0% found this document useful (0 votes)
814 views321 pages

Strainer Description

JHJKHK

Uploaded by

Chirag Shah
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
814 views321 pages

Strainer Description

JHJKHK

Uploaded by

Chirag Shah
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 321

Click on the Document Title to go to that section of the document

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)

RFQ No.: RS/ A269-147-GN-MR-4300/1145 Date: 01.05.2014

To, Client :BHARAT PETROLEUM CORPN. LIMITED


M/s
Project: CDU-4 PROJECT

MR No.: A269-147-GN-MR-4300 REV. A

Item: BASKET FILTERS (STEAM JACKETTED)

Due Date & Time: 22.05.2014 ; Up to 1200 Hrs. (IST)


At 1400 Hours (IST) on 22.05.2014 (at Business Centre, E.
I. Bhawan,Annexe Bhikaiji Cama Place, R.K. Puram, New
UNPRICED BID OPENING: Delhi – 110066,India). (In case the Bid Due Date happens to
be fall on Holiday, the next working day shall be deemed to
be due date)
PRICED BID OPENING: TIME & VENUE SHALL BE INTIMATED LATER.
Shall be conducted within 10 days from the date of opening of
POST BID MEETING:
un-priced bids, if required.

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.

ii) For Foreign Vendor:

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.

37. Multiple / Alternative Bids


A bidder (i.e., the bidding entity) shall, on no account submit more than one bid either directly (as a
single bidder or as a member of consortium) or indirectly (as a sub-contractor) failing which following
actions shall be initiated :
(i) All bids submitted by such bidder (say ‘A’) directly & indirectly, shall stand rejected and EMD,
if any, in case of direct bid submitted by bidder ‘A’ shall be forfeited.
(ii) If another bidder (say ‘B’) has proposed bidder ‘A’ as a sub-contractor then bidder ‘B’’s bid
shall also be rejected. However, in case the bidder ‘B’ has also proposed an alternative sub-
contractor who is other than the bidder ‘A’, then bidder ‘B’’s bid shall be evaluated with the
proposed alternative sub-contractor only. Hence, every bidder shall ensure in his own interest
that his proposed sub-contractor is not submitting alternative / multiple bids.
38. Where any portion of Instructions to Bidders, Special Purchase Conditions and General Purchase
Conditions is repugnant or at variance with any provisions of RFQ Cover Letter, RFQ Cover Letter
shall be deemed to over-ride the provision(s) of Instructions to Bidders, Special Purchase Conditions
and General Purchase Conditions only to the extent applicable.
39. In the event of award, Bidder to intimate both the BPCL as well as EIL well in advance for all stage-
wise inspections, wherever applicable. Contact Person at BPCL for prior intimation for inspection call
shall be

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

*Please specify Ref. No. (RS/ A269-147-GN-MR-4300/1145) in all Correspondence.

THIS IS NOT AN ORDER Very truly yours,


For & On Behalf of BPCL

(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)

B) Other Commercial documents:


i) Price Schedule Format (For Indian / Foreign Bidders)
ii) Annexure-1 : E-Tendering Methodology
iii) Annexure-2: PROVISIONS FOR MICRO AND SMALL ENTERPRISES UNDER (PPP),
2012
iv) Agreed Terms & Conditions (For Indian Bidders) including Annexure- E (Details of Taxes &
Duties and Freight charges)
v) Agreed Terms & Conditions (For Foreign Bidders)
vi) Instruction to Bidder (ITB)
vii) Special Purchase Conditions (SPC)
viii) General Purchase Conditions
ix) Annexure- D.
x) Integrity Pact
xi) Terms and conditions of Supervision
C) Technical document:
Material Requisition (MR) No. : A269-147-GN-MR-4300 REV. A

Page 6 of 6

Page 8 of 321
PREAMBLE TO PRICE SCHEDULE (INDIAN BIDDERS)
RFQ NO.: RS/ A269-147-GN-MR-4300/1145

ITEM: BASKET FILTER (STEAM JACKETED)

NAME OF BIDDER: M/S

OFFER REFERENCE NO.

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

FUEL OIL AFTER FILTER (STEAM-


1.01 JACKETED) 1 Lot
(TAG No:-147-G-101 A/B)

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

ITEM: BASKET FILTER (STEAM JACKETED)

NAME OF BIDDER: M/S __________________________

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)

Rate in Figures Rate in Words

TOTAL CIF VALUE


NOTE: *(1) Unit to be specified by the Bidder.
2) Bidder to furnish the above details separatly for each item S. No. of MR.
3) 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 3 of 7
Page 11 of 321
PREAMBLE TO PRICE SCHEDULE (FOREIGN BIDDERS)
RFQ NO.: RS/ A269-147-GN-MR-4300/1145

ITEM: BASKET FILTER (STEAM JACKETED)

NAME OF BIDDER: M/S


OFFER REFERENCE NO.

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)

NAME OF BIDDER: M/S


OFFER REFERENCE NO.

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

FUEL OIL AFTER FILTER (STEAM-


1.01 JACKETED) 1 Lot
(TAG No:-147-G-101 A/B)

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)

NAME OF BIDDER: M/S

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)

Rate in Figure Rate in Words


1 2 3 4
8 Per-Diem rate of vendor's visit at site for Supervision of Erection, Testing & commissioning as per standard specification for Basket Filter
(Please indicate different category of supervisors and then quote)

Supervision of Erection, Testing &


08.01
commissioning

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: BASKET FILTER (STEAM JACKETED)

NAME OF BIDDER: M/S


OFFER REFERENCE NO.

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_________)

Rate in Figure Rate in Words


1 2 3 4
8 Per-Diem rate of vendor's visit at site for Supervision of Erection, Testing & commissioning as per standard specification for Basket Filter (Please
indicate different category of supervisors and then quote)
08.01
Supervision of Erection, Testing &
commissioning

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 _________________________________

1. ALL CORRESPONDENCE MUST BE IN ENGLISH LANGUAGE ONLY.

2. DULY SIGNED & STAMPED COPIES OF THIS “QUESTIONNAIRE”, WITH ALL THE
CLAUSES DULY CONFIRMED/ PRECISELY REPLIED TO BY THE VENDOR, SHALL BE
ENCLOSED.

3. ALL COMMERCIAL TERMS ARE GIVEN/CONFIRMED IN THE QUESTIONNAIRE ITSELF


AND NOT ELSEWHERE IN THE QUOTATION. IN CASE OF CONTRADICTION, THE SAME
GIVEN HEREIN SHALL PREVAIL.
4. FAILURE ON THE PART OF VENDOR IN SUBMITTING THIS DULY FILLED-UP
"QUESTIONNAIRE WITH UNPRICED BID AND/OR UPLOADING / SUBMITTING
INCOMPLETE REPLIES MAY LEAD TO REJECTION OF VENDOR'S QUOTATION”.

5. YOUR OFFER SHALL BE IN TOTAL COMPLIANCE WITH RFQ DOCUMENTS


CONTAINING COMMERCIAL AND TECHNICAL SPECIFICATIONS INCLUDING GENERAL
/ TECHNICAL NOTES AND SCOPE OF SUPPLY INCLUDING DOCUMENTATION AS PER
MATERIAL REQUISITION (MR) AND SUBSEQUENT TECHNICAL/COMMERCIAL
AMENDMENT AND TECHNICAL/COMMERCIAL CORRIGENDUM, IF ANY.

SL. DESCRIPTION VENDOR’S CONFIRMATION


NO.

1. i) Quoted supply prices are on FOT despatch point basis Confirmed


inclusive of Packing & Forwarding.
ii) Specify Despatch Point -----------------------
iii)
a) Confirm firm transportation charges exclusive of Service Tax a. Confirmed , Quoted in Price
and Ed Cess, upto project site, has been quoted separately Schedule
by you in Price Schedule.

b) Percentage of Service Tax as applicable extra on Freight b. Refer Annexure E


Statutory Variation on Service Tax on Transportation Charges
shall be paid by the owner against documentary evidence
c) within completion period. c. Confirmed

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

2. a. Excise Duty applicable extra in percentage. a. Refer Annexure E

b. Excise Tariff sub heading no. b. -----------------------

c. Any variations in ED at the time of supplies for any reasons


including variation due to turn-over shall be borne by the c. Confirmed
seller. Only statutory variations shall be borne by Purchaser.
d.
If Excise Duty is not applicable at present due to any reason,
the same shall be borne by vendor if it becomes applicable d. Confirmed
later.

EIL-ATC (I)-A269 Page 1 of 7


Page 16 of 321
SL. DESCRIPTION VENDOR’S CONFIRMATION
NO.

2.1 a. Confirm Excise Duty will not be applicable on transportation a. Confirmed


charges.

b. If Excise Duty is not applicable on transportation charges b. Confirmed


presently, and if it becomes applicable at the time of delivery
due to any reasons other than statutory, the same will be
borne by the Vendor. Confirm acceptance.
3. a. Central Sales Tax applicable extra in percentage against a. Refer Annexure E
Form ‘C’
b. VAT applicable extra: b. Refer Annexure E
c. If CST / VAT is not applicable at present due to any reason,
c. Confirmed
the same shall be borne by vendor if it becomes applicable
later.
Confirm CST/ VAT will not be applicable on transportation d. Confirmed
d.
charges.
If CST / VAT is not applicable on transportation charges e. Confirmed
e. presently, and if it becomes applicable at the time of delivery
due to any reasons other than statutory, the same will be
borne by the Vendor. Confirm acceptance.
4. Any new or additional taxes/ duties and any increase in the
existing taxes/duties imposed after contractual completion Confirmed
period shall be to Vendor’s account whereas any
corresponding decrease in the existing taxes/ duties shall be
passed on to the Owner.
5 Spares Parts:
Confirm item wise unit price (FOT Despatch Point) of Confirmed
following spare parts as required in Material Requisition (MR)
have been included indicating itemised quantity.
i) Mandatory Spares are included quoted as per MR. Confirmed (if Applicable as per MR)
ii) Commissioning spares as specified in MR are included in Confirmed (if Applicable as per MR)
the quoted Price.
iii) Special Tools & Tackles as specified in the MR are Confirmed (if Applicable as per MR)
included in the quoted prices.
iv) Confirm spares wherever required as per MR have been Confirmed (if Applicable as per MR)
included in the quoted price and list of spares is also
furnished.
v) Confirm validity of recommended spares (If applicable as Confirmed (if Applicable as per MR)
per MR) for 2 years operation and maintenance will be 12
months over and above the validity of offer.

EIL-ATC (I)-A269 Page 2 of 7


Page 17 of 321
SL. DESCRIPTION VENDOR’S CONFIRMATION
NO.

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.

b. Percentage of Service Tax as applicable extra on Site Work. b. Refer Annexure E


No variation in VAT on Work Contracts on any account
c. (Including statutory variation) shall be paid by the owner. c. Confirmed
Statutory Variation on Service Tax on Site work shall be paid
d. by the owner against documentary evidence within d. Confirmed
completion period.

e. If Service tax is not applicable at present on site work due to


any reason, the same shall be borne by vendor if it becomes e. Confirmed
applicable later.
7 Supervision / Training Charges:
a. Charges for Supervision / Training, if in the scope of the a. Confirmed, Quoted in Price
Bidder as per MR have been indicated by bidder separately in Schedule
the Price Schedule.

b. Percentage of Service Tax as applicable extra on Supervision b. Refer Annexure E


/ Training
c. Per-diem rate for supervision has been quoted in accordance c. Confirmed
with the Terms & Conditions for Supervision enclosed with the
RFQ Documents.

d. Where erection/testing/ commissioning supervision, d. Noted & Confirmed


commissioning assistance is required as per RFQ Documents
/ Material requisition, penalty for non mobilization/delay in
mobilization as per order shall 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.

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.

8. Confirm documentation charges as per MR are included in Confirmed


quoted prices.
9. Price Reduction for delay in completion/ delivery:

a) Confirm acceptance of price reduction schedule for delay in a. Confirmed


deliveries / completion as specified in SPC/ RFQ Cover
sheet. Liquidated damages or penalty are not acceptable.

b) In case of delay, vendor will reduce the invoice amount by


applicable reduction. b. Confirmed

EIL-ATC (I)-A269 Page 3 of 7


Page 18 of 321
SL. DESCRIPTION VENDOR’S CONFIRMATION
NO.

10. Delivery/ Completion Period:


Please confirm completion period as specified in the RFQ Confirmed
document
11. Payment Term:
Confirm acceptance of “Terms and Mode of Payment” as per Confirmed
respective clause given in RFQ covering letter & SPC.
12. Part Order:
a. Confirmed acceptance to Part Order (As per MR / RFQ a. Confirmed.
Requirement).

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.

14. Performance Bank Guarantee:


a) In the event of award of order, submission of Performance
Bank Guarantee for 10% of total contract value valid till a. Confirmed
full guarantee period plus 90 (ninety) days.

b) The Performance Bank Guarantee shall be strictly as per


enclosed proforma and shall be from any Indian b. Confirmed
Scheduled Bank or branch of an International Bank
situated in India and registered with Reserve Bank of
India as scheduled foreign Bank.

15. Guarantee / Warranty


Confirm acceptance to Guarantee / Warranty clause as Confirmed
mentioned in the RFQ Covering Letter / GPC.

16. Firmness of prices:


Confirm quoted prices shall remain firm and fixed till complete Confirmed
execution of order. Price Variation shall not be considered on
any account.

17. Testing and Inspection charges:

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.

b. Quoted prices are:


i) Inclusive of all testing and inspection charges (if applicable) b. Confirmed
as per MR.

ii) Inclusive of all IBR/IGC/NACE charges (if applicable) as i) Confirmed


required in the Material Requisition.

iii) Inclusive of all statutory certification charges PESO/CCOE ii) Confirmed


etc. (if applicable) as required in the Material Requisition

c. Is your shop approved by IBR/CCE authority, if yes, indicate c. IBR Approved


validity.

i. IBR
ii. CCE

d. It is the responsibility of supplier to get the entire imported d. Confirmed

EIL-ATC (I)-A269 Page 4 of 7


Page 19 of 321
SL. DESCRIPTION VENDOR’S CONFIRMATION
NO.

materials and the built in imported contents inspected by


(Third Party Inspection Agency) TPIA (i.e.
Lloyds/BV/DNV/TUV/CEIL) in the country of origin and the
quoted prices are inclusive of charges towards the same.

18. Import Content:

If your offer is based on certain imported raw materials


required for equipments/ materials offered, please specify the
following :

a. Confirm that quoted prices are based on Merit rate of a. Confirmed


Customs duty, CVD, Educational Cess and SAD as
applicable.

b. Indicate rate of Import Duties considered and included in the b. Refer Price Schedule
quoted prices.

c. Indicate brief description/ specification with itemised CIF


value and country of origin of imported material. c. Refer Price Schedule

d. Indicate classification with tariff no. under which Vendor


intends to import.
d. Refer Price Schedule
e. Confirm prices shall be firm on account of variation in foreign
exchange rate.

f. Owner shall not provide any import license. e. Confirmed


g. Quoted prices are after considering the benefit of CENVAT on
CVD including Edu. Cess. In case material is shipped directly f. Noted
port quoted prices are excluding CENVAT benefit.
g. Confirmed
h. In case material is directly dispatched from port, CVD amount
shall be reimbursed subject to submission of bill of entry
documents along with CVD invoice.
h. Confirmed
i. Any upward variation due to change in Customs Duty
classifications shall be absorbed by the vendor. However, any
reduction in customs duty due to change in classification shall
be passed on to Owner. i. Confirmed

j. Statutory variations, if any, in the rate of Import Duties upto j. Confirmed


rd
2/3 contractual delivery period shall be to Owner’s account.

k. Any increase in price due to increase in the rate of Import


Duties, due to any reasons, whatsoever, beyond the 2/3 rd k. Confirmed
contractual delivery period, shall be to vendor's account.
However, any decrease in Import Duties rate at the time of
actual clearance of imported materials shall be passed on to
Owner.

l. The CIF Value(s) indicated by the vendor shall be deemed to l. Confirmed


be the maximum value(s) for the purpose of payment of
variation in custom duty and/or other statutory variations, if
any, thereon.

m. Variation in price due to Customs duty rate will be dealt m. Confirmed


separately after receipt of material at site, against
documentary evidence.

EIL-ATC (I)-A269 Page 5 of 7


Page 20 of 321
SL. DESCRIPTION VENDOR’S CONFIRMATION
NO.

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.

b) Confirm your offer is in total compliance with RFQ


documentation containing commercial terms and conditions
as per the following documents, without any deviation:

i) Instruction to Bidders (ITB) Confirmed

ii) Special Purchase Condition (SPC) Confirmed

iii) General Purchase Conditions (GPC) Confirmed

iv) Terms & Conditions of Site work / HSE Confirmed (if Applicable as per MR)

v) Integrity Pact. Confirmed

vi) Compliance to E-Tendering Instructions Confirmed

vii) Addendum / Corrigendum / Amendments, if any Confirmed

viii) RFQ Covering Letter Confirmed

ix) Terms & Condition of Supervision Confirmed (if Applicable as per MR)

Any deviation to Terms & Conditions shall lead to rejection of Noted


c) offer, except deviations for which loading is defined in the
RFQ Documents

d) Any deviation to Terms & Conditions shall lead to rejection of Noted


offer, except deviations for which loading is defined in the
RFQ Documents
20. Whether any of the Directors of Bidder is a relative of any Confirmed No relation
Director of Owner/EIL or the Bidder is a firm in which any
Director of Owner/EIL or his relative is a Partner or the Bidder
is a private company in which any director of Owner/EIL is a
member or Director.
21. Please confirm you have not been banned or delisted by any Not Banned
Government or Quasi Government agencies or PSUs. If you
have been banned, then this fact must be clearly stated. This
does not necessarily be cause for disqualification. However if
this declaration is not furnished the bid shall be rejected as
non-responsive.
22. Please confirm you have uploaded the following in the E-
Tendering Portal:
22.1 Confirmed
UNPRICED OFFER- without any Deviations & ATC in
respective Un-priced Folder.
Confirmed
22.2 PRICED FOLDER-Duly filled Price Schedule

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

EIL-ATC (I)-A269 Page 6 of 7


Page 21 of 321
SL. DESCRIPTION VENDOR’S CONFIRMATION
NO.

shall not be applicable in the event of order. In case of


contradiction between the confirmations given above and
terms & conditions mentioned elsewhere in the offer, the
confirmation given/confirmed herein above shall prevail.
26 Confirm that Net worth of the bidder’ company is Confirmed
positive as per the immediate preceding year’s audited
financial results & Immediate preceding year’s audited
annual financial results submitted along with unpriced bid.

27 Bidder to confirm the Validity of Bid as per RFQ covering Confirmed


letter.

VENDOR’S NAME:

SIGNATURE & SEAL:

EIL-ATC (I)-A269 Page 7 of 7


Page 22 of 321
Annexure-E to Agreed Terms & Conditions (FOR INDIAN BIDDERS)
Details of Taxes & Duties and Freight
RFQ NO.: RS/ A269-147-GN-MR-4300/1145

ITEM: BASKET FILTER (STEAM JACKETED)

BIDDER NAME:

S. No. Description of Taxes & duties Rate of Taxes & Duties/ Freight (in Percentage Only)

(1) (2) (3)

1 Excise Duty + Edu. Cess


Extra------------------------ %

2 Maharshtra VAT without Form 'D'


Extra------------------------ %

3 CST Against Form 'C'


Extra------------------------ %

4 Service Tax on Freight


Extra------------------------ %

5 Octroi
Extra------------------------ %

6 Freight Charges for 2 Years Spares


Extra------------------------ %

7 Service Tax on Freight Charges for 2 Years Spares


Extra------------------------ %

8 Service Tax on Supervision


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)

Vendor Name: M/s __________________________________________________________


RFQ No. : ______________________________________________________________
Vendor’s Offer Ref No. : ______________________________________________________
Tel. No. ________________Mob. No.____________________ Fax No. _________________
Contact Person: ___________________________ E-mail __________________________

1. ALL CORRESPONDENCE MUST BE IN ENGLISH LANGUAGE ONLY.

2. DULY SIGNED & STAMPED COPIES OF THIS “QUESTIONNAIRE”, WITH ALL THE CLAUSES
DULY CONFIRMED/ PRECISELY REPLIED TO BY THE VENDOR, SHALL BE ENCLOSED.

3. ALL COMMERCIAL TERMS ARE GIVEN/CONFIRMED IN THE QUESTIONNAIRE ITSELF AND


NOT ELSEWHERE IN THE QUOTATION. IN CASE OF CONTRADICTION, THE SAME GIVEN
HEREIN SHALL PREVAIL.

4. FAILURE ON THE PART OF VENDOR IN SUBMITTING THIS DULY FILLED-UP


"QUESTIONNAIRE WITH UNPRICED BID AND/OR UPLOADING / SUBMITTING
INCOMPLETE REPLIES MAY LEAD TO REJECTION OF VENDOR'S QUOTATION”.

5. YOUR OFFER SHALL BE IN TOTAL COMPLIANCE WITH RFQ DOCUMENTS CONTAINING


COMMERCIAL AND TECHNICAL SPECIFICATIONS INCLUDING GENERAL / TECHNICAL
NOTES AND SCOPE OF SUPPLY INCLUDING DOCUMENTATION AS PER MATERIAL
REQUISITION (MR) AND SUBSEQUENT TECHNICAL/COMMERCIAL AMENDMENT AND
CORRIGENDUM, IF ANY.

SL. DESCRIPTION VENDOR’S CONFIRMATION WITH


NO. DETAILS
1. a) Confirm that the offer contains firm prices on Confirmed , Quoted in Price
F.O.B. International Seaport of Exit Basis Schedule
b) Indicate International Seaport of Exit -----------------------------
c) Confirm that ocean freight charges upto port of
entry, India (Mumbai) has been quoted Confirmed , Quoted in Price
Schedule
separately by you in the price schedule.

d) In case you have not indicated the ocean freight


charges separately in the price schedule please
quote the same in terms of Percentage of the -----------------------------
quoted FOB Price.
e) In case ocean freight charges are repeated
anywhere in the bid/Price Schedule/ATC, then
higher shall be considered for evaluation and in
case of ordering on CFR basis, then & lower shall Confirmed
be considered .
2 Marine Insurance:
Price quoted must exclude Marine insurance
charges from FOB International Port of Exit, as
same shall be arranged by the Owner. However all
Confirmed
marine insurance charges for inland transit upto
FOB International Port of Exit must be included by
you in your prices.

EIL-ATC (F)- A269 Page 1 of 7


Page 24 of 321
SL. DESCRIPTION VENDOR’S CONFIRMATION WITH
NO. DETAILS
3 Owner reserves the option to place order either on
FOB or CFR basis. Confirmed
4 Delivery / Completion Period:
a) Delivery / Completion period shall be as
Confirmed
mentioned in the RFQ document on FOB
International Port of Exit basis.
b) Confirm delivery period shall be reckoned from Confirmed
the date of Fax of Acceptance.
c) Confirm date of clean Bill of Lading shall be Confirmed
considered as date of delivery. (In case order is
placed on FOB port of Exit basis or on CFR
basis)
5 Taxes & Duties:
a. All taxes, duties and levies of any kind payable upto
FOB International Port of Exit shall be borne by Confirmed
Bidder.
b. Export permit/licence if required shall be vendor’s Confirmed
responsibility & any expenditure towards same will
be borne by Bidder.
6 Supervision / Training Charges:
a. Charges for Supervision / Training, if in the scope of Confirmed, Quoted in Price
the Bidder as per MR have been indicated by bidder Schedule
separately in the Price Schedule.
b. Per-diem rate for supervision has been quoted in Confirmed
accordance with the Terms & Conditions for
Supervision enclosed with the RFQ Documents.

c. Bidder to indicate Permanent Account Number (PAN) ---------------------------


to avoid any additional Tax deduction at source as
per the prevailing Indian Income tax Acts Rule.

d. Where erection/testing/commissioning supervision, Noted & Confirmed


commissioning assistance is required as per RFQ
Documents / Material requisition, penalty for non
mobilization/delay in mobilization as per order shall
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.

e. Bidders shall also provide additional BG of an Noted & Confirmed


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 last 10%
supply payment and shall be initially valid up to six
months which shall be extended based on the
request by BPCL.

7 Confirm validity of recommended spares (If


applicable as per MR) for 2 years operation and Confirmed( if Applicable)
maintenance will be 12 months over and above the
validity of offer.

EIL-ATC (F)- A269 Page 2 of 7


Page 25 of 321
SL. DESCRIPTION VENDOR’S CONFIRMATION WITH
NO. DETAILS
8 Manufacturer’s name and address --------------------------------------

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.

13 Confirm documentation charges as per MR are


inclusive in your quoted prices. Confirmed

14 Confirm customer references list for the item/model Confirmed


quoted by you, is given in offer.

15 Indicate shipping weight (net and gross) and volume ---------------------------


of the consignment.

EIL-ATC (F)- A269 Page 3 of 7


Page 26 of 321
SL. DESCRIPTION VENDOR’S CONFIRMATION WITH
NO. DETAILS
16 Performance Bank Guarantee:
a. Confirm goods to be supplied by you shall be
guaranteed for performance as per the General Confirmed
Conditions of Contract & Special Purchase Condition
(SPC) and valid till full guarantee period plus 3
(Three) Months.
b. i) The Performance Bank Guarantee shall be Confirmed
strictly as per proforma enclosed with the GPC
document and shall be from any Indian
Scheduled Bank or any reputed International
Bank and shall be submitted within 15 days from
date of FOA.
ii) However, if Performance Bank Guarantee are Confirmed
furnished other than the Nationalised Indian
Bank, the banks where BGs are furnished, must
be Commercial Bank having net worth in excess
of Rs. 100 crore or USD 22 Millions and any
declaration to this effect will be furnished by such
Commercial Bank either in the bank guarantee
itself or separately on a letter head.
17. Guarantee / Warranty
Confirm acceptance to Guarantee / Warranty clause Confirmed
as mentioned in the General Purchase Conditions.

18. Firmness of prices:


Confirm quoted prices shall remain firm and fixed till
complete execution of order. Price Variation shall not Confirmed
be considered on any account.

19. Part Order:


a) Confirm acceptance to part order (As per MR / Confirmed
RFQ Requirement).

b) The Quantities against a particular item will not be Confirmed


split. However, in case of part order confirm all
lumpsum charges quoted extra if any viz.
Documentation, testing, packing, crating, handling,
FOB, IBR etc., can be considered prorate on value
basis.
20 Repeat Order:
Confirm Acceptance to Repeat Order as per RFQ Confirmed
Covering Letter/SPC/Material Requisition.
21 Price Reduction on delay in delivery:
a) Confirm acceptance of price reduction schedule Confirmed
for delay in deliveries specified in RFQ Covering
Letter, General Purchase Conditions (GPC)/SPC
enclosed with the RFQ Document. Liquidated
damages or penalty are not acceptable.

b) In case of delay, vendor will reduce the invoice


amount by applicable reduction. Confirmed
22 Payment Term:
Confirm acceptance of payment terms as per
“Payment Terms and Mode of Payment” specified in Confirmed
Special Purchase Conditions and RFQ covering
letter.

EIL-ATC (F)- A269 Page 4 of 7


Page 27 of 321
SL. DESCRIPTION VENDOR’S CONFIRMATION WITH
NO. DETAILS
23
a) Letter of Credit shall be opened after receipt of
Confirmed
unconditional order acknowledgement along with
10% performance bank guarantee valid till expiry
of Material/Equipment Guarantee period as per
General Purchase Conditions and Special
Purchase Conditions plus 6 (Six) months claim
period.
b) Letter of Credit shall be opened through a Govt. Confirmed L/C not required
of India Nationalised/ Scheduled Bank and hence
need not be confirmed.
OR
c) However, if you still insist for confirmed L/C, Noted
confirmation charges shall be borne by you.
Please confirm.
24 All Bank charges and stamp duties payable outside
India in connection with payments to be made under
Purchase Order for the item, if placed, shall be borne Confirmed
by you. All bank charges and stamp duties payable in
India shall be borne by the Purchaser.
25 Please indicate name and address of your Bankers
for L/C opening, telephone/E-mail address. ------------------------------
26 a) Confirm your offer is in total compliance with RFQ Confirmed
Document containing technical specifications
including General / Technical notes, scope of supply
including documentation as per Material Requisition
(MR) and subsequent amendment and corrigendum,
if any, without any deviation.
Confirm your offer is in total compliance with RFQ
b) documents containing commercial terms and Confirmed
conditions as per the following documents, without
any deviation:
i) Instructions to Bidder (ITB) Confirmed
ii) Special Purchase Conditions Confirmed
iii) General Purchase Conditions Confirmed
vi) Terms & Conditions for supervision Confirmed (if Applicable as per MR)
v)Terms & Conditions for site work & HSE Confirmed (if Applicable as per MR)

vi) Integrity Pact Confirmed


vii) Compliance to E-Tendering Instructions Confirmed

viii) Addendum / Corrigendum / Amendments, if any Confirmed


ix) RFQ Covering Letter Confirmed
c) Any deviation to Terms & Conditions shall lead to
Noted
rejection of offer, except deviations for which loading
is defined in the RFQ Documents.
27 Direct offer without the intermediary of an Indian
Agent will only be considered. Noted & Confirmed.

EIL-ATC (F)- A269 Page 5 of 7


Page 28 of 321
SL. DESCRIPTION VENDOR’S CONFIRMATION WITH
NO. DETAILS
28 Please confirm you have not been banned or delisted
by any Government or Quasi Government agencies
or PSUs. If you have been banned, then this fact
must be clearly stated. This does not necessarily be
cause for disqualification. However if this declaration Not Banned
is not furnished the bid shall be rejected as non-
responsive.

29 Please confirm you have uploaded the following in


respective folder in the E-Tendering Portal:
Confirmed
29.1 UNPRICED OFFER- without any Deviations & ATC
in Un-priced Folder
Confirmed
PRICED FOLDER-Duly filled Price Schedule
29.2

30 Any claim arising out of order shall be sent to Owner


in writing with a copy to EIL within 3 months from the
date of last despatch. In case the claim is received Confirmed
after 3 months, the same shall not be entertained by
consultant / Owner.

31 Printed terms and conditions, if any, appearing in


quotation, shall not be applicable in the event of
order. In case of contradiction between the
confirmations given above and terms & conditions Confirmed
mentioned elsewhere in the offer, the confirmation
given/confirmed herein above shall prevail.

32 Confirm that Net worth of the bidder’ company is


positive as per the immediate preceding year’s
audited financial results & Immediate preceding
Confirmed
year’s audited annual financial results submitted
along with un-priced bid.

33 Bidder to confirm the Validity of Bid as per RFQ


Confirmed
covering letter.

VENDOR’S NAME :

SIGNATURE & SEAL:

EIL-ATC (F)- A269 Page 6 of 7


Page 29 of 321
EIL-ATC (F)- A269 Page 7 of 7
Page 30 of 321
Annexure – 1
E-TENDERING METHODOLOGY

Instructions for Online Bid Submission:


The bidders are required to submit soft copies of their bids electronically on the CPP Portal(URL:
http://eprocure.gov.in)only, using valid Digital Signature Certificates. The instructions given below are
meant to assist the bidders in registering on the CPP Portal, prepare their bids in accordance with the
requirements and submitting their bids online on the CPP Portal.

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.

SEARCHING FOR TENDER DOCUMENTS

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

PROVISIONS FOR MICRO AND SMALL ENTERPRISES UNDER (PPP), 2012

i) Purchase Preference shall be as per clause no.33 of GPC.

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 :

(a) MR Items are on Lumpsum Basis.


(b) MR Items are on Group-wise / Block-wise Basis.

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.

NAME OF BIDDER : ________________________________________________________

OFFER REFERANCE : _________________________________ DATED ________________

RFQ NO. : __________________________________________________________

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:

a) The bidder is a Micro or Small Enterprise under the YES NO


Micro, Small & Medium Enterprises Development Act,
2006.
b) Documentary evidence required as per RFQ to avail FURNISHED
preference To MSEs.
c) The MSEs is owned by SC/ST Entrepreneurs. YES NO
d) Supporting documentary evidence with respect to MSEs
is owned by SC/ST Entrepreneurs as per RFQ to avail
preference to MSEs owned by SC/ST. FURNISHED

e) In case the above documents are submitted duly FURNISHED


notarized, Affidavit as per the format attached with RFQ
is submitted.

BIDDER’S SIGNATURE & DATE : _______________________________WITH SEAL/STAMP

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

General Purchase Conditions

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

General Purchase Conditions

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.

1.3. INSPECTOR: Person/agency deputed by BPCL for carrying out inspection,


checking/testing of items ordered and for certifying the items conforming to the purchase
order specifications..

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. REFERENCE FOR DOCUMENTATION :

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.

3. RIGHT OF OWNER TO ACCEPT OR REJECT TENDER :


The right to accept the tender will rest with the Owner.

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 :

Unless otherwise agreed to the terms of the RFQ, price shall be :

Firm and no escalation will be entertained on any ground, except on the ground of
statutory levies applicable on the tendered items.

6. TAXES AND DUTIES :

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. EXCISE DUTY :

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.

6.3 Service tax :

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:

a) Name, address and registration number of the service provider


b) Name and address of person receiving taxable service
c) Description, classification and value of taxable service provided
d) Service Tax Payable

6.4 FREIGHT AND OCTROI :

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.

6.5. NEW STATUTORY LEVIES :

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.

6.6 Variation in Taxes/Duties

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 :

8.1 SEA SHIPMENT :

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.

The bill of lading shall indicate the following :

Shipper : Goverment of India

Consignee : Bharat Petroleum Corporation Ltd.

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 :

In case of Airshipment, the materials shall be shipped through freight consolidator


(approved by us). The airway bill shall be made out in favour of BHARAT
PETROLEUM CORPORATION LTD.

TRANSMISSION OF SHIPPING DOCUMENTS :

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.

Documents BPCL (Mumbai)

Bill of Lading 4 (including 1 original)


Invoice 4
Packing List 4
Freight Memo 4
Country of Origin Certificate 4
Third party inspection certificate 4
Drawing 4
Catalogue 4
Invoice of Third Party 4
for inspection charges whenever applicable.

9. INDIAN AGENT COMMISSION :

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.

10. ORDER AWARD / EVALUATION CRITERIA :

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.

11. CONFIRMATION OF ORDER :

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. PAYMENT TERMS :

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. PERFORMANCE BANK GUARANTEE :

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 :

a) Branches of Indian scheduled banks operating in their Country.


b) Foreign bank operating in their Country which is counter guaranteed by branches of
Indian scheduled banks operating in their Country/India.
c) Indian branches of foreign banks.
d) Foreign bank operating in their Country counter guaranteed by their Indian branch

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. PACKING & MARKING :


15.1 PACKING :

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.

15.1.13 Pipes shall be packed as under:

a. Upto 50mm NB in wooden cases/crates.

b. Above 50mm NB and upto 100mm NB in bundles and should be strapped at minimum
three places.

c. Above 100mm NB in loose.

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 :

The following details to be written on the side face of packing:

a) Purchase Order Number


b) Vendor Name

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.

15.3 Imported items :

On three sides of the packages, the following marks shall appear, clearly visible, with
indelible paint and on Vendor's care and expenses.

BHARAT PETROLEUM CORPORATION LIMITED


(With detailed address as given in Special Purchase Conditions)

From :

To : Bharat Petroleum Corpn.Ltd.

(With detailed address as given in Special Purchase Conditions)

Order no. Rev. no.


Item :
Equipment Nomenclature :
Net weight : Kgs.
Gross weight : Kgs.
Case No. of Total cases :
Dimensions :
Import Licence No.

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.

17. UNLOADING AND STACKING :

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. TRANSIT INSURANCE :

Unless otherwise mentioned,

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. DELIVERY DATES AND PRICE REDUCTION SCHEDULE :

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.

22. FORCE MAJEURE CLAUSE :

(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;

(ii) fire, accident, loss or breakage of facilities or equipment, structural


collapse or explosion;

(iii) epidemic, plague or quarantine;

(iv) air crash, shipwreck, or train wreck;

(v) acts of war (whether declared or undeclared), sabotage, terrorism


or act of public enemy (including the acts of any independent unit
or individual engaged in activities in furtherance of a programme
of irregular warfare), acts of belligerence of foreign enemies
(whether declared or undeclared), blockades, embargoes, civil
disturbance, revolution, rebellion or insurrection, exercise of
military or usurped power, or any attempt at usurpation of power;

(vi) radioactive contamination or ionizing radiation;

( B) Notice and Reporting:

(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:

(a) reasonably full particulars of the event or circumstance of


Force Majeure and the extent to which any obligation will
be prevented or delayed;

(b) such date of commencement and an estimate of the period


of time required to enable the vendor to resume full
performance of its obligations; and
(c) all relevant information relating to the Force Majeure and
full details of the measures the vendor is taking to
overcome or circumvent such Force Majeure.
(ii) The Vendor shall, throughout the period during which it is prevented
from performing, or delayed in the performance of, its
obligations under this Agreement, upon request, give or procure
access to examine the scene of the Force Majeure including such
information, facilities and sites as the other Party may
reasonably request in connection with such event. Access to any
facilities or sites shall be at the risk and cost of the Party
requesting such information and access.

(C) Mitigation Responsibility:

(i) The Vendor shall use all reasonable endeavours, acting as a


Reasonable and Prudent Person, to circumvent or overcome any
event or circumstance of Force Majeure as expeditiously as
possible, and relief under this Clause shall cease to be available to
the Vendor claiming Force Majeure if it fails to use such
reasonable endeavours during or following any such event of Force
Majeure.

(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.

(D) Consequences of Force Majeure. Provided that the Vendor has


complied and continues to comply with the obligations of this
Clause and subject to the further provisions:

(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.

(E) Force Majeure Events Exceeding 60 Days

(i) If an event or series of events (alone or in combination) of Force


Majeure occur, and continue for a period in excess of 60
consecutive days, then BPCL shall have the right to terminate this
agreement, whereupon the Parties shall meet to mitigate the
impediments caused by the Force Majeure event.

23. ARBITRATION CLAUSE :

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)

24. INTEGRITY PACT (IP) :

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.

25. RECOVERY OF SUMS DUE :

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.

26. CONFIDENTIALITY OF TECHNICAL INFORMATION :

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.

27. PATENTS & ROYALTIES :

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.

28. LIABILITY CLAUSE :

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.

29. COMPLIANCE OF REGULATIONS :

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.

30. REJECTION, REMOVAL OF REJECTED GOODS AND REPLACEMENT:

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.

32. NEW & UNUSED MATERIAL :

All the material supplied by the vendor shall be branded new, unused and of recent
manufacture.

33. PURCHASE PREFERENCE CLAUSE :

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.

34.1.2. The vendor becomes bankrupt or goes into liquidation.

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.

35. ANTI –COMPETITIVE AGREEMENTS/ABUSE OF DOMINANT POSITION :

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.

37. GOVERNING LAW

These General Purchase Conditions shall be governed by the Laws of India.

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.

39. SPECIAL PURCHASE 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

PERFORMANCE BANK GUARANTEE


(On Non-judicial paper for appropriate value)

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.

We, (Name)…………..(constitution) ……………(hereinafter called “the Bank” which


expression shall include its successors and assigns) hereby jointly and severally undertake and
guarantee to pay to the Company in -----(Currency) forthwith on demand in writing and without
protest or demur of any and all moneys any wise payable by the Vendor to the Company under in
respect of or in connection with the said supply contract inclusive of all the Company’s losses and
expenses and other moneys anywise payable in respect to the above as specified in any notice of
demand made by the Company to the Bank with reference to this Guarantee upto an aggregate
limit of Rs(in figures)…………Rs(in words)……………………….only.

AND the Bank hereby agrees with the Company that

i. This Guarantee/undertaking shall be a continuing guarantee and shall remain valid


and irrevocable for all claims of the Company and liabilities of the vendor arising
upto and until midnight of …………………………………..

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

Bharat Petroleum Corporation Limited (BPCL) hereinafter referred to as "The


Principal",
And

………………………..hereinafter referred to as "The


Bidder/Contractor/Supplier"

Preamble

The Principal intends to award, under laid down organization procedures,


contract/s for ………………..The Principal values full compliance with all
relevant laws and regulations, and the principles of economic use of
resources, and of fairness and transparency in its relations with its Bidder/s,
Contractor/s and Supplier/s.

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.

Section 1 - Commitments of the Principal

(1) The Principal commits itself to take all measures necessary to prevent
corruption and to observe the following principles:

a) No employee of the Principal, personally or through family


members, will in connection with the tender, or the execution of the
contract, demand, take a promise for or accept, for himself/herself
or third person, any material or immaterial benefit which he/she is
not legally entitled to.

b) The Principal will, during the tender process, treat all Bidders with
equity and reason. The Principal will, in particular, before and
during the tender process, provide to all Bidders the same
information and will not provide to any Bidder confidential /
additional information through which the Bidder could obtain an
advantage in relation to the tender process or the contract
execution.

-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.

Section 2 - Commitments of the Bidder / Contractor/Supplier

(1) The Bidder / Contractor/Supplier commits itself to take all measures


necessary to prevent corruption. He commits himself to observe the
following principles during his participation in the tender process and
during the contract execution.

a) The Bidder / Contractor/Supplier will not, directly or through any


other person or firm, offer, promise or give to any of the Principal's
employees involved in the tender process or the execution of the
contract or to any third person, any material or immaterial benefit
which he/she is not legally entitled to, in order to obtain in
exchange, any advantage of any kind whatsoever during the tender
process or during the execution of the contract.

b) The Bidder / Contractor/Supplier will not enter with other Bidders


into any undisclosed agreement or understanding, whether formal
or informal. This applies in particular to prices, specifications,
certifications, subsidiary contracts, submission or non-submission of
bids or any other actions to restrict competitiveness or to introduce
cartelisation in the bidding process.

c) The Bidder / Contractor/Supplier will not commit any offence under


the relevant Anti-Corruption Laws of India; further the Bidder /
Contractor/Supplier will not use improperly, for purposes of
competition or personal gain, or pass on to others, any information
or document provided by the Principal as part of the business
relationship, regarding plans, technical proposals and business
details, including information contained or transmitted electronically.

d) The Bidder / Contractor/Supplier will, when presenting his bid,


disclose any and all payments he has made, is committed to, or
intends to make to agents, brokers or any other intermediaries in
connection with the award of the contract.

(2) The Bidder / Contractor/Supplier will not instigate third persons to commit
offences outlined above or be an accessory to such offences.

-2-
Page 63 of 321
Section 3 - Disqualification from tender process and exclusion from
future contracts

If the Bidder, before contract award, has committed a transgression through a


violation of Section 2 or in any other form such as to put his reliability or
credibility as Bidder into question, the Principal is entitled to disqualify the
Bidder from the tender process or to terminate the contract, if already signed,
for such reason.

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


violation of Section 2 such as to put his reliability or credibility into
question, the Principal is also entitled to exclude the Bidder /
Contractor/Supplier from future contract award processes. The imposition
and duration of the exclusion will be determined by the severity of the
transgression. The severity will be determined by the circumstances of the
case, in particular the number of transgressions, the position of the
transgressors within the company hierarchy of the Bidder and the amount
of the damage. The exclusion will be imposed for a minimum of 6 months
and maximum of 3 years.

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


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

(3) The Bidder accepts and undertakes to respect and uphold the Principal's
absolute right to resort to and impose such exclusion and further accepts
and undertakes not to challenge or question such exclusion on any
ground, including the lack of any hearing before the decision to resort to
such exclusion is taken. This undertaking is given freely and after
obtaining independent legal advice.

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


recouped the damage caused by him and has installed a suitable
corruption prevention system, the Principal may revoke the exclusion
prematurely.

Section 4 - Compensation for Damages

(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.

Section 5 - Previous Transgression

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


disqualified from the tender process or the contract, if already awarded,
can be terminated for such reason.

Section 6 - Equal treatment of all Bidders / Contractors /Suppliers/


Subcontractors

(1) The Bidder/Contractor/Supplier undertakes to demand from all


subcontractors a commitment in conformity with this Integrity Pact, and to
submit it to the Principal before contract signing.

(2) The Principal will enter into agreements with identical conditions as this
one with all Bidders, Contractors/Suppliers and Subcontractors.

(3) The Principal will disqualify from the tender process all Bidders who do
not sign this Pact or violate its provisions.

Section 7 – Punitive Action against violating Bidders / Contractors /


Suppliers/Subcontractors

If the Principal obtains knowledge of conduct of a Bidder, Contractor, Supplier


or Subcontractor, or of an employee or a representative or an associate of a
Bidder, Contractor, Supplier or Subcontractor which constitutes corruption, or
if the Principal has substantive suspicion in this regard, the Principal will
inform the Vigilance Office.

-4-
Page 65 of 321
Section 8 - Independent External Monitors

(1) The Principal has appointed competent and credible Independent


External Monitors for this Pact. The task of the Monitor is to review
independently and objectively, whether and to what extent the parties
comply with the obligations under this agreement.

(2) The Monitor is not subject to instructions by the representatives of the


parties and performs his functions neutrally and independently. He reports
to the Chairperson of the Board of the Principal.

(3) The Bidder/Contractor/Supplier accepts that the Monitor has the right to
access without restriction to all Project documentation of the Principal
including that provided by the Bidder/Contractor/Supplier. The
Bidder/Contractor/Supplier will also grant the Monitor, upon his request
and demonstration of a valid interest, unrestricted and unconditional
access to this project documentation. The same is applicable to
Subcontractors. The Monitor is under contractual obligation to treat the
information and documents of the Bidder/Contractor/Supplier/
Subcontractor with confidentially.

(4) The Principal will provide to the Monitor sufficient information about all
meetings among the parties related to the Project provided such meetings
could have an impact on the contractual relations between the Principal
and the Bidder/Contractor/Supplier. The parties offer to the Monitor the
option to participate in such meetings.

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


agreement, he will so inform the Management of the Principal and request
the Management to discontinue or heal the violation, or to take other
relevant action. The Monitor can in this regard submit non-binding
recommendation. Beyond this, the Monitor has no right to demand from
the parties that they act in a specific manner, refrain from action or tolerate
action. However, the Independent External Monitor shall give an
opportunity to the Bidder/Contractor/Supplier to present its case before
making its recommendations to the Principal.

(6) The Monitor will submit a written report to the Chairperson of the Board of
the Principal within 8 to 10 weeks from the date of reference or intimation
to him by the 'Principal' and, should the occasion arise, submit proposals
for correcting problematic situations.

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


substantiated suspicion of an offence under relevant Anti-Corruption Laws
of India, and the Chairperson has not, within reasonable time, taken visible
action to proceed against such offence or reported it to the Vigilance
Office, the Monitor may also transmit this information directly to the Central
Vigilance Commissioner, Government of India.

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

-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.

Section 10 - Other provisions

(1) This agreement is subject to Indian Law. Place of performance and


jurisdiction is the Registered Office of the Principal, i.e. Mumbai. The
Arbitration clause provided in the main tender document / contract shall
not be applicable for any issue / dispute arising under Integrity Pact.

(2) Changes and supplements as well as termination notices need to be


made in writing. Side agreements have not been made.

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


agreement must be signed by all partners or consortium members.

(4) Should one or several provisions of this agreement turn out to be invalid,
the remainder of this agreement remains valid. In this case, the parties will
strive to come to an agreement to their original intentions.

……………………… ……………………………
For the Principal For the Bidder/Contractor/
Supplier

Place ……………… Witness 1 : ………………


(Signature/Name/Address)

Date ………………. Witness 2 : ………………


(Signature/Name/Address)

-6-
Page 67 of 321
CDU-4 PROJECT
OF
M/s BHARAT PETROLEUM
CORPORATION LTD, MAHUL MUMBAI

INSTRUCTIONS TO BIDDERS (ITB)

Page 1 of 21
Page 68 of 321
INDEX

1. SCOPE OF BID .......................................................................................................... 3


2. ELIGIBLE BIDDERS ................................................................................................... 3
3. ONE BID PER BIDDER .............................................................................................. 3
4. COST OF BIDDING DOCUMENTS ............................................................................ 3
5. SITE VISIT .................................................................................................................. 3
6. CONTENTS OF BIDDING DOCUMENT ..................................................................... 4
7. CLARIFICATION ON BIDDING DOCUMENTS ........................................................... 4
8. AMENDMENT OF BIDDING DOCUMENTS ............................................................... 4
9. LANGUAGE OF BID ................................................................................................... 5
10. DOCUMENTS COMPRISING THE BID ...................................................................... 5
11. BID PRICES ............................................................................................................... 6
12. BID CURRENCY ........................................................................................................ 8
13. BID VALIDITY ............................................................................................................. 8
14. OFFER WITHOUT ANY DEVIATION .......................................................................... 8
15. AGENTS/CONSULTANTS/REPRESENTATIVES/RETAINERS/ASSOCIATES .......... 8
16. SUBMISSION OF BIDS .............................................................................................. 8
17. DEADLINE FOR SUBMISSION OF BID ..................................................................... 8
18. LATE BIDS / UNSOLICITED BIDS / BID SUBMISSION AT OTHER PLACE .............. 8
19. MODIFICATION AND WITHDRAWAL OF BIDS ......................................................... 9
20. UN-PRICED BID OPENING ........................................................................................ 9
21. PROCESS TO BE CONFIDENTIAL ............................................................................ 9
22. CONTACTING THE OWNER/ OWNER REPRESENTATIVE ..................................... 9
23. EXAMINATION OF BIDS AND DETERMINATION OF RESPONSIVENESS .............. 9
24. COMMERCIAL EVALUATION .................................................................................. 10
25. PRICE CHANGES / IMPLICATIONS AFTER OPENING OF TECHNICAL BIDS ...... 11
26. PRICE BID OPENING .............................................................................................. 11
27. ARITHMETIC CORRECTIONS ................................................................................. 11
28. CONVERSION TO SINGLE CURRENCY ................................................................. 12
29. BID REJECTION CRITERIA ..................................................................................... 12
30. LOADING CRITERIA AND PRICE EVALUATION & COMPARISON ........................ 12
31. EVALUATION CRITERIA FOR COMPARISON OF BIDS ......................................... 15
32. OTHER CRITICAL POINTS FOR EVALUATION OF OFFER ARE AS UNDER ........ 17
33. PRICE CHANGES / IMPLICATIONS AFTER OPENING OF PRICE BIDS ................ 18
34. AWARD OF CONTRACT .......................................................................................... 18
35. QUANTITY VARIATION............................................................................................ 18
36. OWNER'S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY BID..................... 18
37. NOTIFICATION OF AWARD .................................................................................... 18
38. FRAUDULENT PRACTICES .................................................................................... 18
39. WAIVER OR TRANSFER OF THE AGREEMENT .................................................... 19
40. CARTEL FORMATION ............................................................................................. 19
41. INTEGRITY PACT .................................................................................................... 19
42. T&C FOR FOREIGN SUPPLIERS (TO WHOM RFQ ISSUED) OPERATED
THROUGH THEIR INDIAN SUBSIDIARIES ............................................................. 20
43. INFORMATION TO BE FURNISHED BY FOREIGN SUPPLIERS/
CONTRACTORS / CONSULTANTS ....................................................................... 21

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

3. ONE BID PER BIDDER


3.1 A Bidder shall submit only one bid in the same bidding process. A Bidder who submits or
participates in more than one bid will cause all the proposals in which the bidder has participated
to be disqualified.

3.2 Alternative price bids are not acceptable.

4. COST OF BIDDING DOCUMENTS


4.1 The bidder shall bear all costs associated with the preparation and submission of the bid, and
OWNER (BPCL)/ CONSULTANT (EIL), will in no case be responsible or liable for this cost,
regardless of the conduct or outcome of the bidding process.

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. CONTENTS OF BIDDING DOCUMENT

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.

7. CLARIFICATION ON BIDDING DOCUMENTS


7.1 A prospective bidder requiring any information or clarification of the BIDDING
documents, may notify the Consultant in writing by e-mail/fax/post at Consultant's mailing
address indicated in the BIDDING document (Asst. General Manager (C&P), Engineers India
th
Ltd., El Annexe, 4 Floor, Bhikaiji Cama Place, New Delhi - 110066, India. Fax No. 0091
11 26167664 / 26191714). All question/ queries should be referred to EIL at least 3 (three)
days prior to date of pre-bid meeting. Reply to Pre-Bid Queries shall be hosted on
http://tenders.eil.co.in & https://eprocure.gov.in/eprocure/app.

8. AMENDMENT OF BIDDING DOCUMENTS

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.

10. DOCUMENTS COMPRISING THE BID


No Physical Bids / Offers shall be permitted. The offers/bids submitted online through Central
Public Procurement Portal (CPPP) of Government of India
(http://eprocure.gov.in/eprocure/app) shall only be considered for evaluation and ordering.
Bidders are required to upload the Bid/offer along with all supporting documents including
Priced bid on the E-Tendering website (http://eprocure.gov.in/eprocure/app) only. However,
bidder are required to submit the following documents in original as per the manner prescribed
in the RFQ at the time of bid submission in sealed envelope titled “Original Documents for
respective RFQ.No “and shall be send to Mr.R.Somnath, AGM (C&P), Engineers India
Limited, Bhikaiji Cama Place, R.K Puram, Ring Road, New Delhi-110066 on or before the
Bid submission Due Date. However, bidders are required to upload the scanned copies of all
relevant documents on E-tendering website along with the e-bid.

1. Bid Document Fee as applicable as per clause no.10.1 below


2. EMB/Bid Security as applicable as per clause no.10.1 below
3. Integrity Pact
4. Notarized Annual Audited Financial Results as per RFQ
5. Documentation against Bidder Qualification Criteria (Technical & Commercial)-if applicable

Bidder shall ensure to submit above document as applicable on or before Bid Due Date. 10.1.

10.1 BID DOCUMENT FEE AND EARNEST MONEY DEPOSIT/BID SECURITY:

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.

The EMD may be forfeited:

if a Bidder withdraws its bid during the period of Bid Validity or does any
breach of tendering terms and conditions, or

If a bidder modifies his bid on his own.

in case of a successful Bidder, if the Bidder fails, within the specified period:

(a) to submit the order acceptance.


(b) to furnish the PBG.

11. BID PRICES


11.1. Prices shall be furnished strictly in the appropriate Price Schedule format(s) enclosed with the
bid document. Quoted prices shall be net of discount, if any. Conditional discounts, if offered
by a bidder, shall not be considered for evaluation.

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. Indian Bidders shall indicate the following in their offer:

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.

11.6.6 Bidder shall indicate the following separately.

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. Foreign Bidders shall indicate the following in their offer:

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. BID VALIDITY


13.1 The bid shall remain valid for acceptance for period mentioned in RFQ from the final bid due
date. Owner/EIL shall reject a bid valid for a shorter period being non-responsive.

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).

14. OFFER WITHOUT ANY DEVIATION


Owner/EIL will appreciate submission of offer based on the terms and conditions in the enclosed
SPC, GPC, ITB, Scope of Work, and Technical Specification etc. to avoid wastage of time and
money in seeking clarifications on technical/ commercial aspect of the offer. Bids having
any deviation to the RFQ Terms & Conditions shall lead to rejection of offer, except
deviations for which loading is defined in Clause No. 31 below.

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.

16. SUBMISSION OF BIDS


16.1 No Physical bids / offers shall be permitted. The offers submitted through Central Public
Procurement Portal (CPPP) of Government of India shall only be considered for evaluation &
ordering. Bidders are required to upload the bid along with all supporting documents including
priced bid on the e-tendering website (http://eprocure.gov.in/eprocure/app.) only.

17. DEADLINE FOR SUBMISSION OF BID


17.1 The E-Bids must be submitted on or before the last date and time mentioned in the RFQ.

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. LATE BIDS / UNSOLICITED BIDS / BID SUBMISSION AT OTHER PLACE


18.1 No bid will be received after the deadline of submission of bid.

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. UN-PRICED BID OPENING


20.1 The un-priced Bids shall be opened online through e-tender portal, at the specified date and
time given in the RFQ document or extended otherwise. The Bidders who have submitted their
Bid will be able to view online the name & status of all the Bidders at their respective windows,
after un-priced Bid opening by Buyer.

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.

E-BID OPENING AND EVALUATION

21. PROCESS TO BE CONFIDENTIAL


Information relating to the examination, clarifications, evaluation and comparison of bids, and
recommendations for the award of Order shall not be disclosed to bidders or any other person
officially concerned with such process.

22. CONTACTING THE OWNER/ OWNER REPRESENTATIVE


22.1 From the time of the bid opening to the time of the award, if any bidder wishes to contact the
Owner for any matter relating to the bid, it should done in writing.

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. EXAMINATION OF BIDS AND DETERMINATION OF RESPONSIVENESS


23.1 The Owner/EIL will examine the bids to determine whether they are complete, whether any
computational errors have been made, whether the documents have been properly signed,
and whether the bids are generally in order.

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. COMMERCIAL EVALUATION


24.1 Bidders are required to quote firm prices as per the Price Schedule format for submitting prices
and show all taxes, duties and levies, cess etc. separately. Bids shall be evaluated on the
basis of landed cost at site considering eligible CENVAT/input tax credits as applicable. The
present rate of input tax credit available to owner on MVAT is 100% (One Hundred Percent) of
applicable MVAT. Applicable taxes and duties shall be indicated in the un-priced copy of price
format.

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 Concessional rate of Custom Duty:

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. PRICE CHANGES / IMPLICATIONS AFTER OPENING OF TECHNICAL BIDS

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. PRICE BID OPENING


26.1 The Owner/EIL shall inform the time, date and venue for price bid opening to all such bidders
who qualify pursuant to bid evaluation. Bidders may be required to attend price bid opening at
a short notice of 24 hours.

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.

27. ARITHMETIC CORRECTIONS


If there is correction/wrong entry or a difference between the values entered in figures and in
words, the following procedure shall be adopted for evaluation:

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.

28. CONVERSION TO SINGLE CURRENCY


Foreign vendors' bids shall be compared on equivalent Indian Rupees basis considering RBI
reference rate of foreign exchange published on the day of opening of the Price Bids.

29. BID REJECTION CRITERIA


The bidders shall adhere to the following provisions of the Bidding Document without taking
any deviations, failing which the Bid shall be considered to be non-responsive and may be
rejected.

i) Defects liability period/ Guarantee Period.


ii) Delivery schedule/ Time Period of Completion
iii) Bids with Price Variation Clause (PVC) without variation formula and ceiling.
iv) Insufficient validity period.
v) Advance payment
vi) Non submission of EMD as applicable
vii) Non submission of Integrity Pact
viii) Any other rejection point specified elsewhere in the RFQ Documents.

30. LOADING CRITERIA AND PRICE EVALUATION & COMPARISON

Loading Criteria for Deviations

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:

30.1 Basis of Loading

The Foreign Bids shall be loaded on FOB Port of Exit prices and the Indian Bids shall be
loaded on FOT Despatch Point prices.

30.2 Payment Terms

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:

Drawing approval 80% of the delivery period


Sub-ordering of raw materials 75% of the delivery period
Receipt of raw material at vendor's works 50% of the delivery period

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.

30.3 Performance Bank Guarantee (PBG)

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)

For differential period:

Period offered by Bidder Loading

10% for 21 months - No loading-10% x


10% for 18 months 3/21 = 1.43% -10% x
10% for 12 months 9/21 =4.29% -10%x
10% for 6 months 15/21 =7.14%

For differential Amount:

Other than 10%: To be loaded by percentage by which PBG is short of 10%.

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:

0.5% UDOV to 5%TOV : No loading


0.5% UDOV to 5% UDOV : 5%
0.5% UDOV to less than 5% TOV : Differential between the Offered % and 5%
Any other deviation/Liquidated : 5%
Damages /penalty or non acceptance of
price reduction schedule

30.5 Price variation :

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:

a) Firm Price No loading


b) In case of Price Variation formula with Loading by ceiling percentage offered
ceiling

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'.

30.6 Indian Freight charges:

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.

30.7 Indian taxes / duties :

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):

ii) The prices shall be firm and fixed on account of FE variation.


rd
customs duty rate up to 2/3 of delivery period for which the following methodology shall
be

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

31.1 Where only Indian Bids are under comparison

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.

Commercial loading shall be done on FOT dispatch Point price.

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.

31.2 Where only Foreign Bids are under comparison

• 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.

• Commercial loading shall be done on FOB price

31.3 Where Indian as well as Foreign Bids are under comparison

31.3.1 Domestic Bidders:

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):

Sr. Head Basis


No.
1 F.O.B. Price As quoted by the bidder (including stowage charges in
case of pipes*) and Third Party Inspection charges *
Stowage charges, if not included in the quoted FOB Price,
the same shall be loaded @ 10% of freight quoted by the
bidder.

2 Add Ocean freight: Firm freight as quoted by bidders

3 Add Marine insurance @1 % of FOB price


4 Add Customs Duty Prevailing rate on (CIF value plus Landing Charges @
1% of CIF Value)
5 Add Port @ 2% of CIF value.
handling charges
6 Add Octroi Prevailing rate as applicable on assessable value
7 Add Inland freight 1% of landed cost, i.e., S. No. 1 to 5
charges from Port
of Entry in India to
project site(s)
8 Add L/c Charges @1 % of FOB Price
9 Commercial Loadings, On FOB value
If any.
10 Less Cenvatable Duties
11 FOT SITE PRICE Sum(1 to 9)-less (10)

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.

31.8 EIL Inspection / Third Party Inspection:

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.

31.10 Other Conditions Related To The Bid Evaluation:

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 :

a) In order to avoid splitting of order on number of bidders, particularly when order


value is small, shifting shall be resorted to so that time and effort on ordering,
expediting, inspection etc. is saved in dealing with extra suppliers. For the purpose
of shifting, cost of order management per order is considered as Rs. 1,00,000/ -.

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.

32. OTHER CRITICAL POINTS FOR EVALUATION OF OFFER ARE AS UNDER


The prices quoted in the price bid is to be considered for evaluation and no cognizance
will be given to the supplementary/supporting document attached to the price bid, break -
up of prices, etc.

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.

34. AWARD OF CONTRACT

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. QUANTITY VARIATION


35.1 The Owner/EIL reserves the right to vary the quantity of goods specified in MR, at the
time of
award without any change in quoted unit price or other terms and conditions.

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. NOTIFICATION OF AWARD


37.1 Prior to the expiration of period of bid validity Owner /EIL wil l notify the successful bidder
in writing by fax/e-mail to be confirmed in writing, that his bid has been accepted. The
notification of award / Fax of Acceptance will constitute the formation of the Order.

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.

38. FRAUDULENT PRACTICES


38.1 The OWNER requires that Bidders/Vendors/Contractors observe the highest standard of
ethics during the award/execution of Contract. "Fraudulent Practice" means a
misrepresentation of facts in order to influence the award of a Contract to the detriment of

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.

38.3 In case, the information/ document furnished by the Bidder/vendor/Contractor forming


basis of evaluation of his bid is found to be false/ forged after the award of the contract,
OWNER shall have full right to terminate the contract and get the remaining job executed
at the risk & cost of such Bidder/Vendor/ Contractor without any prejudice to other rights
available to OWNER under the contract such as forfeiture of CPBG/Security Deposit,
withholding of payment etc.

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.

39. WAIVER OR TRANSFER OF THE AGREEMENT


39.1 The successful bidder shall not waive the Agreement or transfer it to third parties, whether
in part or in whole, nor waive any interest that is included in the Agreement without the prior
written permission of the Owner.

40. CARTEL FORMATION


40.1 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.

41. INTEGRITY PACT


Integrity Pact shall be applicable for all RFQ of estimated value more than 1 crore. In
such condition following shall be follow:

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:

T.S.KRISHNAMURTHY Flat NO.9, Gokul Tower 044-24993077


Next to Mookambika Complex 044-24993079
No.7, C P Ramaswamy Road Mobile- 9444999555
Alwarpet
Chennai-600 018
SHRI JANKI BALLABH Flat No. 605, Varsova Vainayak CO- 022 - 2635 3456
OP. HSG. SOC. HSG Plot No. 8, Near (RES)
Versova Telephone Exchange, Mobile
Versova, Andheri (West), Mumbai - 9833363066
400 053

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:

1. Bidder may be Indian or foreign.

2. A company shall be considered as subsidiary of its parent if any one of the following criteria
is being met:

The parent company:

i) Controls the composition of the board of directors of the

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.

3. Bidder may or may not be a manufacturer of the offered products.

4. Bidder may or may not be enlisted with EIL.

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.

e) In case engineering work is undertaken by bidder, responsibility matrix will be submitted,


duly signed by OEM.

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.

43. INFORMATION TO BE FURNISHED BY FOREIGN SUPPLIERS/


CONTRACTORS / CONSULTANTS
1. It is mandatory for the foreign supplier/contractor/consultant to furnish the following
information in case his receipts are subject to tax deduction at source in India:

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:

(i) Name of the assessee;


(ii) Status (individual, company, firm etc.) of the assessee;
(iii) Nationality (in case of individual);
(iv) Country or specified territory of incorporation or registration (in case of others);
(v) Assessee’s tax identification number in the country or specified territory of residence or in case
no such number, then, a unique number on the basis of which the person is identified by the
Government of the country or the specified territory;
(vi) Residential status for the purposes of tax;
(vii) Period for which the certificate is applicable; and
(viii) Address of the applicant for the period for which the certificate is applicable;

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

ANNEXURE-I: FINANCIAL DETERRENT FOR VIOLATION OF HSE

Page 91 of 321
SPECIAL PURCHASE CONDITIONS (SPC)

1. DEFINITIONS AND INTERPRETATIONS


1.1. In addition to meaning ascribed to certain capitalised terms in “General Purchase Conditions (GPC)”,
following initial capitalised terms shall have the meaning as ascribed to such term hereunder. In case
any term defined hereunder is also defined in “GPC”, the meaning ascribed to such term hereunder
shall prevail:
1.1.1. Definitions
RFQ Documents shall mean documents issued to the bidder
Effective Date shall mean the date on which Supplier’s obligations will commence and that will be
date of Fax of Acceptance (FOA).
The “Consultant” means the consulting engineers Nominated/appointed by the Owner for this
Project/Job.
1.2. Interpretations
1.2.1. Where any portion of the GPC is repugnant to or at variance with any provisions of the SPC then,
unless a different intention appears, the provisions of the SPC shall be deemed to govern the
provisions of the GPC and SPC provisions shall prevail to the extent of such repugnancy, or variations
exist.
1.2.2. In RFQ Documents unless otherwise stated specifically, the singular shall include the plural and vice
versa wherever the context so requires.
1.2.3. Notwithstanding the sub-division of the RFQ Documents into separate sections and volumes every part
of each shall be deemed to be supplementary to and complementary of every other part and shall be
read with and into the Agreement so far as it may be practicable to do so.
1.2.4. All headings, subtitles and marginal notes to the clauses of the GPC, SPC or to the Specifications or to
any other part of RFQ Document are solely for the purpose of giving a concise indication and not a
summary of the contents thereof, and they shall never be deemed to be part thereof or be used in the
interpretation or construction thereof.
1.2.5. The terms fully capitalized and/or initial capitalized shall be interchangeable and shall have the
meaning as assigned to fully capitalized term or initial capitalised term.
1.2.6. Except the obligation of payment to Seller, Consultant may discharge all other Purchaser’s obligations.
In BIDDING documents at all such places where obligations are confined to Purchaser alone such
provision to read as ‘Purchaser/Consultant’s’ obligation to the extent the context so means/ requires.
2. SUPPLIER’S SCOPE
Supplier’s scope shall include but not limited to (a) manufacturing of Items as per Material Requisition
technical specifications; (b) preparation of Quality Assurance / Quality control programme; (c) obtaining
Consultant’s approval; (d) Inspection by Purchaser’s/Consultant/Agency Designated by Purchaser and
obtaining Inspection Release Note; (e) obtaining despatch clearance; (f) Packing; and (g) Loading on
truck/trailer for Indian Bidder / loading on ship at FOB port of exit including storing as applicable for
foreign bidder and transportation upto site as applicable for Indian Bidder.
3. DELIVERY SCHEDULE / COMPLETION PERIOD
3.1 All goods under the scope of the Supplier shall be delivered as per delivery schedule / completion
period specified in Request for Quotation (RFQ) and no variation shall be permitted.
3.2 Failing to meet the delivery schedule / completion period will be subject to Price Reduction and/or
other remedies available to the Purchaser in RFQ Documents.
3.3 Price Reduction Schedule (PRS) shall be applicable as per Clause. No. 22 of SPC
3.4 Where erection/testing/commissioning supervision, commissioning assistance is required as per RFQ
Documents / Material requisition, penalty for non mobilization/delay in mobilization as per order shall

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

 ETA Mumbai Seaport


 Documents pertaining to ocean freight (In case of CFR Contract)
 Country of origin certificate

5. PACKING, MARKING AND SHIPMENT


5.1. The following clause is added to Clause no.8 and 15 of GPC :
“The Supplier wherever applicable shall after proper painting, pack and crate all goods for sea/road/rail
transportation in such a manner so as to protect it from damage and deterioration. The Supplier shall
be held responsible for all damages due to improper packing. The Supplier shall ensure sizing or
packing of all oversized consignments in such a way that availability of carrier and/or road/rail route is
properly taken into consideration”
6. INSURANCE
6.1. Where only supply is involved, Transit insurance shall be excluded from the supplier’s scope and, the
same shall be arranged by the owner.
For purchases involving site work, the comprehensive insurance (transit cum storage, erection, till
handing over of equipment) shall be in the scope of Owner. However the inspection of the items for its
completeness after receipt and opening of the boxes shall be vendor’s responsibility
6.2. For purchases involving supply and site work then two separate orders shall be issued (i.e. One order
indicating supply, transportation and another order indicating site work). In case of Indian arm of a
foreign bidder to do site work, separate order may be issued in case requested by bidder.
7. INSPECTION
7.1. 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.
7.2. 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

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.

13. PURCHASER’S RIGHTS AND REMEDIES


Without prejudice to PURCHASER’s right and remedies under Agreement, if SUPPLIER fails to
commence delivery as per agreed schedule and/or in reasonable opinion of the PURCHASER,
SUPPLIER is not in a position to makeup the delay to meet the intended purpose, the PURCHASER
may terminate the AGREEMENT in full or part at SUPPLIER’s default and may get supplies from other
sources at SUPPLIER’s risk and cost.
14. PERFORMANCE BANK GUARANTEE (PBG):
I. Performance Bank Guarantee for 10% of total order value shall be furnished by successful
vendors in BPCL format for orders of all values.
II. In case of Supervision services: 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%

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.

15.1.3.3 Erection/ Site Work

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.

15.1.4 Fabricated Items (Vessels, Columns, Heat Exchangers etc.)

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.

15.1.5 Other Items (Pumps, Compressors, Switch Gears etc.)


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) 75% payment through NEFT against receipt of material at site. Billing schedule to be furnished by
the Vendor in case pro-rata payments are required.
iii) 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.
iv) Balance 10% against commissioning /demonstration of Performance Guarantee (if applicable) or 6
months from receipt of material at site (against BG of equivalent amount valid for 1 year), whichever
is earlier. However in the event of delay in conducting the performance guarantee test run, the
bidder is not relieved of his responsibility to 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.

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.

15.1.7 Transportation Charges


100% within 4 weeks after receipt of materials at site.

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 PAYMENT TERMS (FOREIGN BIDDERS):


15.2.1 Where The Material Requisition Is Only For Supply Of Materials
100% of FOB order value shall be paid through an irrevocable letter of credit against submission of
Shipping Documents. The letter of credit shall be established only on receipt of acceptance of
BPCL’s Fax of acceptance/Order along with submission of 15% Bank Guarantee (10% Towards
Performance & 5% Price Reduction due to delay in delivery) valid up to 3 months (claim Period)
beyond the Guarantee period.
15.2.2 Where The Material Requisition Is Only For Supply Of Materials along with PGTR at Site
i) Supply:
90% of FOB order value of supply amount shall be paid through an irrevocable letter of credit
against submission of Shipping Documents. The letter of credit shall be established only on receipt
of acceptance of BPCL’s Fax of acceptance/Order along with submission of 15% Bank Guarantee
(10% Towards Performance & 5% Price Reduction due to delay in delivery) valid up to 3 months
(claim Period) beyond the Guarantee period.
In case Performance Bank Guarantee Test Run (PGTR) is required as per MR, 10% of supply
amount shall be released by wire transfer against successful demonstration of Performance
Guarantee Test Run & submission of Invoices duly certified by Site-In-charge or 6 months from
receipt of material at site (against BG of equivalent amount valid for 1 year), whichever is earlier.
However in the event of delay in conducting the performance guarantee test run, the bidder is not
relieved of his responsibility to carry out the performance guarantee test run. No additional payment
shall be made for visit of supplier to site for demonstrating the PGTR, if the same is included in the
scope of supplier.
ii) Performance Guarantee Test Run (PGTR):
Payment of PGTR shall be released only after successful demonstration of PGTR & submission of
Invoices duly certified by Site-In-charge at BPCL site.

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.

15.2.3.2 SITE WORK PAYMENT:


100% of amount for site work shall be paid through direct wire transfer on pro-rata basis as per
normal banking channels on completion of Site work including Installation, Commissioning and Site
Acceptance Test and handing over to the Owner as per purchase order against submission of final
documents of certificate by EIL/BPCL for completion of activity.

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.

iii) Where erection/testing/commissioning supervision, commissioning assistance is required


as per RFQ Documents / Material requisition, penalty for non mobilization/delay in
mobilization as per order shall 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.

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.

15.3 FOR TRAINING


15.3.1 AT SITE: 100% payment against final bill to be submitted by seller after completion of training duly
certified by site-in-charge.
15.3.2 AT SUPPLIER’S WORKS: 100% payment against final bill to be submitted by seller after completion
of training duly certified by purchaser.
15.4 ANNUAL MAINTAINANCE CONTRACT:
100% payment shall be paid at the end of each quarter of the contractual year against quarterly
progressive bills to be submitted by Seller duly certified by Site-in-Charge.
Note:
a) In case of Foreign Bidder if Ocean Transportation is in the Scope of the Bidder (order is placed on
CFR basis), full Ocean Freight charges shall be released on receipt of despatch/ shipping
documents along with Documents pertaining to Ocean Freight.
b) The Invoice shall be made after adjusting:
Price Reduction for delay in Delivery pursuant to subject clause mentioned in SPC & GPC, if
applicable.
c) For Indian Bidder, 100% taxes and duties shall be released against despatch documents
subject to furnishing 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.
In case purchaser is unable to avail CENVAT benefit based on the documents furnished by the
seller, then such amount of taxes & duties shall not be reimbursed for which cenvat benefit was
considered for evaluation..
16. DEDUCTION AT SOURCE
16.1. Purchaser will release the payment to the Supplier after effecting deductions as per applicable law in
force. Purchaser will release the payment to the Supplier after effecting deductions as per applicable

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.

18. ORIGIN OF GOODS:


A certificate issued by relevant Chambers of Commerce to this effect shall form part of shipping
documents

19. QUALITY ASSURANCE / QUALITY CONTROL


19.1. The Supplier shall prepare a detailed quality assurance plan for the execution of contract for various
facilities, which will be mutually discussed and agreed to.
19.2. The Supplier shall establish document and maintain an effective quality assurance system outlined in
recognised codes
19.3. The purchaser / consultant, while agreeing to a quality assurance plan shall mark the stages where
they would like to witness the tests; review any or all stages of work at shop as deemed necessary for
quality assurance.
20. FRAUDULENT PRACTICES
20.1. The OWNER requires that Bidders/Vendors/Contractors observe the highest standard of ethics during
the award/execution of Contract. “Fraudulent Practice” means a misrepresentation of facts in order to
influence the award of a Contract to the detriment of 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.
20.2. The OWNER will reject a bid for award if it determines that the bidder recommended for 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 evaluation is found to be false/ forged, the
same shall be considered adequate ground for rejection of bids and forfeiture of Earnest Money
Deposit.
20.3. In case, the information/ document furnished by the Bidder/vendor/Contractor forming basis of
evaluation of his bid is found to be false/ forged after the award of the contract, OWNER shall have full
right to terminate the contract and get the remaining job executed at the risk & cost of such
Bidder/Vendor/ Contractor without any prejudice to other rights available to OWNER under the contract
such as forfeiture of CPBG/Security Deposit, withholding of payment etc.
20.4. 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.
20.5. 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.
21. STATUTORY APPROVAL:
Approval from any authority (i.e. Inspector of Boiler, Electrical Inspector, and Municipal Corporation
of Greater Mumbai (MCGM) etc.) required as per statutory rules and regulations of Central / State
Government shall be the responsibility of Contractor agency. For MCGM approval, following is
included in contractor’s scope:

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:

a) Deputy General Manager (Inspection)


M/s Engineers India Limited
st
EI Annexe 1 Floor,
1, Bhikaiji Cama place
New Delhi – 110066, India

With a copy to:

b) Project Manager (BPCL- Project)


M/s Engineers India Limited
th
EIB, 4 Floor,
1, Bhikaiji Cama place
New Delhi – 110066, India

c) Mr. Sankar M., Project Manager


M/s Bharat Petroleum Corporation Limited,
Refinery Division, Administration Building,
Corridor Road, Mahul, Mumbai – 400074
Contact No.: 022-25533320
e-mail: sankarm7620@bharatpetroleum.in

27. INDEPENDENT EXTERNAL MONITORS:


Bidders may raise disputes/complaints, if any, with the nominated Independent External Monitor,
mentioned below:

T.S.KRISHNAMURTHY Flat NO.9, Gokul Tower 044-24993077


Next to Mookambika Complex 044-24993079
No.7, C P Ramaswamy Road
Alwarpet Mobile – 9444999555
Chennai – 600 018
SHRI JANKI BALLABH Flat No. 605, Varsova Vainayak 022 – 2635 3456 (RES)
CO-OP. HSG. SOC. HSG Plot No.
8, Near Versova Telephone Mobile – 9833363066
Exchange, Versova, Andheri
(West), Mumbai – 400 053

28. PART ORDER/REPEAT ORDER


28.1. Vendor hereby agrees to accept part order at Owner’s option without any limitation whatsoever and
also accept repeat order during a period of 12 months after placement of purchase order at the same
unit prices, terms and conditions.
29. BID VAILIDTY
29.1. The bid shall remain valid for acceptance for period mentioned in RFQ from the final bid due date.
Owner/EIL shall reject a bid valid for a shorter period being non-responsive.
29.2. In exceptional circumstances, prior to expiry of the original bid validity period, 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).
29.3. The validity of recommended spares (If applicable as per MR) for 2 years operation and maintenance
will be 12 months beyond the validity of bid.

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.

5) Selection of Foreign/ Indian supervisory personnel shall be left to Owner’s choice.

6) Vendor’s supervisory personnel shall observe/abide by site working conditions


prevailing at the existing site, safety codes, Indian laws and local laws.

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.

9) Where erection/testing/commissioning supervision, commissioning assistance is


required as per RFQ Documents / Material requisition, penalty for non mobilization/delay
in mobilization as per order shall 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.

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.

EIL-T & C-SUP-A269 Page 1 of 2

Page 105 of 321


10) Requirement of Employment Visa for Foreign Nationals

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.

CHARGES FOR SUPERVISION OF ERECTION/TESTING/COMMISSIONING:

S. No. Description Vendor’s Reply/Information

1. Number of supervisory personnel required

2. Per diem charges (per person) for 8 hours work on


normal working days. ( Please specify currency ) Quoted in Price Schedule

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:

RFQ No. : Signature with Name & Date and


Item : Seal/Stamp of the Bidder
Offer No. :

EIL-T & C-SUP-A269 Page 2 of 2

Page 106 of 321


This drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited
MATERIAL REQUISITION (TOP SHEET)
ITEM DESCRIPTION: BASKET FILTER (STEAM JACKETED)
GROUP ITEM CODE: DESTINATION: As per Commercial Documents
MR CATEGORY: I DELIVERY PERIOD: As per Commercial Documents

DOCUMENT NUMBER
( Always quote the Document Number given below as reference )

A269 147 GN MR 4300 A 21/04/2014 16 44


JOB NO. UNIT/ MAIN DOC. SR. NO. REV. DATE DIVN. DEPT.
AREA COST CODE
CENTRE ORIGINATOR
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.

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'.

REV. DATE BY CHK. APPD. DETAILS

A 21/04/2014 PK/ RKP SPC PB ISSUED FOR BIDS


This is a system generated approved document and does not require signature.

Project: EPCM SERVICES FOR CDU-4 PROJECT


ENGINEERS INDIA LIMITED

16 Client: BPCL

Page 107 of 321


Sheet 1 of 3
File Name: C:\4300 final.pdf
This drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited
TAG NO/
SR. NO. ITEM CODE/ [ ID. NO. ] DESCRIPTION QUANTITY

01.00 Design, engineering,


manufacture,procurement of materials and
bought out components, assembly at shop,
inspection, testing at
manufacturer's works,painting , packing
and supply of the following, including
supply of all mandatory spares,
commissioning spares,special tools &
tackles, erection materials and
documentation as per the enclosed special
instruction to
bidder's, job specification, Standard MR
specification, EIL standard
specifications, data sheets, P&IDs and
other codes and standards attached or
referred etc.
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.

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.

Project: EPCM SERVICES FOR CDU-4 PROJECT


ENGINEERS INDIA LIMITED REQUISITION NO. REV.

16 Client: BPCL A269-147-GN-MR-4300 A

Page 108 of 321


Sheet 2 of 3
File Name: C:\4300 final.pdf
This drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited

LIST OF ATTACHMENTS
REVISION
SL. REV. REV. REV. REV.
DOCUMENT TITLE DOCUMENT NO.
No.
DATE DATE DATE DATE
1 REFER TABE OF CONTENTS

In case of any subsequent revision of MR or PR, only revised sheets of the


attachments listed above shall be issued alongwith the revision.

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.

Project: EPCM SERVICES FOR CDU-4 PROJECT


ENGINEERS INDIA LIMITED REQUISITION NO. REV.

16 Client: BPCL A269-147-GN-MR-4300 A

Page 109 of 321


Sheet 3 of 3
File Name: C:\4300 final.pdf
Format No.: EIL-1641-1923 Rev.1

Engineers India Limited Status


Vendor Drawing/ Document Submission Schedule Date
Client: BPCL Project: EPCM SERVICES FOR CDU-4 PROJECT Vendor Name:

Item Description: BASKET FILTER (STEAM PR No.: Address:


JACKETED)
Date of LOI:

PO No.:
Date of PO: City:

Page 110 of 321


EIL Originating Department: PACKAGE EQUIPMENT Contact Person(EIL): Contact Person: Fax:
Phone: Email:

Drg./ Doc. Nomenclature Category Scheduled Form


S.No. Equipment Number as per EIL Vendor Data Vendor Drg. / Doc. Numbe Vendor Drg./ Doc. Title Remarks
Review (R) / date of 1st Electronic
Requirement Records (I) Submission (E)/ Print (P)
SPECIAL INSTRUCTIONS TO DOCUMENT No.
BIDDERS A269-147-16-44-SI-4300 Rev A
(CATEGORY-1)
BASKET FILTERS Page 1 of 2

SPECIAL INSTRUCTIONS TO BIDDERS


(CATEGORY–1 BASKET FILTERS)

PROJECT : CDU-4 PROJECT


OWNER : M/s BHARAT PETROLEUM CORPORATION LIMITED
LOCATION : MUMBAI, MAHARASHTRA, INDIA
CONSULTANT : M/s ENGINEERS INDIA LIMITED
EIL JOB NO. : A269

A 21.04.2014 ISSUED WITH MR PK RKP SPC


Rev. Prepared Checked Approved
Date Purpose
No by by by

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.

a. This is a “No Technical deviation Bid” Hence, Technical offer is not to be


submitted. Only the prices filled-in by the bidder in the price schedule shall be
referred. Bidder must not write any technical conditions/clarifications/comments in
the price schedule or elsewhere in the offer document.

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.

d. MR specifications (i.e., job specification, data sheets, standard specifications and


other attachments) shall be FULLY (REPEAT FULLY) complied with. NO
DEVIATION of any type shall be entertained. The submission of prices by the
bidder shall be construed to mean that he has confirmed compliance with all
technical specifications in totality.

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)

PROJECT : CDU-4 PROJECT


OWNER : M/s BHARAT PETROLEUM CORPORATION LIMITED
LOCATION : MUMBAI, MAHARASHTRA, INDIA
CONSULTANT : M/s ENGINEERS INDIA LIMITED
EIL JOB NO. : A269

A 21.04.2014 ISSUED WITH MR PK RKP SPC


Rev. Prepared Checked Approved
Date Purpose
No by by by

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

The equipment to be supplied under this requisition shall be installed at CDU-4


Project, Mumbai, in the State of Maharashtra, India.
Place : Mahul
State : Maharashtra
Nearest Railway station : Mumbai
Nearest Port : Mumbai
Nearest Airport : Chatrapati Shivaji International Airport,
Mumbai

1.1.2 Site Climate and Conditions:


Climate
Max./min. Ambient temperature : 42°C/12°C
Low ambient temp. for MDMT : 12°C
Altitude above mean sea level : 6.71 m
Rainfall
Annual rainfall (for 1- hr period) : 125mm
Wind
Wind direction : North west to east
Wind speed (km/hr) : 160km/hr (max)

2.0 SCOPE OF SUPPLY


The scope of supply shall consist of following Filters as per respective
Specifications, datasheets and battery limit marked in P&IDs and Annexure-2 etc.
attached with the MR:

Filter name (Basket


Sl.no. Unit Filter tag no. Quantity
type)
FUEL OIL FUEL OIL AFTER
1. SYSTEM 147-G-101 A/B FILTERS (STEAM- 2 (1W+1S)
(offsite) JACKETED)

3.0 AMENDEMENT TO STANDARD MR SPECIFICATION FOR BASKET


FILTER(S) (DOC. 6-24-0303)

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 114 of 321


JOB SPECIFICATION DOCUMENT No.
FOR
A269-147-16-44-SP-4300 Rev.A
BASKET FILTERS
(STEAM JACKETED) Page 3 of 6

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)

1. 2.1.1.1/ 6 of 23 M The complete clause shall be read as


“Filter vessel ( Steam-jacketed) along with
necessary filtering basket and its supports,
deflector for the feed nozzle (if required),
necessary vessel supports, lifting lugs,
nozzles etc.

2. 2.1.1.2/ 6 of 23 M Since QOC is not required, the phrase “or


ASME code stamped Quick Opening
closure as specified in job
specification/data sheet” of the referred
clause is not applicable and hence stands
deleted.

3. 2.1.1.3/6 of 23 D The referred clause stands deleted.

4. 2.1.1.5/6 of 23 M The referred clause “Insulation


cleats…..thickness table” shall be read as
below:
“Insulation cleats wherever applicable shall
be provided to suit the insulation thickness
as per table-10.1 attached with this
document”.

5. 2.1.1.7/6 of 23 M Referred clause shall be read as below:


“Filter vessel shall be provided with Steam
jacketing as per process data sheet with
all required piping, fittings and supports.
Pipe and fittings related to steam jacketing
shall be as per attached PMS –B2A.”

6. 4.1/8 of 23 D Documents EIL Std. 7-12-0033 (Hot


Insulation support for horizontal vessel) in
the list of “Codes and Standards” is not
applicable for this MR and hence stands
deleted.

7. 5.11/9 of 23 M Referred clause shall be read as below:


“Filter vessel support length shall be
decided during detailed engineering based
on actual layout requirements without any
commercial implications”.

8. 5.13.14/10 of M Clause “Nozzles shall be designed---------

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 115 of 321


JOB SPECIFICATION DOCUMENT No.
FOR
A269-147-16-44-SP-4300 Rev.A
BASKET FILTERS
(STEAM JACKETED) Page 4 of 6

23 Specification/data Sheet” shall be read as:


“The inlet / outlet nozzles of all filters shall
be designed for a minimum load &
moments as per Annexure-1 of this
document.
9. 5.14/10 of 23 D The referred clause is not applicable and
hence stands deleted.
Clause “Surface preparation and
10. 9.0/20 of 23 M
painting…….. and site installation.” to be
read as below:
“Surface preparation and painting shall be
as per attached painting specification (doc.
no. AE-S-5430) suitable for highly
corrosive industrial environment including
final coat in shop & supply of paint for
touch up at site of any damage to painting
during transportation and site installation.
11. 13.0/21 of 23 M Vendor data Requirement for mechanical
section shall be replaced by the document
“Vendor data requirement for basket
Filters (Doc. no. A269-147-16-44-VR-
4300)”.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 116 of 321


JOB SPECIFICATION DOCUMENT No.
FOR
A269-147-16-44-SP-4300 Rev.A
BASKET FILTERS
(STEAM JACKETED) Page 5 of 6

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

80 202 300 300 112 90 67

100 270 400 400 200 160 120

150 608 900 900 675 540 405

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

Page 117 of 321


JOB SPECIFICATION DOCUMENT No.
FOR
A269-147-16-44-SP-4300 Rev.A
BASKET FILTERS
(STEAM JACKETED) Page 6 of 6

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.)

Note: Up to award of Contract “Vendor” implies “Bidder”.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 118 of 321


Document No.
VENDOR DATA REQUIREMENTS A269-147-16-44-VR-4300
FOR Rev. A
BASKET FILTER(S) Page 1 of 3

VENDOR DATA REQUIREMENTS


FOR
BASKET FILTER(S)

A 22-APR-2014 ISSUED FOR BIDS PK RKP SPC


Rev. Date Purpose Prepared by Checked by Approved by
No.

Format No. EIL-1642-1924 Rev.1 Copyright EIL - All rights reserved

Page 119 of 321


Document No.
VENDOR DATA REQUIREMENTS A269-147-16-44-VR-4300
FOR Rev. A
BASKET FILTER(S) Page 2 of 3

VENDOR DATA REQUIREMENTS

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 @

14. Test Certificates - Dimensional Check @

15. Test Certificates - Material Test Certificates @

16. Test Certificates - Hydrostatic Test Certificate @

17. Test Certificates - Manufacturer's test @


certificate for sub-ordered items
18. Test Certificates - Charpy impact test reports @

19. Test Certificates - Non destructive test reports @

20. As Built Drawings


21. Any other Test Report, as required @

Notes :
1. "TICK" denotes applicability
2. Post order, drawing / document review shall commence only after approval of Document Control Index (DCI).

Format No. EIL-1642-1924 Rev.1 Copyright EIL - All rights reserved

Page 120 of 321


Document No.
VENDOR DATA REQUIREMENTS A269-147-16-44-VR-4300
FOR Rev. A
BASKET FILTER(S) Page 3 of 3

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.

Format No. EIL-1642-1924 Rev.1 Copyright EIL - All rights reserved

Page 121 of 321


Page 122 of 321
Document No.
FILTER A213-147-02-DS-1901
PROCESS DATA SHEET Rev. No. 2
Page 1 of 1
PROJECT CDU-4 PROJECT CLIENT BPCL MUMBAI
UNIT FUEL OIL SYSTEM JOB NO. A213 UNIT NO. 147
ITEM NO. 147-G-101 A/B SERVICE FUEL OIL AFTER FILTERS
TYPE BASKET TYPE
OPERATING CONDITIONS
FLOW RATE
NORMAL M3/HR -
MAXIMUM M3/HR 46.3
INLET PRESSURE KG/CM2G 14
INLET TEMPERATURE DEG C 165
ALLOWABLE PRESSURE DROP KG/CM2 0.05 (CLEAN) / 0.5 (DIRTY)
SIZE OF PARTICLES TO BE REMOVED MESH 30
FILTRATION EFFICIENCY 2
FLUID PROPERTIES @ P & T
DENSITY KG/M3 860
VISCOSITY CST 10
PRESENCE OF CORROSIVE COMPONENTS NOTE-8 2
MECHANICAL DATA
DESIGN PRESSURE KG/CM2G 20.5
DESIGN TEMPERATURE DEG C 200
MATERIAL OF CONSTRUCTION
BODY CS
FILTER ELEMENT SS 304
CORROSION ALLOWANCE
BODY MM 3
FILTER ELEMENT MM NIL
NOZZLE DETAILS
SERVICE SIZE INCHES RATING REMARKS
INLET 6 300 #
OUTLET 6 300 #
VENT 1.5 300 #
DRAIN 1.5 300 #
UTILITY CONNECTION
FLUSHING CONNECTION
SAFETY VALVE INLET BY VENDOR 300#
NOTES
1. ONE FILTER SHALL BE IN OPERATION AND OTHER STAND BY
2. THE FILTER VESSEL SHALL BE PROVIDED WITH STEAM JACKET. DESIGN PRESSURE =21 KG/CM2G/FV AND DESIGN TEMPERATURE=
390 DEG C.
3 FILTER ELEMENT SHALL BE REMOVALBEL AND REUSABLE TYPE
4. INSULATION THICKNESS OF 45 MM TO BE PROVIDED BY OTHERS. 2
5 PSV MOUNTED ON FILTER WILL BE IN FILTER VENDOR SCOPE OF SUPPLY.
6. FLUSHING OIL SHALL BE USED FOR FLUSHING OF FILTER. DESIGN PRESSURE =18.5 KG/CM2G AND DESIGN TEMPERATURE=
65 DEG C.
7. PRPOPERTIES TO BE USED BY VENDOR PSV FOR FIRE CASE. VENDOR TO PROVIDE INLET/OULTET SIZES FOR PSV
CP/CV=1.04 LATENT HEAT = 50 KCAL/KG COMPRESSIBILITY FACTOR=0.83 FLUID STATE=VAPOR 2
MOLECULAR WEIGHT = 229 % OVER PRESSURE= 21 MAXIMUM BACK PRESSURE KG/CM2G= ATM
8. SULFUR CONTENT IN FUEL OIL IS 0.5 WT%

2 14.02.2013 REVISED AS MARKED DS KV IK


1 1.10.2013 REVISED AS MARKED DS KV IK
0 25.02.2013 ISSUED FOR ENGG DS KV IK
Prepared Reviewed Approve
Rev. No. Date Purpose
By By d By
Format No,3-0241-1011 Rev. 0 Copyrights EIL - all rights reserved

Page 123 of 321


A269-144-16-44-DS-4300
Rev. A
MECHANICAL DATASHEET FOR FILTER
PAGE1 of 2

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

27 Fixing detail of basket * Flange Type *

28 Head connection * Wire Diameter,mm *


29 Flange finish * Mesh no. *
30 DIMENSIONS AND WEIGHTS
31 Filter basket, ODxLength,mm * Shell Diameter (ID) mm *
32 Inlet flange to outlet flange(mm) * TL-TL / Overall Height,mm */*
33 Operating/Hydrotest Weight,kgs */* Empty Weight , kgs *
34 ACESSORIES
35 Davit Note-2 Leg o Skirt o Saddle o
Vessel Support Type
36 Insulation Cleat (Required / Not required) * Bracket o
37 INSPECTION, TESTING AND PAINTING
38 Radiography As per code/spec PWHT As per code /PDS
39 DP /MP test As per code Hydrotesting As per code
40 Impact test As per code Material test certificate Required during Inspection
41 Painting Refer attached painting spec.
42 Notes:

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.

45 3) Also refer notes on corresponding PDS.

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

Page 124 of 321


INSTRUMENTATION Document No.
JOB SPECIFICATION A269-147-16-51-SP-0002
BASKET FILTERS Page 1 of 2

JOB SPECIFICATION
(INSTRUMENTATION)
FOR
BASKET FILTER
(MR No. A269-147-GN-MR-4300)

A 04.03.14 Issued for Bids RRS AS SM


Rev. Prepared Checked Approved
Date Purpose
No by by by

Page 125 of 321


Template No. 5-0000-0001-T2 Rev. 1 Copyrights EIL – All rights reserved
INSTRUMENTATION Document No.
JOB SPECIFICATION A269-147-16-51-SP-0002
BASKET FILTERS Page 2 of 2

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)

Legend: A: Add D: Delete M: Modify

The above document stands revised as indicated below with regard to Instrumentation
requirements:

S. No. Clause A/D/M Description of Amendment


No.
1. 6.0, Sl. No. M “Procurement for ……….as per job specification.” shall be modified as
1.2
“Procurement for all types of field instruments mounted on filter body as indicated
in P&ID or specified elsewhere. Bidder shall supply loose the following instruments
as a minimum:
1. 147-UPSV-1609 (Pressure Relief Valve) for Basket Filter 147-G-101A
2. 147-UPSV-1610 (Pressure Relief Valve) for Basket Filter 147-G-101B

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.”

Page 126 of 321


Template No. 5-0000-0001-T2 Rev. 1 Copyrights EIL – All rights reserved
Document No.
VENDOR DATA REQUIREMENTS A269-147-16-51-VDR-4300
FOR Rev. A
BASKET FILTER Page 1 of 2

VENDOR DATA REQUIREMENTS


FOR
BASKET FILTER

A 22-APR-2014 ISSUED FOR BIDS -RRS- -SM- -SM-


Rev. Date Purpose Prepared by Checked by Approved by
No.

Format No. EIL-1642-1924 Rev.1 Copyright EIL - All rights reserved

Page 127 of 321


Document No.
VENDOR DATA REQUIREMENTS A269-147-16-51-VDR-4300
FOR Rev. A
BASKET FILTER Page 2 of 2

VENDOR DATA REQUIREMENTS

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

Format No. EIL-1642-1924 Rev.1 Copyright EIL - All rights reserved

Page 128 of 321


JOB SPECIFICATION No.
PIPING MATERIAL
A269-6-44-0005 Rev. 0
SPECIFICATION
Page 1 of 14

Client : BPCL Dept./Sect. : 16/43


Project : CDU-4

Location : MAHUL MUMBAI Pipe Class : A1A Sheet 1 of 8

PIPE CLASS : A1A


RATING : 150
BASE MATERIAL : CARBON STEEL
CORROSION ALLOWANCE : 1.5 MM
SPECIAL REQUIREMENT :
TEMPERATURE (Deg. C) AND PRESSURE ( Kg/Sq. cm g ) RATINGS
TEMP -29 38 93 149 204 260 316 343 371
PRESS 20.03 20.03 18.28 16.17 14.06 11.95 9.84 8.78 7.73

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

Client : BPCL Dept./Sect. : 16/43


Project : CDU-4

Location : MAHUL MUMBAI Pipe Class : A1A Sheet 2 of 8

SPECIAL NOTES

ITEM SIZE DESCRIPTION A.CODE


MAINTAINENCE ALL FLANGED, TO BE KEPT MINIMUM
JOINTS
PIPE JOINTS 1.5" & BELOW SW COUPLING

2.0" & ABOVE BUTTWELDED

DRAINS ON LINES <= 1.5" REFER EILSTD 7-44-0350, DF3

ON LINES >= 2.0" AS PER P&ID OR 0.75". REFER EIL STD. 7-44-0351, D4

VENTS ON LINES <= 1.5" REFER EIL STD. 7-44-0350, VF3

ON LINES >= 2.0" AS PER P&ID OR 0.75". REFER EIL STD 7-44-0351, V4

TEMP.CONN 1.5" FLANGED. REFER EIL STD 7-44-0353

PRESS.CONN 0.75" SW NIPPLE WITH VALVE TO SPEC AS PER EIL STD 7-44-0354

Page 130 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 3 of 14

Client : BPCL Dept./Sect. : 16/43


Project : CDU-4

Location : MAHUL MUMBAI Pipe Class : A1A Sheet 3 of 8

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.

BRANCH PIPE (SIZE IN INCHES)


BRANCH PIPE ( SIZE IN INCHES)

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

RUN PIPE (SIZE IN INCHES)

CODE DESCRIPTION
F SADDLE FUSED JT T TEES J THREADOLET

H H. COUPLING W WELDOLETS

P PIPE TO PIPE I INSTRUMENT TEE

R REINFORCED X Refer Notes

S SOCKOLETS L SWEEPOLET

Page 131 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 4 of 14

Client : BPCL Dept./Sect. : 16/43


Project : CDU-4

Location : MAHUL MUMBAI Pipe Class : A1A Sheet 4 of 8

Note :(The shaded portion of PMS body shows Field Fabricated Items)

Input Item Lower Upper Sch/ Commodity Note


Size Size Thk Dmn. STD Material Description Code No
Id. Type
(Inch) (Inch)
Pipe Group
PIP PIPE 0.50 0.75 S160 B-36.10 ASTM A 106 GR.B PE, SEAMLESS PI21977Z0

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

Client : BPCL Dept./Sect. : 16/43


Project : CDU-4

Location : MAHUL MUMBAI Pipe Class : A1A Sheet 5 of 8

Note :(The shaded portion of PMS body shows Field Fabricated Items)

Input Item Lower Upper Sch/ Commodity Note


Size Size Thk Dmn. STD Material Description Code No
Id. Type
(Inch) (Inch)
Flange Group
FEF SPCR&BLND 26.00 48.00 EIL'STD ASTM A 516 GR.70 150, FF/125AARH FCE6321Z0

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

TEQ T.EQUAL 2.00 14.00 M B-16.9 ASTM A 234 BW WEG684ZZ0


GR.WPB
TEQ T.EQUAL 16.00 48.00 M B-16.9 ASTM A 234 BW WEG754ZZ0
GR.WPB-W
TRED T.RED 0.50 0.75 B-16.11 ASTM A 105 SW, 6000 WR602D3Z0

TRED T.RED 1.00 1.50 B-16.11 ASTM A 105 SW, 3000 WR602D2Z0

TRED T.RED 2.00 14.00 M, M B-16.9 ASTM A 234 BW WRG684ZZ0


GR.WPB
TRED T.RED 16.00 48.00 M, M B-16.9 ASTM A 234 BW WRG754ZZ0
GR.WPB-W
REDC REDUC.CONC 2.00 14.00 M, M B-16.9 ASTM A 234 BW WUG684ZZ0
GR.WPB
REDC REDUC.CONC 16.00 48.00 M, M B-16.9 ASTM A 234 BW WUG754ZZ0
GR.WPB-W
REDE REDUC.ECC 2.00 14.00 M, M B-16.9 ASTM A 234 BW WVG684ZZ0
GR.WPB
REDE REDUC.ECC 16.00 48.00 M, M B-16.9 ASTM A 234 BW WVG754ZZ0
GR.WPB-W
SWGC SWAGE.CONC 0.50 3.00 M, M BS-3799 ASTM A 105 PBE WNH026ZZ0

SWGE SWAGE.ECC 0.50 3.00 M, M BS-3799 ASTM A 105 PBE WPH026ZZ0

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

Client : BPCL Dept./Sect. : 16/43


Project : CDU-4

Location : MAHUL MUMBAI Pipe Class : A1A Sheet 6 of 8

Note :(The shaded portion of PMS body shows Field Fabricated Items)

Input Item Lower Upper Sch/ Commodity Note


Size Size Thk Dmn. STD Material Description Code No
Id. Type
(Inch) (Inch)
Fitting Group
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

CAP CAP 2.00 48.00 M B-16.9 ASTM A 234 BW WFG684ZZ0


GR.WPB
PLG PLUG 0.50 0.75 B-16.11 ASTM A 105 SCRM, 6000 WH60293Z0

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

Client : BPCL Dept./Sect. : 16/43


Project : CDU-4

Location : MAHUL MUMBAI Pipe Class : A1A Sheet 7 of 8

Note :(The shaded portion of PMS body shows Field Fabricated Items)

Input Item Lower Upper Sch/ Commodity Note


Size Size Thk Dmn. STD Material Description Code No
Id. Type
(Inch) (Inch)
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 42.00 API 600/ ISO BODY-ASTM A 216 FLGD, 150, B-16.5, 51301ZZZ0 92
10434 GR.WCB,TRIM- RF/125AARH, SHT
13% CR.STEEL NO.- 51301
GLV VLV.GLOBE 0.25 1.50 BS EN ISO BODY-ASTM A SW, 800, 3000, B- 52001ZZZ0
15761 105,TRIM- 16.11, SHT NO.- 52001
STELLITED,STEM-
13%CR STEEL
GLV VLV.GLOBE 2.00 16.00 BS-1873 BODY-ASTM A 216 FLGD, 150, B-16.5, 52301ZZZ0
GR.WCB,TRIM- RF/125AARH, SHT
13% CR.STEEL NO.- 52301
CHV VLV.CHECK 0.25 1.50 BS EN ISO BODY-ASTM A SW, 800, 3000, B- 53001ZZZ0
15761 105,TRIM- 16.11, SHT NO.- 53001
STELLITED
CHV VLV.CHECK 2.00 24.00 BS 1868 BODY-ASTM A 216 FLGD, 150, B-16.5, 53301ZZZ0
GR.WCB,TRIM- RF/125AARH, SHT
13% CR.STEEL NO.- 53301
BLV VLV.BALL 0.50 16.00 BS EN ISO BODY-ASTM A 105 FLGD, 150, B-16.5, 54301ZZZ0
17292 /A RF/125AARH, SHT
216GR.WCB,TRIM- NO.- 54301
BODY SEAT-
RPTFE
BLV VLV.BALL 18.00 24.00 BS EN ISO BODY-ASTM A 105 FLGD, 150, B-16.5, 54391ZZZ0
17292 /A RF/125AARH, SHT
216GR.WCB,TRIM- NO.- 54391
BODY SEAT :
RPTFE
BLV/3 VLV.BALL 10.00 20.00 BS EN ISO BODY-ASTM A 105 FLGD, 150, B-16.5, 54392ZZZ0
17292 /A RF/125AARH, SHT
216GR.WCB,TRIM- NO.- 54392
BODY SEAT :
SS304/SS316
PLV VLV.PLUG 0.50 24.00 BS-5353 BODY-ASTM A 105 FLGD, 150, B-16.5, 55301ZZZ0
/A RF/125AARH, SHT
216GR.WCB,TRIM- NO.- 55301
PLUG-HARDENED
PLV/1 VLV.PLUG 0.50 36.00 BS-5353 BODY-ASTM A 105 FLGD, 150, B-16.5, 55315ZZZ0 36
/A RF/125AARH, SHT
216GR.WCB,TRIM- NO.- 55315
PLUG-HARDENED
BFV VLV.BTRFLY 3.00 24.00 BS EN 593 BODY-ASTM A 216 WAFL, 150, B-16.5, 56301ZZZ0
GR.WCB,TRIM- WAF/125AARH, SHT
13% CR.STEEL NO.- 56301
BFV VLV.BTRFLY 26.00 48.00 BS EN 593 BODY-ASTM A 216 FLGD, 150, B-16.47 B, 56315ZZZ0
GR.WCB,TRIM- RF/125AARH, SHT
13% CR.STEEL NO.- 56315

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

Client : BPCL Dept./Sect. : 16/43


Project : CDU-4

Location : MAHUL MUMBAI Pipe Class : A1A Sheet 8 of 8

Note :(The shaded portion of PMS body shows Field Fabricated Items)

Input Item Lower Upper Sch/ Commodity Note


Size Size Thk Dmn. STD Material Description Code No
Id. Type
(Inch) (Inch)
Bolt Group
BOS BOLT.STUD 0.50 48.00 B-18.2 BOLT:A193 GR.B7, BS40404Z0
NUT:A194 GR.2H
Gasket Group
GAS GASKET 0.50 20.00 B-16.20- SP.WND SPIRAL, 150 GK65072Z0
ANSI B16.5 SS316+GRAFIL
GAS GASKET 24.00 24.00 B-16.20- SP.WND SPIRAL, 150 GK65072Z0
ANSI B16.5 SS316+GRAFIL
GAS GASKET 26.00 48.00 B-16.20- SP.WND SPIRAL, 150 GK56272Z0
ANSI SS316+GRAFIL+ I
B16.47B RING
GAS/30 GASKET 26.00 28.00 B-16.20- SP.WND SPIRAL, 300 GK56274Z0
0 ANSI SS316+GRAFIL+ I
B16.47B RING
GAS/60 GASKET 0.50 24.00 B-16.20- SP.WND SPIRAL, 600 GK65076Z0
0 ANSI B16.5 SS316+GRAFIL
GAS/30 GASKET 0.50 24.00 B-16.20- SP.WND SPIRAL, 300 GK65074Z0
0 ANSI B16.5 SS316+GRAFIL
Trap/Strainer Group
TRP TRAP.STEAM 0.50 1.50 MNF'STD B:A105;T:13%CR;S: FLGD, THRMDNMC, TR3065530
SS304 150,RF/125AARH
TSR STRNR.TEMP 1.50 24.00 EIL'STD B:A516GR.70;INT:S CONETYPE, ST16831Z0
S304 150,FF/125AARH
PSR STRNR.PERM 0.50 0.75 MNF'STD B:A105;INT:SS304 SW, Y-TYPE, 800 SP303D510

PSR STRNR.PERM 1.00 1.50 JOB'STD B:A105;INT:SS304 FLGD, Y-TYPE, SP2035530


150,RF/125AARH
PSR STRNR.PERM 2.00 14.00 JOB'STD B:A234GR.WPB;IN FLGD, Y-TYPE, SP2335530
T:SS304 150,RF/125AARH
PSR STRNR.PERM 16.00 24.00 JOB'STD B:A234GR.WPBW;I FLGD, Y-TYPE, SP2365530
NT:SS304 150,RF/125AARH
PSR STRNR.PERM 28.00 28.00 JOB'STD B:A234GR.WPBW;I FLGD, Y-TYPE, SP2365530
NT:SS304 150,RF/125AARH

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

Client : BPCL Dept./Sect. : 16/43


Project : CDU-4

Location : MAHUL MUMBAI Pipe Class : B1A Sheet 1 of 6

PIPE CLASS : B1A


RATING : 300
BASE MATERIAL : CARBON STEEL
CORROSION ALLOWANCE : 1.5 MM
SPECIAL REQUIREMENT :
TEMPERATURE (Deg. C) AND PRESSURE ( Kg/Sq. cm g ) RATINGS
TEMP -29 38 93 149 204 260 316 343 371 399 427
PRESS 52.02 52.02 47.8 46.05 44.64 42.53 40.07 38.66 38.66 35.5 28.82

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

ITEM SIZE DESCRIPTION A.CODE


MAINTAINENCE ALL FLANGED, TO BE KEPT MINIMUM
JOINTS
PIPE JOINTS 1.5" & BELOW SW COUPLING

2.0" & ABOVE BUTTWELDED

DRAINS ON LINES <= 1.5" REFER EILSTD 7-44-0350, DF3

ON LINES >= 2.0" AS PER P&ID OR 0.75". REFER EIL STD. 7-44-0351, D4

VENTS ON LINES <= 1.5" REFER EIL STD. 7-44-0350, VF3

ON LINES >= 2.0" AS PER P&ID OR 0.75". REFER EIL STD 7-44-0351, V4

TEMP.CONN 1.5" FLANGED. REFER EIL STD 7-44-0353

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

Client : BPCL Dept./Sect. : 16/43


Project : CDU-4

Location : MAHUL MUMBAI Pipe Class : B1A Sheet 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.

BRANCH PIPE (SIZE IN INCHES)


BRANCH PIPE ( SIZE IN INCHES)

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

RUN PIPE (SIZE IN INCHES)

CODE DESCRIPTION
F SADDLE FUSED JT T TEES J THREADOLET

H H. COUPLING W WELDOLETS

P PIPE TO PIPE I INSTRUMENT TEE

R REINFORCED X Refer Notes

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

Client : BPCL Dept./Sect. : 16/43


Project : CDU-4

Location : MAHUL MUMBAI Pipe Class : B1A Sheet 3 of 6

Note :(The shaded portion of PMS body shows Field Fabricated Items)

Input Item Lower Upper Sch/ Commodity Note


Size Size Thk Dmn. STD Material Description Code No
Id. Type
(Inch) (Inch)
Pipe Group
PIP PIPE 0.50 0.75 S160 B-36.10 ASTM A 106 GR.B PE, SEAMLESS PI21977Z0

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

Client : BPCL Dept./Sect. : 16/43


Project : CDU-4

Location : MAHUL MUMBAI Pipe Class : B1A Sheet 4 of 6

Note :(The shaded portion of PMS body shows Field Fabricated Items)

Input Item Lower Upper Sch/ Commodity Note


Size Size Thk Dmn. STD Material Description Code No
Id. Type
(Inch) (Inch)
Fitting Group
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 24.00 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

TEQ T.EQUAL 2.00 14.00 M B-16.9 ASTM A 234 BW WEG684ZZ0


GR.WPB
TEQ T.EQUAL 16.00 24.00 M B-16.9 ASTM A 234 BW WEG754ZZ0
GR.WPB-W
TRED T.RED 0.50 0.75 B-16.11 ASTM A 105 SW, 6000 WR602D3Z0

TRED T.RED 1.00 1.50 B-16.11 ASTM A 105 SW, 3000 WR602D2Z0

TRED T.RED 2.00 14.00 M, M B-16.9 ASTM A 234 BW WRG684ZZ0


GR.WPB
TRED T.RED 16.00 24.00 M, M B-16.9 ASTM A 234 BW WRG754ZZ0
GR.WPB-W
REDC REDUC.CONC 2.00 14.00 M, M B-16.9 ASTM A 234 BW WUG684ZZ0
GR.WPB
REDC REDUC.CONC 16.00 24.00 M, M B-16.9 ASTM A 234 BW WUG754ZZ0
GR.WPB-W
REDE REDUC.ECC 2.00 14.00 M, M B-16.9 ASTM A 234 BW WVG684ZZ0
GR.WPB
REDE REDUC.ECC 16.00 24.00 M, M B-16.9 ASTM A 234 BW WVG754ZZ0
GR.WPB-W
SWGC SWAGE.CONC 0.50 3.00 M, M BS-3799 ASTM A 105 PBE WNH026ZZ0

SWGE SWAGE.ECC 0.50 3.00 M, M BS-3799 ASTM A 105 PBE WPH026ZZ0

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

CAP CAP 2.00 24.00 M B-16.9 ASTM A 234 BW WFG684ZZ0


GR.WPB
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

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

Client : BPCL Dept./Sect. : 16/43


Project : CDU-4

Location : MAHUL MUMBAI Pipe Class : B1A Sheet 5 of 6

Note :(The shaded portion of PMS body shows Field Fabricated Items)

Input Item Lower Upper Sch/ Commodity Note


Size Size Thk Dmn. STD Material Description Code No
Id. Type
(Inch) (Inch)
Fitting Group
CPLF/2 CPLNG.FULL 1.00 1.50 B-16.11 ASTM A 105 SCRF, 3000 WJ60282Z0

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

Client : BPCL Dept./Sect. : 16/43


Project : CDU-4

Location : MAHUL MUMBAI Pipe Class : B1A Sheet 6 of 6

Note :(The shaded portion of PMS body shows Field Fabricated Items)

Input Item Lower Upper Sch/ Commodity Note


Size Size Thk Dmn. STD Material Description Code No
Id. Type
(Inch) (Inch)
Valves Group
GLV VLV.GLOBE 0.25 1.50 BS EN ISO BODY-ASTM A SW, 800, 3000, B- 52001ZZZ0
15761 105,TRIM- 16.11, SHT NO.- 52001
STELLITED,STEM-
13%CR STEEL
GLV VLV.GLOBE 2.00 12.00 BS-1873 BODY-ASTM A 216 FLGD, 300, B-16.5, 52401ZZZ0
GR.WCB,TRIM- RF/125AARH, SHT
13% CR.STEEL NO.- 52401
CHV VLV.CHECK 0.25 1.50 BS EN ISO BODY-ASTM A SW, 800, 3000, B- 53001ZZZ0
15761 105,TRIM- 16.11, SHT NO.- 53001
STELLITED
CHV VLV.CHECK 2.00 24.00 BS-1868 BODY-ASTM A 216 FLGD, 300, B-16.5, 53401ZZZ0
GR.WCB,TRIM- RF/125AARH, SHT
13% CR.STEEL NO.- 53401
BLV VLV.BALL 0.50 16.00 BS EN ISO BODY-ASTM A 105 FLGD, 300, B-16.5, 54401ZZZ0
17292 /A RF/125AARH, SHT
216GR.WCB,TRIM- NO.- 54401
BODY SEAT-
RPTFE
PLV VLV.PLUG 0.50 24.00 BS-5353 BODY-ASTM A 105 FLGD, 300, B-16.5, 55401ZZZ0
/A RF/125AARH, SHT
216GR.WCB,TRIM- NO.- 55401
PLUG-HARDENED
Bolt Group
BOS BOLT.STUD 0.50 26.00 B-18.2 BOLT:A193 GR.B7, BS40404Z0
NUT:A194 GR.2H
Gasket Group
GAS GASKET 0.50 24.00 B-16.20- SP.WND SPIRAL, 300 GK65074Z0
ANSI B16.5 SS316+GRAFIL
GAS GASKET 26.00 26.00 B-16.20- SP.WND SPIRAL, 300 GK56274Z0
ANSI SS316+GRAFIL+ I
B16.47B RING
GAS/60 GASKET 0.50 24.00 B-16.20- SP.WND SPIRAL, 600 GK65076Z0
0 ANSI B16.5 SS316+GRAFIL
Trap/Strainer Group
TRP TRAP.STEAM 0.50 1.50 MNF'STD B:A105;T:13%CR;S: FLGD, THRMDNMC, TR30655B0
SS304 300,RF/125AARH
TSR STRNR.TEMP 1.50 24.00 EIL'STD B:A516GR.70;INT:S CONETYPE, ST16839Z0
S304 300,FF/125AARH
PSR STRNR.PERM 0.50 0.75 MNF'STD B:A105;INT:SS304 SW, Y-TYPE, 800 SP303D510

PSR STRNR.PERM 1.00 1.50 JOB'STD B:A105;INT:SS304 FLGD, Y-TYPE, SP20355B0


300,RF/125AARH
PSR STRNR.PERM 2.00 14.00 JOB'STD B:A234GR.WPB;IN FLGD, Y-TYPE, SP23355B0
T:SS304 300,RF/125AARH
PSR STRNR.PERM 16.00 24.00 JOB'STD B:A234GR.WPBW;I FLGD, Y-TYPE, SP23655B0
NT:SS304 300,RF/125AARH

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

Client : BPCL Dept./Sect. : 16/43


Project : CDU-4

Location : MAHUL MUMBAI Pipe Class : B2A Sheet 1 of 6

PIPE CLASS : B2A


RATING : 300
BASE MATERIAL : CARBON STEEL
CORROSION ALLOWANCE : 1.5 MM
SPECIAL REQUIREMENT : IBR SERVICE

TEMPERATURE (Deg. C) AND PRESSURE ( Kg/Sq. cm g ) RATINGS


TEMP 0 38 93 149 204 260 316 343 371 399 427
PRESS 52.02 52.02 47.8 46.05 44.64 42.53 40.07 38.66 37.26 35.5 28.82

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

ITEM SIZE DESCRIPTION A.CODE


MAINTAINENCE ALL FLANGED, TO BE KEPT MINIMUM
JOINTS
PIPE JOINTS 1.5" & BELOW SW COUPLING

2.0" & ABOVE BUTTWELDED

DRAINS ON LINES <= 1.5" REFER EILSTD 7-44-0350, DF3

ON LINES >= 2.0" AS PER P&ID OR 0.75". REFER EIL STD. 7-44-0351, D4

VENTS ON LINES <= 1.5" REFER EIL STD. 7-44-0350, VF3

ON LINES >= 2.0" AS PER P&ID OR 0.75". REFER EIL STD 7-44-0351, V4

TEMP.CONN 1.5" FLANGED. REFER EIL STD 7-44-0353

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

Client : BPCL Dept./Sect. : 16/43


Project : CDU-4

Location : MAHUL MUMBAI Pipe Class : B2A Sheet 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.

BRANCH PIPE (SIZE IN INCHES)


BRANCH PIPE ( SIZE IN INCHES)

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

RUN PIPE (SIZE IN INCHES)

CODE DESCRIPTION
F SADDLE FUSED JT T TEES J THREADOLET

H H. COUPLING W WELDOLETS

P PIPE TO PIPE I INSTRUMENT TEE

R REINFORCED X Refer Notes

S SOCKOLETS L SWEEPOLET

Page 144 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 3 of 6

Client : BPCL Dept./Sect. : 16/43


Project : CDU-4

Location : MAHUL MUMBAI Pipe Class : B2A Sheet 3 of 6

Note :(The shaded portion of PMS body shows Field Fabricated Items)

Input Item Lower Upper Sch/ Commodity Note


Size Size Thk Dmn. STD Material Description Code No
Id. Type
(Inch) (Inch)
Pipe Group
PIP PIPE 0.50 0.75 S160 B-36.10 ASTM A 106 GR.B PE, SEAMLESS PI21977Z1

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

Page 145 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 4 of 6

Client : BPCL Dept./Sect. : 16/43


Project : CDU-4

Location : MAHUL MUMBAI Pipe Class : B2A Sheet 4 of 6

Note :(The shaded portion of PMS body shows Field Fabricated Items)

Input Item Lower Upper Sch/ Commodity Note


Size Size Thk Dmn. STD Material Description Code No
Id. Type
(Inch) (Inch)
Fitting Group
ELB45 ELBOW.45 2.00 14.00 M B-16.9 ASTM A 234 BW, 1.5D WBG684Z11
GR.WPB
ELB45 ELBOW.45 16.00 24.00 M B-16.9 ASTM A 234 BW, 1.5D WBG754Z11
GR.WPB-W
TEQ T.EQUAL 0.50 0.75 B-16.11 ASTM A 105 SW, 6000 WE602D3Z1

TEQ T.EQUAL 1.00 1.50 B-16.11 ASTM A 105 SW, 3000 WE602D2Z1

TEQ T.EQUAL 2.00 14.00 M B-16.9 ASTM A 234 BW WEG684ZZ1


GR.WPB
TEQ T.EQUAL 16.00 24.00 M B-16.9 ASTM A 234 BW WEG754ZZ1
GR.WPB-W
TRED T.RED 0.50 0.75 B-16.11 ASTM A 105 SW, 6000 WR602D3Z1

TRED T.RED 1.00 1.50 B-16.11 ASTM A 105 SW, 3000 WR602D2Z1

TRED T.RED 2.00 14.00 M, M B-16.9 ASTM A 234 BW WRG684ZZ1


GR.WPB
TRED T.RED 16.00 24.00 M, M B-16.9 ASTM A 234 BW WRG754ZZ1
GR.WPB-W
REDC REDUC.CONC 2.00 14.00 M, M B-16.9 ASTM A 234 BW WUG684ZZ1
GR.WPB
REDC REDUC.CONC 16.00 24.00 M, M B-16.9 ASTM A 234 BW WUG754ZZ1
GR.WPB-W
REDE REDUC.ECC 2.00 14.00 M, M B-16.9 ASTM A 234 BW WVG684ZZ1
GR.WPB
REDE REDUC.ECC 16.00 24.00 M, M B-16.9 ASTM A 234 BW WVG754ZZ1
GR.WPB-W
SWGC SWAGE.CONC 0.50 3.00 M, M BS-3799 ASTM A 105 PBE WNH026ZZ1

SWGE SWAGE.ECC 0.50 3.00 M, M BS-3799 ASTM A 105 PBE WPH026ZZ1

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

CAP CAP 2.00 24.00 M B-16.9 ASTM A 234 BW WFG684ZZ1


GR.WPB
PLG PLUG 0.50 0.75 B-16.11 ASTM A 105 SCRM, 6000 WH60293Z1

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

Client : BPCL Dept./Sect. : 16/43


Project : CDU-4

Location : MAHUL MUMBAI Pipe Class : B2A Sheet 5 of 6

Note :(The shaded portion of PMS body shows Field Fabricated Items)

Input Item Lower Upper Sch/ Commodity Note


Size Size Thk Dmn. STD Material Description Code No
Id. Type
(Inch) (Inch)
Fitting Group
CPLH CPLNG.HALF 0.50 0.75 B-16.11 ASTM A 105 SW, 6000 WK602D3Z1

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

Client : BPCL Dept./Sect. : 16/43


Project : CDU-4

Location : MAHUL MUMBAI Pipe Class : B2A Sheet 6 of 6

Note :(The shaded portion of PMS body shows Field Fabricated Items)

Input Item Lower Upper Sch/ Commodity Note


Size Size Thk Dmn. STD Material Description Code No
Id. Type
(Inch) (Inch)
Bolt Group
BOS BOLT.STUD 0.50 30.00 B-18.2 BOLT:A193 GR.B7, BS40404Z0
NUT:A194 GR.2H
Gasket Group
GAS GASKET 0.50 24.00 B-16.20- SP.WND SPIRAL, 300 GK65074Z0
ANSI B16.5 SS316+GRAFIL
GAS/60 GASKET 0.50 24.00 B-16.20- SP.WND SPIRAL, 600 GK65076Z0
0 ANSI B16.5 SS316+GRAFIL
Trap/Strainer Group
TRP TRAP.STEAM 0.50 1.50 MNF'STD B:A105;T:13%CR;S: FLGD, THRMDNMC, TR30655B1
SS304 300,RF/125AARH
TSR STRNR.TEMP 1.50 24.00 EIL'STD B:A516GR.70;INT:S CONETYPE, ST16839Z1
S304 300,FF/125AARH
PSR STRNR.PERM 0.50 0.75 MNF'STD B:A105;INT:SS304 SW, Y-TYPE, 800 SP303D511

PSR STRNR.PERM 1.00 1.50 JOB'STD B:A105;INT:SS304 FLGD, Y-TYPE, SP20355B1


300,RF/125AARH
PSR STRNR.PERM 2.00 24.00 JOB'STD B:A216GR.WCB;IN FLGD, Y-TYPE, SP28055B1
T:SS304 300,RF/125AARH

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)

0 23/04/12 ISSUED AS STANDARD MR SPECIFICATION


Standards Standards
Rev. Prepared Checked Committee Bureau
Date Purpose by Convenor Chairman
No by
Approved by

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:

AARH Arithmetic Average Roughness Height


AISI American Iron and Steel Institute
ANSI American National Standard Institute
API American Petroleum Institute
ASME American Society of Mechanical Engineers
ATEX ATmospheres EXplosives
BASEEFA : British Approval Service for Electrical Equipments for Flammable Atmospheres
CCOE : Chief Controller Of Explosives
CMRI : Central Mining Research Institute
DP : Dye Penetrant
DTM : Device Tool Manager
EDDL : Electronic Device Description Language
eDMS : Electronic Data Management System
EIL : Engineers India Limited
ERTL : Electronic Regional Testing laboratory
FISCO : Fieldbus Intrinsic Safe Concept
FM : Factory Mutual
FOA : Fax Of Acceptance
FDT : Field Device Tool
GA : General Arrangement
IBR : Indian Boiler Regulations
IEC : International Electrotechnical Commission
ITK : Interchangeability Test Kit
IS : Indian Standard
ISA : Instruments Society of America
LAS : Link Activity Schedule
LCD : Liquid Crystal Display
LCIE : Laboratoire Central Des Industries Electrique
MOC : Material of Construction
MP : Magnetic Particle
MR : Material Requisition
NPT : National Pipe Thread
P&ID : Piping & Instrumentation Diagram
PA : Public Address
P.O. : Purchase Order
PSV : Pressure Safety Valve
PTB : Physikalisch-Technische Bundesanstalt
PTR : Proven Track Record
PWHT : Post Weld Heat Treatment
QOC • Quick Opening Closure
SS : Stainless Steel
UL : Underwriters Laboratories
URV : Upper Range Value
WC : Water Column

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved


Page 169 of 321
laRaelat ENGINEERS STANDARD MR STANDARD SPECIFICATION No.

kliategill,' INDIA LIMITED SPECIFICATION 6-24-0303 Rev. 0


own IA Gov. orl Inds uncilerlakpngi
FOR
Page 3 of 23
BASKET FILTER(S)

Packaged Equipment Standards Committee

Convenor: Mr. A. K. Nijhawan

Members : Mr. P.Bhattacharjee


Mr. A.P.S. Ahluwalia
Mr. P.P.Pandey
Mr. S.Choudhary
Mr. R. R. Shrivastava
Mr. M.P.Jain (Project)
Instrumentation Representatives:
Mrs. K Sridevi

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved


Page 170 of 321
STANDARD MR STANDARD SPECIFICATION No.
laM-ae? ENGINEERS SPECIFICATION
Ste fdlar INDIA LIMITED
0 Gotet India Undeitaung)
FOR
6-24-0303 Rev. 0
Page 4 of 23
BASKET FILTER(S)

CONTENTS
SECTION-1: MECHANICAL 5

1.0 GENERAL 6

2M SCOPE OF SUPPLY & SERVICES 6

3.0 EXCLUSIONS 7

4.0 CODES AND STANDARDS 7

5.0 TECHNICAL REQUIREMENTS 8

SECTION-2: INSTRUMENTATION 12

6.0 SCOPE OF WORK 13

7.0 TECHNICAL REQUIREMENTS 13

SECTION-3: GENERAL 18

8.0 INSPECTION & TESTING 19

9.0 PROTECTION AND PAINTING 20

10.0 PACKAGING AND IDENTIFICATION 20

11.0 SPARE PARTS 20

12.0 ORDER OF PRECEDENCE 20

13.0 VENDOR DATA REQUIREMENT 21

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved


Page 171 of 321
PRZle? ti ENGINEERS STANDARD MR STANDARD SPECIFICATION No.
gartifflegw INDIA UMITED SPECIFICATION 6-24-0303 Rev. 0
GEM of India Ilmdertakmgj
FOR
Page 5 of 23
BASKET FILTER(S)

SECTION-I: MECHANICAL

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved


Page 172 of 321
STANDARD MR STANDARD SPECIFICATION No.
laIlaael ENGINEERS
$'1g-allEl9ft INDIA LIMITED SPECIFICATION 6-24-0303 Rev. 0
IA Goy, of undo Undertalengl
FOR
Page 6 of 23
BASKET FILTER(S)

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.

2.0 SCOPE OF SUPPLY & SERVICES

2.1 Scope of Supply


2.1.1 Vendor's scope of supply shall include Basket Filter(s) as per job specification and
respective data sheet attached.

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).

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved


Page 173 of 321
ZarEa& a ENGINEERS STANDARD MR STANDARD SPECIFICATION No.
malt EtRis we INDIA LIMITED
a
SPECIFICATION 6-24-0303 Rev. 0
eimetTionpu IA Go .4 of Irda Undettakmg)
FOR
Page 7 of 23
BASKET FILTER(S)

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.

2.2 Scope of Services


221 Design, engineering and selection of equipment.
2.2.2 Procurement of raw materials and components from sub vendors.
2.2.3 Manufacture and assembly.
224 Shop inspection & testing.
2.2.5 Surface preparation and painting.
226 Packing and supply.
227 Supervision of installation and commissioning of the filters on per diem rate basis. Two (2)
man-days per filter shall be considered for price comparison during evaluation.
However, vendor shall be paid for supervision on actual no. of days required during
installation and commissioning.
2.2.8 Preparation and submission of drawings and documents as specified under Vendor Data
Requirement.

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.

4.0 CODES AND STANDARDS

4.1 Latest editions including their addenda of following codes & standards shall be followed.

ASME SEC.VIII DIV. I : Boiler and Pressure Vessel Code


ASME SEC. IX : Welding and Brazing Qualifications
ASME SEC. II & ASTM : Material Specifications
ASME B 16.5 : Pipe Flanges and Flanged Fittings
ASME B 16.11 • Forged Fittings, Socket -Welding & Threaded
ASME B 36.10 • Welded & Seamless Wrought Steel Pipe

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved


Page 174 of 321
lara,
STANDARD MR STANDARD SPECIFICATION No.
ENGINEERS
i III es, INDIA LIMITED SPECIFICATION 6-24-0303 Rev. 0
IA Goof al Ind. underialm91
FOR
Page 8 of 23
BASKET FILTER(S)

ASME B 16.47 Large Diameter Steel Flanges


IS 1893 Criteria for earthquake resistant design for structures
IS 875, part-3 : Code of practice for design loads (other than
earthquake ) for building and structures-wind load
EIL Spec. 6-81-0029 : Inspection & test plan for basket filter
EIL Spec. 6-12-0030 : Standard Spec. of pressure vessels for package items
EIL Std. 7-12-0001 Vessel Tolerance
EIL Std. 7-12-0002 : Support for horizontal vessels
EIL Std. 7-12-0004 .• Skirt Base Details
EIL Std. 7-12-0006 : Angle Leg Support
EIL Std. 7-12-0007 : Pipe leg support
EIL Std. 7-12-0010 Manhole with davit
EIL Std. 7-12-0013 : Nozzle Reinforcement & Projection
EIL Std. 7-12-0015 : Standard Bolt-hole Orientation.
EIL Std. 7-12-0024 : Lifting Lug top head type
Ell. Std. 7-12-0025 : Fire-Proofing & Insulation Supports
EIL Std. 7-12-0026 : Earthing Lug
EIL Std. 7-12-0027 : Name plate
EIL Std. 7-12-0028 : Manufacturer name plate
EIL Std. 7-12-0029 Bracket name plate
EIL Std. 7-12-0030 : Name plate for small equipment
EIL Std. 7-12-0033 : Hot Insulation Support for Horizontal vessel

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

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved


Page 175 of 321
arael (s. ENGINEERS
STANDARD MR STANDARD SPECIFICATION No.
fir Meg '441, INDIA LIMITED SPECIFICATION 6-24-0303 Rev. 0
Gov. of Atha under Wag f
FOR
BASKET FILTER(S) Page 9 of 23

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.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL—All rights reserved


Page 176 of 321
a&re? STANDARD MR STANDARD SPECIFICATION No.
ENGINEERS
INDIA LIMITED SPECIFICATION 6-24-0303 Rev. 0
s'ig7 (brequ IA Gan ol Inds Undenalongi
FOR
Page 10 of 23
BASKET FILTER(S)

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

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved


Page 177 of 321
ajkieTeENIGINEF_RS STANDARD MR STANDARD SPECIFICATION No.
sear Raft Yew INDIA LIMITED SPECIFICATION 6-24-0303 Rev. 0
lawn Meng el IA Cat of Ma UnderizIongj
FOR
BASKET FILTER(S) Page 11 of 23

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.

Format No. 13-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved


Page 178 of 321
STANDARD MR STANDARD SPECIFICATION No.
1514-aei ENGINEERS
SPECIFICATION 6-24-0303 Rev. 0
9tifilieg) INDIA LIMITED
IA Gaol at me. undenaking)
FOR
Page 12 of 23
BASKET FILTER(S)

SECTION-2: INSTRUMENTATION

Format No. 8-00-0001-F1 Rev. 0 Copyright El L — All rights reserved


Page 179 of 321
sstRzrda. ENCINERS STANDARD MR STANDARD SPECIFICATION No.
5 05ileglidif INDIA LIMITED SPECIFICATION 6-24-0303 Rev. 0
IA God el India UndeddIdAl FOR
Page 13 of 23
BASKET FILTER(S)

6.0 SCOPE OF WORK

S.No. DESCRIPTION Vendor Purchaser


1.0 SCOPE
1.1 Design & Engineering Yes
1.2 Procurement for field instruments of Basket Filter as per job Yes
specification.
1.3 Factory testing & calibration
1.3.1 Carrying out/ witnessing shop testing and calibration of all Yes
instruments as per approved Inspection Test Plan.
1.3.2 All instruments shall be inspected by EIL / Owner or their authorized representative for
Calibration and proper operation prior to dispatch as per approved Inspection Test Plan.
Following tests shall be carried out as a minimum at instrument manufacturer's works and test
certificates shall be furnished by Vendor for Purchaser's review:
Material test certificates.
Seat leakage test for Safety relief valve.
Set pressure test for Safety relief valve.
Hydrostatic test for Safety relief valve.
(v) Conformity certificates from sub vendors.
Any additional test required to be carried out as per approved Inspection Test Plan shall be
carried out by Vendor without any implications to Purchaser.

7.0 TECHNICAL REQUIREMENTS

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.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved


Page 180 of 321
15f0-zie? (..E7 ENGINEERS STANDARD MR STANDARD SPECIFICATION No.
INDIA LJMITED SPECIFICATION 6-24-0303 Rev. 0
$411 °flag, IA Go,/ of boo Undertakingi
FOR
Page 14 of 23
BASKET FILTER(S)

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%

Gas, Vapour or liquid 10%


Liquid for thermal Relief 25%
d) Fire exposure on unfired vessels 21%
3/4" x 1" threaded (NPT) modified nozzle type valves with typically 0.38 cm2 orifice
size shall be specified for thermal relief.
The body material shall, as a minimum, be as per piping specifications. Nozzle and disc
material shall be SS316 as a minimum with machined stainless steel guide and spindle.
Whenever semi nozzle designs are unavoidable, body material shall be at least same as
nozzle material.
viii. The spring material of pressure relief valves shall be as follows unless otherwise
necessary because of process conditions;
29 deg C to 230 deg C: Cadmium/nickel plated carbon steel.
above 230 deg C : Tungsten alloy steel.
below — 29 deg C : Stainless steel 316
Flanged connection shall be for standard sizes 1" or larger. Minimum flange rating shall
be 150 pounds ANSI.
Where permissible, screwed connections shall be used on sizes 3/4" and below.
2. 2 Pressure Gauges

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

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved


Page 181 of 321
lawlei ts% ENGINEERS STANDARD MR STANDARD SPECIFICATION No.
tai temewe INDIA UMITED SPECIFICATION 6-24-0303 Rev. 0
RR, mew =mom (A Gov/ ol 910.
FOR
Page 15 of 23
BASKET FILTER(S)

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:

Type of Range of Transmitter Accuracy for the rangeability of


Transmitter 1:10
Direct 760 mm WC and Equal to or better than
above ±0.075%
Direct Less than 760 mm Equal to or better than
WC ±0.15%
Diaphragm 500 mm WC and Equal to or better than
seal above ±0.25%
Diaphragm Less than 500 mm Equal to or better than
seal WC ±0.5%

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

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved


Page 182 of 321
Eneq ENGINEERS
180I=
STANDARD MR STANDARD SPECIFICATION No.
sigspRleg
_ INDIA LIMITED SPECIFICATION 6-24-0303 Rev. 0
iA God o/ India thaenakingl
FOR
Page 16 of 23
BASKET FILTER(S)

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.

Format No. 8-00-0001-F1 Rev. 0 Copyright El L — All rights reserved


Page 183 of 321
laifaeielatkENICJNEERS
STANDARD MR STANDARD SPECIFICATION No.
51g7 tenzirtft, mir INDIA LIMITED
IA GOA of India Undertaking'
SPECIFICATION
FOR
6-24-0303 Rev. 0
Page 17 of 23
BASKET FILTER(S)
S.No. DESCRIPTION
Internal software shall be configured by the vendor including the following information
such as serial number, Device Tag (Tag Number) and Process description
All instruments shall be capable of supporting incremental Device descriptor (DD) for
extra functionality and /or software revisions in device memory.
x. Fieldbus based field indicator shall be able to indicate all signals available in the
fieldbus segment, selectively.
3.0 MANDATORY SPARES
Pressure Gauges, Pressure/ Differential Pressure Transmitters- 10% subject to minimum 1 No.
of each type and size.
4.0 MISCELLANEOUS
4.1 Proven track record The instruments as being offered / supplied
should have been operating trouble —free under
similar process conditions for at least 6
months.
4.2 Vendor list Vendor list for instrumentation items shall be
attached to the MR as per Project philosophy.
Vendor to follow the same. For items not
appearing in vendor list, vendor shall furnish
proposed sub-vendor list for purchaser's
approval.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved


Page 184 of 321
c§ ENGINEERS STANDARD MR STANDARD SPECIFICATION No.

Sigar faireg IV INDIA LIMITED SPECIFICATION 6-24-0303 Rev. 0


FOR
Page 18 of 23
BASKET FILTER(S)

SECTION-3: GENERAL

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved


Page 185 of 321
laliiikrdtENONEERS STANDARD MR STANDARD SPECIFICATION No.
lgartiPlegW: INDIA LIMITED SPECIFICATION 6-24-0303 Rev. 0
undeflaknoi
eon a kIdo
FOR
Page 19 of 23
BASKET FILTER(S)

8.0 INSPECTION & TESTING

8.1 Equipment shall be subjected to stagewise inspection and testing at vendor's/subvendor's


works by purchaser/its authorised inspection agency. Vendor shall submit Quality
Assurance (QA) procedures before commencement of fabrication. Approved QA
procedures shall form the basis for equipment inspection.
8.2 Testing at vendor's works shall include the following:
Non destructive tests such as radiography, DP/MP Test, etc.
Charpy Impact test, wherever applicable
PWHT as per ASME code.
Hydrostatic test as per ASME code.
Review of Material test certificates
Review of welder qualification and welding procedure
All instrumentation test as per instrumentation specification
Any other tests as per data sheets/standards/codes.

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

Format No. 8-00-0001-F1 Rev. 0 Copyright El L — All rights reserved


Page 186 of 321
at-ae, ENGINEERS
STANDARD MR STANDARD SPECIFICATION No.
INDIA LIMITED SPECIFICATION 6-24-0303 Rev. 0
y.
$1g7 €19eg IA Govt ,t incha undertaking)
FOR
Page 20 of 23
BASKET FILTER(S)

9.0 PROTECTION AND PAINTING

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.

10.0 PACKAGING AND IDENTIFICATION

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.

11.0 SPARE PARTS

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.

12.0 ORDER OF PRECEDENCE

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

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved


Page 187 of 321
STANDARD MR STANDARD SPECIFICATION No.
SPECIFICATION 6-24-0303 Rev. 0
FOR
Page 21 of 23
BASKET FILTER(S)
However, all conflicts / discrepancies in the above mentioned documents shall be
submitted to EIL for approval and EIL/Owner decision shall be final without commercial
Implication.

13.0 VENDOR DATA REQUIREMENT

SL. DESCRIPTION WITH AFTER JOB AWARD


NO. BID
FOR FOR WITH
REVIEW INFORMATION DATA
BOOK
(FINAL)

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

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved


Page 188 of 321
la ENGINEERS
STANDARD MR
SPECIFICATION
STANDARD SPECIFICATION No.

ei r 'Brg, INDIA LIMITED 6-24-0303 Rev. 0


A Goul of Ma Unaen..ngi
FOR
Page 22 of 23
BASKET FILTER(S)

SL. DESCRIPTION WITH AFTER JOB AWARD


NO. BID
FOR FOR WITH
REVIEW INFORMATION DATA
BOOK
(FINAL)

List of mandatory spares V V


List of recommended spares for two years if V V
normal operation with itemized price for
each tag separately.
List of special tools & tackles for each tag if V-
separately
List of sub-vendors V V
Painting Specifications V V
Test certificates*
Material
Non destructive
Performance
Test certificate/CCOE approval if V
Certificates (statutory/ ITK/ test/
Calibration/ Inspection )
Any other tests

Test Procedure
- Shop Testing
- Test at Site V V
- Performance Guarantee
Instruction for prolonged storage at site if V

Installation, Operation, Maintenance and V V-


spare parts manuals
As Built Drawings V-

V-- to be submitted by Bidder/Vendor.

* - Required during inspection

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

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved


Page 189 of 321
safrade
kitategVe
ENGINEERS
: INDIA LIMITED
STANDARD MR
SPECIFICATION
STANDARD SPECIFICATION No.
6-24-0303 Rev. 0
FOR
Page 23 of 23
BASKET FILTER(S)

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 Code 2 Proceed with manufacture/fabrication as per


commented documents. Revised documents required.

Review Code 3 Document does not conform to basic requirement as


marked. Resubmit for review.

Review Code R Retained for records

Review Code V Void

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.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved


Page 190 of 321
Page 191 of 321
Page 192 of 321
Page 193 of 321
Page 194 of 321
Page 195 of 321
Page 196 of 321
Page 197 of 321
Page 198 of 321
Page 199 of 321
Page 200 of 321
Page 201 of 321
Page 202 of 321
Page 203 of 321
Page 204 of 321
Page 205 of 321
Page 206 of 321
Page 207 of 321
Page 208 of 321
Page 209 of 321
Offr ENGINEERS
STANDARD No.
egeINDIA LIAM
VESSEL TOLERANCES 7-12-0001 Rev. 5
(A Govt. of India Undertaking'
Page 1 of 2

L-

O
—U-
r
REF. PLANE

ir4

5 30.06.2011 REAFFIRMED AND REISSUED AS STANDARD POREL RKT A M/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. Page 210 of 321 by by
Approved by
Format No. 8-00-0001-F4 Rev.0 Copyright EIL - All rights reserved
STANDARD No.
daMO ENGINEERS
INDIA MIMED
/A Govt. of India Undertakingl
VESSEL TOLERANCES 7-12-0001 Rev. 5
Page 2 of 2
NOTES
REFERENCE LINES SHALL BE LIGHTLY PUNCH—MARKED INSIDE AND OUTSIDE AROUND THE CIRCUMFERENCE OF
THE SHELL PLATE ON THE TANGENT LINES OF THE VESSEL
a) OUT OF ROUNDNESS (OVALITY) SHALL BE AS PER APPLICABLE CODE.
b) OUTSIDE CIRCUMFERENCE OF SHELL SHALL BE WITHIN THE FOLLOWING LIMITS.
10 mm FOR NOMINAL DIAMETER 1200 mm AND UNDER.
12 mm FOR NOMINAL DIAMETER 1201 mm THROUGH 2400 mm.
20 mm FOR NOMINAL DIAMETER ABOVE 2400 mm.
c) FOLLOWING TOLERANCES ON DIAMETER SHALL APPLY THROUGHOUT ITS LENGTH FOR VESSELS WITH TRAYS
AND / OR PACKING. (FOR CARTRIDGE TYPE TRAY REFER SPECIAL NOTE—E).

VESSEL NOM. DIA. TOLERANCE ON NOM. DIA.


2000 mm AND UNDER ± 0.5%
2001 mm TO 4000 mm GREATER OF ± 10 mm OR ± 0.35%
4001 mm TO 8000 mm GREATER OF t 14 mm OR ± 0.25%
ABOVE 8000 mm TO BE SPECIFIED ON VESSEL DRAWING.
TOLERANCE FOR LENGTH t 5 mm PER 3000 mm, MAXIMUM 15 mm.
OUTSIDE SURFACE OF CYLINDER MAY BE OUT OF ALIGNMENT / STRAIGHTNESS NOT MORE THAN 6 mm PER 6000 mm
STRAIGHT LENGHT, BUT NOT MORE THAN 20 mm FOR ANY LENGTH.
5. TOLERANCE FOR CENTRE TO CENTRE DISTANCE BETWEEN ANY PAIR OF INSTRUMENT CONNECTIONS TO BE AS FOLLOWS:—
DISTANCE BETWEEN NOZZLES : * 1 mm
ORIENTATION : * 1 mm
NOZZLE FACE INCLINATION : * 1/4°
ELEVATIONS FROM REFERENCE PLANE MAY VARY AS FOLLOWS:—
MANHOLE: ± 12 mm, NOZZLE t 6 mm, INTERNAL SUPPORTS: t 3 mm, EXCEPT THAT LOCATIONS OF MANHOLES
AND NOZZLES NEAR THE TRAY SHALL NOT VARY MORE THAN ± 3 mm FROM THE TRAY.
PROJECTION OF FLANGE FACE FROM SHELL CENTRAL LINE / TANGENT LINE MAY VARY + 5 mm FOR NOZZLES
AND ± 12 mm FOR MANHOLES.
CIRCUMFERENTIAL AND RADIAL DEVIATION OF NOZZLES, MANHOLES AND SUPPORTS FROM THE TRUE POSITION SHALL
NOT VARY MORE THAN ± 3 mm.
BOLT HOLE ORIENTATION OF NOZZLES MAY VARY ± 2 mm AT BOLT CIRCLE.
VERTICAL AND HORIZONTAL DEFLECTION OF NOZZLE FLANGE FACES FROM PLANES NORMAL TO NOZZLE CENTRE UNES
OR PARALLEL TO VESSEL CENTRE UNE SHALL NOT BE MORE THAN t 1/2?
ALL TOLERANCES OF TRAY SUPPORTS TO BE AS PER TRAY SPECIFICATIONS / DRAWING.
THE BASE RING BOLT CIRCLE DIAMETER MAY VARY t 5 mm. FOR ANY DIAMETER MEASURED AT POINTS 90' APART,
DISTANCE BETWEEN TWO CONSECUTIVE HOLES MAY VARY BY ± 5 mm.
a) DEVIATION OF SUPPORT BASE FROM HORIZONTAL MAY BE AS FOLLOWS:—
FOR VESSEL DIA. 1500 mm AND UNDER 3 mm
FOR VESSEL DIA. OVER 1500 mm TO 2000 mm 5 mm
FOR VESSEL DIA. OVER 2000 mm TO 4000 mm 6 mm
FOR VESSEL DIA. OVER 4000 mm TO 5000 mm 8 mm
FOR VESSEL DIA. OVER 5000 mm 10 mm
b) DEVIATION OF SUPPORT BASE FOR BRACKET TYPE SUPPORT / SADDLE SUPPORT FROM HORIZONTAL MAY BE ± 1?
DISTANCE BETWEEN CL TO CL OF SUPPORTS AND BOLT HOLES IN SUPPORTS FOR HORIZONTAL VESSELS MAY VARY ± 3 mm.
DISTANCE BETWEEN CENTRE UNE OF HORIZONTAL VESSEL AND BOTTOM OF SUPPORT MAY VARY ± 3 mm.
16. a) TOLERANCE FOR CENTRE TO CENTRE DISTANCE BETWEEN ANY PART OF EXTERNAL STRUCTURAL
ATTACHMENT SHALL NOT VARY MORE THAN t 3 mm.
b) TOLERANCE FOR DISTANCE FROM REFERENCE PLANE TO BASE OF VERTICAL SUPPORTS AND CENTRE LINE OF
SADDLE SUPPORT MAY VARY ± 6 mm.

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

5 30.06.2011 REAFFIRMED AND REISSUED AS STANDARD POREL AKM/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. Page 211 of 321 by by
Approved by
Format No. 8-00-0001-F4 Rev.0 Copyright EIL - All rights reserved
STANDARD No.
ENGINEERS
egeINDIA LIMITED
NOZZLE REINFORCEMENT
7-12-0013 Rev. 5
denfr (A Govt. of India Undertaking)
AND PROJECTION Page 1 of 1

0
1-30 NPT TELLTALE HOLE
(REFER NOTE-7)
0
0_

L (WIDTH OF PAD) PROJECTION (A) SEE NOTE-4 & 5


NOMINAL OUTSIDE
PIPE SIZE DIAMETER SHELL WELD SHELL WELD CLASS 150 CLASS 300 CLASS 600 CLASS 900
EFF.=0.85 EFF. =1.0
BELOW 3" STANDARD — — 150 150 150 150
88.9 40 45 200 200 200 200
114.3 50 60 200 200 200 200
6" 168.3 70 85 200 200 200 250
8" 219.0 95 110 200 200 250 250
10" 273.0 115 135 200 200 250 300
12" 323.8 135 160 200 200 250 300
14" 355.6 150 175 250 250 250 300
16" 406.4 170 200 250 250 250 300
18" 457.2 195 225 250 300 300 350
20" 508.0 215 250 250 300 300 350
24" 609.6 255 300 250 300 300 400

NOTES

ALL DIMENSIONS ARE IN mm UNLESS OTHERWISE STATED.


IN CASE OF CONFLICT ENGINEERING DRAWING SHALL GOVERN.
CHECK REINFORCEMENT REQUIREMENT FOR ALL EXTERNAL PIPING LOADING ALSO.
NOZZLE PROJECTIONS ARE BASED ON INSULATION THICKNESS EQUAL TO 75 mm.
FOR INSULATION THICKNESS GREATER THAN 75 mm, THE NOZZLE PROJECTION
IS A + [INSULATION THICKNESS(mm)-75]
PROJECTION 'A' FOR SELF—REINFORCEMED NOZZLE SHALL BE BASED ON DESIGN
OF REINFORCEMENT.
EXTEND PAD LOCALLY FOR MANHOLE DAVIT SUPPORT, IF REQUIRED.
EXTERNAL REINFORCING PADS SHALL HAVE A MINIMUM OF 1 NO. TELL—TALE HOLE
EXCEPT THAT PADS FOR NOZZLES GREATER THAN 10"NB(250NB) SHALL HAVE MINIMUM
TWO NOS. TELL—TALE HOLES AND NOZZLES IN EXCESS OF 36"NB(900NB) SHALL HAVE
4 NOS. TELL—TALE HOLES. PAD INSTALLED IN SECTIONS SHALL HAVE ATLEAST ONE
TELL—TALE HOLE PER SECTION. TELL—TALE HOLES ON REINFORCEMENT PADS ON
CYLINDRICAL SHELLS AND CONES SHALL BE IN CIRCUMFERENTIAL DIRECTION.
TELLTALE HOLE SHALL NOT BE PLUGGED AND SHALL BE FILLED
WITH HARD GREASE ONLY.

5 23.05.2011 REAFFIRMED AND REISSUED AS STANDARD POREL RKT

Rev. Prepared Checked Stds. Committee Stds. Bureau


Date Purpose Convenor Chairman
No. by by Approved by
Page 212 of
Format No. 8-00-0001-F4 321
Rev.0 Copyright EIL - All rights reserved
STANDARD No.
PIPE LEG SUPPORT
ENGINMS

diaMO INDIA UMMED 7-12-0007 Rev. 5


IA Govt. of India Undertaking)
Page 1 of 1

6mm THK. COVER


PLATE

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.

SUPPORT BASE DETAIL

MAXIMUM ALLOWABLE LOAD PER LEG (Kgs)


LEG PIPE SIZE A B C E t MAXIMUM HEIGHT OF SUPPORT (L) IN METERS
2.0 2.5 3.0
50NB x EXTRA STRONG 120 230 140 36 20 2300 2050 1800

80NB x EXTRA STRONG 180 250 160 36 25 5700 5500 4900

100NB x EXTRA STRONG 230 310 185 42 25 9000 8600 8300

150NB x EXTRA STRONG 320 370 235 44 25 18500 18000 17500

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

Rev. Prepared Checked Stds. Committee Stds. Bureau


Date Purpose Convenor Chairman
No. by by Approved by
Page 214 of 321 Copyright EIL - All rights reserved
Format No. 8-00-0001-F4 Rev.0
STANDARD No.
SUPPORT FOR
ORMO ENGNEERS
NDIA UWE)
IA Govt. of India Undertaking) HORIZONTAL VESSEL
7-12-0002 Rev. 5
Page 1 of 1
MAX. APPROX.
D LB H t../ L2 ie
TYPE SADDLE
L3 SADDLE
(M. TON) (KGS.)
10 150 10
D/18 OR 300 260 300 50 200 A 4.4 17
\ I 350 280 325 55 210 A 4.8 18
\ tii +
x _il 400 330 350 75 250 A 4.5 20
450 370 375 95 300 A 3.6 22
YM
11
-wwTs..
V) ''' OF 500 450 450 125 370 A 14.9 40
IIR0PERKM
L1 L/ 600 560 500 175 470 A 13.2 50
I 1 EARTHING Ir 170 it 700 650 550 225 570 A 11.0 55
2
. I =J 26 0 HOLES FOX 800 750 600 275 670 A 10.6 65
M 20 BOLTS 900 850 650 300 760 A 11.0 75
:

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

5 30.06.2011 REAFFIRMED AND REISSUED AS STANDARD POREL e611'


RKT A M/SC DM
4 08.09.2006 REAFFIRMED AND REISSUED AS STANDARD POREL DNN AKM VC
Rev. Prepared Checked Stds. Committee Stds. Bureau
No. Date Purpose Convenor Chairman
Page 215 of 321 by by
Approved by
Format No. 8-00-0001-F4 Rev.0 Copyright EIL - All rights reserved
STANDARD No.
SKIRT BASE DETAILS 7-12-0004 Rev. 6
wriumwrosame (A Govt. of India Undertaking)
Page 1 of 1

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)

BOCTO t1 * t2 * t3 * Av B C E F H K L* W TYPE REMARKS


24 20 — 10 60 — — — — 250 75 165 10
1
27 20 — 10 60 — — — — 250 80 170 10
30 25 25 12 55 60 150 12 60 300 80 180 10
33 25 25 12 58 65 150 12 70 300 80 185 10
36 25 25 12 66 70 150 12 80 300 90 200 10
39 32 25 12 70 70 160 14 80 300 95 215 12
42 32 25 12 72 70 160 14 90 300 100 230 12
45 32 25 12 80 75 160 14 90 300 105 245 12 2
48 32 30 14 83 75 180 16 100 380 110 260 14 AND
52 38 30 14 87 80 180 16 110 380 110 275 14 3
56 38 30 16 91 85 180 18 120 380 115 280 14
60 38 35 18 95 85 200 20 120 430 125 285 14
64 38 35 18 104 90 200 25 130 430 135 300 16
68 42 40 20 108 90 220 25 140 450 145 320 16
72 42 40 20 112 95 220 25 150 450 150 340 16

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

EDITION : APRIL 2012

DOCUMENT NO. : AE-S-5430

(Note: With these specifications, earlier Document No. AE-DEP-C-03 Edition:


January 2006 shall be kept in abeyance & not to be referred in future)

0 S.PERUMALSAMY RB TUPE PJM RAO 02.04.2012


(MANAGER – INSP.) CH. MANAGER DGM (INSPECTION &
(ADVISORY SERVICES) ADVISORY SERVICES)

REV PREPARED BY CHECKED BY APPROVED BY DATE

BHARAT PETROLEUM CORPORATION LTD. (MUMBAI REFINERY)


MAHUL, MUMBAI – 400 074.

Page 217 of 321


CONTENTS

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

Page 218 of 321


1.0 SCOPE AND GENERAL INTRODUCTION

This specification is applicable to general requirements of painting / coating within BPCL,


Mumbai Refinery. These requirements must be fulfilled and complied for painting and coating
of all equipment, pipelines, and storage tanks when they are off stream /shutdown and new
fabrication. However on specific situational based recommendation from area inspection
engineer, painting may be carried out with certain cautious deviations from these
requirements such as painting without stipulated surface preparation. Painting includes
surface preparation, clean up and application of painting. As a part of the periodical review of
the specification, it has been reviewed the existing practices vis-a vis current industrial
practices and available products with reputed painting manufacturers for enhancing
effectiveness and durability of the painting systems.
Accordingly, revised painting specification has been prepared for implementation at BPCL –
Mumbai Refinery. Scope of work covered in this specification shall include, but not limited to
the following:
• Surface preparation
• Selection and application of painting on:
a) Equipment including high temperature surfaces.
b) Piping
c) Steel Structures, buildings.
d) Storage Tanks
e) High temperature surfaces (Furnace casings, Stacks etc.).

1.1 Codes and standards

Following relevant international standards were considered.


SURFACE PREPARATION STANDARDS
a. SWEDISH STANDARDS: SIS-05 5900-1967 / ISO-8501-1-1988
b. Steel Structures Painting Council (SSPC)
c. NACE Standards
d. ISO 4624, ISO 2802

Page 219 of 321


The contractor shall arrange, at his own cost, to keep a set of latest edition of all the reference
standards and codes at work site.
The paint manufacturer’s instructions shall be followed as far as practicable at all times.
Particular attention shall be paid to the following:
a) Instructions for storage (Shelf life)
b) Surface preparation prior to painting
c) Mixing and thinning
d) Application of paints and recommended limit on time intervals between coats

2. 0 SURFACE PREPARATION METHODS

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

Sl. No. Methods of cleaning Specifications NACE/SSPC/SIS-05-


5900
1. White metal blast NACE # 1, SSPC SP 5-63,SA-3
2. Near –white metal blast NACE # 2, SSPC SP 10-63,SA-2.5
4. Acid Pickling SSPC SP 8-63,
5. Brush Blast NACE # 4, SSPC SP 7-63,SA-1
6. Flame Clean and Power Sanding SSPC SP 4-63
7. Power Tool Cleaning SSPC SP 3-63
8. Chip and Hand Wire Brush SSPC SP 2-63
9. Solvent Wipe SSPC SP 1-63

Page 220 of 321


Note: (Sand blasting is not allowed in refinery; hence cu slag shall be used in all such cases)

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.

White metal blast (SSPC 5-63, NACE No.1, and SA-3)

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.

Near white metal (SSPC 10-63, NACE No.2, SA – 2.5)

This provides a surface of about 95% as clean as white metal. Light shades and streaks are not
allowed.

Commercial blast (SSPC 6-63, NACE No.3, SA –2)

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.

Brush of blast (SSPC 7-63, NACE No.4 SA-1)

This preparation calls for removal of loose rust, paint, scales, etc. Tightly adherent paint, rust
and scale is permitted to remain.

2.2 Pictorial Standards of different surface preparation to be adopted

During surface preparation operations, the surface condition obtained has to be compared
with pictorial standards available for getting the specified condition.

Page 221 of 321


3. 0 PAINT APPLICATION

The purpose of painting/coating application is to develop a continuous highly adherent film


with an even thickness over the substrate. To achieve this, various factors have to be
considered such as type of coatings and weather conditions, application methods etc

APPLICATION RESTRICTIONS

For all cases, paint manufacturer guidelines shall be followed. Following restrictions are given
as recommended practices:

1. Coating application shall not be permitted during fog, mist or rain.


2. Coating application shall not be permitted when the relative humidity is 85 percent or
above.
3. Coating application shall not be permitted when the steel surface temperature and/or
ambient temperature is below 10°C (50°F) .
4. Coating application shall not be permitted when the steel surface temperature and/or
ambient temperature is above 50°C (120°F).
5. Coating application shall not be permitted when the steel surface temperature is less than
3°C (5°F) above the dew point.
6. Humidity and dew point readings shall be taken with a sling Psychrometric meter and
calculated using psychrometric tables. Readings shall be taken prior to coating operations
commencing and at least every four hours while coating application is ongoing.
7. Coatings shall not be applied before the surface has been inspected and the preparatory
work approved.
8. All sharp projections shall be ground to min. 2 mm radius and a thick stripe coat shall be
applied at sharp edges.
9. 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 application of other coats to remove salts deposited on previous coats, if
such deposits are suspected

Page 222 of 321


4.0 INSPECTION AND TESTING OF PAINTING MATERIAL

1) Painting Contractor shall procure from approved manufacturers as given below:


• Asian Paints Ltd
• Berger paints Ltd
• Goodlass Nerolac Paints Ltd
• Jenson & Nicholson paints Ltd / Chugoku J&N paints Ltd
• Shalimar paints Ltd
• Sigma Paints Ltd
• CDC Carboline Ltd
• Bombay Paints (Now Growel India)
• Jotun coatings
• Sigma Coatings, USA
• Akzo Nobel paints

Additional manufacturers may be approved by BPCL Inspection, subjecting to


technical evaluation. All the procured paint material along with batch/test certificates
shall be offered for BPCL inspection for approval. Remaining Shelf life shall be at least
90% of the total duration at the inspection above.
2) All paint materials shall be accompanied by Manufacturer Test Certificate. All zinc
based paints shall have minimum 85% +- 5% of metallic Zinc by weight of total solids
on dry film. Glass flake epoxies shall have minimum 20% of glass flake pigments in dry
film by weight of total pigments.
3) Inspection Engineer at his discretion may test paint formulations, if required.
4) Minimum suggested stages of inspection shall be:
a. Surface Preparation
b. Primer application
c. Each coat of paint

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

Page 223 of 321


6) Wet film thickness measurements shall be made throughout the course of painting in
order to ascertain the adequacy and uniformity of thickness. The readings shall be
taken at least one every ten (10) square metres.
7) Dry film thickness shall be taken on each coat after drying and curing of the coat. Dry
film thickness (DFT) readings shall be taken using a non-destructive dry film thickness
instrument capable of storing the readings. Sufficient readings shall be taken covering
each coat prior to application of the following coat to ensure the correct required DFT.
The DFT indicated against each system shall be obtained by applying one or more coat
of the paint based on paint properties. The Contractor is responsible to obtain the
indicated DFT as per painting system specification.
8) DFT meter used shall be calibrated before each inspection and shall be witnessed by
the Inspector. It is the duty of the Inspector to satisfy him/herself with the
performance of the DFT meter.
9) Frequency of inspection and criteria for acceptance of painting work shall be in
accordance with the following table:

Test Standard Frequency Acceptance criteria


Surface ISO 8501-1 One per ten (10) Sa 2 ½
cleanliness square meters
Surface Profile ISO 8503-2 One per ten (10) As per coating procedure / data
square meters sheet
Soluble salt ISO 8502-2 One per ten (10) <5µg/cm2
contamination square meters
Dust ISO 8502-3 One per ten (10) Rating 2 or better
square meters
Adhesion ISO 4624 One pretest panel, 5 MPa
per shift
Holiday NACE RP0188 100% of surface Zero defects
Detection
Dry Film SSPC PA-2 One per ten (10) Maximum and minimum dry
Thickness square meters film thickness not to be
exceeded
Wet Film ISO 2802 One per ten (10) Consistent with providing
Thickness square meters required DFT

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

Page 224 of 321


and application on substrate of the painting/coating and to ensure the compliance of
this specification. The Inspection test plan which will be mandatory part of the
contract shall be prepared by the above qualified inspector and get approved by BPCL.
The CONTRACTOR’s qualified coating inspector and BPCL shall sign an inspection
report as per approved inspection test plan. The report shall consist, as a minimum, of
the following in addition to the inspection parameters and acceptable criteria as
above sl no.9.
· Names of the APPLICATOR and the responsible personnel.
· Dates when work was carried out.
· Equipment and techniques used.
· Type and calibration of instruments used.
· Weather and ambient conditions.
11) Each contractor shall possess relevant standards and deploy all inspection
tool/instrument to carry out the all above inspection and testing as per relevant
standard.

5.0 FREQUENCY & GUARANTEE

Painting system frequency shall be AS follows:


a. For surfaces painted after Blasting as surface preparation 5 years
b. For surfaces painted after Manual Cleaning as surface preparation 4 years
c. For area within 100 m radius of Sea water cooling tower area (salt water spray
area ), 3 years
Guarantee period shall be same as frequency. Paint material shall be procured from
approved manufacturers who also will stand guarantee as above clause.

6.0 PAINT MONITORING SYSTEM

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.

Page 225 of 321


7. 0 AREA CLASSIFICATION & RECOMMENDED PAINTING SCHEMES

A) PAINTING SYSTEMS USING Cu-SLAG BLASTING TO Sa 2.5 (Min. Profile 50 microns) AS


SURFACE PREPARATION

SYSTEM – 1: FOR EXTERNAL SURFACE OF VESSEL, EQUIPMENT / COLOUMN / PIPING, &


ALL STRUCTURAL UP TO 100 0C TEMP.

( 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).

Generic name of the paint DFT (Microns) Method of Application


Inorganic Zinc Ethyl Silicate Primer 1 x60 Air Spray / Airless
High build two pack ployamide cured 2 x 100 Brush
epoxy
Aliphatic acrylic modified high solids 1 x 30 Roller/Brush
weather resistant recoatable two pack
polyurethane (finish coat)
Total DFT 290

SYSTEM- 2; OLD SEA WATER COOLING TOWER/RMP CT AROUND COOLING TOWER OF 100
M RADIUS (SALT WATER SPRAY AREA)

Generic name of the paint DFT (Microns) Method of Application


Inorganic Zinc Ethyl Silicate Primer 1 x 60 Air Spray / Airless
2 x 125 Brush
Low VOC (Volatile Organic Compounds)
two component internally flexibilised high
build surface tolerant epoxy pigmented
with Aluminium & Lamellar Micaceous
Iron oxide coating
Aliphatic acrylic modified high solids 1 x 30 Roller/Brush
weather resistant recoatable two pack
polyurethane (finish coat)
Total DFT 340

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

Page 226 of 321


application of other coats to remove salts deposited on previous coats, if such deposits are
suspected.

SYSTEM-3 : FOR INSULATED EQUIPMENTS/VESSELS/COLUMNS/PIPELINES UPTO 200 0C


TEMP.

Generic name of the paint DFT (Microns) Method of Application

Two component high solid High 2 x 100 Brush


temperature (up to 200deg c dry heat)
phenolic epoxy coating.
Total DFT 200

SYSTEM-4: FOR UN INSULATED EQUIPMENTS/ VESSELS/ COLOUMNS/ PIPE


LINES/FURNACES ABOVE 100 0C TEMP.

Generic name of the paint DFT (Microns) Method of Application


Inorganic Zinc Ethyl Silicate Primer 1 x 60 Air Spray / Airless
AND
Oleoresinous based heat resistant 2X25 Brush
Aluminium paint
(Temperature Resistance:250 0C )

OR
Silicon Based Heat Resistant Aluminum 2 x 20 Brush
Paint.
(Temperature Resistance :400 – 600 0C)

Total DFT 110/100

SYSTEM-5 : FOR INSULATED/UNINSULATED ABOVE 100 DEG C TURBINES, COMPRESSORS,


BLOWERS, STACKS.

Generic name of the paint DFT (Microns) Method of


Application
Bituminous Stack Black 2 x 35 Brush
(Temperature Resistance:200 0C )
OR
Zinc Dust Graphite Paint 2 x 30 Brush
(Temperature Resistance:450 0C )
Total DFT 70/60

11

Page 227 of 321


SYSTEM-6: UNDERGROUND, UNDER SOIL (BURIED) PIPELINES / STRUCTURES UP TO 100
DEG C

Generic name of the paint DFT (Microns) Method of


Application
Epoxy red oxide zinc phosphate primer 1x60
Epoxy Glass Flake (Amine Adduct) 2 x 200 Brush
Total DFT 460

OR

Generic name of the paint DFT (Microns) Method of


Application
2x125 Brush
Low VOC (Volatile Organic Compounds)
two component internally flexibilised
high build surface tolerant epoxy
pigmented with Aluminium & Lamellar
Micaceous Iron oxide coating
Total DFT 250

SYSTEM-7: UNDERGROUND, UNDER SOIL (BURIED) PIPELINES . 100 TO 540 DEG C

Generic name of the paint DFT (Microns) Method of


Application
3x125 Brush
Heat resistant Polysiloxane
Total DFT 375

12

Page 228 of 321


B) PAINTING SYSTEMS USING MANUAL CLEANING TO St2 OR POWER TOOL CLEANING TO
St3 AS SURFACE PREPARATION

SYSTEM –8 : FOR EXTERNAL SURFACE OF VESSEL, EQUIPMENT / COLOUMN / PIPING / ALL


STRUCTURAL UP TO 100 0C TEMP.

(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).

Generic name of the paint DFT (Microns) Method of


Application
Self Priming Epoxy Mastic Paint 1 x 125 Brush
High build two pack ployamide cured 1 x 125 Brush
epoxy.

Aliphatic acrylic modified high solids 1 x 30 Roller/ Brush


weather resistant recoatable two pack
polyurethane (finish coat)
Total DFT 280

SYSTEM 9 : OLD SEA WATER COOLING TOWER/RMP CT AROUND COOLING TOWER OF 100
M RADIUS (SALT WATER SPRAY AREA)

Generic name of the paint DFT (Microns) Method of


Application
Self Priming Epoxy Mastic Paint 1 x 125 Brush
Low VOC (Volatile Organic Compounds) two 1 x 125 Brush
component internally flexibilised high build
surface tolerant epoxy pigmented with
Aluminium & Lamellar Micaceous Iron
oxide coating
Aliphatic acrylic high solids weather 1 x 30 Roller/ Brush
resistant recoatable two pack polyurethane
(finish coat)
Total DFT 280
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 application of other coats to remove salts deposited on previous
coats, if such deposits are suspected

13

Page 229 of 321


SYSTEM-10 : FOR ALL AREAS IN REFINERY EXCEPT ABOVE INCLUDING
PUMPS/MOTORS/BLOWERS/ELECTRICAL PANELS.

Generic name of the paint DFT (Microns) Method of


Application
Self Priming Epoxy Mastic Paint 1 x 125 Brush
Aliphatic acrylic modified high solids 1X30 Brush
weather resistant recoatable two pack
polyurethane (finish coat)

Total DFT 155


OR
Epoxy Red Oxide Zinc Phosphate Primer 1 x 60 Brush
Synthetic Enamel Paint 2 x 25 Brush
Total DFT 110

SYSTEM –11: FOR INSULATED EQUIPMENTS /VESSELS/COLUMNS/PIPELINES


UPTO 200 0C TEMP.

Generic name of the paint DFT (Microns) Method of


Application

Two component high solid, High 2 x100 Brush


temperature(up to 200deg c dry heat)
phenolic epoxy coating

Total DFT 200

SYSTEM –12: FOR UN INSULATED EQUIPMENTS/ VESSELS/ COLOUMNS/ PIPE


LINES/FURNACES ABOVE 200 0C TEMP.

Generic name of the paint DFT Method of Application


(Microns)
Oleo resinous Based Heat Resistant 2 x 25 Brush
Aluminum Paint
(Temperature Resistance: up to 250 0C)
Silicon Based Heat Resistant Aluminum 2 x 20 Brush
Paint
(Temperature Resistance :400 – 600
0
C)
Total DFT 50 / 40
14

Page 230 of 321


SYSTEM –13: FOR INSULATED/ INSULATED TURBINES/ COMPRESSORS/ BLOWERS/
STACKS ABOVE 100 0C TEMP.

Generic name of the paint DFT Method of Application


(Microns)
Bituminous Stack Black 2 x 35 Brush
(Temperature Resistance:200 0C )

OR
Zinc Dust Graphite Paint 2 x 40 Brush
(Temperature Resistance:450 0C )

Total DFT 70/80

C) INTERNAL PAINTING OF EQUIPMENT AND STOTRAGE TANKS – Cu-SLAG BLASTING TO


Sa 2.5 (Min. Profile 50 microns) AS SURFACE PREPARATION

SYSTEM –14: FOR EQUIPMENT – STEAM DRUM/STEAM CONDENSATE POT

Generic Description DFT/Coat Method of Application


microns
Boiler composition interior paint(hot 2x35 brush
wet metal surface)

Total DFT 70

SYSTEM –15: FOR OVERHEAD PRODUCT ACCUMULATIONS EQUIPMENTS.

Generic name of the paint DFT Method of Application


(Microns)
Epoxy red oxide zinc phosphate 1x60 Brush
primer
Epoxy Glass Flake (Amine Adduct) 1 x 200 Brush
Total DFT 260

15

Page 231 of 321


SYSTEM –16: FOR EQUIPMENTS-KOD/AIR VESSEL (NORMALLY BOTTOM SECTION),
VESSELS CARRYING SALT WATER, EXCHANGER TUBE SHEET, FLOAT
HEAD AND CHANNELS COVERS OF COOLERS & CONDENSERS.
Note: surface preparation St2, St3 (manual/power tool cleaning shall be
accepted as suit to site condition)
Generic name of the paint DFT Method of Application
(Microns)
Epoxy Coal Tar Paint 2 x 100 Brush
Total DFT 200
SYSTEM –17: FOR LPG MOUNDED BULLETS (only from 4’o clock to 8’o clock position area)

Generic name of the paint DFT Method of Application


(Microns)
Two Component polyamide cured 1 X60 Brush / Spray
epoxy primer.
Two Component solvent free amine 2 X 300 Air less spray
cured epoxy coating.
Total DFT 660

SYSTEM-18 FOR GI SURFACES (EXCLUDING GALVANISED THICKNESS)


Note: surface preparation is only cleaning of dust/oil contamination.

PAINT TYPE DFT Method of


(Microns) Application
Wash etch primer 1X 08 Brush/roller
Epoxy red oxide zinc phosphate 1X60 Brush/roller
Aliphatic acrylic modified recoatable two 1X30 Brush/roller
pack polyurethane (finish coat)
Total DFT 98

SYSTEM 19: FOR PAINTING ON ALUMINUM/GI INSULATION CLADDING SHEET


Note: surface preparation is only cleaning of dust/oil contamination.
Generic name of the paint DFT Method of
(Microns) Application
Oil base Aluminum pigmented paint 1X20 Brush/Roller
Total DFT 20

16

Page 232 of 321


SYSTEM 20: FOR PAINTING OF STAINLESS STEEL SURFACES

SURFACE SURFACE PAINTING SYSTEM DFT (Microns)


TEMPERATURE PREPARATION
BELOW 0 Deg. a. ALUMINIUM SHEETING WITH ALUMINIUM FOIL AND
C TO ALL
MINUS b) CHLORIDE FREE MINERAL SEALANT CONTAINING BARIUM
TEMPERATURE CHROMATE SHALL BE APPLIED.

0 TO 120 SSPC-SP-10 (15-25 µ Two component 2X100


SURFACE PROFILE) epoxy phenolic
coating
121 TO 500 SSPC-SP-10 Silicon Based Heat 3X20
Resistant Aluminum
Paint

D) SPECIAL PAINTING SYSTEM

SYSTEM-22: EXTERNAL THERMAL INDICATIVE PAINT FOR COLD COLLECTOR VESSELS OF


REFORMER FURNACES (HGU & NHGU,FCCU REGENERATOR): ABRASIVE CU
SLAG SHOT BLASTING TO SA 2.5.
Generic name of the paint DFT Method of Application
(Microns)
Inorganic Zinc Ethyl Silicate Primer 1x60 Air Spray / Airless
A single pack, temperature indicating 2X25 Air spray
paint based upon a modified
silicone(Intertherm 715 of AKZONBEL
equivalent). (The colour to change from
green to blue at temperatures between
180-220°C (356-428°F), and from blue to
white at temperatures between 310-
350°C (590-662°F).

Total DFT 110

17

Page 233 of 321


SYSTEM-23: SEA COOLING WATER SERVICE INTERNAL LINING OG 30”NB DIA AND ABOVE IN
RMP UNITS: SURFACE PREPARATION: ABRASIVE CU SLAG SHOT BLASTING TO
SA 2.5.(DETAIL PROCEDURE SHALL GOT APPROVED FROM BPCL INSPECTION IN
LINE WITH INDICATIVE SYSTEM)

Generic name of the paint DFT Method of Application


(Microns)
Inorganic Zinc Ethyl Silicate Primer 1 x 70 spray
Solvent free, epoxy cured with 2X500 spray
polyamine/modified
polyamine/polyamine adduct coating
reinforced with chopped glass
fibre/flakes. SIGMAA GUARD CSF of Sigma
coatings, INTERLINE 985/995 of Akzo
Nobel, PLASMET of M/s Kirlosker,
JOTAPOX 26/MARATHON of Jotun Paints
or equivalent as approved.

Total DFT 1070

8.0 DETAILED PAINT SPECIFICATIONS

Zinc based paints

1) Inorganic Zinc ethyl silicate primer


Colour : Grey
Finish : Matt
Type : 2 pack inorganic ethyl silicate
Application : By brush or Airless spray
Dry film thickness/coat : 60 – 70 µm
Pigment (main) : Zinc 85 – 90% by wt. of the total pigments ]
Volume solids : 60 ± 2%
Area coverage (theoretical) : 6 to 7 sq.m/litre
Surface dry : 2 hrs.
Hard dry : 24 hrs.
Over coating : 24 hrs.
Recoatability : 24 hours
Full cure : 1 week.
Shelf life : Base - 12 months (minimum)
Zinc filler 24 months (minimum)
Temperature Resistance : 400 0C

18

Page 234 of 321


2) Epoxy red oxide zinc phosphate primer

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

Epoxy based paints

1) High build two pack ployamide cured epoxy


Colour : White /Grey
Finish : Semi Gloss
Type : Two Packs
Application : By brush or Air/Airless spray
Pigment (Main) : Titanium di-oxide (Anatase and zinc Phosphate in equal
amounts be added (50-60%) by weight of the total
pigments.)
Type of epoxy : Condensation product of bisphenol-A and
Epichlorohydrin with terminal Epoxide groups
Epoxide equivalent : 450-500
Curing agent : Polyamide (amine value 210-230)
Dry film thickness/coat : 100-150 µm
Volume solids : 60± 2%
Area coverage (theoretical) : 8 to 10 sq. m/ litre
Surface dry : 4 hrs.
Hard dry : 24 hrs.
Over coating : 24 hrs.
Recoatability : 24 hours.
Full cure : 1 week.
Shelf life : 12 months

19

Page 235 of 321


2) Epoxy coaltar paint

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

3) Epoxy glass flake paint (amine adduct)

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

4) Two pack Epoxy based tank liner

Colour : White/Grey
Finish : matt
20

Page 236 of 321


Type : Two pack
Application : By brush or Airless spray
Volume solids : 50 – 60%
Pigment volume
Concentration : 35 – 40%
Type of epoxy : Condensation product of bisphenol-A and
epichlorohydrin with terminal epoxide groups.
Epoxide equivalent : 120 – 200
Dry film thickness /coat : 120 - 130 microns
Spreading rate : 4 – 5 sq.m / litre
Surface dry : 2-3 hrs.
Hard dry : 6-8 hrs.
Recoatability : 24 hours.
Full cure : 5 days.
Shelf life : 12 months under sealed conditions

5) Self priming epoxy mastic paint

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

6) Amine Adduct Cured Epoxy Holding Primer

Colour : Red brown / greenish grey


Finish : Low Metallic Sheen
Type : Two pack
Application : By brush or Airless spray
Dry film thickness/coat : 60 µm
Volume solids : Approx. 60 ±2 %
Area coverage (theoretical) : 12 sq.m/litre
Surface dry : 2 hrs.
Hard dry : 12 hrs.
Recoatability : 8 hours.
Full cure : 7 days.
Shelf life : 24 months
21

Page 237 of 321


7) Solvent Free Epoxy

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

8) Two Component Polyamide cured Epoxy Primer

Color Yellow / Green


Finish Egg shell
Type Two Packs
Application Airless Spray, Air Spray, Brush, Roller
DFT per coat 60 microns
Volume Solids 57 %
Theoretical Coverage 11.4M² / Lt. @ 50 µ DFT
Touch Dry (25 Deg C) 1.5 hrs.
Hard Dry (25 Deg C) 3 hrs.
Minimum Over coating
Time 8 hrs.
Maximum Over coating
Time 7 days
Shelf Life 12 months

9 ) Two Component solvent free amine cured epoxy

Color Green / Off white


Finish Glossy
Type Two Packs
Application Airless Spray, Air Spray
DFT per coat 300 µ
Volume Solids 100 %
Theoretical Coverage 3.3 M² / Lt. @ 300 µ DFT
Touch Dry (25 Deg C) 8 hrs.

22

Page 238 of 321


Hard Dry (25 Deg C) 24 hrs
Minimum Over coating
Time 36 hrs.
Maximum Over coating
Time 7 Days
Shelf Life 12 months

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

Colour : Buff, light grey,light red


Finish : Glossy
Type : Two pack
Application : By brush or Airless spray
Dry film thickness/coat : 100-150µm
Volume solids : 66 %
Area coverage (theoretical) : 5 sq.m/litre
Surface dry : 6 hrs.
Hard dry : 16 hrs.
Recoatability : 24 hours.
Full cure : 5 days.
Shelf life : 12 months
dry heat : up to 200deg c

23

Page 239 of 321


12) Heat resistant Polysiloxane

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

Alkyd Based Paint

1) Synthetic enamel paint

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

2) Oil based Aluminium paint

Colour : Metallic
Finish : Semi gloss
Application : Airless/Air spray/Brush
Volume solids : 40 ± 2 %
Aluminium content : 23-25 %
DFT : 20-25 microns
24

Page 240 of 321


Area Coverage (Theoretical) : 15-20 sq.m / litre
Surface dry : 1 hr.
Hard dry : 16 hrs.
Recoatability : 24 hrs.
Full cure : 48 hrs
Shelf life : 12 months

High temperature paints

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

2) Bituminous stack black

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

3) Zinc dust graphite paint

Colour : Grey
Finish : Matt
Application : Brush / Spray
Zinc dust : 31 ±2 % by wt.
25

Page 241 of 321


Graphite : 24 ±2 %
Volume Solids : 40 ±2 %
DFT : 40-45 microns
Area Coverage (Theoretical) : 10-11 sq.m /litre
Surface dry : 12 hrs.
Hard dry : 12-14 hrs.
Recoatability : after 12 hrs. before 16 hrs.
Full cure : 18 hrs
Shelf life : 6 months.
Temperature Resistance : 450 0C

4) Oleoresinous based heat resistant Aluminium paint


Colour : Metallic
Finish : glossy
Type : Two pack
Application : Air spray/Brush
Volume solids : 40 ± 2 %
Aluminium content : 23-25 %
DFT : 20-25 microns
Area Coverage (Theoretical) : 19-22 sq.m / litre
Surface dry : 4 hrs.
Hard dry : 16 hrs.
Recoatability : 24 hrs.
Full cure : 48 hrs
Shelf life : 12 months
Temperature Resistance : 250 0C

5) Silicone Heat resistant Aluminum paint


Colour : Grey
Finish : Semi gloss
Application : Airless/Airspray/Brush
Volume solids : 28 ± 2 %
DFT : 20-25 microns
Area Coverage (Theoretical) : 11-14 sq.m / litre
Surface dry : 1 hr.
Hard dry : 16 hrs.
Recoatability : 24 hrs.
Full cure : 48 hrs.
Shelf life : 12 months
Temperature Resistance : 400 – 600 0C

6) Temperature indicating paint based upon modified silicone

Colour : Green (at ambient temperature)


Finish : Eggshell
26

Page 242 of 321


Application : Airless/Airspray/Brush
Volume solids : 42 %
DFT : 20-25 microns
Area Coverage (Theoretical) : 16 sq.m / litre
Surface dry : 1 hr.
Hard dry : 3 hrs.
Recoatability : 3 hrs.
Full cure : 3hrs.
Shelf life : 12 months

Polyurethane paints

1) Aliphatic acrylic modified high solids weather resistant polyurethane paint

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

9.0 BUILDING PAINTS

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

PLANT CONCRETE SURFACE:


Premium acrylic Anti carbonate painting (Sunext-8 of M/s Sunanda chemicals or equivalent) of
four coats on fresh surface; 2 coats on old surface.( note: after scrap cleaning fill the cracks
cavities with suitable polymer mortar like Poly fill AR/Polyalk EP.
27

Page 243 of 321


BUILDINGS & SHEDS

Important Buildings such


TYPE Sheds Other buildings as admin. bldg., control
rooms, main gate house
etc.
Building Cement based paint- 2 Cement based sandtex Antifungal, anti-algae
external coats over a coat of mat- 2 coats over a coat acrylic copolymer paint
primer. of primer.
Building Flat oil paint – 2 coats Acrylic distemper – 2 Acrylic emulsion/ plastic
internal over a coat of primer. coats over 2 coats of emulsion – 3 coats over 2
solvent thinnable coats of solvent thinnable
primer. primer.
Building ceiling Flat oil paint – 2 coats Acrylic distemper – 2 Acrylic distemper – 2 coats
over a coat of primer. coats over 2 coats of over 2 coats of solvent
solvent thinnable primer thinnable primer

Metal surface Synthetic enamel – 2 Anodizing / powder Anodizing / powder


coats over a coat of coating coating
primer.
Wooden Synthetic enamel –2 French polish –min.2 French polish –min. 2 coats
surface coats over a coatof coats or Synthetic or Synthetic enamel – 2
primer. enamel – 2 coats over a coats over a coat of wood
coat of wood primer. primer.
AC sheets Flat oil-2 coats over a
coat of primer
Cooilng water Coal tar epoxy-2 coats
sump/basin

10.0 STANDARD FOR COLOUR CODING OF PIPELINES/EQUIPMENT/STORAGE TANK

Non-uniformity of colour coding of pipelines in industrial installations causes faulty


manipulation of valves, cutting of lines, welding on line carrying hazardous or inflammable
material etc. resulting in to the destruction of property and injury to personnel. Uniformity of
colour promotes greater safety, lessens the chances of error and warns against the hazards
involved in the handling of material inside the pipelines.

28

Page 244 of 321


Identification of the particular contents of the pipelines is achieved by imposing suitable
colour bands on the ground colour. Letter writing as a mode of identification, is also
recommended for chemical industry, as this will reduce the possibility of mistakes in
identification. Lettering may include the contents by name, chemical formula, or
unmistakable and standard abbreviations.

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.

It is recommended that the paints used should produce a glossy finish.

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.

TABLE – 1: DISTINCT SHADES OF COLOURS TO BE USED FOR CODING

COLOUR SHADE NO. AND ITS DESCRIPTION ACCORDING TO IS


5 – 1978.
Black Black
Blue 108 Aircraft Blue
174 Orient Blue
Brown 412 Dark Brown
413 Salmon Pink
414
Grey 692 Smoke Grey
Orange 592 international orange
Red 536 Fire Red
537 Signal Red

29

Page 245 of 321


Violet 796 Dark Violet
Yellow 309 Canary Yellow
358 Light Buff
362 Middle Stone
White White

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.

The recommended size of the colour bands is given below:

Outside Diameter of pipe Width of the band Distance between set of


or Covering Bands
mm. m.
Inch
1 to 3 inches 50 5
Above 3 to 12 inches 50 10
Above 12 to 24 inches 100 15
Above 24 inches 200 20

30

Page 246 of 321


The minimum gap shall be of 50mm between adjacent band.

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:

Outside Diameter of pipe or Covering Size of legend


mm. mm.
20 to 30 10
Above 30 to 50 20
Above 50 to 80 30
Above 80 to 150 40
Above 150 to 250 63
Over 250 90

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

Page 247 of 321


VISIBILITY MARKINGS

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:

DESCRIPTION OF THE GROUND COLOUR COLOUR BANDS


PRODUCT
1. FIRE WATER FIRE RED (No.536) NIL
2. COOLING WATER SEA GREEN (No.217) NIL
3. RAW/DOMESTIC WATER BRILLIANT GREEN (No.221) NIL
4. DM WATER ALUMINIUM 1 BRILLIANT GREEN
(No.221)
5. BFW/CONDENSATE ALUMINIUM 2 BRILLIANT GREEN
(No.221)
6. DRINKING WATER ALUMINIUM 3 BRILLIANT GREEN
(No.221)
7. INSTRUMENT AIR AIR CARFT BLUE (No.108) NIL
8. PLANT AIR ORIENT BLUE (No.174) NIL
9. NITROGEN CANARY YELLOW (No.309) 1 BLACK BAND
10 15 KG STEAM ALUMINIUM 2 SIGNAL RED (No.537)
11. 3.5 KG STEAM ALUMINIUM 4 SIGNAL RED (No.537)
12. 1.0 KG STEAM ALUMINIUM 5 SIGNAL RED (No.537)
13. FLARE ALUMINIUM CANARY YELLOW (No.309)

B. PRODUCT RUNDOWN:

32

Page 248 of 321


1. FUEL GAS CANARY YELLOW (No.309) NIL
2. LPG ALUMINIUM 2 CANARY YELLOW (No.
309)
3. C3 STREAM ALUMINIUM 1 CANARY YELLOW (No.
309)
4. C4 STREAM ALUMINIUM 3 CANARY YELLOW (No.
309)
5. GASOLINE SALMON PINK (No.443) NIL
6. KEROSENE SMOKE GREY (No.692) NIL
7. ATF ALUMINIUM 4 ORIENT BLUE (No.174)
8. MT ALUMINIUM 4 SMOKE GREY (No.692)
9. HSD LIGHT BUFF (No.358) NIL
10 SBP 55/115 MIDDLE STONE (No.362) NIL
11 SBP 64/69 ALUMINIUM 1 MIDDLE STONE (No.362)
12 BENZENE WHITE NIL
13 TOULENE WHITE 4 MIDDLE STONE (No.362)
14 SLOPS SMOKE GREY (No.692) 1 BLACK
15 LSHS/FO/CLO ALUMINIUM 3 BLACK
16 NAPHTHA ALUMINIUM 1 SALMON PINK (No.443)

C. CHEMICALS:

1. CAUSTIC ALUMINIUM 1 DARK VIOLET (No.796)


2. HCL ACID ALUMINIUM 2 DARK VIOLET (No.796)
3. H2SO4 ACID ALUMINIUM 3 DARK VIOLET (No.796)
4. OTHERS DARK VIOLET (No.796) NIL

D. CRUDE DISTILLATION COMPLEX:

1. CRUDE ALUMINIUM NIL

33

Page 249 of 321


2. LPG ALUMINIUM 2 CANARY YELLOW
(No.309)
3. D4 BOTTOMS – HOT ALUMINIUM 1 SALMON PINK (No.443)
– COLD
4. HEAVY NAPTHA/SCN ALUMINIUM 4 SALMON PINK (No.443)
5. LK – 1 ALUMINIUM 1 SMOKE GREY (No.692)
6. LK – II ALUMINIUM 2 SMOKE GREY (No.692)
7. Hy KERO/HCP KERO ALUMINIUM 3 SMOKE GREY (No.692)
8. GO – I / LGO ALUMINIUM 1 DARK BROWN (No.412)
9. GO – III /HGO ALUMINIUM 3 DARK BROWN (No.412)
10. GO – IV ALUMINIUM 4 DARK BROWN (No.412)
11. LR ALUMINIUM 1 BLACK
12. VGO ALUMINIUM 2 BLACK
13. SR ALUMINIUM 3 BLACK
14. FO Ex B/H ALUMINIUM 4 NOS. BLACK

E. AROMATICS COMPLEX:

1. RFU FEED ALUMINIUM 1 SALMON PINK (No.443)


2. SPLITER – TOPS / IBP-60 ALUMINIUM 1 SALMON PINK (No.443)
&
1 CANARY YELLOW
(No.309)
3. SPLITTER – 2 ALUMINIUM 2 SALMON PINK (No.443)
TOPS/REFORMER FEED/
DSN
4. SPLITER – 2 ALUMINIUM 4 SMOKE GREY (No.692)
BOTTOMS
5. C3/C4 ALUMINIUM 2 CANARY YELLOW
(No.309)

34

Page 250 of 321


6. STABILIZER GAS CANARY YELLOW (No.309) NIL
7. REFORMATE/ARU FEED ALUMINIUM 3 SALMON PINK (No.443)
8. RAFFINATE ALUMINIUM 2 MIDDLE STONE (No.362)
9. EXTRACT ALUMINIUM 3 MIDDLE STONE (No.362)
10. SULFOLANE ALUMINIUM 1 INTERNATIONL ORANGE
(No.592)
11. HOT OIL ALUMINIUM 1 SIGNAL RED (No.537) & 1
BLACK
12. PROCESS WATER ALUMINIUM 4 BRILLIANT GREEN
(No.221)
13. BENZENE WHITE WHITE
14. TOLUENE WHITE 4 MIDDLE STONE (No.362)
15. MTBE WHITE 2 MIDDLE STONE (No.362)
16. HYDROGEN CANARY YELLOW (No.309) 1 SIGNAL RED (No.537)
17. SOUR GAS/H2S RICH GAS CANARY YELLOW (No.309) 2 SIGNAL RED (No.537)
18. METHANOL WHITE 1 SIGNAL RED (No.537)
19. DMDS WHITE 3 SIGNAL RED (No.537)

F. CCU / FCCU COMPLEX:

1. ACID GAS/H2S RICH CANARY YELLOW (No.309) 2 SIGNAL RED (No.537)


GAS
2. PROCESS WATER ALUMINIUM 4 BRILLIANT GREEN
(No.221)
3. CC GASOLINE SALMON PINK (No.443) NIL
4. IBP - 60 ALUMINIUM WITH 1 SALMON PINK
(No.443) & 1 CANARY
YELLOW(No.309)
5. LCO ALUMINIUM 1 ORIENT BLUE (No.174) &
1 DARK BROWN (No.412)
6. HCO ALUMINIUM 1 ORIENT BLUE (No.174) &

35

Page 251 of 321


2 DARK BROWN (No.412)
7. VGO ALUMINIUM 2 BLACK
8. CLO/MCB/SLURRY ALUMINIUM 3 BLACK
9. CAT LOADING LINES ZINC DUST GRAPHITE PAINT NIL
10. 40 KG STEAM ALUMINIUM 1 SIGNAL RED (No.537)
11. 5/7 KG STEAM ALUMINIUM 3 SIGNAL RED (No.537)
12. HYDRAULIC OIL / WHITE 1 BRILLIANT GREEN
FLUSHINGOIL /GLAND (No.221)
SEAL OIL
13. SOUR WATER ALUMINIUM 4 BRILLIANT GREEN
(No.221)
14. DEA WHITE 2 SIGNAL RED (No.537)
15. L IQUID SULPHERS WHITE 3 CANARY YELLOW
(No.309)

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

Page 252 of 321


Table 1

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

2. Silicone Heat Resistant Intertherm 50 Solvalitt (Upto 600


Aluminium Paint Up ºC) Nerotherm 538
0
to500 C
3. Synthetic Enamel Paint Interlac 1017 Pilot II
NSE / Neromin

4. Oil based Aluminium Paint Intertherm 891 Aluminium Paint


HR Nerolac Dual
Aluminium paint
5. Epoxy Coal tar Paint Intertuf 262 (Coal Penguard HB
Tar Epoxy (tarfree) Neropoxy coal
Alternate) tar
6. Chlorinated Rubber - Pioner Topcoat
(TiO2)Paint Nerochlor finish
paint
7. Epoxy Zinc Phosphate Red Intergard 906 Penguard HSP
Oxide Paint Neropoxy Red
oxide zinc
phosphate
primer
8. Epoxy Zinc Phosphate Intergard 906 Penguard HSP
TiO2 Paint Neropoxy zinc
phosphate
primer

9. Epoxy TiO2 – Cr2O3High - Penguard TC / FC


Build Paint Neropoxy Finish
paint

10. Aliphatic Polyurethane Interthane 138/ Hardtop XP /


Paint Interthane 990 Futura AS Nerothane
Enamel (PU)

11. Chlorinated Rubber With - Pioner Topcoat


TiO2 Pigment (Anatase) Nerochlor finish
37

Page 253 of 321


paint

12. Epoxy Glass Interline 850/ Jotamastic 87 GF


Flake Paint(Amine Adduct) Interline 925 Neromastic GFA
(Alternate)
13. Inorganic Zinc Ethyl Silicate Interzinc 78 Resist 78
Primer Nerosil

14. Epoxy Based Tank Interline 925/ Tankguard HB


Liner Interline 850 Neroline

15. Self Priming Epoxy Mastic Interseal 547 Jota Mastic Smart
Paints Pack Neromastic

16. Amine Adduct Cured Epoxy Interline 982 Tankguard


Holding Primer HB (Thinned) Neroline holing
primer

17. Solvent free epoxy Interline 925 Tankguard


412 / SF Neropoxy
solvent less
coating

18. Bituminous Stack Black Intertuf 16 ---


Nerolac HB
bituminous black

19. Boiler Composition Internal - ---


(Hot Wet Metal Surface) Nerolac Boilerite
interior

Table 1(Continued..)

Sl. GENERIC NAME OF PAINT ASIAN BERGER SIGMA


No. PAINTS PAINTS COATINGS
1. Zinc dust Graphite Paint Asian Zinc Dust - -
Graphite
Paint
2. Silicone Heat Resistant Aphotherm HR 500 Berger HR Silicone Sigmatherm 540
Aluminium Paint Up Aluminimum Paint 7564
to5000C
3. Synthetic Enamel Paint Apcomin Synthetic Berger Torpedo Sigma marine
Enamel Synthetic Enamel Enamel 7240
4. Oil based Aluminium Paint Asian Aluminium Berger Synthetic Sigma marine
38

Page 254 of 321


Paint HR Aluminium
2339 PQ- Aluminium HR7260
5. Epoxy Coal tar Paint Asian Coal Tar Epilux CTE Super Sigma cap
Epoxy Black coaltar EP 7686
6. Chlorinated Rubber Asian CR HB Linosol HB Chloro Sigma NUCOL
(TiO2)Paint Coating Finish finish 7308
7. Epoxy Zinc Phosphate Red Apcodur HB RO ZP Epilux 13 HB Primer Sigma epoxy
Oxide Paint Primer prime Build
coat 6821
8. Epoxy Zinc Phosphate Apcodur EHB ZB Epilux 610 HB Sigma cover CM
TiO2 Paint Primer Primer prime 7412
RO
9. Epoxy TiO2 – Cr2O3High Asian Epoxy HB - Sigma cover EP
Build Paint Coating HS Build
- C Green coat6823
10. Aliphatic Polyurethane Apcothane CP 674 Polyurethane Sigmadur 188
Paint coating 6824
11. Chlorinated Rubber With Asiachlor HB Linsol CR Paint Sigma NUCOL
TiO2 Pigment (Anatase) Coating unicoat 7321
12. Epoxy Glass Apcodur EP glass - Sigma guard CSF
Flake Paint(Amine Adduct) Flake glass flake
Amide cured 7954
13. Inorganic Zinc Ethyl Silicate Apcosil 605 ZS Zinc Anode 304 Sigma TORNUSIC
Primer MC 58 7558
14. Epoxy Based Tank Apcodur CF 699 Epilux 78 HBTL Sigma guard EHB
Liner 7433
15. Self Priming Epoxy Mastic Rust-O-Cap Berger protecto Sigma cover ST
Paints mastic 7428
16. Amine Adduct Cured Epoxy - - Sigma cover 522
Holding Primer
17. Solvent free epoxy - - Sigmaguard CSF
650
18. Bituminous Stack Black
19. Boiler Composition Internal
(Hot Wet Metal Surface)

39

Page 255 of 321


40

Page 256 of 321


12.0 PAINTING SYSTEMS FOR TANKS
Page 257 of 321

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

epoxy holding 2x100 holding


holding primer-1x60 primer-1x60
primer-
1x60 Epoxy Based Epoxy Based
Tank Liner- Tank Liner-
Epoxy 2x120 2x120
Based Tank
Liner-
2x120
3 Naptha, - do - Amine Amine Epoxy Amine Amine Epoxy Coal -do-
Kerosene adduct adduct cured Coal Tar adduct adduct Tar Paint-
Mineral cured epoxy Paint- cured epoxy cured 2x100
turpentine epoxy holding 2x100 holding epoxy
holding primer-1x60 primer-1x60 holdin
primer- g
1x60 Epoxy Based Epoxy Based primer
Tank Liner- Tank Liner- -1x60
Epoxy 2x120 2x120
Based Tank Epoxy
Liner- Based
2x120 Tank
Liner-
2x120
4 ATF -do_ Amine
- adduct cured
epoxy
holding
primer-1x60
-do-
Epoxy Based
43
Tank Liner-
2x120
Page 260 of 321

5 HSD,LDO,F - do - Amine Amine Amine Amine Amine Epoxy Coal


uel oil, adduct adduct cured adduct adduct adduct Tar Paint-
cycle oil cured epoxy cured cured epoxy cured 2x100
epoxy holding epoxy holding epoxy
holding primer-1x60 holding primer-1x60 holdin
primer- primer- g
1x60 Epoxy Glass 1x60 Epoxy Glass primer
Flake (Amine Flake -1x60
Epoxy Adduct)- Epoxy (Amine
Glass Flake 1x200 Glass Adduct)- Epoxy
(Amine Flake 1x200 Glass
Adduct)- (Amine Flake
1x200 Adduct)- (Amin
1x200 e
Adduc
t)- -do-
1x200
5 Slops and - do - Amine Amine Amine Amine Amine Epoxy Coal -do-
effluent adduct adduct cured adduct adduct adduct Tar Paint-
tanks cured epoxy cured cured epoxy cured 2x100
epoxy holding epoxy holding epoxy
holding primer-1x60 holding primer-1x60 holdin
primer- primer- g
1x60 Epoxy Based 1x70 Epoxy Based primer
Tank Liner- Tank Liner- -1x60
Epoxy 2x120 Epoxy 2x120

44
Glass Flake Glass Epoxy
(Amine Flake Based
Adduct)- (Amine Tank
Page 261 of 321

1x200 Adduct)- Liner-


1x200 2x120

6 Drinking - do - Amine Epoxy Coal


water,DM adduct cured Tar Paint-
water/Ra epoxy 2x100
w holding
water,Salt primer-1x60
water
Solvent free
epoxy 1X300
(Portable
water
certification
for drinking
water)
7 Bitumen - do - Two NA Amine Amine Amin Epoxy Coal
component adduct adduct e Tar Paint-
high solid cured cured epoxy adduct 2x100
High epoxy holding cured
temperatur holding primer-1x60 epoxy
e (up to primer- holdin
200deg c 1x60 Epoxy Based g
dry heat) Tank Liner- primer
phenolic Epoxy 2x120 -1x60
epoxy Based
coating.- Tank Epoxy
2x100 Liner- Based
microns 2x120 Tank
45
Liner-
2x120
Page 262 of 321

8 MTBE(Mo - do - Amine Amine Amine Amin Epoxy Coal


no- adduct adduct cured adduct e Tar Paint-
Tertiary cured epoxy cured adduct 2x100
Butyl epoxy holding epoxy cured
Ether) holding primer-1x60; holding epoxy
tanks primer- primer- holdin
1x60; Epoxy Glass 1x60 Amine g
Flake (Amine adduct primer
Epoxy Adduct)- Epoxy cured epoxy -1x60
Glass Flake 1x200 Based holding
(Amine Tank primer-1x60 Epoxy
Adduct)- Liner- Based
1x200 2x120 Epoxy Based Tank
Tank Liner- Liner-
2x120 2x120
9 Caustic - do - Amine Epoxy Coal
tanks adduct cured Tar Paint-
epoxy 2x100
holding
primer-1x60

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

High cured epoxy


temperature epoxy holdin
(up to holding Amine g
200deg c dry primer- adduct primer
heat) 1x60 cured epoxy -1x60
phenolic holding
epoxy Epoxy primer-1x60 Epoxy
coating Based Based
-2x100 micrn Tank Epoxy Based Tank
Liner- Tank Liner- Liner-
NA NA 2x120 2x120 2x120

11 Benzene, Epoxy Red Two


Toluene, Oxide Zinc component
Methanol, Phosphate phenolic
Primer- epoxy
1x60micron , coating-
Oil Based 2x100
Aluminum microns
Paint-2X20

47
12 Lube oil - do - Amin Epoxy Coal
tanks e Tar Paint-
Amine adduct 2x100
Page 264 of 321

Amine adduct cured


adduct cured epoxy
cured epoxy holdin
epoxy holding Amine g
holding primer- adduct primer
primer- 1x60 cured epoxy -1x60
1x60 holding
Epoxy primer-1x60 Epoxy
Epoxy Based Based
Based Tank Tank Epoxy Based Tank
Liner- Liner- Tank Liner- Liner-
2x120 NA 2x120 2x120 2x120

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

REF. SHE 2 FOR


COVER PLT. DETAIL

SKIRT
INSIDE 100NB SCH. 40
40 PIPE VENI
SKIRT
EQUISPACED INSIDE

BASE PLATE

ACCESS OPENING PLAN VENT


(SEE NOTE-5)

ACCESS OPENING/PIPE OPENING/


VENT OPENING (TYPICAL)

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

PIPE OPENING VIEW A VIEW A FLARED SKIRT


(HOT TYPE VESSEL) (COLD TYPE VESSEL)

5 23.05.2011 REAFFIRMED AND REISSUED AS STANDARD POREL KT

Rev. Prepared Checked Stds. Committee Stds. Bureau


Date Purpose Convenor Chairman
No. by by
Approved by
Format No. 8-00-0001-F4 Rev.0 Copyright EIL - All rights reserve
Page 265 of 321
0.401 4"XeWhINGNEERS SKIRT OPENING DETAILS
OBZIPPleSNIFINDIALIMITED
mom mime (A Govt. of Indio Undertaking)
7-12-0005 Rev. 5
illoamPO
Page 2 of 2

6 WIDE SLOT FOR

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

Rev. Prepared Checked Stds. Committee Stds. Bureau


No.
Date Purpose by by
Convenor Chairman
Approved by
Format No. 8-00-0001-F4 Rev.0 Copyright EIL - All rights reserve
Page 266 of 321
BRACKET SUPPORT FOR STANDARD No.

orfr
ftemm uyirrED
ENGNEERs
IA Govt. of India Undertaking) VERTICAL VESSEL
7-12-0008 Rev. 5
Page 1 of 1

1801 — 2000 650 500 400 550 25 14 350 50 0


z 0
z 550 60
3 3
1601 — 1800 600 450 350 500 25 14 300 50 g g,.., 540 55
,, 2„g
1401 — 1600 550 400 300 450 25 14 250 50 -t- D 2 540 50
re R
w1 z
1201 — 1400 500 350 250 450 25 12 200 25 w ,...
z 3
w—
Lo
z S 470 40
0 00
1001 — 1200 450 320 220 400 20 12 180 25 6 ,0 6 2 450 30
W W
801 — 1000 450 280 200 400 20 12 150 25 inj ig 450 25
MAXIMUM

VESSEL OUTSIDE DIA. A B C E F G H J Mew ANCHOR t v , ALLOWABLE


MA.
intu m VESSEL
-- WEIGHT
(TONNE)

1-60 VENT HOLE


25


REFER NOTE-3

(SEE ENGINEERING
DRAWING)

't's SHELL THK.

'X' O/D OF VESSEL


REFER NOTE-6

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.

5 30.06.2011 REAFFIRMED AND REISSUED AS STANDARD POREL KT 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. Page 267 of 321 by by Approved by
Format No. 8 - 00 -0001 - F4 Rev.0 Copyright EIL - All rights reserved
STANDARD No.
eggir
ENGINEERS
fteINDIA LIMITED ANGLE LEG SUPPORT 7-12-0006 Rev. 5
/A Govt. of India Undertaking)
Page 1 of 2

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

SUPPORT BASE DETAIL

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.

5 30.06.2011 REAFFIRMED AND REISSUED AS STANDARD POREL R 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. Page 268 of 321 by by Approved by
Format No. 8-00-0001-F4 Rev.O Copyright EIL - All rights reserved
STANDARD No.
IENGNEERS
fiSMO INDIA UMITED ANGLE LEG SUPPORT 7-12-0006 Rev. 5
IA Govt. of India Undertaking)
Page 2 of 2

LEG SUPPORT SIZES

LEG SIZE MAXIMUM ALLOWABLE


VESSEL NO.OF MAX. VESSEL LENGTH (T.L. TO T.L) UP TO AND INCLUDING 3.0 M BASE I(DLAIT
E SIZ (X) LOAD C(:1VESSEL
0/D(mm) LEGS
L = 1.5 M L = 2.0 M L = 2.5 M
500 3 ISA 100x100x8 ISA 100x100x10 ISA 110x110x15 170x170x16 THK. 40 1500

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.

5 30.06.2011 REAFFIRMED AND REISSUED AS STANDARD POREL 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. Page 269 of 321 by by Approved by
Format No. 8-00-0001-F4 Rev.0 Copyright EIL - All rights reserved
STANDARD No.

derfa INDIA maw


lb13\aSEERS STANDARD BOLT HOLE ORIENTATION 7-12-0015 Rev. 5
amegi.wegammo (A Govt. of India Undertaking)

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.

5 23.05.2011 REAFFIRMED AND REISSUED AS STANDARD POREL KT

Rev. Prepared Checked Stds. Committee Stds. Bureau


Date Purpose Convenor Chairman
No. by by
Approved by
Page 270 of
Format No. 8-00-0001-F4 321
Rev.0 Copyright EIL - All rights reserved
STANDARD No.
INGINEEIZS
eitiMOINDIA LIMMED (A Govt. of India Undertaking)
MANHOLE WITH DAVIT 7-12-0010 Rev. 6
Page 1 of 2

20 0 x 25 LG. SNAP
HEAD RIVET

B(OD)420 1.5 THK. S.S. WASHER


240 ROD
PIPE 'El' SCH. 80
0
0 30 VENT

1
1

6R 15
1NO. 60
DRAIN HOLE

DETAIL 'X'
TELL TALE HOLE

3N0.—M16 SS JACK SCREWS


ON BOLT CIRCLE DIAMETER
( SEE NOTE-3 )

DETAIL OF EYE BOLT

BUND
FLANGE

IM16

TYP. DETAIL FOR SR MANHOLE DETAIL OF JACK SCREW

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

160 ROD FOR S.S. VESSEL


B(O0)+20 200 ROD FOR C.S. AND
PIPE 'B' SCH. 80 LOW ALLOY STEEL VESSEL
1.5 THK. VESSEL INSIDE
S.S. WASHER
1 0 THK. RIB 20R

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

CLASS 1,41ZBE) A (NB) B (NB)


.,
"nm-leg■-ing10000 400 50 NB SCH. 80 40
450 50 NB SCH. 80 40
150
200 ROD HANDLE 500 65 NB SCH. 40 50
200 200
600 65 NB SCH. 40 50
400 65 NB SCH. 40 50
450 65 NB SCH. 40 50
300
500 65 NB SCH. 40 50
NOTES
600 90 NB SCH. 40 80
ALL DIMENSIONS ARE IN mm UNLESS OTHERWISE STATED.
DIMENSIONS IN BRACKETS ARE FOR CLASS 900. 400 80 NB SCH. 40 65
B.C.D. OF JACK SCREWS IS TO BE SUITABLY CHANGED IF MANHOLE
STUDS INTERFERE WITH JACK SCREWS. 450 90 NB SCH. 40 80
600
THE SLEEVE PIPE 'A' SHOULD BE IN TRUE VERTICAL POSITION WITHIN 500 125 NB SCH. 80 100
A TOLERANCE OF 2 1/2 DEGREE, AFTER WELDING TO THE FLANGE.
600 125 NB SCH. 80 100
EDGES SHALL BE ROUNDED OFF IF SQUARE ROD IS USED
FOR HANDGRIP. 400 125 NB SCH. 80 100
MATERIAL OF DAVIT COMPONENTS SHALL BE C.S. UNLESS OTHERWISE
SPECIFIED IN ENGINEERING DRAWING. 450 125 NB SCH. 80 100
900
ALL FILLET WELDS SHALL BE 6mm MINIMUM. 500 150 NB SCH. 80 125
THIS STANDARD IS NOT APPLICABLE FOR LOW TEMPERATURE SERVICES.
600 150 NB SCH. 80 125
9. IN CASE OF CONFLICT ENGINEERING DRAWING SHALL GOVERN.
taj•
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 272 of 321 by by
Approved by
Format No. 8-00-0001-F4 Rev.0 Copyright EIL - All rights reserved
LADDER RUNGS FOR STANDARD No.
ENGINEERS
UNTED 7-12-0011 Rev. 5
(A Govt. of India Undertaking) MANHOLE / DEMISTER
Page 1 of 1

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

200 (160) ROD FOR


VERTICAL VESSEL C.S. AND LOW ALLOY
STEEL (NOTE-7) Cu
2OR

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.

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
Rev. Prepared Checked Stds. Committee Stds. Bureau
Date Purpose Convenor Chairman
No. by by Approved by
Page 274 of 321 Copyright EIL - All rights reserved
Format No. 8-00-0001-F4 Rev.0
LIFTING LUG STANDARD No.
laRtze ENGINEERS
TOP HEAD TYPE 7-12-0024 Rev. 7
fafRegNIFINDIA LIMITED
iiiw ecReelVaX3,10543) (A Govt. of Indio Undertaking)
(FOR VERTICAL VESSELS / COLUMNS) Page 1 of 1

SECTION XX

MAX. ERECTION WT. OF VESSEL (TONNES) 410 25 45 90 140 180


THICKNESS OF PLATE (MINIMUM) T 12 28 40 50 70 80
WIDTH W 200 230 300 400 500 610
LENGTH L 400+E 460+E 580+E 750+E 900+E 1080+E
DIAMETER OF HOLE D 60 75 75 100 130 150
HEIGHT OF NOTCH & SIDE WELD H 130 130 150 200 250 300
RADIUS OF NOTCH R 40 40 50 75 90 100
WELD SIZE ( SEE NOTE 5 ) A 10 14 20 30 38 46

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.

7 31.08.2011 REAFFIRMED AND REISSUED AS STANDARD POREL I


*IA
RKT F AKM SC DM
6 12.10.2006 REAFFIRMED AND REISSUED AS STANDARD POREL RKG AKM VC

Rev. Prepared Checked Stds. Committee Stds. Bureau


Date Purpose by by
Convenor Chairman
No. Approved by
Page 275 of 321 Copyright EIL - All rights reserved
Format No. 8-00-0001-F4 Rev.O
STANDARD No.
ENGNEERS INTERNAL FLANGES
OM/I(ANDIA UMRED Govt. of India Undertaking)
7-12-0018 Rev. 5
Page 1 of 1

O.D.

B.C.D.

I.D. REFER NOTE-4

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

100 117 180 230 4 16 10

150 171 240 290 4 16 10

200 222 290 340 8 20 12

250 276 350 400 8 20 12

300 327 400 450 8 20 12

350 358 430 480 12 24 16

400 409 480 530 12 24 16

450 460 530 580 12 24 16

500 511 580 630 12 24 16

600 612 680 730 12 24 16

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

BLOWING INTO SEAL PAN).


MATERIALS SHALL BE AS PER ENGINEERING DRAWING.
IN CASE OF CONFLICT ENGINEERING DRAWING SHALL GOVERN.
5. DIMENSIONS IN BRACKETS ARE FOR STAINLESS STEEL.
* 6. INDICATED THICKNESS OF INTERNAL BAFFLE PLATE IS MINIMUM TO
WHICH TWICE THE CORROSION ALLOWANCE IS TO BE ADDED.
**7. ALL FILLET WELD SIZE SHALL BE OF 6MM MINIMUM TO WHICH THE
CORROSSION ALLOWANCE IS TO BE ADDED.

5 30.07.2011 REAFFIRMED AND REISSUED AS STANDARD POREL 021<


1 KM / SC DM
4 11.09.2006 REVISED AND REISSUED AS STANDARD POREL DNN AKM VC
Rev. Prepared Checked Stds. Committee Stds. Bureau
Date Purpose Convenor Chairman
No. by by Approved by
Format No. 8-00-0001-F4
Page 277 Rev.0
of 321 Copyright EIL - All rights reserved
STANDARD No.
18iatER7 ENGINEERS
,Ig ej. &Aft INDIA LIMITED
INIURFIEVWC1X3,111.1.1) (A Govt. of Indio Undertaking)
NAME PLATE 7-12-0027 Rev. 5
Page 1 of 1

"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

Rev. Prepared Checked Stds. Committee Stds. Bureau


Date Purpose Convenor Chairman
No. by by
Approved by
Page 278 of 321 Copyright EIL - All rights reserved
Format No. 8-00-0001-F4 Rev.0
FIRE PROOFING STANDARD No.
15MAZIEqENGINIEER.S
faglegVOY INDIA LIMITED AND 7-12-0025 Rev. 5
IMAM FRWIU ter MAAR) (A Govt. of India Undertaking)
INSULATION SUPPORTS Page 1 of 2

M6 x 4OLG. G.I. BOLTS 2-M6 BOLTS


6 DIA. HOLE FOR VESSEL DIAMETER ABOVE 600, TACK WELDED AT 600 PITCH x25LG. G.I.
(TYP•) PROVIDE 30X6 THK. FLATS WITH BOLTS AND
60 HOLE AT NUTS (TYP.)
10 TYP HEIGHT EQUAL TO INSULATION 600 PITCH
THK. AT 600 CIRCULAR PITCH
100 MIN. (TYP.) NOTE-7)
CORRUGATED
SHEET
10 DIA. LOOSE 3 THK. X 20 0.D
RING (TYP.) 100 MIN. NEOPRENE WASHER
S 2 THK. ALUMINIUM
WASHER
T.L
r•J
`A'
3 THK.
ASBESTOS SHEET
6 THK. ANGLE RINGS
VIEW - 'A'
(WELD ENDS)
8 THK. T-CLEATS AT
1000 PITCH(MINIMUM
3 CLEATS PER RING)
10
(TP)
010 HOLE ON
DETAIL—X ANGLE LEG
(FOR HOT INSUSLATED VESSELS)
(WHERE => 40) VIEW — 'B'
INSULATION
THICKNESS (S)

N W.L o b
T.L

600 MIN. FOR VESSELS


INSULATED FOR TEMP.
ABOVE 400'C.
r•-■ ry r J W.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

M12 SQUARE NUTS TACK


WELDED AS SHOWN IN
SEC.D-D FOR FIRE PROOFING
(REFER NOTE-8)

DETAIL—Y

SECTION 'C—C'

5 31.08.2011 REAFFIRMED AND REISSUED AS STANDARD DM


4 12.10.2006 REAFFIRMED AND REISSUED AS STANDARD POREL RKG AKM VC
Rev. Prepared Checked Stds. Committee Stds. Bureau
Date Purpose Convenor Chairman
No. by by
Approved by
Page 279 of 321 Copyright EIL - All rights reserved
Format No. 8-00-0001-F4 Rev.0
STANDARD No.
INPIZIEgMENIGINEERS FIRE PROOFING
fs' WWIEPIegilir INDIA LIMITED AND 7-12-0025 Rev. 5
E9210121BTWO (A Govt. of India Undertaking)
INSULATION SUPPORTS Page 2 of 2

2 NOS. 100 HOLES IN


PROVIDE ONE HEAT BREAK T—CLEAT / RING FOR 14.1

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

8 THK. T—CLEATS AT 40X6 THK. FLAT


1000 PITCH(MINIMUM WITH 60HOLES
3 CLEATS PER RING)
500 PITCH
10 TYP.
6 THK.
SUPPORT RING
WITH 6 DIA.
HOLE AT 600
* = (C OLD INSULATION THICKNESS — 50 MM) PITCH
= 5 0 MM (MIN)
VIEW — 'P' DETAIL — 'Z'
DETAIL-X
(FOR COLD INSULATED VESSELS)

M6 x 40LG. G.I. BOLTS


CORRUGATED TACK WELDED AT 600 PITCH B1
"SHEET 60 HOLE AT
3 THK. X 20 0.D 600 PITCH
NEOPRENE WASHER
S 2 THK. ALUMINIUM
WASHER

6 THK. ANGLE RINGS


IN SEGMENTS
6 THK. T—CLEATS AT
10 1000 PITCH (MINIMUM
2 CLEATS PER SEGMENT) VIEW - 'Al'
(TYP)
10mm GAP
DETAIL-X
(FOR HOT INSULATED VESSELS) (rY1')
(WHERE S < 40)

NOTES VIEW - 'Bl


ALL DIMENSIONS ARE IN mm.
FOR MATERIAL SPECIFICATION REFER ENGINEERING DRAWING.
'R' SHALL BE EQUAL TO 175mm FOR VESSELS UPTO 3000mm DIAMETER AND 300mm FOR VESSELS ABOVE 3000mm
DIAMETER.
DETAILS, DIMENSIONS AND NOTES ON ENGINEERING DRAWING SHALL TAKE PRECEDENCE OVER THOSE SHOWN HEREIN.
CLIPS SHALL CLEAR WELD SEAMS AND INSULATION RINGS SHALL BE SUITABLY NOTCHED INCASE OF INTERFERENCE
WITH NOZZLES/ATTACHMENTS.
ONLY T—CLEATS WITH ASBESTOS SHEET AND G.I. BOLTINGS, ANGLE RING ALONG WITH TACK WELDED BOLTS, INSULATION
SUPPORT CLEATS WELDED TO EQUIPMENT, LOOSE RINGS & M12 NUTS SHALL BE SUPPLIED BY EQUIPMENT FABRICATOR.
a) FOR COLD INSULATED VESSELS CLEATS ON DISHED ENDS ARE NOT REQUIRED.
b) FOR COLD INSULATED VESSELS CLEATS ON SHELL ARE TO BE PROVIDED IF COLD INSULATION THICKNESS IS MORE
THAN 60mm.
FOR UNINSULATED VESSELS SQUARE NUTS SHALL BE PROVIDED FOR ENTIRE HEIGHT OF SUPPORT (SKIRT, PIPE/ANGLE LEG).

5 31.08.2011 REAFFIRMED AND REISSUED AS STANDARD


4 12.10.2006 REAFFIRMED AND REISSUED AS STANDARD POREL RKG AKM VC
Rev. Prepared Checked Stds. Committee Stds. Bureau
Date Purpose Convenor Chairman
No. by by Approved by
Page 280 of 321 Copyright EIL - All rights reserved
Format No. 8-00-0001-F4 Rev.0
STANDARD No.
BsICNEERS
WA LIMITS) VORTEX BREAKERS 7-12-0019 Rev. 5
Man VIRINVINOMPINI (A Govt. of Indio Undertaking)
Page 1 of 1

to
4=1
w
0 50
z
50 FOR NOZZLES UPTO 250 NB
AND 80 FOR NOZZLES ABOVE
250 NB

60 DRAIN HOLE FLUSH


WITH VESSEL WALL ---CLAD/WELD OVERLAYED NOZZLE
(TYP)
UNLINED NOZZLE (TYP.)

TYPE — 1A TYPE — 2A
FOR NOZZLE NB 100

3D0

60 DRAIN HOLE FLUSH


PLAN VIEW FOR
WITH VESSEL WALL 1B AND 2B

TYPE — 1B TYPE — 2B
FOR NOZZLE NB < 100

ALLOY / ALLOY CLAD/ CONCRETE LINED


VESSEL CARBON STEEL/LOW ALLOY STEEL ALLOY LINED
MATERIAL (NOTE-3b)
CORROSION
ALLOWANCE 1.5 3 4.5 6 — —
THICKNESS 't' 6 8 12 14 5 5

WELD SIZE 'W' 6 6 8 8 5 5

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.

5 30.07.2011 REAFFIRMED AND REISSUED AS STANDARD POREL KT 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 281Rev.O
Format No. 8-00-0001-F4 of 321 Copyright EIL - All rights reserved
STANDARD No.
1 legOINDIA LIMITED
ge4151Wt7-1e7
(NM meow wawa) (A Govt. of Indio Undertaking)
BRACKET FOR NAME PLATE 7-12-0029 Rev. 5
Page 1 of 1

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.

5 31.08.2011 REAFFIRMED AND REISSUED AS STANDARD POREL RKT PKM / SC DM


4 12.10.2006 REAFFIRMED AND REISSUED AS STANDARD POREL RKG AKM VC
Rev. Prepared Checked Stds. Committee Stds. Bureau
Date Purpose Convenor Chairman
No. by by
Approved by
Page 282 of 321 Copyright EIL - All rights reserved
Format No. 8-00-0001-F4 Rev.0
STANDARD No.
15i1WieditENIGNEERS
NAME PLATE
41gatafflegwiNDR LIMITED FOR 7-12-0030 Rev. 4
men 0E44E10139MR) (A Govt. of kidio Undertaking)
SMALL EQUIPMENT Page 1 of 1

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

Page 293 of 321


• • •

,D4 2, 0 .;,' c-) nc,,.0 ,Hx-rirritr (-) (-)(-) c-)


.rH n H ,-o'n'H n Xi 'dH rri '—'' rrl n
B =
C
..0 72. 0 HH H _41 F, rrl
co
c co ro 2
co = ,4.
-.
-1 0 0 n
r 9 = n
cA o
ri
=ci.
444 4 sz-I
po CA C/) > t:t.
cn
,.7., i.. .) C/)
i' t- n
©
v) c 0 (")
-• c a c.-• 2
c T:; .-.< P
(IQ •-t- C
2
C''' P oi- = =
fa ei- at' cm cn k<
27. op, ..c3F) 0-,- C "1:'W),F(;));DC(D)Cg
a-. Fi" CD k< ..1 =a
C'" ro .t 'LS Cl... a: _, C/)
n !It-
)
et Z "-I cr) .-I
1 (t) .--t-
P ..... CD - 1 hCD
fa c••, p. g g ,/, c) 0 ,..4 . -1 k •C ,-,
_ ' 7 1• o 0, 1.-- .• "-)
q CD w '". CfQ .., n g G. g 0 '--.•— 0 (-)
P
,..0 - —' co al. a ■-0 5 co co o F • 0 CD ''" rrl 5 $4 0
= = = — P
ro — -I = = P c e, GIQ
;4 ,...] ,..C/ v, 6.
0" xj CD= .,P H (1) c. E . "'". .. c 0 "
co
<D" : CT? C7)'. ED's 0" 0, 0t. g
,-r- " Ch) r)
,-,
o.. z CD p-ri /1) ("D F). g E ,, , r rl Fr
P)co n — ., CD 0 ?? Ca Fr --i ,„ ;a n- — CD =
H 40FT a : g ,--i CD ' 5' 0 = 0 -,:::. 0
CD CL w P
C) -,- 4
cr) = ' V) t-P..-1, = ...,
C) > 7i v)
co 0 ■-+ en 44 (-) sl)
-, a. - ,i .
5 . l
( c' . co
. = d_
1), . ,-•.
-• - • X p,
co , n 4 ..• 9 .. rzx'
V Iro
0 CM
'-o w c) H (1) "
= a . S ,-.. A:g = ti, :3
OM = Po 0 =0 P ,.... •
9CD ° <C) CD = 77' = 4 = 5 6
< 0, CfQ e-s-
-•
= = CIQ 'A L- CD CD "' •
"4 0 C crc? :r-,-" pa ,., go g
a C cr
F.D. -°t
-t Po
cCD a•
0
k.? 7:l r1)
co
cr
co §•
-c-, --
=-• /I)
CL
4
4 P
-0 -0
,-, 0
P.0
=
r...., 11) < H H (4 PZ) "CJ "V "V '0 Z Z
'1, r) .0 .0 H ''° n v) 4 7:),o rii o -0 4 ,.-t-''
.., „. c cA o R — e, H ci r, H H
,—. P
CD =
■-,, CL
..-1 H
...., p !
H

P
0

< H H cip*0 -0 -o -0 -0 z444


cp '—' C''' CD = :ID 0 C 0 '1 ,--CD =.-t 0 cp Po CD
,..._. 0
,__, CD r.,-r- ,R. • cn
,- 1.—
:73 :;L: cn .-1 o
: 0 " 0 = via
fa. CL CL P cy, ■-. = CD ° C- "l7 ,S1 (4' c
• Ci) WO .0 r) cD E r° ..t :r4• p o ea. ri; pp CD 0
v) .
5
. ,.• gl) co
cn = = cr CD = ,-
= P.)
)wt crq,__,
`-' F:3- -. v)
,,
(I) P CD CD .1CD CD t- E+.. F.. r .
CD .1 F2 6 '' H po 'TJ
; 0 po -i --- --c) -r--t,. a- F.1,) p--
,.< 0 /0 rn ,-/ 0 co n (/) P
0 ci) 5 p p 0 -t -o = >,e o- --,.
o
-% / 1) X ',/,' tA '-'' Cl) H z p o Ts co — X
= n n '') CD '4 r...... ' - . • - .1 <
r_-_, w. CD = C (D =
.) F•-
5
" A=
'17' n 'A 7.,. t7.ti v, H % H FC
= CD ....crg , 5 • a: 6., . 2 ..o.. •
.i no •
(") CI) CI)
co = Fi (I) H
cp C.4 et) 0 4 CD = -r- CD 0 .-,- t-c•
v)
= = 0 CfQ .,
cn
a" v,, -. ,-/-
rp ri P ...
e'C' = -,, fw crq Pa' co CIQ=
.-r1 •--t.CfQco = 0 7z1 rD CL
0 n
-t
,4' -)t) q
'.4i r.;)=t o 5 9,
p `-< p0a = fa, oja
'
PS"
FD--= * =
CfQ Cr,=N'
P
-r-
,--
0
Z

Page 294 of 321


tA0 tv t..) ,--. I-, Z cA O O
O ,-- O ,.- O 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

Page 295 of 321


.1=, .A, .P. I...) 1-...) t....) I....) 1....)
.
• in 1...) i•.) _ A,
N -r z:::, IA. 8 't-
= 0
4:1 o *0 .,,
0 Z
CD '10
o 0-t) 'PT
0 < .- • = CM "1,, .-t- 0) CA
0 ..-1 = p., GA 7_,. CD .....
CD = ,-,-
0 '.0.-t C4 H
o =v) '1 o c()
0 'ti 77 .- CD •-s -v) CD--t •
— I—.. mb
..ra'
-, z a) 0 CrQ ,.,,,- • `0; --0.)
> 5" = fa) (7 -, CD A) ..-4 ,vI.--
■••i ,—..... v 0 v) cn 4.3 • cn C
z 0 r, $12 *I 1:3 0 til
a' c, r+ = cn 00 -,,, 0 h_
ti 0
= cA *CI 0 0 ,,,• ,---. CD
.-t- '' cy col = A)
'0 v)
,-— .-1-
= 0 '1=3 =
0 fig pu z• • V .-t ..1 CL 0 '0 1:1) v, Oti = ■-t •-t- r)
.-,) CD A) 0 '",) *0 = cn ■-•
^■ ca . •
,,,.,
r7. er) t-, ..4., o (,) ' e) V)
v) .-.0d 0"3
-to
at n,., cD" n -• —, CD '5,h K
I■1
1:0
A) 6- ,-' .. 0 0 = 11)
CI. CI. ^ ■-t 4-4- '<
cn
(i)
v) cr) . - • •
o ■-r-1 o o cn 5 -o 4 5 . 0 -•
x 0 = (4 R,, CD 0 AD 0 0"3
-•• = -n ° 0 0 '0
CD P v) fa. ,„- = 1 AD ,
0 :....• ca
- .. ,....., (1)
.-1 '-')
0
t-t- di) •/ C4 o'
CD
=
Szo C CP:i
7 0 Ca.,
s...... .._.,

..-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/ =

Page 296 of 321


d-• cA
0 a)
Ai rz4 0
t
04
O. z I■4 "c3
0 64
Fd a)
ct
H ct
U 7:3
;4 a)
00 g a)
ri) w 0
■4
I-4 .4 fa.
X
Wu Ai >'
ctl
0 P.
cA
PA cA
Pi 0
0
ci) g a)
44 U
. I . I . 0
pi
con pi a)
I) a)
0 ).,
...t o s -os o z $_.
g o. 1-r-, ci) -4- t 1.- 0 41-.0t . U' ia)-A.
0 H 9 4:ci .(:)
tu a) s:/
E ,.., ct 0 a)
U iii-i ° '—'
sa. '4
' 7
,...
sa. C-,
V)
0
7
r-
Cl) 4-I
4-0 (4-4
cci 0
4) Cl
Car a)
c.n y_,
C y' Ud
-o
cu
u., = 7:a% .=
.:"' a)
C-.)
Fl °
o c::' o 0
4 =
W4
co co co
---' o o
0 co c,
-tC U o
CY 0
44 cn 0
":1
CCS
0
a)
'7:1 6'. cA u) I-
0 -ca
,.., a)
.0 I.. 0 • - -' -
ct a) t 4=, ..= ..-4 cE1 •0 -4:5 0 r=4
U 0
.- ,= ri .-• ct o 0
1-1 0 -to 0 (L)
u 0 -•-•
H Q. ,...., 0 2 .F., -co u
a) $... •-,
. "oi, a) c,
z Q. ,..U E 1:1 0
a)
as --0 0 +-+
1.) 4_,
.
v, a)
Z cc: ...
4
.2 0 $-. 4-4
u)
a . F., E 0. > — a)
6T4
H U
v ,,, .4-', s C)
t:)
—" --4. 0 E0
g (4- ak c:', 3 0
H ....0 rz, as ,., tA 3 0 ,.. 0 •CA
U ca. 0
,•,) a, a•-. .--
-•-• O■1 0
H a) 0
- ,.., c.. an . a 0
b
0 . n. Cl)
g a4 ,- 7.,, a. . 0 •>•-- 7:' = ,, •rd
0(.5
P. U fa.-0 0
-,t H = 0) teY, ',E1
4-1 ( EA
= a rn Q •.,.., • ,-'
^. 0 0 c 7:3
17.4 = 'A a.
> ct: •o- = 1) c,9 o •- 0 u.
U
> ...._ te-,
sa.
CI)
,--- o LI-,
0
cA a)
-o 0
cA
,••- ,,,
T) c4
U o•- al... a)
3 /'"4 > "0 a)
F* "0 +-• ..= ' 0
a) 0 a)
0. 0
0-1
..,
°)
0 v, en 5. cA cA
>
- ,a)
.0
as a) -•-- czt
ca. c.) to = $.. (A
E-■ .- = "5 a) O
U E rt 7.; 2
-,-. bb' _E—
= U 'a
et 0
u ..- =
... $:/, eal -, -0c.,..., a.) 0
ca. (-) 0
ti.
0 10
15 0 -c-d =.
cw E is 0
-6;4 a 0
.- •••cd
0
0 .-, w E v) 0
..e o = = 0
-00 O
H .4-■
;: v -;•,.-;
.,
T't
CA a) 0 0
c,.. A .,,- C.

a)
cn 44
.0- cA• -0
--•
a. "0)
1.)
71- 0 ,—, 0 —' CV
dM
VD 4 4 • it.: ifi .6 .6 .6 1-4
Page 297 of 321
>
t,„)
CD
ra.
(9

°
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'

Page 298 of 321


STANDARD SPECIFICATION
tg
STANDARD SPECIFICATION No.

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

,flcomoict) TIPTth LI 111


f'6g itta-vr

STANDARD SPECIFICATION
FOR
POSITIVE MATERIAL
IDENTIFICATION
(PMI)
AT SUPPLIER'S WORKS

40D ., 15,
2 20.10.11 REVISED AND RE-ISSUED AKC DM

1 15.07.08 REVISED AND RE-ISSUED


NKR SSL SKP VC
0 07.12.00 ISSUED AS STANDARD SPECIFICATION AKC AKB AKB MI
Standards Standards
Rev. Prepared Checked Committee Bureau
No Date Purpose
by by Convenor Chairman
Approved by

Formal No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 299 of 321


STANDARD SPECIFICATION STANDARD SPECIFICATION No.
151Mae? - le.' ENGINEERS FOR POSITIVE MATERIAL
imegver INDIA LIMITED
yin eRaWanJelwill Govl of India Undertakno IDENTIFICATION (PM I) AT
6-81-0001 Rev. 2
SUPPLIER'S WORKS Page 2 of 8

Abbreviations:

API American Petroleum Institute


AS Alloy Steel
LSTK Lump Sum Turn Key
PMI Positive Material Identification
Sch Schedule
SS Stainless Steel
TPI or TPIA Third Party Inspection Agency

Inspection Standards Committee

Convenor: Mr.AK Chaudhary

Members: Mr. SS Lotay


Mr. SC Gupta
Mr. RK Singh
Mr. Rajeev Kumar
Mr. Anoop Goel
Mr. G Suresh
Mr. G Poornachandra Rao
Mr. MP Jain (Projects)

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved


Page 300 of 321
STANDARD SPECIFICATION STANDARD SPECIFICATION No.
151M4-e?fte ENGINEERS FOR POSITIVE MATERIAL
Ogrir tfigtegW INDIA LIMITED
Gorl of India undertaking} IDENTIFICATION (PMI) AT
6-81-0001 Rev. 2
SUPPLIER'S WORKS Page 3 of 8

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

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL —All rights reserved


Page 301 of 321
STANDARD SPECIFICATION STANDARD SPECIFICATION No.
ft/ ENCJNEERS FOR POSITIVE MATERIAL
beire,altateg ‘60
'- -1 INDIA LIMITED 6-81-0001 Rev. 2
IDENTIFICATION (PMT) AT
SUPPLIER'S WORKS Page 4 of 8

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:

1.4.1 For alloy Steel materials as below:


Alloy Steel Pipes including Clad Pipes
Alloy Steel Flanges & Forgings
Alloy Steel Fittings including Clad Fittings
Alloy Steel Fasteners
Alloy Cast & Forged steel valves
Alloy Steel Instrumentation Items (Control Valves, Safety Valves etc.)
Longitudinal Pipe & Fittings Welds.
Gaskets (for Ring Type Joints)

1.4.2 For Carbon Steel materials as below:


All Carbon Steel Piping items under NACE or HIC or H2
Carbon Steel flanges and valves (Rating 900# and above)
Carbon Steel Pipes & fittings for following thicknesses:
Size 1"- 2" NB : Sch 160 & above
Size 3" NB : Sch XS & above
Size 4" - 12" NB : Sch 120 & above

Following items shall be excluded from scope of PMI examination.

Gaskets other than for Ring Type Joints


Internal Components of Valves

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).

2.0 REFERENCE DOCUMENTS

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.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 302 of 321


STANDARD SPECIFICATION STANDARD SPECIFICATION No.
SaIRCIELM—; ENGINEERS FOR POSITIVE MATERIAL
Par taiReZ VW INDIA LIMITED 6-81-0001 Rev. 2
IDENTIFICATION (PM I) AT
SUPPLIER'S WORKS Page 5 of 8

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.

4.0 PMI EXAMINATION

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.

4.5 PMI examination is subject to surveillance inspection by Owner/EIL/TPIA.

5.0 ACCEPTABLE METHODS FOR PMI

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.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 303 of 321


STANDARD SPECIFICATION STANDARD SPECIFICATION No.
ISillaZreq e ENGINEERS FOR POSITIVE MATERIAL
s'Ig7e2eg W
INDIA UMITED
Govt a Inaa Undenakingi IDENTIFICATION (PMI) AT
6-81-0001 Rev. 2
SUPPLIER'S WORKS Page 6 of 8

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.

6.0 EXTENT OF PMI EXAMINATION

Following sampling plans shall be applicable for PMI examination of various items.

Flanges, Fittings 100%


Valves, RTJ Gaskets

Pipes 100% (for pipes procured from traders).

2 random samples drawn from each


Size/Heat/Lot (for pipes procured directly from mills)
C. Fasteners

Lot Size Sample Size

Upto 100 2% (Min 2)


101 to 500 1% (Min 3)
501 and above 0.5% (Min 5)

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.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 304 of 321


STANDARD SPECIFICATION STANDARD SPECIFICATION No.
i.311-aelti . ENGINEERS FOR POSITIVE MATERIAL
ogrir EiRtegi INDIA LIMITED
IA Go' at India Undertaking) IDENTIFICATION (PMI) AT
6-81-0001 Rev. 2
SUPPLIER'S WORKS Page 7 of 8

7.0 RECORDING AND DOCUMENTATION

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"

Bar Code/Hologram Sticker


A low stress stamp marking

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved


Page 305 of 321
STANDARD SPECIFICATION STANDARD SPECIFICATION No.
012-ael ie ENGINEERS FOR POSITIVE MATERIAL
st",ar &Reg W INDIALIMTED 6-81-0001 Rev. 2
GOA Of India undertakng) IDENTIFICATION (PMI) AT
SUPPLIER'S WORKS Page 8 of 8

POSITIVE MATERIAL IDENTIFICATION REPORT Page of


BULK MATERIALS

Project: Client Job No.

PMI Report No. Supplier/Sub-Supplier

Purchase Order No. Testing Agency

Purchase PMI Location


Requisition No:

Bulk Item Type (as per Requisition)

Material Specification/Grade

Number of items in Lot

Requisition Item No./ Description Major content, Weight Percent Remarks


Accept/Reject

Element Cr Mo Ni V

Specified Range

Actual observations

Instrument Type / ID

Last Service Date Witnessed By


Inspection Agency

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved


Page 306 of 321
Page 307 of 321
Page 308 of 321
Page 309 of 321
Page 310 of 321
Page 311 of 321
Page 312 of 321
Page 313 of 321
Page 314 of 321
Page 315 of 321
Page 316 of 321
Page 317 of 321
Page 318 of 321
Engineers India Limited As on 23/04/2014

List of Approved All Vendor for INSTRUMENTATION Items


Parameter Unit Group Range Range Remarks
Code From To
Item : PRESSURE RELIEF VALVE(15EC)
Vendor : ANDERSON GREENWOOD CROSBY(A710)
Constraints :
DESCH.SIZE NB(IN) 01 1.00 1.00
Constraints :
DISCH.RATING LBS 01 1.00 1.00
Constraints :
SUCTION RATING LBS 01 1.00 1.00
Constraints :
SUCTION SIZE NB(IN) 01 1.00 1.00 ENQUIRY FOR PROJECTS OUTSIDE INDIA
Vendor : BHEL (TRICHY)(B015)
Constraints :
DESCH.SIZE NB(IN) 01 1.00 8.00
Constraints :
DISCH.RATING LBS 01 150.00 300.00
Constraints :
SUCTION RATING LBS 01 150.00 2,500.00
Constraints :
SUCTION SIZE NB(IN) 01 0.75 6.00
Vendor : BLISS ANAND PVT LTD(B110)
Constraints :
DESCH.SIZE NB(IN) 01 1.00 1.00 FROM M/S CURTISS WRIGHT FLOW CONTROL CORP. (CWFC). PRV OF HIGHER
SIZE & RATING TO BE SOURCED FROM CWFC IN FULLY ASSEMBLED &
INTERNAL TESTED CONDITION. PRE-DISP. INSP. AT MANESAR-GURGAON
WORKS.
Constraints :
DISCH.RATING LBS 01 1.00 1.00
Constraints :
SUCTION RATING LBS 01 1.00 1.00 SPRING,BELLOWS,'O' RINGS/SOFT SEATING SHALL BE SOURCED
Constraints :
SUCTION SIZE NB(IN) 01 1.00 1.00 SERIES 2600 (EXCEPT ASME SEC I & IBR SIZED VALVES),2700, SIZE &
RATING,INLET: UPTO 4"/900#, OUTLET: UPTO 6"/300#.INLET UPTO 6"/600#
OUTLET UPTO 10"/150#,INLET UPTO 8"/300# OUTLET UPTO 10"/150#
Vendor : CURTISS WRIGHT FLOW CONTROL CORPORATION(C700)
Constraints :
DESCH.SIZE NB(IN) 01 1.00 1.00
Constraints :
DISCH.RATING LBS 01 1.00 1.00
Constraints :
SUCTION RATING LBS 01 1.00 1.00
Constraints :

Page 319 of 321 Page 1 of 3


Engineers India Limited As on 23/04/2014

List of Approved All Vendor for INSTRUMENTATION Items


Parameter Unit Group Range Range Remarks
Code From To
SUCTION SIZE NB(IN) 01 1.00 1.00 MANUFACTURING DIVISION: FARRIS ENGINEERING. "ENQUIRY TO M/S BLISS
ANAND P LTD (B-110) FOR PROJECTS IN INDIA".
Vendor : DARLING MUESCO (INDIA) PVT. LTD.(D101)
Constraints :
DESCH.SIZE NB(IN) 01 0.00 3.00
Constraints :
DISCH.RATING LBS 01 150.00 150.00
Constraints :
SUCTION RATING LBS 01 150.00 600.00
Constraints :
SUCTION SIZE NB(IN) 01 0.00 2.00 Pressure Relief Valve -Conevenational type (series SVE-520) (Except ASME SEC I & IBR
sized valves);Thermal Relief Valve (series T100,110)
Constraints :
DESCH.SIZE NB(IN) 02 0.00 8.00
Constraints :
DISCH.RATING LBS 02 150.00 150.00
Constraints :
SUCTION RATING LBS 02 150.00 300.00
Constraints :
SUCTION SIZE NB(IN) 02 0.00 6.00
Vendor : DRESSER INC.(D523)
Constraints :
DESCH.SIZE NB(IN) 01 1.00 1.00
Constraints :
DISCH.RATING LBS 01 1.00 1.00
Constraints :
SUCTION RATING LBS 01 1.00 1.00
Constraints :
SUCTION SIZE NB(IN) 01 1.00 1.00
Vendor : FUKUI SEISAKUSHO CO LTD(F525)
Constraints :
DESCH.SIZE NB(IN) 01 1.00 1.00
Constraints :
DISCH.RATING LBS 01 1.00 1.00
Constraints :
SUCTION RATING LBS 01 1.00 1.00
Constraints :
SUCTION SIZE NB(IN) 01 1.00 1.00
Vendor : INSTRUMENTATION LTD. (PALGHAT)(I172)
Constraints :
DESCH.SIZE NB(IN) 01 1.00 10.00
Constraints :

Page 320 of 321 Page 2 of 3


Engineers India Limited As on 23/04/2014

List of Approved All Vendor for INSTRUMENTATION Items


Parameter Unit Group Range Range Remarks
Code From To
DISCH.RATING LBS 01 150.00 300.00
Constraints :
SUCTION RATING LBS 01 150.00 2,500.00
Constraints :
SUCTION SIZE NB(IN) 01 0.75 8.00
Vendor : LESER GMBH & CO. KG(L569)
Constraints :
DESCH.SIZE NB(IN) 01 1.00 1.00
Constraints :
DISCH.RATING LBS 01 1.00 1.00
Constraints :
SUCTION RATING LBS 01 1.00 1.00
Constraints :
SUCTION SIZE NB(IN) 01 1.00 1.00
Vendor : MEKASTER ENGINEERING LTD(M278)
Constraints : 01B HOLIDAY-LABOUR UNREST
DESCH.SIZE NB(IN) 01 0.00 10.00
Constraints : 01B HOLIDAY-LABOUR UNREST
DISCH.RATING LBS 01 150.00 300.00
Constraints : 01B HOLIDAY-LABOUR UNREST
SUCTION RATING LBS 01 150.00 1,500.00
Constraints : 01B HOLIDAY-LABOUR UNREST
SUCTION SIZE NB(IN) 01 0.00 8.00
Vendor : NAKAKITA SEISAKUSHO CO LTD(N541)
Constraints :
DESCH.SIZE NB(IN) 01 1.00 1.00
Constraints :
DISCH.RATING LBS 01 1.00 1.00
Constraints :
SUCTION RATING LBS 01 1.00 1.00
Constraints :
SUCTION SIZE NB(IN) 01 1.00 1.00
Vendor : TYCO SANMAR LTD(T181)
Constraints :
DESCH.SIZE LBS 01 1.00 16.00
Constraints :
DISCH.RATING NB(IN) 01 150.00 300.00
Constraints :
SUCTION RATING LBS 01 150.00 2,500.00
Constraints :
SUCTION SIZE NB(IN) 01 0.75 12.00

Page 321 of 321 Page 3 of 3

You might also like

pFad - Phonifier reborn

Pfad - The Proxy pFad of © 2024 Garber Painting. All rights reserved.

Note: This service is not intended for secure transactions such as banking, social media, email, or purchasing. Use at your own risk. We assume no liability whatsoever for broken pages.


Alternative Proxies:

Alternative Proxy

pFad Proxy

pFad v3 Proxy

pFad v4 Proxy