Strainer Description
Strainer Description
Table of Contents
Document Number Rev. Document Title Page
Number
A269-147-GN-MR- A ENQUIRY DOCUMENT 3
4300-1145-RFQ
A269-147-GN-MR- A Material Requisition For Basket filters 107
4300
A269-147-16-44-SI- A ANY OTHER DOCUMENTS 111
4300
A269-147-16-44-SP- A ANY OTHER DOCUMENTS 113
4300
A269-147-16-44-VR- A ANY OTHER DOCUMENTS 119
4300 Rev-A
A269-147-02-41-PID- 6 PIPING & INSTRUMENTATION DIAGRAMS (P&IDS) 122
1116
A269-147-02-41-DS- 2 FILTER D/S 123
1901
A269-16-147-DS- A ANY OTHER DOCUMENTS 124
4300 Rev A
A269-147-16-51-SP- A JOB SPECIFICATIONS 125
0002
A269-147-16-51- A VENDOR DATA REQUIREMENTS 127
VDR-4300
A269-6-44-0005- 0 PIPING INPUT FOR BASKET FILTERS FOR FUEL OIL 129
4300
A269-6-44-0005- A ANY OTHER DOCUMENTS 143
4120 B2A
6-12-0030 7 Standard specification for pressure vessels for package items. 149
6-24-0303 0 Standard MR Specification for Basket Filter(s) 168
6-12-0002 7 Supplementary specification for carbon steel vessels. 191
6-12-0011 7 Standard specification for boiler quality carbon steel plates. 198
6-12-0020 7 Standard specification for stainless steel plates. 205
7-12-0001 5 Vessel tolerances. 210
7-12-0013 5 Nozzle reinforcement and projection. 212
7-12-0007 5 Pipe leg support. 213
7-12-0028 5 Manufacturer name plate. 214
7-12-0002 5 Support for horizontal vessel. 215
7-12-0004 6 Skirt base details. 216
AE-S-5430- A ANY OTHER DOCUMENTS 217
TECHNICAL SPECS
OF PAINT COATIN
7-12-0005 5 Skirt opening details. 265
7-12-0008 5 Bracket support for vertical vessel. 267
7-12-0006 5 Angle leg support. 268
7-12-0015 5 Standard bolt hole orientation. 270
7-12-0010 6 Manhole with davit. 271
7-12-0011 5 Ladder rungs for manhole/demister. 273
7-12-0026 5 Earthing lug. 274
7-12-0024 7 Lifting lug top head type (for vertical vessels / columns). 275
7-12-0018 5 Internal flanges. 276
7-12-0020 5 Inlet deflector baffle. 277
7-12-0027 5 Name plate. 278
7-12-0025 5 Fire proofing & insulation supports. 279
7-12-0019 5 Vortex breakers. 281
7-12-0029 5 Bracket for name plate. 282
7-12-0030 4 Name plate for small equipment. 283
6-78-0001 0 Specification for Quality Mgt. System Requirements from Bidders 284
6-81-0029 2 ITP for basket filter 293
Page 1 of 321
Table of Contents
Document Number Rev. Document Title Page
Number
6-81-0001 2 Standard specification for Positive Material Identification (PMI) at 299
Supplier's Works
6-78-0003 0 Specification for Documentation Requirement from Suppliers 307
A269-VL PS Valve 0 VL DOCUMENT 319
Page 2 of 321
EI Bhawan Annexe, Bhikaiji Cama Place, RK Puram, New Delhi – 110 066, INDIA
Phone No : 0091-11-26102121, 26101419 ; Fax No : 0091-11-26191714, 26167664
REQUEST FOR QUOTATION (RFQ)
GENTLEMEN,
Online Bids are requested under competitive bidding on e-procurement basis for the subject item in
complete accordance with the documents attached.
1. Online Bids are requested for the captioned item in complete accordance with enquiry documents
/attachments.
2. Bidders can download the complete enquiry document from the web address http:tenders.eil.co.in or
https://eprocure.gov.in/eprocure/app.
3. E-Bids are required to be submitted only through Central Public Procurement Portal (CPPP) of
Government of India, on or before the bid submission date and time. Bidders are required to register
themselves at https://eprocure.gov.in/eprocure/app. No registration fee would be charged from the
bidders.
4. Bidders are required to upload the bid along with all supporting documents & priced part on the e-
tendering website (https://eprocure.gov.in/eprocure/app) only.
5. Bidders to refer attached Annexure-1 for E-Tendering methodology. Various links such as “Help for
Contractor”, “Information about DSC”, “FAQ”, “Resources Required”, “Bidders Manual Kit” etc. are
available on home page of https://eprocure.gov.in/eprocure/app facilitating vendors to participate in
the bidding process. Bidder are advised to download & utilize the available information/documents
under these links for activities like Registration in CPPP, obtaining User ID & Password, uploading &
submission of e-bids etc. Bidders are advised in their own interest to carefully go through Instructions
for E-tendering and other related document available against various help links so as to ensure that
bids are uploaded in E-tendering website well before the closing date and time of bid submission.
Page 1 of 6
Page 3 of 321
6. NIC Portal mandates that the bidders are to be registered on the portal before any enquiry can be issued to
them. In order to expedite issue of enquiries, the enquiry is being issue
through EIL Tender Portal and also being published on Central Public Procurement Portal. The enquiry
shall be issued to the bidders on the NIC e-Procurement Portal as soon as their registration is completed in
the NIC Portal (https://eprocure.gov.in/eprocure/app ).
7. All those vendors who have still not registered on the NIC Portal are required to register on the same
(immediately after issue of enquiry on EIL portal but not later than Seven days before the bid due date) for
facilitating issue of enquiry to them on the NIC Portal failing which it will not be possible for them to upload
their bids. Pursuant to registration, the vendors are also required to login in EIL tender portal and update
NIC’s registration details and inform the undersigned regarding the same for the subject enquiry.
In any case, the enquiry shall be issued on NIC portal to NIC registered vendors about Four days before the
bid due date. Therefore, all those bidders who have not complied with the above registration requirements will
not be issued this enquiry on NIC portal and will not be eligible to bid. Request for extension in due date of
submission of bids due to non registration or delayed registration in NIC portal shall not be entertained.
8. The bid has to be necessarily submitted on the NIC Portal and only those bidders who are issued the enquiry
through NIC Portal will be eligible to submit their bids. In case a bidder does not register on the NIC Portal
and as a consequence, cannot be issued the enquiry through NIC Portal, it shall be deemed that he is not
interested in bidding against this enquiry and no further correspondence will be entertained.
9. In future, EIL shall be issuing all enquiries through NIC Portal alone and bidders who do not register with
NIC Portal may not be able to submit their bids. Therefore, it is in the interest of the bidders that they
register on the NIC Portal at the earliest.
10. The vendor registration on NIC Portal is a very user friendly process. However, in case of any doubt, the
vendor may contact the undersigned.
11. In the event of failure in bidder’s connectivity with EIL/CPPP website during the last few hours on
account of problem on bidders account, they are likely to miss the deadline for bid submission. Due
date extension request due to this reason will not be entertained. In view of the same, bidders are
advised to upload their bid in advance.
12. Bidders to upload the Un-price and Price part of their bids strictly in the Un-price & Priced
folders respectively in the e-tender portal. Non Compliance to the same shall lead to rejection
of their offer.
In case any of the price details forming part of evaluation are furnished in the unpriced offer,
then it shall lead to rejection of their bid.
13. Commercial requirements are specified in the attached General Purchase Conditions, Special
Purchase Conditions, Instructions to Bidders, Terms & Conditions for Site Work (applicable if MR calls
for Scope of Site Work), Terms & Conditions for Supervision of Erection, Testing & Commissioning
(applicable if MR calls for supervision) , Agreed Terms & Conditions (ATC) questionnaire etc. The ATC
should be duly filled in, signed & stamped, scanned and uploaded with your bid.
14. Bidders are advised to submit quotations based strictly on the specifications, terms & conditions
contained in the RFQ documents and not to stipulate any deviation.
15. Addendum / corrigendum to the RFQ documents if issued must be signed and submitted along with
the bid.
16. The order, if any, will be issued by our above-mentioned client.
17. Please submit your Acknowledgement against the RFQ on EIL’s website
http:tenders.eil.co.in\newtenders within the due date & time, with reasons(s) of not participating in the
RFQ in case of regret/negative acknowledgment.
Page 2 of 6
Page 4 of 321
18. As Purchaser intends to contract directly with suppliers of the goods for which bids are invited, the
bids should be prepared by the suppliers and submitted directly. Purchaser reserves the right to reject
offers made by intermediaries.
19. Delivery Period :-
i) For Indian Vendor:
Within 04 (Four) Months on FOT Despatch Point Basis from the date of LOI. Date of Lorry
receipt (LR) shall be considered as the date of delivery.
Within 03 (Three) Month on FOB International Sea Port of Exit Basis from the date of LOI.
Date of clean Bill of Lading shall be considered as the date of delivery.
20. The offer should be valid for 04 (Four) months from final bid due date.
21. The Indian Bidders must quote Freight charges in percenatge only (Not in Figures & Not in
Words) in the space provided in the format for "Details of Taxes & Duties" enclosed as
Annexure-E with Agreed Terms & conditions in the unprice folder. In case bidder furnishes
Freight charges either in figures or in words in the unprice folder then it will result in rejection
of their bid in line with clause no 12 of RFQ covering letter.
22. The Foreign Bidders must quote Ocean Freight charges in percentage only (Not in Figures &
Not in Words) in the space provided in Agreed Terms & conditions in the unprice folder. In
case bidder furnishes Ocean Freight charges either in figures or in words in the unprice folder
then it will result in rejection of their bid in line with clause no 12 of RFQ covering letter.
23. Online Bids/ Offer through CPP Portal only shall be accepted. Bids/ Offer through Email or fax/
Telex/Telegraphic or Bids received in open condition shall not be accepted.
24. The bidder shall bear all costs associated with the preparation and submission of its bid, and the
Purchaser/Consultant shall in no case be responsible or liable for these costs regardless of the
conduct or outcome of the bidding process.
25. Canvassing in any form by the Bidder or by any other agency on their behalf may lead to
disqualification of their bid.
26. E-bids received online shall be opened at EIL office on due date and time as specified above. Bids
shall be opened in presence of representatives of bidders who choose to attend the same. Such
representative shall submit Bid Acknowledgement Number generated by the Portal/System after
successfully Bid Submission online. Time and Date of opening of Price Bids of technically and
commercially acceptable bidders shall be notified to the qualified and acceptable bidders at a later
date. However, bidder can also view unpriced / priced Bid Opening online in their office/remote end
itself. The bidder’s representatives, who are present, shall sign a register evidencing their attendance.
27. Bidders to note that price changes against Technical / commercial clarifications, in line with terms &
conditions of enquiry documents are not allowed. In case any bidder gives revised prices / price
implications against such clarifications, their bid shall be liable for rejection.
28. Payment Terms:
i) For Indian Vendor: shall be as per clause No. 15.1.2, 15.1.6, 15.1.7 & 15.1.8 of Special Purchase
Conditions (SPC).
ii) For Foreign Vendor: shall be as per clause No. 15.2.1, 15.2.4, 15.2.5 & 15.2.6 of Special Purchase
Conditions (SPC).
29. Bidders are requested to quote as per their capability registered in EIL.
30. Owner shall follow the Public procurement Policy on Procurement of goods and services from Micro
and Small Enterprises (MSEs) order 2012 as per attached Annexure-2 to this RFQ document.
Accordingly, the quantities against the items may be splitted, as applicable, to enable the splitting of
item in terms of 20% and 80% between the MSEs and non-MSEs respectively. In that case, the
Page 3 of 6
Page 5 of 321
quoted prices against various items shall remain valid in case of splitting of quantities of the items as
above.
31. EIL reserves the right to use in-house information for assessment of bidder’s capability for
consideration of bid.
32. EMD & Bid Document Fee is not applicable for this RFQ.
33. The bidders should respond to this enquiry either by submitting their bids or by
explaining the reason for non-submission of the offer. In case there is no response either
way continuously, the bidder shall be liable for suitable action including review of their
enlistment with EIL for that particular item.
34. In case any bidder is found to be involved in cartel formation, his bid will not be considered for
evaluation / placement of order. Such bidder will also be debarred from bidding in future.
35. Bidders are mandatorily required to enter their name in the each page of excel file / pdf file of
Price Schedule provided in the e-tender portal for submission of price bid.
36. We reserve the right to make any changes in the terms and conditions of purchase and to reject any
or all the bids.
Mr. C.Ravindran
DGM Projects,
Admin Building, BPCL,
Mumbai.
Tel. No.: 022-25533341
E-mail: ravindranc@bharatpetroleum.in
40. If any of quoted rates/prices/charges are repeated in the bid, then higher of them shall be considered
for evaluation and lower for ordering.
41. Bidder to note that Clause no.: 42 of Instructions to Bidder (ITB) of RFQ is not applicable and hence
stands deleted.
42. Bidder to comply Annexure- D as attached.
43. Contact Persons for this RFQ are:
Mr. P.K.Khurana, DGM (C&P), email: pk.khurana@eil.co.in or
Page 4 of 6
Page 6 of 321
Mr. R.Somnath, AGM (C&P), Extn. No. 3068 & email: r.somnath@eil.co.in or
Mr. Vinod Kumar, Sr. Engineer (C&P), Extn. No. 2114 & email: vinod.kr@eil.co.in
(R SOMNATH)
AGM(C&P)
ENGINEERS INDIA LIMITED
Enclosure: As per List Attached
Page 5 of 6
Page 7 of 321
LIST OF ENCLOSURES
DOCUMENT
A) Request For Quotation (RFQ)
Page 6 of 6
Page 8 of 321
PREAMBLE TO PRICE SCHEDULE (INDIAN BIDDERS)
RFQ NO.: RS/ A269-147-GN-MR-4300/1145
1 Scope of supply including testing, inspection, documentation etc. shall be strictly as per Material Requisition and other documents which are part of RFQ.
2 Indian Bidders shall quote prices on FOT despatch Point basis inclusive of Packing & Forwarding.
3 Indian Bidders must quote Freight charges in the space provided in the Price Schedule format only. In case bidder furnishes Freight charges either in figures or in words in
the unprice folder then it will result in rejection of their bid in line with clause no 12 of RFQ covering letter.
4 Indian Bidders shall furnish built-in CIF value if any, against each quoted item, giving details of description of goods, qty, merit rate of custom duty etc. included in the quoted prices in
attached Format-"CIF/CD"
5 Bidders to upload the Un-price and Price part of their bids strictly in the Un-price & Priced folders respectively in the e-tender portal. Non Compliance to the
same shall lead to rejection of their offer. In case any of the price details forming part of evaluation are furnished in the unpriced offer, then it shall lead to
rejection of their bid.
6 Bidder to clearly indicate 'Quoted' against each item in the price column in the unpriced Price Schedule. Bidders to submit Price Part of above Price Schedule in their Priced Bid and
Unpriced Part with the Unpriced Bid.
7 Bidder shall furnish prices/details as above only in the price folder, in accordance with Instructions To Bidders/ Request for Quotation.
8 All the Columns of quoted items in the Price Schedule must be filled with required information, as applicable.
9 Bidder must quote the price in enclosed Price Schedule formats only in the e-tendering portal. The formats shall not be changed and/or retyped. For any deviation to the formats, offer may
be rejected.
10 Quoted prices are firm and fixed till complete execution of the entire order and no variation on any account is allowed.
11 Bidder to confirm that he has noted the contents of the Preamble to the Price Schedule, Price Schedule, RFQ, Material Requisition etc and quoted his prices accordingly without any
deviation.
12 For Indian Bidders,Third Party Inspection Charges by ( Lloyds/BV/DNV/TUV/CEIL) towards the import content in the country of origin shall be included in quoted price for main equipment.
13 Bidder to include all inspection & tests charges as required for equipment as per specifications,data sheets and codes referred to in specification and data sheets enclosed in Material
Requisition.
14 The per diem rates for vendor's specialist visit at site shall be based on the terms & conditions of supervision of Erection / Testing / Commissioning .Total 02 (Two) mandays per filtershall
be considered for price evaluation per tag/ item as per MR.
Notes: Bidders are mandatorily required to enter their name in the each page of excel file / pdf file of Price Schedule provided in the e-tender portal for submission of Unpriced &
price bid.
Page 1 of 7
Page 9 of 321
PRICE SCHEDULE FOR SUPPLY (INDIAN BIDDERS)
RFQ NO.: RS/ A269-147-GN-MR-4300/1145
ITEM: BASKET FILTER (STEAM JACKETED)
NAME OF BIDDER: M/S
OFFER REFERENCE NO.
Item Sl. Description of Items Total FOT Despatch Point Price including P&F Total Freight Charges excluding Service Tax
No. as and Qty (INR) and Ed. Cess thereon extra upto Project Site
per MR. Tag Nos. (INR)
Total Amount in Figures Total Amount in Words Total Amount in Total Amount in Words
Figures
1 2 3 4 5
SUPPLY OF FOLLOWING ITEMS AS PER COMPLETE SCOPE MENTIONED IN MR. NO.A269-147-GN-MR-4300 COMPLETE IN ALL RESPECTS
05.00 2 YEARS OPERATION & 1 LOT SHALL BE QUOTED IN A SEPARATE ANNEXURE AS PER MATERIAL REQUISITION (MR)
MAINTENANCE SPARES
8.00 SUPERVISION OF ERECTION, PER SHALL BE QUOTED IN A SEPARATE ANNEXURE AS PER THE FORMAT ENCLOSED HEREWITH
TESTING & COMMISSIONING AS DIEM
PER MR
Note: Bidders to upload the Un-price and Price part of their bids strictly in the Un-price & Priced folders respectively in the e-tender portal. Non
Compliance to the same shall lead to rejection of their offer. In case any of the price details forming part of evaluation are furnished in the unpriced
offer, then it shall lead to rejection of their bid.
Page 2 of 7
Page 10 of 321
ENCLOSURE TO PRICE SCHEDULE FOR SUPPLY (INDIAN BIDDERS) FORMAT - "CIF/CD"
RFQ NO.: RS/ A269-147-GN-MR-4300/1145
DETAILS OF BUILT-IN-CIF VALUE OF IMPORT CONTENT, ITEM DETAILS OF IMPORT CONTENT AND MERIT RATES OF IMPORTS DUTY CONSIDERED AND INCLUDED IN QUOTED FOT DESPATCH POINT PRICES UNDER PRICE SCHEDULE
DESCRIPTION CIF value of Import Content included in quoted supply MERIT RATE OF CUSTOM DUTY INCLUDED IN QUOTED SUPPLY PRICES
prices for column (2) Qty.
For Item Sl Description of Qty. (Unit____) *(1) (In Rs) CUSTOM TARRIF NO. BASIC CUSTOMS CVD + EDU. CESS ON EDU. CESS ON SAD (%) TOTAL
. No. as per Imported items DUTY (%) CVD (%) CUSTOM DUTY CUSTOM DUTY
MR (%) (%)
(MERIT RATE)
Page 3 of 7
Page 11 of 321
PREAMBLE TO PRICE SCHEDULE (FOREIGN BIDDERS)
RFQ NO.: RS/ A269-147-GN-MR-4300/1145
1 Scope of supply including testing, inspection, documentation etc. shall be strictly as per Material Requisition and other documents which are part of RFQ.
2 Foreign Bidders must quote Price on FOB International seaport of exit including P &F charges.
3 Foreign Bidders must quote Ocean Freight charges in the space provided in the price schedule only In case bidder furnishes Freight charges either in figures or
in words in the unprice folder then it will result in rejection of their bid in line with clause no 12 of RFQ covering letter.
4 Bidder to clearly indicate 'Quoted' against each item in the price column in the unpriced Price Schedule. Bidders to upload Price part of Price schedule in the Priced Folder
and Unpriced part in the Unpriced Folder in e-Tendering.
5 Bidders to upload the Un-price and Price part of their bids strictly in the Un-price & Priced folders respectively in the e-tender portal. Non
Compliance to the same shall lead to rejection of their offer. In case any of the price details forming part of evaluation are furnished in the unpriced
offer, then it shall lead to rejection of their bid.
6 Bidder shall furnish prices/details as above only in the price folder, in accordance with Instructions To Bidders / Request for Quotation.
7 All the columns of quoted items in the price schedule must be filled with required information, as applicable.
8 Foreign Bidders must quote Ocean Freight charges in percentage only (Not in Figures & Not in Words) in the space provided in Agreed Terms & conditions in the
unprice folder. In case bidder furnishes Ocean Freight charges either in figures or in words in the unprice folder then it will result in rejection of their bid in line
with clause no 12 of RFQ covering letter.
9 Bidder to confirm that he has noted the contents of the preamble to the price schedule, price schedule, RFQ , material requisition etc. and quoted his prices accordingly
without any deviation.
10 Third Party Inspection Charges by (Lloyds/BV/DNV/TUV/CEIL) shall be included in quoted price for main equipment.
11 Bidder to include all inspection & tests charges as required for equipment as per specifications,data sheets and codes referred to in specification and data sheets enclosed
in Material Requisition.
12 Bidder must quote the price in enclosed Price Schedule formats only in the e-tendering portal. The formats shall not be changed and/or retyped. For any deviation to the
formats, offer may be rejected.
13 Quoted prices are firm and fixed till complete execution of the entire order and no variation on any account is allowed.
14 The per diem rates for vendor's specialist visit at site shall be based on the terms & conditions of supervision of Erection / Testing / Commissioning .Total 02 (Two) mandays
per filter shall be considered for price evaluation per tag/ item as per MR.
Notes: Bidders are mandatorily required to enter their name in the each page of excel file / pdf file of Price Schedule provided in the e-tender portal for submission of price bid
Page 4 of 7
Page 12 of 321
PRICE SCHEDULE FOR SUPPLY (FOREIGN BIDDERS)
RFQ NO.: RS/ A269-147-GN-MR-4300/1145
ITEM: BASKET FILTER (STEAM JACKETED)
Total Price on FOB International seaport of exit including P &F Total Ocean Freight Charges from FOB International seaport
Item Sl. Description of Items
charges of exit to Mumbai sea port(India)
No. as per and Qty
MR. Tag Nos.
(Currency___________) (Currency___________)
NOS Total Amount in Figures Total Amount in Words Total Amount in Figures Total Amount in Words
1 2 3 4 5
SUPPLY OF FOLLOWING ITEMS AS PER COMPLETE SCOPE MENTIONED IN MR. NO.A269-147-GN-MR-4300 COMPLETE IN ALL RESPECTS
05.00 2 YEARS OPERATION & MAINTENANCE 1 LOT SHALL BE QUOTED IN A SEPARATE ANNEXURE AS PER MATERIAL REQUISITION (MR)
SPARES
8.00 SUPERVISION OF ERECTION, TESTING & PER SHALL BE QUOTED IN A SEPARATE ANNEXURE AS PER THE FORMAT ENCLOSED HEREWITH
COMMISSIONING AS PER MR DIEM
Bidders to upload the Un-price and Price part of their bids strictly in the Un-price & Priced folders respectively in the e-tender portal. Non Compliance to the same shall lead to rejection of their offer. In
Note:
case any of the price details forming part of evaluation are furnished in the unpriced offer, then it shall lead to rejection of their bid.
Page 5 of 7
Page 13 of 321
PRICE SCHEDULE FOR SUPERVISION (FOR INDIGENOUS BIDDER)
RFQ NO.: RS/ A269-147-GN-MR-4300/1145
ITEM: BASKET FILTER (STEAM JACKETED)
Item SL. No. as Description of Items as per MR No. of Personnel Required Per Manday charges (Per person) for 8 hours work on normal working day
per MR excluding Service Tax & Edu. Cess thereon.
(INR)
Note:
1 Per manday charges quoted by the bidder at Col 4 shall be in accordance with the "Terms & Conditions for Supervision of Erection & Commissioning" enclosed
with the RFQ Document and shall be all inclusive. Bidder to note that nothing extra shall be paid by the owner over and above the quoted per manday charges
except Cenvabale Service Tax which shall be payable extra.
2 The per diem rates for vendor's specialist visit at site shall be based on the terms & conditions of supervision of Erection / Testing / Commissioning .Total 02 (Two)
manday of visit shall be considered for price evaluation per tag/ item as per MR.
3 Overtime rate per hour on any normal working days and per diem rate per hour and over time rate per hour on holidays shall be worked out considering the
quoted per diem charges divide by 8 hours.
Page 14 of 321
PRICE SCHEDULE FOR SUPERVISION (FOR FOREIGN BIDDER)
RFQ NO.: RS/ A269-147-GN-MR-4300/1145
Item SL. No. Description of Items as per MR No. of Personnel Per Manday charges (Per person) for 8 hours work on normal working day excluding
as per MR Required Service Tax & Edu. Cess thereon.
(Currency_________)
Note
1 Per manday charges quoted by the bidder at Col 4 shall be in accordance with the "Terms & Conditions for Supervision of Erection & Commissioning" enclosed with the RFQ
Document and shall be all inclusive. Bidder to note that nothing extra shall be paid by the owner over and above the quoted per manday charges except Cenvabale Service
Tax which shall be payable extra..
2 The per diem rates for vendor's specialist visit at site shall be based on the terms & conditions of supervision of Erection / Testing / Commissioning .Total 02 (Two) manday
of visit shall be considered for price evaluation per tag/ item as per MR.
3 Overtime rate per hour on any normal working days and per diem rate per hour and over time rate per hour on holidays shall be worked out considering the quoted per
diem charges divide by 8 hours.
Page 15 of 321
BHARAT PETROLEUM CORPORATION LTD
CDU-4 Project
(JOB NO. A269)
AGREED TERMS & CONDITIONS (ATC)
(FOR INDIAN BIDDERS)
Vendor Name: M/s ______________________________________________________________
RFQ No. : __________________________________________________________________
Vendor’s Offer Ref No. : ___________________________________________________________
Tel. No. ___________________Mob. No. ______________________ Fax No. ________________
Contact Person: ___________________________ E-mail _________________________________
2. DULY SIGNED & STAMPED COPIES OF THIS “QUESTIONNAIRE”, WITH ALL THE
CLAUSES DULY CONFIRMED/ PRECISELY REPLIED TO BY THE VENDOR, SHALL BE
ENCLOSED.
iv) Transit Insurance shall be taken care by the client & charges Confirmed
of the same shall be borne by client.
v) Bidder shall indicate applicable rate of octroi/ Entry Tax. Any
statutory variations on the same shall be borne by Purchaser. Refer Annexure E
6. Site Work:
For Site Work, if in the scope of the Bidder as per MR, please
confirm the following:
a. Confirm that quoted site work prices are exclusive of Service a. Confirmed
Tax & inclusive of all other applicable taxes & duties including
VAT on Work Contract Tax.
e. Bidders shall also provide additional BG of an amount equal e. Noted & Confirmed
to the per diem charges for the number of days considered for
evaluation, over and above 10% PBG to cover compensation
for delay in mobilizing the erection/ commissioning personnel.
This BG will be released to the bidder upon the erection/
commissioning personnel reporting at site. This BG shall be
furnished along with last 10% supply payment and shall be
initially valid up to six months which shall be extended based
on the request by BPCL.
b. The quantities against a particular item will not be split. Any b. Confirmed
charges quoted extra as lumpsum shall be applicable prorata
on value basis in the event of part order.
13. Repeat Order:
Confirm Acceptance to Repeat Order as per RFQ Covering Confirmed
Letter / SPC.
a. Goods supplied are subject to stage wise and final inspection a. Confirmed
as specified in MR by EIL and no extra charges shall be
payable by owner towards the same. Travel, Living and
Personnel expenses of EIL’s Representative shall be borne
by Owner.
i. IBR
ii. CCE
b. Indicate rate of Import Duties considered and included in the b. Refer Price Schedule
quoted prices.
19. a) Confirm your offer is in total compliance with RFQ Document Confirmed
containing technical specifications including General /
Technical notes, scope of supply including documentation as
per Material Requisition (MR) and subsequent amendment
and corrigendum, if any.
iv) Terms & Conditions of Site work / HSE Confirmed (if Applicable as per MR)
ix) Terms & Condition of Supervision Confirmed (if Applicable as per MR)
23 Please confirm that you have quoted strictly for items based Confirmed
on your registration/approval with EIL as on date of issue of
RFQ.
24 Any claim arising out of order shall be sent to Owner in writing Confirmed
with a copy to EIL within 3 months from the date of last
despatch. In case the claim is received after 3 months, the
same shall not be entertained by Consultant/ Owner.
25 Printed terms and conditions, if any, appearing in quotation, Confirmed
VENDOR’S NAME:
BIDDER NAME:
S. No. Description of Taxes & duties Rate of Taxes & Duties/ Freight (in Percentage Only)
5 Octroi
Extra------------------------ %
1) In case of any exemption / relaxation, if any, on taxes & duties, copy of relevant notification is to be furnished with confirmation that
Notes:
such exemption will be applicable upto delivery (as per present notification)
2) Input tax Credit available to purchaser at present is 100% of VAT rate as per MVAT act.
3) Indian Bidders must quote Freight charges in percenatge only (Not in Figures & Not in Words) in the space provided above. In case
bidder furnishes Freight charges either in figures or in words in the unprice folder then it will result in rejection of their bid in line with
clause no 12 of RFQ covering letter.
Page 23 of 321
M/s BHARAT PETROLEUM CORPORATION LTD, MAHUL,
MUMBAI
(JOB NO. A269)
AGREED TERMS & CONDITIONS (ATC)
(FOR FOREIGN BIDDERS)
2. DULY SIGNED & STAMPED COPIES OF THIS “QUESTIONNAIRE”, WITH ALL THE CLAUSES
DULY CONFIRMED/ PRECISELY REPLIED TO BY THE VENDOR, SHALL BE ENCLOSED.
9 Inspection Charges:
a. Goods supplied are subject to stage wise and final
inspection as specified in MR by TPI agency i.e. Confirmed
Lloyds/BV/DNV/TUV/CEIL in the country of origin
and charges of the same shall be included in quoted
prices and it is supplier’s responsibility to arrange for
the same. No additional charges shall be paid by
owner towards the same.
b. Quoted prices are:
i) Inclusive of all testing and inspection charges (if
Confirmed
applicable) as per MR.
ii) Inclusive of all IBR/IGC/NACE charges (if
Confirmed
applicable) as required in the Material
Requisition.
iii) Inclusive of all statutory certification charges
PESO/CCOE etc. (if applicable) as required in Confirmed
the Material Requisition.
C Is your shop approved by IBR/CCE authority, if yes, IBR Approved
indicate validity.
i. IBR ii. CCE
10 Country of Origin:
Country of origin from where the goods have been --------------------------
offered.
11 Currency of Quote:
Furnish the currency of quote. Change in currency -----------------------------
once quoted will not be allowed.
12 Spares Parts:
a) Confirm item wise unit price (FOB Port of Exit bais)of Confirmed
following spare parts as required in Material
Requisition (MR) have been quoted indicating
itemised quantity.
i) Mandatory Spares are quoted as per MR. Confirmed (if Applicable as per MR)
ii) Commissioning spares as specified in MR are Confirmed (if Applicable as per MR)
included in the quoted Price.
iii) Special Tools & Tackles as specified in the MR Confirmed (if Applicable as per MR)
are included in the quoted prices.
iv) Confirm spares wherever required as per MR Confirmed (if Applicable as per MR)
have been included in the quoted price and list of
spares is also furnished.
b) Recommended spare parts for two years operation Confirmed (if Applicable as per MR)
& maintenance are quoted separately. Also itemwsie
Ocean freight charges upto port of entry, Mumbai
(India) for the spares has been quoted.
VENDOR’S NAME :
More detailed information useful for submitting online bids on the CPP Portal may be obtained at:
https://eprocure.gov.in/eprocure/app.
REGISTRATION
1) Bidders are required to enroll on the e-Procurement module of the Central Public
Procurement Portal (URL: https://eprocure.gov.in/eprocure/app) by clicking on the link “Click
here to Enroll” on the CPP Portal is free of charge.
2) As part of the enrolment process, the bidders will be required to choose a unique username
and assign a password for their accounts.
3) Bidders are advised to register their valid email address and mobile numbers as part of the
registration process. These would be used for any communication from the CPP Portal.
4) Upon enrolment, the bidders will be required to register their valid Digital Signature
Certificate (DSC) (Class II or Class III Certificates with signing key usage) issued by any
Certifying Authority recognized by CCA India (e.g. Sify / TCS / nCode / eMudhra etc.), with
their profile.
5) Foreign Bidders have to refer “DSC details for foreign Bidders” for Digital signature
Certificates requirements which comes under Download Tab at
https://eprocure.gov.in/eprocure/app and the remaining part is same as above and below.
6) Only one valid DSC should be registered by a bidder. Please note that the bidders are
responsible to ensure that they do not lend their DSC‟s to others which may lead to misuse.
7) Bidder then logs in to the site through the secured log-in by entering their user ID / password
and the password of the DSC / e-Token.
1) There are various search options built in the CPP Portal, to facilitate bidders to search active
tenders by several parameters. These parameters could include Tender ID, organization
name, location, date, value, etc. There is also an option of advanced search for tenders,
wherein the bidders may combine a number of search parameters such as organization
name, form of contract, location, date, other keywords etc. to search for a tender published
on the CPP Portal.
2) Once the bidders have selected the tenders they are interested in, the same can be moved
to the respective „My Tenders‟ folder. This would enable the CPP Portal to intimate the
bidders through SMS / e-mail in case there is any corrigendum issued to the tender
document.
3) The bidder should make a note of the unique Tender ID assigned to each tender, in case
they want to obtain any clarification / help from the Helpdesk.
Page 31 of 321
PREPARATION OF BIDS
1) Bidder should take into account any corrigendum published on the tender document before
submitting their bids.
2) Please go through the tender advertisement and the tender document carefully to
understand the documents required to be submitted as part of the bid. Please note the
number of covers in which the bid documents have to be submitted, the number of
documents - including the names and content of each of the document that need to be
submitted. Any deviations from these may lead to rejection of the bid.
3) Bidder, in advance, should get ready the bid documents to be submitted as indicated in the
tender document and generally, they can be in PDF / XLS / RAR / DWF formats. Bid
documents may be scanned with 100 dpi with black and white option. However, Price
Schedule / SOR shall be strictly in RAR format without altering any contents of the
formats uploaded by EIL in their Bidding Document.
4) To avoid the time and effort required in uploading the same set of standard documents which
are required to be submitted as a part of every bid, a provision of uploading such standard
documents (e.g. PAN card copy, annual reports, auditor certificates etc.) has been provided
to the bidders. Bidders can use “My Space” area available to them to upload such
documents. These documents may be directly submitted from the “My Space” area while
submitting a bid, and need not be uploaded again and again. This will lead to a reduction in
the time required for bid submission process.
SUBMISSION OF BIDS
1) Bidder should log into the site well in advance for bid submission so that he/she upload the
bid in time i.e. on or before the bid submission time. Bidder will be responsible for any delay
due to other issues.
2) The bidder has to digitally sign and upload the required bid documents one by one as
indicated in the tender document.
3) Bidder has to select the payment option as “offline” to pay the tender fee / EMD as
applicable and enter details of the instrument.
4) Bidder should prepare the EMD as per the instructions specified in the tender document. The
original should be posted/couriered/given in person to the Tender Processing Section, with
in 7 calendar days of the date of Unpriced bid opening. The details of the DD/any other
accepted instrument, physically sent, should tally with the details available in the scanned
copy and the data entered during bid submission time. Otherwise the uploaded bid will be
rejected.
5) A Price Bid format has been provided with the tender document to be filled by all the bidders.
Bidders are requested to note that they should necessarily submit their financial bids in the
format provided and no other format is acceptable. Bidders are required to download the
Price Bid file, open it and complete the cells with their respective financial quotes and other
details (such as name of the bidder). No other cells should be changed. Once the details
have been completed, the bidder should save it and submit it online, without changing the
filename. If the Price Bid file is found to be modified by the bidder, the bid will be rejected.
6) The server time (which is displayed on the bidders‟ dashboard) will be considered as the
standard time for referencing the deadlines for submission of the bids by the bidders,
opening of bids etc. The bidders should follow this time during bid submission.
Page 32 of 321
7) All the documents being submitted by the bidders would be encrypted using PKI encryption
techniques to ensure the secrecy of the data. The data entered cannot be viewed by
unauthorized persons until the time of bid opening. The confidentiality of the bids is
maintained using the secured Socket Layer 128 bit encryption technology. Data storage
encryption of sensitive fields is done.
8) The uploaded tender documents become readable only after the tender opening by the
authorized bid openers.
9) Upon the successful and timely submission of bids, the portal will give a successful bid
submission message & a bid summary will be displayed with the bid no. and the date & time
of submission of the bid with all other relevant details.
10) The bid summary has to be printed and kept as an acknowledgement of the submission of
the bid. This acknowledgement may be used as an entry pass for any bid opening meetings.
RETENDER
1) Please note that if Tender has been retendered, than it is mandatory for the bidder to
submit their offer again on CPP Portal.
ASSISTANCE TO BIDDERS
1) Any queries relating to the tender document and the terms and conditions contained therein
should be addressed to the Tender Inviting Authority for a tender or the relevant contact
person indicated in the tender.
2) Any queries relating to the process of online bid submission or queries relating to CPP Portal
in general may be directed to the 24x7 CPP Portal Helpdesk. The contact number for the
helpdesk is 1800 233 7315.
Page 33 of 321
ANNEXURE-2
ii) The quoted prices against various items shall remain valid in case of splitting of quantities of the items
as above.
iii) In case bidder is a micro or Small Enterprise under the Micro, Small and Medium Enterprises
Development Act, 2006, the bidder shall submit the following:
a) Documentary evidence that the bidder is a Micro or Small Enterprises registered with District
Industries Centers or Khadi and Village Industries Commission or Khadi and Village Industries Board
or Coir Board or National Small Industries Corporation or Directorate of Handicrafts and Handloom or
any other body specified by Ministry of Micro, Small and Medium Enterprises.
b) If the MSE is owned by SC/ST Entrepreneurs, the bidder shall furnish appropriate documentary
evidence in this regard.
c) The above documents submitted by the bidder shall be duly certified by the Statutory
Auditor of the bidder or a practicing Chartered Accountant (not being an employee or a
Director or not having any interest in the bidder’s company/firm) where audited accounts
are not mandatory as per law (or) duly notarized by any Notary Public in the bidder’s
country. In case of notarization, bidder shall also submit an Affidavit as per format
provided in the Bidding Document signed by the authorized signatory of the bidder.
iv) If the bidder does not provide the above confirmation or appropriate document or any evidence at the
time of bid submission, then it will be presumed that they do not qualify for any preference admissible
in the Public Procurement Policy (PPP), 2012.
v) Being NSIC registrant, bidder shall not be exempted from submission of Contract Performance Bank
Guarantee (CPBG), as per Govt. guidelines published through Public Procurement Policy (PPP), 2012.
Any other provisions / exemptions available based on bidder being NSIC registrant indicated
elsewhere in the RFQ documents, shall stands replaced / modified to the extent of above provisions.
vi) Shifting of items in case of low value orders to minimize the order management cost, if applicable,
shall be carried out as per provision in RFQ documents. However, the same shall not be resorted to,
where MSE is the recommended bidder even if the items are being shifted to another MSE bidder.
vii) In case an item can’t be split equally among all the MSE bidders, who have accepted to take order for
partial qty as above, preference shall be given to MSE whose evaluated prices are near to L1 bidder
prices.
viii) The Purchase preference to Micro and Small Enterprises shall not be applicable for the following
cases since the division of corresponding quantity (as admissible / applicable from time to time under
the existing Government Policy), shall not be possible :
Page 1 of 3
Page 34 of 321
(c) MR Items whose quantities are such that the division of corresponding quantity (as per
Government Policy), shall not be possible.
ITEM : _________________________________________________________
Preference to MSEs :
In case the bidder is a Micro or Small Enterprise under the Micro, Small & Medium Enterprises Development Act,
2006, the bidder shall submit the following:
a) Documentary evidence that the bidder is a Micro or Small Enterprises.
b) If the MSEs are owned by SC/ST Entrepreneurs, the bidder shall furnish appropriate documentary evidence in
this regard.
c) The above documents submitted by the bidder shall be duly certified by the statutory Auditor of the bidder or a
practicing Chartered Accountant (not being an employee or a Director or not having any interest in the bidder’s
company/ firm) where audited accounts are not mandatory as per law (or) duly notarized by any Notary Public
in the bidder’s country. In case of notarization, bidder shall also submit an Affidavit as per format
provided in the Bidding Document signed by the authorized signatory of the bidder.
If the bidder does not provide the above confirmation or appropriate document or any evidence, then it will be
presumed that they do not qualify for any preference admissible in the Public Procurement Policy (PPP), 2012.
PLEASE TICK YES / NO / FURNISHED AGAINST THE BELOW MENTIONED POINTS:
Page 2 of 3
Page 35 of 321
NOTE : ABOVE FORMAT OF AFFIDAVIT SHALL BE ON APPROPRIATE VALUE OF
NON-JUDICIAL STAMP PAPER & DULY NOTARIZED BY PUBLIC NOTARY .
Page 3 of 3
Page 36 of 321
Page 37 of 321
Bharat Petroleum Corporation Limited
The following conditions shall be applicable for all procurement unless specifically
mentioned in the Special Purchase Conditions.
INDEX
1. DEFINITIONS
2. REFERENCE FOR DOCUMENTATION
3. RIGHT OF OWNER TO ACCEPT OR REJECT TENDER
4. LANGUAGE OF BID
5. PRICE
6. TAXES AND DUTIES
7. INSPECTION
8. SHIPPING
9. INDIAN AGENT COMMISSION
10. ORDER AWARD / EVALUATION CRITERIA
11. CONFIRMATION OF ORDER
12. PAYMENT TERMS
13. GUARANTEE/WARRANTY
14. PERFORMANCE BANK GUARANTEE
15. PACKING & MARKING
16. DELIVERY
17. UNLOADING AND STACKING
18. TRANSIT INSURANCE
19. VALIDITY OF OFFER
20. DELIVERY DATES AND PRICE REDUCTION SCHEDULE
21. RISK PURCHASE CLAUSE
22. FORCE MAJEURE CLAUSE
23. ARBITRATION CLAUSE
24. INTEGRITY PACT (IP)
25. RECOVERY OF SUMS DUE
26. CONFIDENTIALITY OF TECHNICAL INFORMATION
27. PATENTS & ROYALTIES
28. LIABILITY CLAUSE
29. COMPLIANCE OF REGULATIONS
30. REJECTION, REMOVAL OF REJECTED GOODS AND REPLACEMENT
31. NON-WAIVER
32. NEW & UNUSED MATERIAL
33. PURCHASE PREFERENCE CLAUSE
34. CANCELLATION
35. ANTI –COMPETITIVE AGREEMENTS/ABUSE OF DOMINANT POSITION
36. ASSIGNMENT
37. GOVERNING LAW
38. AMENDMENT
39. SPECIAL PURCHASE CONDITIONS
40 NOTICES
Page 1 of 24
Page 38 of 321
Bharat Petroleum Corporation Limited
1. DEFINITIONS :
The following expressions used in these terms and conditions and in the purchase order
shall have the meaning indicated against each of these:
1.1. OWNER: Owner means Bharat Petroleum Corporation Limited (a Government of India
enterprise), a Company incorporated in India having its registered office at Bharat
Bhavan, 4 & 6 Currimbhoy Road, Ballard Estate, Mumbai 400038 and shall include its
successors and assigns (hereafter called BPCL as a short form).
1.2. VENDOR: Vendor means the person, firm or the Company / Corporation to whom this
Request for quotation (RFQ)/purchase order is issued and shall include its successors and
assigns.
1.4. GOODS / MATERIALS: means any of the articles, materials, machinery, equipments,
supplies, drawing, data and other property and all services including but not limited to
design, delivery, installation, inspection, testing and commissioning specified or required
to complete the order.
1.5. SITE / LOCATION: means any Site where BHARAT PETROLEUM CORPORATION
LTD. desires to receive materials any where in India as mentioned in RFQ.
1.6. “RATE CONTRACT” means the agreement for supply of goods/ materials between
Owner and Vendor, for a fixed period of time (i.e till validity of Rate Contract, with no
commitment of contractual quantity) on mutually agreed terms and conditions. The actual
supply of goods/ materials shall take place only on issue of separate purchase orders for
required quantity as and when required by Owner.
1.7. “FIRM PROCUREMENT” means the agreement between the parties for mutually
agreed terms and conditions with commitment of Quantity Ordered.
2.1. The number and date of Collective Request for Quotation (CRFQ) must appear on all
correspondence before finalization of Rate Contract / Purchase Order.
Page 2 of 24
Page 39 of 321
2.2. After finalization of Contract / Purchase Order: The number and date of Rate Contract /
Purchase Order must appear on all correspondence, drawings, invoices, dispatch advices,
(including shipping documents if applicable) packing list and on any documents or papers
connected with this order.
2.3. In the case of imports, the relevant particulars of the import Licence shall be duly indicated
in the invoice and shipping documents as well as on the packages or consignments.
4. LANGUAGE:
The Bid and all supporting documentation and all correspondence whatsoever exchanged
by Vendor and Owner, shall be in English language only.
5. Price :
Firm and no escalation will be entertained on any ground, except on the ground of
statutory levies applicable on the tendered items.
All vendors shall have VAT / CST/GST/Service tax registration in the concerned State
and vendor shall quote their TIN number in the quotation.
6.1.1. Excise duty extra as applicable at the time of delivery within scheduled delivery period
will be payable by BPCL against documentary evidence. Vendor shall mention in their
offer, the percentage of excise duty applicable at present. Any upward variation in excise
duty rates, beyond the contractual delivery period, shall be to vendor’s account.
6.1.2. In case Excise Duty is not applicable at present : Excise duty due to change in turn over is
not payable. If applicable in future, the same will be borne by vendor.
6.1.3. Owner shall take CENVAT Credit on the material supplied for both excise duty and cess
component and accordingly Excise duty / Cess should be quoted separately wherever
applicable.
Vendor shall ask the transporter of the goods to hand over the copy of excise invoice
(transporter’s copy) at the time of delivery of goods at owner’s site.
Page 3 of 24
Page 40 of 321
6.2. SALES TAX / VAT/GST :
6.2.1. Sales Tax as applicable at the time of delivery within scheduled delivery period will be
payable by BPCL. Vendor shall give details of local sales tax and/oror central sales tax
currently applicable in their offer. The rates applicable for “CST without form C”, “CST
with form C" and “VAT” shall be clearly indicated.
6.2.2. Input VAT Credit may be claimed by BPCL, wherever applicable. Vendor shall submit
the TAX invoice.
All vendors shall have service tax registration wherever applicable. BPCL may also
claim CENVAT Credit on service tax. The vendor should quote service tax separately, if
applicable. Vendor shall submit the TAX invoice. Vendor is required to furnish serially
numbered and signed invoice / bill / challan containing the following details:
6.4.1 Freight: Firm freight charges to be quoted as indicated in the Tender documents. Freight
shall be payable after receipt of the Material(s) at the site, unless otherwise specified.
6.4.2. Octroi and entry taxes, if any, shall be invoiced separately and shall be re-imbursed by
BPCL at actuals after receipt of the Material(s) at the Site against the submission of
original documentary evidence for proof of payment of the related octroi and entry taxes,
as the case may be.
All new statutory levies leviable on sale of finished goods to owner , if applicable are
payable extra by BPCL against documentary proof, within the contractual delivery
period.
Any increase/decrease in all the above mentioned statutory levies on the date of delivery
during the scheduled delivery period on finished materials will be on BPCL's account.
Any upward variation in statutory levies after contractual delivery date shall be to
vendor’s account.
7. INSPECTION :
7.1. Materials shall be inspected by BPCL approved third party inspection agency if
applicable before dispatch of materials. However, arranging and providing inspection
Page 4 of 24
Page 41 of 321
facilities is entirely vendor’s responsibility and in no way shall affect the delivery
schedule.
7.2. Scope of Inspection shall be as per RFQ. Our registered third party inspection agencies
are SGS/GLISPL/IRS/DNV/LRIS/EIL/TATA Projects/PDIL/ULIPL/RITES
LTD/ITSIPL as amended time to time unless otherwise specified in the Special Purchase
Conditions.
7.3. Unless otherwise specified, the inspection shall be carried out as per the relevant
standards/scope of inspection provided alongwith the Tender Enquiry/Purchase Order.
7.4. BPCL may, at its own expense, have its representative(s) witness any test or inspection.
In order to enable BPCL’s representative(s) to witness the tests/inspections. BPCL will
advise the Vendor in advance whether it intends to have its representative(s) be present at
any of the inspections.
7.5. Even if the inspection and tests are fully carried out, the Vendor shall not be absolved
from its responsibilities to ensure that the Material(s), raw materials, components and
other inputs are supplied strictly to conform and comply with all the requirements of the
Contract at all stages, whether during manufacture and fabrication, or at the time of
Delivery as on arrival at site and after its erection or start up or consumption, and during
the defect liability period. The inspections and tests are merely intended to prima-facie
satisfy BPCL that the Material(s) and the parts and components comply with the
requirements of the Contract. The Vendor’s responsibility shall also not be anywise
reduced or discharged because BPCL or BPCL’s representative(s) or Inspector(s) shall
have examined, commented on the Vendor’s drawings or specifications or shall have
witnessed the tests or required any chemical or physical or other tests or shall have
stamped or approved or certified any Material(s).
7.6. Although material approved by the Inspector(s), if on testing and inspection after receipt
of the Material(s) at the location, any Material(s) are found not to be in strict conformity
with the contractual requirements or specifications, BPCL shall have the right to reject
the same and hold the Vendor liable for non-performance of the Contract.
8. SHIPPING :
All shipment of materials shall be made by first class direct vessels, through the
chartering wing, Ministry of Surface Transport as per procedure detailed hereunder. The
Foreign Supplier shall arrange with Vessels Owners or Forwarding Agents for proper
storage of the entire Cargo intended for the project in a specific manner so as to faciliate
and to avoid any over carriage at the port of discharge. All shipment shall be under deck
unless carriage on deck is unavoidable.
The bills of lading should be made out in favour of `Bharat Petroleum Corporation Ltd..
or order'.
All columns in the body of the Bill of Lading namely marks and nos., material
description, weight particulars etc., should be uniform and accurate and such statements
should be uniform in all the shipping documents. The freight particulars should mention
Page 5 of 24
Page 42 of 321
the basis of freight tonnage, heavy lift charges, if any, surcharge, discount etc. clearly and
separately. The net total freight payable shall be shown at the bottom.
SHIPPING DOCUMENTS :
All documents viz. Bill of Lading, invoices, packing list, freight memos, country of
origin certificates, test certificate, drawings and catalogues should be in English
language.
In addition of the bill of lading which should be obtained in three stamped original plus
as many copies as required, invoices, packing list, freight memos,(if the freight
particulars are not shown in the bills of lading), country of origin certificate, test /
composition certificate, shall be made out against each shipment in as many number of
copies as shown below.
The bill of lading, invoice and packing list specifically shall show uniformly the mark
and numbers, contents case wise, country of origin, consignees name, port of destination
and all other particulars as indicated under clause 2. The invoice shall show the unit
rates and net total F.O.B. prices. Items packed separately should also be invoiced and the
value shown accordingly. Packing list must show apart from other particulars actual
contents in each case, net and gross weights and dimensions, and the total number of
packages. All documents should be duly signed by the Vendor's authorised
representatives.
In the case of FOB orders, Shipping arrangements shall be made by the Chartering Wing
Of the Ministry of Surface Transport, New Delhi through their respective forwarding
agents. The names and addresses of forwarding agents shall be as per Special Purchase
Conditions. Supplier shall furnish to the respective agents the full details of consignments
such as outside dimension, weights (both gross and net) No of packages, technical
description and drawings, name of supplier, ports of loading, etc. 6 weeks notice shall be
given by the supplier to enable the concerned agency to arrange shipping space.
In case of supplies from USA, Export Licences, if any required from the American
Authorities shall be Obtained by the U.S. Suppliers. If need be assistance for obtaining
such export licences would be available from India Supply Mission at Washington.
8.2 AIRSHIPMENT :
Page 6 of 24
Page 43 of 321
Foreign Supplier shall obtain the shipping documents in seven complete sets including
three original stamped copies of the Bill of Lading as quickly as possible after the
shipment is made, and airmail as shown below so that they are received at least three
weeks before the Vessels arrival. Foreign Supplier shall be fully responsible or any delay
and / or demurrage in clearance of the consignment at the port due to delay in
transmittal of the shipping documents.
If in terms of letter or otherwise, the complete original set of documents are required to
be sent to BPCL through Bank the distribution indicated below will confine to copies of
documents only minus originals.
Any offer through Indian agents will be considered only after authorization mentioning
them as Indian agents, is received from Vendor. Indian agents commission if applicable
will be payable only in Indian currency. Indian agents should be registered with
Directorate General of Supplies and Disposals, Government of India and agency
commission will be payable only after registration with DGS&D, New Delhi.
Unless otherwise specified, Order award criteria will be on lowest quote landed price
basis. Landed price will be summation of Basic Price, Packing & Forwarding Charges,
Excise Duty, Sales Tax, Freight, Inspection, Octroi, Supervision of Installation &
Commissioning and other taxes & levies, loading etc, if any, reduced by cenvat/vat credit
as applicable.
The vendor shall acknowledge the receipt of the purchase order within 10 days of mailing
the same. The vendor shall sign, stamp the acknowledgement copy of the purchase order
and return the same to BPCL.
12.1. Unless otherwise specified, 100% payment shall be made within 30 days from date of
receipt and acceptance of materials at Site against submission of Peformance Bank
Guarantee (PBG) for 10% of basic order value if PBG is applicable for the tender.
Page 7 of 24
Page 44 of 321
12.2. In the case of imports, payment will be made on submission of original documents
directly to Owner (Telegraphic Transfer-TT) or through Bank (Cash against documents-
CAD) or through irrevocable Letter of Credit.
12.3. Unless otherwise mentioned, the specified documents (All documents listed below (one
original and two copies)) should be submitted to originator of P.O. (the name and contact
details of whom are given in PO) and payments for despatches will be made by the
originator of Purchase Order :
a) Invoice
b) Excise invoice
c) The Lorry Receipt of the consignment
d) Packing list for the consignment
e) Third Party Inspector’s Certificate covering the invoiced Material(s)/ Release
Note, wherever applicable
f) Manufacturers Test/Composition Certificate, wherever applicable
g) Drawing(s)/Catalogue(s) covering the Material(s) , wherever applicable
h) Guarantee/Warranty Certificate(s), wherever applicable.
i) Original Receipt for Octroi/other statutory levies as applicable.
j) Performance Bank Guarantee as applicable.
13. GUARANTEE/WARRANTY :
13.1. Materials shall be guaranteed against manufacturing defects, materials, workmanship and
design for a period of 12 months from the date of commissioning or 18 months from the
date of dispatch whichever is earlier. Warranty for replacement of material / accessories
should be provided free of charges at our premises. The above guarantee/warranty will
be without prejudice to the certificate of inspection or material receipt note issued by us
in respect of the materials.
13.2. All the materials including components and sub contracted items should be guaranteed by
the vendor within the warranty period mentioned above. In the event of any defect in the
material, the vendor will replace / repair the material at BPCL’s concerned location at
vendor’s risk and cost on due notice.
13.3. In case, vendor does not replace / repair the material on due notice, rejected material will
be sent to the vendor on “Freight to pay” basis for free replacement. Material after
rectification of defects shall be dispatched by the vendor on “Freight Paid” basis.
Alternatively, BPCL reserves the right to have the material repaired / replaced at the
locations concerned, at the vendor’s risk, cost and responsibility.
13.4. The Vendor shall provide similar warrantee on the parts, components, fittings,
accessories etc. so repaired and / or replaced.
14.1. Vendor will have to provide Performance Bank Guarantee for 10% of the basic value of
purchase order unless otherwise specified. This bank guarantee shall be valid (shall
remain in force) for guarantee period (as mentioned in the guarantee clause), with an
Page 8 of 24
Page 45 of 321
invocation period of six months thereafter. In the case of Indigenous vendors, the
Performance Bank Guarantee shall be given on a non-judicial stamp paper of appropriate
value (currently Rs 100). PBG format is as per Annexure I.
In case, PBG is not provided by the Vendor, 10% of the basic value shall be retained in
lieu of PBG, till the expiry of guarantee and claim period.
In the case of imports, the Supplier shall furnish the Performance Bank Guarantee (as per
Annexure I) through the following :
However, in respect of c) and d) above, the Indian branch of foreign banks should be
recognized as scheduled bank by Reserve Bank of India.
14.2. If Vendor wants to submit the PBG at Contract level to avoid multiple number of PBG
(i.e. PBG issued against every purchase/call off order) then the validity of PBG will be
calculated as mentioned below :
14.2.1. Validity of PBG = Rate Contract Issue Date (Start Date of Rate Contract) + Rate
Contract Period (validity of Rate Contract) + Contractual Delivery Period of material +
Contractual Guarantee period + 6 month (for invocation / Claim).
15.1.1 Packing shall withstand the hazards normally encountered with the means of transport
for the goods of this purchase order including loading and unloading operation both by
crane and by pushing off.
In the case of imports, all equipments / materials shall be suitably packed in weather
proof, seaworthy packing for ocean transport under tropical conditions and for rail or
road or other appropriate transport in India. The packing shall be strong and efficient
enough to ensure safe preservance upto the final point of destination.
Raw/Solid wood packaging material of imported items has to be appropriately treated &
marked as per International Standard of Phytosanitary Measures (ISPM-15") for material
originating from the contracting countries to the International Plant Protection
Convention or the members of Food & Agriculture Organization. Material from non-
contracting parties would have to be accompanied by a phytosanitary certificate of the
treatment endorsed. The Custom Officer at Indian Port shall not release the material
without appropriate compliance of the above provisions w.e.f. 01.11.2004.
15.1.2 The packing specification incorporated herein are supplementary to the internal and
external packing methods and standards as per current general rules of J.R.A. Good Tariff
Page 9 of 24
Page 46 of 321
Part-I. All packaging shall be done in such a manner as to reduce volume as much as
possible.
15.1.3 Fragile articles should be packed with special packing materials depending on the type of
Materials and the packing shall bear the words "HANDLE WITH CARE GLASS
FRAGILE, DON'T ROLL THIS END UP. THIS END DOWN," to be indicated by
arrow.
15.1.4 Chemicals in powder form, catalyst, refractories and like materials etc. shall be packed in
drums, cans and tins only. However, Catalyst may be supplied in Jumbo bags.
15.1.5 The hazardous materials shall be packed in accordance with the applicable rules,
regulations and tariff of all cognizant Government Authorities and other Governing
bodies. It shall be the responsibility of the seller of hazardous materials to designate the
material as hazardous and to identify each material by its proper commodity name and its
hazardous material class code.
15.1.6 All package requiring handling by crane should have sufficient space at appropriate place
to put sling of suitable dia (strength). Iron/Steel angle should be provided at the place
where sling marking are made to avoid damage to package/ equipment while lifting.
15.1.7 Item shipped in bundles must be securely tied with steel wire or strapping. Steel
reinforcing rods, bars, pipes, structural members etc. shall be bundled in uniform lengths
and the weight shall be within the breaking strength of the securing wire or strapping.
In the case of imports, for bundles the shipping marks shall be embossed on metal or
similar tag and wired securely on each end.
15.1.8 All delicate surface on equipment/materials should be carefully protected and printed
with protective paint/compound and wrapped to prevent rusting and damage.
15.1.9 All mechanical and electrical equipment and other heavy articles shall be securely
fastened to the case bottom and shall be blocked and braced to avoid any
displacement/shifting during transit.
15.1.10 Attachments and spare parts of equipment and all small pieces shall be packed separately
in wooden cases with adequate protection inside the case and wherever possible should
be sent along with the main equipment. Each item shall be suitably tagged with
identification of main equipment, item denomination and reference number of respective
assembly drawing. Each item of steel structure and furnaces shall be identified with two
erection markings with minimum lettering height of 15mm. Such markings will be
followed by the collection numbers in indelible ink/paint. A copy of the packing list shall
accompany the materials in each package.
15.1.11 All protrusions shall be suitably protected by providing a cover comprising of tightly
bolted wooden disc on the flanges. All nozzles, holes and openings and also all delicate
surfaces shall be carefully protected against damage and bad weather. All manufactured
surfaces shall be painted with rust proof paint.
In the case of imports, for bulk uniform material when packed in several cases,
progressive serial numbers shall be indicated on each case.
Page 10 of 24
Page 47 of 321
15.1.12 Wherever required, equipment/materials instruments shall be enveloped in polythene
bags containing silicagel or similar dehydrating compound.
b. Above 50mm NB and upto 100mm NB in bundles and should be strapped at minimum
three places.
15.1.14 Pipes and tubes of stainless steel, copper etc. shall be packed in wooden cases
irrespective of their sizes.
15.1.15 Pipes with threaded or flanged ends shall be protected with suitable caps covers, before
packing.
In the case of imports, all pipes and sheets shall be marked with strips bearing
progressive no.
15.1.16 Detailed packing list in waterproof envelope shall be inserted in the package together
with equipment/materials. One copy of the detailed packing list shall be fastened outside
of the package in waterproof envelope and covered by metal cover.
15.1.17 The supplier shall be held liable for all damages or breakages to the goods due to the
defective or insufficient packing as well as for corrosion due to insufficient protection.
15.1.18 Packaged equipment or materials showing damage defects or shortages resulting from
improper packaging materials or packing procedures or having concealed damages or
shortages, at the time of unpacking shall be to the supplier’s account.
All packages which require special handling and transport should have their Centres of
Gravity and the points at which they may be slung or gripped clearly indicated and
marked “ATTENTION SPECIAL LOAD HANDLE WITH CARE” both in
English/Hindi Languages.
In the case of imports, a distinct colour splash in say red black around each package crate
/ bundle shall be given for identification.
15.1.19 Along with the packed material, supplier should attach material list, manuals/instructions
and also the Inspection certificate/release note, wherever applicable.
15.2. MARKING :
Page 11 of 24
Page 48 of 321
c) Batch no with Manufacturing date
d) Procedure (in brief) for handling
e) Date of dispatch etc.
On three sides of the packages, the following marks shall appear, clearly visible, with
indelible paint and on Vendor's care and expenses.
From :
NOTE :
Marking shall be bold - minimum letter height 5 cm. For every order and every
shipment, packages must be marked with serial progressive numbering.
Top heavy containers shall be so marked either Top Heavy or Heavy Ends.
When packing material is clean and light coloured, a dark black stencil paint shall be
acceptable. However, where packaging material is soiled or dark, a coat of flat zinc
white paint shall be applied and allowed to dry before applying the specific markings.
In case of large equipments like vessels, heat exchangers, etc. the envelope containing the
documents shall be fastened inside a shell connection, with an identifying arrow sign
"documents" using indelible paint.
Page 12 of 24
Page 49 of 321
16. DELIVERY :
16.1. Unless otherwise mentioned, Vendor is requested to quote their best delivery schedule
from the date of receipt of Purchase order.
16.2. Time being the essence of this contract, the delivery mentioned in the purchase order
shall be strictly adhered to and no variation shall be permitted except with prior
authorization in writing from the Owner. Goods should be delivered, securely packed and
in good order and condition, at the place of delivery and within the time specified in the
purchase order for their delivery.
16.3. The contractual delivery period is inclusive of all the lead time for engineering /
procurement of raw material, the manufacturing, inspection / testing, packing,
transportation or any other activity whatsoever required to be accomplished for effecting
the delivery at the required delivery point.
16.4. Unless otherwise specified, Material(s) shall not be despatched without prior inspection
and/or testing and Release Order/Material(s) Acceptance Certificate issued by the
Inspector(s).
16.5. BPCL shall have the right to advise any change in despatch point or destination in respect
of any Material(s). Any extra expenditure incurred by the Vendor on this account
supported by satisfactory documentary evidence, will be reimbursed to the Vendor by
BPCL.
Unloading and stacking will be arranged by BPCL. The Vendor shall send BPCL
information of the proposed consignment well in advance by telegram/fax/e-mail/courier
to enable BPCL to take necessary action.
18.1. Transit Insurance shall be covered by BPCL against its Mega Package Policy.
18.2 In the case of imports, insurance against all marine and transit risk shall be covered under
the Owner's marine policy. However, the Vendor shall ensure that in effecting
shipments clear bill of lading are obtained and the carrier's responsibility is fully retained
on the Carriers so that the consignee's interests are fully secured and are in no way
jeopardized.
18.2. The Vendor shall send BPCL information of the proposed consignment well in advance
by telegram/fax/e-mail/courier to enable BPCL to take necessary action for the transit
insurance of the consignment. Any failure by the Vendor to do so shall place the
consignment at the Vendor’s risk.
18.3. In the case of imports, as soon as any shipment is made, the Foreign Supplier shall send
advance information by way of Telex message to Bharat Petroleum Corporation Ltd.,
(with detailed address as given in Special Purchase Conditions) giving particulars of the
Page 13 of 24
Page 50 of 321
shipments, vessels name, port of shipment, bill of lading number and date, total FOB and
freight value.
19 VALIDITY OF OFFER:
The rates quoted against this tender shall be valid for a period of 90 Days from the date
of opening of the tender unless otherwise specified in the Special Purchase Conditions.
20.1. The time and date of Delivery of Material(s) as stipulated in the Contract shall be adhered
to on the clear understanding that the Price(s) of the Material(s) has/have been fixed with
reference to the said Delivery date(s).
20.2. If any delay is anticipated by the Vendor in the delivery of the Material(s) or any of them
beyond the stipulated date(s) of Delivery, the Vendor shall forthwith inform BPCL in
writing of such anticipated delay and of the steps being taken by the Vendor to remove or
reduce the anticipated delay, and shall promptly keep BPCL informed of all subsequent
developments.
20.3. The delivery period quoted must be realistic & specific. The inability of successful
Vendors to execute orders in accordance with the agreed delivery schedule will entitle
BPCL, at its options, to :
20.3.1. Accept delayed delivery at prices reduced by a sum equivalent to half percent (0.5%) of
the basic value of any goods not delivered for every week of delay or part thereof, limited
to a maximum of 5% of the total basic order value. LR date will be considered as delivery
completion date for calculation of price reduction in the case of ex works contract. Date
of receipt of materials at owners premises shall be considered for calculation of price
reduction for F.O.R destination contract.
In the case of imports, the contractual delivery date shall be considered from the date of
Letter of Credit (L/C) or the date of L/C amendment because of Buyer’s fault plus one
week (to take care of transit time for receipt of L/c) plus the delivery schedule as
indicated by the vendors.
In case of the shipment taking place on “Cash against documents”, the contractual
delivery shall be taken from the date of purchase order plus one week (to take care of
transit time for receipt of order) plus delivery period.
Further the date of B/L or House airway bill shall be considered to find out the delay with
respect to contractual delivery date. In case of FOB shipments if the vessel is not
available then the intimation by vendors regarding readiness of the goods for the
shipment shall be considered for calculating the delay if any. So vendor shall inform the
readiness of material for shipment on FOB (Free on Board)basis / FCA (Free on Carrier)
basis.
20.3.2. Cancel the order in part or full and purchase such cancelled quantities from elsewhere on
account at the risk and cost of the vendor, without prejudice to its right under 20.3.1
above in respect of goods delivered.
Page 14 of 24
Page 51 of 321
21. RISK PURCHASE CLAUSE :
BPCL reserves the right to curtail or cancel the order either in full or part thereof if the
vendor fails to comply with the delivery schedule and other terms & conditions of the
order. BPCL also reserves the right to procure the same or similar materials/equipment
through other sources at vendor's entire risk, cost and consequences. Further, the vendor
agrees that in case of procurement by the owner from other sources the differential
amount paid by the owner shall be on account of the vendor together with any interest
and other costs accrued thereon for such procurement.
(A) Definition: The term “Force Majeure” means any event or circumstance or
combination of events or circumstances that affects the performance by the
vendor of its obligations pursuant to the terms of this Agreement (including by
preventing, hindering or delaying such performance), but only if and to the extent
that such events and circumstances are not within the vendor’s reasonable control
and were not reasonably foreseeable and the effects of which the vendor could not
have prevented or overcome by acting as a Reasonable and Prudent person or, by
the exercise of reasonable skill and care. Force Majeure events and circumstances
shall in any event include the following events and circumstances to the extent
they or their consequences satisfy the requirements set forth above in this Clause:
(i) the effect of any element or other act of God, including any storm,
flood, drought, lightning, earthquake, tidal wave, tsunami, cyclone
or other natural disaster;
(i) The Vendor shall as soon as reasonably practicable after the date
of commencement of the event of Force Majeure, but in any event
no later than two (7) days after such commencement date, notify
Page 15 of 24
Page 52 of 321
the BPCL in writing of such event of Force Majeure and provide
the following information:
(ii) The Vendor shall have the burden of proving that the
circumstances constitute valid grounds of Force Majeure under this
Clause and that it has exercised reasonable diligence efforts to
remedy the cause of any alleged Force Majeure.
(iii) The Vendor shall notify BPCL when the Force Majeure has
terminated or abated to an extent which permits resumption of
performance to occur and shall resume performance as
expeditiously as possible after such termination or abatement.
(i) the obligations of the Parties under this Agreement to the extent
Page 16 of 24
Page 53 of 321
performance thereof is prevented or impeded by the event of Force
Majeure shall be suspended and the Parties shall not be liable for
the non-performance thereof for the duration of the period of Force
Majeure; and
(ii) the time period(s) for the performance of the obligations of the
Parties under this Agreement to the extent performance thereof is
prevented or impeded by the event of Force Majeure shall be
extended for the duration of the relevant period of Force Majeure
except as provided herein.
23.1 Any dispute or difference of any nature whatsoever, any claim, cross-claim,
counter-claim or set off of BPCL/Vendor against omission or on account of any
of the parties hereto arising out of or in relation to this Contract shall be referred
to the Sole Arbitration of Director(Marketing) / Director (HR) / Director (R) of
BPCL as the case may be or to some officer of BPCL who may be nominated by
them.
23.2. In the event the Arbitrator being unable or refusing to act for any reason whatsoever, the
said Directors of BPCL shall designate another person to act as an Arbitrator in
accordance with the terms of the said Contract/Agreement. The Arbitrator newly
appointed shall be entitled to proceed with the reference from the point at which it was
left by his predecessor.
23.3. It is known to the parties herein that the Arbitrator appointed hereunder is an employee of
the Corporation and may be Share holder of the Corporation.
23.4. The award of the Arbitrator so appointed shall be final, conclusive and binding on all the
parties to the contract and the law applicable to arbitration proceedings will be the
Arbitration and Conciliation Act, 1996 or any other enactment in replacement thereof.
23.5. The language of the proceedings will be in English and the place of proceedings will be
Mumbai.
23.6. The parties hereby agree that the Courts in the city of Mumbai alone shall have
jurisdiction to entertain any application or other proceedings in respect of anything
arising under this Agreement and any Award or Awards made by the Sole Arbitrator
Page 17 of 24
Page 54 of 321
hereunder shall be filed, if required, in the concerned Courts in the City of Mumbai alone.
(legal)
Vendors are requested to sign & return our pre-signed IP document , if applicable. This
document is essential & binding. Vendor's failure to return the IP document duly signed
along with Bid Document may result in the bid not being considered for further
evaluation.
Whenever, any claim against vendor for payment of a sum of money arises out of or
under the contract, the owner shall be entitled to recover such sums from any sum then
due or when at any time thereafter may become due from the vendor under this or any
other contract with the owner and should this sum be not sufficient to cover the
recoverable amount of claim(s), the vendor shall pay to BPCL on demand the balance
remaining due.
Drawing, specifications and details shall be the property of the BPCL and shall be
returned by the Vendor on demand. The Vendor shall not make use of drawing and
specifications for any purpose at any time save and except for the purpose of BPCL. The
Vendor shall not disclose the technical information furnished to or organized by the
Vendor under or by virtue of or as a result of the implementation of the Purchase Order to
any person, firm or body or corporate authority and shall make all endeavors to ensure
that the technical information is kept CONFIDENTIAL. The technical information
imparted and supplied to the vendor by BPCL shall at all time remain the absolute
property of BPCL. Imparting of any confidential information by the Vendor will be
breach of contract.
The vendor shall fully indemnify BPCL and users of materials specified herein/supplied
at all times, against any action, claim or demand, costs and expenses, arising from or
incurred by reasons of any infringement or alleged infringement of any patent, registered
design, trademark or name, copy right or any other protected rights in respect of any
materials supplied or any arrangement, system or method of using, fixing or working
used by the vendor. In the event of any claim or demand being made or action sought
against BPCL in respect of any of the aforesaid matter, the vendor shall be notified
thereof immediately and the vendor shall at his/its own expense with (if necessary) the
assistance of BPCL (whose all expense shall be reimbursed by the vendor) conduct all
negotiations for the settlement of the same and/or litigation which may arise thereof.
Page 18 of 24
Page 55 of 321
In case where it is necessary for employees or representatives of the Vendor to go upon
the premises of owner, vendor agrees to assume the responsibility for the proper conduct
of such employees/representatives while on said premises and to comply with all
applicable Workmen's Compensation Law and other applicable Government Regulations
and Ordinances and all plant rules and regulations particularly in regard to safety
precautions and fire hazards. If this order requires vendor to furnish labour at site, such
vendor's workmen or employees shall under no circumstances be deemed to be in owner's
employment and vendor shall hold himself responsible for any claim or claims which
they or their heirs, dependent or personal representatives, may have or make, for damages
or compensation for anything done or committed to be done, in the course of carrying
out the work covered by the purchase order, whether arising at owner's premises or
elsewhere and agrees to indemnify the owner against any such claims, if made against the
owner and all costs of proceedings, suit or actions which owner may incur or sustain in
respect of the same.
Vendor warrants that all goods/Materials covered by this order have been produced, sold,
dispatched, delivered and furnished in strict compliance with all applicable laws,
regulations, labour agreement, working condition and technical codes and statutory
requirements as applicable from time to time. The vendor shall ensure compliance with
the above and shall indemnify owner against any actions, damages, costs and expenses of
any failure to comply as aforesaid.
In case the testing and inspection at any stage by inspectors reveal that the equipment,
materials and workmanship do not comply with specification and requirements, the same
shall be removed by the vendor at his/its own expense and risk, within the time allowed
by the owner. The owner shall be at liberty to dispose off such rejected goods in such
manner as he may think appropriate. In the event the vendor fails to remove the rejected
goods within the period as aforesaid, all expenses incurred by the owner for such disposal
shall be to the account of the vendor. The freight paid by the owner, if any, on the inward
journey of the rejected materials shall be reimbursed by the vendor to the owner before
the rejected materials are removed by the vendor. The vendor will have to proceed with
the replacement of the equipment or part of equipment without claiming any extra
payment if so required by the owner. The time taken for replacement in such event will
not be added to the contractual delivery period.
31. NON-WAIVER :
Failure of the Owner to insist upon any of the terms or conditions incorporated in the
Purchase Order or failure or delay to exercise any rights or remedies herein, or by law or
failure to properly notify Vendor in the event of breach, or the acceptance of or payment
of any goods hereunder or approval of design shall not release the Vendor and shall not
be deemed a waiver of any right of the Owner to insist upon the strict performance
thereof or of any of its or their rights or remedies as to any such goods regardless of when
such goods are shipped, received or accepted nor shall any purported oral modification or
revision of the order by BPCL act as waiver of the terms hereof. Any waiver to be
effective must be in writing. Any lone incident of waiver of any condition of this
Page 19 of 24
Page 56 of 321
agreement by BPCL shall not be considered as a continuous waiver or waiver for other
condition by BPCL.
All the material supplied by the vendor shall be branded new, unused and of recent
manufacture.
Owner reserves its right to allow Public Sector Enterprises (Central/State), purchase
preference as admissible/applicable from time to time under the existing Govt. policy.
Purchase preference to a PSE shall be decided based on the price quoted by PSE as
compared to L1 Vendor at the time of evaluation of the price bid.
Owner reserves its right to allow Micro and Small Enterprises (MSEs) and MSEs
owned by Scheduled Caste (SC) or the Scheduled tribe (ST) entrepreneurs,
purchase preference as admissible/applicable from time to time under the existing Govt.
policy. Purchase preference to a MSE and a MSE owned by SC/ST entrepreneurs
shall be decided based on the price quoted by the said MSEs as compared to L1 Vendor
at the time of evaluation of the price bid.
34. CANCELLATION :
34.1. BPCL reserves the right to cancel the contract/purchase order or any part thereof through
a written notice to the vendor if.
34.1.1. The vendor fails to comply with the terms of this purchase order/contract.
34.1.3. The vendor fails to deliver the goods on time and/or replace the rejected goods promptly.
34.1.4. The vendor makes a general assignment for the benefit of creditors.
34.1.5. A receiver is appointed for any of the property owned by the vendor.
34.2. Upon receipt of the said cancellation notice, the vendor shall discontinue all work on the
purchase order matters connected with it. BPCL in that event will be entitled to procure
the requirement in the open market and recover excess payment over the vendor's agreed
price if any, from the vendor and also reserving to itself the right to forfeit the security
deposit if any, made by the vendor against the contract. The vendor is aware that the said
goods are required by BPCL for the ultimate purpose of materials production and that
non-delivery may cause lossof production and consequently loss of profit to the BPCL. In
this-event of BPCL exercising the option to claim damages for non delivery other than
by way of difference between the market price and the contract price, the vendor shall
pay to BPCL, fair compensation to be agreed upon between BPCL and the vendor. The
Page 20 of 24
Page 57 of 321
provision of this clause shall not prejudice the right of BPCL from invoking the
provisions of price reduction clause mentioned in 20.3.1 as aforesaid.
The Competition Act, 2002 as amended by the Competition (Amendment) Act, 2007 (the
Act), prohibits anti- competitive practices and aims at fostering competition and at
protecting Indian markets against anti- competitive practices by enterprises. The Act
prohibits anti- competitive agreements, abuse of dominant position by enterprises, and
regulates combinations (consisting of acquisition, acquiring of control and M&A)
wherever such agreements, abuse or combination causes, or is likely to cause, appreciable
adverse effect on competition in markets in India. BPCL reserves the right to approach
the Competition Commission established under the Act of Parliament and file
information relating to anti-competitive agreements and abuse of dominant position. If
such a situation arises, then Vendors are bound by the decision of the Competitive
Commission and also subject to penalty and other provisions of the Competition Act.
36. ASSIGNMENT
The Vendor can / does not have any right to assign his rights and obligations under these
general purchase conditions without the prior written approval of BPCL.
38. AMENDMENT
Any amendment to these General Purchase Conditions can be made only in writing and
with the mutual consent of the parties to these conditions.
In case of a conflict between the clauses, terms and conditions of General Purchase
Conditions and Special Purchase condition, the clauses, terms and conditions of Special
Purchase Condition will have an overriding effect over General Purchase Conditions and
the same shall be applicable.
Page 21 of 24
Page 58 of 321
40. NOTICES
Any notices to be given hereunder by a Party to the other shall be in English and
delivered by hand or sent by courier or facsimile to the other Party at the address
or facsimile number stated below or such other address or number as may be
notified by the relevant Party from time to time:
BPCL
_______________________
_______________________
_______________________
Vendor
_______________________
_______________________
_______________________
Please sign & return all the pages of GPC as a token of your acceptance of all the terms &
conditions as mentioned above.
Page 22 of 24
Page 59 of 321
Annexure I
To,
Bharat Petroleum Corporation Limited
---------------------------------
--------------------------------
Dear Sir,
In consideration of the Bharat Petroleum Corporation Limited, (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 interalia, of the Company’s Purchase order No…….. dated
………. and the General and Special Purchase Conditions of the Company and upon the
condition of vendor’s furnishing security for the performance of the vendor’s obligations and/or
discharge of the vendor’s liability under and / or in connection with the said supply contract upto
a sum of Rs.(in figures)…………..Rs(in words)…………………………only amounting to 10%
(ten percent)of the total contract value.
This date shall be 6 months from the last date of guarantee period.
Page 23 of 24
Page 60 of 321
ii This 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
obligation/liabilities under and /or 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
liability hereunder.
ii. 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 a vis 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 total contract value or to release or to forbear from enforcement
all or any of the obligations of the vendor under the said supply contract and / or the
remedies of the Company under any other security(ies) now or hereafter held by the
Company and no such dealing(s), variation(s), reduction(s), increase(s) or the
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.
iv. This Guarantee /Undertaking shall not be determined by the liquidation or winding up
ordissolution or change of constitution or 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.
v. The Bank hereby waives all rights at any time inconsistent with the terms of the Guarantee /
Undertaking and the obligations of the Bank in terms hereof shall not be anywise 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.
vi. 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 of costs, charges and or expenses shall as between the Bank and
the Company be conclusive of the amount so liable to be paid to the Company or suffered or
incurred by the Company, as the case may be and payable by the Guarantor to Company in terms
hereof.
Yours faithfully,
(Signature)
NAME & DESIGNATION
NAME OF THE BANK
NOTES:
Page 24 of 24
Page 61 of 321
(To be executed on plain paper and applicable for all tenders of value above
Rs. 1 crore)
INTEGRITY PACT
Between
Preamble
In order to achieve these goals, the Principal cooperates with the renowned
international Non-Governmental Organisation "Transparency International"
(TI). Following TI's national and international experience, the Principal will
appoint an Independent External Monitor who will monitor the tender process
and the execution of the contract for compliance with the principles mentioned
above.
(1) The Principal commits itself to take all measures necessary to prevent
corruption and to observe the following principles:
b) The Principal will, during the tender process, treat all Bidders with
equity and reason. The Principal will, in particular, before and
during the tender process, provide to all Bidders the same
information and will not provide to any Bidder confidential /
additional information through which the Bidder could obtain an
advantage in relation to the tender process or the contract
execution.
-1-
Page 62 of 321
c) The Principal will exclude from the process all known prejudiced
persons.
(2) If the Principal obtains information on the conduct of any of its employees
which is a criminal offence under the relevant Anti-Corruption Laws of
India, or if there be a substantive suspicion in this regard, the Principal will
inform its Vigilance Office and in addition can initiate disciplinary actions.
(2) The Bidder / Contractor/Supplier will not instigate third persons to commit
offences outlined above or be an accessory to such offences.
-2-
Page 63 of 321
Section 3 - Disqualification from tender process and exclusion from
future contracts
(3) The Bidder accepts and undertakes to respect and uphold the Principal's
absolute right to resort to and impose such exclusion and further accepts
and undertakes not to challenge or question such exclusion on any
ground, including the lack of any hearing before the decision to resort to
such exclusion is taken. This undertaking is given freely and after
obtaining independent legal advice.
(1) If the Principal has disqualified the Bidder from the tender process prior to
the award according to Section 3, the Principal is entitled to demand and
recover from the Bidder liquidated damages equivalent to Earnest Money
Deposit/Bid Security.
(2) If the Principal has terminated the contract according to Section 3, or if the
Principal is entitled to terminate the contract according to Section 3, the
Principal shall be entitled to demand and recover from the
Contractor/Supplier liquidated damages equivalent to Security Deposit /
Performance Bank Guarantee.
-3-
Page 64 of 321
(3) The Bidder agrees and undertakes to pay the said amounts without
protest or demur subject only to condition that if the Bidder /
Contractor/Supplier can prove and establish that the exclusion of the
Bidder from the tender process or the termination of the contract after the
contract award has caused no damage or less damage than the amount of
the liquidated damages, the Bidder / Contractor/Supplier shall compensate
the Principal only to the extent of the damage in the amount proved.
(1) The Bidder declares that no previous transgression occurred in the last 3
years with any other Company in any country conforming to the TI
approach or with any other Public Sector Enterprise in India that could
justify his exclusion from the tender process.
(2) The Principal will enter into agreements with identical conditions as this
one with all Bidders, Contractors/Suppliers and Subcontractors.
(3) The Principal will disqualify from the tender process all Bidders who do
not sign this Pact or violate its provisions.
-4-
Page 65 of 321
Section 8 - Independent External Monitors
(3) The Bidder/Contractor/Supplier accepts that the Monitor has the right to
access without restriction to all Project documentation of the Principal
including that provided by the Bidder/Contractor/Supplier. The
Bidder/Contractor/Supplier will also grant the Monitor, upon his request
and demonstration of a valid interest, unrestricted and unconditional
access to this project documentation. The same is applicable to
Subcontractors. The Monitor is under contractual obligation to treat the
information and documents of the Bidder/Contractor/Supplier/
Subcontractor with confidentially.
(4) The Principal will provide to the Monitor sufficient information about all
meetings among the parties related to the Project provided such meetings
could have an impact on the contractual relations between the Principal
and the Bidder/Contractor/Supplier. The parties offer to the Monitor the
option to participate in such meetings.
(6) The Monitor will submit a written report to the Chairperson of the Board of
the Principal within 8 to 10 weeks from the date of reference or intimation
to him by the 'Principal' and, should the occasion arise, submit proposals
for correcting problematic situations.
(8) The word 'Monitor' would include both singular and plural.
-5-
Page 66 of 321
Section 9 - Pact Duration
This Pact begins when both parties have legally signed it. It expires for the
Contractor/Supplier 12 months after the last payment under the respective
contract, and for all other Bidders 6 months after the contract has been
awarded.
If any claim is made / lodged during this time, the same shall be binding and
continue to be valid despite the lapse of this pact as specified above, unless it
is discharged / determined by Chairperson of the Principal.
(4) Should one or several provisions of this agreement turn out to be invalid,
the remainder of this agreement remains valid. In this case, the parties will
strive to come to an agreement to their original intentions.
……………………… ……………………………
For the Principal For the Bidder/Contractor/
Supplier
-6-
Page 67 of 321
CDU-4 PROJECT
OF
M/s BHARAT PETROLEUM
CORPORATION LTD, MAHUL MUMBAI
Page 1 of 21
Page 68 of 321
INDEX
Page 2 of 21
Page 69 of 321
GENERAL:
1. SCOPE OF BID
1.1. EIL hereinafter "the consultant" on behalf of The Purchaser/Owner/BPCL as defined in the
Special Purchase Conditions, hereinafter "the Owner" wishes to receive bids as described in the
Bidding documents herein after shall also mean RFQ documents.
1.2. SCOPE OF BID: The scope of work shall be as defined in the MR included in the RFQ.
1.3. The successful bidder will be expected to complete the Scope of Bid within the period stated
in Bidding document.
1.4. Throughout this BIDDING documents, the term "bid" and "tender" and their derivatives
("bidder/ tenderer", "Bid/tendered/tender", "bidding/tendering", etc.) are synonymous,
and day means calendar day. Singular also means plural.
2. ELIGIBLE BIDDERS
2.1 Documents Establishing Bidder's Qualification.
2.1.1 Pursuant to qualification criteria specified in Material Requisition (as applicable), the bidder shall
furnish all necessary supporting documentary evidence to establish the bidders claim of meeting
qualification criteria.
2.1.2 The bidder shall furnish, as part of his bid, documents establishing the bidder's eligibility to bid
and his qualifications to perform the contract if his bid is accepted.
2.1.3 The documentary evidence of the bidder's qualifications to perform the contract if their bid are
accepted, shall establish to the OWNER'S/CONSULTANT'S satisfaction that, the bidder has the
financial, technical and productions capacity necessary to perform the contract.
2.1.4 A bidder shall not be affiliated with a firm or entity:
(i.) that has provided consulting services related to the work to the EMPLOYER during
the preparatory stages of the works or of the project of which the works form a part, or
(ii.) that has been hired by the Employer as engineer/consultant for the contract.
2.2 The bidder shall not be under a declaration of ineligibility by EMPLOYER for corr upt or
fraudulent practices as defined at clause no.38 of ITB
5. SITE VISIT
5.1. The Bharat Petroleum Corporation Limited is located in Mahul District of Maharashtra State.
5.2. The bidder is advised to visit and examine the site or / locations of warehouse and its
surroundings and obtain for itself, at its own responsibility, all the information that may be
Page 3 of 21
Page 70 of 321
necessary for preparing the bid and entering into the Contract. The cost of visiting the site shall
be at the bidder's own expense.
5.3. The bidder or any of its personnel or agents will be granted permission by the Owner to enter
upon its premises and land for the purpose of such visits, but only upon the express condition
that the bidder, its personnel, and agents will indemnify the Owner and its personnel and agents
from and against all liabilities in respect thereof, and will be responsible for death or personal
injury, loss of or damage to property, and any other loss, damage, costs, and expenses incurred
as a result of the inspection.
5.4. Bidder may contact the following for site visit purposes :
Mr.M.Sankar
Chief Project Manager,
Admin Building, BPCL,
Mumbai.
Mobile no. 098-3397-9391
Tel. No.: 022-25533320
BIDDING DOCUMENT. CLARIFICATION AND AMENDMENT
6.1 The Bidding Document has been hosted on EIL Website, other websites mentioned in the
RFQ covering letter and also in https://eprocure.gov.in/eprocure/app.
6.2 The bidder is expected to examine BIDDING document, bidding guidelines receipt from EIL
or available on EIL website, all instructions, formats, terms, specifications and drawings
etc., enclosed in the BIDDING documents. The invitation for bid (BIDDING) together with
all its attachment thereto, shall be considered to be read, understood and accepted by the
bidder. Failure to furnish all information required by the BIDDING documents or submission of
a bid not substantially responsive to the BIDDING documents in every respect will be at
bidder's risk and may result in the rejection of the Bid.
8.1 At any time prior to the deadline for submission of bids, the Owner/Consultant may, for any
reason, whether on its own requirement or in response to a clarification requested by
prospective bidders, modify the BIDDING documents by issuing addenda.
8.2 Any addendum thus issued shall be part of the BIDDING documents. The addendum will be
hosted on the EIL's website http://tenders.eil.co.in & https://eprocure.gov.in/eprocure/app.
All the bidders have raised the queries in pre-bid meeting, shall be informed by e-
mail/Fax/Courier about the addendum for their reference. Bidders have to take into
consideration of all the addendum(s) / corrigendum (s) / clarifications issued/ web hosted,
before submitting the bid.
Page 4 of 21
Page 71 of 321
8.3 The Owner/Consultant may, at its discretion, extend the date of submission of Bids in order to
allow the bidders a reasonable time to furnish their most competitive bid taking into account the
amendments issued.
PREPARATION OF BIDS
9. LANGUAGE OF BID
9.1. The Bid prepared by the bidder, all correspondence/drawings and documents relating to the bid
exchanged by the bidder with the Owner/Consultant shall be in English Language as per clause
no.4 of GPC. In case any printed literature furnished by the bidder may be written in another
language so long as accompanied by an English translation, in which case, for the purpose of
interpretation of the bid, the English translation shall govern.
9.2. In the event of submission of any document/ certificate by the Bidder in a language other than
English, the English translation of the same duly authenticated by Chamber of Commerce of
Bidder's country shall be submitted by the Bidder. Metric measurement system shall be applied.
Bidder shall ensure to submit above document as applicable on or before Bid Due Date. 10.1.
Bidder shall furnish, as part of its Bid, EMD for an amount as indicated in the NIT/NIB/ IFB. If the
Bidder is unable to submit Bid Document Fee & EMD in original within the due date & time,
then bidder shall submit the original Bid Document Fee & EMD within 7 days from the date of
unpriced bid opening, provided copy of the same have been uploaded on E-Tendering
Website.
In case the bidder fails to submit the same in original within 7 days, then their bid shall be
rejected, irrespective of their status/ ranking in tender and notwithstanding the fact that a copy
of Bid Document Fee & EMD was earlier uploaded by the bidder. OW NER shall not pay any
interest on EMD furnished.
The EMD/Bid Security shall be in favour of Bharat Petroleum Corporation Limited payable at
Mumbai in the form of crossed demand draft or non-revocable Bank Guarantee in the
prescribed pro-forma. The Bank Guarantees for submission of EMD/Bid Security shall be
obtained from any Scheduled Commercial Bank (other than co-operative Bank) in India or any
Indian Branch of Foreign Bank as per the format provided along with the RFQ.
Page 5 of 21
Page 72 of 321
The bank guarantee for submission of EMD shall be valid 2 (Two) months more than bid
validity.
EMD/Bid securities of unsuccessful bidders will be returned upon award of Contract. However,
EMD of the successful Bidder will be returned upon the Bidder's executing the Contract, and
furnishing the PBG.
if a Bidder withdraws its bid during the period of Bid Validity or does any
breach of tendering terms and conditions, or
in case of a successful Bidder, if the Bidder fails, within the specified period:
11.2. Price quoted by the bidder, shall remain firm & fixed until completion of the contract and will not
be subject to any variation, except statutory variation except statutory variation in taxes, duties &
levies pursuant to relevant provisions in Special Purchase Conditions.
11.3. The bidder shall quote the price for item in the Price Schedule after careful analysis of cost
involved for the performance of complete work considering all parts of the RFQ Documents. In
case, any activity though specifically not covered but is required to complete the work as per
scope of work, scope of supply, specifications, standards, drawings, GPC, SPC or any other part
of RFQ Document, the prices quoted shall deemed to be inclusive of cost incurred for such
activity.
11.4. Domestic bidder to consider Merit rate of custom duty for their import content. Bidder shall
ascertain the applicable merit rate of customs duty and shall be solely responsible tow ards
applicability and correctness of such rates. The evaluation and ordering shall be carried out
based on the merit rates of customs duty considered by the bidder. The bidder(s) must indicate
quantity, CIF value & rate of custom duty considered in the Price Schedule.
If bidder has considered Customs Duty for import contents other than the Merit Rate of Customs
Duty in their offer, then statutory variation on the Customs Duty will be payable extra on the
Merit Rate of Custom Duty or the rate of Custom Duty considered by the bidder, whichever is
lower.
11.5. Owner will issue concessional form 'C for CST only. No concessional form 'D' shall be issued
for VAT.
11.6.1 FOT despatch Point price of item including packing & forwarding, (such price to include
fabrication /manufacturing of item, all costs as well as duties and taxes paid or payable on
components and raw materials incorporated or to be incorporated in the goods, inspection
testing etc.) but excluding applicable taxes and duties on finished goods.
Page 6 of 21
Page 73 of 321
11.6.2 Supply price shall be exclusive of Excise Duty (including Cess) and CST (with concessional
form) or VAT (without concessional form) which will be applicable on the finished goods.
11.6.3 Item wise Transportation Charges upto respective project site exclusive of Service Tax and Ed
Cess thereon. Transit Insurance & Road permit shall be arranged by Owner. If a supplier does
not quote freight charges, his offer shall be loaded with maximum freight charges as quoted by
the other bidders.
11.6.4 Site work Prices, if applicable as per MR for the scope of work mentioned in MR / RFQ
Documents, exclusive of Service Tax & inclusive of VAT on Work Contracts. All necessary taxes
& duties and registration, if required for carrying out the site activities shall be done by the bidder
and cost towards the same shall be included in quoted site work prices.
11.6.5 Per-diem Supervision Charges shall be exclusive of Service tax, if applicable as per MR.
11.6.7 CIF value of import for raw material and components incorporated or to be incorporated in the
goods and included in quoted price. The bidder shall provide description of such material,
quantity, rate, value etc.
11.6.8 Merit rate of Import Duties (rate) considered on above CIF value of import for raw material and
components and included in the quoted prices.
11.6.9 In case a bidder does not furnish built-in CIF value and confirmed that quoted prices are firm
and fixed, in that case bidder will not be entitled to claim any variation in the Import Duties
even if bidder has quoted their prices considering Import Duties.
11.7.1 Bidders shall submit their prices on FOB -International Port of Exit basis and also quote for
Ocean Freight charges upto the port of entry- Mumbai (India) as detailed out in the price
schedule.
11.7.2 The request for separate FOB Price and Ocean Freight is merely to facilitate the comparison of
bids and will not in any way limit Owner's right to order on different terms.
11.7.3 In case of award, initially the purchase order (PO) shall be placed on FOB basis and Owner
reserves the right to convert the same to CFR basis within 45 days, from the date of placement
of order based on shipping details of consignment (complete in all respect) indicated in the bid.
Therefore, the quoted Ocean Freight Charges should be valid for additional 45 days from the
date of Order. In case bidder is unable to provide the complete shipping/consignment details in
his bid, these 45 days shall be considered from the date of receipt of all required shipping details
of consignment for converting order from FOB to CFR.
11.7.4 FOB Prices quoted shall be inclusive of all applicable taxes, packing & forwarding etc. applicable
upto FOB - International Port of Exit.
11.7.5 Site work Prices, if applicable as per MR for the scope of work mentioned in MR / RFQ
Documents exclusive of cenvatable Service Tax & inclusive of VAT on Work Contracts. All
necessary taxes & duties registration, if required for carrying out the site activities shall be done
by the bidder and cost towards the same shall be included in quoted site work prices.
11.7.6 Perdiem Supervision Charges, if applicable as per MR, shall be exclusive of cenvatable Service
Tax.
11.7.7 In case any of the foreign bidders receipt against the order are subject to tax deduction at
source in India, his quoted prices must be gross of Indian income tax and bidder
shall furnish all requisite information stipulated elsewhere in ITB of RFQ document.
Page 7 of 21
Page 74 of 321
12. BID CURRENCY
12.1 Bidding currency shall be Indian Rupees for Indian bidders and US Dollars / EUROs /
Indian Rupees for foreign bidders in accordance with RBI guidelines.
12.2 A bidder expecting to incur a portion of his expenditure in the performance of Order in more than
one currency (limited to maximum two currencies) (In case foreign bidder supply some minor
components of supply from their Indian subsidiary/Branch Office) and wishing to be paid
accordingly shall indicate the same in the bid. In such a case, the bid shall be expr essed in
different currencies with the respective amounts in each currency together making up the total
price.
12.3 Currency once quoted will not be allowed to be changed. Owner/EIL shall not be compensating
for any exchange rate fluctuation.
13.2 In exceptional circumstances, prior to expiry of the original bid validity perio d, the Owner/EIL
may request that the bidder extend the period of validity for a specified additional period. The
requests and the responses thereto shall be made in writing (by fax/post/e-mail).
15. AGENTS/CONSULTANTS/REPRESENTATIVES/RETAINERS/ASSOCIATES
BPCL would prefer to deal directly with the manufacturers/ principals abroad without involving
any Indian agent. Agents/consultants/representatives/retainers/associates bids found at any
stage of evaluation i.e. from un-priced bid opening till priced bid opening shall be liable for
rejection.
17.2 The Owner / EIL may, in exceptional circumstances and at its discretion, on giving reasonable
notice to all prospective bidders who have purchased the bid document extend the deadline for
the submission of e-bids in which case all rights and obligations of the Owner /EIL and bidders,
previously subject to the original deadline will thereafter be subject to deadline as extended.
18.2 Unsolicited bids or bids being submitted to address other than one specifically stipulated in the
bid documents will not be considered for opening / evaluation / award.
Page 8 of 21
Page 75 of 321
19. MODIFICATION AND WITHDRAWAL OF BIDS
19.1 The Bidder may modify or withdraw its Bid after the Bid's submission but prior to the due date
prescribed for submission of Bids by selecting the detaching option available in the e-tender
portal (Refer Annexure-I to ITB for more details).
19.2 No bid shall be modified subsequent to the deadline for submission of bids.
19.3 No bid shall be allowed to be withdrawn in the interval between the deadline for submission of
bids and the expiration of the period of bid validity specified by the bidder. Withdrawal of a bid
during this interval shall result in the forfeiture of bidder's EMD/Bid security.
19.4 There are two specific features in CPPP viz, “Withdraw” and “Re-Submission”.
Bidders should not use the feature “withdraw” unless they have decided to withdraw their bids.
It is to be noted that once “withdraw” feature is used they will not be allowed to re-submit their
bid against this RFQ. In case a Bidder desires to change his bid for any reason before bid due
date, Bidder shall use “Re-Submission” feature.
20.2 Only those bidders, whose bids meet the qualification criteria and are technically and
commercially acceptable, will be informed the date, time and venue for price bid opening.
22.2 Any effort by a bidder to influence the Owner/EIL in any manner in respect of bid evaluation or
award will result in the rejection of that bid.
23.2 Prior to the detailed evaluation, the Owner/EIL will determine whether each bid is of acceptable
quality, is generally complete and is responsive to the RFQ Documents. For the purposes of
this determination, a responsive bid is one that conforms to all the terms, conditions and
specifications of the RFQ Documents without deviations, objections, conditionality or
reservations.
23.3 Bidder shall not be allowed to submit any Price Implication or Revised Price after submission
of Bid, unless there is change in the stipulations of the RFQ Document and such changes are
incorporated through an Amendment. In case Exceptions and Deviations submitted by Bidder
along with Bid are not considered as acceptable and no Amendment is issued, then in such a
case the Bidders would be required to withdraw such Exceptions/Deviations in favour of
stipulations of the RFQ document and Bidders would not be eligible for submission of Price
Implication/Revised Price, failing which such Bid(s) shall be considered as non responsive and
rejected.
Page 9 of 21
Page 76 of 321
23.4 The Owner/EIL determination of a bid's responsiveness is to be based on the contents of the
bid itself without recourse to extrinsic evidence. If a bid is not responsive, it will be rejected by
the Owner/EIL, and may not subsequently be made responsive by the bidder by correction of
the nonconformity.
24.2 BPCL may claim Cenvat /input tax credit on customs duty (CVD/ Additional CVD) / service tax
/ VAT / Excise Duty and education cess as per the relevant statutes in force and the credit on
account of the same shall be considered for evaluation. The bidders shall furnish the present
rate of excise/customs duty, CVD, Service Tax, Education cess and VAT / CST as applicable
and is payable against proper invoice as per statutes. The bidders should quote taxes and
duties separately (In rates as well as in values).
24.3 Service Tax applicable on freight is not cenvatable to BPCL, Hence CENVAT / Set-off Benefit
towards service tax on freight, shall not be considered during evaluation.
24.4 Any Statutory variation in taxes and duties, within the contractual delivery date, shall be on
owner's account, against submission of documentary evidence. However, in case of delay in
delivery beyond the contractual date, for reasons attributable to seller, any increase in these
rates shall be borne by seller, whereas any decrease shall be passed on to the owner. BPCL
shall take CENVAT benefit as applicable. VAT on Works Contract, if applicable, shall be
included in the quoted prices and no variation including statutory variations shall be payable by
BPCL on VAT on Works Contract.
24.5 Further, in case of delay in delivery, due to reasons attributable to seller, any new or additional
taxes, duties or levies imposed after the contractual delivery date shall be on seller's account.
24.6 For the purpose of applicability of statutory variations on taxes and duties (including imposition
of any new taxes/duties/levies, etc.) under above terms, each staggered delivery of lots (due in
a specific month as per delivery schedule for bulk items) shall be considered as delivery date
for the respective lot(s).
24.7 Foreign vendors shall include third party inspection charges of Third Party Inspection agency
(i.e. Lloyds/BV/DNV/TUV/CEIL) in the country of origin. In the case of foreign party sourcing
items from India the inspection shall be by EIL, no additional charges shall be payable to seller
on account of the same. However there shall be no change in third party inspection charges in
case of any change in sourcing from sub-vendors subject to the condition that in the case of
sourcing is shifted from abroad to India after placing the order, discount @ 1.25% of FOT
Despatch point price of the part sourced from India shall be passed on to BPCL.
24.8 Inspection of Indigenous items shall be done by EIL. In the case Indian party sourcing
materials from abroad, the bidder shall arrange inspection through Third Party Inspection
agency (i.e. Lloyds/BV/DNV/TUV/CEIL) in the country of origin & charges of the same shall be
included in quoted prices.
24.9.1 The bidder must ascertain and confirm along with supporting documents in the bid, if any
Customs Duty exemption / waiver is applicable to the products being supplied by him under
Page 10 of 21
Page 77 of 321
any multi-lateral / bi-lateral trade agreement between India and bidder's country.
24.9.2 The bidder shall be liable to provide all documentation to ensure availment of the exemption /
waiver. In case the bidder defaults on this due to any reason, whatsoever, he shall be liable to
bear the incremental Customs Duty applicable, if any.
24.9.3 Any Customs Duty applicability on account of any change in the bi-lateral / multi-lateral
agreement shall be to bidder's account.
24.9.4 Documentation to be furnished for availing the exemption / waiver of Customs Duty shall be
specifically listed in the Letter of Credit also as the pre-requisite for release of payment against
shipping documents and this documentation shall necessarily form a part of shipping
documents.
24.10 Purchase Preferences as applicable shall be considered as per clause no.33 of GPC.
24.11 In case bidder intend not to quote for certain item/tags/groups as applicable, then the bidder
shall mention "Not Quoted (NQ)" in respective cells of price schedule. Wherever cell is found
blank in the price schedule, then it shall be treated as "Not Quoted (NQ)" and evaluation of
bids shall be carried out accordingly.
25.1 In the event of any suo-moto increase in price sought by a vendor subsequent to the bid due
date and which is not as a result of any change in scope of supply or terms and conditions, the
bid of such a vendor shall be rejected for the items in which such suo-moto increase is made.
25.2 In the event of any suo-moto decrease in price sought by a vendor subsequent to the bid due
date and which is not as a result of any change in scope of supply or terms and conditions, the
reduction in price shall not be considered for evaluation however the same shall be considered
for ordering in case the bidder happens to be lowest.
26.2 The Owner/EIL will open price bids of all bidders notified to attend price bid opening in
presence of authorised bidders' representatives present at the time of priced bid opening. The
bidder's representatives who are present shall sign bid-opening register evidencing their
attendance.
26.3 The bidder's name, prices, and such other details as the Owner/EIL, at its discretion, may
consider appropriate will be announced and recorded at the time of bid opening.
i) When there is a difference between the rate in figures and in words for an item, the
rate which corresponds to the amount worked out by the Bidder for the item based on
the notional quantity specified, shall be taken as correct.
ii) When the rate quoted by the Bidder in figures and words tallies but the amount is
incorrect, the rate quoted by the Bidder shall be taken as correct
iii) When it is not possible to ascertain the correct rate as detailed above, the rate quoted
Page 11 of 21
Page 78 of 321
for the item in words shall be adopted as the quoted rate.
iv) If the total amount written against an item does not correspond to the rate written in
figures and if the rate in words is not written by the bidder, then the higher of the
rates, i.e. higher of the rate worked out by dividing the amount by the notional
quantity and the rate quoted shall be considered for evaluation. In the event that such
a bid is determined as the lowest bid, the lower of the rates shall be considered for
ordering.
v) Any uncalled for lump sum/ percentage or adhoc reduction/ increase in prices, offered
by the Bidders after opening of the prices, shall not be considered. However, if
reduction is from the recommended Bidder, such reduction shall be taken into
account for arriving at the contract value.
vi) If prices etc. are not filled up in the PRICED BID and are not as per the requirements
of the Bidding Document, the same shall be omitted from evaluation.
Bidders are requested to submit the offer in line with RFQ documents terms and conditions.
Any deviation to RFQ terms & conditions shall lead to bidder's offer liable for rejection except
for following loading provisions:
The Foreign Bids shall be loaded on FOB Port of Exit prices and the Indian Bids shall be
loaded on FOT Despatch Point prices.
a) Any differential payment terms offered by an Indian supplier as against the terms
specified in the RFQ/ GPC shall be loaded at 15% (simple interest) for the applicable
period as under:
b) Advance along with FOA/ PO will not be allowed. If a supplier insists for advance
Page 12 of 21
Page 79 of 321
payment along with FOA/PO, his offer shall be rejected.
c) Indian bidders to note that payment against dispatch documents through bank and
payment against submission of dispatch documents directly to BPCL, both are not
acceptable.
i. Performance Bank Guarantee shall be required in all cases of supplies of all values. In
case a supplier offers to give a PBG for less than 10% of order value, or for a lesser
period than what is provided in GPC, loading shall be done for the differential amount
and/ or the differential period. For differential period/ amount loading, the following
example will amplify the methodology (if GPC specifies 10% PBG for 18 months + 3
months claim period = Total 21 months)
ii. In case, bidder does not agree to submit the PBG, 10% payment shall be deducted and
withheld till the guarantee period.
iii. In case, bidder does not agree to submit the PBG or agree for deduction as per 30.3.N.
above, the offer shall be liable for rejection.
30.4 Delayed Deliveries (considering GPC clause of 0.5% un-delivered order value (UDOV) ~
5% total order value (TOV))
In case a Supplier does not accept the delayed delivery clause and/or takes any deviation
(indicates penalty clause/Liquidated Damages in place of Price Reduction Clause) or takes
exception to the percentage rate mentioned in GPC, the offer of such supplier(s) shall be
loaded as under:
Suppliers must quote firm & fixed prices unless price variation is specified in the RFQ. Where
price variation is permitted as per RFQ, the loading there to shall be as follows:
Page 13 of 21
Page 80 of 321
c) No ceiling on the formula specified (This 1.5 times the maximum ceiling specified
loading shall be done only after putting by other Suppliers. In case all other
efforts with Supplier to indicate ceiling and Suppliers have quoted firm prices then
obtaining BPCL's approval) @ 1.25% for every month of quoted
delivery period to be taken as ceiling.
d) No formula and no ceiling specified by Offer may be rejected.
Supplier (This shall be resorted to only after
putting efforts with Supplier and obtaining
BPCL's approval)
Note: in case of 'd', offer shall be rejected if two other technically acceptable offers are
available otherwise loading shall be done as per 'c'.
i) Indian Suppliers shall be asked to quote firm freight charges upto destination by
road transport for all cases.
ii) If a supplier does not quote freight charges, his offer shall be loaded with maximum
freight charges as quoted by the other bidders.
In case a supplier states that taxes/duties are not applicable at present and will be charged as
applicable at the time of delivery, then his bid shall be loaded by the maximum rate of
taxes/duties applicable.
i) Foreign Exchange Rate Variation/Custom Duty Variation For Indian Bidders (On Built-in
Import Content):
iii) Prices shall remain firm and fixed without any escalation except for statutory variation in
customs followed:
iv) Indigenous bidders shall be required to quote their prices including customs duty (Merit
rate) towards their built in import content. CIF content in Indian Rupees shall also be
furnished by Bidders along with the merit rate of customs duty considered.
v) The statutory variation in customs duty shall be subject to the following guidelines and
the supplier shall be asked to confirm the following in their bid:
(a) Maximum CIF value of import content shall be furnished in the bid.
(b) The material to be imported covering the above CIF value to be indicated in the bid.
(c) Any increase in price due to increase in customs duty rate beyond two-third of the
quoted delivery period will be to supplier's account. However, any decrease in
price due to decrease in customs duty rate at the time of actual clearance of imported
materials shall be passed on to BPCL.
Variation in price due to customs duty rate will be dealt with separately after
receipt of materials at site against documentary evidence.
Page 14 of 21
Page 81 of 321
31. EVALUATION CRITERIA FOR COMPARISON OF BIDS
Bids shall be evaluated on the basis of net effective price i.e. landed cost at Site including
third party inspection charges (if applicable) by EIL minus CENVAT / Set off benefit
available to BPCL.
If a supplier does not quote freight charges, his offer shall be loaded with maximum
freight charges as quoted by the other bidders.
Taxes/Duties:
The taxes & duties will be cost loaded as applicable. However, if a vendor states that
the sales tax/Excise Duty is not applicable at present or quotes lesser percentage and
will be charged as applicable at the time of delivery, then such vendor's price will be
loaded by the highest rate as indicated by the remaining vendors.
• Bids shall be evaluated on CFR basis including third party inspection charges (i.e. Lloyds/
BV/DNV/TUV/CEIL) in the country of origin and ocean freight as quoted by the bidder. In
case of pipes wherever the supplier has not indicated stowage charges, the FOB price
shall be loaded @ 10% of the bidder's quoted ocean freight. The seller shall not be allowed
to change port of shipment after quoting unless the bidder absorbs any additional cost on
account of the change.
• If a supplier does not ocean quote freight charges, his offer shall be loaded with maximum
ocean freight charges as quoted by the other bidders.
• Comparison shall be done on equivalent Indian Rupees basis considering RBI reference
rate of foreign exchange on the day of opening of price bids.
Bids shall be evaluated on the basis of net effective price i.e. landed cost at Site
including third party inspection charges (if applicable) by third party inspection agency as
nominated by BPCL minus CENVAT / Set off benefit available to BPCL. Further, wherever
Indian bidders are subject to EIL inspection, instead of third party inspection charges,
notional inspection charges @1.25% of FOT Despatch point price for EIL inspection shall
be considered
Page 15 of 21
Page 82 of 321
31.3.2 Foreign Bidders:
Bids shall be evaluated on the basis of landed cost at Site including the charges of inspection
by third party inspection agency, all duties, taxes and transportation charges as under less
Cenvatable CVD/SAD etc., Cenvatable service tax (if applicable):
Further, wherever offer of Foreign Bidders includes supplies sourced within India, such
supplies shall subject to EIL inspection (if required as MR), instead of third party
charges. In that case notional inspection charges for EIL inspection @1.25% of FOT
Despatch point price quoted by Bidder for Indigenous supplies shall be considered.
31.4 Cost of Mandatory (Insurance) spares if identified in the Material Requisition, commissioning
spares and special tools and tackles will be included for price evaluation of bids, but costs of
Spares for two years normal operation and maintenance shall be excluded.
31.5 Cost of loading towards Technical Parameters (Utilities etc.) wherever applicable shall be
carried out.
31.6 CENVAT / Set off benefit available to BPCL shall be considered during price evaluation. BPCL
shall claim CENVAT benefits on excise duty, CVD/SAD, Service tax as well as the cess
applicable and accordingly excise duty / CVD /SAD/Cess and these shall be considered and
necessary credit shall be given for evaluation and comparison of bids.
Wherever site works, AMC, training etc. are required as per MR/RFQ; the same shall be
considered for evaluation.
31.7 Spares: As per the evaluation criteria mentioned in SPC / ITB/MR on case to case basis.
31.9 EIL shall provide all requisite inspection services for all indigenous equipment / bulk
material procured for the project as part of EPCM services at no additional cost.
Page 16 of 21
Page 83 of 321
For imported items, the bidders quoted price shall include third party inspect ion charges,
which will be considered for evaluation of prices and included in the order value at the
time of award of order.
i. Offer evaluation and ordering basis as overall lowest basis in group MRS and in
individual item wise MRs on lowest basis as mentioned in Price schedule / Material
Requisition
ii. Bid should be complete covering the individual item wise scope of supply indicated in
the Bid documents,
iii. OWNER reserves the right to split the quantities / items of the PO as required among
the bidders,
iv. OWNER also reserves the right to consolidate the quantities of PO where it is
commercially prudent to place single order. In the case of shifting of order as above ,
the following shall govern :
b) Based on lowest evaluated item wise prices the shifting shall be carried out provided
the following conditions are met:
Shifting shall be done only if shifting cost of each order is upto Rs.1, 00,000/.
Shifting shall not be resorted to if the value of the order is more than 25% of the
total order value of the recommendation. However, this ceiling will not be
applicable where total order value of recommendation is upto Rs. 4.0 Lakh.
In case the order value on L1 bidder is more than Rs 2,00,000/- then shifting
shall not be resorted.
With above shifting the selected bidder for award will be deemed to be L1 bidder.
Excise duty, Central Sales Tax, VAT, Service Tax shall not be included in the
quoted prices and shall be payable extra at actuals. Works contract tax shall be
included in the quoted prices and no variation including statutory variations shall
be payable by BPCL on WCT. BPCL shall claim eligible credit on
CENVAT/service tax/VAT quoted by the Vendor and therefore eligible portion of
CENVAT/service tax/VAT shall be considered for price comparison. Vendor shall
be required to furnish proper invoices issued in accordance with relevant rules
for enabling BPCL to avail CENVAT benefits. Further, the amount of excise duty,
service tax, Central sales Tax, VAT shall only be payable against submission of
CENVATABLE / VATABLE invoices subject to maximum amount quoted in the
offer and in case of non-submission, will not be paid.
Page 17 of 21
Page 84 of 321
33. PRICE CHANGES / IMPLICATIONS AFTER OPENING OF PRICE BIDS
33.1 After opening of price bid, if the party increases the price, though within the validity period
and even though the offer remains lowest, the bid should be rejected. Such bidders shall
be debarred for future enquiries for such action of bidders as a penal measure.
33.2 Suo-moto Price reduction after price bid opening are to be ignored for evaluation.
However, if the same party happens to be the lowest based on original price bids, the
benefit of such reduction may be availed of.
33.3 Any correspondence, including price changes, if any, received from the vendors after
price bid opening shall be sent to BPCL in as received condition, along with EIL's
recommendation, if any.
AWARD OF WORK.
The Owner/EIL will award the order to the successful bidder (s) whose bid has been
determined to be substantially responsive, and/or have been determined as a lowest bid
on least cost basis to Owner and is determined to be qualified to satisfactorily perform the
Order.
35.2 Owner/EIL reserves the right to delete the requirement of any one or more items of MR
without assigning any reason.
36. OWNER'S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY BID
The Owner/EIL reserves the right to accept or reject any bid, and to annul the bidding
process and reject all bids at any time prior to award of the order wit hout thereby
incurring any liability to the affected bidder or bidders or any obligations to inform the
affected bidder or bidders of the ground for Owner/EIL's action.
37.2 The Delivery Schedule shall commence from the date of notification of award / Fax of
Acceptance (FOA).
37.3 Award of Contract/Order will be by issuing Fax of Acceptance (FOA) of your bid. FOA will
contain price, delivery and other salient terms of bid and RFQ Document.
Bidder will be required to confirm receipt of the same by returning "Copy of the FOA" duly
signed and stamped by the bidder as a token of acknowledgement to Owner and EIL. On
receipt of acknowledgement without any deviation / condition, detail Purchase Order /
Contract will be issued in quadruplicate. Three copies of the same without any condition /
deviation will be returned duly signed and stamped by the bidder as a token of
acknowledgement to Owner and EIL.
Page 18 of 21
Page 85 of 321
the OWNER, and includes collusive practice among bidders ( prior to or after bid
submission ) designed to establish bid prices at artificial non-competitive levels and to
deprive the OWNER of the benefits of free and open competition.
38.2 The OWNER will reject a bid for award if it determines that the bidder recommended fo r
award has engaged in fraudulent practices in competing for the Contract in question.
Bidder is required to furnish the complete and correct information/ documents required
for evaluation of their bids, if the information/ documents forming basis of eval uation is
found to be false/ forged, the same shall be considered adequate ground for rejection of
bids and forfeiture of Earnest Money Deposit.
38.4 In case, this issue of submission of false document comes to the notice after execution of
work, OWNER shall have full right to forfeit any amount due to the
Bidder/Vendor/Contractor along with forfeiture of CPBG/Security Deposit furnished by the
Bidder/Vendor/Contractor.
38.5 Further, such Bidder/Vendor/ Contractor shall be put on Blacklist/ Holiday/Negative List of
OWNER debarring them from future business with OWNER and EIL for a time period, as
per the prevailing policy of OWNER and EIL.
a) Proforma of Integrity Pact (IP) attached shall be returned by the Bidder/s along with the
bid documents, duly signed by the same signatory who is authorized to sign the bid
documents. All the pages of the Integrity Pact shall be duly signed. Bidder's failure to
return the IP duly signed along with the bid documents (as instruction mentioned above)
shall result in the bid not being considered for further evaluation.
b) If the Bidder has been disqualified from the bidding process prior to the award of the
contract in accordance with the provisions of the Integrity Pact, BPCL shall be entitled to
demand and recover from Bidder Liquidated Damages amount by forfeiting the EMD/Bid
Security as per provisions of the Integrity Pact.
c) If the contract has been terminated according to the provisions of the Integrity Pact, or if
BPCL is entitled to terminate the contract according to the provisions of the Integrity Pact,
BPCL shall be entitled to demand and recover from Contractor Liquidated Damages
amount by forfeiting the Security Deposit/Performance Bank Guarantee as per provisions
of the Integrity Pact.
Page 19 of 21
Page 86 of 321
d) Bidders may raise disputes/complaints, if any, with the nominated Independent External
Monitor, mentioned below:
42. T&C FOR FOREIGN SUPPLIERS (TO WHOM RFQ ISSUED) OPERATED
THROUGH THEIR INDIAN SUBSIDIARIES
Methodology in case bid is submitted through subsidiary/ parent/ another subsidiary of
manufacturer's parent company
Where ever a limited enquiry is issued to a foreign company, being approved the OEM(the
manufacturer) and enlisted with EIL, but the OEM requests to bid through abider which may be his
subsidiary or his parent or another subsidiary of his parent, following methodology shall be followed:
2. A company shall be considered as subsidiary of its parent if any one of the following criteria
is being met:
subsidiary,
ii) Controls more than half of the voting right of the subsidiary.
iii) Owns more than half of the paid-up equity of the subsidiary. For the purpose of
definition of subsidiary, if a company A is a subsidiary of company B which is, in
turn, a subsidiary of company C then company A will be considered to be a subsidiary
of company B as well as C.
5. In case bidder proposes to ship the material from a warehouse/works which may or may not be
enlisted with EIL, the same shall be considered acceptable subject to following conditions.
a) All items to be sourced (duly inspected under TPI) from OEM except minor
outsourced accessories and the methodology for their assembly by Bidder will be spelt
out in the offer by bidder.
b) EIL/ Third Party Inspection (by any of the agencies mentioned in the RFQ) shall
be conducted before dispatch of the items from OEM works.
c) OEM shall issue an authorization by the authorized signatory to the Bidder towards the
above arrangement.
Page 20 of 21
Page 87 of 321
d) OEM shall furnish a backup corporate guarantee duly signed by the authorized
signatory towards the performance of the equipment & accessories.
f) In the event of an award, the FOA/ PO shall be placed on the Bidder and shall specify the
OEM works as well as the final dispatch point.
i) PAN No. as per the Indian Income Tax requirements failing which the
Supplier/Contractor/Consultant shall be responsible for any additional tax deduction
at source as per the provisions of the Indian Income Tax Act/Rules and the same
shall be deducted from the payment made to supplier/contractor/consultant.
ii) Tax Residency Certificate (TRC) containing prescribed particulars as per the
enclosed Appendix-A from the Government of foreign country in order to claim the
benefits of DTAA as per the Indian Income Tax requirements failing which the relief
under DTAA will not be available and consequently the higher rate of withholding tax
@25% will be applicable and deducted from the payment made to
supplier/contractor/consultant (i.e., non-resident taxpayer). The TRC shall be duly
verified by the Government of the country of which the assess claims to be a resident
for the purposes of tax.
iii) In additional to TRC, bidder in order to claim the benefits of DTAA shall also
submit additional information in form no. 10F (enclosed as Appendix-B). Form 10F
has to be signed & verified by the assesses himself.
If some information is already contained in TRC, the bidder shall not be required to
provide that information in Form no. 10F but even then Form no. 10F is required to be
provided by the bidder. However, the bidder may write Not Applicable in the relevant
column in case that information is already contained in TRC.
The above shall be furnished before release of any payment or within one month of the
release of Order, whichever is earlier failing submission of the above information, any
additional tax liability on purchaser, will be deducted from the payment due to the
bidder.
Page 21 of 21
Page 88 of 321
Appendix-A
TRC obtained by the Non-resident from Government of foreign country shall contain the following
particulars:
Page 89 of 321
Page 90 of 321
INDEX
1. DEFINITIONS
2. SUPPLIER’S SCOPE
3. DELIVERY SCHEDULE / COMPLETION PERIOD
4. DISPATCH INSTRUCTION
5. PACKING, MARKING AND SHIPMENT
6. INSURANCE
7. INSPECTION
8. INDEPENDENT SUPPLIER
9. TAXES & DUTIES
10. RECOVERY OF CUSTOM DUTY, EXCISE DUTY AND SALES TAX
11. REJECTION OF MATERIAL
12. LIMITATION OF LIABILITY
13. PURCHASER’S RIGHTS AND REMEDIES
14. PERFORMANCE BANK GUARANTEE
15. PAYMENT TERMS
16. DEDUCTION OF SOURCE
17. PAYING AUTHORITY
18. ORIGIN OF GOODS
19. QUALITY ASSURANCE / QUALITY CONTROL
20. FRAUDULENT PRACTICES
21. STATUTORY APPROVALS
22. PRICE REDUCTION SCHEDULE
23. FINANCIAL DETERRENT FOR VIOLATION OF HSE
24. LIEN
25. SETTLEMENT OF DISPUTE BETWEEN GOVT. DEPT./ PUBLIC SECTOR UNDERTAKINGS
26. POST ORDER CORRESPONDENCE
27. INDEPENDENT EXTERNAL MONITORS
28. PART ORDER/REPEAT ORDER
29. BID VAILIDTY
Page 91 of 321
SPECIAL PURCHASE CONDITIONS (SPC)
EIL-SPC-A269 Page 3 of 15
Page 92 of 321
be applicable. The penalty shall generally be 1.5 times the per diem rate for each day of delay of
reporting to site and shall be in addition to price reduction for delayed delivery.
3.5 The delivery schedule / completion period shall be reckoned from the date of Fax of Acceptance.
3.6 For Indian Bidder date of LR/GR shall be considered as date of delivery or date of receipt of material at
site shall be the date of delivery as specified in RFQ/FOA/PO. For Foreign Bidder date of clean bill of
Lading shall be considered as date of Delivery.
4. DESPATCH INSTRUCTIONS
4.1 Supplier shall obtain despatch clearance from the purchaser prior to despatch.
4.2 Following despatch documents are required to be submitted by the Supplier immediately after shipment
is made.
Commercial Invoice
Dispatch instructions/ clearance by Purchaser/Consultant.
Inspection Release Note by Third Party Inspection Agency / Purchaser / Consultant.
LR/ GR / Clean Bill of Lading.
Packing List
Test Certificates (NDT reports, MTC, etc. as per MR)
Certificate of Measurement and Weight
List of documents as specified in Vendor Data Requirement in Material Requisition &
counter signed & stamped by TPIA /EIL.
In addition to above documents in case of Foreign Bidder following documents are also
required to be submitted
EIL-SPC-A269 Page 4 of 15
Page 93 of 321
India the inspection shall be by EIL, no additional charges shall be payable to seller on account of the
same. However there shall be no change in third party inspection charges in case of any change in
sourcing from sub-vendors subject to the condition that in the case of sourcing is shifted from abroad to
India after placing the order, discount @ 1.25% of FOT Despatch point price of the part sourced from
India shall be passed on to BPCL.
7.3. The Third Party Inspection (TPI) Agencies mentioned in clause no.7.2 of GPC or any wherein the RFQ
shall stand modified with the TPI Agencies indicated at above clause no.7.1 and 7.2.
8. INDEPENDENT SUPPLIER
It is expressly understood and agreed that Supplier is an independent party and that neither the
Supplier/ its personnel are servants, agents or employees of Purchaser/ Consultant nor the Supplier
has any kind of interest in other Suppliers.
9. TAXES & DUITES
9.1. EXCISE DUTY (Applicable only for Indian Bidders):
Quoted Price should be exclusive of Excise Duty including Ed Cess applicable on Finished Goods.
Applicable rate of Excise Duty including Ed Cess should be indicated by the bidder in Price
Schedule / Annexure-1 to Agreed Terms and Conditions. Statutory variation in Excise Duty
including Ed Cess on finished goods within the contractual delivery period shall be to Owner’s
account against submission of the documentary evidence. However, any increase in the rate of
Excise Duty including Ed Cess beyond the contractual completion period shall be to bidder’s
account. Any decrease in the rate of Excise Duty including Ed Cess shall be passed on to the
Owner.
Supplier shall provide CENVAT documents for claiming cenvat benefit towards Excise Duty. In case
purchaser is unable to avail CENVAT benefit based on the documents furnished by the seller, then
such amount of Excise Duty shall not be reimbursed.
9.2. CENTRAL SALES TAX (CST) / VAT (Applicable only for Indian Bidders):
Quoted Price should be exclusive of CST (with concessional form) or VAT (without concessional
form) applicable on the finished goods. Applicable rate should be indicated by the bidder in Price
Schedule / Annexure-1 to Agreed Terms and Conditions. Statutory variation in CST / VAT on
finished goods within the contractual delivery period shall be to Owner’s account against
submission of the documentary evidence. However, any increase in the rate of CST/ VAT beyond
the contractual completion period shall be to bidder’s account. Any decrease in the rate of CST/
VAT including Ed Cess shall be passed on to the Owner. The present rate of input tax credit
available to owner on MVAT is 100% of applicable rate.
Supplier shall provide necessary documents for claiming input tax credit on MVAT. In case
purchaser is unable to avail input tax credit on MVAT based on the documents furnished by the
seller, then such amount of MVAT shall not be reimbursed which was considered for evaluation.
The remaining portion of Non Cenvatable MVAT shall be reimbursed against documentary
evidence.
Owner will issue C-Form to the bidders & no concessional form ‘D’ shall be issued for VAT.
9.3. CUSTOM DUTY, CVD & SAD (Applicable only for Indian Bidder):
Quoted Price shall be inclusive of Import Duties (Custom Duty, CVD & SAD) on the import content if
any in the supply. Bidder to indicate CIF value of the import content and applicable merit rate of Import
Duties on the import content in the Price Schedule / Annexure-1 to Agreed Terms and Condition.
rd
Statutory variation on Import Duties within the 2/3 of contractual delivery period shall be to Owner’s
account against submission of the documentary evidence and shall be given as per CIF value and
applicable merit rate of import duties indicated by the bidder in their offer. Any increase in the rate of
rd
Import Duties on CIF value beyond the 2/3 of contractual completion period shall be to bidder’s
account. Any decrease in the rate of Import Duties on CIF shall be passed on to the Owner.
In case of Merit rate of Custom Duty, BPCL shall not issue Project Authority Certificate (PAC) / Import
License to the Suppliers.
9.4. SERVICE TAX:
9.4.1. TRANSPORTATION CHARGES (Applicable only for Indian Bidders):
EIL-SPC-A269 Page 5 of 15
Page 94 of 321
Quoted Transportation charges shall be exclusive of applicable Service Tax including Ed Cess.
Applicable rate of Service Tax including Ed Cess should be indicated by the bidder in Price
Schedule / Annexure-1 to Agreed Terms and Conditions. Statutory variation in Service Tax
including Ed Cess on transportation within the contractual delivery period shall be to Owner’s
account against submission of the documentary evidence. However, any increase in the rate of
Service Tax including Ed Cess beyond the contractual completion period shall be to bidder’s
account. Any decrease in the rate of Service Tax including Ed Cess shall be passed on to the
Owner.
9.4.2. SUPERVISION / TRAINING CHARGES:
Quoted Supervision / Training Charges shall be exclusive of applicable Service Tax including Ed
Cess. Indian Bidder to indicate applicable rate of Service Tax including Ed Cess on Supervision /
Training Charges in Price Schedule. Statutory variation in Service Tax on Supervision / Training
Charges within the contractual delivery period shall be to Owner’s account against submission of
the documentary evidence. However, any increase in the rate of Service Tax beyond the
contractual completion period shall be to bidder’s account. Any decrease in the rate of Service Tax
including Ed Cess shall be passed on to the Owner.
For Foreign Bidder Service Tax on Supervision / Training Charges shall be paid by the Owner directly.
9.4.3. SITE WORK:
Quoted Site Work Prices shall be exclusive of applicable Service Tax. Bidder to indicate applicable rate
of Service Tax including Ed Cess on Site Work Charges in Price Schedule. Statutory variation in
Service Tax on Site Work Charges within the contractual delivery period shall be to Owner’s account
against submission of the documentary evidence. However, any increase in the rate of Service Tax
beyond the contractual completion period shall be to bidder’s account. Any decrease in the rate of
Service Tax including Ed Cess shall be passed on to the Owner.
Bidder to quote their rates exclusive of Service tax at full rate.
Supplier shall provide CENVAT documents for claiming Cenvat benefit towards Service Tax. In case
purchaser is unable to avail CENVAT benefit based on the documents furnished by the seller, then
such amount of service tax shall not be reimbursed
9.5. VAT ON WORK CONTRACTS:
Quoted Site Work Prices shall be inclusive of applicable VAT on Work Contracts. No variation on any
account (including Statutory) on VAT on Work Contracts applicable on Site Work Prices shall be paid
by the Owner.
VAT on Work Contracts as applicable shall be deducted at source and TDS certificate shall be issued
to the Bidder.
As per provision of Maharashtra VAT, it is mandatory that the bidder has to be a registered dealer
under the Act before getting payment for his works contract. The contractor has to produce an
authenticated copy of the certificate of registration under MVAT Act or furnish an undertaking for
getting so registered.
9.6. OCTROI / ENTRY TAX:
9.6.1. For Supply items: Entry Tax / Octroi on supply component shall be reimbursed by purchaser against
documentary evidence.
For Work Contract at Site: Entry Tax / Octroi on material brought by the Seller to site for execution of
work at site shall be borne by the Seller and quoted prices should be inclusive of such Entry Tax /
Octroi. No variation on any account (including Statutory) on such entry tax shall be paid by the Owner.
Bidders who have quoted octroi less than the applicable rates at the time of bidding, than the octroi
charges will be paid as per their quoted percentage. During the invoicing, if they claim more than their
quote, same will not be paid. It may also be noted that materials are required on door delivery basis,
hence vendor shall pay freight and octroi charges and same will be reimbursed by BPCL on
submission of original documents maximum to their quoted rates. Bid evaluation shall be done based
on their quoted rates only.
9.7. ADDITIONAL TAXES & DUTIES (Applicable for Indian Bidder)
EIL-SPC-A269 Page 6 of 15
Page 95 of 321
Within the contractual delivery period, if any new taxes and/or duties come into force the same will be
reimbursed to bidder against documentary evidence. However any new or additional taxes/ duties
imposed after contractual delivery shall be to Vendor’s account.
9.8. In case of Foreign Bidder quoted FOB Prices shall be inclusive of all charges inclusive of all applicable
taxes & duties, applicable upto FOB Port of Exit.
9.9. All necessary taxes & duties registration, if required for carrying out the site activities shall be done by
the bidder and cost towards the same shall be included in quoted prices.
9.10. Any Statutory variation in taxes and duties, within the contractual delivery date, shall be on owner’s
account, against submission of documentary evidence. However, in case of delay in delivery beyond
the contractual date, for reasons attributable to seller, any increase in these rates shall be borne by
seller, whereas any decrease shall be passed on to the owner. BPCL shall take CENVAT benefit as
applicable. Works Contract Tax, if applicable, shall be included in the quoted prices and no variation
including statutory variations shall be payable by BPCL on WCT.
9.11. Further, in case of delay in delivery, due to reasons attributable to seller, any new or additional taxes,
duties or levies imposed after the contractual delivery date shall be on seller’s account.
9.12. For the purpose of applicability of statutory variations on taxes and duties (including imposition of any
new taxes/duties/levies, etc.) under above terms, each staggered delivery of lots (due in a specific
month as per delivery schedule for bulk items) shall be considered as delivery date for the respective
lot(s).
9.13. Bidder to note that any additional implication (positive implication) due to error in considering the
applicable rates of taxes & duties in the bid shall be borne by bidder only.
9.14. The bidder shall also comply with the clause no.6 of GPC.
10. RECOVERY OF CUSTOM DUTY, EXCISE DUTY AND SALES TAX
In case of Indian Bidders, if the Statutory Variation entitles the employer to recover the amount
(irrespective of contractual delivery) such amount will be recovered from any bill of the Supplier
immediately on enforcement of such variation under intimation to the Supplier.
11. REJECTION OF MATERIAL
Any materials/goods covered under scope of supply, which during the process of inspection by
appointed third party, at any stage of manufacture/fabrication and subsequent stages as defined in
Material Requisition , prior to despatch is found not conforming to the requirements/specifications of
the Purchase Requisition/Order, shall be liable for immediate rejection.
Supplier shall be responsible and liable for immediate replacement of such material with acceptable
material or rectify the defective material upto the satisfaction inspection agency at no extra cost or
impact on the delivery schedule to PURCHASER.
12. LIMITATION OF LIABILITY
Notwithstanding anything contrary contained herein, the aggregate total liability of Supplier under
the Contract or otherwise shall be limited to 100% of contract value. However, neither party shall
be liable to the other party for any indirect and consequential damages, loss of profits or loss of
production.
EIL-SPC-A269 Page 7 of 15
Page 96 of 321
PBG to cover compensation for delay in mobilizing the erection/ commissioning personnel. This
BG will be released to the bidder upon the erection/ commissioning personnel reporting at site.
This BG shall be furnished along with last 10% supply payment and shall be initially valid up to
3 (three) months which shall be extended based on the request by BPCL.
15. PAYMENT TERMS
In partial modification of the payment terms as mentioned in the General Purchase Conditions, the
following payment terms shall be applicable.
15.1 PAYMENT TERMS (INDIAN BIDDERS):
15.1.1 Where the material requisition is only for supply of materials and there is no vendor data
requirement specified in MR e.g., bulk piping items etc.
100% within 30 days after receipt and acceptance of materials at site and on submission of a
performance bank guarantee for 10% of total order value, valid till the full guarantee period plus
three months’ claim period.
15.1.2 Where the material requisition calls for vendor drawings/technical documentation.
15.1.2.1 90% payment within 30 days of receipt and acceptance of materials at site upon satisfactory
completion of order including receipt of relevant technical documentation as specified in MR.
15.1.2.2 10% payment after receipt of final technical documentation as per purchase requisition against EIL’s
certification and on submission of performance bank guarantee for 10% of total order value, valid till full
guarantee period plus three months claim period.
15.1.3 Where supply of materials and erection or site work are in the scope of supplier and package
items.
15.1.3.1 SUPPLY
i) 5% on approval of all drawings at least in CODE-2 by EIL against submission of bank guarantee for
an equivalent amount valid till complete execution of order plus three months claim period.
ii) 15% after receipt of identified raw materials at vendor's works and against certification by EIL and
submission of bank guarantee for equivalent amount valid till complete execution of order plus three
months claim period.
iii) 60% after receipt of equipment/materials at BPCL's site. Billing schedule to be furnished by the
Vendor in case pro-rata payments are required.
iv) 10% after successful installation and erection of equipment (after site work) and submission of final
technical documents as required in the Purchase Requisition against EIL’s certification and on
submission of performance bank guarantee for 10% of total order value (Supply plus Site Work),
valid till full guarantee period plus three months claim period.
v) 10% within 30 days of handing over the successfully commissioned equipment after Site
Acceptance Test/PGTR and handing over of equipment to the Owner as per purchase order
against submission of final documents of certificate by EIL/BPCL for completion of activity.
In case owner intimation regarding availability of work front at site is not given upto 6 (Six) months
after receipt of all supplies at site, then last 20% (i.e. 10% as per 15.1.3.1 (iv) and 10% as per
15.1.3.1 (v)) payment shall be released against submission of a Bank Guarantee of equivalent
amount valid for 1 (One) year or such extended period as may be required in addition to submission
of performance bank guarantee for 10% of total order value (Supply plus Site Work), valid till full
guarantee period plus three months claim period. However in the event of delay in conducting the
Site Acceptance Test/PGTR, the bidder is not relieved of his responsibility to carry out the Site
Acceptance Test/PGTR. No additional payment shall be made for visit of supplier to site for Site
Acceptance Test/PGTR
15.1.3.2 Transportation Charges
100% within 4 weeks after receipt of materials at site.
EIL-SPC-A269 Page 8 of 15
Page 97 of 321
90% against monthly running bills (based on agreed billing schedule), duly certified by EIL.
10% within 30 days after final handing over of equipment package to BPCL at site.
i) 5% on approval of all drawings at least in CODE-2 by EIL against submission of bank guarantee
for an equivalent amount valid till complete execution of order plus three months claim period.
ii) 15% after receipt of identified raw materials at vendor's works and against certification by EIL and
submission of bank guarantee for equivalent amount valid till complete execution of order plus
three months claim period.
iii) 60% payment through NEFT against receipt of materials at site. Billing Schedule to be furnished by
the vendor in case pro-rata payments are required.
iv) 10% payment after receipt of final documents as required in Purchase Requisition against EIL’s
certification and on submission of performance bank guarantee for 10% of total order value, valid
till full guarantee period plus three months claim period.
v) Balance 10% within 30 days of receipt of equipment at site.
For items where supervision during erection, testing and commissioning is not required, Last 10%
payment shall be released within 30 days of receipt of equipment at site
15.1.6 Payment of Per Diem Charges For Supervision of Erection Testing and Commissioning
i) In case Performance Guarantee Test Run is not applicable, 100% of invoice amount shall be made
on completion of supervision activity on submission of Invoice, time sheet duly certified by Site-In-
charge at BPCL site. Payment shall be made after deducting income tax at applicable rates.
Service tax, if any, shall be paid on submission of service Tax invoice.
ii) In case Performance Guarantee Test Run is applicable, 100% of invoice amount shall be made
only against commissioning /demonstration of Performance Guarantee Test Run. In case PGTR not
performed within 6 months from erection & testing of material at site, payment of supervision for
erection & testing shall be released against submission of BG of equivalent amount valid for 1 year.
However in the event of delay in conducting the performance guarantee test run, the bidder is not
relieved of his responsibility to supervision of commissioning / carry out the performance guarantee
test run. No additional payment shall be made for visit of supplier to site for demonstrating the
performance, if the same is included in the scope of supplier.
iii) Where erection/commissioning supervision, commissioning assistance is required from the vendor,
penalty for non mobilization/delay in mobilization as per order shall also be specified in the
specifications. The penalty shall generally be 1.5 times the per diem rate for each day of delay of
reporting to site and shall be in addition to price reduction for delayed delivery.
iv) Wherever supervision is in the scope of MR, bidders shall provide additional BG of an amount
equal to the per diem charges for the number of days considered for evaluation over and above
10% PBG to cover compensation for delay in mobilising the erection/ commissioning personnel.
EIL-SPC-A269 Page 9 of 15
Page 98 of 321
This BG will be released to the bidder upon the erection/ commissioning personnel reporting at site.
This BG shall be furnished along with PBG and shall be valid up to six months which shall be
extended based on the request by BPCL.
15.1.8 GENERAL:
i) Excise duty, Service Tax and VAT shall be released only on receipt of Cenvatable / Vatable
copy of corresponding Invoice enabling availing of input credits by BPCL.
ii) No initial advance payment along with order shall be made by the Owner against supplies
as well as services (i.e., transportation, erection, site work etc.). If a supplier insists on the
same, the offer shall be rejected.
iii) Bank Guarantee(s) shall be issued through Scheduled commercial bank in India/ Indian
Branch of foreign Bank, directly to BPCL as per pro-forma enclosed and Vendor shall
enclose copy of the same along with invoice.
iv) All payments shall be released within 30 days of receipt of invoice and all requisite
documents, complete in all respects.
v) Billing schedule shall be submitted to EIL & BPCL by the vendor for approval within 30
days from the date of Purchase order wherever specified in the purchase order. No
payment against pro-rata dispatch shall be made without approval of billing schedule.
15.2.3 Where The Material Requisition Calls For Supply Of Material And Erection Or Site Work In The
Scope Of Supplier And Package Items.
15.2.3.1 SUPPLY PAYMENT:
EIL-SPC-A269 Page 10 of 15
Page 99 of 321
i) 90% of FOB Supply value payment through an irrevocable letter of credit against submission of
Shipping Documents.
ii) Balance 10% of FOB Supply value through direct wire transfer through normal banking channels on
completion of Site work including Installation, Commissioning and Site Acceptance Test/PGTR and
handing over to the Owner Test as per purchase order against submission of final documents of
certificate by EIL/BPCL for completion of activity or 6 months from receipt of material at site
(against BG of equivalent amount valid for 1 year or such extended period as may be required),
whichever is earlier. However in the event of delay in conducting the Site Acceptance Test/PGTR,
the bidder is not relieved of his responsibility to carry out the Site Acceptance Test/PGTR. No
additional payment shall be made for visit of supplier to site for Site Acceptance Test/PGTR.
The letter of credit shall be established only on receipt of acceptance of BPCL’s Fax of
acceptance/Order along with submission of Bank Guarantee (Towards Performance & Price
Reduction due to delay in delivery/completion) for 15% of Total order Value (Supply plus Site work)
valid up to 3 months (claim Period) beyond the Guarantee period.
15.2.4 Payment of Per Diem Charges for Supervision of Erection, Testing & Commissioning
i) In case Performance Guarantee Test Run is not applicable, 100% of invoice amount
through direct wire transfer as per normal banking channels on completion of supervision
activity on submission of Invoice, time sheet duly certified by Site-In-charge at BPCL site,
legible copy of visa (showing date of entry and date of exit from India) and passport
(showing Name and Nationality of the Personnel). Payment shall be made after deducting
income tax at applicable rate.
ii) In case Performance Guarantee Test Run is applicable, 100% of invoice amount shall be
made only against commissioning /demonstration of Performance Guarantee Test Run. In
case PGTR not performed within 6 months from erection & testing of material at site,
payment of supervision for erection & testing shall be released against submission of BG of
equivalent amount valid for 1 year. However in the event of delay in conducting the
performance guarantee test run, the bidder is not relieved of his responsibility to
supervision of commissioning / carry out the performance guarantee test run. No additional
payment shall be made for visit of supplier to site for demonstrating the performance, if the
same is included in the scope of supplier.
iv) Bidders shall also provide additional BG of an amount equal to the per diem charges for the
number of days considered for evaluation, over and above 10% PBG to cover
compensation for delay in mobilizing the erection/ commissioning personnel. This BG will
be released to the bidder upon the erection/ commissioning personnel reporting at site.
This BG shall be furnished along with PBG and shall be initially valid up to six months
which shall be extended based on the request by BPCL.
v) Payment of supervision services shall be made through direct wire transfer as per normal
banking channels on completion of supervision activity on submission of Invoice, time sheet
duly certified by Site-In-charge at BPCL site, legible copy of visa (showing date of entry and
date of exit from India) and passport (showing Name and Nationality of the Personnel).
Payment shall be made after deducting income tax at applicable rate.
EIL-SPC-A269 Page 11 of 15
Page 100 of 321
15.2.5 GENERAL:
i) No initial advance payment along with order shall be made by Owner against supplies as
well as services (i.e., transportation, erection, site work etc.). If a supplier insists on the
same, the offer shall be rejected.
ii) All Bank Guarantee(s) shall be issued through Scheduled Commercial bank in India or
Indian branch of Foreign Bank as per pro-forma enclosed. All Bank Guarantees will be
issued directly to BPCL by the bank.
iii) All bank charges and stamp duties payable outside India in connection with payments shall
be borne by the Supplier. All bank charges and stamp duties payable in India shall be
borne by BPCL except L/C amendment charges for delays in delivery and confirmation
charges for confirmed L/C (if required to seller) shall be borne by Supplier.
iv) Billing schedule shall be submitted to EIL & BPCL by the vendor for approval within 30
days from the date of Purchase order wherever specified in the purchase order. No part
shipment shall be made without approval of billing schedule.
15.2.6 TRANSPORTATION
In case of Purchase order placed on FOB Port of Exit basis, ocean transportation from FOB Port of
Exit to Designated Indian Port shall be arranged by BPCL through their nominated freight
forwarder. Bidder shall arrange handing over the material to BPCL freight forwarder at the
designated port of exit.
In cases Purchase order placed on CFR basis, BPCL reserves the right to ask the bidder to arrange
shipment through the bidder’s own freight forwarder at the quoted freight rates & full Ocean Freight
charges shall be released on receipt of despatch/ shipping documents along with Documents
pertaining to Ocean Freight.
EIL-SPC-A269 Page 12 of 15
Page 101 of 321
law in force. Owner shall deduct VAT on Works Contract as applicable & shall furnish TDS certificate to
supplier.
16.2. Purchaser will release payments to the Supplier after offsetting all dues to the Purchaser payable by
the Supplier under the Contract.
17. PAYING AUTHORITY:
Bharat Petroleum Corporation Limited
Refinery Mahul
Mumbai – 400074
Purchaser's Bankers:
Shall be provide along with detailed Purchase Order.
EIL-SPC-A269 Page 13 of 15
Page 102 of 321
(1) IOD from MCGM,
(2) Commencement certificate for beginning of the job from MCGM,
(3) Approval for layouts,
(4) Occupation certificate and
(5) Building completion certificate from MCGM.
The application on behalf of the OWNER for submission to relevant authorities along with copies of
required certificate complete in all respects shall be prepared and submitted by the Contractor
agency well ahead of time so that the actual construction / commissioning of the work is not
delayed for want of the approval / inspection by concerned authorities. The Contractor agency shall
arrange the inspection of the works by the authorities and necessary coordination and liaison work
in this respect shall be the responsibility of the Contractor agency. Reimbursement by the OWNER
of the statutory fees payable by Contractor agency (as per advance approval of OWNER) may be
provided for, subject to submission of receipt.
The Contractor agency shall carry out any change / addition required to meet the requirements of
the statutory authorities, within the quoted rates. The inspection and acceptance of the work by
statutory authorities shall be the responsibility of the Contractor agency.
List of all documents, drawings, forms, affidavits etc required for the approvals shall be submitted by
the contractor agency.
22. PRICE REDUCTION SCHEDULE (PRS)
The clause no.20.3.1 of General Purchase Conditions (GPC) stands modified to the extent as under:
In 2 para: In the case of imports, the contractual delivery date shall be considered from the date of
nd
issue of FOA.
rd
In 3 para: In case of the shipment taking place on “ Cash against document”, the contractual delivery
date shall be considered from the date of issue of FOA.
23. FINANCIAL DETERRENT FOR VIOLATION OF HSE:
The financial deterrent / penalty for violation of HSE mentioned elsewhere in the RFQ documents shall
stand replaced as per Annexure-I enclosed.
24. LIEN
Supplier shall ensure that the Scope of Supply supplied under the Agreement shall be free from any
claims of title/liens from any third party. In the event of such claims by any party, Supplier shall at his
own cost defend, indemnify and hold harmless Purchaser or its authorised representative from such
disputes of title/liens, costs, consequences etc.
25. SETTLEMENT OF DISPUTE BETWEEN GOVT. DEPT./ PUBLIC SECTOR UNDERTAKINGS
In the event of any disputes or differences between the CONTRACTOR and the OWNER, if the
CONTRACTOR is a Government department, a Government company or an undertaking in the public
sector, then in suppression of the provisions of Section 9 of the General Conditions of Contract, stands
modified to following extent:
“In the event of any dispute or difference relating to the interpretation and application of the provisions
of the contracts, such dispute or difference shall be referred by either party for Arbitration to the sole
Arbitrator in the Department of Public Enterprises to be nominated by the Secretary to the Government
of India in-charge of the Department of Public Enterprises. The Arbitration and Conciliation Act, 1996
shall not be applicable to arbitration under this clause. The award of the Arbitrator shall be binding
upon the parties to the dispute, provided, however, any party aggrieved by such award ay make a
further reference for setting aside or revision of the award to the Law Secretary, Department of Legal
Affairs, Ministry of Law & Justice, Government of India. Upon such reference the dispute shall be
decided by the Law Secretary or the Special Secretary/Additional Secretary, when so authorized by the
Law Secretary, whose decision shall bind the Parties finally and conclusively. The Parties to the
dispute will share equally the cost of arbitration as intimated by the Arbitrator.”
EIL-SPC-A269 Page 14 of 15
Page 103 of 321
26. POST ORDER CORRESPONDENCE
All post-order correspondence shall be addressed to:
EIL-SPC-A269 Page 15 of 15
Page 104 of 321
TERMS & CONDITIONS FOR SUPERVISION OF ERECTION CHECK
POINT, PRE-COMMISSIOING & COMMISSIONING
(INDIAN / FOREIGN BIDDER)
1) Bidder shall quote all inclusive per diem charges which shall also include lodging,
boarding, medical, transportation including local transportation, all insurances including
Bidder’s personnel and third party insurance, income tax, corporate tax (as may be
applicable), etc. and all other incidental charges. No additional cost shall be payable
towards travel, lodging & boarding, etc. by BPCL. Cenvatable Service Tax shall be
payable extra.
2) Per diem charges shall be payable from the day bidder’s person reaches site upto the
day he leaves the site. No payment will be made for travel days/period.
3) Bidder will be responsible for all liabilities towards corporate tax, personal income tax
etc. (except Cenvatable Service Tax for their personnel deputed for the supervision job).
Tax(s) as per Government policy shall be deducted at source by Purchaser while making
payments against each invoice.
4) Working hours prevailing at site, normally 8 hours/day - Monday through Saturday and
holidays as applicable to Purchaser’s site personnel shall apply.
7) A notice period of 15 days will be given for mobilisation of supervisory personnel for
supervision of erection.
8) Payment shall be made as per payment terms mentioned in SPC against submission of
monthly bills and time sheets certified by the Engineer-in-Charge.
Bidders shall also provide additional BG of an amount equal to the per diem charges for
the number of days considered for evaluation, over and above 10% PBG to cover
compensation for delay in mobilizing the erection/ commissioning personnel. This BG
will be released to the bidder upon the erection/ commissioning personnel reporting at
site. This BG shall be furnished along with PBG and shall be initially valid up to six
months which shall be extended based on the request by BPCL.
All foreign nationals coming to India for execution of Projects / Orders will have to apply for
Employment Visa only and that grant of Employment Visa would be subject to strict
adherence of following norms:
i) Employment Visa is granted only for the skilled and qualified professional or to a
person who is being engaged or appointed by a company, organisation, Industry or
undertaking etc. in India on contract or employment basis at a senior level, skilled
position such as technical expert, senior executive or in managerial position etc.
ii) Request for employment Visa for jobs for which large number of qualified Indian are
available, is not considered.
iii) Under no circumstances an Employment Visa is granted for routine, ordinary
secretarial / clerical jobs.
Bidders are advised in their own interest to check latest Visa rules from Indian Embassy/
High Commission in their country in case foreign nationals are required to be deputed to
Indian during execution of the Order.
Notes:
1. In case bidder recommends more than one category level of supervisory personnel the
information desired at Sr. Nos.1 to 3 above in the table shall be furnished separately for
each category of supervisory personnel.
2. Quoted per diem rate shall be considered in the evaluation as per RFQ Document.
3. Cenvatable Service Tax shall be payable extra.
4. Overtime rate per hour on any normal working days and per diem rate per hour and over
time rate per hour on holidays shall be worked out considering the quoted per diem
charges divide by 8 hours.
Bidder’s Acceptance:
DOCUMENT NUMBER
( Always quote the Document Number given below as reference )
NOTES :
1 This page is a record of all the Revisions of this Requisition.
2 The nature of the Revision is briefly stated in the "Details" column below, the
Requisition in its entirety shall be considered for contractual purposes.
3 Vendor shall note the MR category and shall submit his offer in line with the
requirements included in attached 'Instructions to Bidders'.
16 Client: BPCL
01.01 147-G-101 A/B FUEL OIL AFTER FILTER (STEAM- JACKETED) 1 Lot
02.00 << DELETED >>
03.00 << DELETED >>
04.00 << DELETED >>
05.00 Quotation for recommended spares for two Lot
(2) years' normal operation and
maintenance. (Bidder to furnish
recommended list along with the unit
price of each spare).
06.00 << DELETED >>
07.00 << DELETED >>
08.00 Supervision of erection, testing and
commissioning of items specified at item
1.00 above.
08.01 {08}147-G-101 A/B For Sr. No. 01.01 1 /diem rate
09.00 Drawings and documents as per attached Lot
Vendor Data requirement for all supplies
and services covered above in Sr.Nos.1.00
to Sr.No.8.00
Vendors shall quote prices in EIL Price Schedule except for Sr.No.9.00. Price for
documentation is implied to be included in the prices quoted against Sr.No.1.00 to
Sr.No.8.00
Vendor to note that the numbers given in square '[]' and curly '{}' brackets are
not for their use and meant for store purpose only. Items shall be tagged as per
main equipment Tag No. only.
LIST OF ATTACHMENTS
REVISION
SL. REV. REV. REV. REV.
DOCUMENT TITLE DOCUMENT NO.
No.
DATE DATE DATE DATE
1 REFER TABE OF CONTENTS
GENERAL NOTES:
or used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL-1641-515 Rev.1 A4-210x297.
PO No.:
Date of PO: City:
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 111 of 321
SPECIAL INSTRUCTIONS TO DOCUMENT No.
BIDDERS
A269-147-16-44-SI-4300 Rev A
(CATEGORY-1)
BASKET FILTERS Page 2 of 2
INSTRUCTIONS TO BIDDERS
(Category –1 BASKET FILTERS)
1.0 Bidders must follow the following guidelines while submitting their offer. Offers
not complying with these guidelines will be liable to be summarily rejected
without any intimation or reference to the Bidder.
b. The prices indicated in the price schedule shall include prices for all accessories,
inspection & testing and applicable statutory certificate requirements.
c. Bidder to note that no correspondence shall be entered into or entertained after the
bid submission. Bidder shall furnish quotations only for those items which he
can supply, strictly as per MR specifications and for which he is approved by
EIL.
2.0 The bidder is responsible for selection of equipment including accessories and their
suitability to meet the requirements of MR in toto. If at any stage, till the completion
of order, the offered equipment and accessories are found to be defective/ deficient
in service or not meeting MR requirements, vendor shall replace/rectify/modify the
same to meet the MR specifications without any time or cost implication to the
owner.
3.0 Offers will be evaluated as received on the basis of criteria set forth in clauses 1.0
and 2.0 above and no Technical Clarifications/ Questionnaire will be raised.
However, should bidders essentially feel the requirement of certain clarifications;
they shall seek clarifications on such points within 1 week of receipt of RFQ, so that
the same could be clarified well ahead of bid closing date.
4.0 Vendor shall submit necessary drawings/documents as per vendor data requirement
after order.
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 112 of 321
JOB SPECIFICATION DOCUMENT No.
FOR
A269-147-16-44-SP-4300 Rev.A
BASKET FILTERS
(STEAM JACKETED) Page 1 of 6
JOB SPECIFICATION
FOR
BASKET FILTERS
(STEAM JACKETED)
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 113 of 321
JOB SPECIFICATION DOCUMENT No.
FOR
A269-147-16-44-SP-4300 Rev.A
BASKET FILTERS
(STEAM JACKETED) Page 2 of 6
1.0 This Job Specification is over and above the requirements given in the document
“Standard MR Specification for Basket Filter(s) (doc. no. 6-24-0303)”. Vendor to
refer this document in conjunction with the Standard MR specification.
1.1 The bidder is responsible for selection of equipment including accessories and
their suitability to meet the requirements of MR in toto. If at any stage, till the
completion of order, the offered equipment and accessories are found to be
defective/ deficient in service or not meeting MR requirements, vendor shall
replace/rectify/modify the same to meet the MR specifications without any time or
cost implication to the owner.
1.2 Site Location and Condition:
1.1.1 Location
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Following are the Addition (A)/ Deletion (D)/ Modification (M) in the document
“Standard MR Specification for Basket Filter(s) (doc. no. 6-24-0303)”:
Sl. Clause Addition/
Description
No. no./Page no. Deletion/
Modificati
on(A/D/M)
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
ANNEXURE-1
Table ( Nozzle load data):
NOZZLE SIZE
FA FL FC MT ML MC
(NB)
(IN MM) (Kgf) (Kgf) (Kgf) (Kgf-m) (Kgf-m) (Kgf-m)
50 135 200 200 50 40 30
1.1 Each process nozzle of equipment shall be analysed for the loads provided in this
standard.
1.2 These loads shall be considered to be acting simultaneously with internal/external
design pressure. Allowable stress shall be as per applicable Design code.
1.3 Stress calculations shall be carried out as per WRC Bulletin No. 107/297. WRC 107
shall be used for Nozzles on Dished ends and WRC 297 shall be used for
Nozzles on Cylindrical Shell.
1.4 In case of failure due to WRC, FEM analysis/PD 5500 analysis can be carried out to
establish the adequacy of provided configuration.
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Annexure-2
ITEM TAG NOS
147-G-101 A/B
S No. PARAMETERS
1.0 Filter Configuration Vertical
2.0 Fluid handled/ Service FUEL OIL
3.0 Quantity TWO (2) (1W+1S)
4.0 Operating & Design conditions As per PDS (Refer Note-1 below)
5.0 Nozzle details As per applicable PDS & P&ID
6.0 Material of construction For Inner Vessel For Outer Vessel
6.1 Shell < ----------SA 516 Gr. 60/70 ----------- >
6.2 Dished end < ----------SA 516 Gr. 60/70 ----------- >
6.3 Reinforcement pad < ----------SA 516 Gr. 60/70 ----------- >
6.4 Filter element SS 304 ---
6.5 Vessel support < ----------SA 516 Gr. 60/70 ----------- >
6.6 Shell flange < ----------SA 105 ----------- >
6.7 Cover flange < ----------SA 105 ----------- >
6.8 Nozzle flange < ----------SA 105 ----------- >
6.9 Nozzles < --------SA 106 Gr.B------- >
As per applicable As per applicable
Stud bolts/ Nuts
6.10 PMS PMS
As per applicable As per applicable
Gaskets
6.11 PMS PMS
6.12 Applicable PMS B1A B2A
6.13 Internals SS 304 ---
7.0 Other Requirements (Yes/No)
7.1 NACE Applicability NO
7.2 Steam Jacketing YES
7.3 Insulation Cleats requirement YES
7.4 Mesh size MESH 30
Note-1: The Vessel shall be designed for the severe combinations of the design
conditions vessel is subjected to.
(Design temperature of inner vessel shall be considered as 390 degree C instead of
200 degree C as specified in PDS as the outer surface of inner vessel will see the
temperature of steam.)
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
The following drawings/documents marked " " shall be furnished by the bidder.
POST ORDER
S. WITH WITH
N DESCRIPTION FOR FOR DATA REMARKS
BID
O. REVIEW RECORD BOOK
(FINAL)
1. GA drawing and cross - section drawing of
individual equipments showing major
dimensions and MOC including nozzle
orientation details with load data & foundation
plan
2. Weight Schedule of equipments/package
3. Filled in Data Sheets
4. Mechanical design calculations for vessels &
Basket sizing calculations.
5. Other Instrumentation documents, if applicable Refer instrumentation
part of VDR
6. List of recommended spare parts for 2(two)
years normal operation and maintenance (with
itemized price)
7. List of Special Tools & Tackles, if any
8. List of Mandatory Spares
9. Schedule of quantity for insulating material
10. List of commissioning spares
11. Installation, operation & maintenance manuals
containing all certified drawings & documents
including prolonged storage procedure
12. Quality Assurance Plan
13. Test Certificates - PWHT Test Reports @
Notes :
1. "TICK" denotes applicability
2. Post order, drawing / document review shall commence only after approval of Document Control Index (DCI).
3. All post order documents shall be submitted / approved through EIL eDMS portal
4. Final documentation shall be submitted in hard copy (Six prints) and soft ( two CDs/DVDs ) in addition to
submission through EIL eDMS.
5. Refer - 6-78-0001: Specification for quality management system from Bidders.
6. Refer - 6-78-0002: Specification for documentation requirements from Contractors.
7. Refer - 6-78-0003: Specification for documentation requirement from Suppliers.
8. Post order- The schedule of drawing / data submission shall be mutually agreed between EIL & the bidder /
contractor / supplier during finalization of Document Control Index (DCI).
9. "@" indicates submission of documents to Inspection Agency.
10. Bill of Material shall form part of the respective drawing.
1 GENERAL INFORMATION
2 Project : CDU-4 PROJECT Job No. : A269
3 Unit : * Unit no. : *
4 Client : M/s BPCL Item no. : * Quantity : *
5 Type : Basket Filter Configuration: Vertical n Horizontal o
6 Vendor : * Model no. : *
7 OPERATING AND DESIGN CONDITIONS
8 Refer PDS and P&IDs
9
10 NOZZLE DETAILS "*" (Nozzle details shall be as per PDS and P&ID of the item)
11 Service: Size, inches Rating (#) Size, inches Rating (#)
12 Inlet * * Utility Connection * *
13 Outlet * * Flushing Connection * *
14 Vent * * Safety Valve Inlet * *
15 Drain * * Pressure gauge * *
16 MATERIAL OF CONSTRUCTION
17 Shell * Shell Flange *
18 Cover Flange *
Dished end *
19 Nozzle Flanges *
20 Reinforcement Pad * Nozzles *
21 Filter Element * Stud Bolts/Nuts *
22 Vessel support * Gaskets *
23 Other Internals *
24 DESIGN AND CONSTRUCTION
25 Basket Area (Gross/Free) mm2Basket Area Actual Press. drop across the filter in clean condition,
*/* *
26
(Gross/Free) mm2
kg/cm2Actual Press. drop across the filter in clean condition, kg/cm2
43 1) Filled in data sheet shall be submitted for each filter separately during detail engineering (*- to be filled by vendor).
44 2) For top cover and other blind flanges weighing more than 15 kg,lifting davit shall be provided.
46 4) Equipment shall be designed for the severe condition out of given design temperature/pressure and steam jacketing condition.
Prepared Approved
Rev. Date Checked By
By By
JOB SPECIFICATION
(INSTRUMENTATION)
FOR
BASKET FILTER
(MR No. A269-147-GN-MR-4300)
This Job specification gives the Addendum to the following document attached with the MR.
Document No.: 6-24-0303 Rev. 0
Description: STANDARD MR SPECIFICATION FOR BASKET FILTER(S)
The above document stands revised as indicated below with regard to Instrumentation
requirements:
Note-1: In case it is found that the make and model number of the Instruments
supplied by Bidder is not meeting the MR specifications, the same shall be rectified
by Bidder providing the correct make and model without any delivery and price
implication to Purchaser.”
2. 7.0,Sl. No. M “Conventional valves ………. for all pressure relief valves.” shall be modified as
2.1 (iii)
“Conventional valves shall be specified for constant back pressure while bellows
seal type valves shall be specified for variable back pressure more than 10% of
set pressure. Pilot operated pressure relief valves shall be used for special
services and where set pressure is closer than 10% of the operating pressure,
or back pressure is more than 50% of set pressure or as per Process/ Licensor
requirements, in general. Spring loaded PSVs vents connected to flare/pressure
shall be provided with balanced bellows. Also this bellow shall isolate the spring
and guiding surface from the corrosive and dirty fluids. Test gag shall be
provided for all pressure relief valves.”
The following drawings/documents marked " " shall be furnished by the bidder.
POST ORDER
S. WITH WITH
N DESCRIPTION FOR FOR DATA REMARKS
BID
O. REVIEW RECORD BOOK
(FINAL)
1. Instrument Sizing calculations
2. Purchase Requisition (Note 2) Including specs
of Fieldbus Instruments e.g. DD revision, CFF Purchase Requisition
revision, LAS capability, polarity protection, with PSV data sheets
type of protection
3. Complete catalogues with part list for all vendor
supplied instruments, control, etc.
4. Installation, operation and maintenance
manuals
Notes :
1. "TICK" denotes applicability.
2. Post order, drawing / document review shall commence only after approval of Document Control Index (DCI).
3. All post order documents shall be submitted / approved through EIL eDMS portal.
4. Final documentation shall be submitted in hard copy (Six prints) and soft ( two CDs/DVDs ) in addition to
submission through EIL eDMS.
5. Refer - 6-78-0001: Specification for quality management system from Bidders.
6. Refer - 6-78-0002: Specification for documentation requirements from Contractors.
7. Refer - 6-78-0003: Specification for documentation requirement from Suppliers.
8. All drawings & documents shall be submitted in A4 or A3 paper sizes. Documents in higher paper size shall
be submitted in exceptional circumstances or as indicated in the MR/Tender.
9. Post order- The schedule of drawing / data submission shall be mutually agreed between EIL & the bidder /
contractor / supplier during finalization of Document Control Index (DCI).
10. "@" indicates submission of documents to Inspection Agency.
11. Bill of Material shall form part of the respective drawing.
12. Also refer other department's VDR :-
13. Packaged Equipment
SERVICE
NON CORROSIVE/ FLAMMABLE / NON FLAMMABLE/ NON LETHAL -PROCESS & HYDROCARBONS; LUBE OIL BEFORE
FILTER; AMMONIA, STEAM & CONDENSATE (NON IBR); UTILITIES- INST AIR, PLANT AIR, NITROGEN, CARBONDIOXIDE;
WATER - BEYOND A3A AND A10A; IN OFFSITES ONLY BEYOND A10A; BEARING COOLING WATER, CBD U/G (UPTO 14")
NOTES
7 FOR RESTRICTION ON USE OF BALL,PLUG & BUTTERFLY VALVES,REFER GENERAL NOTES.
36 VALVE TAG NO 55315 IS A PRESSURE BALANCED PLUG VALVE AND SHALL BE USED ONLY IF SPECIFIED IN P&ID.
63 THIS ITEM IS INTENDED SOLELY FOR USE BY INSTRUMENTATION.
92 GATE VALVES OF SIZE 26" AND ABOVE SHALL BE IN ACCORDANCE WITH B-16.34/ BS-1414 AND FLANGE ENDS SHALL
BE IN ACCORDANCE WITH ASME B16.47 SERIES B.
101 H.COUPLING NOT TO BE USED,INSTEAD SOCKOLETS TO BE USED.
107 LH.COUPLING NOT TO BE USED,INSTEAD ELBOWLETS TO BE USED.
111 ALL PERM. STRAINERS 1" TO 24" SHALL BE Y-TYPE AS PER BPCL JOB STD. S38002.E.
151 NDT REQUIREMENT SHALL BE AS PER JOB SPECIFICATION A269-6-44-0016.
170 FOR TEMPORARY STRAINERS,REFER EIL'STD 7-44-0300; FOR SPACER AND BLIND REFER EIL'STD 7-44-0162.
224 SOIL CONDITIONS FOR UNDER-GROUND PIPING ARE AS FOLLOWS:
(1) MODULUS OF ELASTICITY : 150 kg/cm2
(2) DENSITY OF MOIST SOIL : 1850 kg/cm3
(3) K Mu FACTOR : 0.19
229 PIPE THICKNESS SPECIFIED IN THIS CLASS ARE JOB SPECIFIC BASED ON THE SOIL PROPERTIES OF JOB SITE AND
FOLLOWING DEPTH OF BURIAL FOR VARIOUS SIZES ARE AS FOLLOWS :-
A) 0.5"' -14" - UPTO 2.5M.
A1A
Page 129 of 321
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
JOB SPECIFICATION No.
PIPING MATERIAL
A269-6-44-0005 Rev. 0
SPECIFICATION
Page 2 of 14
SPECIAL NOTES
ON LINES >= 2.0" AS PER P&ID OR 0.75". REFER EIL STD. 7-44-0351, D4
ON LINES >= 2.0" AS PER P&ID OR 0.75". REFER EIL STD 7-44-0351, V4
PRESS.CONN 0.75" SW NIPPLE WITH VALVE TO SPEC AS PER EIL STD 7-44-0354
72. 72.
70. 70.
68. 68.
66. 66.
64. 64.
62. 62.
60. 60.
58. 58.
56. 56.
54. 54.
52. 52.
50. 50.
48. T 48.
46. T R 46.
44. T R R 44.
42. T R R R 42.
40. T R R R R 40.
38. T R R R R R 38.
36. T R R R R R R 36.
34. T R R R R R R R 34.
32. T R R R R R R R R 32.
30. T R R R R R R R R R 30.
28. T R R R R R R R R R R 28.
26. T R R R R R R R R R R R 26.
24. T R R R R R R R R R R R R 24.
22. 22.
20. T R R R R R R R R R R R R R 20.
18. T P R R R R R R R R R R R R R 18.
16. T P P R R R R R R R R R R R R R 16.
14. T P P P R R R R R R R R R R R R R 14.
12. T P P P P R R R R R R R R R R R R R 12.
10. T P P P P P R R R R R R R R R R R R R 10.
8.0 T P P P P P P R R R R R R R R R R R R R 8.0
6.0 T P P P P P P P R R R R R R R R R R R R R 6.0
5.0 5.0
4.0 T P P P P P P P P R R R R R R R R R R R R R 4.0
3.5 3.5
3.0 T P P P P P P P P P R R R R R R R R R R R R R 3.0
2.5 2.5
2.0 T P P P P P P P P P P R R R R R R R R R R R R R 2.0
1.5 T T S S S S S S S S S S S S S S S S S S S S S S S 1.5
1.25 1.25
1.0 T T S S S S S S S S S S S S S S S S S S S S S S S S 1.0
0.75 T T T S S S S S S S S S S S S S S S S S S S S S S S S 0.75
0.5 T T T T S S S S S S S S S S S S S S S S S S S S S S S S 0.5
10.000
12.000
14.000
16.000
18.000
20.000
22.000
24.000
26.000
28.000
30.000
32.000
34.000
36.000
38.000
40.000
42.000
44.000
46.000
48.000
1.000
1.250
1.500
2.000
2.500
3.000
3.500
4.000
5.000
6.000
8.000
.500
.750
CODE DESCRIPTION
F SADDLE FUSED JT T TEES J THREADOLET
H H. COUPLING W WELDOLETS
S SOCKOLETS L SWEEPOLET
Note :(The shaded portion of PMS body shows Field Fabricated Items)
PIP PIPE 1.00 1.50 XS B-36.10 ASTM A 106 GR.B PE, SEAMLESS PI21977Z0
PIP PIPE 2.00 2.00 XS B-36.10 ASTM A 106 GR.B BE, SEAMLESS PI21917Z0
PIP PIPE 2.50 14.00 STD B-36.10 ASTM A 106 GR.B BE, SEAMLESS PI21917Z0
PIP PIPE 16.00 36.00 STD B-36.10 ASTM A 672 BE, E.FS.W PI2A813Z0
GR.B60 CL.12
PIP PIPE 40.00 48.00 XS B-36.10 ASTM A 672 BE, E.FS.W PI2A813Z0
GR.B60 CL.12
NIP NIPPLE 0.50 0.75 M B-36.10 ASTM A 106 GR.B PBE, SEAMLESS PN21967Z0
NIP NIPPLE 1.00 1.50 M B-36.10 ASTM A 106 GR.B PBE, SEAMLESS PN21967Z0
Flange Group
FLG/60 FLNG.SW 0.50 1.50 M B-16.5 ASTM A 105 600, RF/125AARH FSC0167Z0
0
FLG/30 FLNG.SW 0.50 1.50 M B-16.5 ASTM A 105 300, RF/125AARH FSC0147Z0
0
FLG FLNG.WN 0.50 20.00 M B-16.5 ASTM A 105 150, RF/125AARH FWC0127Z0
FLG FLNG.WN 22.00 22.00 M MSS-SP44 ASTM A 105 150, RF/125AARH FWH0127Z0
FLG FLNG.WN 24.00 24.00 M B-16.5 ASTM A 105 150, RF/125AARH FWC0127Z0
FLG FLNG.WN 26.00 48.00 M B-16.47-B ASTM A 105 150, RF/125AARH FWB0127Z0
FLG/30 FLNG.WN 26.00 28.00 M B-16.47-B ASTM A 105 300, RF/125AARH FWB0147Z0
0
FLG/60 FLNG.WN 2.00 24.00 M B-16.5 ASTM A 105 600, RF/125AARH FWC0167Z0
0
FLG/30 FLNG.WN 2.00 24.00 M B-16.5 ASTM A 105 300, RF/125AARH FWC0147Z0
0
FLB FLNG.BLIND 0.50 20.00 B-16.5 ASTM A 105 150, RF/125AARH FBC0127Z0
FLB FLNG.BLIND 22.00 22.00 MSS-SP44 ASTM A 105 150, RF/125AARH FBH0127Z0
FLB FLNG.BLIND 24.00 24.00 B-16.5 ASTM A 105 150, RF/125AARH FBC0127Z0
FLB FLNG.BLIND 26.00 48.00 B-16.47-B ASTM A 105 150, RF/125AARH FBB0127Z0
FEF FLNG.FIG.8 0.50 8.00 ASME- ASTM A 105 150, FF/125AARH FGK0121Z0
B16.48
FEF SPCR&BLND 10.00 24.00 ASME- ASTM A 105 150, FF/125AARH FCK0121Z0
B16.48
Package : IPMCS
Report No. : 50
Page 132 of 321
A1A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
JOB SPECIFICATION No.
PIPING MATERIAL
A269-6-44-0005 Rev. 0
SPECIFICATION
Page 5 of 14
Note :(The shaded portion of PMS body shows Field Fabricated Items)
Fitting Group
ELB90 ELBOW.90 0.50 0.75 B-16.11 ASTM A 105 SW, 6000 WA602D3Z0
ELB90 ELBOW.90 1.00 1.50 B-16.11 ASTM A 105 SW, 3000 WA602D2Z0
ELB90 ELBOW.90 2.00 14.00 M B-16.9 ASTM A 234 BW, 1.5D WAG684Z10
GR.WPB
ELB90 ELBOW.90 16.00 48.00 M B-16.9 ASTM A 234 BW, 1.5D WAG754Z10
GR.WPB-W
ELB45 ELBOW.45 0.50 0.75 B-16.11 ASTM A 105 SW, 6000 WB602D3Z0
ELB45 ELBOW.45 1.00 1.50 B-16.11 ASTM A 105 SW, 3000 WB602D2Z0
ELB45 ELBOW.45 2.00 14.00 M B-16.9 ASTM A 234 BW, 1.5D WBG684Z10
GR.WPB
ELB45 ELBOW.45 16.00 48.00 M B-16.9 ASTM A 234 BW, 1.5D WBG754Z10
GR.WPB-W
TEQ T.EQUAL 0.50 0.75 B-16.11 ASTM A 105 SW, 6000 WE602D3Z0
TEQ T.EQUAL 1.00 1.50 B-16.11 ASTM A 105 SW, 3000 WE602D2Z0
TRED T.RED 1.00 1.50 B-16.11 ASTM A 105 SW, 3000 WR602D2Z0
Package : IPMCS
Report No. : 50
Page 133 of 321
A1A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
JOB SPECIFICATION No.
PIPING MATERIAL
A269-6-44-0005 Rev. 0
SPECIFICATION
Page 6 of 14
Note :(The shaded portion of PMS body shows Field Fabricated Items)
CAP CAP 1.00 1.50 B-16.11 ASTM A 105 SCRF, 3000 WF60282Z0
PLG PLUG 0.50 0.75 B-16.11 ASTM A 105 SCRM, 6000 WH60293Z0
PLG PLUG 1.00 1.50 B-16.11 ASTM A 105 SCRM, 3000 WH60292Z0
CPLF CPLNG.FULL 0.50 0.75 B-16.11 ASTM A 105 SW, 6000 WJ602D3Z0
CPLF CPLNG.FULL 1.00 1.50 B-16.11 ASTM A 105 SW, 3000 WJ602D2Z0
CPLH CPLNG.HALF 0.50 0.75 B-16.11 ASTM A 105 SW, 6000 WK602D3Z0
CPLH CPLNG.HALF 1.00 1.50 B-16.11 ASTM A 105 SW, 3000 WK602D2Z0
CPLL CPLNG.LH 0.50 0.75 B-16.11 ASTM A 105 SW, 6000 WL602D3Z0
CPLL CPLNG.LH 1.00 1.50 B-16.11 ASTM A 105 SW, 3000 WL602D2Z0
CPLR CPLNG.RED 0.50 0.75 B-16.11 ASTM A 105 SW, 6000 WM602D3Z0
CPLR CPLNG.RED 1.00 1.50 B-16.11 ASTM A 105 SW, 3000 WM602D2Z0
UNN UNION 0.50 0.75 B-16.11 ASTM A 105 SCRF, 6000 WQ60283Z0 63
UNN UNION 1.00 1.50 B-16.11 ASTM A 105 SCRF, 3000 WQ60282Z0
UNN/2 UNION 1.00 1.50 B-16.11 ASTM A 105 SCRF, 3000 WQ60282Z0
UNN/1 UNION 0.50 0.50 B-16.11 ASTM A 105 SCRF, 6000 WQ60283Z0 63
O'let Group
SLT SOCKOLET 0.50 0.75 MSS-SP97 ASTM A 105 SW, 6000 YSS02D3Z0
SLT SOCKOLET 1.00 1.50 MSS-SP97 ASTM A 105 SW, 3000 YSS02D2Z0
ELT ELBOWLET 0.50 0.75 MNF'STD ASTM A 105 SW, 6000 YEN02D3Z0
ELT ELBOWLET 1.00 1.50 MNF'STD ASTM A 105 SW, 3000 YEN02D2Z0
Package : IPMCS
Report No. : 50
Page 134 of 321
A1A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
JOB SPECIFICATION No.
PIPING MATERIAL
A269-6-44-0005 Rev. 0
SPECIFICATION
Page 7 of 14
Note :(The shaded portion of PMS body shows Field Fabricated Items)
Package : IPMCS
Report No. : 50
Page 135 of 321
A1A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
JOB SPECIFICATION No.
PIPING MATERIAL
A269-6-44-0005 Rev. 0
SPECIFICATION
Page 8 of 14
Note :(The shaded portion of PMS body shows Field Fabricated Items)
Package : IPMCS
Report No. : 50
Page 136 of 321
A1A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
JOB SPECIFICATION No.
PIPING MATERIAL
A269-6-44-0005 Rev. 0
SPECIFICATION
Page 9 of 14
SERVICE
NON CORROSIVE PROCESS - FLAMMABLE / NON FLAMMABLE, NON LETHAL - HYDROCARBONS, AROMATICS,
AMMONIA, SWEET GAS, FLUSHING OIL AND OTHER UTILITIES -MP CONDENSATE, INSTRUMENT AIR, PLANT AIR,
NITROGEN, AMMONIA GAS ETC. ABOVE CLASS 'A1A'.
NOTES
3 USE PIPE OF CLASS 22 INSTEAD OF CLASS 12 IF PIPE THICKNESS EXCEEDS 20.00 MM.
7 FOR RESTRICTION ON USE OF BALL,PLUG & BUTTERFLY VALVES,REFER GENERAL NOTES.
32 CORROSION ALLOWANCE HAS BEEN ADJUSTED TO SELECT OPTIMUM SCHEDULE. REFER GENERAL NOTES TO PMS.
63 THIS ITEM IS INTENDED SOLELY FOR USE BY INSTRUMENTATION.
101 H.COUPLING NOT TO BE USED,INSTEAD SOCKOLETS TO BE USED.
107 LH.COUPLING NOT TO BE USED,INSTEAD ELBOWLETS TO BE USED.
110 THICKNESS CALCULATED AT 80% OF CLASS PRESSURE RATING.
111 ALL PERM. STRAINERS 1" TO 24" SHALL BE Y-TYPE AS PER BPCL JOB STD. S38002.E.
151 NDT REQUIREMENT SHALL BE AS PER JOB SPECIFICATION A269-6-44-0016.
170 FOR TEMPORARY STRAINERS,REFER EIL'STD 7-44-0300; FOR SPACER AND BLIND REFER EIL'STD 7-44-0162.
SPECIAL NOTES
ON LINES >= 2.0" AS PER P&ID OR 0.75". REFER EIL STD. 7-44-0351, D4
ON LINES >= 2.0" AS PER P&ID OR 0.75". REFER EIL STD 7-44-0351, V4
PRESS.CONN 0.75" SW NIPPLE WITH VALVE TO SPEC AS PER EIL STD 7-44-0354
Package
Report No.
: IPMCS
: 50
B1A
Page 137 of 321
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
JOB SPECIFICATION No.
PIPING MATERIAL
A269-6-44-0005 Rev. 0
SPECIFICATION
Page 10 of 14
72. 72.
70. 70.
68. 68.
66. 66.
64. 64.
62. 62.
60. 60.
58. 58.
56. 56.
54. 54.
52. 52.
50. 50.
48. 48.
46. 46.
44. 44.
42. 42.
40. 40.
38. 38.
36. 36.
34. 34.
32. 32.
30. 30.
28. 28.
26. 26.
24. T 24.
22. T R 22.
20. T R R 20.
18. T R R R 18.
16. T R R R R 16.
14. T R R R R R 14.
12. T R R R R R R 12.
10. T R R R R R R R 10.
8.0 T R R R R R R R R 8.0
6.0 T R R R R R R R R R 6.0
5.0 5.0
4.0 T R R R R R R R R R R 4.0
3.5 3.5
3.0 T P R R R R R R R R R R 3.0
2.5 2.5
2.0 T P P R R R R R R R R R R 2.0
1.5 T T S S S S S S S S S S S S 1.5
1.25 1.25
1.0 T T S S S S S S S S S S S S S 1.0
0.75 T T T S S S S S S S S S S S S S 0.75
0.5 T T T T S S S S S S S S S S S S S 0.5
10.000
12.000
14.000
16.000
18.000
20.000
22.000
24.000
1.000
1.250
1.500
2.000
2.500
3.000
3.500
4.000
5.000
6.000
8.000
.500
.750
CODE DESCRIPTION
F SADDLE FUSED JT T TEES J THREADOLET
H H. COUPLING W WELDOLETS
S SOCKOLETS L SWEEPOLET
Package
Report No.
Page 138 of 321
: IPMCS
: 50 B1A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
JOB SPECIFICATION No.
PIPING MATERIAL
A269-6-44-0005 Rev. 0
SPECIFICATION
Page 11 of 14
Note :(The shaded portion of PMS body shows Field Fabricated Items)
PIP PIPE 1.00 1.50 XS B-36.10 ASTM A 106 GR.B PE, SEAMLESS PI21977Z0
PIP PIPE 2.00 2.00 XS B-36.10 ASTM A 106 GR.B BE, SEAMLESS PI21917Z0
PIP PIPE 2.50 14.00 STD B-36.10 ASTM A 106 GR.B BE, SEAMLESS PI21917Z0
PIP PIPE 16.00 18.00 XS B-36.10 ASTM A 672 BE, E.FS.W PI2A813Z0
GR.B60 CL.12
PIP PIPE 20.00 20.00 XS B-36.10 ASTM A 672 BE, E.FS.W PI2A813Z0 32
GR.B60 CL.12
PIP PIPE 22.00 24.00 XS B-36.10 ASTM A 672 BE, E.FS.W PI2A813Z0 110
GR.B60 CL.12
NIP NIPPLE 0.50 0.75 M B-36.10 ASTM A 106 GR.B PBE, SEAMLESS PN21967Z0
NIP NIPPLE 1.00 1.50 M B-36.10 ASTM A 106 GR.B PBE, SEAMLESS PN21967Z0
Flange Group
FLG FLNG.SW 0.50 1.50 M B-16.5 ASTM A 105 300, RF/125AARH FSC0147Z0
FLG/60 FLNG.SW 0.50 1.50 M B-16.5 ASTM A 105 600, RF/125AARH FSC0167Z0
0
FLG FLNG.WN 2.00 24.00 M B-16.5 ASTM A 105 300, RF/125AARH FWC0147Z0
FLG/60 FLNG.WN 2.00 24.00 M B-16.5 ASTM A 105 600, RF/125AARH FWC0167Z0
0
FLB FLNG.BLIND 0.50 24.00 B-16.5 ASTM A 105 300, RF/125AARH FBC0147Z0
FEF FLNG.FIG.8 0.50 8.00 ASME- ASTM A 105 300, FF/125AARH FGK0141Z0
B16.48
FEF SPCR&BLND 10.00 24.00 ASME- ASTM A 105 300, FF/125AARH FCK0141Z0
B16.48
Fitting Group
ELB90 ELBOW.90 0.50 0.75 B-16.11 ASTM A 105 SW, 6000 WA602D3Z0
ELB90 ELBOW.90 1.00 1.50 B-16.11 ASTM A 105 SW, 3000 WA602D2Z0
ELB90 ELBOW.90 2.00 14.00 M B-16.9 ASTM A 234 BW, 1.5D WAG684Z10
GR.WPB
ELB90 ELBOW.90 16.00 24.00 M B-16.9 ASTM A 234 BW, 1.5D WAG754Z10
GR.WPB-W
ELB45 ELBOW.45 0.50 0.75 B-16.11 ASTM A 105 SW, 6000 WB602D3Z0
ELB45 ELBOW.45 1.00 1.50 B-16.11 ASTM A 105 SW, 3000 WB602D2Z0
Package : IPMCS
Report No. : 50
Page 139 of 321
B1A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
JOB SPECIFICATION No.
PIPING MATERIAL
A269-6-44-0005 Rev. 0
SPECIFICATION
Page 12 of 14
Note :(The shaded portion of PMS body shows Field Fabricated Items)
TEQ T.EQUAL 1.00 1.50 B-16.11 ASTM A 105 SW, 3000 WE602D2Z0
TRED T.RED 1.00 1.50 B-16.11 ASTM A 105 SW, 3000 WR602D2Z0
CAP CAP 0.50 0.75 B-16.11 ASTM A 105 SCRF, 6000 WF60283Z0
CAP CAP 1.00 1.50 B-16.11 ASTM A 105 SCRF, 3000 WF60282Z0
PLG PLUG 1.00 1.50 B-16.11 ASTM A 105 SCRM, 3000 WH60292Z0
CPLF CPLNG.FULL 0.50 0.75 B-16.11 ASTM A 105 SW, 6000 WJ602D3Z0
CPLF CPLNG.FULL 1.00 1.50 B-16.11 ASTM A 105 SW, 3000 WJ602D2Z0
Package : IPMCS
Report No. : 50
Page 140 of 321
B1A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
JOB SPECIFICATION No.
PIPING MATERIAL
A269-6-44-0005 Rev. 0
SPECIFICATION
Page 13 of 14
Note :(The shaded portion of PMS body shows Field Fabricated Items)
CPLF/1 CPLNG.FULL 0.50 0.75 B-16.11 ASTM A 105 SCRF, 6000 WJ60283Z0
CPLH CPLNG.HALF 0.50 0.75 B-16.11 ASTM A 105 SW, 6000 WK602D3Z0
CPLH CPLNG.HALF 1.00 1.50 B-16.11 ASTM A 105 SW, 3000 WK602D2Z0
CPLH/2 CPLNG.HALF 1.00 1.50 B-16.11 ASTM A 105 SCRF, 3000 WK60282Z0
CPLH/1 CPLNG.HALF 0.50 0.75 B-16.11 ASTM A 105 SCRF, 6000 WK60283Z0
CPLL CPLNG.LH 0.50 0.75 B-16.11 ASTM A 105 SW, 6000 WL602D3Z0
CPLL CPLNG.LH 1.00 1.50 B-16.11 ASTM A 105 SW, 3000 WL602D2Z0
CPLL/2 CPLNG.LH 1.00 1.50 B-16.11 ASTM A 105 SCRF, 3000 WL60282Z0
CPLL/1 CPLNG.LH 0.50 0.75 B-16.11 ASTM A 105 SCRF, 6000 WL60283Z0
CPLR CPLNG.RED 0.50 0.75 B-16.11 ASTM A 105 SW, 6000 WM602D3Z0
CPLR CPLNG.RED 1.00 1.50 B-16.11 ASTM A 105 SW, 3000 WM602D2Z0
CPLR/2 CPLNG.RED 1.00 1.50 B-16.11 ASTM A 105 SCRF, 3000 WM60282Z0
CPLR/1 CPLNG.RED 0.50 0.75 B-16.11 ASTM A 105 SCRF, 6000 WM60283Z0
UNN UNION 0.50 0.50 B-16.11 ASTM A 105 SCRF, 6000 WQ60283Z0 63
O'let Group
SLT SOCKOLET 0.50 0.75 MSS-SP97 ASTM A 105 SW, 6000 YSS02D3Z0
SLT SOCKOLET 1.00 1.50 MSS-SP97 ASTM A 105 SW, 3000 YSS02D2Z0
ELT ELBOWLET 0.50 0.75 MNF'STD ASTM A 105 SW, 6000 YEN02D3Z0
ELT ELBOWLET 1.00 1.50 MNF'STD ASTM A 105 SW, 3000 YEN02D2Z0
Valves Group
GAV VLV.GATE 0.25 1.50 API 602/ ISO BODY-ASTM A SW, 800, 3000, B- 51001ZZZ0
15761 105,TRIM- 16.11, SHT NO.- 51001
STELLITED,STEM-
13%CR.STEEL
GAV VLV.GATE 2.00 24.00 API 600/ ISO BODY-ASTM A 216 FLGD, 300, B-16.5, 51401ZZZ0
10434 GR.WCB,TRIM- RF/125AARH, SHT
13% CR.STEEL NO.- 51401
Package : IPMCS
Report No. : 50
Page 141 of 321
B1A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
JOB SPECIFICATION No.
PIPING MATERIAL
A269-6-44-0005 Rev. 0
SPECIFICATION
Page 14 of 14
Note :(The shaded portion of PMS body shows Field Fabricated Items)
Package : IPMCS
Report No. : 50
Page 142 of 321
B1A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
JOB SPECIFICATION No.
PIPING MATERIAL
A269-6-44-0005 Rev. 0
SPECIFICATION
Page 1 of 6
SERVICE
STEAM, BOILER FEED WATER & CONDENSATE - ALL IBR
NOTES
3 USE PIPE OF CLASS 22 INSTEAD OF CLASS 12 IF PIPE THICKNESS EXCEEDS 20.00 MM.
8 ALL PIPES,FITTINGS,VALVES,FLANGES,TRAPS AND STRAINERS SHALL BE TESTED AND TEST CERTIFICATE IN FORM
III A FOR PIPE AND FORM III C FOR OTHERS SHALL BE REQD. DULY COUNTERSIGNED BY IBR AUTHORITY OR ITS
APPROVED REPRESENTATIVE.
9 CARBON CONTENT SHALL NOT EXCEED 0.25% FOR ALL PIPES,FITTINGS FLANGES ETC. THAT MAY REQUIRE
WELDING. MOREOVER,FOR FLANGES THE SULPHUR AND PHOSPHOROUS SHALL ALSO BE LIMITED TO 0.05% EACH.
32 CORROSION ALLOWANCE HAS BEEN ADJUSTED TO SELECT OPTIMUM SCHEDULE. REFER GENERAL NOTES TO PMS.
63 THIS ITEM IS INTENDED SOLELY FOR USE BY INSTRUMENTATION.
101 H.COUPLING NOT TO BE USED,INSTEAD SOCKOLETS TO BE USED.
107 LH.COUPLING NOT TO BE USED,INSTEAD ELBOWLETS TO BE USED.
111 ALL PERM. STRAINERS 1" TO 24" SHALL BE Y-TYPE AS PER BPCL JOB STD. S38002.E.
151 NDT REQUIREMENT SHALL BE AS PER JOB SPECIFICATION A269-6-44-0016.
SPECIAL NOTES
ON LINES >= 2.0" AS PER P&ID OR 0.75". REFER EIL STD. 7-44-0351, D4
ON LINES >= 2.0" AS PER P&ID OR 0.75". REFER EIL STD 7-44-0351, V4
PRESS.CONN 0.75" SW NIPPLE WITH VALVE TO SPEC AS PER EIL STD 7-44-0354
B2A
Page 143 of 321
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
JOB SPECIFICATION No.
PIPING MATERIAL
A269-6-44-0005 Rev. 0
SPECIFICATION
Page 2 of 6
72. 72.
70. 70.
68. 68.
66. 66.
64. 64.
62. 62.
60. 60.
58. 58.
56. 56.
54. 54.
52. 52.
50. 50.
48. 48.
46. 46.
44. 44.
42. 42.
40. 40.
38. 38.
36. 36.
34. 34.
32. 32.
30. 30.
28. 28.
26. 26.
24. T 24.
22. T R 22.
20. T R R 20.
18. T R R R 18.
16. T R R R R 16.
14. T R R R R R 14.
12. T R R R R R R 12.
10. T R R R R R R R 10.
8.0 T R R R R R R R R 8.0
6.0 T R R R R R R R R R 6.0
5.0 5.0
4.0 T R R R R R R R R R R 4.0
3.5 3.5
3.0 T P R R R R R R R R R R 3.0
2.5 2.5
2.0 T P P R R R R R R R R R R 2.0
1.5 T T S S S S S S S S S S S S 1.5
1.25 1.25
1.0 T T S S S S S S S S S S S S S 1.0
0.75 T T T S S S S S S S S S S S S S 0.75
0.5 T T T T S S S S S S S S S S S S S 0.5
10.000
12.000
14.000
16.000
18.000
20.000
22.000
24.000
1.000
1.250
1.500
2.000
2.500
3.000
3.500
4.000
5.000
6.000
8.000
.500
.750
CODE DESCRIPTION
F SADDLE FUSED JT T TEES J THREADOLET
H H. COUPLING W WELDOLETS
S SOCKOLETS L SWEEPOLET
Note :(The shaded portion of PMS body shows Field Fabricated Items)
PIP PIPE 1.00 1.50 XS B-36.10 ASTM A 106 GR.B PE, SEAMLESS PI21977Z1
PIP PIPE 2.00 2.00 XS B-36.10 ASTM A 106 GR.B BE, SEAMLESS PI21917Z1
PIP PIPE 2.50 14.00 STD B-36.10 ASTM A 106 GR.B BE, SEAMLESS PI21917Z1
PIP PIPE 16.00 18.00 XS B-36.10 ASTM A 672 BE, E.FS.W PI2A813Z1
GR.B60 CL.12
PIP PIPE 20.00 20.00 XS B-36.10 ASTM A 672 BE, E.FS.W PI2A813Z1 32
GR.B60 CL.12
PIP PIPE 24.00 24.00 XS B-36.10 ASTM A 672 BE, E.FS.W PI2A813Z1 3
GR.B60 CL.12
NIP NIPPLE 0.50 0.75 M B-36.10 ASTM A 106 GR.B PBE, SEAMLESS PN21967Z1
NIP NIPPLE 1.00 1.50 M B-36.10 ASTM A 106 GR.B PBE, SEAMLESS PN21967Z1
Flange Group
FLG FLNG.SW 0.50 1.50 M B-16.5 ASTM A 105 300, RF/125AARH FSC0147Z1
FLG/60 FLNG.SW 0.50 1.50 M B-16.5 ASTM A 105 600, RF/125AARH FSC0167Z1
0
FLG FLNG.WN 2.00 24.00 M B-16.5 ASTM A 105 300, RF/125AARH FWC0147Z1
FLG/60 FLNG.WN 2.00 24.00 M B-16.5 ASTM A 105 600, RF/125AARH FWC0167Z1
0
FLB FLNG.BLIND 0.50 24.00 B-16.5 ASTM A 105 300, RF/125AARH FBC0147Z1
FEF FLNG.FIG.8 0.50 8.00 ASME- ASTM A 105 300, FF/125AARH FGK0141Z1
B16.48
FEF SPCR&BLND 10.00 24.00 ASME- ASTM A 105 300, FF/125AARH FCK0141Z1
B16.48
Fitting Group
ELB90 ELBOW.90 0.50 0.75 B-16.11 ASTM A 105 SW, 6000 WA602D3Z1
ELB90 ELBOW.90 1.00 1.50 B-16.11 ASTM A 105 SW, 3000 WA602D2Z1
ELB90 ELBOW.90 2.00 14.00 M B-16.9 ASTM A 234 BW, 1.5D WAG684Z11
GR.WPB
ELB90 ELBOW.90 16.00 24.00 M B-16.9 ASTM A 234 BW, 1.5D WAG754Z11
GR.WPB-W
ELB45 ELBOW.45 0.50 0.75 B-16.11 ASTM A 105 SW, 6000 WB602D3Z1
ELB45 ELBOW.45 1.00 1.50 B-16.11 ASTM A 105 SW, 3000 WB602D2Z1
Note :(The shaded portion of PMS body shows Field Fabricated Items)
TEQ T.EQUAL 1.00 1.50 B-16.11 ASTM A 105 SW, 3000 WE602D2Z1
TRED T.RED 1.00 1.50 B-16.11 ASTM A 105 SW, 3000 WR602D2Z1
CAP CAP 0.50 0.75 B-16.11 ASTM A 105 SCRF, 6000 WF60283Z1
CAP CAP 1.00 1.50 B-16.11 ASTM A 105 SCRF, 3000 WF60282Z1
PLG PLUG 1.00 1.50 B-16.11 ASTM A 105 SCRM, 3000 WH60292Z1
CPLF CPLNG.FULL 0.50 0.75 B-16.11 ASTM A 105 SW, 6000 WJ602D3Z1
CPLF CPLNG.FULL 1.00 1.50 B-16.11 ASTM A 105 SW, 3000 WJ602D2Z1
Package : IPMCS
Report No. : 50
Page 146 of 321
B2A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
JOB SPECIFICATION No.
PIPING MATERIAL
A269-6-44-0005 Rev. 0
SPECIFICATION
Page 5 of 6
Note :(The shaded portion of PMS body shows Field Fabricated Items)
CPLH CPLNG.HALF 1.00 1.50 B-16.11 ASTM A 105 SW, 3000 WK602D2Z1
CPLL CPLNG.LH 0.50 0.75 B-16.11 ASTM A 105 SW, 6000 WL602D3Z1
CPLL CPLNG.LH 1.00 1.50 B-16.11 ASTM A 105 SW, 3000 WL602D2Z1
CPLR CPLNG.RED 0.50 0.75 B-16.11 ASTM A 105 SW, 6000 WM602D3Z1
CPLR CPLNG.RED 1.00 1.50 B-16.11 ASTM A 105 SW, 3000 WM602D2Z1
UNN UNION 0.50 0.50 B-16.11 ASTM A 105 SCRF, 6000 WQ60283Z1 63
O'let Group
SLT SOCKOLET 0.50 0.75 MSS-SP97 ASTM A 105 SW, 6000 YSS02D3Z1
SLT SOCKOLET 1.00 1.50 MSS-SP97 ASTM A 105 SW, 3000 YSS02D2Z1
ELT ELBOWLET 0.50 0.75 MNF'STD ASTM A 105 SW, 6000 YEN02D3Z1
ELT ELBOWLET 1.00 1.50 MNF'STD ASTM A 105 SW, 3000 YEN02D2Z1
Valves Group
GAV VLV.GATE 0.50 1.50 API 602/ ISO BODY-ASTM A SW, 800, 3000, B- 51002ZZZ1
15761 105,TRIM- 16.11, SHT NO.- 51002
STELLITED,STEM-
13%CR STEEL
GAV VLV.GATE 2.00 24.00 API 600/ ISO BODY-ASTM A 216 FLGD, 300, B-16.5, 51402ZZZ1
10434 GR.WCB,TRIM- RF/125AARH, SHT
13% CR STEEL NO.- 51402
GLV VLV.GLOBE 0.50 1.50 BS EN ISO BODY-ASTM A SW, 800, 3000, B- 52002ZZZ1
15761 105,TRIM- 16.11, SHT NO.- 52002
STELLITED,STEM-
13%CR.STEEL
GLV VLV.GLOBE 2.00 12.00 BS-1873 BODY-ASTM A 216 FLGD, 300, B-16.5, 52402ZZZ1
GR.WCB,TRIM- RF/125AARH, SHT
13% CR STEEL NO.- 52402
CHV VLV.CHECK 0.50 1.50 BS EN ISO BODY-ASTM A SW, 800, 3000, B- 53002ZZZ1
15761 105,TRIM- 16.11, SHT NO.- 53002
STELLITED
CHV VLV.CHECK 2.00 24.00 BS-1868 BODY-ASTM A 216 FLGD, 300, B-16.5, 53402ZZZ1
GR.WCB,TRIM- RF/125AARH, SHT
13% CR STEEL NO.- 53402
G3V VLV.PISTON 0.50 1.00 MNF'STD BODY-ASTM A 216 SW, 300, 3000, B- 64492ZZZ1
GR.WCB,TRIM- 16.11, SHT NO.- 64492
13% CR.STEEL
Package : IPMCS
Report No. : 50
Page 147 of 321
B2A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
JOB SPECIFICATION No.
PIPING MATERIAL
A269-6-44-0005 Rev. 0
SPECIFICATION
Page 6 of 6
Note :(The shaded portion of PMS body shows Field Fabricated Items)
Package : IPMCS
Report No. : 50
Page 148 of 321
B2A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
Page 149 of 321
Page 150 of 321
Page 151 of 321
Page 152 of 321
Page 153 of 321
Page 154 of 321
Page 155 of 321
Page 156 of 321
Page 157 of 321
Page 158 of 321
Page 159 of 321
Page 160 of 321
Page 161 of 321
Page 162 of 321
Page 163 of 321
Page 164 of 321
Page 165 of 321
Page 166 of 321
Page 167 of 321
STANDARD MR STANDARD SPECIFICATION No.
SPECIFICATION 6-24-0303 Rev. 0
FOR
Page 1 of 23
BASKET FILTER(S)
1beci(tT)
&no g) Kral31R4-br
STANDARD MR
SPECIFICATION
FOR
BASKET FILTER(S)
Fnrrnat Nn Fi-00-0001-F1
Page 168 of 321 Rev 0 Coovriaht EIL — All riahts reserved
STANDARD MR STANDARD SPECIFICATION No.
Se? ENGINEERS
INDIA LIMITED SPECIFICATION 6-24-0303 Rev. 0
IA Novi el incio uneerialung)
FOR
Page 2 of 23
BASKET FILTER(S)
Abbreviations:
CONTENTS
SECTION-1: MECHANICAL 5
1.0 GENERAL 6
3.0 EXCLUSIONS 7
SECTION-2: INSTRUMENTATION 12
SECTION-3: GENERAL 18
SECTION-I: MECHANICAL
1.0 GENERAL
1.1 This specification outlines the minimum requirements under which the vendor shall design,
engineer, manufacture, inspect, test, paint and supply Basket filter(s).
1.2 The Basket Filter(s) to be supplied shall be complete in every respect, ready for installation
and operation. It is not the intent of purchaser to specify every piece of equipment / item,
therefore any item not specifically mentioned in this specification but required as per good
engineering practice and safe and trouble free operation of the system shall be deemed to
have been specified by the purchaser and shall be included in Vendor's scope of supply &
services.
The scope of supply shall include, but not be limited to the following for each basket filter,
as indicated below:
2.1.1.1 Filter vessel along with necessary filtering basket and its supports, deflector for the feed
nozzle (if required), necessary vessel supports, lifting lugs, nozzles etc.
2.1.1.2 Top/Shell cover flange along with stud bolts/nuts and gaskets or ASME code stamped
Quick opening closure as specified in job specification/datasheet.
2.1.1.3 Companion flanges along with corresponding gaskets & bolting for all nozzles, if specified
in job specification/datasheet.
2.1.1.4 Foundation/Anchor bolts, nuts and washers.
2.1.1.5 Insulation cleats if specified in job specification/data sheet as per attached EIL standard to
suit the insulation thickness as per attached insulation thickness table.
2.1.1.6 Platform and ladder cleats, as necessary.
2.1.1.7 Steam tracing for filter if specified in job specification/ P&ID.
2.1.1.8 Instruments (as applicable) as per Instrumentation specification.
2.1.1.9 Surface preparation and painting as per attached painting specification.
2.1.1.10 Drawings and documents as per Vendor Data Requirement (Refer clause no. 13.0 below).
2.1.1.11 All special tools & tackles, if any, including those required for instrumentation. Vendor
shall give list of special tools and tackles for each tag separately included in their main
equipment price.
2.1.1.12 Mandatory spares as given below for each filter (for example wherever filter tag is
suffixed with A/B, mandatory spares for 'A' and '13 filters to be considered separately).
Fasteners - 10% (2 min.) for each type and size
Two sets of gaskets/o rings for each type and size.
C) One set of basket with corresponding gaskets & fasteners for each filter.
d) Instrumentation mandatory spares as per instrumentation specification (Refer sub-
clause no. 3.0 of clause no 7.0 below).
2.1.1.13 Spare parts for commissioning and start-up including those required for instrumentation.
Any and all spares required during commissioning, over & above quoted spares shall also
be supplied by vendor without any time & price implication to Owner.
2.1.1.14 Quotation of recommended spares for two years normal operation and maintenance
including those required for instrumentation as specified in the respective specifications.
Itemized price list to be submitted along with the bid separately for each tag no. of filter.
Owner shall order these spares separately.
2.1.1.15 Any other item not specifically mentioned but required for safe and efficient operation of
the filters.
3.0 EXCLUSIONS
The following are excluded from Vendor's scope of supply and services:
3.1 All Civil & Structural works.
3.2 Equipment foundations. However, the necessary load data and foundation layout required
for the design and construction of foundation shall be provided by vendor.
3.3 Insulation of equipment including supply of material. However, insulation cleats to be
provided by vendor (as applicable).
3.4 Erection & Installation of equipment.
4.1 Latest editions including their addenda of following codes & standards shall be followed.
4.2 Other International Standards may also be acceptable subject to their being equivalent or
superior with prior approval of purchaser.
4.3 For provision not covered by the above codes and standards, applicable engineering
practices and norms shall govern.
5.0 TECHNICAL REQUIREMENTS
5.1 The filter basket shall be removable and reusable type. Vendor shall furnish the details of
the arrangement required for removal/replacement of the basket during detailed
engineering.
5.2 The mesh size selected shall meet the particle retention/removal specifications. The clean
pressure drop across the filter shall not exceed the value specified in data sheet. Thickness
of perforated sheet which supports the wire mesh shall be minimum 2 0 mm excluding
corrosion allowance.
5.3 Free area of basket shall be minimum 8 times of the inlet nozzle area and gross area of
basket shall be minimum 20 times of the inlet nozzle area. Vendor shall furnish
calculations for the actual gross and free area of basket. Basket shall be of straight
cylindrical shape. Both concentric and pleated type baskets shall not be accepted. Standard
schedule thickness shall be considered for calculation of inlet nozzle area. While
calculating area of basket, only straight cylindrical portion shall be considered, bottom
portion shall not be considered.
5.4 Percentage open area in perforated sheet of basket shall not exceed 60%.
5.5 The ratio of filter basket length to diameter shall not exceed 2.5.
5.6 There shall be a clear radial gap of min. 50 nun between OD of basket & ID of Vessel.
5.7 Vessel diameter shall be minimum twice the diameter of inlet nozzle.
5.8 Basket shall be properly stiffened to withstand differential pressure of minimum 3.0 kg/cm2
without breaking or failure, unless otherwise specified in data sheet. Top and bottom of the
basket shall also be adequately stiffened to avoid collapse of the basket due to differential
pressure.
5.9 Vendor to ensure proper flow distribution to utilise the full basket area available for
filtration. Under no circumstances, the inlet fluid shall be allowed to directly impinge on
the filter basket.
5.10 Nozzles/davit/leg orientation shall be as per orientation drawing to be released to
successful vendor at post order stage.
5.11 Filter vessel support length shall be decided during detailed engineering based on actual
layout requirement.
5.12 Equipment shall be designed and built to ensure that all equipment along with the
accessories are mounted suitably for convenient and safe operation. Adequate access within
the equipment shall be provided for removal and fixing of basket filter element.
5.13 Filter-Vessel
5.13.1 Filter Vessel shall conform to EIL Standard Specification 6-12-0030.
5.13.2 Vessels of diameters 300 NB and below shall be made from seamless pipe only. For bigger
diameters, the shell shall be fabricated by rolling the plates and welding with specified
radiography and applicable welding procedures shall be followed. The rolling for making
shell shall be lengthwise.
5.13.3 In case the vendor's fabrication shop is not EIL approved for the thickness of vessel
involved, the vendor shall either (i) get the vessel fabricated by any other ELL approved
vendor or (ii) get the vessel rolled by one of the Ell, approved vendor and get the
fabrication done at his own shop, subject to welding procedure qualification by EIL,
5.13.4 Minimum corrosion allowance for carbon steel parts shall be 3.0 mm, unless otherwise
specified in job specification/data sheets.
5.13.5 Dished ends shall be of seamless construction, deep tori-spherical or 2:1 ellipsoidal type
and shall be heat treated after forming as per EIL Standard Specification 6-12-0030.
5.13.6 Full vessel diameter size shell flange shall be provided for removal of basket. The
matching cover shall be a forged blind flange. Suitable number of dowel pins shall be
provided for proper location of the cover. The standard stud bolt and nut arrangement shall
be provided for the cover unless specified otherwise. The cover and blind flanges weighing
more than 15 kg shall be provided with lifting davit as per ELL, standard 7-12-0010.
5.13.7 Vessel supports shall be as per ER Standards 7-12-0004, 7-12-0006, 7-12-0007
corresponding to the type of supports provided. Calculations for vessel supports as per
ASME shall be submitted for purchaser's approval.
5.13.8 Filter vessel shall be provided with suitable lifting lugs and earthing lugs (ER Standard 7-
12-0026).
5.13.9 All internals including nuts and bolts shall be of stainless steel irrespective of material of
construction of filter vessel.
5.13.10 Drain and vent connections shall be provided with matching blind cover flanges along with
necessary gaskets, nuts and bolts.
5.13.11 The nozzles shall be provided with reinforcement pads when required by the applicable
code/standard. The calculations for reinforcement pads as per ASME shall be submitted for
purchaser's approval. Alternatively, EIL standard 7-12-0013 shall be followed.
5.13.12 All nozzles shall be self-reinforced forged nozzle with integral flange in case vessel
thickness is more than 50 mm.
5.13.13 The vessel shall be designed for wind load and seismic load as per IS 875 and IS 1893
unless and otherwise specified in job specification.
5.13.14 Nozzles shall be designed as per nozzle load furnished in Job Specification/ Datasheet.
5.13.15 For vessel in stainless steel construction, lower allowable stress values mentioned in
ASME code shall be considered.
5.14 Quick Opening Closure (QOC)
5.14.1 The filter shall be provided with Quick Opening Closure (QOC), if specified in job
specification/data sheet for easy removal & replacement of filter element during
maintenance. The diameter of QOC shall be same as that of filter vessel diameter
unless otherwise specified in job specification/data sheet. The QOC shall be of the
makes as specified in job specification, conforming to ASME code requirements and will
carry ASME code stamp.
5.14.2 The Closure shall be equipped with locking device, which can be opened only when the
vessel is completely depressurized. Quick opening closure shall be of double yoke / Band
lock design only. Swing bolt type, threaded type and other designs are not acceptable as a
QOC. A davit/hinge arrangement shall be provided for the closure for convenient handling.
The closure shall have perfect sealing arrangement to prevent leakage.
5.14.3 Approved Vendor List for QOC is as mentioned below:-
GD Engineering
PECO-FACET
3. Multitex (In case of Band lock type, upto 42" size and 900# is acceptable.)
Additionally QOC of following makes may also be accepted subject to their PTR of same
or larger size and same or higher design pressure:
Huber Yale
CYPRIS Technologies
Grinell
Peerless
Pipeline Engineering, UK
Piping Technologies, France (Genoyer Group)
5.14.4 Vendor to submit Proven Track record (PTR) of at least one year of satisfactory operation
as on bid due date clearly indicating the following information:
Make and model of QOC
Name of Plant
Purchaser name and address
Contact details (Telephone no and Email ID)
Date of commissioning of filter
Design Parameters (Service, Size, Design Temp. & Pr)
5.15 Welding
Full penetration weld shall be employed for joining pressure parts. Where both sides are
not accessible for welding, root run by tungsten inert gas process or backing strip shall be
used to ensure full penetration. Backing strip, if used, shall be removed after welding,
wherever possible.
5.16 Post Weld Heat Treatment
Vessels shall be post weld heat treated whenever it is required due to service requirement
or due to code requirements. Vessels shall be post weld heat treated as a complete unit and
no welding shall be permitted once the post weld heat treatment is performed.
5.17 Fire Proofing and Insulation
Insulation/fireproofing cleats of specified width shall be provided on the vessels, if
indicated in the job specification/data sheets. The pitch and other details of the cleats shall
be as per EIL standard 7-12-0025/7-12-0033.
5.18 Instrumentation requirements shall be as per Instrumentation specifications.
SECTION-2: INSTRUMENTATION
S.No. DESCRIPTION
1.0 GENERAL
1.1 Location of field equipments/ Hazardous Area
instruments
1.2 Ingress protection for instruments Weatherproof to 1P65 as a minimum for transmitter.
and enclosures in field
1.3 Hazardous area protection for Intrinsically safe in general. Increased safety/ non incendive
instruments (Note-2) concept for instruments is not acceptable.
1.4 Note-2: Certification for use in hazardous area shall be as follows:
For all intrinsically safe / explosion / flameproof equipment / instruments which are
manufactured abroad and certified by any statutory authority like BASEEFA, FM, UL, PTB,
ATEX, LCIE etc. should also have the approval of PESO(Petroleum Explosives safety organizer)
/ CCE(Chief Controller of Explosives),Nagpur.
For all flame proof equipments manufactured locally (indigenously, the testing shall be carried
out by any of the approved test house like CMRI / ERTL etc. The instruments shall in addition
bear the valid approval from PESO (Petroleum Explosives safety organizer) / CCE (Chief
Controller of Explosives), Nagpur and a valid BIS license.
For all intrinsically safe equipment manufactured locally (indigenously, the testing shall be
carried out by any of the approved test house like CMRI / ERTL etc. The equipment shall in
addition bear the valid approval from PESO (Petroleum Explosives safety organizer) / CCE
(Chief Controller of Explosives), Nagpur.
Approvals other than above shall neither be offered nor will these be acceptable.
1.5 SS tag plate For all instruments
1.6 Threaded end connections for instruments shall be NPT as per ANSI B 1.20.1. Flanged end
connections shall be as per ANSI B 16.5. All flanges and flanged valves shall have smooth
surface finish (125 — 250 AARH) as per ASME B 46.1.
S.No. DESCRIPTION
2.0 SPECIFICATIONS FOR INSTRUMENTS
2. 1 Pressure Relief Valves
. All pressure relieving devices shall be designed in accordance with ASME code for
'Boilers and Pressure Vessels', API-521 and Indian Boiler Regulations.
Pressure relief valves shall be full nozzle full lift type except for thermal relief valves
which shall be modified nozzle type.
Conventional valves shall be specified for constant back pressure while bellows seal type
valves shall be specified for variable back pressure more than 10% of set pressure. Pilot
operated pressure relief valves shall be used for special services and where set pressure is
closer than 10% of the operating pressure, or back pressure is more than 90% of set
pressure or as per Process/ Licensor requirements, in general. Spring loaded PSVs vents
connected to flare/pressure shall be provided with balanced bellows. Also this bellow
shall isolate the spring and guiding surface from the corrosive and dirty fluids. Test gag
shall be provided for all pressure relief valves.
Lifting lever shall be specified for steam, air or water service above 65 deg C. Open
bonnet shall be used for steam service.
The percentage accumulation in case of pressure relief valves/safety valves shall be as
follows:
a) Steam Service
- ASME SEC I 3%
- IBR (Before steam let-down station) 5%
- IBR (Distribution & utilities) and ASME Section VIII 10%
Pressure gauge dial shall be white, non-rusting plastic with black figures. The dial face
shall be marked with pressure element material. Pointers shall have micrometer
adjustment.
Pressure gauges shall be weatherproof to 1P55 as per IEC-60529/IS-2147 with dial size
of 150 mm and shall have features like screwed bezels, externally adjustable zero, over
range protection (at least 130% of max. operating pressure) and blowout discs. Glass
shall be shatter proof glass Pressure gauge sensing element shall be of SS 316 and
movement of SS 304, as a minimum. Pressure gauges shall have SS 304 casing.
iii. Pressure gauges shall have an accuracy of ±1% of URV as a minimum. Differential
pressures gauges may have an accuracy of 2% of URV. Range shall be so selected that
gauge normally operates in middle third of the scale and shall confirm to IS-3624
S.No. DESCRIPTION
standard dials whenever possible.
The pressure element shall be Bourdon, diaphragm or bellows depending upon process
condition.
Over range protector and pulsation dampener, whenever used, shall be of SS 304, as a
minimum. Pulsation dampener shall be used for all pulsating services. It shall be floating
pin type, externally mounted and externally adjustable.
Pressure gauge shall have 1/2" NPT (M) bottom connection except for diaphragm seal
where 1.5" flanged connection shall be used in general.
Diaphragm seals, filled type or mechanical type shall be furnished for congealing and
viscous services where plugging of the element may occur or where suitable material is
not available in highly corrosive services. When chemical seals are required, they shall
be of the clean out type with flushing connection. Where vibrations and pressure
fluctuations are expected, glycerin filled type shall be used.
2. 3 Pressure/ Differential Pressure Transmitter
i. Pressure/ Differential pressure transmitter shall be Field bus/ SMART type as specified
in Job Specific Requirements and have electronic state-of-art capacitance or any other
type of sensor meeting all functional specifications. Element material for transmitters
shall be SS316, as a minimum.
it. The transmitter shall be microprocessor based and it shall incorporate a non-volatile
memory which shall store complete configuration data of transmitter and sensor
characterization. All necessary signal conversions, including conversion to produce
output with the required protocol shall be carried out in the transmitter electronics. The
configuration data of the instruments shall be stored in a non-volatile memory such that
this remains unchanged because of power fluctuations or power off condition. In case
vendor standard instrument has battery backed RAM, vendor to ensure that battery
drain alarm is provided as diagnostic maintenance message.
Transmitter shall also run complete diagnostic subroutines and shall provide diagnostic
alarm messages for sensor as well as transmitter healthiness. In the event of detection
failure, the output shall be driven to a predefined value, which shall be field
configurable
Diaphragm seal element with capillary shall be used for congealing, corrosive and
highly viscous services. In these cases the flange material shall be in accordance with
piping classes. Spacer ring shall be provided along with vent and drain. Capillary shall
be minimum AISI 316SS with AISI 304 SS armouring. Seal fluid shall be suitable for
the process temperature.
D/P cells with one side open to atmosphere shall be used for low pressure at near
atmosphere pressure.
v. The rangeability and accuracy shall be as below:
The accuracy is defined as the combined effect of repeatability, linearity and hysteresis.
vi. As a minimum, pressure and differential pressure Transmitter shall meet the following
S.No. DESCRIPTION
requirement :
- Update rate for Pressure and Differential Pressure transmitters shall be at least 125msec
(8 times per second) and for Level transmitters shall be minimum 500 msec (2 times
per second).
- Field transmitter with range of 760mmwc or more shall have a response time of 500
milliseconds or better and transmitter with range below 760mmwc, shall have response
time 1 second or better.
- The response time of the transmitter shall be considered as the sum of dead time and
63.2% step response time of the transmitter.
- Foundation field bus digital transmitter block execution time shall not be more than
50milisecond for Analog input block, input selector block, Arithmetic block, signal
characterizer block and integrator block
- Unless specified otherwise, the over-range/static pressure protection of the transmitter
shall be as follows
Over range/ static pressure
Range of Transmitter Pressure Transmitter Differential Pressure
(kg/cm2) Transmitter(kg/m2)
0 < ®< 250 mm WC 20 20
250 < ®< 1000 mm WC 45 52
1000 < ®< 5000 mm WC 45 70
5000 < ®< 10000 mm WC 45 160
1 < ®< 10 kg/cm2 52 160
10 < ®< 100 kg/cm2 160 210
> 100 kg/cm2 210 210
However if the Over range/ static pressure value specified above is less than the
maximum/ design pressure of service conditions, offered instrument shall be suitable
for the maximum/ design pressure.
All transmitters shall have an integral output meter(LCD type Display output, user
configurable in engineering units). Remote mounted meters may be provided if required
in addition.
2.4 In case of Field Bus type transmitters, the following specifications shall be complied with:
All instruments must satisfy the requirements of the field bus registration Laboratory
with applicable checkmark of foundation field bus.
All instruments shall be polarity in-sensitive. Also transmitter shall have LAS capable
and line plugging detection, whenever specified in data sheet.
All instruments shall have Analog Input (AI) block and Proportional, Integration and
differential (PID) control block, as a minimum.
All instruments must be interoperable and shall have valid interoperability test
clearance like ITK latest version for foundation field bus or equivalent for profibus PA,
as applicable.
The field bus instruments shall support peer to peer communication with two wire
communication and bus powered supply.
The field bus instruments in hazardous area shall be certified as per entity concept or
FISCO approved as specified in purchaser's data sheets.
vii. All instruments shall support to EDDL or FTD/DTM requirements.
SECTION-3: GENERAL
The Vendor shall furnish all material test certificates for scrutiny by Purchaser/ its
authorized inspection agency.
8.3 Pressure Testing
All vessels shall be hydrostatically or pneumatically tested as per the code. Necessary
precaution shall be taken to guard against the risk of brittle fracture during hydrostatic test.
Test water temperature shall not be lower than 17°C plus minimum design metal
temperature meeting the requirements of UG-99 of ASME Sec .VIH Div.l.
8.4 Radiography/Non-destructive Testing
8.4.1 The extent of radiography shall be as specified in the data sheet. In no case, the
radiographic examination shall be less than that specified in the code. However, spot
radiography is the minimum requirement for all vessels.
8.4.2 When spot radiography is specified, the following requirements shall supplement the
requirements specified in ASME Section VIII Division 1:
All T joints shall be radiographed.
Minimum 5% of total weld length excluding T joints shall be radiographed.
8.4.3 All nozzles fabricated from plate irrespective of thickness of plate shall be 100%
radiographed.
8.4.4 All nozzle to shell welds (Root and Final run) shall be examined by magnetic particle/Dye
penetrant test.
8.5 Any or all the tests, at purchaser's option, shall be witnessed by purchaser/its authorised
inspection agency. However, such inspection shall be regarded as check-up and in no way
absolve the vendor of his responsibility
Surface preparation and painting shall be as per attached painting specification suitable for
industrial environment as specified in job specification for all carbon steel parts including
final coat in shop & supply of paint for touch up at site of any damage to painting during
transportation and site installation.
10.1 All packaging shall be done in such a manner as to reduce the volume. The equipment may
be dismantled into major components, suitable for shipment and shall be properly packed
to provide adequate protection during shipment. All assemblies shall be properly match
marked for site erection.
10.2 Attachments, spare parts of the equipment and small items shall be packed separately in
wooden-cases. Each item shall be appropriately tagged with identification of main
equipment, item denomination and reference number of the respective assembly drawing.
10.3 Detailed packing list in water-proof envelope shall be inserted in the package together with
equipment.
10.4 Each equipment shall have an identification plate giving salient equipment data, make, year
of manufacture, equipment number, name of manufacturer etc.
11.1 Vendor shall submit recommended list of spare parts with recommended quantities and
itemised prices for first two years of operation of the equipment. Proper coding and
referencing of spare parts shall be done so that later identification with appropriate
equipment will be facilitated.
11.2 Recommended spares and their quantities should take into account related factors of
equipment reliability, effect of equipment downtime upon production or safety, cost of
parts and availability of vendor's service facilities around the proposed location of
equipment.
11.3 Vendor shall also submit a list of commissioning spares with quantities. The
commissioning spares shall be sufficient for trouble free commissioning of the system at
site. Any commissioning spares required during commissioning, over and above, the
commissioning spares supplied, shall be made available by the vendor without any cost and
time implication to purchaser. If for any reason, during commissioning, vendor needs to
utilise spares from 2 years' operation spares, the same shall be replenished by vendor
within a reasonable time without any cost implication to purchaser. Any unused
commissioning spares shall be handed over to owner.
In case of conflict among various documents, following order of precedence shall govern.
Job specification
Mechanical Data Sheet
Process Data SheetfP&ID
This standard MR specification
EIL codes and standards
Other codes and standards
1 2 3 4 5 6
MECHANICAL
A
Duly Completed Data Sheets V V
Filter overall sketch with major
V
dimensions with weight.
3* Mechanical design calculations for vessels V V
4* Calculations for Basket sizing V- V.
General Arrangement drawing showing
major dimensions and major MOC V V-
including nozzle orientation details.
Equipment load data and
foundation/anchor plan V
7. Cross sectional drawings, details of
components with Bill of Material. V V.
B INSTRUMENTATION
8. Filled —in datasheets (as applicable) along
with sizing calculations, technical
catalogues with model decoding and
dimensional drawings (Note-8)
Pressure Safety Valve V V
Differential Pressure transmitter V V
c) Pressure Gauge V V-
C COMMON FOR COMPLETE
PACKAGE
List of drawings alongwith submission V ,/
schedule /Document Control Index(DCI)
Filled in Technical check list.
Deviations ( If any) V
Technical catalogues for bought out items V. V
13. List of commissioning spares V V
Test Procedure
- Shop Testing
- Test at Site V V
- Performance Guarantee
Instruction for prolonged storage at site if V
GENERAL NOTES.
1. Unless otherwise agreed, the number of copies of various drawings and documents shall be as
below:
With bids -. Same as the number of copies of bids
Post order submission •. For Review/Records- 6 copies
Final documents/As-built Drgs -. 8 prints of each/ 3 DVD-Rom
Soft copy of all documents/drawings shall also be sent through eDMS
For further details, Vendor shall refer EIL Standard 6-78-0001 "Specification for Quality
Management System Requirements from Bidders" & 6-78-0003 "Specification for
Documentation Requirements from Suppliers".
Vendor shall furnish Schedule of Vendor Drawings and Documents (Format EIL 1641-1923)
within 15 days after placement of FOA.
All drawings and documents shall be preferably in A3/A4 size except overall GA drg of filter
which shall be in minimum Al Size.
Final submission in bound volumes shall necessarily have a cover page giving project title,
item name, P.O.No., particulars of owner & vendor and an index giving list of drawings &
documents included with revision no. Final booklet in soft copies shall have bookmark and
proper linking of the documents so that navigation can be easy.
6. The review of the vendor drawings shall be done, as applicable, under the following Review
Codes :
Review Code 1 No comments
Review of vendor's drawings by EIL would be only to check compatibility with basic designs
& concepts & would in no way absolve the manufacturer/fabricator of his responsibility to
meet applicable codes, specifications & statutory rules/regulations.
INSTRUMENTATION NOTES:
Vendor shall furnish instrument data sheets (as per ISA format) for each tag incorporating
necessary sizing, range selection, material selection, make and model nos. Vendor can use in-
house data sheet formats, provided those contain all information as per ISA formats, as a
minimum. However, typical instrument data sheets for each type of instruments are enclosed
with the requisition. Vendor shall furnish filled in data sheet for each tag after sizing, range
selection, material selection etc. These data sheets shall be reviewed / retained for records by
Purchaser during detailed engineering. Proper selection of instruments, materials etc shall be
vendor's responsibility. Any necessary change required later for meeting the specification shall
be done by the vendor without any price or delivery implications. While filling the
instruments data sheets, the following shall be taken care:
All the relevant data shall be filled in. If any point is not applicable then N/A shall be
indicated.
Make and model number of the offered instruments shall be indicated with model
decoding details for offered instrument, without model no, data sheet shall not be
reviewed.
Vendor seal with signature shall be provided and vendor shall ensure the correctness
of the process data.
Instruments tag numbers /data sheet numbers shall be indicated.
L-
O
—U-
r
REF. PLANE
ir4
SPECIAL NOTES
CUMULATIVE TOLERANCES ON CONSECUTIVE DIMENSIONS SHALL BE LIMITED BY OVERALL DIMENSIONAL TOLERANCES.
ALL TOLERANCES ARE FROM REFERENCE PLANE UNLESS OTHERWISE INDICATED.
INTERFERENCE BETWEEN INTERNAL AND EXTERNAL PARTS OR ANY RESTRICTION TO THE INTENDED FUNCTION OF ANY
PART SHALL BE KEPT IN VIEW WHERE TOLERANCES ARE CUMULATIVE.
SPECIFIC TOLERANCES FOR ANY PART SHOWN ON EIL DRAWING SHALL BE GIVEN PREFERENCE TO THOSE GIVEN
IN THIS STANDARD.
UNUSUALLY LARGE OR COMPLEX VESSELS MAY BE EXECUTED AS PER FABRICATOR'S STANDARD WHEN THE TOLERANCES
AS SHOWN ARE UNREASONABLE. IN SUCH INSTANCES FABRICATOR'S TOLERANCES & UMITS MUST BE SUBMITTED
FOR APPROVAL.
E. VESSEL UPTO AND INCLUDING 750 mm NOMINAL DIAMETER SHALL HAVE CARTRIDGE TYPE TRAY. FOLLOWING
TOLERANCES ON DIAMETER SHALL APPLY THROUGHOUT ITS LENGTH.
VESSEL NOMINAL DIAMETER TOLERANCE
500 mm AND UNDER VESSEL I.D. + 1 mm
501 mm TO 750 mm VESSEL I.D. ± 3 mm A
0
1-30 NPT TELLTALE HOLE
(REFER NOTE-7)
0
0_
NOTES
Y
NOTCH TO WELD UNE
CLEAR WELD
TANGENT UNE
S./
O
0
0_
to
NOTES
w ALL DIMENSIONS ARE IN mm UNLESS OTHERWISE STATED.
FOR DESIGN OF SUPPORT, FOLLOWINGS PARAMETERS HAVE BEEN CONSIDERED.
WIND PRESSURE 200 Kg/m2
SHAPE FACTOR 0.7
BASIC SEISMIC CO—EFFICENT (a0) 0.08
SOIL FOUNDATION SYSTEM FACTOR ( /3 ) 1.5
IMPORTANCE FACTOR (I) 2.0
EMPTY WEIGHT WITH WIND LOADING OR HYDROSTATIC WEIGHT
WITH SEISMIC LOADING.
HEIGHT AND NUMBER OF LEG SUPPORTS AND SIZE OF ANCHOR BOLTS
HOLE DIA = BOLT DIA +
SHALL BE AS PER ENGINEERING DRAWING.
MINIMUM BOLT SIZE SHALL BE M 20.
6rnn\ 91-11-E MAXIMUM INSULATION THICKNESS CONSIDERED IS 150 mm.
IN CASE OF CONFLICT ENGINEERING DRAWING SHALL GOVERN.
ALL FILLET WELDS SHALL BE 6 mm MINIMUM.
MATERIALS SHALL BE AS PER ENGINEERING DRAWING.
EARTHING LUG SHALL BE AS PER STANDARD 7-12-0026.
SUITABLE PAD FOR SS VESSEL SHALL BE PROVIDED.
0--64
5 30.06.2011 REAFFIRMED AND REISSUED AS STANDARD POREL KT KM/SC DM
4 08.09.2006 REAFFIRMED AND REISSUED AS STANDARD POREL DNN AKM VC
Rev. Prepared Checked Stds. Committee Stds. Bureau
Date Purpose Convenor Chairman
No. by by
Page 213 of 321 Approved by
Format No. 8-00-0001-F4 Rev.O Copyright EIL - All rights reserved
-
STANDARD No.
15iffazle ENGINEERS
e...111E1f5teg INDIA LIMI TED MANUFACTURER NAME PLATE 7-12-0028 Rev. 5
(llETI FIUME 115r3911771) (A Govt. of Indio Undertaking)
Page 1 of 1
I-
fY
CO
)-
W
_1
m
1.5
L...; V)
C.) o
Q 0_
Li_
I-
o o Li
w Z I—
=
La 5
Zi cc o_
0 Li)
a. = La
0
co
i a
M
—7"
Z I-
La La
I- VI 1..J La.
I- IX 0
fi)IX C E
t,_ ix
-J N
taJ
in 0 0 a u.
i—
W La 0
W 0
CZ CD I J
La I—
i— La
X - Lai La
1
I- -I
x
< I- 6 (n
'-
0
V)
0 0
w
< 0
ct)mw
Lai IX 0
-I ILI _i J
Z 0
= ix le
• I-Li
ce
0 z
LL 4'1
0 I 1-
E m -1 le a) V)
E 0 m .()
4 " L.
Z
z ,, 1.-
< m
0
1 o
N W
V) __I co
,_ m
La le ..„ I
IX 0
Q 0 i —I
< -J N _1
_1
_1 vi 4I 0 ..t
V1 m I cc Z
Z 0 in ..t v)
= ..:
v, Z o
Li) ce = Lai Z 1-61
Z Lai 0 I-
5 < I-
w
m
i— ce
1- 0 0_
1—
0 0_
5 L i
ICW
X
La La
2
Cl)-J
-J J () 4 < 2 Lu
ll- 41
I- < < CO Z IX Z
0
Z Csi Iii 4 ui (IS
,/0/49-4-1"/ 5/44-k
5 31.08.2011 REAFFIRMED AND REISSUED AS STANDARD POREL RKT AKM / SC DM
4 12.10.2006 REAFFIRMED AND REISSUED AS STANDARD POREL RKG AKM VC
TYPE - A
IUD 1000
1200
950
1100
700
800
330
375
820
960
B
B
12.3
19.4
85
130
HOLE FOR 1400 1250 900 465 1150 B 19.7 140
SLIDING SUPPORT
1600 1450 1000 370 1300 C 23.3 165
1800 1600 1100 410 1450 C 39.1 260
D/18 2000 1750 1200 445 1600 C 43.5 290
O 9R
■ 2200 1950 1300 495 1800 D 49.1 295
i 110 111 2400 2150 1450 545 2000 D 53.5 390
ki iii
__.
..1 2600 2300 1550 585 2150 D 52.9 440
11 1
Li Li
N- II It
1 0
2800
3000
2500
2670
1650
1750
620
670
2300
2500
E
E
52.7
64.9
475
600
I- EARTHING 3200 2800 1850 710 2600 E 63.8 620
I 250
L
26 0 HOLES FOR 3400 3000 1950 760 2800 E 64.9 630
30 M 20 BOLTS
111111 3600 3200 2050 830 3000 E 60.5 725
TYPE - B
DUD ,
3800
4000
3350
3550
2150
2250
845
895
3150
3300
E
E
61.0
60.6
745
820
HOLE FOR
SLIDING SUPPORT
TYPE t1 t2 L3 t3
D/18 A 10 10 170 12
B 10 12 250 12
110 C 12 16 300 16
D 16 20 350 20
2-60 VENT
HOLE (TYP.) E 20 20 400 20
(REF. NOTE-5)
I L 1 I L1 I Li 140
EARTHING
I 250
L2
I 30 0 HOLES FOR
30 M 24 BOLTS
PARALLEL TO VESSEL
TYPE - C. D. E AXIS (TYP)
HOLE FOR
SLIDING SUPPORT
NOTES
ALL DIMENSIONS ARE IN mm UNLESS OTHERWISE STATED.
VESSEL DIAMETER 'D' REFERS TO THE OUTER DIAMETER OF THE SHELL.
FOR INTERMEDIATE DIAMETERS TAKE THE IMMEDIATE NEAREST DIAMETER SUPPORT.
WELDING SHALL BE DONE ALL AROUND AND SHALL BE CONTINUOUS FILLET WELD. WELD SIZE SHALL
BE 6 mm FOR VESSELS UPTO 1400 mm DIA. AND 8 mm FOR VESSELS ABOVE 1400 mm DIA.
PROVIDE 2 NO. 60 VENT HOLES IN SADDLE WRAPPER PLATE. THESE HOLES SHALL BE PROVIDED DIAGONALLY
OPPOSITE AND BE LEFT UNPLUGED AND SHALL BE FILLED WITH HARD GREASE ONLY.
WHERE EARTHING LUG CANNOT BE PUT AT AN ELEVATION OF 400 mm ABOVE THE SADDLE BASE PLATE
IT SHALL BE LOCATED AS HIGH AS POSSIBLE.
EARTHING LUGS ARE NOT TO BE PAINTED OR GALVANIZED.
DETAIL, DIMENSIONS AND NOTES IN ENGINEERING DRAWING TAKE PRECEDENCE OVER THOSE SHOWN HERE.
MATERIALS SHALL BE AS PER ENGINEERING DRAWING.
EARTHING LUG SHALL BE AS PER STANDARD 7-12-0026
CHAIR CAP
NOTCH GUSSET TO WASHER WELD AT SITE
CLEAR WELD CONTINUOUS RING
NOTCH GUSSET TO
CLEAR WELD
EARTHING LUG
ir
// BOLT 0
+ 3mm
H 20
//
W
n A K
AK +V BOLT 0
-17
I-
II BOLT 0
+ 12mm
L + 12mm
(ALL DIMENSIONS AND DETAILS ARE
BCD BCD SAME AS SHOWN FOR TYPE-2
BCD EXCEPT CONTINUOUS RING)
BOLT 0 + 12mm
[WIDE SLOT RADIUS
+ 6mm
TYPE-1 TYPE-2 SLOT DETAIL TYPE-3
(SEE NOTE-6) (FOR CONTINUOUS RING ONLY)
NOTES
ALL DIMENSIONS ARE IN mm UNLESS OTHERWISE STATED.
BOLT CIRCLE DIAMETER ( BCD ), NUMBER AND SIZE OF THE BOLTS SHALL BE AS PER ENGINEERING DRAWING.
* 3. DIMENSIONS t1, t2, t3 AND 'I: ARE TO BE CHECKED IN EVERY CASE.
IN CASE OF ANY CONFLICT THE ENGINEERING DRAWING SHALL GOVERN.
NUMBER OF BOLTS USED IS TO BE A MULTIPLE OF 4 AND BOLTS SHALL STRADDLE VESSEL NORTH—SOUTH
CENTRE LINE IN PLAN.
USE CONTINUOUS RING ( CHAIR CAP ) IF DISTANCE BETWEEN CONSECUTIVE BOLTS IS LESS THAN 400 mm.
CIRCULAR WASHER SHALL BE SHIPPED LOOSE AND WELDED AT SITE AFTER ANCHOR BOLTS ARE IN POSITION.
♦ 8. PREFERRED DIMENSION 'A'
EARTHING LUG SHALL BE LOCATED BETWEEN THE ANCHOR BOLTS AND SHALL BE AS PER STANDARD 7-12-0026.
WHEN THE ANCHOR CHAIR CAP IS NOT CONTINUOUS, THE BASE PLATE SHALL BE SUITABLY STIFFENED USING
REMOVABLE STRUCTURAL SECTIONS (BEAM/SPIDER) AT SITE DURING ERECTION.
t*/
6 30.06.2011 REAFFIRMED AND REISSUED AS STANDARD POREL RKT M/SC DM
5 08.09.2006 REAFFIRMED AND REISSUED AS STANDARD POREL DNN AKM VC
Rev. Prepared Checked Stds. Committee Stds. Bureau
Date Purpose Convenor Chairman
No. by by
Approved by
Page 216 of
Format No. 8-00-0001-F4 321
Rev.0 Copyright EIL - All rights reserved
TECHNICAL SPECIFICATION
OF
PAINT COATING
Sl. Description
No.
1. Scope and General Introduction
2. Surface Preparation Methods
3. Paint Application
4. Inspection and Testing of Paint Material
5. Frequency of Painting and Guarantee
6. Paint Monitoring System
7. Area classification & recommended painting schemes
8. Detailed Paint Specifications
9. Building Paints
10. Standard For Color Coding of Pipelines, equipment and storage tanks
11 Brand Names of paints
12 Painting System for Tanks
Most metallic articles that are usually given protective coatings are heavily contaminated and
require, at least, some cleaning treatment before the coating is applied. The importance of
surface preparation cannot be over emphasized as many investigations have shown
convincingly that the performance and durability of any protective coatings are, to a large
extent governed by the thoroughness of surface preparation. Often they concluded that
careful cleaning and preparation of the surface were more important than the quality of the
protective coating.
Surface contamination in the form of rust, scale, oil grease and dirt is often obvious. Invisible
contamination may also be present and represents, on the whole, a greater hazard. Examples
of the latter are soldering fluxes, perspiration in the form of hand marks, chlorides from
marine atmosphere and sulfite from industrial atmosphere.
The following table gives surface preparation specification in the descending order.
Table 1.1– Surface Preparation in Descending Order of Effectiveness
Cu slag is specified as a standard blasting material for BPCL-MR, as this will not
create spark on metal surface while blasting ,so can be also used in service tanks
( as cold work) ; as well not reusable resulting, less/negligible surface
contamination
2.1 Inspection of blasted steel surface
For the purpose of inspecting the blasted steel surface with cu slag abrasive, the respective
“Visual standards” can be utilized.
This is defined as removing all rust, scale, paint etc. to a clean white metal which has a
uniform Grey white appearance. Streaks and stains of rust or other contaminants are not
allowed.
This provides a surface of about 95% as clean as white metal. Light shades and streaks are not
allowed.
This type of blast is more difficult to describe. It essentially amounts to about 2/3 of a white
metal blast, which allows for very slight residues of rust and paint in the form of staining.
This preparation calls for removal of loose rust, paint, scales, etc. Tightly adherent paint, rust
and scale is permitted to remain.
During surface preparation operations, the surface condition obtained has to be compared
with pictorial standards available for getting the specified condition.
APPLICATION RESTRICTIONS
For all cases, paint manufacturer guidelines shall be followed. Following restrictions are given
as recommended practices:
5) All defects noticed during stages of inspection, shall be rectified free of cost by the
contractor. All records shall be kept by the contractor.
7
10) Each contractor shall deploy adequate number of NACE CIP Level 1 qualified coating
inspectors to monitor and inspect the surface preparation, storage, handling, mixing
8
All painting works shall be mentioned (sign writing) with date of completion and PO no. at
site/structure. These would facilitate defects observations and would also be basis for
evaluation of the painting contractor /paint system and manufacturer for future works.
( All areas in refinery including , Pipe Track No 14 , Pipe Track No. 9, SRU, ARU, CRU, FCCU
(MEROX), CCU (Gas Treater), Pipe Track No. 7, CDU-VDU, HGU, Hydro Cracker, DHDS, New
SRU, LOBS, DM Water Plant, Area, Pipe Track No. 4 & 5 (Along Road No. 4 Up To Road No. 5 &
Along Road No. 5 Up to Road No. 6), MINAS, SWPH, FLARE, JETTY, Jawahar Island &
Acid/Caustic Tanks).
SYSTEM- 2; OLD SEA WATER COOLING TOWER/RMP CT AROUND COOLING TOWER OF 100
M RADIUS (SALT WATER SPRAY AREA)
Note: Salt water spray areas will require fresh water blasting or fresh water (Max. Chloride
content 50 ppm) mopping shall be carried out on Salt Water spray areas, before application of
primer, to remove the salts deposited on metal surface. Mopping can be repeated before
10
OR
Silicon Based Heat Resistant Aluminum 2 x 20 Brush
Paint.
(Temperature Resistance :400 – 600 0C)
11
OR
12
(All areas in refinery including, Pipe Track No 14 , Pipe Track No. 9, SRU, ARU, CRU, FCCU
(MEROX), CCU (Gas Treater), Pipe Track No. 7, CDU-VDU, HGU, Hydro Cracker, DHDS, New
SRU, LOBS, DM Water Plant, Pipe Track No. 4 & 5 (Along Road No. 4 Up To Road No. 5 &
Along Road No. 5 Up to Road No. 6), MINAS, SWPH, FLARE, JETTY, Jawahar Island &
Acid/Caustic Tanks).
SYSTEM 9 : OLD SEA WATER COOLING TOWER/RMP CT AROUND COOLING TOWER OF 100
M RADIUS (SALT WATER SPRAY AREA)
13
OR
Zinc Dust Graphite Paint 2 x 40 Brush
(Temperature Resistance:450 0C )
Total DFT 70
15
16
17
18
Colour : Red
Finish : Semi gloss
Application : Airless/Airspray/Brush
Pigment (main) : Zinc phosphate content minimum 38- 40% by weight of
the total pigments
Epoxide equivalent : 450 – 500
Type of epoxy : Condensation product of bisphenol – A and
epichlorohydrin with terminal Epoxide groups.
Curing agent : Polyamide (amine value 210-230)
Volume solids : 50 ± 2 %
DFT : 60 - 70 microns
Area Coverage (Theoretical): 8 - 10 sq.m / litre
Surface dry : 8 hrs.
Hard dry : 24 hrs.
Recoatability : 24 hrs.
Full cure : 1 week
Shelf life : 12 months
19
Colour : Brown/Black
Finish : Semi gloss
Application : Airless / Airspray / Brush
Volume solids : 64 ± 2%
Pigment : 20 - 22% by weight
Epoxide equivalent : 450 – 500
Type of epoxy : Condensation product of bisphenol –
A andepichlorohydrin with terminal Epoxide groups
Curing agent : Polyamide (amine value 210-230)
Curing agent + Epoxy content : 18 - 20 % by volume
Coaltar content : 35 - 40% by volume
DFT : 90-120 microns
Area Coverage (Theoretical) : 5-7 sq.m / litre
Surface dry : 8 hrs.
Hard dry : 24 hrs.
Recoatability : 24 hrs.
Full cure : 1 week
Shelf life : 6 months
Colour : As desired
Finish : Semi-Glossy
Type : Two packs
Application : By brush or Airless spray
Dry film thickness/coat : 200– 210 µm
Volume solids : Approx. 90 ± 2%
Area coverage (theoretical) : 4 to 4. 5 sq.m/litre
Surface dry : 4 hrs.
Hard dry : 24 hrs.
Recoatability : 24 hours.
Over coating : 24 hrs.
Full cure : 1 week.
Shelf life : 12 months
Colour : White/Grey
Finish : matt
20
Colour : As desired
Finish : Semi-Glossy
Type : Two pack
Application : By brush or Airless spray
Dry film thickness/coat : 75– 125 µm
Volume solids : Approx. 80 ±2 %
Area coverage (theoretical) : 6 to10 sq.m/litre
Surface dry : 4 hrs.
Hard dry : 12 hrs.
Recoatability : 24 hours.
Full cure : 7 days.
Shelf life : 12 months
Colour : green
Finish : Glossy
Type : Two pack
Application : By brush or Airless spray
Dry film thickness/coat : 300 µm
Volume solids : Approx. 100 %
Area coverage (theoretical) : 3.3 sq.m/litre
Surface dry : 8 hrs.
Hard dry : 12 hrs.
Recoatability : 24 hours.
Full cure : 5 days.
Shelf life : 12 months
22
10) Low VOC High build Surface tolerant Epoxy pigmented with Al,Micaceous iron oxide
Color Aluminum
Finish Egg Shell
Type Two Packs
Application Airless Spray, Air Spray, Brush, Roller
DFT per coat 125 ±25 microns
Volume Solids 80
5.30 square meters per liter at 150 microns
Theoretical Coverage DFT
Touch Dry (25 Deg C) 5 hours
Hard Dry (25 Deg C) 9 hours
Minimum Over coating
Time 9 hours
Maximum Over coating
Time 7 days to 4 weeks
Shelf Life 12 months
11) Two component high solid, high temperature phenolic Epoxy coating
23
Colour : range
Finish : Glossy
Type : Two pack
Application : By brush or Airless spray
Dry film thickness/coat : 125-200 µm
Volume solids : Approx. 75 %
Area coverage (theoretical) : 6 sq.m/litre for 125 µm
Surface dry : 4 hrs.
Hard dry : 5 hrs.
Recoatability : 5 hours.
Full cure : 7 days.
Shelf life : 12 months
Colour : As desired
Finish : High gloss
Application : Airless/Airspray/Brush
Volume solids : 40 ± 2 %
DFT : 25-35 microns
Area Coverage (Theoretical) : 11.4-16.0 sq.m / litre
Surface dry : 2 hrs.
Hard dry : 12 hrs.
Recoatability : 24 hrs.
Full cure : 48 hrs
Shelf life : 6 months
Colour : Metallic
Finish : Semi gloss
Application : Airless/Air spray/Brush
Volume solids : 40 ± 2 %
Aluminium content : 23-25 %
DFT : 20-25 microns
24
1) Boiler composition
Colour : Black
Finish : Matt
Type : Single pack
Application : Brush
Volume solids : 40 ± 2 %
DFT : 35-40 microns
Area Coverage (Theoretical) : 11-14 sq.m / litre
Surface dry : 4-6 hrs.
Hard dry : 48 hrs.
Recoatability : 24 hrs.
Full cure : 48 hrs
Colour : Black
Finish : Matt
Type : Single pack
Application : Brush
Volume solids : 40 ± 2 %
DFT : 30-40 microns
Area Coverage (Theoretical) : 11-14 sq.m / litre
Surface dry : 4 hrs.
Hard dry : 48 hrs.
Recoatability : 24 hrs.
Full cure : 48 hrs
Shelf life : 12 months
Temperature Resistance : 200 0C
Colour : Grey
Finish : Matt
Application : Brush / Spray
Zinc dust : 31 ±2 % by wt.
25
Polyurethane paints
Colour : As desired
Finish : Glossy
Type : Two packs
Application : By brush or Air/Airless spray
Pigment (Main) : Rutile titanium dioxide (30-40% by wt. of the
Total pigments.)
Type of resin : polyacrylate polyol
Curing agent : Aliphatic polyisocyanate
Dry film thickness/coat : 30– 75 µm
Volume solids : 45±2%
Area coverage (theoretical) : 11 to 14 sq.m/ litre
Surface dry : 1.5 hrs.
Hard dry : 6 hrs.
Over coating : 6 hrs.
Recoatability : 6hours.
Full cure : 1 week.
Shelf life : 6 months
This section covers various building paints and also concrete and rebar coating
UNDERGROUND SURFACE
All under-ground surfaces shall be coated with 2 coats of coal tar epoxy
28
10.1 This standard prescribes the colour scheme for the identification of the contents of pipelines
carrying fluids in the BPCL refinery.
This standard is not applicable to pipelines buried underground or used for electrical services.
PAINTS
Appropriate quality of paints conforming to relevant BPCL standards, wherever they exist,
shall be used for colour marking.
COLOURS
In order to identify the contents of the pipelines, a large number of colour shades are
required. Recommendations regarding shades of colour that may be used are given in Table
1. Colours used should be near to the specified colour shade as possible.
29
IDENTIFICATION
The system of colour coding consists of ground colour and colour bands superimposed on it.
Ground colour
The ground colour identifies the basic nature of the fluid carried in the pipeline.
Colour Bands
Colour bands are superimposed on the ground colour to distinguish
a. one kind or condition of a fluid from another kind or condition of the same fluid, or
b. one fluid from another but belonging to the same group.
APPLICATION
Ground colour
Colour as given in Table III (wherever only one colour is mentioned) shall be applied
throughout the entire line including valves, junctions, joints, bends, service appliances,
bulkheads, etc.
Colour Bands
They shall be superimposed on the ground colour.
30
For hot lines, which are insulated, painting of bands should be done in plain Aluminium sheet,
which can be easily screwed to the pipeline.
Valves shall be painted with the same colour as the main pipelines except the valves shall be
painted red for firefighting; yellow with black diagonal strips for warning of danger and
Brilliant green colour, to denote pipes carrying fresh water, either potable or non-potable.
The colour coding as prescribed in this standard for pipelines in BPCL refinery for general
services, process pipelines and pipelines conveying industrial gases (except pipelines
conveying medical gases) are given in Table – III.
ADDITIONAL IDENTIFICATION
When further identification is required, this may be done as per the requirement of Operation
Department.
10.2 Lettering
The recommended size of lettering for pipes of different diameters is given below:
Direction of Flow
Where it is required to indicate the direction of flow, arrows or letters may be painted near
valves, junctions, walls etc. and at suitable intervals along the pipe. These shall be black or
white in colour and in contrast to the colour on which they are superimposed. If a label or
badge with codified indication is attached to the pipe, the direction of flow may be indicated
by the pointed end of the label or badge.
31
Attention would be given to the visibility of colour markings and the letters. Where the
pipelines are located above the normal line of vision of the operator, the lettering should be
placed below the horizontal line of the pipe.
10.3 TABLE – III COLOUR CODE FOR PIPE LINES/EQUIPMENT IN BPCL REFINERY ( All colour code
bands /sign writing shall be with synthetic enamel paint)
A. UTILITES:
B. PRODUCT RUNDOWN:
32
C. CHEMICALS:
33
E. AROMATICS COMPLEX:
34
35
OTHER EQUIPMENT:
S. No.
SERVICE NEW COLOUR CODE (PU)
1. SAFETY VALVE YELLOW
2. COMPRESSORS Bus Grey (Dark Green)
3. PUMPS AND MOTORS Bus Green (Dark Green)
4. TURBINES & HIGH TEMP. PUPMPS HEAT RESITANT AL
5. STRUCTURES (GENERAL) Smoke GREY
6. LADDER STEPS, GRATINGS, CHECQ. PLATES BLACK
AND FOOR TRAFFIC AREA
7. HAND RAILING/CAGE ORANGE
9. EMERGENCY LIGHT FITTINGS FIRE RED
10. FLUE GAS STACK Aluminum
11.0 BRAND NAMES OF PAINTS (note: These are indicative; continuous change in
product name shall be considered during execution. Only six vendors’ brand
names are mentioned herewith as indicative, however other approved vendors
equivalent brands shall also be treated as accepted)
36
Sl. GENERIC NAME M/s Akzo Nobel M/s Jotun M/s Nerolac
No. OF PAINT
1. Zinc dust Graphite Paint Interzinc 78 (Zinc Resist 78 (Zinc
Silicate Primer) Silicate based) upto Nerolac Zinc
400ºC dust graphite
Paint
15. Self Priming Epoxy Mastic Interseal 547 Jota Mastic Smart
Paints Pack Neromastic
Table 1(Continued..)
39
Surface
preparation
cu slag blating Primer / Paint - No. of coats x
SA 2.5 DFT (in microns)
INTERNAL
EXTERNAL
BOTTOM UNDERSID
SR. TANK (excluding ROOF LEG & TOP REMARKS,
PLATE & COMPLETE ROOF TRUSS E OF
NO. SERVICE the floating ROOF DRAIN SHELL IF ANY
1ST SHELL TANK UNDERSIDE ES BOTTOM
roof deck) PIPES COURSE
COURSE PLATES
1 Crude oil Epoxy Red Amine Amine Epoxy NIL NA Epoxy Coal Floating
tanks Oxide Zinc adduct adduct cured Coal Tar Tar Paint- roof tanks,
Phosphate cured epoxy Paint- 2x100 deck
Primer-1X60 epoxy holding 2x100 external to
Oil Based holding primer-1x60. be painted
Aluminum primer- with
Paint-2X20 1x60. Inorganic
Solvent free Zinc Ethyl
epoxy-2x300 Silicate
Solvent Primer-1x70
free epoxy- micr.
2x300 High build
two pack
ployamide
cured epoxy
(MID
COAT)-
2x100 micr
Note: A thin
layer of mist
coat
(approx. 30
to 40
microns) to
be sprayed
Page 258 of 321
first on top
of zinc
silicate
primer and
then
subsequent
coats to be
applied to
achieve
overall DFT.
Aliphatic
acrylic
modified
(isocynate
cured) high
solids
weather
resistant
recoatable
two pack
polyurethan
e (finish
coat) -
1x50
microns
42
2 Hexane & - do - Amine Amine Epoxy Amine NA Epoxy Coal --do-
Motor adduct adduct cured Coal Tar adduct Tar Paint-
spirit cured epoxy Paint- cured epoxy 2x100
Page 259 of 321
44
Glass Flake Glass Epoxy
(Amine Flake Based
Adduct)- (Amine Tank
Page 261 of 321
Epoxy Based
Tank Liner-
2x120
46
10 LR/Waxy/ Two Amine Epoxy Coal
HGO/SR component Amine adduct Tar Paint-
high solid, adduct cured 2x100
Page 263 of 321
47
12 Lube oil - do - Amin Epoxy Coal
tanks e Tar Paint-
Amine adduct 2x100
Page 264 of 321
48
.C110Eet/IINGNEEI6
dliturletuleGNIFINDIA
oimmumwommose
UMITED
(A Govt. of Indio Undertaking)
SKIRT OPENING DETAILS 7-12-0005 Rev. 5
Page 1 of 2
N
PAD ALL AROUND
SEE NOTE-7
SKIRT
INSIDE 100NB SCH. 40
40 PIPE VENI
SKIRT
EQUISPACED INSIDE
BASE PLATE
SKIRT
80x6THK. PLATE
INSIDE
cv II 2mm(TENTATIVE)
CHECK FOR PIPE
THERMAL EXPANSION.
MALLER OF tx+2
OR 14mm (FOR PIPE
SSEE NOTE-6)
OR INSULATED PIPE+10
SEE NOTE-10
2-120 HANDLE
3-50 PINS-15 LG
EQUISPACED
VIEW—Q
VIEW—P
NOTES (HOT TYPE VESSEL) (COLD TYPE VESSEL)
ALL DIMENSIONS ARE IN mm UNLESS OTHERWISE STATED.
ACCESS OPENING SHALL BE LOCATED BETWEEN ANCHOR BOLTS WHEREVER POSSIBLE.
ACCESS OPENING IS NOT TO BE BLOCKED BY BOTTOM HEAD.
SKIRT DIAMETER ACCESS OPENING DIA.(D) NO. OF ACCESS OPENING
UP TO 1000 400 1
OVER 1000 UPTO 1500 450 1
OVER 1500 UPTO 3000 500 1
OVER 3000 500 2
SKIRT DIAMETER NO. OF VENT HOLES
UP TO 1000 2
OVER 1000 UPTO 2000 3
OVER 2000 4
MINIMUM SIZE OF PIPE SLEEVE IS 150NB SCH 40. USE SCH 40 UPTO 250NB PIPE SLEEVE. FOR 300NB AND
ABOVE, PIPE SLEEVE SHALL BE FABRICATED FROM PLATE.
ALL OPENINGS 300 DIA. AND ABOVE SHALL BE PROVIDE WITH REINFORCEMENT PADS ON INNER SURFACE OF SKIRT.
IN CASE OF CONFUCT ENGINEERING DRAWING SHALL GOVERN.
IN FLARED SKIRT, OPENING DETAIL IS SAME AS THAT FOR CYLINDRICAL SKIRT.
WOODEN BLOCK SHALL BE FIXED TO SLEEVE WITH TWO NO. OF WOOD SCREWS.
ACCESS OPENING/PIPE OPENING/VENT SHALL BE OF SAME MATERIAL AS THAT OF SKIRT.
ALL FILLET WELDS SHALL BE 6 mm MINIMUM.
* 13. PROJECTION OF SLEEVE/NECK SHALL BE GREATEST OF (30+INSULATION THK.), (30+FIRE PROOFING) & 50mm.
14. CENTER LINE OF ACCESS OPENING SHALL BE 850 MM (MINIMUM) ABOVE BOTTOM BASE RING FOR ANCHOR
BOLTS OF SIZE M45 & BELOW AND 1100 MM (MINIMUM) FOR ANCHOR BOLTS OF SIZE ABOVE M45. IF ANCHOR
CHAIR HEIGHT IS MORE THAN THAT OF GIVEN IN STANDARD. LOCATION OF ACCESS OPENING SHALL BE ESTABLISHED
SUITABLY.
1
5 23.05.2011 REAFFIRMED AND REISSUED AS STANDARD POREL RKT
orfr
ftemm uyirrED
ENGNEERs
IA Govt. of India Undertaking) VERTICAL VESSEL
7-12-0008 Rev. 5
Page 1 of 1
•
REFER NOTE-3
(SEE ENGINEERING
DRAWING)
NOTES
ALL DIMENSIONS ARE IN mm UNLESS OTHERWISE STATED.
NUMBER OF BRACKETS SHALL BE FOUR PER VESSEL
PAD THICKNESS SHALL BE AS PER ENGINEERING DRAWING.
FOR VESSELS UPTO 800 mm DIA. REFER ENGINEERING DRAWING.
5. IN CASE OF CONFLICT ENGINEERING DRAWING SHALL GOVERN.
'6. DISTANCE 'X' IS TO BE FINALISED CONSIDERING INSULATION THICKNESS, BOLT SIZE AND ERECTION
REQUIREMENT AND SHALL BE KEPT MINIMUM.
7. EARTHING LUG SHALL BE AS PER STANDARD 7-12-0026.
PAD AS PER
ENGINEERING DRAWING
6 THK. COVER
PLATE
REF. TABLE ON
SHT. 2 OF 2 HOLE DIA.= BOLT DIA.
NOTCH TO + 6mm
CLEAR WELD
WELD UNE
TANGENT UN
B.C.D.=VESSEL 0/D-50
NOTES
ALL DIMENSIONS ARE IN mm UNLESS OTHERWISE STATED.
THIS STD. IS APPLICABLE FOR VESSEL DIAMETER UPTO AND INCLUDING 2000mm, MAXIMUM SHELL THICKNESS OF 20mm
AND MAXIMUM LENGTH (T.L. TO T.L.) OF 3000mm VESSELS BEYOND ABOVE RANGE REQUIRE SPECIAL CONSIDERATION.
3. FOR CALCULATION, FOLLOWINGS PARAMETERS HAVE BEEN CONSIDERED.
WIND PRESSURE 200 Kg/me
SHAPE FACTOR 0.7
BASIC SEISMIC CO—EFFICENT (a0 ) 0.08
SOIL FOUNDATION SYSTEM FACTOR (p) 1.5
IMPORTANCE FACTOR (I) 2.0
EMPTY WEIGHT WITH WIND LOADING OR HYDROSTATIC WEIGHT WITH SEISMIC LOADING.
4. HEIGHT AND NUMBER OF LEG SUPPORTS AND SIZE OF ANCHOR BOLTS SHALL BE AS PER ENGINEERING DRAWING.
MINIMUM BOLT SIZE SHALL BE M 20.
MAXIMUM INSULATION THICKNESS CONSIDERED IS 150 mm.
IN CASE OF CONFLICT ENGINEERING DRAWING SHALL GOVERN.
ALL FILLET WELDS SHALL BE 6 mm MINIMUM.
MATERIALS SHALL BE AS PER ENGINEERING DRAWING.
EARTHING LUG SHALL BE AS PER STANDARD 7-12-0026.
800 4 ISA 100x100x10 ISA 130x130x8 ISA 130x130x12 200x200x16 THK. 45 3150
1000 4 ISA 100x100x12 ISA 130x130x10 ISA 150x150x12 230x230x16 THK. 45 4600
1250 4 ISA 110x110x15 ISA 150x150x10 ISA 150x150x12 230x230x16 THK. 45 6750
1600 4 ISA 130x130x15 ISA 150x150x15 ISA 150x150x18 230x230x16 THK. 60 9500
1750 4 ISA 150x150x12 ISA 150x150x18 ISA 200x200x12 300x300x16 THK. 60 12700
2000 4 ISA 150x150x18 ISA 200x200x12 ISA 200x200x15 300x300x20 THK. 75 16400
NOTES
FOR A VESSEL WITH MAXIMUM SUPPORT LEG HEIGHT OF 1500mm, FOLLOWING ALTERNATIVE
LEG SIZES MAY BE USED :—
ISA 65x65x8 WITH HYDROSTATIC WEIGHT UPTO 500 Kg.
ISA 80x80x8 WITH HYDROSTATIC WEIGHT 501 Kg. TO 1000 Kg.
Page 1 of 1
HORIZONTAL VESSEL
(ELEVATION)
q_
VERTICAL VESSEL
(PLAN)
NOTES
ANY DEVIATION FROM THIS ARRANGEMENT WILL BE INDICATED IN ENGINEERING DRAWING.
BOLT HOLES TO STRADDLE CENTRE LINES INDICATED ( BY q. ) ABOVE.
20 0 x 25 LG. SNAP
HEAD RIVET
1
1
6R 15
1NO. 60
DRAIN HOLE
DETAIL 'X'
TELL TALE HOLE
BUND
FLANGE
IM16
jk4j6;.11?l''-
6 30.06.2011 REAFFIRMED AND REISSUED AS STANDARD POREL KM/SC DM
5 11.09.2006 REAFFIRMED AND REISSUED AS STANDARD POREL DNN AKM VC
Rev. Prepared Checked Stds. Committee Stds. Bureau
Date Purpose Convenor Chairman
No. Page 271 of 321 by by
Approved by
Format No. 8-00-0001-F4 Rev.0 Copyright EIL - All rights reserved
Olar
STANDARD No.
ENGINEERS MANHOLE WITH DAVIT
geINIDIA LIAM 7-12-0010 Rev. 6
/A Govt. of India Undertaking)
Page 2 of 2
8
260 350
(320)
40R NP4,
10V
ti DETAIL OF HAND GRIP
HAND GRIP
141"
0
I
— 1°N
N 20 0 x 25 LG. SNAP
250 HEAD RIVET
// PIPE 'A'
il \\
// \\
\\\
1/ \\ \ I I
/ \\ I I 0
II 1111 I I
— 30 VENT
\ 11 II
I I // ) 0
\\ // F—R
\ \ s.\\
\\
\\
.■...--
1
1
//
ii
//
//
Y
------_ --------------
1 15
3N0.—M16 SS JACK SCREWS
ON BOLT CIRCLE DIAMETER 1NO. 60 )
(SEE NOTE-3) DRAIN HOLE
DETAIL 'Y'
1 N0.-3mm NPT
TELL TALE HOLE
TOP OF DEMISTER
•!6!;!.9.■!VAtt;!..!..!■!•:•!.!•!..!•:•!..!•!....!•!•:•!•:•!..!•:•!
UM
DETAIL-X
HORIZONTAL VESSEL
V)
Z
7
CC TOP LADDER RUNGS EQUISPACED AT BOTH LEVELS O
o 2-NOS. FOR DIA. < 1000. 1=1
a"'
0
4-NOS. FOR 1000 < DIA. < 2000 I
cJ p) 1-
¢< 6-NOS. FOR 2000 < DIA. < 3000 0 W
—I I—
8-NOS. FOR DIA. > 3000 °
%.D
V) _j
HANDGRIP 175 175
350+1/2 MANHOL DIA. CU
MANHOLE
II
`1,
e) DETAIL-X
200
r DETAIL-X
F
175 175
HANDGRIP
NOTES
1. ALL DIMENSIONS ARE IN mm UNLESS OTHERWISE STATED.
A 2. VARIATION IN SPACING BETWEEN LADDER RUNGS IS PERMITTED
IN CASE OF INTERFERENCE WITH SOME NOZZLE OR INTERNALS.
HOWEVER THE SPACING OF RUNGS SHALL BE EQUAL.
SQUARE RODS MAY BE USED FOR HANDGRIP / LADDER RUNGS.
IF FABRICATED FROM PLATE THE EDGES ARE TO BE ROUNDED OFF.
MATERIAL SHALL BE AS PER ENGINEERING DRAWING.
ALL FILLET WELDS SHALL BE 6 mm MINIMUM.
ORIENTATION OF LADDER RUNGS SHALL BE SAME AS OF MANHOLE.
7. DIMENSIONS SHOWN IN BRACKETS ARE FOR STAINLESS STEEL MATERIAL. r
du
5 30.06.2011 REAFFIRMED AND REISSUED AS STANDARD POREL T AKM/SC DM
4 11.09.2006 REAFFIRMED AND REISSUED AS STANDARD POREL DNN AKM VC
Rev. Prepared Checked Stds. Committee Stds. Bureau
Date Purpose by
Convenor Chairman
No. by Approved by
Format No. 8-00-0001-F4
Page 273 Rev.0
of 321 Copyright EIL - All rights reserved
STANDARD No.
15iiitaEqM ENGINEERS
fafReg EARTHING LUG 7-12-0026 Rev. 5
FE0 W
41gen INDIA LIMITED
(..1921751¢tef3ACI (A Govt. of Indio Undertaking)
Page 1 of 1
10 THK. PLATE
VESSEL PART
tr.)
N
14 DIA. HOLE
(FOR M12 BOLT)
75 25
NOTES
ALL DIMENSIONS ARE IN mm UNLESS OTHERWISE STATED.
ALL EQUIPMENTS SHALL BE PROVIDED WITH TWO(2) EARTHING
LUGS, UNLESS OTHERWISE STATED.
3.(a) EARTHING LUGS SHALL BE LOCATED DIAMETRICALLY OPPOSITE ON
NORTH—SOUTH CENTER LINE ON SKIRT SUPPORTED EQUIPMENTS,
ON ANY TWO(2) LEGS OF THREE(3) LEG SUPPORTED VERTICAL VESSEL,
ON DIAMETRICALLY OPPOSITE LEGS OF FOUR(4) LEG SUPPORTED
VERTICAL VESSEL AND ON EACH SADDLE OF HORIZOTAL VESSEL.
TWO(2) EATHING LUGS ARE TO BE LOCATED ON EACH SADDLE OF
HORIZONTAL VESSEL OF LENGTH GREATER THAN 20 METERS.
FOR SPHERE, TOTAL 4 — NOS. OF EARTHING LUGS SHALL BE PROVIDED
PREFERABLY ON DIAMETRICALLY OPPOSITE AND EQUALLY SPACED LEGS.
(SPHERES ARE USUALLY PROVIDED WITH LEGS IN NUMBERS WHICH ARE
MULTIPLE OF 4 FOR THE SYMMETRY)
DO NOT WELD EARTHING LUG ON PRESSURE PART.
IN CASE OF CONFLICT ENGINEERING DRAWING SHALL GOVERN.
6. MATERIAL OF CONSTRUCTION SHALL BE CARBON STEEL.
SECTION XX
BOTTOM OF BRACE TO TOP OF LUG F 200 230 300 400 500 600
BOTTOM OF BRACE TO T.L OF HEAD E SEE NOTE 2
T.L. OF VESSEL TO BOTTOM OF LUG B 200 230 280 350 400 480
C 30 40 50 70 90 100
TOP OF LUG TO Q OF HOLE J 90 90 115 150 180 230
K 30 40 50 70 80 100
NO. OF LUGS 2 2 2 2 2 2
NOTES
1. ALL DIMENSIONS ARE IN mm UNLESS OTHERWISE STATED.
*2. DIMENSION 'E' IS TO BE DETERMINED BY THE SHAPE OF HEAD IN CONJUNCTION WITH DIMENSION 'K'.
DETAIL, DIMENSIONS AND NOTES GIVEN IN ENGINEERING DRAWING TAKE PRECEDENCE OVER THOSE SHOWN HERE.
FOR THIN WALLED EQUIPMENTS, DESIGNER SHALL ANALYSE THE STIFFENESS OF SHELL AT THE LIFTING LUG LOCATION.
IF PADS ARE USED ON STAINLESS STEEL EQUIPMENTS THE SIZE OF FILLET WELD BETWEEN SHELL AND STAINLESS
STEEL PAD SHALL BE ANALYSED.
MATERIAL SHALL BE COMPATIBLE WITH HEAD MATERIAL.
FOR INTERMEDIATE ERECTION WEIGHT, NEXT HIGHER SIZE OF LIFTING LUG SHALL BE USED.
LIFTING LUG SHALL BE MACHINED TO COVER OFFSET BETWEEN OUTER DIAMETERS OF SHELL AND HEAD.
O.D.
B.C.D.
18 DIA. HOLES
FOR M16 BOLTS
THICKNESS OF
NOMINAL NUMBER FLANGE t
PIPE SIZE I.D. B.C.D. O.D.
OF BOLTS CARBON S. STEEL
(mm)
STEEL OR MONEL
40 51 110 160 4 16 10
50 63 120 170 4 16 10
80 92 150 200 4 16 10
NOTES
ALL DIMENSIONS ARE IN mm UNLESS OTHERWISE STATED.
IN CASE OF CONFLICT ENGINEERING DRAWING SHALL GOVERN.
* 3. FILLET SIZE IN BRACKET ARE FOR STAINLESS STEEL / MONEL.
FULL FACED GASKETS SHALL BE USED.
DIMENSIONS EXCEPT THICKNESS FOR INTERNAL FLANGES OF SIZE 25NB OR LESS SHALL BE AS PER
ASME 816.5 CLASS 150. FLANGE THICKNESS AND FACING SHALL BE EQUIVALENT TO 4 NB LANGE
COVERED IN THIS STANDARD. 2 14-4
5 30.07.2011 REAFFIRMED AND REISSUED AS STANDARD POREL AK / SC '' DM
4 11.09.2006 REAFFIRMED AND REISSUED AS STANDARD POREL DNN AKM VC
Rev. Prepared Checked Stds. Committee Stds. Bureau
Date Purpose Convenor Chairman
No. by by Approved by
Page 276 of 321 Copyright EIL - All rights reserved
Format No. 8-00-0001-F4 Rev.0
STANDARD No.
liglirgelNDIAENGNEERS
LIMITED (A Govt. of Indio Undertaking)
INLET DEFLECTOR BAFFLE 7-12-0020 Rev. 5
Page 1 of 1
(7)
VESSEL INSIDE ii VESSEL INSIDE
rm. 4\
aka
HALF P PE OF NOMINAL
PIPE SIZE = 2d **6 (5) **6 (5)
2—FLATS *6 (5) THK.
(NOT REQUIRED FOR
'd' < 150 NB)
d 2 50 MIN.
TYPE-1 TYPE-2
NOTES
ALL DIMENSIONS ARE IN mm UNLESS OTHERWISE STATED.
CC = 30' UNLESS OTHERWISE STATED (TO BE ADJUSTED TO PREVENT
"CE
co
1
6 .. z 1-
Li,
I- u_
<
1- Y 0 E
0
<
E
—.1 csj
ce Zt
w
N m 1— L,_
o
w o
cc I _1
w 1— 1—
w Ww
I- 0 Y i—
o T I- 0 v)
a
w 0 IX V)
tr) L.LI CO U)
La 0 w
_1 __I Ix _I
D o C.)
1
Li -4Z
1—
cr)
E CD 6 C■1
°)
E < o LL.
Lo 1-- 1 o
Z a co w — N Li,
_1 CD CO
w _J 1
w < _1 N _1
< 2 J _1
V) < 0 <
(/) I CC I
Z 0 V-) < (1)
0 Z 0
U) o Lu WW..
1-- Z
<
0 ,- n
W
w ix
0 CL
V 0_
m
E cr
Y L.L1 L.Li LO
(/) _1
_I C<C) <
2 1- 1 . 1L "i
MI < CO Z O Z
0
Z .— C■I ri 4 6 tO
/ 11. , ^
4.0 0
2/Vvt'4
KT
5 31.08.2011 REAFFIRMED AND REISSUED AS STANDARD POREL 44.4) AKM / SC DM
4 12.10.2006 REAFFIRMED AND REISSUED AS STANDARD POREL RKG AKM VC
N W.L o b
T.L
5 X COLD INSULATION
THICKNESS ( MIN 600MM)
a_
7
1=-J b
M12 SQUARE NUTS TACK WELD
ON INSIDE AND OUTSIDE OF PIPE G
SKIRT ‘111SUPPORT
SKIRT ON 450 TRIANGULAR PITCH
FOR FIRE PROOFING (SEE DETAIL-Y) ANGLE LEG
(REFER NOTE-8) SUPPORT
DETAIL—Y
SECTION 'C—C'
M6 X 25 LG G.I. BOLTS w 0
BETWEEN TWO CLEATS (TYP) w
AND NUTS. to z
AIR POCKET
6 THK. FLAT (FOR VESSEL TEMP.
10
ABOVE 400T)
3 THK.
ASBESTOS SHEET
to
4=1
w
0 50
z
50 FOR NOZZLES UPTO 250 NB
AND 80 FOR NOZZLES ABOVE
250 NB
TYPE — 1A TYPE — 2A
FOR NOZZLE NB 100
3D0
TYPE — 1B TYPE — 2B
FOR NOZZLE NB < 100
NOTES
ALL DIMENSIONS ARE IN mm UNLESS OTHERWISE STATED.
IN CASE OF CONFLICT ENGINEERING DRAWING SHALL GOVERN.
3.a) FOR ALLOY LINED VESSELS, THE BAFFLE MATERIAL SHALL BE SAME AS ALLOY LINING.
b) FOR CONCRETE LINED VESSELS, THE BAFFLE MATERIAL SHALL BE ALLOY AS SPECIFIED
IN ENGINEERING DRAWING.
REFER ENGINEERING DRAWING FOR DIMENSION 'B'.
DENOTES NOMINAL BORE SIZE OF SUBJECT NOZZLE.
0
—J
V)
10 R
BRACKET
NAME PLATE
0
r-
4-
N
EIL NAME PLATE
o 0:
+
N
0
N
0
MANUFACTURER NAME PLATE
<TYP
2V •
200
230
NOTES
I. ALL DIMENSIONS ARE IN inn UNLESS OTHERWISE STATED.
2, BRACKET MATERIAL SHALL BE SAME AS SHELL MATERIAL.
1"1' 0
125
M IS NAME OF MANUFACTURER
DESIGNED BY I I OWNER I
cs,
ITEM NO. I I JOB NO. I rs,
, P.O. NO. I I YEAR OF FABRICATION I
(.1
D in CODES I INSPECTED BY I ,
IN N. I
DESIGN PRESSURE I I DESIGN TEMPERATURE I
CORROSION ALLOW. I I RADIOGRAPHY I
cs,
TEST PRESSURE I I EMPTY WEIGHT I
rs,
4,st- I
4" DATE OF TEST I
el
5R
4.50 HOLE 2
28 26 28
BRACKET
NAME /
PLATE
NOTES
ALL DIMENSIONS ARE IN mm UNLESS OTHERWISE SPECIFIED.
ALL LETTERS, BLOCKS AND BORDERS SHALL BE RAISED POLISHED FACE.
BACKGROUND SHALL BE BLACK.
NAME PLATE SHALL BE TACK—WELDED TO THE BRACKET. WHERE NOT POSSIBLE
IT MAY BE RIVETTED.
NAME PLATE SHALL BE OF STAINLESS STEEL OF 2mm THICK.
BRACKET MATERIAL SHALL BE SAME AS SHELL MATERIAL.
4
3
31.08.2011
12.10.2006
REAFFIRMED AND REISSUED AS STANDARD
REAFFIRMED AND REISSUED AS STANDARD
POREL
POREL
A41
KT
RKG
A.D‘>)
kAAr914/1"/
KM / SC
AKM
DM
VC
Rev. Prepared Checked Stds. Committee Stds. Bureau
Date Purpose Convenor Chairman
No. by by
Approved by
Page 283 of 321 Copyright EIL - All rights reserved
Format No. 8-00-0001-F4 Rev.0
Page 284 of 321
Page 285 of 321
Page 286 of 321
Page 287 of 321
Page 288 of 321
Page 289 of 321
Page 290 of 321
Page 291 of 321
Page 292 of 321
z O
P
NJ NJ
—a
O
0 C)
to O O O
N.) 03
0
CA
to
CD
CD C/)
IS 17 0
co
-1
CD
0" CD
z Cn
° cr)
z
0.
cn
o.
o) 0
a o
cn )
0 co
o
3 .(.1
3
0\
Co
Cl,
o.
C) 0
g
co
c
P
0
rn
Ro
cgt-
1-1 -4 z
,,-I- '-o 0-, cfl oDZ
= 'ci - 4 ci)
- --. ■-ct --- co ..i =pp,
r1)mi CM 47
to
e••■- '1:i a ›' I
1:3 ( ) I •••+ fD 0_,_, C) 00
o
et *CS ,---, o 2. '''' p:J '"=. ,-I M
ep 0 H •54 :1: '3 o o tIl
'° 5 . 0 .0 7 11)
..c ,-+ et O
eA 00 ----• o
■••••
cr -cs CD ,..,.
.- to. ,..d'.-.1- to.
= to. et o - o n c (-)
CA
CA *i
-to ,e) ", '0 P
V 'to CD ,--P- el 1-,
cr -I e`D En 12,) Cr
.,. fD
0 1-1) 4
et e) p et
..4- CD
= ICI
"—: C4 ,51''t CL = H
© 4 , cts . 0 r4
= .0 CL = = 9+ 1•C
,
...... 5- _
(-D t: n
0 o
Po = =
,..0...,. CD ;''
,• 1 0 CD
CZ. fa) —
ea. et ,-e n
Pa `CS o
,-,- t-s CL 0••3
Po po 0
cn '0 = '0 til
o- o Lo -t
CD ,.. 0
CD .-, • cp rt) cA
rt.CD ....
V) cA al- *q
= I■1
FA) Ro -, n
(1)
cn CA
1:3 •
-1
0 e0
11
..-. ,—
co co
c) c) :
c' tyl *3
4
cA C) CL .0
- t
1 ) 0o ,-,
0)
-•
-0 o. .41 o r)
P ,-3 et (n+D
oc4
oz
. Cr7 '-'- ,-
v) -t
0 g
cA
'V cA
ud
I
oo to
cA
n
o
cA .0
til
cA
.0 o
= x .0
t.
z .0
tt
n
,.-i
.
til
. o
2 ro
-0 r■
,..... CD
CD
c ,—h
PzJ 7cJ 9, od 0
■—■ ■•••,
= 0,
cp
..-t _,
,....
-I0
z Z. qr.--• X 0 74
c•D
(1) o 0 7 0 cb 0
0 r.*)
n' - . ...I '0 r C < a.' <
...• ■-t ,-• • < • <
,-.
- A) A) ft < ,_. = A) ,-• • -• 1 = ci) =
CA .+1 ■, *0 ---, 7$ 6 v, CD 0 CD.
.-1- 0 '-' .-- 0 C — .CD (1) cn Z
,..,) •-/ a. CD z
0 ,...,
'" • D ,....., Evil' g° a P 7D P
P e) r"
(D AD CD r-1., ,-, A,-- ' 0
0 (1) 0
0 .-..:: vo -•1 p 0,.. 15.• ..0 CL: ,...., ' '. 211 'F.', ' a . 0
,..„. R. p -h
(1) (I) 0 117 __.
= ow __, ,- cn ,.. 1 — 0 -• - ,-* r)
sa. 0 6. c()o t "0 -,,
,' -,
(-) co
t-t -t-
0 CD 0 Cl., ^", cl)
cp . rt- z a.- • CD ...I 0 rn o 77 cn r. Ro 0 ,.., -- --'. -.. H
0 r°,- ,., < CD A) ,-- 0 n" C -,- 4 5 , — til
0- (D - ,,,
-•• 0 gcp cn ,— C. ■-/' 0 1-• • z = ,-,
0 0 7+) .--. • ' ■-•, • CD (1) Cfqcp -< -1:0I sa.
0 C at)
(1) v) 0
0 e•-•• 0
= ''' ,.”.•
'-' - CD CD 0 0 0 A) .-/ r
..., y fa. 0., a; 4. 0 0L., cn <= ,-+ w ,..,. = V)
..-t-
0 w
-i• CD 0 0 ((c1 5 . P P **41. 5' ,L-ti 4',t. 5' 0
CD,.., (.-t1)•0 = SD= ,.... c) 0 CD ..--/- = 0 o.. 1
C.) Y A) -s •< P 12,
0 z ,.., ,, ... 0
-,- - o ,.„ It. 0 co H 0 ci)
..cn - - (4 (1) y
q.
. a
0 •
0 e0
_ ii.)
— — — r) ,t
c) cp c:, c) c::, c, G>
,::, c, c> c, c> c, c)
c. Z ---,
c' ..2' c:' c' c" ,..,
,— tn
4
0 ( 0 0
-t - =(4 .1
1 4 . 4 , Fr
-,0 H 0 izs o '-ci CD *0 A).-- p (7
c-= A) P CD pa ty
0 0 0 P., r+
'IC n -0 0 -to 0
0 co ,4i
'' cj, Fi'
_,- o SW7."1.; o AD 0
0 V) 0 2.. 77 0-r. .-+- 0 ,4- 2 't ,.... ■-t = :I
r. ,-.• '-' • A) 0- 0 pa
0 7. 5 0 r# P cl. 2 P co
= ," = = 0
t un
I . I I It
. : to
til
ci)
74
r)
0
id
tri
id 0
x x x id oil
r
M.•■
M car
Id
t'1
r)
H
t'll 0
I■4
= PCi PC/ =
°
0
CD
CD °
Z-■ •
0
g
v, (9"
r) cr
--+) CD
0 • ■•■-
&,1) CD
co
co
0 AD
C/7
e='t-. CD
FD cp
CA
■t CD
C/1
- :■•:.:1 •
CD CD 1,4
CD •
°C
5); c.14
D‘°(-)
CD 0
CD
D
t:D
SI-
CK?
C/)
>
(4)
k.7
> w
CD
C4 54, :1
'("iP (1)
,-47 0
(„
-=
. CD
—••
CD XI CSQ
CD
CD
0
cr
a.
C/1
cn
—• v,
v.:, 0
P
cr
CD
> 0
'CS T3
0,-,P 7 •
<
CD 'p-
a. CD Fr
oC •
0
CDCD
CD n
0
0 IQ
0 co
F)" 0
CS'
I
151fRiseA ENGINEERS FOR POSITIVE MATERIAL
si at efaleg INI NA LIMITED
/A “nul na. Lnden.,), IDENTIFICATION (PMI) AT
6 - 81 - 0001 Rev. 2
SUPPLIER'S WORKS Page I of 8
covingii 4
c 1T
STANDARD SPECIFICATION
FOR
POSITIVE MATERIAL
IDENTIFICATION
(PMI)
AT SUPPLIER'S WORKS
40D ., 15,
2 20.10.11 REVISED AND RE-ISSUED AKC DM
Abbreviations:
CONTENTS
1.0 SCOPE 4
2.0 REFERENCE DOCUMENTS 4
3.0 DEFINITIONS 4
4.0 PMI EXAMINATION 5
5.0 ACCEPTABLE METHODS FOR PMI 5
6.0 EXTENT OF PMI EXAMINATION 6
7.0 RECORDING AND DOCUMENTATION 7
8.0 MARKING 7
1.0 SCOPE
1.1 This specification applies to the requirements for Positive Material Identification (PMI) to be
performed at the Supplier's works on Metallic Materials procured either directly by the
Owner/EIL/ LSTK contractor or indirectly through the sub-Suppliers.
1.2 Any post order deviation from this specification must be approved by Owner/EIL in the
Deviation/ Waiver Permit format (No. 5-0000-0180-F1) enclosed with Material Requisition.
1.3 This specification covers the procedures and methodology to be adopted to assure that the
chemical composition of the material is consistent with the material specifications as specified
in purchase documents using 'Alloy Analyzer' at the time of final inspection before dispatch.
1.4 The scope of this specification shall include but shall not be limited to Positive Material
Identification (PMI) to be performed on Materials listed below:
1.5 All grades of material supplies including Stainless Steels shall be liable for PMI test at site. In
case of any defective materials being found at site, the Supplier shall be responsible to effect
replacement of such defective materials at project site without any delays to the satisfaction of
EIL site RCM (Resident Construction Manager).
2.1 API Recommended Practice 578 (First Edition, May 1999) - Material Verification Program for
New and Existing Alloy Piping Systems.
3.0 DEFINITIONS
3.1 Supplier: Any Supplier or Manufacturer on whom an order is placed for the supply of referred
items. This definition shall also include any sub-Supplier or manufacturer on whom a sub-order
is placed by the Supplier.
3.2 Inspection Lot: A group of items offered for inspection covered under same size, Heat and
Heat treatment lot.
3.3 Alloy Material: Any metallic material (including welding filler materials) that contains
alloying elements such as chromium, nickel, molybdenum or vanadium, which are intentionally
added to enhance mechanical or physical properties and/or corrosion resistance.
4.1 The Supplier shall submit a procedure of PMI to comply with the requirements of this
Specification Approval of PMI Procedure shall be obtained from Owner/EIL/TPIA prior to
commencing manufacture/ inspection of product.
4.2 PMI examination of materials is independent of any certification, markings or colour coding
that may exist and is aimed at verifying that the alloy used are as per specified grades.
4.3 The Supplier shall identify all incoming alloy materials and maintain full traceability of all alloy
materials, including all off-cuts. Transfer of identification marks shall be undertaken prior to
cutting to ensure maintenance of identification on off-cuts.
4.4 The Supplier shall ensure that all alloy materials are segregated and stored in separately
identified locations to prevent the mix up of materials of different alloy specifications or alloy
material with carbon steel. Non ferro-magnetic materials shall be segregated at all times from
ferro-magnetic materials.
5.1 The method used for PMI examination shall provide a quantitative determination of the alloying
elements like chromium, nickel, molybdenum or vanadium in Alloy Steel items.
5.2 Instruments or methods used for PMI examination shall be able to provide quantitative,
recordable, elemental composition results for positive identification of alloying elements
present.
5.3 The acceptable instruments for alloy analyzer shall be either "Portable X-Ray fluorescence" or
"Optical Emission" type each capable of verifying the percentage of alloy elements within
specified range.
5.4 Chemical spot testing, magnets, alloy sorters and other methods using eddy current or
triboelectric testing methods are not acceptable for PMI examination.
5.5 The PMI instrument used shall have the sensitivity to detect the alloying elements in the
specified range.
5.6 All PMI instruments shall have been serviced within a 6 month period of the time of use to
verify the suitability of batteries, sources etc., and the data of the last service shall be stated on
the PMI Report Form (Sample enclosed).
5.7 Each analyzer must be calibrated according to the manufacturer's specification at the beginning
and end of each shift. Instrument must be checked against known standard for each alloy type
to be inspected during the shift.
5.8 Certified samples, with full traceability, of a known alloy materials shall be available for use as
a random spot check on the instrument calibration.
5.9 The surfaces to be examined shall be prepared by light grinding or abrasive paper and solvent
cleaner. Evidence of Arc burn resulting from examination shall be removed by light grinding or
abrasive paper. No permanent marks, which are injurious to the usage of product in service, are
acceptable.
5.10 Alloy Steel ring type joint Gaskets shall be inspected by using portable X-Ray fluorescence
instrument.
5.11 Testing shall be done as per the procedures outlined by the manufactures of alloy analyzer
being used. Modification of these procedures if any must be approved by Owner/EIL.
5.12 The persons performing PMI shall demonstrate their capabilities to the satisfaction of
Owner/EIL/TPIA visiting engineer. If the Supplier has qualified operator on their rolls, he may
perform the examination. Otherwise PMI examination shall be sub-contracted to an independent
testing agency approved by EIL.
5.13 Whenever material is identified as not meeting requirements by the visiting engineer a rejection
note shall be issued.
Following sampling plans shall be applicable for PMI examination of various items.
Note:
For Welded Pipes and Fittings, PMI shall be performed on Base Metal as well as
weldments.
Whenever any sample drawn to PMI test on the basis of percentage selection in B & C
above, fails to meet specification requirements, 100% of items of lot shall be tested for
PMI.
The results of PMI examination shall be recorded in a Report Format as enclosed with this
specification.
8.0 MARKING
8.1 All alloy materials tested by PMI shall be identified using either of the following methods by
indicating "PMI OK"
Material Specification/Grade
Element Cr Mo Ni V
Specified Range
Actual observations
Instrument Type / ID