in clause
No. 05.

Telephone : 0094-11-2400110 Fax: 0094-11-2400434 / 5528919
E-mail : refmaterials@sltnet.lk

29.2. Where the Bidders have not sought any clarifications/information such Bidders
shall be deemed to have accepted the Bidding Document in full.

CPC reserves the right to issue amendments to the Bidding document if and when
deemed necessary, up to 08 days before the closing date of Tender given in Clause 05
and such amendments will be notified to all Bidders who have collected the Bidding
documents.

30. ABBREVIATIONS

DSPC - Departmental Standing Procurement Committee
CPC - Ceylon Petroleum Corporation
FOB - Free on Board
C&F - Cost and Freight
L/C - Letter of Credit
ICLP - Institute for the Development of Commercial Law & Practice


























PUBLIC TENDER 3878T
12

ANNEX A

SCOPE OF SUPPLY & SPECIFICATIONS


Items to be supplied:


Item
No.
Qty.

Unit

Description

01 01 Set
Furnace Protection & Burner Management System
As per Annex A Clause No. 4 & 9

02 01 Set
HMI/SCADA Computer
As per Annex A Clause No. 5


03 01 Set
PLC/DCS Programming Computer
As per Annex A Clause No. 6

04 01 Set
Set of Spares for the Protection System
As per Annex A Clause No. 7


05 01 Item
Installation, Testing & Commissioning
As per Annex A Clause No. 11

06 01 Item
Technical Training for CPC staff
As per Annex A Clause No. 16



SPECIFICATION FOR A PLC/DCS BASED FURNACE PROTECTION AND
BURNER MANAGEMENT SYSTEM

1.0 INTRODUCTION
The Furnace Protection and Burner Management system of the Crude Charge Heater (O1-F1) of
the CPC Refinery is currently implemented with Hardwired Relays and Timers and it has been
decided to replace the existing system with state of the art technology i.e. Programmable Logic
Controller (PLC) or Distributed Control System (DCS). The bidder shall have the freedom of
selecting either PLC or DCS based designs to implement the Furnace Protection and Burner
Management system while complying with the Technical Specification given in this document.

2.0 SCOPE OF WORK

2.1 CPC SCOPE
2.1.1 The existing filed devices shall be used for the new system and new cables will be laid
from Control Room up to the filed devices by CPC. Cable termination at both ends shall
be within the CPC scope.
PUBLIC TENDER 3878T
13

2.1.2 The existing Indicators, Push Buttons and Switches of the Operator Interface Panel shall
be used for the new system. Currently these devices are directly terminated to the relay
terminals, therefore these devices will be terminated to a new terminal row at Operator
Interface Panel and new cables will be laid between interface panel and the new system.
All these terminations and cable laying shall be within the scope of CPC.

2.2 BIDDERS SCOPE

2.2.1 The bidder shall supply the complete system hardware installed within a Free Standing
Enclosure with cable entries at bottom and having maximum dimensions of
1100mm(W) X 2000mm (H) X 450 mm (D). The enclosure shall include a main
terminal row to which the cables from field and Operator Interface Panel are terminated.

2.2.2 The bidder shall supply a branded personnel computer with LCD Monitor to be used as
HMI/SCADA PC and all the necessary Hardware and Software with licenses shall be
included.

2.2.3 The bidder shall supply a laptop computer with necessary hardware and software with
licenses which will be used for the purpose of Modification, Maintenance and
Troubleshooting of the system.

2.2.4 Installation and commissioning of the Protection System shall be done by the bidder in
collaboration with CPC staff. The HMI/SCADA graphics and PLC/DCS shall be pre
programmed by the bidder.

2.2.5 The bidder shall conduct a comprehensive training on PLC/DCS programming,
HMI/SCADA development, maintenance and troubleshooting of the Protection System
for two CPC Engineers. All relevant expenditure shall be included as a separate item in
the offer.







PUBLIC TENDER 3878T
14

3.0 SYSTEM ARCHITECTURE


























4.0 SYSTEM CONFIGURATION
The proposed PLC/DCS based protection system shall be of a modular design, which can be
expanded for the future requirements. The Input and Output modules shall have hot-swap
capability. The system shall have redundant capabilities for both the processor and power supply
and the system shall generate an Alarm, which is visible through the SCADA/HMI or a Digital
Output when any of the system devices fails. Further the proposed PLC/DCS shall meet the
requirements as per IEC 61131/61499 standards (latest edition) respectively.



PLC/DCS

I/O RELAYS
TERMINAL ROW
OTHER
PERIPHERALS
TO
DEVICES

HMI/SCADA
PC
SYSTEM
ENCLOSURE
COMMUNICATION
CABLE
MULTI-PAIR
INSTRUMENTATION
CABLES
BIDDERS SCOPE
CPC SCOPE

LAPTOP
COMPUTER

* Used only for
the maintenance


OPERATOR
INTERFACE
PANEL


FILED
JUNCTION
BOXES
PUBLIC TENDER 3878T
15

4.1 PROCESSOR
Processor shall be capable of performing control function as per the attached Logic Diagrams
and Relay Wirings. Two processors shall be installed in the system for the redundancy and in
case of a processor failure the faulty processor shall be replaced without interrupting the
system. The communication interfaces for programming and connecting the HMI PC shall be
either integrated to the processor or available as a separate module. There shall be an indicator
on the Processor to indicate the status of the processor. In case of a power failure the processor
shall be capable of holding programming and configuration data for at least 14 days in the
PLC/DCS internal memory.

4.2 DIGITAL INPUTS
No of Digital Inputs : 144
Each Input module shall have a maximum of 16 nos. TTL type Digital Inputs with status
indicator for each channel. Inputs shall be wired to the modules via a relay and it is preferable
to use termination modules with plug in type relays to reduce wiring. The operating signal
voltage level shall be of manufactures standard. Refer Annexure B for further details.

4.3 DIGITAL OUTPUTS
No of Digital Outputs : 192
Each Output module shall have a maximum of 16 nos. TTL type Digital Outputs with status
indicator for each channel. Each output shall drive a relay, output devices are energized through
a relay contact, and it is preferable to use termination modules with plug in type relays to
reduce wiring. The operating signal voltage level of the output and relays shall be of
manufactures standard. Refer Annexure B for further details.

4.4 TIMERS
Timers shall be sufficient to perform the control functions as per the attached Logic Diagrams
and Relay Wirings.

4.5 INTERNAL/MEMORY RELAYS
Internal/Memory Relays shall be sufficient to perform the control functions as per the attached
Logic Diagrams and Relay Wirings.




PUBLIC TENDER 3878T
16

4.6 INTERNAL MEMORY
The Internal memory shall be sufficient to perform the control functions as per the attached
Logic Diagrams and Relay Wiring Diagrams (Refer Annexure C). Further, the memory shall
be expandable if necessary.

4.7 BACKUP STORAGE
Removable memory sub module, which holds the Program data and Configuration data, shall
be available as a backup device.

4.8 INPUT RELAYS
The Input Relays shall have a minimum of 2 poles and a status indicator.
Coil Voltage : 110V DC
Pole Rating : As per Manufactures standard (Compatible with the Input Module)

4.9 OUTPUT RELAYS
The Output Relays shall have a minimum of 2 poles and a status indicator.
Coil Voltage : As per Manufactures standard (Compatible with the output Module)
Pole Rating : 110V DC, 300mA

4.10 POWER SUPPLY
The power supply shall be of a Switch Mode Power Supply type, which can handle an input
voltage range of 100-240V AC. Two power supply modules shall be installed for the
redundancy and in case of a power supply failure the faulty power supply shall be replaced
without interrupting the system. An Uninterruptible Power Supply of 110V, 50Hz is available
for the system.

5.0 HUMAN MACHINE INTERFACE(HMI)/SUPERVISORY CONTROL AND DATA
ACQUISITION SYSTEM
The bidder shall provide a HMI/SCADA system and shall include following components and
features. The proposed HMI/SCADA system shall be capable of performing all the functions which
are available at the current Operator Interface Panel and shall include Historical Trending,
Sequence of Event Recording (SER) and Alarm Logging functions.

5.1 HMI/SCADA COMPUTER
A branded personnel computer with 21 LCD monitor and other peripheral devices shall be
provided. Minimum configuration of the computer shall be Intel Core i5 processor, 2GB
PUBLIC TENDER 3878T
17

RAM, 500GB SATA HDD and 512MB separate graphics card. Operating system shall be a
licensed copy.
5.2 HMI/SCADA SOFTWARE AND COMMUNICATION HARDWARE
All the necessary HMI/SCADA software Runtime and Development versions with licenses
and Communication Hardware shall be provided.
5.3 PLC/DCS PROGRAMMING SOFTWARE AND COMMUNICATION HARDWARE
PLC/DCS programming software with license shall be installed on the HMI/SCADA PC for
the purpose of monitoring the PLC/DCS program and troubleshooting.
5.4 OTHER ACCESSORIES
Following accessories shall be included in the offer.
5.4.1 Uninterruptible Power Supply (UPS)
5.4.2 Stand for the HMI/SCADA PC

6.0 LAPTOP COMPUTER FOR PROGRAMMING OF PLC/DCS
A laptop computer of a reputed make with PLC/DCS programming software and HMI/SCADA
runtime and development versions with licenses shall be supplied. All the necessary hardware and
software shall be included with the offer. Minimum configuration of the laptop shall be Intel Core
i5 processor, 2GB RAM, 500GB SATA HDD and 256MB graphics card. Operating system shall
be a licensed copy.
7.0 SPARES FOR THE PROTECTION SYSTEM
A set of spares including minimum of one Processor Module, One Power Supply Module, Two
Input Modules, Two Output Modules and a set of I/O Relays shall be quoted with the offer. In
addition any other spares recommended by the supplier i.e. Communication Module and Interface
Module shall also be included in the offer.

8.0 PLC/DCS PROGRAMMING

The programming shall be done by either Ladder Diagram method or Function Block Diagram
method. The PLC/DCS programming method shall comply with IEC 61131/61499 standard (latest
edition) respectively.






PUBLIC TENDER 3878T
18

9.0 SYSTEM ENCLOSURE
Bidder shall supply the system enclosure with all the components (i.e. PLC/DCS, Power Supply,
I/O Relays, Terminal row and other accessories) installed, pre wired, programmed and tested.

9.1 INSTALLATION LOCATION
System enclosure shall be installed in an air conditioned environment within the Main Control
Room.
9.2 TYPE
The system enclosure shall be a free standing type powder coated enclosure with key lock,
internal mounting plate and shall include 2 doors. The doors shall be hinged opening preferably
180 degrees and detachable. Cable entry shall be at the bottom. Minimum thickness of the sheet
metal shall be 2 mm.
9.3 SIZE
The enclosure shall have maximum dimensions of 1100mm(W) X 2000mm (H) X 450 mm (D)
due to the space restriction at the installation location. Bidder shall clearly indicate the
dimensions of the enclosure in their bid.
9.4 VENTILATION
The enclosure shall be fitted with minimum of 2 cooling fans and louvers with detachable
filters shall be provided on both sides at the bottom. If 50% of the installed cooling fans fail the
remaining fans shall be capable of providing sufficient ventilation for the system.

9.5 INTERNAL ILLUMINATION
The enclosure shall be fitted with suitable fluorescent light fitting for the internal illumination.

10.0 CABLE TERMINATION AND INTERNAL WIRING
All the cable terminations and internal wirings shall be clearly marked for easy identification. All
internal wiring shall be laid in PVC slotted ducting with a covering lid. Ducting shall have 20%
spare capacity.

11.0 INSTALLATION AND COMMISSIONING
The bidder in collaboration with CPC staff shall do installation and commissioning of the
Protection System. The HMI/SCADA graphics shall be pre designed and the PLC/DCS shall be
pre programmed. Alteration and modification to the Protection System, HMI/SCADA graphics
and PLC/DCS program shall be done during the commissioning.


PUBLIC TENDER 3878T
19

12.0 PROJECT SCHEDULE
Complete project is shall be completed during the Plant Major Shutdown scheduled in the first
quarter of year 2012 which will be held for a duration of 4 weeks. The complete system shall be
delivered at the site at least 2 weeks prior to scheduled starting date of the Major Shutdown and
the date will be informed by the CPC at the order placement which will not be less than the
delivery period given by the supplier . Cable termination at the System Enclosure shall be started
with the delivery of the Enclosure and the Operator Interface Cable Termination shall be carried
out during the first two weeks of the shutdown. During the next two weeks, the supplier shall test
and commission the system while only last 3 days shall be available for the system simulation and
testing with filed devices actuation. The bidder shall be prepared to work extra hours and to
provide additional resources to meet the above time schedule. Refer Annexure D for a graphical
representation of the project schedule.

13.0 AMBIENT CONDITIONS
13.1 Ambient Temperature : 20 to 50
o
C
13.2 Relative Humidity : 40 to 90 %
If the offered system is not capable of operating at the above-mentioned conditions, the
bidder shall indicate the operation conditions of the system offered in the bid. The system
shall be capable of generating an alarm when the operating conditions are exceeded.

14.0 ELECTRO MAGNETIC COMPATIBILITY
The system shall comply with the Generic Emission Standard EN 50081 part II and Generic
Immunity Standard EN 50082 part II.

15.0 WORK SHOP FACILITY AND LOCAL ASSISTANCE
The bidder / local agent shall have a well-trained local staff to carryout system troubleshooting
and repairs. The bidder / local agent shall have an authorization from the manufacturer for the
system installation and to provide after sales services. Relevant details with documentary evidence
shall be submitted along with the offer.

16.0 TRAINING
The bidder shall conduct a comprehensive training on PLC/DCS programming, HMI/SCADA
development, maintenance and troubleshooting of the Protection System for two CPC Engineers.
All relevant expenditure shall be included as a separate item in the offer.


PUBLIC TENDER 3878T
20


17.0 DOCUMENTATION
17.1 Catalogues containing specifications, options, mounting details, functions/features of the
quoted products shall be sent along with the quotation.
17.2 Complete two sets of manual containing the following shall be supplied once the project is
completed.
17.2.1 Detailed specifications and Manuals of the offered hardware and software.
17.2.2 Operating Instructions.
17.2.3 Drawings which include System Block Diagrams, Terminal Descriptions, Panel
Wiring and PLC/DCS I/O wiring.
17.2.4 Hard copy of the PLC/DCS Program.
17.2.5 PLC/DCS I/O List and PLC/DCS configuration.
17.2.6 HMI/SCADA Graphics.
17.2.7 Spare parts list.
17.3 Backup copies of the PLC/DCS program and HMI/SCADA shall be provided.
All literature shall be in English language.

18.0 CUSTOMER BASE AND PAST SERVICE RECORDS
The bidder shall provide information on the customer base and records on past installation of
PLC/DCS based systems of similar capacity. Bidder shall provide a company profile along with
the offer.














ANNEX B, ANNEX C & ANNEX D Please Refer Attachment







PUBLIC TENDER 3878T
21

ANNEX E (Section 1 of 2 If offered in foreign currency)
SCHEDULE OF PRICES SUPPLY, INSTALL & COMMISSIONING OF
FURNACE PROTECTION & BURNER MANAGEMENT SYSTEM


Item
No.
Qty.
Required
Unit Description FOB Price
(Currency)
01 01
Set
Furnace Protection & Burner Management System
As per Annex A Clause No. 4 & 9

02 01 Set
HMI/SCADA Computer
As per Annex A Clause No. 5 (*)

03 01 Set
PLC/DCS Programming Computer
As per Annex A Clause No. 6 (*)

04 01 Set
Set of Spares for the Protection System
As per Annex A Clause No. 7

(*) If these items are supplied locally, please indicate prices in SLR on below rows

Amount (Currency )
Less Discount, if any
Total FOB Excluding Local
Agency Commission (if any)

Total freight charges

Total C & F cost
Amount in figures

Amount in words




05 Installation, Testing & Commissioning As
per Annex A Clause No. 11
Currency

06 Technical Training for CPC staff As per
Annex A Clause No. 16
Currency


HMI/SCADA Computer
As per Annex A Clause No. 5 (*)
SLR.

PLC/DCS Programming Computer
As per Annex A Clause No. 6 (*)
SLR.



Without Taxes With VAT, NBT If applicable
Local Agency
Commission,
if any
Amount in figures SLR. SLR.
Amount in words

Offer Validity
Name of Manufacturer
Country of Origin
Port of Shipment
Delivery Period
Name & Address of Local Agent, if any





Date Signature of Bidder (Principal Supplier) Company Stamp

PUBLIC TENDER 3878T
22

ANNEX E (Section 2 of 2 If offered in Sri Lankan Rupees)
SCHEDULE OF PRICES SUPPLY, INSTALL & COMMISSIONING OF
FURNACE PROTECTION & BURNER MANAGEMENT SYSTEM


Item
No.
Qty.
Required
Unit Description Price (Rs)
Without Taxes
01 01
Set
Furnace Protection & Burner Management System
As per Annex A Clause No. 4 & 9

02 01
Set
HMI/SCADA Computer
As per Annex A Clause No. 5

03 01
Set
PLC/DCS Programming Computer
As per Annex A Clause No. 6

04 01 Set
Set of Spares for the Protection System
As per Annex A Clause No. 7

05 01 Item
Installation, Testing & Commissioning
As per Annex A Clause No. 11

06 01 Item
Technical Training for CPC staff
As per Annex A Clause No. 16


Amount (Rs)
Less Discount, if any
Total Price without taxes

Transport charges if any
NBT - If applicable
VAT - If applicable
Total Delivered-at-site price inclusive of
transport charges( if any) with all taxes
In numerical
In words

Offer Validity
Name of Manufacturer
Country of Origin
Port of Shipment
Delivery Period





Date Signature of Bidder Company Stamp









PUBLIC TENDER 3878T
23

ANNEX F

DECLARATION OF BIDDER

Chairman,
Departmental Standing Procurement Committee,
Ceylon Petroleum Corporation

Dear Sir,

TENDER FOR SUPPLY, INSTALL & COMMISSIONING OF FURNACE
PROTECTION & BURNER MANAGEMENT SYSTEM


We hereby tender for the supply, install & commissioning of Furnace Protection &
Burner Management System in conformity with the specifications as stated in the
Instructions to Bidders.


Having perused the Instructions to Bidders for the supply, install & commissioning of
Furnace Protection & Burner Management System and the Schedule of Prices
referred to therein, I / We hereby agree to comply with the Conditions of the said
Tender.


I / We undertake to conform to all the Terms & Conditions in the said Tender and the
Schedule of Prices within the time specified.


I / We am / are fully aware that the acceptance of any Tender will be at the sole
discretion of the Departmental Standing Procurement Committee, Ceylon Petroleum
Corporation.







Signature of Bidder




Date : . Company Stamp






PUBLIC TENDER 3878T
24

ANNEX-G

FORMAT OF BID SECURITY GUARANTEE


[This bank guarantee form shall be filled in accordance with the instructions indicated in brackets]
.. [insert issuing agencys name and address of issuing
branch or office]

Beneficiary : .[insert (by PE) name and address of Employer/Purchaser]
Date : [insert (by issuing agency) date]
Tender Reference No. ................................................
BI D GUARANTEE NO : . [insert (by issuing agency) number]

We have been informed that . [insert (by issuing agency) name of the Bidder; if a joint
venture, list complete legal names of partners] (hereinafter called the Bidder) has submitted to you
its bid dated [insert (by issuing agency) date] (hereinafter called the
Bid) for execution supply [select appropriately] of [insert name of Contract] under Invitations for
Bids No. . [insert IFG number] (the IFB)

Furthermore, we understand that, according to your conditions, Bids must be supported by a Bid
Guarantee.

At the request of the Bidder, we [insert name of issuing agency] hereby irrevocably
undertake a pay you any sum of sums not exceeding in total an amount of .. [insert
amount in figures] [insert amount in words] upon receipt by us of your
first demand in writing accompanied by a written statement stating that the Bidder is in breach of its
obligations(s) under the bid conditions, because the Bidder.

(a) has withdrawn its Bid during the period of bid validity specified; or
(b) does not accept the correction of errors in accordance with the Instructions to Bidders
(hereinafter the ITB) of the IFB; or
(c) having been notified of the acceptance of its Bid by the Employer/Purchaser during the
period of bid validity, (i) fails or refuses to execute the Contract Form, if required, or
(ii) fails or refuses to furnish the Performance Security; in accordance with the ITB.

This Guarantee shall expire: (a) if the Bidder is the successful bidder, upon our receipt of copies of the
Contract signed by the Bidder and of the Performance Security issued to you by the Bidder; or (b) if
the Bidder is not the successful bidder, upon the earlier of (i) our receipt of a copy of your notification
to the Bidder that the Bidder was unsuccessful, otherwise it will remain in force up to
. [insert date]
Consequently, any demand for payment under this Guarantee must be received by us at the office on or
before that date ..
[signature(s) of authorized representative (s)]





PUBLIC TENDER 3878T
25

ANNEX H
FORMAT OF PERFORMANCE GUARANTEE


. [issuing Agencys Name and Address of issuing Branch or
office]

Beneficiary :.. [Name and Address of Employer] .
Tender Reference No. :
Date : .



PERFORMANCE GUARANTEE NO :

We have been informed that [name of Contractor/ Supplier] (hereinafter called
the Contractor) has entered into Contract No. . [reference number of the
contract] dated with you, for the . [insert
construction/ Supply] of ..[name of contract and brief description of
Works] (hereinafter called the Contract)


Furthermore, we understand that, according to the conditions of the Contract, a performance
guarantee is required.


At the request of the Contractor, we.. [name of Agency] hereby irrevocably
undertake to pay you any sum or sums not exceeding in total an amount of..[amount in
figures] (.) [amount in words], such sum being payable in the types and proportions of
currencies in which the Contract Price is payable, upon receipt by us of your first demand in writing
accompanied by a written statement stating that the Contractor is in breach of its obligation(s) under
the Contract, without your needing to prove or to show grounds for your demand or the sum specified
therein.

This guarantee shall expire, no later than the .. day of ..,20..[insert date, 28
days beyond the scheduled contract completion date] and any demand for payment under it must be
received by us at this office on or before that date.




[Signature(s)]









PUBLIC TENDER 3878T
26

ANNEX I
FORM OF ADVANCE PAYMENT BANK GUARANTEE


BOND NUMBER: DATE: //.

SUM GUARANTEED: .

To:

Chairman,
Ceylon Petroleum Corporation,
Rotunda Tower,
No. 109, Galle Road,
Colombo-03,
Sri Lanka.

Dear Sir,

Name of the contract: .


In accordance with the provisions of the Conditions of the contract, of the above mentioned contract
(name & address of contractor) (Thereafter
called the contractor) shall deposit with (name of employer) a bank
guarantee to guarantee his proper and faithful performance under the said contract in and
Amount of .. (amount of guarantee)

(amount in words). We, the


(Bank), as instructed by the contractor, agree unconditionally and irrevocably to
guarantee as primary obligator and not as surety merely, the payment to
(name of employer) on his first demand without whatsoever
right of objection on our part and without his first claim to the contractor, in the amount not exceeding

(amount of guarantee), such
amount to be reduced periodically by the amounts recovered by you from the proceeds of the contract.

We further agree that not change or addition to or other modification of the terms of the contract or of
the works to be performed there under or of any of the contract document which may be made between
you and the contractor shall in any way release us from any liability under this guarantee, and we
hereby waive notice or any such change, addition or modification.


No drawing may be made by you under this guarantee until we have received notice in writing from
you that an advance payment or the amount listed above has been paid to the contractor pursuant to
the contractor.
PUBLIC TENDER 3878T
27


This guarantee shall remain valid and in full effect from the date of the advance payment under the
contract until . (name of employer)
receives full repayment of the same amount form the contractor.


Signature & seal of the Guarantor :

Name of the Bank : ..

Address :


Date :

Witness :

01.




02.



















PUBLIC TENDER 3878T
28

ANNEX J
Format of Manufacturers Authorization

[The Bidder shall require the Manufacturer to fill in this Form in accordance with
the instructions indicated. This letter of authorization should be on the letterhead
of the Manufacturer and should be signed by a person with the proper authority
to sign documents that are binding on the Manufacturer.]

Date:
Tender No.: .

To: Chairman Departmental Standing Procurement Committee

WHEREAS

We [insert complete name of Manufacturer],
who are official manufacturers of [insert type of
goods manufactured], having factories at
[insert full address of Manufacturers factories],
do hereby authorize .[insert complete
name of Bidder] to submit a bid the purpose of which is to provide the following
Goods, manufactured by us . [Insert
name and or brief description of the Goods], and to subsequently negotiate and sign the
Contract.

We hereby confirm goods offered are in good condition & conforming to the
specifications as mentioned in Annex A.




Signature of authorized representative of the Manufacturer


Company Address:

Company Stamp

Title:

Duly authorized to sign this Authorization on behalf of: [insert complete name of
Bidder]

Date : .




PUBLIC TENDER 3878T
29

ANNEX K
COMPLIANCE / DEVIATIONS SHEET

Please mark if complied with the tender requirement or mark X if there is any
deviation and indicate the deviation in the cage provided.


Specification / Condition Complied Deviations if any
1. 0
3
Document Fee & Bid deposit Paid for each Principal
Bidder

2. 0
4
FOB, Freight (separately) Given
3. 0
5
Offer Validity
4. 0
6
Schedule of Prices (Annex E) Duly Filled Stamped,
Signed & Forwarded

5. 1
0
Agreed with Payment Terms & Other Requirements
6. 1
4
Agreed with Shipment & Delivery conditions per Clause
No. 18

7. 1
5
Letter of Authorization Annex J
8. 1
6
Specifications & Other Conditions as Annex A
9. 1
9
Agreed with Delivery Period per Clause No 20
10.
Agreed with Penalty on Delayed Delivery per Clause No. 21
11. 2
0
Literature / Catalogues & Other Technical Data Given
12. 2
2
Country of Origin, Port of Shipment & the HS Code
Given

13. 2
3
Name & Address of Local Agent (if any) & Agency
Commission Given

14.
If Relevant, VAT Registration No. Given
15.
Deviations from Specifications, terms & conditions, if
any, indicated

16.
Documentary proof for recent supplies made to
customers in similar magnitude Given

17.
Availability of Test certificates
18.
Declaration per Clause No. 28, Annex F Given
19.
Copy of Business registration per Clause 09
20.
Other Deviation, if any





Signature of the Bidder


Company Stamp




PUBLIC TENDER 3878T
30

ANNEX L
COMPUTATION FORMULAE FOR IMPORTED GOODS
Source Sri Lanka Customs Guidelines for levies calculation
Where
v = CIF value in Rupee
c = Cess levy under Sri Lanka Export Development Act
d = Customs Duty
s = Surcharge
e = Excise (Special Provisions) Duty (ED)
t = Value Added Tax (VAT)
i = Regional Infrastructure Development Levy (RIDL)
p = Port and Airport Development Levy (PAL)
l = Social Responsibility Levy (SRL)
r
e
= Rate of Excise (Special Provisions) Duty (ED)
r
t
= Rate of Value Added Tax (VAT)
r
n
= Rate of Nation Building Tax (NBT)


Customs Duty (d) = (CIF value) (Customs duty rate)
or
= (quantity) (unit rate of customs duty)

Surcharge (s) = (Customs duty) (Surcharge rate)

Cess Levy (c) = (v + 10% of v) (Cess levy rate)
or
= (quantity) (unit rate of Cess levy)

Port and Airport Development Levy (p) = (CIF value) (PAL rate)

Nation Building Tax (n) = (v + 10% of v + d + s + c + p + e) r
n


[1.1 + (1.5 r
e
)] vr
n
+ [( d + s + c + p ) (1 + r
e
)] r
n
(1 r
e
r
n
)

Value Added Tax (t) = (v + 10% of v + d + s + c + p + e) VAT
rate

Excise (Special Provisions) Duty (e)

=[(1.15 + 1.1 r
t
) * r
e
v ]+ [( d + s + c + p ) (1 + r
t
)] r
e
[1 (r
e
r
t
)]

Regional Infrastructure Development Levy (i)
= (v + d + s + c + p + t + e + l) RIDL rate

Social responsibility Levy (l) = (d + s + e) SRL rate

PUBLIC TENDER 3878T
31

INVITATION FOR BIDS

CEYLON PETROLEUM CORPORATION
(REFINERY DIVISION)

PUBLIC TENDER 3878T

SUPPLY, INSTALL AND COMMISSIONING OF FURNACE
PROTECTION & BURNER MANAGEMENT SYSTEM

The Chairman, Departmental Standing Procurement Committee, Ceylon Petroleum
Corporation, Refinery Division, Sapugaskanda, Kelaniya, Sri Lanka will receive sealed
Bids from reputed manufacturers, their authorized export agents abroad or their
authorized local agents (Manufacturers or Export Agents) for the supply, install &
commissioning of Furnace Protection & Burner Management System.

Any Bidder submitting a bid, shall pay a refundable deposit of Rs. 10,000.00 and a non
refundable document fee of Rs. 250.00 to the cashier, CPC Head Office, No. 609, Dr.
Danister de Silva Mawatha, Colombo 09 before 1500 hours on any working day up
to 16-September-2011.

Bidding document, which comprises the conditions of the Tender and the specifications is
available on website www.ceypetco.gov.lk .

Alternatively, Bidding documents could also be obtained from the under mentioned.

Bids will be received by the Chairman, Departmental Standing Procurement Committee
until 1400 hours on 21-September-2011 and will be opened thereafter at 1430 hours, on
the same day at the Refinery Conference Room.

MATERIALS MANAGER
CEYLON PETROLEUM CORPORATION
REFINERY DIVISION,
SAPUGASKANDA, KELANIYA,
SRI LANKA.

TEL. 0094-11-2400110










PUBLIC TENDER 3878T
32

p coo o:

_-oi oc cu_ oucu -OiO (cOc oiOi-c)

c cOoO - 3878T

seo oiOoeo io opoioOo cuo
(FURNACE PROTECTION & BURNER MANAGEMENT SYSTEM)
:c, oO oiuo oO iO



_-oi oc cu_ oucu -OiO, cOc oiOi-c, ccoo, o:po, c _-oiO
cciOucou ccio oOcO icu o seo oiOoeo opoioOo cu
occioocco ci cco o Oocc _ _u ocoo oO:Oocco ci Oo _
cOOo _ cc ocicuocco ci p coo o:c cuc o cOuO i coioc
O_O cOoco ooo_ O seo oiOoeo io opoioOo cuo :c,
oO oiuo oO iO i i uo _ p coo o:Oo _:cD.



o _o uocoo, p coo Ocu oOoco o, O:. u,000.00 oic ccOo _o
u:ocu _o ocu i oic coiccOo O:.250/- o _o 2u :cu:O 16
o 1500 jk meh olajd ldhd, oskj, wxl 6uu, ccO :oOO _Oi iOu, coip uu
Oioc c _-oi oc cu_ oucu -OicO cio oiOi_ _ oo:O _o o_
u.


p coo o:c cuc coioc cOuO www.ceypetco.gov.lk o cOD oc
oouOcu c.


uO cOoO cu cu o occo _i cu :o.


p coo, cciOucou ccio oOc icu o 2u :cu:O 21 o 4uu
c: oOi iOcooi ouO Oo 1430 c:c cOc ou o ci_ic Oeu oOo _:cD.




Oo opoioiO
_-oi oc cu_ oucu -OiO
cOc oiOi-c,
ccoo,
o:po, c _-oiO
.o. u 2 4uu u

Das könnte Ihnen auch gefallen