Académique Documents
Professionnel Documents
Culture Documents
Table of Contents
Document Number Rev. Document Title Page
Number
A307-0ID-EA-MR- A ENQUIRY DOCUMENT 4
6557-1191-RFQ
A307-0ID-EA-MR- A AIR COOLERS 203
6557
7-15-0105 3 Frame Standard Stationary Header Fixing 212
7-15-0107 3 Frame Standard Tube Support Top 213
7-15-0117 rev2.pdf 2 Stds 214
7-15-0109 3 Frame Bracing Detail 215
7-15-0118 rev3.pdf 3 Stds 216
A307-000-16-54-DB- 0 SITE SPECIFIC SEISMIC SPECTRA 217
0258
7-15-0122 3 Tube Bundle Frame Detail with Spacer 223
A307-0ID-16-46- A VDR FOR VDR COMPILATION 224
VDR-6557
7-15-0113 rev3.pdf 3 Stds 228
6-15-0003 3 Standard specification for welded tube to tubesheet joints. 229
A307-000-06-42- 1 JOB SPECIFICATIONS FOR SHOP AND FIELD 238
PLS-01 PAINTING/COATING AND LINING
7-68-0506 5 Steel stairs 286
6-78-0001 0 Specification for Quality Mgt. System Requirements from Bidders 292
7-15-0016 4 Earthig Lug (Shell & Tube Exchangers) 301
6-81-1032 2 ITP for MV motors 302
7-15-0116 rev3.pdf 3 Stds 308
7-15-0121 3 Tube Bundle Frame Detail 311
6-15-0091 2 Standard specification for hardness requirement. 312
7-68-0697 0 Electroforged grating type-I & type-II 317
A307-0IV-16-46-DS- 0 HLPS VAPOR AIR COOLER IV-E-105 A/B 323
3005
A307-0IV-16-46-DS- 0 ENGINEERING DRAWINGS/SETTING PLAN 324
300502
A307-0IV-16-46-DS- 0 ENGINEERING DRAWINGS/SETTING PLAN 325
300503
7-15-0110 3 Tube Supprot Bottom Beam Detail 326
7-15-0142 rev3.pdf 3 Stds 327
7-68-0501 6 Handrails 328
A307-0ID-16-46-SK- 2 JOB SKETCHES 336
0005
7-15-0114 rev3.pdf 3 Stds 337
A307-0ID-16-46-DS- 1 ENGINEERING DRAWINGS/SETTING PLAN 338
3626
A307-0ID-16-46-DS- 1 ENGINEERING DRAWINGS/SETTING PLAN 339
3626A5
A307-0ID-16-46-DS- 1 ENGINEERING DRAWINGS/SETTING PLAN 340
3626A4
A307-0ID-16-46-DS- 1 ENGINEERING DRAWINGS/SETTING PLAN 341
3626A3
A307-0ID-16-46-DS- 1 ENGINEERING DRAWINGS/SETTING PLAN 342
3626A2
6-78-0003 0 Specification for Documentation Requirement from Suppliers 343
6-51-0049 0 Specification for small MV variablefrequency drive system 355
A307-0ID-16-50-SP- A A307-0ID-16-50-SP-6557 REV A.doc 368
6557
A307-16-46-TR-6557 A INSTRUCTIONS TO VENDOR/ TECHNICAL REQUIREMENTS 372
Page 1 of 504
Table of Contents
Document Number Rev. Document Title Page
Number
A307-0ID-16-46-DS- 1 MECHANICAL DATASHEETS 374
4200
7-15-0103 rev3.pdf 3 Stds 375
A307-0ID-16-46-DS- 1 ENGINEERING DRAWINGS/SETTING PLAN 376
3625
A307-0ID-16-46-DS- 1 ENGINEERING DRAWINGS/SETTING PLAN 377
3625A2
A307-0ID-16-46-DS- 1 ENGINEERING DRAWINGS/SETTING PLAN 378
3625A3
A307-0ID-16-46-DS- 1 ENGINEERING DRAWINGS/SETTING PLAN 379
3625A4
A307-0ID-16-46-DS- 1 ENGINEERING DRAWINGS/SETTING PLAN 380
3625A5
7-68-0509 5 Steel ladder joint details 381
A307-000-16-50-DS- A MV MOTOR VFD DRIVEN 385
0503
6-81-1038 1 ITP for MV Variable Frequency Drive System 386
A307-0ID-16-46-DS- 1 MECHANICAL DATASHEETS 392
3650
A307-16-46-SS-6557 A SCOPE OF WORK AND SUPPLY 393
7-15-0111 rev3.pdf 3 Stds 397
A307-000-16-50-DS- A DATA SHEET FOR MV VARIABLE FREQUENCY DRIVE UPTO 398
0553 55KW
A307-0ID-16-46-DS- 1 ENGINEERING DRAWINGS/SETTING PLAN 401
3619
A307-0ID-16-46-DS- 1 ENGINEERING DRAWINGS/SETTING PLAN 402
3619A2
A307-0ID-16-46-DS- 1 ENGINEERING DRAWINGS/SETTING PLAN 403
3619A3
7-15-0006 rev3.pdf 3 Stds 404
7-15-0115 rev2.pdf 2 Stds 405
A307-0ID-16-46-DS- 1 MECHANICAL DATASHEETS 406
3633
A307-16-46-SP-6557 A MR JOB SPECIFICATION 407
A307-0ID-16-50-VR- A VENDOR DATA REQUIREMENTS 416
6557
7-15-0108 3 Frame Standard Floating Header Support 420
6-15-0004 3 Standard specification for expanded tube to tubesheet joints. 421
A307-0ID-16-46-DS- 1 ENGINEERING DRAWINGS/SETTING PLAN 428
3608
A307-0ID-16-46-DS- 1 ENGINEERING DRAWINGS/SETTING PLAN 429
3608A2
A307-0ID-16-46-DS- 1 ENGINEERING DRAWINGS/SETTING PLAN 430
3608A3
7-15-0101 rev3.pdf 3 Stds 431
A307-000-16-50-DS- A ELECTRICAL LOAD DATA 432
1002
A307-0ID-16-46-DS- 1 MECHANICAL DATASHEETS 435
3632
A307-16-46-MC- A MATERIAL OF CONSTRUCTION FOR ACHE 436
6557
7-15-0106 3 Frame End Top 439
6-51-0032 4 Specification for medium voltage induction motors. 440
A307-0ID-16-50-SL- A SPARE LIST 454
6557
A307-0ID-16-46-DS- 1 ENGINEERING DRAWINGS/SETTING PLAN 456
3607
Page 2 of 504
Table of Contents
Document Number Rev. Document Title Page
Number
A307-0ID-16-46-DS- 1 ENGINEERING DRAWINGS/SETTING PLAN 457
3607A2
A307-0ID-16-46-DS- 1 ENGINEERING DRAWINGS/SETTING PLAN 458
3607A3
A307-0ID-16-46-DS- 1 MECHANICAL DATASHEETS 459
3631
A307-16-46-FN-6557 A SPECIFICATION SHEET FOR FAN FOR ACHE 460
7-68-0507 6 Details of steel ladder 463
6-15-0071 4 General specification for air cooled heat exchangers. 466
A307-0ID-16-46-DS- 1 ENGINEERING DRAWINGS/SETTING PLAN 488
3605
A307-0ID-16-46-DS- 1 ENGINEERING DRAWINGS/SETTING PLAN 489
3605A2
A307-0ID-16-46-DS- 1 ENGINEERING DRAWINGS/SETTING PLAN 490
3605A3
A307-0ID-16-46-DS- 1 ENGINEERING DRAWINGS/SETTING PLAN 491
3605A4
A307-0ID-16-46-DS- 1 ENGINEERING DRAWINGS/SETTING PLAN 492
3605A5
A307-0ID-16-46-DS- 1 MECHANICAL DATASHEETS 493
3600
A307-16-46-BS-6557 A GUIDELINE TO VENDOR FOR BELT SELECTION 494
A307-000-16-50-DS- A M.V. MOTOR 496
0501
6-81-0010 2 ITP for air cooled heat exchanger 497
Page 3 of 504
+EI Bhawan Annexe, Bhikaiji Cama Place, RK Puram, New Delhi – 110 066, INDIA
Phone No : 0091-11-26762121 ; Fax No : 0091-11-26191714, 26167664
REQUEST FOR QUOTATION (RFQ)
RFQ No.: SM/ A307-ID-EA-MR-6557/1191 Date: 25.10.2013
To, Client : BHARAT PETROLEUM CORPN. LIMITED
M/s
Project: INTEGRATED REFINERY EXPANSION PROJECT AT
KOCHI REFINERY
MR No.: A307-ID-EA-MR-6557 Rev. A
Item: AIR FIN COOLERS (CS & SS)
Due Date & Time: 22-NOV-2013 & Up to 1200 Hrs. (IST)
At 1400 Hrs. (IST) on 22-NOV-2013 (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 fall
on Holiday, the next working day shall be deemed to be due
date)
PRICED BID OPENING: TIME & VENUE SHALL BE INTIMATED LATER.
Gentlemen,
Bids are requested on behalf of our Client M/s Bharat Petroleum Corporation Limited on e-procurement
system for the subject item in total compliance to technical specifications, scope & terms & conditions of
enquiry documents / attachments.
1. Bidder should submit their bids strictly as per the requirements outlined hereunder and as specified in
the material requisition.
2. Bidder can download the RFQ Documents from EIL’s website http://tenders.eil.co.in/
http://www.tenderwizard.com/eil.
3. Bids are required to be submitted through EIL’s Authorized Service Provider’s (ASP) Electronic System /
Portal at www.tenderwizard.com/eil only, on or before the bid submission date and time. Bidders are
required to register themselves at www.tenderwizard.com/eil . No registration fee would be charged from
the bidders.
Bidders to refer attached Instructions to Bidders for E-Tendering.
4. Bidders are required to upload the complete bid comprising of Part-I:- Unpriced Bid along with all
supporting documents & Part-II :- Priced Bid on the e-tendering website (www.tenderwizard.com/eil)
only.- Refer General Instruction provided in SIB .
5. Bidder to ensure that they are able to download the bid documents / price schedule on e-tendering
website atleast two days before Bid Due Date (BDD).
6. Technical specification should be strictly as per the Material Requisition attached. It may be noted that
the Bid shall be evaluated as received.
7. Commercial requirements are specified in the Special Instructions to Bidders, General Purchase
Conditions, Agreed Terms & Conditions (ATC) questionnaire and all other RFQ documents. The pre-
filled Agreed Terms & Conditions Questionnaire should be returned duly signed and stamped along with
copy of your un-priced bid.
8. If not bidding, please inform vide E-mail with attached regret letter within the due date & time, with
reasons(s) of not participating in the RFQ. In case there is no response, names of such bidder may not
be considered for issuance of future enquiries.
9. Direct bids only, without the intermediary of an Indian Agent will be considered from Foreign Bidder.
Page 1 of 6
Page 4 of 504
10. Completion/Delivery Period:-
SUPPLY :
11 Months on FOT Site Basis.
SITE WORK :
03 Months from the date of Site readiness. 15 days advance intimation will be given for Site readiness.
11. Payment Terms
Payment Terms shall be as per clause No.1.3 and 1.7 of Special Instruction to Bidders (SIB) for Indian
Suppliers and clause No. 2.2 of Special Instruction to Bidders (SIB) for Foreign Suppliers.
12. The offer should be valid for 4 (Four) months from final bid due date.
13. Only E-Bids to be uploaded in EIL’s authorized service provider’s portal www.tenderwizard.com/eil
shall be acceptable. Physical bids and Bids/ Offer through Email or fax/ Telex/Telegraphic or Bids
received in open condition or Bids in any other mode shall not be accepted.
14. 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.
15. Canvassing in any form by the Bidder or by any other agency on their behalf may lead to
disqualification of their bid.
16. E-bids received online shall be opened at EIL office on due date and time as specified above. Bidder
can view online the name of the other bidders who have submitted their e-bids after opening is
completed by EIL.
17. All technically and commercially acceptable bidders will be advised of venue, date and time of priced
bid opening. Bids shall be opened online, hence bidders may review opening status at their places.
Interested bidder may sent their representatives (duly authorised by a competent person and having
the Letter of Authority as per proforma enclosed), of such technically and commercially acceptable
bidders. Time and Date of opening of Price Bids shall be notified to the qualified and acceptable
bidders at a later date.
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. Addendum / corrigendum to the RFQ documents if issued must be signed and submitted along with
the bid.
20. 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.
21. EIL reserves the right to use in-house information for assessment of bidder’s capability as on the date
of issue of RFQ for consideration of bid.
22. 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.
23. The bidder who is providing the technology from the company which is recently acquired / taken over
by them or purchasing the technology by other companies, shall be provide proper documentary
evidence. In the absence of the same their offer shall be liable for rejection.
24. Purchaser reserves the right to make any changes in the terms and conditions of purchase and to
reject any or all the bids.
25. Repeat Order is not applicable for the RFQ.
26. Bidders are requested to quote as per their capability as registered in EIL, as on the date of issue of
RFQ.
Page 2 of 6
Page 5 of 504
27. Owner reserves its right to allow Public Sector Enterprises (Central/State), Micro & Small Enterprises
(MSEs) and MSEs owned by Scheduled Caste (SC)/ Scheduled tribe (ST) entrepreneurs, purchase
preference as admissible/applicable from time to time under the existing Govt. policy. Bidder to
submit documentary evidence for the same duly certified by Statutory Auditor of the bidder or a
practicing Charted Account (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.). In this regard, item
wise quantity may be splitted and the quoted price shall remain valid.
28. The Net Worth of the bidder should be positive as per the immediate preceding year’s audited
financial results. However, Central Public Sector Enterprises (CPSEs) are exempted from this
requirement. If the bidder is not meeting the above criteria their bid shall not be evaluated further.
Bidders are therefore requested to furnish the Audited Financial Statement for the immediate
preceding year including Profit & Loss Account.
29. Category of MR:
i) Please note that this is a Category-I MR whereby no technical offers are invited and no
correspondence shall be entered into or entertained after bid submission.
ii) No technical details of any nature shall be included in the offer and if the offer contains any
technical deviations or clarifications or stipulates any technical specifications, the offer shall be
liable for rejection.
iii) The submission of prices by vendor shall be construed to mean that the vendor has confirmed
compliance with all technical specifications of the correspondence item.
iv) We reserve the right to make any changes in the terms and conditions of purchase and to reject
any or all the bids.
(SUBHENDU MONDAL)
ASST. GEN. MANAGER(C&P)
ENGINEERS INDIA LIMITED
Enclosure: As per List Attached
Page 3 of 6
Page 6 of 504
LIST OF ENCLOSURES
DOCUMENT
A) Request For Quotation (RFQ)
B) Proforma of Letter of Authority for Attending Un-priced / Priced Bid Opening
C) Price Schedule Format (For Indian and Foreign Bidders)
D) Commercial document:
i) Agreed Terms & Conditions (For Indian Bidders)
ii) Agreed Terms & Conditions (For Foreign Bidders)
iii) Agreed Terms & Conditions (Indian Source Items supplied by Foreign Bidder)
iv) Special Instruction to Bidders (SIB)
v) General Purchase Conditions (Indian)
vi) General Purchase Conditions (Imported)
vii) General Conditions of Contract
viii) Terms & Conditions for Site Work
ix) Tax Residency Certificate Format (For Foreign Bidders)
x) Packaging Requirements (for Foreign Bidders)
xi) Instruction to Bidders for e-tendering.
xii) Browser Settings
xiii) Vendor Help Manual
xiv) Integrity Pact
E) Technical document: MR No. A307-ID-EA-MR-6557 REV. A
Page 4 of 6
Page 7 of 504
Proforma of Letter of Authority for Attending Unpriced / Priced Bid Opening
No. Date:
Dear Sir,
We confirm that we shall be bound by all and whatsoever our representative(s) shall commit.
Yours faithfully,
Signature _________________________
Name & Designation ________________
For & on behalf of __________________
Note:
This Letter of Authority should be on the letterhead of the bidder and should be signed by a person competent and having
the Power of Attorney to bind the bidder.
Page 5 of 6
Page 8 of 504
ANNEXURE-I
i) In Tender, participating Micro and Small Enterprises quoting price within price band of L1+15%
shall also be allowed to supply a portion of requirement by bringing down their prices to L1 price
in a situation where L1 price is from someone other than a micro and small enterprises and such
micro and small enterprises shall be allowed to supply upto 20% of the total tendered value. In
case of more than one such Micro and Small Enterprises, the supply shall be shared
proportionately (to tendered quantity). Further, out of above 20%, 4% (20% of 20%) shall be
from MSEs owned by SC/ST entrepreneurs. This quota is to be transferred to other MSEs in case
of non-availability of MSEs owned by SC/ST entrepreneurs.
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.
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.
Note :- The provisions for micro & small enterprises under PPP, 2012 mentioned above shall only
be applicable for such items for which evaluation shall be done on item wise basis and
the same shall not be applicable for items for which group wise / block wise (blocks with
more than 1 item/tags) evaluation is to be done.
Page 6 of 6
Page 9 of 504
PREAMBLE TO PRICE SCHEDULE (INDIAN)
RFQ NO. SM/A307-ID-EA-MR-6557 /1191
ITEM : AIR FIN COOLER (CS & SS)
Name Of Bidder: _________________________________________________________
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 Bidder shall furnish built-in CIF value if any, against each quoted item, giving details of description of goods, qty. rate of Custom Duty etc. in attached FORM- 2..
3 All the Columns of quoted items in the Price Schedule must be filled with required information, as applicable.
4 Bidder must quote the price in enclosed Price Schedule formats only. The formats shall not be changed and/or retyped.
5 Quoted prices are firm and fixed till complete execution of the entire order and no variation on any account is allowed.
6 Bidders shall quote Unit Rates for Addition/ Deletion purpose, as per Format provided with Material Requisition.
7 Bidder' quoted prices are inclusive of Mandatory Spares/Commissioning spares and Special Tools and Tackles as per MR . Bidder shall furnish itemwise price break up of such spares and
Special Tools and Tackles in separate sheet.
8 Bidder to note that inspection shall be carried out by EIL and the charges for the same shall be borne by Owner. However, in case of certain Import Contents as required by bidder for subject item
the same shall be procured under TPIA (Lloyds/BV/DNV/TUV/CEIL) inspection in the country of origin and the quoted prices shall be inclusive of the same.
9 Bidder must submit signed and stamped Un-Priced copy of Price Schedule indicated "Quoted"or "Not Quoted" against each item with their Unpriced offer.
10 Bidders shall quote the cost towards Comprehensive Insurance (Transit/Marine cum Storage, Erection, till handing over of equipment) in the Price Schedule for the entire scope of
work for MR items as per MR. The same shall be considered for evaluation and award of work.
11 In case of any discrepancy between Unit Price and Total Price, Unit Price shall prevail.
12 Bidders quoted Transportation Charges upto Project Site shall be inclusive of Service Tax plus Ed. Cess.
13 Necessary Tax Registration, if any, for site activities shall be done by bidder and cost for the same shall be included in the quoted price..
14 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.
NOTES: 1.Bidders must submit this document duly signed and stamped with both unpriced & priced offer.
Page 10 of 504
PRICE SCHEDULE (INDIAN BIDDER)
RFQ NO. SM/A307-ID-EA-MR-6557/1191
ITEM : AIR FIN COOLER (CS & SS)
NAME OF BIDDER: M/S __________________________
Unit/Total Transportation Charges
ITEM SL. Unit/ Total Price on FOT upto Project Site inclusive of Total Price for
QUANTITY Service Tax plus education cess Comprehensive Insuarance (
NO. AS PER TAG NO. DESCRIPTION Despatch Point Basis
(IN UNITS) on Freight
MR. incl. of P & F (in Rs.) In Rs.)
(in Rs.)
1 MAIN SUPPLY PRICE
01.00 Supply of AIR FIN COOLER (CS & SS) for following Tags/ Items as per
complete scope mentioned in Material Requisition No. A307-ID-EA-MR-6557
Rev. A
01.01 ID-E-105 A-F HCGO PRODUCT AIR COOLER 1
01.02 ID-E-107 LCGO PUMPAROUND AIR COOLER 1
01.03 ID-E-108 COKER FRACTIONATOR OVERHEAD CONDENSER 1
01.04 ID-E-119 A-F LCGO-LEAN SPONGE OIL AIR COOLER 1
01.05 ID-E-125 A1-R2 BLOWDOWN OVERHEAD CONDENSER 1
01.06 ID-E-126 A-H BLOWDOWN QUENCH OIL COOLER 1
01.07 IV-E-105 HLPS VAPOUR AIR COOLER 1
2 SITE WORK PRICE
ITEM SL. NO. QUANTITY Total Site Work Price incl. of VAT on Works Contract but excl. of Service Tax plus Ed.
TAG NO. DESCRIPTION/ TAG NO.
AS PER MR. (IN LUMPSUM) Cess on Site Work Price (in Rs.)
02.00 Site Work Price for following Tags/ Items as per complete scope specified in
Material Requisition (MR)
02.01A1 {02} ID-E-105 A-F FOR SR. NO. 01.01 L.S.
02.02A1 {02} ID-E-107 FOR SR. NO. 01.02 L.S.
02.03 {02} ID-E-108 FOR SR. NO. 01.03 L.S.
02.04 {02} ID-E-119 A-F FOR SR. NO. 01.04 L.S.
02.05 {02} ID-E-125 A1-R2 FOR SR. NO. 01.05 L.S.
02.06 {02} ID-E-126 A-H FOR SR. NO. 01.06 L.S.
02.07 {02} IV-E-105 FOR SR. NO. 01.07 L.S.
Unit rates for addition/deletion purpose (As per Bidder to furnish the Unit Rates for Addition/ Deletion in the format provided with MR
6 1
Spec. No. A307-16-46-SS-6557 Rev. A ) only.
Note 1: Bidder to note that lumpsum price is to be quoted for item S.No. 01.01 & 01.02. In case of placement of order, both these items are to be ordered on single vendor
Page 11 of 504
PRICE SCHEDULE FOR 2 YEARS OPERATION & MAINTENANCE SPARES (FOR INDIAN BIDDER)
RFQ NO. SM/A307-ID-EA-MR-6557 /1191
ITEM : AIR FIN COOLER (CS & SS)
S. NO. Item Tag Nos. Description of Qty Unit Price on FOT Despatch Point Total Price on FOT Despatch Freight Charges from FOT Despatch
spare parts (Unit_____)* including P&F Point including P&F Point to Site
(INR) (INR) in %(percentage) -applicable extra on
Column No.6
1 2 3 4 5 6 7
Page 12 of 504
FORM-2
DETAILS OF BUILT-IN-CIF VALUE OF IMPORT CONTENT CONSIDERED AND INCLUDED IN QUOTED FOT DESPATCH POINT PRICES UNDER PRICE SCHEDULE
DESCRIPTION CIF value of Import RATE OF IMPORT DUTY INCLUDED IN QUOTED SUPPLY PRICES
For Item Sl Description Qty. Content included in CUSTOM BASIC CVD + EDU. EDU. CESS SAD (%) TOTAL CUSTOM
. No. as per of Imported (Unit____) quoted supply TARIFF CUSTOMS CESS ON CVD ON DUTY (%)
MR Items *(1) prices for column NO. DUTY (%) (%) CUSTOM
(2) Qty. DUTY (%)
(In Rs)
1 2 3 4 5 6 7 8 9
i)_____
ii)_____
For Item
SL.
No……….
2 Bidder shall quote in USD / Euro / INR only. Bids of such Bidder(s) who quote in any other Currency, may not be considered forevaluation.
3 All the Columns of quoted items in the Price Schedule must be filled with required information, as applicable.
4 Bidder must quote the price in enclosed Price Schedule formats only. The formats shall not be changed and/or retyped.
5 Quoted prices are firm and fixed till complete execution of the entire order and no variation on any account is allowed.
6 Bidders shall quote Unit Rates for Addition/ Deletion purpose, as per Format provided with Material Requisition.
7 Bidder' quoted prices are inclusive of Mandatory Spares/Commissioning spares and Special Tools and Tackles as per MR. Bidder shall furnish itemwise price break up of such spares and
Special Tools and Tackles in separate sheet.
8 Bidder's quoted prices are inclusive of TPI Charges, TPI Agency will be Lloyds/BV/DNV/TUV/CEIL.
9 Bidder must submit signed and stamped Un-Priced copy of Price Schedule indicated "Quoted"or "Not Quoted" against each item with their Unpriced offer.
10 Bidders shall quote the cost towards Comprehensive Insurance (Transit/Marine cum Storage, Erection, till handing over of equipment) in the Price Schedule for the entire scope of
work for MR items as per MR. The same shall be considered for evaluation and award of work. In view of this Loading for Marine Insurance @ 1% as mentioned in clause 6 (Section-
B) of SIB shall not be done.
11 Necessary Tax Registration, if any, for site activities shall be done by bidder and cost for the same shall be included in the quoted price.
12 In case of any discrepancy between Unit Price and Total Price, Unit Price shall prevail.
13 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.
14 Bidder shall quote Ocean freight from International Port of exit to Kochi Port of entry India and Transportation Charges from Kochi Port to Project site. Owner reserve the right to
make arrangement of ocean freight through Indian flag vessels. In that case the ocean freight charges shall not be payable to supplier. Further on reaching of material at Kochi Port
of entry India, the supplier shall make necessary arrangement for Port clearance (incl. payment of CD/ CVD/ SAD etc.) and Transportation from Kochi Port to Project site by
hydraulic axle. The same shall be considered for evaluation and award of work. n view of this Loading for Inland transport @ 1% as mentioned in clause 6 (Section-B) of SIB shall
not be done.
NOTES: 1.Bidders must submit this document duly signed and stamped with both unpriced & priced offer.
2.Price Schedule contains total 3 pages . SIGN AND STAMP OF BIDDER
Page 14 of 504
PRICE SCHEDULE (FOREIGN BIDDER)
RFQ NO. SM/A307-ID-EA-MR-6557 /1191
ITEM : AIR FIN COOLER (CS & SS)
NAME OF BIDDER: M/S __________________________
1 MAIN SUPPLY PRICE
FOR ITEMS SOURCED FROM
INDIA
Total Price for Port Clearance Total FOT SITE Basis including
Total Ocean Freight Charges from (including payment of CD/ CVD/ P&F & transportation charges,
Total Price (FOB International Port
QUANTITY FOB International Seaport of Exit SAD etc.) and Transportation Total Price for Comprehensive ED+Ed cess, CST etc. as per
ITEM SL. TAG NO. DESCRIPTION of Exit Basis as per Incoterms
(IN UNITS) upto Kochi Port (India) Charges from Kochi Port to Insuarance Annexure-I attached with SIB. (If
NO. AS PER 2010) (Currency --------------)
(Currency --------------) Project Site. applicable) (CURRENCY
MR. (Currency --------------) INR)
01.00 Supply of Air Fin Cooler for following Tags/ Items as per complete scope
mentioned in Material Requisition No. A307-ID-EA-MR-6557 Rev. A
Page 15 of 504
PRICE SCHEDULE FOR 2 YEARS OPERATION & MAINTENANCE SPARES (FOR FOREIGN BIDDER)
RFQ NO. SM/A307-ID-EA-MR-6558 /1053
ITEM : AIR FIN COOLER (CS & SS)
NAME OF BIDDER: M/S __________________________
S. NO. Item Tag Nos. Description of spare Qty (Unit_____)* Unit Price on FOB International Port of Exit Total Price on FOB International Port of Exit Ocean Freight Charges from International
parts Prices as per INCOTERMS 2010 Prices as per INCOTERMS 2010 Sea Port of Exit to Sea Port of entry-Kochi
(Currency………...) Col (4 x 5 ) (India)
(Currency……...) in %(percentage) -applicable extra on
Column No.6
1 2 3 4 5 6 7
Page 16 of 504
Details of Taxes & Duties - For Indigenous Source Items
SM/A307-ID-EA-MR-6557/1191
ITEM - AIR FIN COOLERS (CS & SS)
BIDDER NAME: -----------------------------------------------
Cenvatable / Vatable
Ceiling Amount on which Taxes & Present Rate of Taxes & Amount of Taxes & Portion of the amount
S. No. Description of Taxes & duties
Duties Shall Be Applicable Duties in Percentage Duties (INR) indicated in column (5)
(INR)
(1) (2) (3) (4) (5) (6)
Note:1 - In case of any exemption / relaxation on taxes & duties is applicable to bidder, copy of relevant notification is to be furnished along with bid with
confirmation that such exemption will be applicable upto delivery (as per present notification)
Note:2 - Cenvetable ED and Input credit on VAT shall be considered only for finished goods sold & supplied to BPCL-KR.
Page 17 of 504
A307_ATC (I) Page 1 of 8
2. DULY SIGNED & STAMPED COPIES OF THIS “QUESTIONNAIRE”, WITH ALL THE
CLAUSES DULY CONFIRMED/ PRECISELY REPLIED TO BY THE SUPPLIER, SHALL BE
ENCLOSED.
SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.
1. Price Basis:
i) Quoted supply prices are on FOT - Despatch Point basis Confirmed
inclusive of Packing & Forwarding.
ii) Specify Despatch Point
-----------------------
iii) Freight Charges:
a) Confirmed , Quoted in Price
a) Confirm firm transportation charges inclusive of Service Tax Schedule
and Ed Cess, upto project site, has been quoted separately
by you in Price Schedule.
b) Confirmed
b) No Variation on any account (including Statutory Variation) on
Service Tax on Transportation Charges shall be paid by the
owner.
iv) Insurance:
Page 18 of 504
A307_ATC (I) Page 2 of 8
SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.
b. Present Rate of Excise Duty & Edu. Cess payable extra on ………..%
finished goods (including Spares)
c. Any variations in Excise Duty & Edu. Cess at the time of Confirmed
supplies for any reasons including variation due to Turnover
shall be borne by the Seller. Only Statutory Variations within
the Contractual Delivery / completion period shall be borne by
Purchaser.
d. If Excise Duty & Edu. Cess is not applicable at present due to Confirmed
any reason, the same shall be borne by Seller if it becomes
applicable later.
e. Confirm Excise Duty & Edu. Cess will not be applicable on Confirmed
transportation charges.
Page 19 of 504
A307_ATC (I) Page 3 of 8
SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.
7. Site Work:
For Site Work, if in the scope of the Bidder as per MR, please
confirm the following:
Confirm that quoted site work prices are exclusive of Service
a. Tax & Edu. Cess but inclusive of VAT on Works Contract and Confirmed
all other applicable taxes & duties.
b. Percentage of Service Tax & Edu. Cess as applicable extra -------------------%
on Site Work.
c. Supplier shall submit the Assessment/ Liability
Certificate from Sales Tax authorities indicating the VAT
on Works Contract payable for enabling Owner to
deduct the same from Supplier Invoices & make Confirmed
payment to the tax authorities. TDS Certificate towards
VAT on Works Contract shall be provided by Owner.
Statutory variation on VAT on Works Contract shall not
be payable by Owner.
d. Statutory Variation on Service Tax & Edu. Cess on Site work
shall be paid by the Owner against documentary evidence
Confirmed
within Contractual completion period.
Page 20 of 504
A307_ATC (I) Page 4 of 8
SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.
a. Charges for Supervision / Training, if in the scope of the Confirmed, Quoted in Price
Bidder as per MR have been indicated by bidder separately in Schedule
the Price Schedule.
e. Bidders shall also provide additional BG of an amount equal 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 payment milestone for submission of
final documentation as per MR and shall be initially valid up to
six months which shall be extended based on the request by
Owner.
Page 21 of 504
A307_ATC (I) Page 5 of 8
SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.
13.1 PART ORDER:
a. Confirm acceptance of Part Order clause as per GPC Confirmed (If Applicable as per MR)
(Indigenous). And bidder also confirm acceptance to part
quantity orders of any items (having quantities 5 Nos. & more)
to facilitate purchase preference to MSME bidders as per
Govt. guide lines.
13.2 MSME BIDDERS:
YES/ NO
a Confirm whether the bidder is a MSME bidder or not. (Please tick whichever is applicable)
b In case bidder is a MSME bidder, they must submit
documentary evidence for the same duly certified by
Statutory Auditor of the bidder or a practicing Charted
_________________
Account (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.
c In case bidder does not submit duly authenticated
documentary evidence as required above, bidder shall Confirmed
not be considered eligible for availing MSME benefits.
d Any charges quoted extra as lumpsum (like IBR,
Testing, freight, etc.) shall be applicable prorata on
Confirmed
value basis in the event of part order / part quantities/
split order.
14. Repeat Order:
Confirm Acceptance of Repeat Order clause as per RFQ Confirmed
Covering Letter / SIB / GPC.
Page 22 of 504
A307_ATC (I) Page 6 of 8
SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.
Confirmed
iii) Inclusive of all statutory certification charges PESO/CCOE
etc. (if applicable) as required in the Material Requisition
Confirmed
c. Is your shop approved by IBR/CCE authority, if yes, indicate
validity.
i. IBR IBR Approved
ii. CCE
It is the responsibility of supplier to get the entire imported
materials and the built in imported contents inspected by TPIA Confirmed
(i.e. Lloyds/BV/DNV/TUV/CEIL) in the country of origin and
the quoted prices are inclusive of charges towards the same.
19. Import Content:
If your offer is based on certain imported raw materials (Applicable / Not Applicable)
required for equipments/ materials offered, please specify the (Please tick whichever is applicable)
following :
b. Indicate rate of Import Duties considered and included in the Refer Annexure to Price Schedule
quoted prices.
c. Indicate brief description/ specification with itemised CIF Refer Annexure to Price Schedule
value and country of origin of imported material.
d. Indicate classification with tariff no. under which Vendor Refer Annexure to Price Schedule
intends to import.
Page 23 of 504
A307_ATC (I) Page 7 of 8
SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.
l. The CIF Value(s) indicated by the vendor shall be deemed to Confirmed
be the maximum value(s) for the purpose of payment of
variation in custom duty and/or other statutory variations, if
any, thereon.
22. 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.
23. 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 mean cause for disqualification.
However if this declaration is not furnished the bid shall be
rejected as non-responsive.
24. Please confirm your offer contains the following:
Page 24 of 504
A307_ATC (I) Page 8 of 8
SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.
contradiction between the confirmations given above and
terms & conditions mentioned elsewhere in the offer, the
confirmation given/confirmed herein above shall prevail.
28. Confirm that Net worth of the Bidder’s company is Confirmed & Submitted
positive as per the immediate preceding year’s audited
financial results & Immediate preceding year’s audited
annual financial results has been submitted along with un-
priced bid.
Page 25 of 504
A307_ATC (F) Page 1 of 7
2. DULY SIGNED & STAMPED COPIES OF THIS “QUESTIONNAIRE”, WITH ALL THE CLAUSES
DULY CONFIRMED/ PRECISELY REPLIED TO BY THE SUPPLIER, SHALL BE ENCLOSED.
SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.
1. a) Confirm that the offer contains firm prices on Confirmed
F.O.B. International Seaport of Exit Basis
b) Indicate International Seaport of Exit -----------------------------
c) Indicate the HSN Code of the Items __________________
d) Details of any Free Trade Agreement (FTA) /
Comprehensive Economic Partnership
Agreement (CEPA) / Treaty between Bidders
country Govt. & Indian Government for availing
custom duty exemption / concession. If bidder will
not specifically mention the same, it is to be Applicable / Not Applicable
considered that there is no specific Agreement /
Treaty between Govt. of Bidders & Purchasers
County.
e) Confirm quoted prices are inclusive of stowage
charges. Confirmed
Page 26 of 504
A307_ATC (F) Page 2 of 7
SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.
g) 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.
h) In case ocean freight charges are repeated
anywhere in the bid/Price Schedule/ATC, then Confirmed
higher shall be considered for evaluation & lower
for ordering. (In case of CFR)
2. Insurance:
a) For Supply Only
Price quoted must exclude Marine insurance
charges from FOB International Port of Exit, as
same shall be arranged by the Owner. However
all marine insurance charges for inland transit
upto FOB International Port of Exit must be (Applicable / Not Applicable)
included by you in your prices. (Please tick whichever is applicable)
Page 27 of 504
A307_ATC (F) Page 3 of 7
SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.
7. Site Work:
For Site Work, if in the scope of the Bidder as per
MR, please confirm the following:
Page 28 of 504
A307_ATC (F) Page 4 of 7
SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.
Page 29 of 504
A307_ATC (F) Page 5 of 7
SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.
16. Indicate shipping weight (net and gross) and volume
of the consignment.
---------------------------
17. Performance Bank Guarantee:
a. Confirm goods to be supplied by you shall be
guaranteed for performance as per the General Confirmed
Purchase Conditions (Imports) & Special Instructions
to Bidders (SIB) and submission of the Bank
Guarantee 15% of Order Total Value (10% towards
Performance and 5% towards Price Reduction
Schedule for delay in Delivery) shall be valid till full
guarantee period plus 3 (Three) Months.
Page 30 of 504
A307_ATC (F) Page 6 of 7
SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.
22. Price Reduction on delay in delivery/completion:
a) Confirm acceptance of price reduction schedule Confirmed
for delay in deliveries/completion of work/services
specified in General Purchase Conditions (GPC)
enclosed with the RFQ Document. Liquidated
damages or penalty are not acceptable.
Page 31 of 504
A307_ATC (F) Page 7 of 7
SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.
VENDOR’S NAME:
Page 32 of 504
A307_ATC (I) Page 1 of 6
2. DULY SIGNED & STAMPED COPIES OF THIS “QUESTIONNAIRE”, WITH ALL THE
CLAUSES DULY CONFIRMED/ PRECISELY REPLIED TO BY THE SUPPLIER, SHALL BE
ENCLOSED.
SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.
1. Price Basis:
i) Quoted supply prices are on FOT - Site basis inclusive of Confirmed
Packing & Forwarding, Taxes & Duties and Freight Charges
ii) Specify Despatch Point
-----------------------
iii) Freight Charges:
a) Confirmed , Quoted in Price
a) Confirm firm transportation charges inclusive of Service Tax Schedule
and Ed Cess, upto project site, has already been included in
supply price in Price Schedule.
b) Confirmed
b) No Variation on any account (including Statutory Variation) on
Service Tax on Transportation Charges shall be paid by the
owner.
iv) Insurance:
Page 33 of 504
A307_ATC (I) Page 2 of 6
SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.
c. Any variations in Excise Duty & Edu. Cess at the time of Confirmed
supplies for any reasons including variation due to Turnover
shall be borne by the Seller. Only Statutory Variations within
the Contractual Delivery / completion period shall be borne by
Purchaser.
d. If Excise Duty & Edu. Cess is not applicable at present due to Confirmed
any reason, the same shall be borne by Seller if it becomes
applicable later.
e. Confirm Excise Duty & Edu. Cess will not be applicable on Confirmed
transportation charges.
Page 34 of 504
A307_ATC (I) Page 3 of 6
SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.
7. Site Work:
For Site Work, if in the scope of the Bidder as per MR, please
confirm the following:
Confirm that quoted site work prices are exclusive of Service
a. Tax & Edu. Cess but inclusive of VAT on Works Contract and Confirmed
all other applicable taxes & duties.
b. Percentage of Service Tax & Edu. Cess as applicable extra -------------------%
on Site Work.
c. Supplier shall submit the Assessment/ Liability
Certificate from Sales Tax authorities indicating the VAT
on Works Contract payable for enabling Owner to
deduct the same from Supplier Invoices & make Confirmed
payment to the tax authorities. TDS Certificate towards
VAT on Works Contract shall be provided by Owner.
Statutory variation on VAT on Works Contract shall not
be payable by Owner.
d. Statutory Variation on Service Tax & Edu. Cess on Site work
shall be paid by the Owner against documentary evidence
Confirmed
within Contractual completion period.
Page 35 of 504
A307_ATC (I) Page 4 of 6
SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.
a. Charges for Supervision / Training, if in the scope of the Confirmed, Quoted in Price
Bidder as per MR have been indicated by bidder separately in Schedule
the Price Schedule.
e. Bidders shall also provide additional BG of an amount equal 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 payment milestone for submission of
final documentation as per MR and shall be initially valid up to
six months which shall be extended based on the request by
Owner.
Page 36 of 504
A307_ATC (I) Page 5 of 6
SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.
Page 37 of 504
A307_ATC (I) Page 6 of 6
SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.
d. Considering EIL Inspection charges, during evaluation prices Confirmed
of Indigenous source item shall be loaded by @1.25% of FOT
Despatch Point price.
19. Validity of Bid:
a. Confirm Bid validity as stipulated in RFQ covering letter from Confirmed
the final due date of bid submission.
20. Compliance to RFQ documents:
a) Confirm your offer is in total compliance with RFQ Document Confirmed
containing technical specifications including General /
Technical notes, scope of supply/services/site work (as
applicable) 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) Request for Quotation (RFQ) Confirmed
ii) Special Instructions to Bidders (SIB) Confirmed
iii) General Purchase Conditions (GPC) Confirmed
iv) Terms & Conditions of Site work / GCC / HSE / Integrity Confirmed(if applicable)
Pact.
v) Terms & Conditions for Supervision services Confirmed(if applicable)
21. 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.
22. 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 mean cause for disqualification.
However if this declaration is not furnished the bid shall be
rejected as non-responsive.
23. Please confirm your offer contains the following:
23.1 UNPRICED OFFER- without any Deviations Confirmed
23.2 PRICED OFFER
a. Duly filled Price Schedule with relevant annexures Confirmed
24. Please confirm that you have quoted strictly for items based Confirmed
on your registration/approval with EIL as on date of issue of
RFQ.
25. 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.
26. Printed terms and conditions, if any, appearing in quotation, Confirmed
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.
Page 38 of 504
BPCL-KR
Job: A307
Page 39 of 504
BPCL-KR
Job: A307
INDEX
SECTION – A (TERMS OF PAYMENT)
1.0 Payment Terms For Indian Bidders
2.0 Payment Terms For Foreign Bidders
3.0 Ocean Freight
SECTION – B: EVALUATION CRITERIA FOR COMPARISION OF BIDS
4.0 Where only Indian Bids are under comparison
5.0 Where only Foreign Bids are under comparison
6.0 Where Indian as well as Foreign Bids are under comparison
7.0 General Notes
8.0 Special Notes on Taxes/Duties and CENVAT benefits
9.0 Price Reduction Schedule Towards Delay In Delivery
10.0 Guarantee / Warranty Period
SECTION-C: (COMMERCIAL LOADING OF OFFERS IN CASE OF DEVIATIONS)
11.0 Basis of Loading
12.0 Payment Terms
13.0 Performance Bank Guarantee (PBG)
14.0 Delayed Deliveries
15.0 Price Variation
16.0 Freight charges
17.0 Indian taxes/ duties
18.0 Utilities
19.0 Delivery/Completion Period
20.0 Foreign Exchange Rate Variation/Custom Duty Variation For Indian Bidders (On
Built-In Import Content)
21.0 VAT on Works Contracts/ Service Tax/ Splitting Of Orders
22.0 Entry Tax
23.0 Rejection Criteria
24.0 Suo-Moto Changes In Prices
25.0 Price Implication Not Permitted
26.0 Integrity Pact
SECTION-D: SPECIAL CONDITIONS.
27.0 Delivery Schedule/ Completion Period
28.0 Despatch Instructions for Indigenous Supplies
29.0 Additional Taxes & Duties (Applicable For Indian Bidder)
30.0 Recovery Of Custom Duty, Excise Duty And Sales Tax
31.0 Governing Law
32.0 Purchaser‟s Rights And Remedies
33.0 Deduction At Source
34.0 Statutory Approval
35.0 Lien
36.0 Limitation Of Liability
SECTION-E: GENERAL INSTRUCTIONS
37.0 General
38.0 Fraudulent Practices
39.0 One Bid Per Bidder
40.0 Language Of Bid
41.0 Earnest Money Deposit:
42.0 Modification And Withdrawal Of Bids
43.0 Examination Of Bids And Determination Of Responsiveness
44.0 Owner‟s Right To Accept Any Bid And To Reject Any Bid
45.0 Notification Of Award
46.0 Waiver Or Transfer Of The Agreement
47.0 T&C For Foreign Suppliers (To Whom RFQ Issued) Operated Through Their Indian
Office / Subsidiaries
48.0 Tax Residency Certificate (TRC) Format For Foreign Bidder
49.0 Requirement of Employment Visa For Foreign Nationals
Page 40 of 504
BPCL-KR
Job: A307
1.1 Where the Material Requisition is only for supply of materials and there is no Supplier Data
Requirement specified in MR e.g. Bulk Piping Items, etc.
1.1.1 100% Payment within 30 days after receipt and acceptance of materials at site and on submission of
Performance Bank Guarantee for 10% of Total Order Value, valid till the full guarantee period plus
Three months claim period.
1.2 Where the Material Requisition calls for Supplier Drawings/Technical Documentation.
1.2.1 90% Payment within 30 days of receipt and acceptance of materials at Site and on submission of
dispatch documents.
1.2.2 10% Payment after receipt of final technical documentation as per PR 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.
1.3 Where Supply of materials and Erection or Site Work are in the scope of Supplier and
Package Items.
1.3.1 Supply
1.3.1.1 5% Payment on approval of all drawings atleast in CODE-2 by EIL against submission of Bank
Guarantee of equivalent amount valid till complete execution of Order plus Three months claim
period.
1.3.1.2 15% Payment after receipt of identified raw materials at Supplier‟s Works and against certification by
EIL and submission of Bank Guarantee of equivalent amount valid till complete execution of Order
plus Three months claim period.
1.3.1.3 60% Payment after receipt of equipment/materials at BPCL‟s Site. Billing Schedule to be furnished
by the Supplier in case pro-rata payments are required.
1.3.1.4 10% payment after completion of Site Work and submission of final Technical documents as
specified in the Purchase Requisition against EIL‟s Certification and 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.
In case of delay in start of the site work beyond 6 months, the above 10% Payment shall be released
against submission of Bank Guarantee of equivalent amount valid initially for 1 year and subject to
extension upto completion of the site work. However, in the event of delay in the site work, the
Supplier is not relieved of his responsibility to carry out the same.
1.3.1.5 10% payment within 30 days of handing over the successfully commissioned equipment. Wherever
commissioning is not in the Supplier‟s scope, the payment will be released after completion of Site
Work as per PR and handing over of equipment.
Page 41 of 504
BPCL-KR
Job: A307
1.4.2 15% after receipt of identified raw materials at Supplier‟s Works and against certification by EIL and
submission of Bank Guarantee of equivalent amount valid till complete execution of Order plus
Three months claim period.
1.4.3 60% Payment through NEFT against receipt of materials at BPCL‟s Site. Billing Schedule to be
furnished by the Supplier in case pro-rata payments are required.
1.4.4 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.
1.4.5 Balance 10% Payment within 30 days of receipt of equipment at Site.
1.6 Payment for PGTR / Per Diem Charges for Supervision of Erection, Testing &
Commissioning
1.6.1 100% Payment of Invoice Amount shall be paid on completion of supervision services / PGTR
against submission of Invoice along with Time Sheet duly certified by EIL/BPCL Site-In-Charge.
Payment shall be made after deducting Income Tax at applicable rate. Service Tax, if any, shall be
paid on submission of Service Tax Invoice.
1.6.2 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.
1.6.3 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. This BG
will be released to the bidder upon the erection/ commissioning personnel reporting at site. This BG
shall be furnished along with payment milestone for submission of final documentation as per PR
and shall be valid up to six months which shall be extended based on the request by BPCL. (In case
where commissioning, Performance Guarantee Test, etc. are required and the 10% is under hold,
this condition shall not be applicable).
1.7 Transportation charges conjunction
1.7.1 100% Payment within 4 weeks after receipt of materials at site.
1.8 General
1.8.1 Excise Duty, Service Tax & VAT on Supplies shall be released only on receipt of Cenvatable/
Vatable copy of corresponding Invoice enabling availing of Input Credit by BPCL.
1.8.2 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, their
Offer shall be rejected.
1.8.3 Bank Guarantee(s) shall be issued through Scheduled Commercial Bank in India/ Indian Branch of
Foreign Bank, directly to BPCL as per the Pro-forma enclosed with RFQ documents and Supplier
shall also enclose copy of the same along with Invoice.
Page 42 of 504
BPCL-KR
Job: A307
1.8.4 All payments shall be released either through Electronic Clearing System (ECS) / Electronic Fund
Transfer (EFT)/ Real Time Gross Settlement (RTGS) or through internet, within 30 days of receipt of
Invoice and all requisite documents, complete in all respects.
1.8.5 Billing schedule shall be submitted to EIL & BPCL by the Supplier for approval within 30 days from
the date of Purchase Order wherever specified therein. No payment against pro-rata dispatch shall
be made without approval of Billing Schedule.
1.8.6 Major Raw Material: Shall be as specified below:
i. Columns and Vessels: Plates and Forgings
ii. Heat Exchangers: Plates, Forgings and Tubes
iii. Pumps/Compressors: Castings and Drivers
iv. Any other item(s) as may be defined in MR/PR.
2.2 Where the Material Requisition calls for Supply of material and Erection or Site Work in the
scope of Supplier and Package Items
For Supply Portion
2.2.1 90% Payment of FOB Supply value through an Irrevocable Letter of Credit against submission of
Shipping Documents. The Letter of Credit shall be established only on receipt of acceptance of Fax
of Acceptance/Purchase Order along with submission of Bank Guarantee of 15% of Order Value
(10% towards Performance Bank Guarantee valid till full Guarantee period plus Three months claim
period & separate 5% Bank Guarantee towards Price Reduction Schedule due to delay in delivery
valid till contractual delivery date (CDD) + Five and half Months).
2.2.2 10% Payment of FOB Supply value through direct wire transfer through banking channels on
completion of Erection or Site Work or Commissioning/Performance Guarantee Test Run (PGTR) at
site, as applicable as per Purchase Order/Purchase Requisition (PR) against submission of final
documents or Certificate of Completion of Work by BPCL Site.
For PGTR cases only
The above amount (10%) shall be released 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 PGTR, the bidder is not relieved of his responsibility
to carry out the same. 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.
Page 43 of 504
BPCL-KR
Job: A307
period plus Three months claim period & separate 5% Bank Guarantee towards Price Reduction
Schedule due to delay in delivery valid till contractual delivery date (CDD) + Five and half Months).
2.5.3 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. This BG
will be released to the bidder upon the erection/ commissioning personnel reporting at site. This BG
shall be furnish along with dispatch documents which shall be initially valid up to six months whixh
shall be extended based on the request by BPCL.
2.6 General
2.6.1 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, their
Offer shall be rejected.
2.6.2 All Bank Guarantee(s) shall be issued through any Indian Scheduled Bank or branch of an
International Bank situated in India and registered with Reserve Bank of India as scheduled foreign
Bank as per Pro-forma provided in RFQ documents. All Bank Guarantees will be directly to BPCL by
the Bank.
2.6.3 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. Confirmation charges for Confirmed L/C shall be
borne by Supplier.
2.6.4 Billing schedule shall be submitted to EIL & BPCL by the Supplier for approval within 30 days from
the date of Purchase Order wherever specified therein. No part shipment shall be made without
approval of billing schedule.
2.6.5 Subject to Technical Acceptability, For supplies sourced within India (if any) by Foreign
Bidder & directly dispatched to Site shall have following provisions: (Refer Annexure-A)
Page 44 of 504
BPCL-KR
Job: A307
Freight Charges/ CFR prices should be valid for additional 4 months from the date of Order. The
bidder is required to furnish the shipping details within 45 days from the date of order. In case the
bidder is not able to prove the shipping details within 45 days then 4 months shall be considered
from the date of receipt of shipping details of consignment for converting FOB to CFR.
3.4 Above clause no. 3.1 to 3.3 is not applicable for Turn-Key jobs where ocean freight along with
Marine cum transit cum erection insurance in bidders scope.
If a Bidder does not quote Ocean freight charges, his offer shall be loaded with maximum freight
charges as quoted by the other bidders.
Comparison shall be done on equivalent Indian Rupees considering RBI Reference rate of Foreign
Exchange published on the day of Opening of Priced Bids.
Normally, deviations in Payment terms, Firm prices & Performance Bank Guarantee are not
acceptable. However, wherever Bidder insists, the loading shall be done as applicable to Indigenous
cases on FOB price.
Page 45 of 504
BPCL-KR
Job: A307
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 ocean freight charges as under less Cenvatable
CVD/SAD, Cenvatable Service Tax, VAT on Supplies, VAT on Works Contract, whichever is
applicable.
Wherever supervision and site works are involved, in that cases service tax plus Ed. Cess
shall be loaded with as applicable rates
7.0 GENERAL NOTES:
i. Cost of Mandatory (Insurance) Spares, if identified in the Material Requisition, Commissioning
spares and Special Tools & Tackles will be included for price evaluation of bids, but costs of Spares
for Two Years Normal Operation & Maintenance shall be excluded.
ii. Cost of loading towards Technical Parameters (Utilities, etc.) wherever applicable shall be carried
out.
iii. 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/ Service Tax shall be considered and
necessary credit shall be given for evaluation and comparison of bids.
Wherever Site Work, AMC, Training, Supervision, etc. are required as per MR/RFQ, the same shall
be considered for evaluation.
iv. Bidders shall indicate the Customs Duty at Merit Rate in their Offer.
v. The Bidder must ascertain and confirm along with supporting documents in the bid, if any Custom
duty exemption / waiver is applicable to the products being supplied by bidder under any multi-lateral
/ bi-lateral trade agreement between India and Bidder’s country.
The bidder shall liable to provide all documentation to ensure availment of the exemption / waiver. In
case the bidder defaults on this due to any reason whatsoever, they shall be liable to bear the
incremental Custom Duty applicable, if any.
Any Custom Duty applicability on account of any change in the bi-lateral / multi-lateral agreement
shall be in bidder’s account.
Page 46 of 504
BPCL-KR
Job: A307
Documentation to be furnished for availing any exemption / waiver of Custom Duty shall be
specifically listed in Letter of Credit also as the pre-requisite for release of payment against shipping
documents and this documentation shall necessarily from a part of shipping documents.
vi. BPCL shall issue Concessional Form „C‟ for Central SalesTax, for all applicable cases.
vii. Comparison shall be done on equivalent Indian Rupees considering RBI Reference Rate of Foreign
Exchange published on the day of opening of the Price Bids.
viii. Third Party Inspection charges for foreign bidder must be included in quoted prices or anything
specifically mentioned in RFQ documents..
ix. Excise Duty, Central Sales Tax, VAT on Supplies & Service Tax shall not be included in the quoted
prices and shall be payable extra at actual. BPCL shall claim eligible credit on CENVAT/Service
Tax/VAT quoted by the Bidder and therefore eligible portion of CENVAT/Service Tax/VAT shall be
considered for price comparison. Bidder 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 & 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.
x. Bidders quoted transportation charges shall be inclusive of service tax plus education cess
thereupon applicable on transportation.
xi. Transit Insurance/ Marine Insurance shall be excluded from Supplier‟s scope for the items where
only supply is involved, and in such cases, the same shall be arranged by the Owner. For purchases
involving Site Work, the Comprehensive Insurance (Transit/Marine cum Storage, Erection, till
handing over of equipment) shall be in the scope of Supplier.
xii. Owner reserves its right to allow Public Sector Enterprises (Central/State), Micro & Small
Enterprises (MSEs) and MSEs owned by Scheduled Caste (SC)/ Scheduled tribe (ST)
entrepreneurs, purchase preference as admissible/applicable from time to time under the existing
Govt. policy. Bidder to submit documentary evidence for the same duly certified by Statutory Auditor
of the bidder or a practicing Charted Account (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.). In
this regard, item wise quantity may be splitted and the quoted price shall remain valid.
xiii. If various item rates are present in the RFQ and 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 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 missing, 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 award of works.
Page 47 of 504
BPCL-KR
Job: A307
bids. Credit shall be taken during evaluation for 20% of Kerala VAT rate, 96% of Service Tax
rate and full amount for other Cenvatable taxes and duties.
(iv) Excise Duty, Central Sales Tax, Kerala VAT & Service Tax shall not be included in the
quoted prices and shall be payable extra at actuals. Further, the amount of Excise Duty,
Service Tax, Central Sales Tax, KVAT shall only be payable against submission of
supporting documents/Cenvatable/Vatable invoices subject to maximum amount quoted in
the offer and in case of non-submission, will not be paid.
(v) Non Cenvatable Excise Duty, if any is to be included in quoted prices & no variation on any
account (including statutory variation) shall be paid by Owner.
(vi) All New taxes/duties/cess/levies notified after the last date of submission of bid (final bid due
date) but within contractual delivery/ completion period, shall be to Owner‟s account.
(vii) The bidder shall be required to furnish details of any special dispensation regarding
concessional/ exempted taxes/ duties.
“Price Reduction schedule for (Supply + Site work) shall be @ 0.5% of value of total order value
(TOV) of per week of delay or part thereof subject to maximum of 5% total order value (TOV)”.
Price Reduction Schedule (Supply + Site work) towards delay in delivery for foreign bidder shall be
applicable as per clause no. 17 of GPC Import of RFQ subject to following modification:
“Imports, for any delay in delivery of equipments / materials or part thereof beyond the delivery
date stipulated, the vendor shall be liable to pay, compensation at 0. 5% of the total FOB Value of
order per week of delay or part thereof subject to maximum of 5% of the total FOB Value of
order”.
iii. Wherever the supply period and site work are indicated as two separate periods and
notice of site readiness is required for site work, intervening period, if any shall be
excluded, while calculating the price schedule for delay.”
b) In case item involving supply and site work excluding comprehensive Insurance
policy:-
Performance Guarantee shall be as per clause 30 of GPC (For Indigenous materials &
equipments).
Page 48 of 504
BPCL-KR
Job: A307
b. In case item involving supply and site work Excluding comprehensive Insurance
policy:-
Performance Guarantee shall be as per clause 26 of GPC (For Foreign materials & equipments).
In cases like turnkey jobs, to derive the delivery period of supply items, the total period of turnkey
jobs shall be split into delivery period of supplies & site work period in the ratio of 70:30 for loading of
differential payment terms for the supply periods as defined above.
ii. Foreign suppliers shall not be permitted to offer differential payment terms as against the terms
specified in the RFQ/ GPC and in case they insist, their offer shall be rejected.
iii. Advance along with FOA/ PO will not be allowed. If a supplier insists for advance payment along
with FOA/PO, his offer shall be rejected.
Page 49 of 504
BPCL-KR
Job: A307
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 %age and 5%
Any other deviation/Liquidated : 5%
Damages/ penalty or non acceptance
of price reduction schedule
ii. For Supply + Site Work: [considering 0.5% total order value (TOV) ~ 5% total order value
(TOV)]
0.5% TOV to 5%TOV : No loading
0.5% UDOV to 5%TOV : 5% loading
0.5% TOV 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
15.0 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 thereto shall be as follows:
c) No ceiling on the formula specified (This 1.5 times the maximum ceiling specified by
loading other Suppliers. In case all other Suppliers
shall be done only after putting efforts with have quoted firm prices then @ 1.25% for
Supplier to indicate ceiling and obtaining every month of quoted delivery period to be
BPCL‟s approval) 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)
19.0 UTILITIES:
Cost loading in respect of utilities etc. will be considered as mentioned in RFQ documents.
20.0 FOREIGN EXCHANGE RATE VARIATION/CUSTOM DUTY VARIATION FOR INDIAN BIDDERS
(ON BUILT-IN IMPORT CONTENT) :
i. Prices shall remain firm and fixed without any escalation except for statutory variation in customs
duty rate.
The prices shall be firm and fixed on account of FE variation also.
Page 50 of 504
BPCL-KR
Job: A307
ii. 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.
iii. The statutory variation in customs duty shall be subject to the following
guidelines and the supplier shall 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.
(d) Variation in price due to customs duty rate will be dealt with separately after receipt of
materials at site against documentary evidence.
Page 51 of 504
BPCL-KR
Job: A307
(i.) Any Suo-moto reduction in price offered by a supplier within the bid validity by way of discount or
revised prices subsequent to the bid due date and which is not as a result of any change in scope of
supply or terms and conditions, shall not be taken into account for evaluation. However, such
reduction in price shall be taken into account for ordering if such supplier happens to be the
recommended supplier as per the originally quoted prices.
(ii.) However, in the event of any suo-moto price increase sought by a supplier 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 supplier shall be rejected for the items in which such suo-moto increase is made.
(iii.) Any wrong interpretation of taxes & duties or any taxes & duties not specified in the offer shall be
borne by Bidder.
25.0 PRICE IMPLICATION NOT PERMITTED:
Price implications on account of technical clarifications shall not be permitted as long as
BPCL/EIL do not change the specifications/ scope spelt out in the RFQ.
29.0 NEW / ADDITIONAL TAXES & DUTIES (Applicable for Indian Bidder):
i. 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 borne by seller.
A307_SIB Rev.5 dtd: 20.06.2013 Page 14 of 21
Page 52 of 504
BPCL-KR
Job: A307
ii. 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.
iii. The statutory variations on Customs duty (rate) considered on above CIF value of built – in import
content, within contractual delivery period shall be to Employer‟s account against submission of the
documentary evidence. However, any increase in the rate of Customs duty beyond the contractual
completion period shall be to bidder‟s account. In case of wrong classification, no variation
including statutory variation of Customs Duty will be payable extra. Any decrease in the rate of
Customs duty shall be passed on to the Employer.
iv. The statutory variations on Excise rate and amount of Excise Duty, CST with concessional form &
VAT without concessional form, which will be payable on the finished goods and Cenvatable
Service Tax, as applicable, within the contractual delivery period shall be to Employer‟s account
against submission of the documentary evidence. Any increase in the rate of these taxes and
duties beyond the contractual completion period shall be to bidder‟s account. However, any
decrease in the rate of taxes & duties shall be passed on to the Employer.
v. Works Contract Tax & service tax on transportation, if applicable, shall be included in the quoted
prices and no variation including statutory variations shall be payable by BPCL.
Approval from any authority (i.e. Inspector of Boiler, Electrical Inspector, and Municipal Corporation
of Greater Kochi (MCGK) etc.) required as per statutory rules and regulations of Central/ State
Government shall be the responsibility of Contractor agency.
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.
A307_SIB Rev.5 dtd: 20.06.2013 Page 15 of 21
Page 53 of 504
BPCL-KR
Job: A307
List of all documents, drawings, forms, affidavits etc required for the approvals shall be submitted by
the contractor agency.
35.0 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.
37.0 GENERAL: Bidders shall submit their Bids in following manner & containing the listed inputs, duly
filled-in, stamped & signed by authorized signatory of Bidder holding Power of Attorney, as a
minimum requirement:
a) PART-I: UNPRICED OFFER
A. All technical specifications as per requirement of MR.
B. Agreed Terms & Conditions duly filled in.
C. Terms & Conditions for Supervision of Erection/Testing/Commissioning, if applicable
D. Terms & Conditions for Site Work, if applicable
E. Copy of Registration with EIL, if applicable
F. Copy of MOU/ MOM, if any, signed with EIL and referred in offer.
G. Integrity Pact, duly filled-in, stamped & signed on each page (if applicable).
H. Audited Financial Report of latest preceding Financial year.
I. Deviation sheet, if any.
J. Price Schedule with prices blanked out but “Quoted/ Not quoted” to be mentioned & its
relevant enclosures, duly filled-in, stamped & signed on each page.
b) PART-II: PRICED OFFER
A. Price Schedule with prices filled in.
B. Statement that all specifications and terms & conditions are as per un-priced part of offer.
c) Bidders in their own interest are requested to register on e- tendering portal and
upload/submit their bid well in time. Bidders should avoid the last hour rush to the website
for registration of user id & password, enabling of user id and mapping of digital signature
serial number etc. since this exercise require activities from EIL & M/s Anatares System
(Service Provider) and needs time. In the event of failure in bidder’s connectivity with
EIL/Service Provider during the last few hours, bidder is likely to miss the deadline for bid
submission. Due date extension request due to aforesaid reasons may not be entertained.
Since the bidders are already registered at ASP e-tendering portal, bidders are advised to
furnish the details of Digital Signature (serial no.) by email within one week of receipt of
intimation of issuance of RFQ to save time and avoid mapping of Digital Signature details to
the bidders User ID at the bid uploading stage.
d) Request for extension or any queries or issues related to difficulties in
uploading/downloading bids, if any, received from any with less than four working days prior
to bid due date shall generally be ignored, since there will not be adequate time for proper
communication with Client and other Bidders.
e) Bidders to refer Instruction to Bidders for E-Tendering provided in the RFQ. Bidder shall
download the Price Schedule in *.xls format from EIL’s Authorised Service Provider’s
Electronic system / portal at www.tenderwizard.com/eil only, and use the same for uploading
their Price Bids as per the Instruction provided.
Note:
Page 54 of 504
BPCL-KR
Job: A307
Bidding currency shall be Indian Rupees for supplies dispatched from India & and USD/EURO for
supplies dispatched from foreign.
b) 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.
41.0 EARNEST MONEY DEPOSIT:
Bidder shall furnish, as part of its Bid, EMD for an amount as indicated in the NIT/ 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. OWNER shall not pay any interest on
EMD furnished.
The EMD shall be in favour of BPCL and shall be acceptable in the form of Crossed Demand Draft
or Bank Guarantee in the prescribed pro-forma.
The Bank Guarantees/DD for EMD shall be issued by any Scheduled Commercial Bank (other than
co-operative Bank) in India or any Indian Branch of Foreign Bank and same shall be as per the
format given in this bidding document. Swift Message or Cash or Cheque in lieu EMD shall not be
acceptable.
The bank guarantee for submission of EMD shall be valid as period mentioned in EMD / Bid
A307_SIB Rev.5 dtd: 20.06.2013 Page 17 of 21
Page 55 of 504
BPCL-KR
Job: A307
In case of a successful Bidder, if the Bidder fails, within the specified period:
i. To submit the order acceptance.
ii. To furnish the PBG.
c) 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 bid security.
Page 56 of 504
BPCL-KR
Job: A307
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.
46.0 WAIVER OR TRANSFER OF THE AGREEMENT:
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.
47.0 T&C FOR FOREIGN SUPPLIERS OPERATED THROUGH THEIR INDIAN OFFICE /
SUBSIDIARIES:
I. The parent company shall issue an authorization from the authorized signatory like CEO, CFO, CS
to confirm their authorization to the subsidiary to manufacture & supply the equipments.
II. The parent company shall furnish a back-up guarantee duly signed by above signatory for the
performance of the equipment.
III. The order shall be placed on Indian subsidiary and the payment shall be released to Indian
subsidiary.
IV. Indian subsidiary shall be a manufacturing company in the same product & not a liaison /
representative office.
V. Bidder to submit bipartite agreement between parent & subsidiary to ensure experience &
compliance to contract.
VI. All critical components / parts to be supplied by parent company only which is enlisted with EIL.
Page 57 of 504
BPCL-KR
Job: A307
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 may 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.
ANNEXURE-A
INTEGRATED REFINERY EXPANSION PROJECT (IREP) OF
M/s BPCL KOCHI REFINERY,
KOCHI, KERALA (INDIA)
(Job No. A307)
TERMS & CONDITIONS FOR INDIAN SOURCED COMPONENTS / SERVICES BY FOREIGN
BIDDER
Foreign bidder may source components / sub-supplies and services from India, if allowed as per Material
Requisition. Such sub-supplies / services shall be subject to following Commercial Terms & Conditions:
1. PRICING:
1.1 The Foreign bidder shall quote firm price for items being sourced from India in Indian rupees on FOT
Site basis inclusive of packing, forwarding, transportation, all applicable taxes, duties & levies payable
upto site.
1.2 Materials if ordered against this Bidding Document are required to be dispatched on door delivery basis
through a reliable bank approved Road Transport Company unless the transport company is named by
the Owner.
2. AWARD OF ORDER:
Client may pace two separate order in this situation considering single point responsible taken care
by foreign (principal) bidder under “Umbrella Contract”. However obligation of Performance Bank
Guarantee & Price Reduction Schedule for complete package shall always lies with foreign
(principal) Bidder.
3. DELIVERY:
The delivery period for items being sourced from India, shall be on FOT site basis within the delivery
period specified for foreign bidder as per Terms of Bidding document.
5. OVERALL RESPONSIBILTY:
Overall responsibility towards the contractual obligations like delivery, bid security, order execution,
performance guarantee etc. including supplies being sourced from India shall be only with the
foreign (principal) bidder.
7. INSPECTION
i. Inspection of Item being sourced from India shall be by EIL/Owner.
Page 58 of 504
BPCL-KR
Job: A307
ii. Any change in sourcing from indigenous supplies to imported supplies and vice-versa after bid
submission is not permitted.
iii. Considering EIL Inspection charges, during evaluation prices of Indigenous source item shall be
loaded by @1.25% of FOT Despatch Point Price price.
8. PAYMENT TERMS:
8.1 Indian Source supplies:
100% payment along with taxes and duties will be paid against receipt & acceptance of Indian sourced
goods/material at project site and on presentation of invoice suitable for availing Cenvat.
8.2 Payment of Indian source supplies/Services shall be released directly to Indian counterpart against
Invoices raised by Indian counterpart duly endorsed by Foreign principal for payment.
8.3 The payments shall be made after Adjustment of Price Reduction Schedule.
9. In case of any deviation to above requirement, loading shall be applicable as mentioned for Indian
Bidder.
Page 59 of 504
Page 60 of 504
Page 61 of 504
Page 62 of 504
Page 63 of 504
Page 64 of 504
Page 65 of 504
Page 66 of 504
Page 67 of 504
Sham
PatroleUI"
INDEX
1. NON-WAIVER
ADDRESSES
ARBITRATION
TECHNICAL
VENDOR'S
DELAYED
DELAYS
OILS
SPARE
PACKING
SHIPPING
RESPECT
CANCELLATION
PART
RECOVERY
MODIFICATIONS
INSPECTION-CHECKING-
PRICE
CONFIRMATION
COMPLETE
PATENTS
EXPEDITING
NO ASSIGNMENT
&ORDER/REPEAT
TRANSITLUBRICANTS
PARTS
DUE
AND
DELIVERY
DEFINITIONS
TERMS
SHIPMENT
SERVICES
WEIGHTS
SALES
IMPORT
PERFORMANCE
REFERENCE FOR
DRAWINGS
AGREEMENT
OF
INFORMATION
TO
MARKING
ROYALTIES
CONDITIONS
OF
LICENCE
REJECTION,RISK
AND
OF
AND DELIVERY
SUMS
PAYMENT
FOR OF
FORCE
ORDER
VENDOR'SDUE
ORDER
AND
INSURANCE
MEASURES
SHIPMENTMAJEURE
TESTING
GUARANTEE
REMOVAL DATES
DOCUMENTATION
OFPERSONNEL
NOTICES
REJECTED 19.
34.
33.
30.
31.
32. DATA REQUIREMENT
GOODS AND REPLACEMENT 25.
28.
20.
24.
27.
26.
21.
23.
29.
22.
-1-
Page 68 of 504 •
1. DEFINITIONS: 7.1 All tests mechanical and others and particularly
The following expressions used in the purchase order those required by relevant codes will be performed
shall have meaning indicated against each of these; at the Vendor's expenses and in accordance with
inspector's instructions. The vendor will also bear
The OWNER means BHARAT PETROLEUM
the expenses.
CORPORATION LIMITED a company incorporated in
India having its registered office at Mumbai. India and 7.2 Concerning preparation and rendering of tests
shall include its successors and assigns. required by Boiler Inspector~te or such other
"GoodslMaterials" : Goods and/or materials shall mean statutory testing agencies or by L10yds register of
shipping as may be required.
any of the articles, materials, machinery, equipment,
supplies drawings, data and other property and all 7.3 Before shipping or despatch, the equipment and/
services Including but not limited to assigning, delivery, or materials will have to be checked and stamped
Installation, Inspection. testing and commissioning by Inspectors who are authorised also to forbid
specified or required to complete the order. the use and despatch of any equipment and/or
materials which during tests and inspection fail to
·Vendor" : Vendor shall mean the person, firm or
comply with the specification. codes and testing
corporation to whom this purchase order is issued, and
requirements.
include its successors and assigns.
7.4 The Vendor will have to-
"Inspectors" : Inspectors deputed by Owner.
2. REFERENCE FOR DOCUMENTATION: Inform Owner at least fifteen days in advance of
the exact place date and time of rendering the
Purchase order Number must appear on all equipment or materials for required Inspection.
correspondence, drawings, invoices, shipping notes,
Provide free access to inspectors during normal
packing and on any documents or papers connected
working hours to Vendors or his /lts sub-Vendor's
with the order.
work and place at their disposal all useful means
3. IMPORT LICENCE: of performing, checking, marklhg testing,
Relevant particulars of the import licence if any shall be inspection and final stamping.
duly indicated in the invoice and shipping documents Even if the inspection and tests are fully carried
as well as on the packages or consignments. out Vendor is not absolved to any degree of his
4. CONFIRMATION OF ORDER: responsibilities to ensure that all equipments and
The vendor shall acknowledge the receipt of the materials supplied comply strictly with
Purchase order within ten days following the mailing of requirements as per agreement both during
this order and shall thereby confirm his acceptance of requirements as per agreements both during
this Purchase Order in its entirety without exceptions. construction, at the time of delivery, inspection on
This acknowledgment will be on both purchase order arrival at site and after Its erection or start-up and
and General Purchase Conditions. Vendor shall also guarantee period as stipulated In clause 26 hereof.
submit along with order acceptance a Bank Guarantee 7.5The Vendor's responsibility will not be lessened to
as per clause 26 hereunder. any degree due to any comments made by Owner/
6. SALES CONDITIONS: Owner's representatives and inspectors on the
Vendor's drawings or specifications or by
With Vendor acceptance of provisions of this Purchase
inspectors witnessing any chemical or physical
Order he waives and considers as cancelled any of his
tests. In any case the equipment must be in strict
general sales conditions. accordance with the Purchase Order and or its
6. COMPLETE AGREEMENT: attachments failing which the Owner shall have the
The terms and conditions of this Purchase Order right to reject the goods and hold the Vendor liable
constitute the entire agreement between the parties for non-performance of contract.
thereto. Changes will be binding only if the amendments 8. EXPEDITING:
are made in writing and signed by an authorised
Owner/Owner's representatives have been assigned to
representative of the Owner and the Vendor.
expedite both manufacture and shipment of equipment
7. INSPECTION-CHECKING-TERMS: and materials covered by the Purchase Order. The
The equipment, materials and workmanship covered by Owner/Owner's representatives shall have free access
the Purchase Order is subject to inspection and testing to Vendor's shop and/or sub supplier's shop at any time
at any time prior to shipment and/or despatch and to and they shall provide all necessary assistance and
final Inspection within a reasonable time after arrival at Information to help them perform their job.
site. Inspectors shall have the right to carry out the 9. WEIGHTS AND MEASUREMENTS:
Inspections and testing which will Include the raw
The shipping documents, invoices, packing lists and all
materials at manufacturer's shop, at fabricator's shop other relevant documents shall contain the same units
and at the time of actual despatch before and after
of weight and measurements as given in the Owner's
completion of packing. Purchase Order.
-2-
Page 69 of 504 •
10. OILS & LUBRICANTS: CARE GLASS FRAGilE, DON'T ROLL. THIS END UP.
The first filling of oils and lubricants for every equipment THIS END DOWN.· to be indicated by arrow.
shall be included In the price. The vendor shall also A distinct colour splash in say red-black around each
recommend for quality and quantity of oils and lubricants package crate/bundle shall be given for identification.
required for one year's continuous operation. Ail pipes and sheets shall be marked with strips bearing
11. SPARE PARTS: progressive No.
The vendor must furnish itemised and priced list of spare In case of bundles, the shipping marks shall be
parts required for two years operation of the equipment. embossed on metal or similar tag and wired securely
The vendor shall provide the necessary cross sectional on each end.
drawing to Identify the spare parts numbers and their For bulk uniform material when packed in several cases,
location as well as inter-changeability chart. progressive serial numbers shall be indicated on each
12. PACKING AND MARKING: cases. All nozzles, holes and opening and also all
delicate surfaces shall be carefully protected against
All equipment/materials shall be suitably packed in
damage and bad weather. Flange faces of all nozzles
weather proof, seaworthy packing for ocean transport
shall be protected by blanks. All manufactured surfaces
under tropical conditions and for rail or road or other
shall be painted with rust proof paint.
appropriate transport in India. The packing shall be
strong and efficient enough to ensure safe preservance All threaded fittings shall be packed in cases.
upto the final point of destination. The vendor shall be held liable for all damages or
Equipment / Materials shall be protected by suitable breakages to the goods due to defective or Insufficient
coat of paint and all bright parts protected from rust by packing as well as for corrosion due to insufficient
application of rust preventive as may be necessary. All greasing/ protection.
machined surface shall be suitably protected. On three sides of the packages, the following marks
All fragile and all exposed parts will be packed with care shall appear clearly visible in indeliable paint and on
and the packages shall bear the words -HANDLE WITH Vendor's care and expense.
To:
Chief Manager (Projects)
Bharat Petroleum Corporation Ltd.
Koehl Refinery, Ambalamugal
Kochi - 682 302
Item:
Equipment:
NetWeight: Kgs.
Dimensions:
-3-
Page 70 of 504 •
l!!RI§.;. MarKIngshall be bold-minimum letter height 5cm. charges, if any, surcharge, discount, etc. cleal
for every order and every shipment, packages must be and separately and the net total freight payab
marked with serial progressive numbering. All packages shown at the bottom.
will bear warning signs on the outside denoting the All documents vlz. bill of lading/airway bi,
center of gravity and sling marks. Packages that require Invoices/packing list, freight memos, country 4
special handing and transport should have their centres origin certificates, test certificate, drawings an
of gravity and points at which they may be gripped catalogues should be in English language.
clearly indicated and marked -Attention Special Load
In addition to the bill of lading which should b
Handle with Care" In English Language. Any other
obtained In 3 stamped original plus as many copiei
direction for handling shall be clearly indicated on the
as required, Invoices packing lists, freight memos
package.
(If the freight particulars are not shown In the billl
Top heavy containers will be so marked either Top of lading), country of origin certificate, test
Heavy or Heavy Ends. When packing material is clean composition certificate, shall be made out agains',
and light coloured, a dark black stencil paint shall be each shipment in as many number of copies as
acceptable. However, where packaging material is shown below. The bill of lading, invoice and
soiled or dark, a coat of flat zinc white paint shall be packing list specifically must show uniformly, the
applied and allowed to dry before applying the specific marks and numbers, contents case wise country
markings. of origin, consignees name, port of destination and
In case of large equipments like vessels, heat all other particulars as indicated under clause 12.
exchangers, etc. documents contained in the envelope The invoice must show the unit rates and net total
shall be fastened Inside a shell connection with an EO.B. prices. Items packed separately should also
identifying arrow sign -documents" applied with Indelible be Invoiced and the value shown accordingly.
paint. Packing list must show apart from other particulars
13. SHIPMENT AND SHIPMENT NOTICES: actual contents in each case, net and gross
weights and dimensions, and the total number of
The Vendor shall make shipment only after prior
packages. All documents should be duly signed
approval of Inspector whenever specifically mentioned.
by the Vendor's authorised representatives.
As soon as any shipment is made, the Foreign Supplier
shall send advance information by way of Fax message Shipping arrangements shall be made by
to Chief Manager (Projects), Bharat Petroleum Chartering Wing Ministry of Surface Transport,
Corporation Ltd., Koehl Refinery, Ambalamugal, Kochi- New Delhi through their respective forwarding
682 302 giving particulars of the shipment, vessel's agents, M/s. Schenker & Co., P.O. Box 110313
name, port of shipment, bill of lading number and date, 02043 Hamburg West Germany, Ph. 49 (040)
total FOB and freight value with confirmation copies by 361350, Fax (040) 36135216 Gr.2/a, Telex
post to the owner, Bharat Petroleum Corporation 217004-33 Sh.d, for shipping consignments from
Limited, Koehl Refinery, Ambalamugal, Kochi -682 302 UK / continent port; M/s. OPT Overseas Project
In case of air shipment a copy each of airway bill & Transport Inc. 46 sellers Street, kearny, N.J.
Invoice shall be sent by fax to BPCL as soon as 07032, Tel (201) 998-7771, Telex 673-3586, Fax
shipment is made. (201 )998-7833. In respect of consignments form
US/CANADA, MEXICO & SOUTH AMERICA and
14 SHIPPING:
the Embassy of India in Japan, Tokyo in respect
14.1 SEA SHIPMENT: of consignments from Japaneses ports. Supplier
All shipment of materials shall be made by first shall furnish to the respective agents the full details
class direct vessels, through the chartering wing, of consignments such as outside dimensions,
Ministry of Surface Transport Govt, of India, New weights (both gross and net) No. of packages,
Delhi as per procedure detailed hereunder. The technical descriptions and drawings, name ofthe
Foreign supplier shall arrange with Vessels Supplier, ports of loading, etc. 6 weeks notice shall
Owners or Forwarding Agents for proper storage be given by the supplier to enable the concerned
of the entire Cargo intended for the project in a agency to arrange shipping space.
specific manner so as to facilitate and to avoid The bill of lading Shall Indicate the following:
any over carriage at the port of discharge. All
Shipper: Government of India
shipment shall be under deck unless carriage on
deck is unavoidable. Consignee:
Bharat Petroleum Corporation Ltd.-
The bills of lading should be made out in favour of
Koehi Refinery,
Bharat Petroleum Corporation Ltd.,
Ambalamugal,
All columns in the body of the bill of lading namely Kochl - 682 302.
marks and nos. material description, weight
In case of supplies from USA, Export licences, if
particulars, etc. should be uniform in all the
any required from the American Authorities shall
shipping documents. The freight particulars should
be obtained by the U.S. suppliers. If need be
mention the basis of freight tonnage, heavy lift
-4-
•
Page 71 of 504
assistance for obtaining such export licences their delivery. By time delivery, is meant the date on the
would be available from India supply Mission at Bill of lading/Air way Bill at FOB port of despatch.
Washington. 17. DELAYED DELIVERY:
14.2 AIRSHIPMENT:
The time and date of delivery of materials/equipment
In case of Airshipment, the material shall be as stipulated in the Purchase Order shall be deemed
shipped through freight consolidator (approved by to be the essence of the agreement. For any delay in
us). The airway bill shall be made out in favour of delivery of equipment materials or part thereof beyond
BHARAT PETROLEUM CORPORATION LTD, the delivery date stipulated, the vendor shall be liable
Kochi Refinery, Ambalamugal, Kochi - 682 302 to pay compensation at O. 5% per week or part thereof
Tel: 91-484-2722061-69, Fax: 91-484- 2721094/ the FOB Port of embarkation value of the non-delivered
2720855/56. items of equipment subject to maximum of 5% of the
14.3 TRANSMISSION OF SHIPPING DOCUMENTS: total FOB value. The Owner reserves the right of
cancelling the Purchase Order for any delay exceeding
Foreign supplier shall obtain the shipping
the period of maximum compensation and the vendor
documents in eleven complete sets including three
shall be liable to all consequences thereof. If the delay
original stamped copies of the Bill of lading/Airway
in delivery is due to Force Majeure, the owner shall be
Bill as quickly as possible is made, and airmail as
free to act in terms under clause 18 of this text.
shown below so that they are received at least
three weeks before the Vessels' arrival in case of 18. DELAYS DUE TO FORCE MAJEURE:
sea shipment and immediately on air freighting in In the event of causes of Force Majeure occuring within,
case of air-shipment. Foreign supplier shall be fully the contractual date of delivery the Owner on receipt of
responsible for any delay and/or demurrage in application from the Vendor may extend the contractual
clearance of the consignment at the port due to date of delivery without imposition of penalty. Only those
delay in transmittal of the shipping documents. causes which depend on natural calamities, civil wars
If in terms of latter of otherwise, the complete and national strikes which have a duration of more than
original set of documents are required to be sent seven consecutive calendar days are considered the
to BPCL through Bank the distribution indicated causes of force majeure. The decision of Owner shall
below will confine to copies of documents only be final and binding on Vendor.
minus originals. The Vendor must advise the Owner by a Registered
Documents letter duly certified by a local chamber of statutory
BPCL, Kochi Refinery
authorities, the beginning and the end of the delay
Bill of lading/ 4 (including 1 immediately, but in no case later than within 10 days of
Airway Bill original) the beginning and end of such cause of Force Majeure
Invoice 4 condition as defined above.
Packing List 4 19. REJECTION, REMOVAL OF REJECTED GOODS
Freight Memo 4 AND REPLACEMENT:
Country of Origin-
Certificate 4 In case the testing and inspection at any stage of
4 inspection reveal that the equipment, materials and
Drawing
1 workmanship do not comply with the specification and
Catalogue
Invoice ofthird 4 requirements, the same shall be removed by the Vendor
at his/its own expense and risk within the time allowed
Party/Lloyd for
by the Owner. The Owner shall be at liberty to dispose
Inspection charges,
of such rejected goods in such a manner as he may
wherever applicable.
think appropriate. In the event the Vendor fails to remove
15. TRANSIT RISK INSURANCE:
the rejected goods within the period as aforesaid, all
Insurance against all marine and transit risk on FOB to expenses incurred by the Owner for such disposal shall
warehouse basis shall be covered under the owner's be to the account of the Vendor. The freight paid by the
marine policy. However, the Vendor shall ensure the in Owner, if any, on the inward joumey of the rejected
effecting shipments clear bills of lading/airway bills are materials shall be reimbursed by the vendor to the
obtained and the carriers responsibility is fully retained Owner before the rejected materials are removed by
the carriers so that the consignee's interests are fully the Vendor. The Vendor will have to proceed with the
secured and are in no way jeopardized. replacement of that equipment without claiming any
16. RESPECT FOR DELIVERY DATES: extra payment if so required by the Owner. The time
taken for replacement in such event will not be added
Time of delivery mentioned in the Purchase Order shall
to the contractual delivery period.
be the essence of the agreement and no variation shall
be permitted except with prior authorisation in writing 20. PRICE:
from the Owner. Goods should be delivered securely Unless otherwise agreed to in the terms of the Purchase
packed and in good order and condition at the place Order, the price shall be :
and within the time specified in the Purchase Order for
-5-
Page 72 of 504 •
Firm and not subject to escalation for any reason equipment and/or materials or which can, in any way.
whatsoever even though It might be necessary for the 26. PERFORMANCE GUARANTEE:
order execution to take longer than the delivery period
The Vendor shall guarantee that any and all materials
specified in the order. used in execution of the Purchase Order shall in strict
21. TERMS OF PAYMENT: compliance with characteristics, requirements and
Payment will be made by the Owner against submission specifications and that the same shall be free from any
of despatch documents by Cash Against Documents/ defects. Checking of the Vendor's drawings by the
Letter of Credit. Owner/Owner's representatives and their approval and
22. RECOVERY OF SUMS DUE: permission to ship or despatch the equipment and
materials granted by Inspectors shall not relieve the
Whenever any claim against the Vendor for payment
Vendor from any part of hlsllts responsibilities for proper
of a sum of money arises out of or under the contract,
fulfillment of the requirements. The Vendor will
the Owner shall be entitled to recover such sums from
guarantee that all materials and equlpments shall be
any sum them due or when at any time thereafter may
repaired or replaced as the case may be at site, at its
become due from the Vendor under this or any other
contract with the Owner and should this sum be not own expense, in case the same have been found to be
defective in respect of material, workmanship or smooth
sufficient to cover the recoverable amount, the vendor
and rated operation within a period of twelve months
shall pay to the Owner on demand the balance after the same have been Commissioned or 18 months
remaining due.
from despatch whichever is earlier.
23. MODIFICATIONS:
The guarantee period for the part that may be altered,
The Owner shall have the right to make technical repaired or replaced shall be 12 months from the date
changes or modifications in the technical documents/ on which the same is commissioned.
specifications. Any major changes or modifications shall
Acceptance by the Owner or Its inspectors of any
be at the cost, if any, of the Owner. As soon as possible
equipment and materials or its replacement will not
after receipt of the written request for changes the
relieve the Vendor of its responsibility of supplying the
vendor shall furnish in writing to the owner an estimate
equipment/materials strictly according to the guarantee
of cost for such major changes and modifications and
agreed by the Vendor. The Vendor shall furnish a Bank
its effect on the FOB delivery date. On receipt of
Guarantee along with the order acceptance for the
Owner's written authorisation, the Vendor shall promptly
amount equivalent to 10% of the F.O.B. value of
proceed with the changes/modifications.
equipment/ materials to support Vendor's performance
24. CANCELLATION: (as per proforma hereunder). This Bank Guarantee shall
The owner reserves the right to cancel this Purchase remain in force for the entire period covered by the
Order or any part thereof and shall be entitled to rescind performance guarantee. It will be the responsibility of
the contract wholly or in part In a written notice to the the Vendor to keep the Bank Guarantee fully
Vendor if: subscribed. Any shortfall in the value of the Bank
The Vendor fails to comply with the terms of this Guarantee as a result of encashment by the owner
Purchase Order. either in full or in part in terms of the performance
Guarantee shall be made good by the Vendor within
The Vendor fails to deliver the goods on time and/or one week thereof.
replace the rejected goods promptly:
27. NON-WAIVER:
The Vendor makes a general assignment for the benefit
of creditors; and Failure of the Owner/Owner's representatives to insist
upon any of the terms or conditions incorporated in the
A receiver is appointed for any of the property owned
Purchase Order or failure or delay to exercise any rights
by the Vendor.
or remedies specified herein or by law or failure to
Upon receipt of the said cancellation notice, the Vendor properly notify Vendor in the event of breach, or the
shall discontinue all work on the Purchase Order and acceptance of payment of any goods hereunder or
matters connected with it. approval of design shall not release the Vendor and
The owner in that event will be entitled to procure the shall not be deemed waiver of any right of the Owner
requirement in the open market and recover excess or Owner's representatives to Insist upon the strict
payment over the Vendor reserving to Itself the right to performance thereof or any of his or their rights or
forfeit the security deposit, if any, placed by the Vendor remedies as to any such goods regardless of when
against the contract. goods are shipped, received or accepted nor shall any
25. PATENTS AND ROYALTIES: purported modification or revision ofthe order by Owner/
Owner's representative act as waiver of the terms
On acceptance of this order, the Vendor will be deemed hereof.
to have entirely indemnified the Owner's representatives
from any legal action or claims regarding compensation 28. NO ASSIGNMENT:
for breach of patent rights which the Vendor deems The purchase Order shall not be assigned to any other
necessary to comply for manufacturing the orclefed agency by the Vendor without obtaining prIor-written
-6-
Page 73 of 504 •
consent of the Owner. maintenance of the equipment if required by the Owner.
29. VENDOR'S DRAWINGS AND DATA REQUIREMENT: The terms and conditions for the services of the
Vendor's personnel shall be indicated in the quotation
The Vendor shall submit drawings data and itself.
documentation in accordance with but not limited to
32. ARBITRATION:
what is specified in the bid document and lor In Vendor's
drawings and data form attached to the Purchase Order Any dispute or difference between the Vendor on one
and as called for in clause 8, vlz, 'Expediting' above. hand and the Owner on the other. of any kind
The types, quantities and time limits of submitting this whatsoever at any time or times, arising out of or in
must be respected in its entirety failing which the connection with or incidental to the Purchase Order
purchase Order shall not be deemed to have been including any dispute or difference regarding the
executed for all purposes including settlement of interpretation of the terms and conditions or any clause
payment since the said submission is an integral part thereof shall be referred to arbitration under the Rules
of purchase Order execution. of International Chamber of Commerce in Paris. The
30. TECHNICAL INFORMATION: venue of such arbitration shall be in India. The Indian
law shall apply.
Drawings, specifications & details shall be the property
of the Owner and shall be returned by the Vendor on 33. PART ORDER I REPEAT ORDER:
demand. The Vendor shall not make use of drawings Vendor shall agree to accept part order at owner's
and specifications for any purpose at any time save option without any limitations whatsoever and also
and except for the purposes of the Owner. The Vendor accept repeat order during a period of six months after
shall not disclose the technical Information furnished placement of purchase order at the same unit prices
or gained by the Vendor to any person, firm or body or terms and conditions.
corporate authority and shall make all endeavours to 34. ADDRESS:
ensure that the technical Information is kept
Bharat Petroleum Corporation Ltd.
CONFIDENTIAL. The technical information imparted
and supplied to the Vendor by the Owner shall at all Kochi Refinery
times remain the absolute property ofthe Owner. Ambalamugal
31. SERVICES OF VENDOR'S PERSONNEL: Kochi - 682 302
Upon two weeks advance notice, the Vendor shall INDIA
depute the necessary personnel to India for supervision Tel: 91-484-2722061-69
of erection and start up of the equipment and train a Fax: 91-484-2721094/2720855/56
few of the Owner's personnel for the operation and
-7-
Page 74 of 504 •
PROFORMA OF BANK GUARANTEE
( Performance )
(Ref. clause 26)
To
Bharat Petroleum Corporation Limited
Koehl Refinery, Ambalamugal, Kerala- 682302
Dear Sir,
In consideration of the Bharat Petroleum Corporation Limited (hereinafter called 8the Company8 which expression shall
include its suceessorsand assigns) having awarded to MIs. (Name) (address)
..................................................•....................................................................................................................... (hereinafter
referred to as ~he Supplier- which expression 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 Purchase Conditions of the company and upon the condition of supplier's fumishing security for the Performance of the
supplier's obligation and/or discharge of the supplier's liability under and/or In connection with the said supply contract up to a
sum of (in figure) (in words) .
................ ) contract value.
we, (Name) (constitution) ; (hereinafter called
8the Bank8 which expression shall include its successors and assigns) hereby jointly and severally undertake the guarantee to
pay to the Company In (Currency) forthwith on demand in writing and without protest or demur of any and all moneys anywise
payable by the Supplier to the Company under in respect of or in connection with the said supply contract inclusive of all the
Company's losses and damages and costs, (Inclusive between attorney and client), charges 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 up to aggregate limit of Rs (Rupees .
.. ... . ... .. . .. .... .. . ... .. ... ... ... ... .... ..only)
AND the Bank hereby agrees with company that:
This Guarantee / Undertaking shall be a continuing / undertaking and shall remain valid and irrevocable for all claims of the
Company and liabilities of the Supplier arising up to and until midnight of .
This date shall be 6 months from the last date of guarantee period
This Guarantee / Undertaking shall be in addition to any other guarantee or security whatsoever that the company may now or at
any time anywise have in relation to the Supplier's obligationslliabilities 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 securlty(ies) at
its sole discretion, and 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.
The company shall be at liberty without reference to the bank and without affecting the full liability of the Bank hereunder to take
any other security in respect of the Supplier's obligations and/or liabilities under or In connection with the said supply contract
and to vary the terms vis a vis the supplier of the said supply contract or to grant time and/or Indulgence to the supplier or to
reduce or to Increase or otherwise vary the prices of the total contract value or and/or the remedies of the company under any
other security (Ies) now or hereafter held by the company and no such dealing(s), varlation(s), reduction(s), Increase(s) or the
indulgence(s) or arrangement(s) with the supplier 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.
The Guarantee / Undertaking shall not be determined or affected by the liquidation or winding up, dissolution or change of
constitution or insolvency of the supplier 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.
The Bank hereby waives all rights at any time inconsistent with the terms of its 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
supplier (whether or not pending before any Arbitrator, office, Tribunal or Court) or any denial of liability by the supplier or any
other of communication whatsoever by the supplier stopping or preventing or purporting to stop or prevent any payment by the
Bank to the Company in terms hereof.
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 supplier 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,
-8-
Page 75 of 504 •
Page 76 of 504
Page 77 of 504
Page 78 of 504
Page 79 of 504
Page 80 of 504
Page 81 of 504
Page 82 of 504
Page 83 of 504
Page 84 of 504
Page 85 of 504
Page 86 of 504
Page 87 of 504
Page 88 of 504
Page 89 of 504
Page 90 of 504
Page 91 of 504
Page 92 of 504
Page 93 of 504
Page 94 of 504
Page 95 of 504
Page 96 of 504
Page 97 of 504
Page 98 of 504
Page 99 of 504
Page 100 of 504
Page 101 of 504
Page 102 of 504
Page 103 of 504
Page 104 of 504
Page 105 of 504
Page 106 of 504
Page 107 of 504
Page 108 of 504
Page 109 of 504
Page 110 of 504
Page 111 of 504
Page 112 of 504
Page 113 of 504
Page 114 of 504
Page 115 of 504
Page 116 of 504
Page 117 of 504
Page 118 of 504
Page 119 of 504
Page 120 of 504
Page 121 of 504
Page 122 of 504
Page 123 of 504
Page 124 of 504
Page 125 of 504
Page 126 of 504
Page 127 of 504
Page 128 of 504
Page 129 of 504
Page 130 of 504
Page 131 of 504
Page 132 of 504
BPCL-KR
Job No.: A307
1. LOCATION OF WORKSITE:
M/s Bharat Petroleum Corporation Limited-Kochi Refinery (BPCL-KR) is setting up Integrated Refinery
Expansion Project (IREP) at its existing Refinery complex at Ambalamugal, Kochi in the state of
Kerala, India. The intending Bidder should inspect the site and make himself familiar with site
conditions and available communication facilities.
2. WATER SUPPLY:
The Owner shall allow the Contractor to draw the water within the premises of the Refinery, at one
point near Site. However, the Contractor shall make his own arrangement for the distribution pipe
network from source of supply and such distribution pipe network shall have prior approval of the
Owner/Engineer-In-Charge, so as not to interfere with the layout and progress of other Construction
activities.
Water for Hydro-testing shall be provided by Owner.
3. POWER SUPPLY:
Construction Power shall be made available by the Owner free of cost.
4. ACCOMODATION FOR CONTRACTOR ‘S SUPERVISORY STAFF AND LABOUR ETC.:
The Contractor shall make his own arrangements for the accommodation of labour,
Engineers/Supervisors deputed for carrying out Site Works.
5. LAND FOR CONTRACTOR’S FIELD OFFICE, GODOWN AND WORK SHOP:
The Owner will, at his discretion and convenience and for the duration of the execution of work,
make available, land for construction of Contractor’s Field Office, Workshop / Fabrication Yard
required for execution of the Contract. The Contractor shall at his own cost construct all these
temporary buildings/structure and provide suitable water supply and sanitary arrangement, duly
approved by Engineer-In-Charge.
On completion of the work undertaken by Contractor, he shall remove all temporary works/shed
erected by him and have the Site cleaned as directed by Engineer-In-Charge. If the Contractor shall
fail to comply with these requirements, the Engineer-In-Charge may at the expense of the
Contractor, remove such surplus and rubbish material, dispose off the same as he deems fit and get
the Site cleared as aforesaid; and the Contractor shall forthwith pay the amount of all expenses so
incurred and shall have no claim in respect of any such surplus materials disposed off as aforesaid.
But the Owner reserves the right to ask the Contractor any time during the pendency of the Contract,
to vacate the Land by giving 7 days notice on security reasons or on material interest, otherwise.
6. EQUIPMENTS, TOOLS AND PLANT:
All equipment, vehicles, tools and plants and materials brought to site by the contractor from his
resources shall have distinctive identification marks and the description and quantity of such inflow
shall be intimated to BPCL in writing by the contractor. All construction materials brought by the
contractor shall have prior approval regarding quality and quantity by BPCL. The contractor shall also
provide without extra cost necessary enclosures, containers and protective materials for proper
storage of materials inside, whenever so instructed by BPCL without any extra cost.
No material or equipment or tools etc. shall be taken out of the work-site without the written consent
of BPCL.
BPCL shall not be responsible for the safety to protection of the materials of the contractor and the
contractor shall make his own arrangements for proper watch and ward for his materials.
7. RULES AND REGULATIONS AT SITE:
The contractor shall ensure that all rules and regulations as effected from time to time by the Owner
and/or EIL are strictly observed by the Contractor’s personnel.
The contractor shall not permit the entry to the site of any person not directly connected with the
execution of the Contract without prior permission of the Engineer-in charge.
8. WORKMANSHIP:
The entire job shall be done in accordance with the approved drawings and specifications. The
drawings and specifications are intended to be self-explanatory but should any discrepancy arise on
any thing contained therein, explanation shall be sought from BPCL.
All the work covered under this requisition shall be done to the entire satisfaction of BPCL who shall
determine the quality, acceptability and fitness of the work. The contractor shall provide necessary
and sufficient tools, plant, equipment etc. for proper execution of work to the satisfaction of BPCL.
9. WORK ON HOLIDAYS AND OUTSIDE NORMAL WORKING HOURS:
The contractor shall generally restrict his working hour to the normal working hours but may be
permitted to work extra hours and on Sunday and holidays on prior request at least 24 hours in
advance and around the clock depending upon the urgency of the work.
10. SUB-CONTRACTORS:
No part or whole of this work covered in the requisition or interest therein shall in any manner be
assigned or sublet by the contractor except where BPCL has given written consent therefor.
11. CONTRACTOR’S LIABILITY NOT LIMITED BY SUB-CONTRACT:
Notwithstanding and subletting with such approval the Contractor shall be and shall remain solely
responsible for the quality and quantity of materials and workmanship and for the proper and
expeditious execution of the work as if such sub-letting has not taken place.
If any sub-Contractor engaged upon the work executes any work, which in the opinion of BPCL is not
in accordance with the specifications, BPCL may, by written notice to the contractor require him to
terminate such sub-contract and sub-contractor shall immediately leave the work. No action by BPCL
under the above clause shall relieve the contractor of any of his liabilities or give rise to any right to
compensation, extension of time or otherwise.
11. OTHER AGENCIES AT WORKS:
The contractor may have to execute work in such a place and condition where other agencies also
will be engaged for other work. No claim shall be entertained for execution of work under such
circumstances. However, completion time for erection agreed will be subject to the condition that
contractor’s work is not hampered by other agencies.
12. SUPERVISION:
The contractor shall provide to the satisfaction of BPCL sufficient and qualified staff to superintendent
the execution of works. Such staff shall give to BPCL or his representative all necessary information
and facilities for such inspection or testing and examining any part of works.
The contractor shall ensure that all his supervisor’s staff and workmen conduct themselves in a
proper manner. They shall all be persons who are familiar with and skilled at the jobs allocated to
them. If and whenever any of the Contractor’s staff is found guilty of any misconduct or be
incompetent or insufficiently qualified in the performance of his duties the vendor shall remove him
from the site at once if directed by BPCL.
The contractor shall ensure that replacements for such persons removed from site are provided
immediately and the work is not allowed to suffer delay on that account.
13. INSPECTION OF WORKS:
BPCL and or EIL will have full power and authority to inspect the works at any time, either on the site
or at the contractor’s premises. The contractor shall afford or procure for the purchase every facility
and assistance to carry out such inspection. On no account will the contractor be allowed to proceed
with work of any type unless such work has been inspected and entries are made in the site
inspection register by BPCL / EIL.
14. ASSISTANCE TO BPCL:
The contractor shall render such assistance and supply such labour as may be required by BPCL in
connection with the works, cost of off all such assistance and requirements shall be deemed to be
included and covered by the prices quoted in the offer. The contractor shall make available to BPCL
all necessary instruments and assistance in checking the setting out of works of and taking
measurements of works without extra cost to BPCL.
15. ACTION IN CASE OF BAD OR DELAYED WORK
Where it is found by BPCL, the performance of work by the contractor is not satisfactory in respect of
workmanship, deployment of sufficient labour or equipment delay, in execution of work or any other
matter, BPCL shall have the right to engage labour at normal ruling rates and get the work executed
through his own or any other agency and debit the cost in excess of the value as per order to the
contractor and the contractor shall have no right to claim compensation thereof. In such a case
BPCL shall have the right to utilise the materials and tools brought by the contractors for the same
work.
16. NOTICE OF CLAIMS FOR ADDITIONAL PAYMENT:
Should the Contractor consider that he is entitled to any extra payment or compensation or making
any claims whatsoever in respect of the works, he shall forthwith give notice in writing to BPCL that
he intends to claim extra payment. Such notice shall be given to BPCL within ten days from the
ordering of any work or happening of any event upon which the contractor bases such claims and
such notice shall contain full particulars of the nature of such claims with full details and amount
claimed. Failure on the part of the contractor to put forward any claim with the necessary particulars
as above within the time above specified shall be an absolute waiver thereof. No commission by
BPCL to reject any such claim and no delay in dealing therewith shall be waiver by BPCL of any rights
in respect thereof.
17. INSURANCE:
Marine – cum – Transit Insurance shall be arranged and borne by Vendor/Contractor. Any other
insurance including but not limited to workmen compensation, third party liability etc., as required by
the applicable laws shall be arranged by the vendor and the quoted price is inclusive of the charges
for the same.
18. PERMITS, LICENCES ETC.:
The contractor shall obtain all permits, licences or other authorisations as are required for his work in
terms of the order, from local State or Central Authorities. He shall comply with all rules, regulations
and other statutory obligations under the State of Union Legislative enactments. The contractor shall
pay all fees and other legally demandable compensation to any person, body or firm. BPCL shall not
be responsible, either directly or indirectly, in any manner whatsoever for any omissions of the
Contractor under this clause.
19. LOCAL AND OTHER AUTHORITIES NOTICES AND FEES:
The contractor shall comply with and give notices required by any Act or by any Regulation or bye-
law of any local or other public authority who have any jurisdiction with regard to the contractor’s
work and shall pay and indemnify BPCL against any fees/or charges legally demandable under such
Act, regulation or bye law in respect of the works.
20. CONTRACTOR’S LIABILITY:
It is the responsibility of the Contractor to meet all claims for compensation under the workmen’s
Compensation Act or under any other law in respect of accidents or injury including death suffered by
workmen engaged by him for carrying out the work undertaken by the contractor. The Contractor
will also be responsible and liable in respect of clams for damage to property or persons arising from
or in the course of execution of the work undertaken by him. The contractor shall keep BPCL fully
indemnified in respect of claims under the Workmen’s Compensation Act and all other claims
aforesaid and the contractor shall not under any circumstances raise any dispute with regard to the
same.
21. CONTRACTOR’S EQUIPMENT:
a) A list of equipment, which the contractor purposes to bring to Site to carry out the Work has been
made part of this Contract. The contractor shall ensure that these equipment as well as such other
equipment required to carry out the work are brought to site at the appropriate time to achieve the
promised completion date.
b) Equipment brought to Site will remain at Site and shall not be allowed to be taken out without the
written consent of the Engineer-in-charge. Certified capacity charts for heavy equipment should be
submitted to EIL prior to operation of the equipment.
A307_T&C-SITE-WORK Rev. 1 Page 3 of 8
c) The contractor shall clearly mark all his tools and equipment with an identification symbol and/or
number.
22. CONTRACTOR’S CONSTRUCTION SCHEDULE AND MANPOWER, MACHIERY AND MATERIALS
REQUIREMENT CHART:
i) The Construction Schedule and Manpower, Machinery and Materials requirement chart agreed
between EIL and the contractor is made part of this contract. The following comprise the
Construction Schedule and Manpower, Machinery and Materials requirement chart.
(a) Construction Schedule showing Chart and finish dates for various Operations involved in the
execution of the Contract and how the various start and finish dates are tied up with the completion
date.
(b) Manpower requirement (separately for Supervisory and non-supervisory manpower) at various
phases of Contract execution.
(c) Machinery and Construction equipment requirement at various phases of Contract execution.
(d) Procurement Schedule for materials in the contractor’s scope of supply.
(e) Contractor’s organization chart.
The contractor shall ensure compliance with the Construction Schedule and Manpower, Machinery
and Materials Schedule and make every effort to bring in additional manpower, machinery and
materials as required to ensure timely completion of the work.
23. MATERIALS FURNISHED BY OWNER/EIL:
a) The Owner/EIL shall issue from their stores at site such materials, if any, agreed to be furnished to
the contractor elsewhere in this Contract. The contractor shall collect such materials from the stores
and transport to his work site at the contractor’s cost.
b) The contractor shall inspect such materials as soon as received by the contractor and shall bring to
the attention of the Engineer-in-charge any shortage/damage or other defects noticed before taking
over the materials. Materials once taken over will be deemed to have been received in good condition
and in correct quantities except for intrinstic defects, which cannot be observed by visual and
dimensional inspection and weighment.
c) Upon receipt by the contractor the responsibility for any and all loss, damage and/or misuse of such
materials shall rest with the contractor.
d) All materials furnished by Owner/EIL shall be properly stored and systematic records of receipts,
issue and disposal will be maintained. Periodic inventory shall be made available to Owner/EIL
whenever so required by Engineer-incharge.
e) All materials furnished by Owner/EIL shall be utilized as directed by Engineer-in-charge or in the
absence of such direction most economically. The contractor shall be responsible for the return to the
Owner/EIL of all surplus materials, as determined by the Engineer-in-charge.
f) For materials furnished by the Owner/EIL that is lost, damaged or unaccounted, deductions shall be
made from payments to the contractor at rates specified elsewhere in the Contractor in the absence
of such a provision in the contract at a rate determined by the Engineer-in-charge, which shall
includes besides the cost of materials, levies, taxes and duties paid, procurement expanses, freight
(air, sea and land) handling charges, insurance, expediting and inspection charges as per the
Schedule of rates of the Owner/EIL.
g) Surplus from materials furnished by the contractor shall after acceptance of work revert to the
Ownership of the contractor.
24. PROTECTION TO WORK NOT TAKEN OVER BY OWNER/EIL:
Until such time the work is taken over by Owner/EIL, the contractor shall be responsible for proper
protection including proper fencing, guarding, lighting, flagging, watching and for the provision of
temporary foot-ways, guards, and fences as far as may be rendered necessary by reason of the
work, for the protection of foot passengers, vehicles, animals and to the properties of the Owner/EIL,
occupiers of adjoining property and the public. The contractor shall during the progress of work
properly cover up and protect any part of the work liable to damage by exposure to the weather and
shall take every reasonable precaution against accident or damage to the work from any cause.
contractor will be held responsible for all damage which may be caused of result from water backing
up or flowing over through floor or any part of the work or which any of his operation may cause to
flow elsewhere.
33. COMPLIANCE WITH STATUTORY REGULATIONS:
a) The contractor shall be assumed to be familiar with all central, state and local regulations in force as
applicable to the operations he is performing.
b) It shall be sole responsibility of the contractor to execute the Contract in strict accordance with such
statutory regulations in force and or to obtain necessary exemption certificates.
c) Any modifications/alterations deletion and/or addition that has to be carried out to meet statutory
requirements shall be done at the cost and expense of the contractor. The contractor shall not be
entitled to any extension in completion date to carry out changes, in order to meet statutory
requirements.
d) The contractor shall at his cost and expense, obtain and furnish Owner/EIL with all statutory
certificates/permits, and/or exemption certificates by that are required, to put into operation, the
work completed by the contractor.
34. HYPOTHECATION BOND:
For free issue material, the Contractor shall furnish a hypothecation bond as per proforma enclosed
before commencement of despatches. This bond shall be executed on a Stamp paper.
35. GENERAL CONDITIONS OF CONTRACT (GCC):
The General Conditions of Contract (GCC) shall be applicable to Site Works.
36. MEDICAL FITNESS CERTIFICATES:
The contractor shall ensure the following at time of working at higher elevation:-
a. Doctor’s fitness certificate for contract workers shall be insisted for working at a height more
than 30 meters using temporary structures.
b. Executing department shall forward the list of contract workers engaged for working at heights
more than 30 meters to OHC for medical examination.
c. Tests / Parameters for medical fitness shall be as per CMO (OHC).
d. BPCL-KR medical officer will issue the fitness certificate with validity (6 months) and shall
endorse in the entry pass.
e. The fitness certificate shall be renewed every 6 months.
f. The necessity of medical fitness for those who employed in working at heights as per the guide
lines shall be included in the work permit given for such jobs.
g. The executing department, permit issuer and safety personnel shall ensure the compliance of the
safety guide lines.
WHEREAS
(1) The Owner has entered into an agreement with the Contractor for _______________ upon the terms
and conditions detailed in the Contract No. ____________ dated____________.
(2) One of the terms and conditions of the said Contract is that the Owner shall advance to the
Contractor a sum of Rs. _______________ of the contract price against despatch of materials.
(3) The Owner has at the request of the Contractor agreed to advance to the Contractor the said sum of
Rs. ______________ against hypothecation of materials despatched by the Contractor for purpose of
the said contract.
NOW IT IS HEREBY AGREED AS FOLLOWS
(1) THAT in pursuance of the said agreement and in consideration of the promises the whole of the
contractor’s materials which are now or hereinafter from time to time during the continuance of this
security shall be brought to or stored in or being or about the Owner’s lands and buildings at
________________ in the district of ___________ or wherever also the name may be (including any
materials in course of transit) hereinafter called the “said materials”) with the benefits of all rights
relating hereto shall be and stand hypothecated to the Owner and its assign by way of the said sum
of Rs. _________________ in manner hereinafter appearing together with all relative interest
charges and costs (as between attorney and client) and expenses.
(2) THAT the Contractor shall refund to the Owner the said sum of Rs_____________ on demand by the
Owner if the contractor shall commit any breach of the said contract or if the said sum becomes
otherwise refundable to the Owner under the said Contract.
(3) THAT subject as hereinafter provided the Contractor shall not except with the prior written consent of
the Owner during the continuance of this security, pledge or otherwise charge of encumber the said
materials or any part thereof over which the charge hereby created in favour of the Owner shall
extend or be expressed or intended to extend nor do or permit any act whereby the security here
before expressed to be given to the Owner shall be in any way prejudicially affected.
(4) THAT the contractor shall at all times and from time to time insure the said materials//keep it insured
to its full value against fire, strikes, riots and civil commotion and all other risk as required by the
Owner with Insurance Companies approved of by the Owner and the Contractor will on demand
produce the policies of insurance and the receipts for insurance premium to the Owner. If the
Contractor shall fail to insure or produce the policies or Insurance and Insurance premium receipts as
aforesaid the contractor shall be liable to refund the entire amount remaining outstanding out of the
advance on the date of such failure.
(5) THAT in the event of loss, destruction by fire or otherwise or damages to the said materials or any
part thereof the Owner shall be entitled to recover and receive all moneys payable in respect of the
insurance. In the event of the Owner nor receiving the amount payable in respect of the insurance
wholly or partially for any reason whatsoever the Contractor shall be bound to pay to the Owner on
demand the said sum,
(6) THAT all sums of money recovered or received under the last preceding clause may at the option of
the Owner be applied towards the liquidation and satisfaction of the said sum and if any part of the
insurance moneys shall remain in the hand of the Owner after such application thereof as aforesaid
the Owner shall be entitled to apply the same towards any other sum or sums of money which may
be due from the Contractor to the Owner on any other account or any other transaction or
transactions whatsoever. If after settlement of all claims of the Owner against the Contractor any
surplus shall remain, such surplus shall remain at the disposal of the Contractor but if the sum or
sums realised from the insurance be insufficient to cover the moneys due to the Owner as aforesaid
the Contractor agrees to forthwith repay to the Owner the deficiency.
(7) THAT the Owner, its agents and nominees shall be entitled at all times and without notice to the
contractor but at the contractor’ s risk and expense and if so required as attorney and the name of
the contractor to enter any place where the said materials may be and inspect value and/or
possession of (so that they become pledged) all or any part of the said materials if the said sum or
any part thereof become payable under clause 2 hereof and to recover receive or remove and/or sell
by public auction or private contractor or otherwise dispose of or deal with all or any part of the said
materials and to enforce realise settle compromise and deal with any rights aforesaid without being
bound to exercise any of these powers or being liable for any losses in the exercise thereof and
without prejudice to the Owner’s rights and remedies of suit or otherwise and notwithstanding there
may be any pending suit or other proceeding.
(8) THAT in the event of any conflict between the provisions of these presents and the said contract the
provisions of these presents shall prevail and in the event or any dispute or difference arising over
the construction of effect of these presents the settlement of which has not been hereinbefore
expressly provided for, the same shall be referred to the Arbitrators as per General Purchase
Conditions, whose decision shall be final and provisions of these Indian Arbitration Act for the time
being in force shall apply to any such reference.
IN WITNESS WHERE OF the said Contractor and the Owner have hereunto set their respective hands
the day and year first above written.
Signed, sealed and delivered in the presence of :
Witness:
Signature
Name
Address
Signature
Name
Address
Note:-
1. Tax Residency Certificate (TRC) containing above details is compulsory for claiming tax
relief under Double Taxation Avoidance Agreement (DTAA) in respect of foreign
remittances.
2. TRC containing the details as above shall be verified by the Govt of the country or the
specified territory of which the contractor/ Licensor (ie, assessee) claims to be a resident
for the purpose of tax.
3. Bidder must submit TRC containing the details as above along with invoice for the
purpose of effecting payment. Please be noted that non furnishing of TRC will delay
the payment to non – residents.
All raw/solid wood packaging material used for packaging shall be appropriately treated and marked as
per ISPM-15 (International Standards of Phyto-sanitary measures 15) OR shall be accompanied by a
Phytosanitary Certificate with the treatment endorsed.
The treatment of raw/solid wood packaging material prior to export shall include either Methyl Bromide
(MB) @ 48 g/m3 for 16 hrs at 21º C and above or any equivalent thereof or heat treatment (HT) at 56º
C for 30 min (core temperature of wood) or Kiln Drying (KD) or Chemical Pressure Impregnation (CPI)
or any other treatments provided that these meet the HT specifications of the ISPM-15.
However, the above conditions shall not be applicable to wood packaging material wholly made of
processed wood products such as ply wood, particle board, oriental strand board of veneer that have
been created using glue, heat and pressure or combination thereof. The above conditions shall also
not be applicable to wood packaging material such as veneer peeler cores, wood wool & shavings and
thin wood pieces (less than 6mm thickness) unless they are found to be harboring any pests.
SPR-Foreign Page 1 of 1
Bidders who wish to participate for RFQs/ Tenders which are uploaded on EIL’s
Authorised service provider’s website (i.e. www.tenderwizard.com/eil) should follow
the following instructions which shall permit them to Search, View, Download and
Submit their Electronic Bids online in a secure manner ensuring confidentiality. These
Instructions for E-Tendering shall be read in conjunction with various instructions,
wherever appearing with the RFQ/ Bidding Document. The conditions & instructions
mentioned here in under shall supersede and shall prevail over the conditions &
instructions enumerated elsewhere in the RFQ/ Bidding Document.
3) DIGITAL SIGNATURE
Bidders cannot submit e-bids without having valid Digital Signature. The Digital
Signature shall be issued by C.A. (Certifying Authority) in India, in the name of a
person authorized for E- Tendering on behalf of his Company.
Page 1 of 1
Note: In terms of Indian I.T Act 2000, only a digitally signed document will be
considered as a valid signed document.
Bidders are required to submit the Bid Document Fee & EMD (in the prescribed
format) in original as per the manner prescribed in the RFQ/ Bidding Document at
the time of bid submission in sealed envelope. However, bidders are required to
upload the scanned copy of both Bid Document fee as well as EMD on E- Tendering
website along with the e-bid.
If the Bidder is unable to submit Bid Document Fee & EMD in original within the due
date & time, he may 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, his 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.
5) SUBMISSION OF BID :
Bidders are required to upload the bid along with all supporting documents & Priced
part on the E-Tendering website (www.tenderwizard.com/eil) only. However,
documents required to be submitted physically, viz., Bid Document Fee, EMD, etc.,
need to be submitted in a sealed envelope as per the provisions of RFQ/ Bidding
Document.
Bidders shall ensure that all the required documents are uploaded in time and
failure to upload the same before bid submission date & time is the sole
responsibility of bidder. Under no circumstances, EIL shall entertain any request for
acceptance of bid documents in physical form or any other form, which are required
to be uploaded on E- Tendering Website.
The bidders needs to submit prices on-line strictly as per the Price Schedule
format provided in our E-Tender.
Bidders can submit their Bids on-line only after digitally signing the bid/documents
with the Digital Signatures used for log-in.
Page 1 of 1
No Late Bids after due date & time shall be permitted in E -Tendering website.
The system time (IST) being displayed on the E-Tendering website shall be final and
binding on bidder and bids have to be submitted by bidders considering this time only
and not the time as per their location / country. Bidder who intends to change the bid
already submitted may change/revise the same on or before the closing date &
time of bid submission.
Note:
i) Bidders are advised in their own interest to ensure that bids are uploaded in E-
tendering website well before the closing date and time of bid submission.
ii) No bid can be modified after the dead line for submission of bids.
iii) EIL shall not be responsible for any failure on the part of the bidder to follow the
instructions.
iv) Inadvertently, if a document is uploaded in E- tendering website by the
bidders, such document can be deleted by the Bidder and a new/modified
document can be uploaded digitally signed within the bid due date & time.
v) Bidders are requested to upload small sized documents preferably (upto 5 MB)
at a time to facilitate easy uploading into E- Tendering website. EIL does
not take any responsibility in case of failure of the bidder to upload the
documents within specified time of Bid submission.
vi) Wherever, the bidders are asked to upload the required document in Mandatory
folders, the bidders must upload the required document only in the Mandatory
folders.
6) OPENING OF BIDS:
The unpriced bids shall be opened online, at the specified date and time given in the
RFQ document or extended otherwise. The price bids shall also be opened online
on the date & time which will be informed to all the techno-commercially qualified/
acceptable bidders in advance.
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 unpriced bid opening by
buyer. Similarly, the techno-commercially acceptable bidders will be able to view
online the price sheets of other techno-commercially acceptable bidders at their
respective windows, after priced bid opening by buyer.
Page 1 of 1
System does not allow for submission of bids beyond the deadline for bid
submission. The system time displayed on EIL’s ASP E-Tendering website shall be
final and binding on the bidders for all purposes pertaining to various events of the
subject RFQ/ Bidding Document and no other time shall be taken into cognizance.
8) GENERAL
The bidders may quote from their own offices/ place of their choice. Internet
connectivity shall be ensured by bidders on its own.
Bidders agree to non-disclosure of trade information regarding the purchase,
identity of EIL, bid process, bid technology, bid documentation and bid details.
EIL shall not have any liability to bidders for any interruption or delay in access to
the site irrespective of the cause.
EIL shall not be responsible for any indirect / consequential losses / damages,
including but not limited to systems problems, inability to use the system, loss of
electronic information, etc.
EIL decision on award of Contract shall be final and binding on all the Bidders.
EIL reserves the right to prescribe different Security Devices for accessing and/or
using E-Tendering System or any part thereof, including but not limited to
prescribing different Security Device(s) for accessing and/or using different parts
of E-Tendering System.
EIL reserves the right to prescribe password(s) and Login ID(s) for the bidders
and its representatives as well as any combination and/or sequence of letters
and/or numerals for the password(s) and Login ID(s).
The actions, failures, omissions and defaults of the bidder's representative(s)
shall be construed and be given legal effect as if they are the actions, failures,
omissions and defaults of the bidder and the bidder shall be fully responsible for
all such matters.
The bidder shall bear all costs and expenses in relation to its access and use of
E-Tendering System, including but not limited to the costs and expenses incurred
in ensuring its continued access and use of E-Tendering System.
EIL shall not be responsible or held liable under these Terms and Conditions for
any loss or damage that is caused to any party due to use or misuse of the
E-Tendering System or breach, by any party, of the Terms and Conditions
mentioned herein.
Page 1 of 1
Contact Persons:
2: Mr. Sachin
Contact no: 8401982112
Email: sachin.t@antaressystems.com
2: Bangalore 080-40482000
Type the website address http://www.tenderwizard.com/EIL in the address bar and click
“Go” to access the Login Screen.
And install java by clicking the link but before uninstalling the older java version.
Purpose
The objective of developing the TENDERWIZARD is to automate the departments of Governments.
The key objectives of this exchange are Reduced Inventory, consistency in costs across all
departments, consistent and sustainable Vendor Development, transactional effectiveness,
procurement lead time reduction, transparency etc.,
Audience
This product is extensively used by the Government officials and contractors to enhance the
transparency in the day to day tendering activities of the Government offices as well as in contractor
community.
Disclaimer
ANTARES assumes no responsibility for any errors that may appear in this document. The
information contained herein is subject to change without notice and should not be construed as a
commitment by Antares. No responsibility is assumed for the reliability of software or equipment that
is not supplied by Antares.
Copyright
This document is confidential and proprietary information of Antares. It should not be disclosed in
whole or in part to any third party except to the document to whom it has been submitted without the
express written authorization of Antares and should not be duplicated in whole or part for any other
purpose other than evaluation of the Technical capability of Antares and shall be returned upon
request.
Any reference used in this response is proprietary and is covered under non-disclosure agreement.
The information should not be divulged to any other party other than for whom it is intended. Clients
and partners may not be contacted about these references or divulge the information contained there-
in unless duly authorized by Antares.
Copyright 2007
Strictly private and confi dential
Login procedure
Enter the given “USER ID” in the box provided. Enter the given “PASSWORD” in the box provided.
Click “ENTER” to login to the tendering website. The screen directs you to the PKI based login screen
(as shown below):
As a Security purpose the system automatically asks the user to change the password as shown in
Figure during the first login. Enter the Old and New Password along wit the Hint Question and Answer
and the click “Submit” to update the new Password. The user needs to login once again with the new
password (note the User Id remains the same) which gives the user the authentication to the change
of password.
Copyright 2007
Strictly private and confi dential
Once again the system will ask you to enter the password as shown below. Enter your password and
click “Enter” to proceed:
Copyright 2007
Strictly private and confi dential
Once the user logs in to the system, by default “In Progress” screen will be displayed where all the
applied Bid Documents are viewed.
Click “Un Applied” to view the new / unapplied Bid Documents. If the Bid Document is due for
request, then a Blue colour icon will appear on the screen as displayed below:
Once the user requested for the Bid Document, he can access this Bid Document through “In
Progress” section and the status of the Bid Document will be displayed as “Received”. The Bid
document has to be paid during submission of Bid document.
Note:
1: Do not upload the SOR or Price Schedule which is in the form of the excel sheet in
which you are required to fill the price, this will upload directly from your system.
2: If there is EMD required and it is in the form of BG then scan the EMD in the two
ways
a: First page in the JPEG or JPG format, this page is not required to upload in the
document library it will upload directly from your system.
b: Scan all pages in the PDF format, this should be uploaded in the doc library.
Copyright 2007
Strictly private and confi dential
Copyright 2007
Strictly private and confi dential
Note: The file name should not contain any special character and not even <space> but you can give
one space in the attach name and description.
Copyright 2007
Strictly private and confi dential
Now again come back on in progress and click on the edit attachment level 1
Copyright 2007
Strictly private and confi dential
Now you are required to attach the document one by one in the given link as below
Copyright 2007
Strictly private and confi dential
But before submission you are required to upload rest of other supporting document besides the
document which was showing in the red color otherwise you will get the below message.
Copyright 2007
Strictly private and confi dential
Copyright 2007
Strictly private and confi dential
Copyright 2007
Strictly private and confi dential
Once the user submits the form, the following confirmations shall appear as an authentication to the
submission of the Bid Document. Preserve the printout of confirmation as shown in Figures.
Note that the status of the Bid Document will be changed as “Submitted”, once user click on the final
submission button.
Copyright 2007
Strictly private and confi dential
Copyright 2007
Strictly private and confi dential
Opening event
Vendors can view the opening event sitting at their own places using internet connection. The Bid
Document will be moved to Opened / Awarded section once it is opened by the tendering authority
(as shown in figure). If the vendor is not disqualified then the status will be shown as “In the Race” (as
shown in figure).
Copyright 2007
Strictly private and confi dential
Copyright 2007
Strictly private and confi dential
DOCUMENT NUMBER
( Always quote the Document Number given below as reference )
NOTES :
1 This page is a record of all the Revisions of this Requisition.
2 The nature of the Revision is briefly stated in the "Details" column below, the
Requisition in its entirety shall be considered for contractual purposes.
3 Vendor shall note the MR category and shall submit his offer in line with the
requirements included in attached 'Instructions to Bidders'.
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.
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.
LIST OF ATTACHMENTS
REVISION
SL. REV. REV. REV. REV.
DOCUMENT TITLE DOCUMENT NO.
No.
DATE DATE DATE DATE
1 Format for Vendor Drawing/ EIL-1641-1923
Document Submission Schedule Rev.1
DATASHEET
2 Setting Plan of Item no.ID-E- A307-0ID-16-46-DS- 1
105 A-F 3605(sheet 1 of 5) 10/10/2013
3 Tube Bundle Details of Item A307-0ID-16-46-DS- 1
no. ID-E-105 A-F 3605(sheet 2 of 5) 10/10/2013
4 Tube Bundle Frame Details of A307-0ID-16-46-DS- 1
Item no. ID-E-105 A-F 3605 (sheet 3 of 10/10/2013
5)
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.
LIST OF ATTACHMENTS
REVISION
SL. REV. REV. REV. REV.
DOCUMENT TITLE DOCUMENT NO.
No.
DATE DATE DATE DATE
DATASHEET
19 Tube Bundle details of Item A307-0ID-16-46-DS- 1
No. ID-E-125 A1/A2~R1/R2 3625 (Sheet 4 of 10/10/2013
(Steam Coil) 5)
20 Tube Bundle Frame details of A307-0ID-16-46-DS- 1
Item No. ID-E-125 A1/A2~R1/R2 3625 (Sheet 5 of 10/10/2013
(Steam Coil) 5)
21 Setting Plan of Item no. ID-E- A307-0ID-16-46-DS- 1
126 A-H 3626 (Sheet 1 of 10/10/2013
5)
1
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.
LIST OF ATTACHMENTS
REVISION
SL. REV. REV. REV. REV.
DOCUMENT TITLE DOCUMENT NO.
No.
DATE DATE DATE DATE
JOB SPECIFICATION
38 Instructions for Submitting A307-16-46-TR-6557 A
offers 10/10/2013
39 Guidelines to Vendor for Belt A307-16-46-BS-6557 A
Selection 10/10/2013
40 Material of Construction for A307-16-46-MC-6557 A
Air Cooled Heat Exchangers 10/10/2013
41 Specification sheet for Fan A307-16-46-FN-6557 A
for Air Cooled Heat Exchangers 10/10/2013
42 Seismic Design Basis A307-000-16-54-DB- 0
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.
0258
43 Job specification for surface A307-000-06-42- 1
preparation and protective PLS-01 25/06/2013
coating
ELECTRICAL
44 Job Specification (Electrical) A307-0ID-16-50-SP- A
6557 14/10/2013
45 Mandatory Spare Parts List A307-0ID-16-50-SL- A
(Electrical) 6557 14/10/2013
46 Data Sheet- MV Motor A307-000-16-50-DS- A
0501 11/06/2012
47 Data Sheet- MV Motor-VFD A307-000-16-50-DS- A
Driven 0503 29/08/2012
48 Data Sheet- Variable Frequency A307-000-16-50-DS- A
Drive 0553 06/09/2012
49 Electrical Load Data Format A307-000-16-50-DS- A
1002 25/06/2012
VDR
50 Vendor Data Requirements for A307-0ID-16-46- A
Air Cooled Heat Exchangers VDR-6557 14/10/2013
51 Vendor Data Requirement A307-0ID-16-50-VR- A
(Electrical) 6557 14/10/2013
STANDARD SPECIFICATIONS
52 Specification for quality 6-78-0001 0
management system requirements
from bidders
53 Specification for 6-78-0003 0
documentation requirements
from suppliers
54 Standard Specification for 6-15-0003 3
welded tube to tubesheet joint
55 Standard specification for 6-15-0004 3
expanded tube to tubesheet
joints
56 General specification for Air 6-15-0071 4
Cooled Heat Exchangers
57 Specification for Hardness 6-15-0091 2
requirements
58 Specification for small MV 6-51-0049 0
variable frequency drive
system
59 Specification for Medium 6-51-0032 4
Voltage Induction Motors
Project: INTEGRATED REFINERY EXPANSION PROJECT
ENGINEERS INDIA LIMITED REQUISITION NO. REV.
LIST OF ATTACHMENTS
REVISION
SL. REV. REV. REV. REV.
DOCUMENT TITLE DOCUMENT NO.
No.
DATE DATE DATE DATE
STANDARD INSPECTION TEST PLAN
60 Inspection & test plan for Air 6-81-0010 2
Cooled Heat Exchanger
61 Inspection and test plan for 6-81-1038 1
MV variable frequency drive
system
62 Inspection & test plan for MV 6-81-1032 2
motors
STANDARDS
63 Handrails 7-68-0501 6
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.
LIST OF ATTACHMENTS
REVISION
SL. REV. REV. REV. REV.
DOCUMENT TITLE DOCUMENT NO.
No.
DATE DATE DATE DATE
STANDARDS
84 Tube bundle frame detail 3
7-15-0121
(equal tubes in each row)
85 Tube Bundle frame detail with 7-15-0122 3
spacer
86 Stiffening strips for nozzles 7-15-0142 3
less than 3" NB
87 Frame standard lifting lug 7-15-0115 2
(For air coolers)
In case of any subsequent revision of MR or PR, only revised sheets of the
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.
GENERAL NOTES:
1. Bidder to note that quoted price shall include scissor trolley with adjustable
height for maintenance of fans, mototrs etc. for each group of air coolers/ each
independent air cooler supporting structure(Refer Doc no. A307-OID-16-46-SK-0005).
2. Scope of work and supply document (Doc no. A307-16-46-SS-6557) shall be referred
to for number of bundles required for each tag of air cooler.
3. Bidder to note that unloading of material at storage yard & storage is not in
bidder's scope. However, bidder's representative shall be available while unloading
of material at storage yard and shall ensure that packages shall be opened in
presence of bidder's representative at site to avoid any mismatch between packing
list and packed material actually received and shall ensure that complete material
has been unloaded at storage yard as per the packing list and shall get it verified
by site incharge.
Item Description: AIR FIN COOLER (CS & SS) PR No.: Address:
Date of LOI:
PO No.:
Date of PO: City:
u)
L 60x60x6 THK
L 100x75x8 THK.
FRAM
NOTE:-
•
ALL DIMENSIONS ARE IN mm UNLESS STATED OTHERWISE.
THE PART NOS RELATE TO THOSE SHOWN IN TUBE BUNDLE
3 02.05.11 REAFFIRMED AND REISSUED AS STANDARD MKD‘thr"
2 12.01.06 REAFFIRMED AND REISSUED AS STANDARD MKO JV/PK VJ N
Rev Prepared Checked Stds. Committee Stds. Bureau
Date Purpose Convenor Chairman
No by by Approved by
Page 212 of 504
Format No 8-00-0001-F4 Rev.° Copyright EEL - Ali rights reserved
FRAME STANDARD STANDARD No.
Iftil8MONDIA
eledetef31110•1> (A Govt
MATED
india Undertaking)
TUBE SUPPORT TOP
(AIRCOOLED HEAT EXCHANGERS)
7-15-0107 Rev. 3
Page 1 of 1
25 50 25 5
20
///,/// //
ro
20
10 5
I— I
0
a-
D
L 80 x 80 x 10 THK.
NOTE: —
ALL DIMENSIONS ARE IN mm UNLESS STATED OTHERWISE.
THE PART NOS RELATE TO THOSE SHOWN IN TUBE BUNDLE FRAME DRAWING.
4 J
0
N
I —
0
///
0
•-•
NOTE: — 0
1. ALL DIMENSIONS ARE IN mm UNLESS STATED
OTHERWISE. 0
CNI
A site specific seismic spectrum is generated separately for Design Basis Earthquake
(DBE) & Maximum Considered Earthquake (MCE) for different damping values in
accordance with Clause no. 8.1 of IS 1893 (Part 4) : 2005. The spectral accelerations
presented here shall be used along with Clause no. 8.3.1 of IS 1893 (Part 4): 2005.
1.1 Spectral Acceleration Coefficients (Sa/g) for Design Basis Earthquake (DBE):
Spectral Acceleration Coefficients (Sa/g) for Design Basis Earthquake (DBE) is given in
Table 1 and shown in Figure 1.
1.0
Damping (%)
0.5
0.8 1
2
Spectral accln. "Sa/g"
2.5
0.6 3
3.5
4
5
0.4
7
0.2
0.0
0.0 0.5 1.0 1.5 2.0 2.5 3.0 3.5 4.0 4.5 5.0 5.5 6.0
Time Period in seconds
Table 1: Spectral Acceleration Coefficients (Sa/g) for Design Basis Earthquake (DBE)
1.4
Damping (%)
1.2 0.5
1
1.0 2
Spectral accln. "Sa/g"
2.5
3
0.8
3.5
4
0.6 5
7
0.4
0.2
0.0
0.0 0.5 1.0 1.5 2.0 2.5 3.0 3.5 4.0 4.5 5.0 5.5 6.0
Time Period in seconds
NOTES :
1. For methodology of calculation of seismic forces and other seismic design criteria, refer
latest revisions of the following codes:
IS 1893 (Part 1) : General provisions and buildings
IS 1893 (Part 4) : Industrial structures including stack-like structures
2. All parameters shall be in accordance with the above mentioned codes. However, in
Table 3, the response reduction factors of some of the structures/equipment specific to
the project are included for guidance. In case of ambiguity between the values
mentioned here and those mentioned in the code, lower value shall be considered in
the analysis/design.
3. When cylindrical storage tanks are designed as per API 650 using site-specific design
methods, the percentage of critical damping and response reduction shall be taken in
accordance with the API 650.
4. An appropriate effect of fluid structure interaction (sloshing) shall be considered while
designing the Horton sphere. The percentage of critical damping for Horton sphere shall
be taken as per Table 4 of IS 1893 (Part 4): 2005.
Response
S.
Structure/Equipment Reduction
No.
Factor (R)
3 (MAX)
SS 6 THK. STIFFENERS
0 250 PITCH (MAX)
(/)
0
SPACER CHANNEL BOLTED
TO FRAME THROUGH
2 NOS. M12 BOLTS.
TOP OF BEAM
NOTES:—
06-
3 02.05.2011 REAFFIRMED AND REISSUED AS STANDARD MKD At' RKT A DM
2 12.01.2006 REAFFIRMED AND REISSUED AS STANDARD MKD JV / PK AKM VJN
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. WELDING PROCEDURES AND Required for review
during inspection by
QUALIFICATION TEST REPORTS inspection agency.
2. RADIOGRAPHIC EXAMINATION REPORTS Required for review
during inspection by
WITH FILMS inspection agency.
3. INSPECTION AND TESTING PLAN Required for review
during inspection by
inspection agency.
4. DESTRUCTIVE AND NON-DESTRUCTIVE Required for review
during inspection by
TEST REPORTS inspection agency.
5. MATERIAL TEST CERTIFICATES Required for review
during inspection by
inspection agency.
6. HEAT TREATMENT PROCEDURE AND TIME Required for review
during inspection by
TEMPERATURE CHARTS inspection agency.
7. GENERAL ARRANGEMENT DRAWING
SHOWING BUNDLES WITH NOZZLE
LOCATION & ORIENTATION, SERVICE Duration in weeks 3 to
PLATFORMS, STAIRS, LADDERS, DETAILS 5.
OF COLUMN SUPPORTS, CLEARANCE ETC.
(DRAWN TO SCALE)
8. DETAILED FABRICATION DRAWINGS OF
BUNDLE & FRAME DRAWN TO SCALE
INCLUDING TUBE BUNDLE DRAWING WITH
MATERIAL SPECIFICATIONS SHOWING Duration in weeks 3 to
THICKNESS, DIMENSIONS, COMPONENT 5.
DETAIL, CORROSION ALLOWANCE,
NOZZLE LOCATION AND ORIENTATION,
TUBE TO TUBE SHEET JOINT DETAIL
9. DRIVE SELECTION, MOTOR SUSPENSION,
FAN AND PULLEY GUARDS, BEARING Duration in weeks 3 to
BLOCK DETAILS, QD BUSH DETAILS, INLET 5.
CONE DETAILS ETC
10. FAN PERFOMANCE CURVES/LOUVERS Duration in weeks 3 to
PERFORMANCE CURVES 5.
POST ORDER
S. WITH WITH
N DESCRIPTION FOR FOR DATA REMARKS
BID
O. REVIEW RECORD BOOK
(FINAL)
15. INSTRUCTIONS AND CHECKLIST FOR
ERECTION,INSTALLATION,TRIAL RUN &
CATALOGUES FOR OPERATIONAL AND
MAINTENANCE OF Duration in weeks 3 to
FAN/BELTS/PULLEY/VIBRATION 5.
SWITCH/MOTOR CATALOGUES
PROCEDURE FOR PICKLING &
PASSIVATION (FOR SS ITEMS ONLY)
16. COMPLETION CERTIFICATES (INCLUDING
INSPECTION CERTIFICATE, HYDROSTATIC Required for review
TEST CERTIFICATE, LOCAL CODE during inspection by
REQUIREMENTS, RUBBING OF CODE inspection agency.
STAMP AND NAME PLATE ETC.)
17. PACKING AND FORWARDING Duration in weeks 3 to
INSTRUCTIONS 5.
POST ORDER
S. WITH WITH
N DESCRIPTION FOR FOR DATA REMARKS
BID
O. REVIEW RECORD BOOK
(FINAL)
1. Fabrication Schedule First week of every
month.
2. Instruction and checklist for erection,
installation , trial run & catalogues for
operational and maintenance of
Fans/belts/pulley/Vibration switch/ Motor
catalogues
3. Quality assurance practice
4. As Built drawing
5. Procedure for pickling and passivation (For SS
items only)
6. Certificate from statutory authorities Required for review
during inspection by
inspection agency.
7. List and schedule of sub orders First week of every
month.
Notes :
1. "TICK" denotes applicability
2. Post order, drawing / document review shall commence only after approval of Document Control Index (DCI).
3. All post order documents shall be submitted / approved through EIL eDMS portal
4. Final documentation shall be submitted in hard copy (Six prints) and soft ( two CDs/DVDs ) in addition to
submission through EIL eDMS.
5. Refer - 6-78-0001: Specification for quality management system from Bidders.
6. Refer - 6-78-0002: Specification for documentation requirements from Contractors.
7. Refer - 6-78-0003: Specification for documentation requirement from Suppliers.
8. Post order- The schedule of drawing / data submission shall be mutually agreed between EIL & the bidder /
contractor / supplier during finalization of Document Control Index (DCI).
9. "@" indicates submission of documents to Inspection Agency.
10. Bill of Material shall form part of the respective drawing.
11. "TICK" denotes applicability.
12. All post order documents shall be submitted / approved through EIL eDMS portal.
13. 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.
14. Also refer other department's VDR :-
15. Electrical
CLIENT : BPCL – KR
PROJECT : IREP
Rev.
Date Purpose Prepared by Reviewed by Approved by
No
Abbreviations:
AS : Alloy Steel
CS : Carbon Steel
DFT : Dry Film Thickness
DM : De-mineralized
GI : Galvanized Iron
ID : Internal Diameter
IRN : Inspection Release Note
LTCS : Low Temperature Carbon Steel
MS : Mild Steel
NB : Nominal Bore
OD : Outside Diameter
RCC : Reinforced Cement Concrete
SS : Stainless Steel
WFT : Wet Film Thickness
CONTENTS
1.0 General…………………………………………………………………………………. 4
2.0 Scope…………………………………………………………………………………… 4
3.0 Reference Codes & Standards……………………………………………………….... 6
4.0 Equipment……………………………………………………………………………… 7
5.0 Surface Preparation, Shop Primer,Coating Application & Repair and Documentation.. 7
6.0 Paint Materials………………………………………………………………………….. 16
7.0 Coating Systems………………………………………………………………………... 21
8.0 Coating System for Gratings, Rolling & Stationery Ladders, Spiral Stairways and
Hand Rails in All Location……………………………………………………………... 23
9.0 Coating System for Offsite Area (Inland Plants)………………………………………. 24
10.0 Coating System For Unit Areas as well as DM, CPP, Cooling Tower of Inland Plants
and for All Areas (Unit, Offsite, DM, CPP, etc.) of Coastal Plants……………………. 25
11.0 Coating System for Effluent Treatment Plant (ETP)…………………………………... 27
12.0 External Coating Systems for Uninsulated Carbon Steel and Low Alloy Steel Storage
Tanks (For All Plant Locations, Coastal or Inland) - All Process Units & Off-Sites …. 28
13.0 Internal Coating Systems for Carbon Steel and Low Alloy Storage Tanks - All
Process Units & Off-Sites……………………………………………………………… 30
14.0 Coating Systems for External Side of Underground Carbon Steel Plant Piping and
Underground Vessels…………………………………………………………………... 32
15.0 Coating Under Insulation (Coastal Or Inland Plants). All Units Areas & Off-Sites…… 33
16.0 Coating System for Carbon Steel Components of Coolers / Condensers (Internal
Protection) for Fresh Water Service……………………………………………………. 34
17.0 Coating System (Internal Protection) for Galvanized or Non Ferrous or Stainless
Steel/ Duplex Stainless Steel Components of Coolers/ Condensers for Fresh Water
Service….......................................................................................................................... 35
18.0 Storage………………………………………………………………………………….. 35
19.0 Paint colour code for piping and equipment ……...…………………………………… 35
20.0 Identification of Vessels, Piping etc……………………………………………………. 41
21.0 Painting for Civil Defence Requirements……………………………………………… 41
22.0 Quality Control, Inspection and Testing……………………………………………….. 42
23.0 Guarantee………………………………………………………………………………. 45
24.0 Qualification Criteria of Painting Contractor/Sub-Contractor…………………………. 45
25.0 Qualification/Acceptance Criteria for Paint Coating System…………………………... 45
26.0 Method of Sampling & Dispatch for Laboratory Testing……………………………… 48
1.0 GENERAL
1.1 This technical specifications shall be applicable for the work covered by the contract, and
without prejudice to the provisions of various international codes of practice, standard
specifications etc. It is understood that contractor shall carry out the work in all respects with
the best quality of materials and workmanship and in accordance with the best engineering
practice and instructions of Engineer-In-Charge.
1.2 Wherever it is stated in the specification that a specific material is to be supplied or a specific
work is to be done, it shall be deemed that the same shall be supplied or carried out by the
contractor.
Any deviation from this standard without written deviation permit from appropriate
authority will result in rejection of job.
1.3 This specification covers the requirement for protective coating for new construction.
2.0 SCOPE
2.1 Scope of work covered in the specification shall include, without being limited to the
following.
2.1.1 This specification defines the requirements for surface preparation, selection and application
of primers and paints on external surfaces of equipment, vessels, machinery, piping, ducts,
steel structures, external & internal protection of storage tanks for all services and chimneys
if any. The items listed in the heading of tables of paint systems is indicative only, however,
the contractor is fully responsible for carrying out all the necessary painting, coating and
lining on external and internal surfaces as per the tender requirement.
2.2.1 The following surfaces and materials shall require shop, pre-erection and field painting:
All uninsulated Carbon Steel & Alloy Steel equipments like vessels, Columns, storage
Tanks, Exchangers if any, parts of boilers etc.
All uninsulated carbon steel and low alloy plant and related piping, fittings and valves
(including painting of identification marks), furnace ducts and stacks.
All insulated parts of vessels, boilers, chimneys, stacks, piping and steam piping and if
any other insulated items present.
All structural steel work, pipe, structural steel supports, walkways, handrails, ladders,
platforms etc.
Flare lines, external surfaces of MS chimney with or without refractory lining and
internal surfaces of MS chimney without refractory lining. (If present)
Supply of all primers, paints and all other materials required for painting (other than
Owner supplied materials)
Painting under insulation for carbon steel, alloy steel and stainless steel as specified.
Repair work of damaged pre-erection/ fabrication and shop primer and weld joints in the
field/site before and after erection as required.
All CS Piping, equipments, storage tanks and internal surfaces of RCC tanks in ETP
plant.
Quality control, testing and inspection during all stages of work (surface preparation,
application of coating and testing of furnished coating).
2.2.2 The following surfaces and materials shall not require painting in general. However, if there
is any specific requirement by the owner, the same shall be painted as per the relevant
specifications:
2.3 Documents
2.3.1 The contractor shall perform the work in accordance with the following documents issued to
him for execution of work.
2.4 Unless otherwise instructed, final paint coating (i.e., application of field primer,
wherever required, intermediate and top coats) on pre-erection/ shop primed
equipments shall be applied at site, only after all welding, testing on systems are
completed as well as after completion of steam purging wherever required .
2.5 Changes and deviations required for any specific job due to clients requirement or otherwise
shall be referred to EIL for deviation permit.
3.1 Without prejudice to the provision of Clause 1.1 above and the detailed specifications of the
contract, latest editions of the following codes and standards are applicable for the work
covered by this contract.
The latest editions of any of the following standards shall be followed for surface
preparation:
3.2.1 ISO 8501-1 / SIS-05 59 00: ISO standard for Preparation of steel substrates before
application of paints and related products. This standard contains photographs of the various
standards on four different degrees of rusted steel and as such is preferable for inspection
purpose by the Engineer-In-Charge.
3.2.2 Steel Structures Painting Council, U.S.A. (Surface Preparation Specifications (SSPC-SP).
3.2.4 Various International Standards equivalent to Swedish Standard for surface preparations are
given in Table-I.
3.3 The contractor shall arrange, at his own cost, to keep a set of latest edition of above standards
and codes at site.
3.4 The paint manufacturer's instructions shall be followed as far as practicable at all times for
best results. Particular attention shall be paid to the following:
b. Surface preparation prior to painting shall be followed as per Table 8.0 to 16.0 of
this standard shall be followed.
4.0 EQUIPMENT
4.1 All tools, brushes, rollers, spray guns, blast material, hand power tools for cleaning and all
equipments, scaffolding materials, shot & grit blasting equipments & air compressors etc.
required to be used shall be suitable for the work and all in good order and shall be arranged
by the contractor at site and in sufficient quantity. The manufacturer’s test certificates / data
sheets for all the above items shall be reviewed by Engineer-in-charge at site before start of
work.
4.2 Mechanical mixer shall be used for paint mixing operations in case of two pack systems
except that the Engineer-In-Charge may allow the hand mixing of small quantities at his
discretion in case of specific requirement for touch up work only.
5.1 General
5.1.1 In order to achieve the maximum durability, one or more of following methods of surface
preparation shall be followed, depending on condition of surface to be painted and as
instructed by Engineer-In-Charge. Adhesion of the paint film to surface depends largely on
the degree of cleanliness of the metal surface. Proper surface preparation contributes more to
the success of the paint protective system.
5.1.2 Mill scale, rust, rust scale and foreign matter shall be removed fully to ensure that a clean and
dry surface is obtained. Unless otherwise specified, surface preparation shall be done as per
provisions of relevant tables given elsewhere in this specification. The minimum acceptable
standard, in case of thermally sprayed metal coatings, in case of mechanical or power tool
cleaning it shall be St. 3 or equivalent. In case of blast cleaning it shall be Sa 2-1/2 as per
Swedish Standard SIS-055900 (latest edition) or SSPC-SP or ISO 8501-01.Blast cleaning
shall be Sa 3 as per Swedish Standard in case thermally sprayed metal coatings.
Before surface preparation by blast cleaning, the surface shall be degreased by aromatic
solvent to remove all grease, oil etc.
5.1.3 Irrespective of whether external or internal surface to be coated, blast cleaning shall not be
performed where dust can contaminate surfaces undergoing such cleaning or during humid
weather conditions having humidity exceed 85%. In case of internal coating of storage tanks,
dehumidifier shall be used, to control humidity level below 60%. Dehumidifier should
depress the dew point of air in the enclosed space, sufficient enough so as to maintain it 3⁰C
below the metal substrate temperature during centre period of blasting and coating
application. During the interval time between application of primer coat and subsequent
intermediate and top coats or between blast cleaning completion and start of application of
primer coat, dehumidifier unit should be in continuous operation to ensure that no
condensation occurs on substrate.
Dehumidifier should be able to maintain grain drop (moisture removal) at the rate of 25
grains per pound of air per hour. Dehumidifier should have capacity of at least 2 air changes
per hour of the enclosed space. All necessary psychometric data should be collected by
contractor for the given site conditions before starting operation of dehumidifier to ensure
that desired values of dew point, moisture content in enclosed scope is achieved.
Dehumidification to be maintained round the clock for surface preparation and painting till
the total coating application is over.
Dehumidifier shall not be stopped under any condition till the entire blasted surface is primed
to the satisfaction of the technical representative of the paint manufacturer interested with
quality assurance for the work. In case the dehumidifier breaks down in middle of the job, the
same shall be replaced at the risk and the cost of the contractor and the entire unfinished
work shall be repeated.
5.1.4 The Engineer in-charge shall have the right to disallow usage of dehumidifier if the
performance is not meeting the specified requirements. Under such circumstances the
contractor shall remove the equipment and replace the same with another equipment to
provide satisfactory results without any additional cost to the owner.
5.1.5 Irrespective of the method of surface preparation, the first coat of primer must be applied by
airless spray/ air assisted conventional spray if recommended by the paint manufacturer on
dry surface. This should be done immediately and in any case within 4 hours of cleaning of
surface. However, at times of unfavorable weather conditions, the Engineer-In-Charge shall
have the liberty to control the time period, at his sole discretion and/or to insist on re-
cleaning, as may be required, before primer application is taken up. In general, during
unfavorable weather conditions, blasting and painting shall be avoided as far as practicable.
5.1.6 The external surface of R.C.C. chimney to be painted shall be dry and clean. Any loose
particle of sand, cement, aggregate etc. shall be removed by scrubbing with soft wire brush.
Acid etching with 10-15% HCL solution for about 15 minutes shall be carried and surface
must be thoroughly washed with water to remove acid & loose particles and then dried
completely before application of paint.
The surfaces shall be blast cleaned using one of the abrasives like angular chilled cast iron or
steel grit, copper slag or Nickel slag, A12O3 particles at pressure of 7kg/cm2 at an appropriate
distance and angle depending of nozzle size maintaining constant velocity and pressure.
Chilled cast iron or steel shall be in the form of shot or grit of size in the range of G16 – G42
conforming to SSPC AB1 and S250 grade size of steel shots (maximum) to obtain a desired
surface profile of 35-50 microns trough to peak. For all other abrasives, size shall be in the
range of G16 – G24. The combination of steel grits and shots shall be normally in the ratio of
3:1. The quality of abrasives shall be free from contaminants and impurities and shall meet
the requirements of SSPC AB1. Compressed air shall be free from moisture and oil. The
blasting nozzles should be venturi style with tungsten carbide or boron carbide as the
materials for liners. Nozzles orifice may vary from 3/16” to ¾”. On completion of blasting
operation, the blasted surface shall be clean and free from any scale or rust and must show a
grey white metallic luster. Primer/first coat of paint shall be applied within 4 hours of surface
preparation. Blast cleaning shall not be done outdoors in bad weather without adequate
protection or when there is dew on the metal, which is to be cleaned. Surface profile shall be
uniform to provide good key to the paint adhesion (i.e. 35 to 50 microns). If possible
vacuum collector shall be installed for collecting the abrasives and recycling.
Power tool cleaning shall be done by mechanical striking tools, chipping hammers, grinding
wheels or rotating steel wire- brushes. Excessive burnish of surface shall be avoided as it can
reduce paint adhesion. On completion of cleaning, the detached rust mill scale etc. shall be
removed by clean rags and /or washed by water or steam and thoroughly dried with
compressed air jet before application of paint.
For equipments on which application of total protective coating (Primer + Intermediate + top
coat) is carried out at shop, compatibility of finish coat with primer should be checked with
paint manufacturer. If the shop coat is in satisfactory condition showing no major defect upon
arrival at site, the shop coat shall not be removed.
5.4 Shop coated equipments (coated with Primer & finishing coat) should not be repainted unless
paint is damaged. Repair shall be carried out as per Table 7.2 of paint systems depending
upon compatibility of paint.
5.5 Shop primed equipment and surfaces will only be 'spot cleaned' in damaged areas by means
of power tool brush cleaning or hand tool cleaning and then spot primed before applying one
coat of field primer unless otherwise specified. If shop primer is not compatible with field
primer then shop coated primer should be completely removed before application of selected
paint system for particular environment.
5.6 For Package units/equipment, shop primer should be as per the paint system given in this
specification. However, manufacturer’s standard can be followed after review.
As mentioned in section 2.4, all coating application at field (field primer, intermediate and
top coat) on equipments, structures, piping, etc, shall be carried out only after its erection and
all welding, testing, steam purging (wherever carried out) have been completed.
All paint coatings shall be applied by airless spray excepting at the following special
cases where application can be carried out by brush subject to suitability of the
application of the paint product by brush.
- Spot repair
- Stripe coating on edges
- Small bore parts not suitable for spray application.
Irregular surfaces such as sharp edges, welds, small brackets, and interstices may stripe
coated to ensure specified DFT is achieved. Paint manufacturer recommendation
should be followed before deciding for brush application.
5.7.1 Surface shall not be coated in rain, wind or in environment where injurious airborne elements
exists, when the steel surface temperature is less than 5oF above dew point when the relative
humidity is greater than 85% or when the temperature is below 40oF and when the
ambient/substrate temp is below the paint manufacturer’s recommended temperature of
application and curing. De-humidifier equipment shall be used to control RH and Dew point.
The paint application shall not be done when the wind speed exceeds 20km per hour.
5.7.2 Blast cleaned surface shall be coated with one complete application of primer as soon as
practicable but in no case later than 4 hrs the same day.
5.7.3 To the maximum extent practicable, each coat of material shall be applied as a continuous
film uniform thickness free of probes. Any spots or areas missed in application shall be
recoated and permitted to dry before the next coat is applied. Applied paint should have the
desired wet film thickness.
5.7.4 Each coat shall be in proper state of cure or dryness before the application of succeeding
coat. Material shall be considered dry for recoating when an additional coat can be applied
without the development of any detrimental film irregularities, such as lifting or loss of
adhesion of the under coat. Manufacturer instruction shall be followed for inter coat interval.
5.7.5 When the successive coat of the same colour have been specified, alternate coat shall be
tinted, when practical, sufficiently to produce enough contrast to indicate complete coverage
of the surface. The tinting material shall be compatible with the material and not detrimental
to its service life and shall be recommended by the original paint manufacturer.
5.7.6 Airless spray application shall be in accordance with the following procedure: as per steel
structure paint Manual Vol.1 & Vol.2 by SSPC, USA, Air less spray relies on hydraulic
pressure rather than air atomization to produce the desired spray. An air compressor or
electric motor is sued to operate a pump to produce pressures of 1000 to 6000 psi. paint is
delivered to the spray gun at this pressure through a single hose within the gun, a single paint
stream is divided into separate streams, which are forced through a small orifice resulting in
automization of paint without the use of air. This results in more rapid coverage with less
over spray. Airless spray usually is faster, cleaner, more economical and easier to use than
conventional air spray.
Airless spray equipment is mounted on wheels, and paint is aspirated in a hose that sucks
paint from any container, including drums. The unit shall have in built agitator that keep the
paint uniformly mixed during the spraying. The unit shall consist of in built strainer. Usually
very small quantity of thinning is required before spray. In case of high build epoxy coating
(two pack). 30:1 pump ratio and 0.020-0.023” tip size will provide a good spray pattern.
Ideally fluid hoses should not be less than 3/8” ID and not longer than 50 ft to obtain
optimum results.
a. Brushes shall be of a style and quality that will enable proper application of paint.
b. Round or oval brushes are most suitable for rivets, bolts, irregular surface, and
rough or pitted steel. Wide flat brushes are suitable for large flat areas, but they
shall not have width over five inches.
5.7.8 For each coat the painter should know the WFT corresponding to the specified DFT and
standardize the paint application technique to achieve the desired WFT. This has to be
ensured in the qualification trial.
5.8.1 No coat shall be applied until the preceding coat has dried. The material shall be considered
dry for re-coating when another coat can be applied without the development of any film
irregularities such as lifting or loss of adhesion of undercoats. Drying time of the applied coat
should not exceed maximum specified for it as a first coat; if it exceeds the paint material has
possibly deteriorated or maxing is faulty.
5.8.2 No paint shall be force dried under conditions which will cause chalking, wrinkling,
blistering formation of pores, or detrimentally affect the conditions of the paint.
5.8.3 No drier shall be added to paint on the job unless specifically called for in the manufacturer’s
specification for the paint.
5.8.4 Paint shall be protected from rain, condensation, contamination, snow and freezing until dry
to the fullest extent practicable.
5.9.1 Where pre erection shop primer has been damaged at isolated localized spots during handling
and transportation, or after erection / welding, the repair of damaged coating of pre-erection /
pre-fabrication or shop primer shall be done as given below and as per the Table 7.2 of this
specification.
5.9.2 Repair of damaged inorganic zinc silicate pre-erection / pre-fabrication or shop primer
(F9) after erection / welding in the design temperature of -90oC to 400oC and damaged
silicone aluminium (F-12) pre-erection / pre-fabrication or shop primer after erection /
welding for design temperature range of 401 – 550 °C.
Surface Preparation: Quickly remove the primer from damaged area by mechanical scraping
and emery paper conforming to SSPC-SP-3 to expose the white metal. Blast clean the
surface, if possible. Feather the primed surface over the intact adjacent surface surrounding
the damaged area by emery paper.
Primer coating: One coat of F-9 shall be applied wherever damage was observed on pre-
erection / pre fabrication or shop primer of inorganic zinc silicate coating (F-9). Similarly
one coat of F-12 shall be applied wherever damage observed on pre-erection / pre-
fabrication shop primer of silicone aluminium (F-12).
5.9.3 Wherever if damaged areas are found extensive and spread over large areas, then entire pre-
erection / pre-fabrication or shop primer shall be removed by blasting to achieve SSPC-SP-
10 then entire blasted surface shall be primed again with F-9 or F-12 as applicable for the
intended design temp. (See note under table 7.2).
5.10.1 Shop priming/pre-erection priming with F9 or F12 shall be done only on blasted surface
(SSPC-SP-10)
5.10.2 Shop priming / pre-erection priming with F9 or F12 shall be done only with airless spray.
The paint system to be applied for a specific job shall be arrived at sequentially as given
below:
- Identify the environment from area classification details and chose the appropriate table.
- Identify the specific field paint system and surface preparation requirement from the above
identified table and temperature range.
- Identify the shop priming requirement from Table 7.1 based on compatibility of the above
paint system.
- Identify the need of repair of shop primer and execute as per Table 7.2.
5.11.1 A written quality plan with procedure for qualification trials and for the actual work
including test and inspection plan & procedure for approval before start of work.
5.11.2 Daily progress report with details of weather conditions, particular of applications, no of
coats and type of materials applied, anomalies, progress of work versus program.
5.11.3 Results of measurement of temperatures relative humidity, surface profile, film thickness,
holiday detection, adhesion tests with signature of appropriate authority.
5.11.4 Particulars of surface preparation and paint application during trials and during the work.
The coating applicator must maintain a job record consisting of all the information as per
5.11.2 -5.11.7 above as well as the approved procedure of work (5.11.1 above). The job
record consisting of information as required in accordance to 5.11.2 – 5.11.7 shall be entered
on daily basis and should be daily signed by Engineer-in-charge.
VARIOUS INTERNATIONAL
Sl. STANDARDS (EQUIVALENT)
DESCRIPTION REMARKS
No. ISO 8501-1/ SSPC-SP, NACE,
SIS-05 59 00 USA USA
Manual or hand tool
cleaning
VARIOUS INTERNATIONAL
Sl. STANDARDS (EQUIVALENT)
DESCRIPTION REMARKS
No. ISO 8501-1/ SSPC-SP, NACE,
SIS-05 59 00 USA USA
Commercial Blast For steel required to
be painted with
Blast cleaning until at least conventional paints
two-third of each element of for exposure to
3.3 SA 2 SSPC-SP-6 NO.3
surface area is free of all mildly corrosive
visible residues with desired atmosphere for longer
surface profile. life of the paint
systems.
Brush-off Blast
Paint manufacturers shall furnish the characteristics of all paints materials on original printed
literature, along with the test certificate for all specified characteristics given in this
specification. All the paint materials shall be of first quality and conform to the following
general characteristics as per the tables 6.1, 6.2, 6.3 and 6.4.
PAINT MATERIALS
PAINT MATERIALS
Sl.
DESCRIPTION F-2 F-3 F-6A/B F-6C F-7
No
Acrylic Chlorinated High build coal
Epoxy-High Build Solvent less
1 Technical name Polyurethane rubber based tar epoxy
coating epoxy coating
finish paint finish paint coating.
Single pack F-6A Two-pack
Two pack, Two pack
plasticised Aromatic amine
cured with polyamide
Two-pack chlorinated cured epoxy resin
Amine cured epoxy
aliphatic rubber based medium suitably
Type and Adduct; resin blended
2 isocynate medium with pigmented.
composition catalyzed with coaltar
cured acrylic chemical and F-6B: polyamide
epoxy resin medium,
finish paint. weather cured epoxy resin
suitably suitably
resistant medium suitably
pigmented pigmented
pigments. pigmented
3 Volume Solids % 40 ± 3 38±2 60±3 99±1 65±3
DFT (Dry Film
4 thickness) per coat in 30-40µ 30-40 100-125µ 200-500 100-125µ
microns
Theoritical covering
5 capacity in 11-15 11-15 5-6 2-3 5.2-6.5
M2/coat/litre
Weight per liter in
6 1.15±0.03 1.15±0.03 1.42±0.03 1.40±0.03 1.40±0.03
kgs/litre
7 Touch dry at 30oC 30 minutes 30 minutes. 3 hrs. 3 hrs. 4 hrs.
Hard dry at 30oC
16 hrs
(max) 48 hrs
8 hrs
8 Full cure at 30oC (for 8 hrs 16 hrs
5 days
immersion/ high 5 days
temperature service)
Over-coating interval Min.12 hrs. Min.: Min.: Overnight Min.: 8 hrs. Min.: 24 hrs
9
at 30 oC Overnight Max.: 5 days Max.: 48 hrs. Max.: 5 days.
Pot life (approx.) at
6-8 hrs. Not
10 30oC for two 4-6 hrs 30 minutes 4-6 hrs.
applicable
component paints
Temperature 120oC(Dry
o o
Resistance 80 C 60 C service), 125oC
80oC
11 (minimum) Dry service Immersion 50oC Immersion
Dry service
min service (Immersion service
service)
PAINT MATERIALS
Sl.
DESCRIPTION F-8 F-9 F-11 F-12
No
Self priming type Heat resistant
Heat resistant
surface tolerant synthetic medium
silicone
high build epoxy Inorganic zinc based two pack
1 Technical name Aluminium paint
coating (complete silicate coating Aluminium paint
suitable upto
rust control suitable upto
500oC dry temp.
coating). 250oC dry temp.
A two pack air
Two pack epoxy drying self curing
resin based solvent based
Heat resistant
suitable inorganic zinc Single pack
synthetic medium
pigmented and silicate coating with silicone resin
based two pack
2 Type & composition capable of minimum 80% zinc based medium
Aluminium paint
adhering to content on dry film. with Aluminium
suitable upto
manually The final cure of flakes.
250oC.
prepared surface the dry film shall
and old coating. pass the MEK rub
test.
3 Volume Solids % 78±3 60±3 38±0.03 20±2
DFT (Dry Film
4 thickness) per coat in 100-125 65-75µ 15-20µ 15-20µ
microns
Theoritical covering
5 capacity in M2/coat/ 6.0-7.2 8-9 10-12 8-10
litre
Weight per liter in
6 1.41±0.03 2.3±0.03 0.95±0.03 1.00±0.03
kgs/litre
Touch dry at 30oC
7 3 hrs. 30 minutes. 3 hrs. 30 minutes.
(maximum)
Hard dry at 30oC
(maximum) 24 hrs 12 12 hrs 24 hrs
8 Full cure 30oC (for
immersion /high 5days NA NA NA
temperature service)
Min.: 12 hrs.at 20oC
9 Over-coating interval Min.: 10 hrs Min. 24 hrs Min.: 24 hrs
& 50 % RH
o
Pot life at 30 C for two
10 90 minutes. 4-6 hrs. Not applicable Not applicable
component paints
o o o
Temperature 80 C 400 C 250 C 500oC
11
Resistance (minimum) Dry service Dry service Dry service Dry service
PAINT MATERIALS
Sl.
DESCRIPTION F-14 F-15 F-16 F-17
No
Ambient temperature
curing Poly Siloxane
Two-component Two component
coating/High build
Epoxy phenolic solvent free type
cold applied inorganic
coating cured with high build epoxy
copolymer based
Polyamine cured Polyamine adduct phenolic/novalac
1 Technical name aluminium coating
coal tar epoxy hardner system epoxy phenolic
suitable for under
(primer + coating cured with
insulation coating of
intermediate coat Polyamine adduct
CS and SS piping for
+ finish paint) hardner system
high temperature
service.
Two pack ambient Two component
Specially
temperature curing Amercoat 738 from solvent free type
formulated
epoxy phenolic PPG Protective & high build epoxy
polyamine cured
coating system Marine Coatings or phenolic/novalac
2 Type & composition coal tar epoxy
suitable for Intertherm 751 CSA of epoxy phenolic
suitable for
application under International (Akzo coating cured with
application under
insulation of Nobel). Note: 6 Polyamine adduct
insulation
CS/SS piping hardner system
3 Volume Solids % 70±3 70±3 60±2 98-100
DFT (Dry Film
4 thickness) per coat in 100-125 75-100 75-100 125- 150
microns
Theoritical covering
5 capacity in M2/coat/ 5-8 4-5 7.0- 9.0 6.5 - 8
litre
Weight per liter in
6 1.45±0.03 1.65±0.03 1.3 1.7
kgs/litre (mix paint)
Touch dry at 30oC
7 4 hrs 3 hrs 1 hr 2 hrs
(maximum)
Hard dry at 30oC
(maximum) 24 hrs 24 hrs 16 hrs 24 hrs
8 Full cure 30oC (for
immersion /high 168 hrs (7 days) 168 hrs (7 days) - 168 hrs (7 days)
temp. service)
Over-coating interval Min. 6 hrs Min. 36 hrs Min.16 hrs Min. 16 hrs
9
Max.5 days Max.21 days Max. Not applicable Max.21 days
Pot life at 30oC for
10 two component 4 hrs 4-6 hrs 1 hr 1 hr
paints
Temperature a) upto 400 °C for C.
Resistance o o Steel & S. Steel for
-45 C to 150 C
-45oC to 125oC Intertherm 751 CSA
under insulation & -45oC to 150oC for
11 under insulation b) upto 480 °C for C.
immersion immersion service
And immersion Steel & upto 600 °C
(Note: 5)
for S. Steel for
Amercoat 738
2. All primers and finish coats should be cold cured and air drying unless otherwise
specified.
3. All paints shall be applied in accordance with manufacturer's instructions for surface
preparation, intervals, curing and application. The surface preparation, quality and
workmanship should be ensured. In case of conflict between this specification and
manufacturer’s recommendation, the same shall be clarified through EIL SMMS
department.
4. Technical data sheets for all paints shall be supplied at the time of submission of
quotations.
5. F-15: Two-component Epoxy phenolic coating cured with Polyamine adduct hardner
system (primer + intermediate coat + finish paint) suitable upto 225ºC (Intertherm 228
from M/s Akzo Nobel Coatings India Pvt Ltd. Bangalore). For all other companies, the
temperature resistance shall be a maximum of 150ºC.
6. F-16: Ambient temperature curing epoxy poly siloxane Coating or high build cold
applied inorganic co-polymer based aluminium coating.
Amercoat 738 from PPG Protective & Marine coatings. Mumbai, is suitable up to
480oC for CS surfaces and 600oC for SS surfaces.
Intertherm 751 from Akzo Nobel Coatings India Pvt Ltd. Bangalore, Inorganic co-
polymer cold applied Aluminium spray coating is suitable upto 400oC of CS & SS
surfaces.
The coating system should be selected based on the Plant location as given below:
- For all unit areas including DM, CPP and Cooling Tower: Table 10.0 to be
followed
- For offsite area, as well as all unit area including DM, CPP, Cooling Tower:
Table 10.0 to be followed
c) For external surface of above ground tanks, table 12.0 to be followed for all
locations (Inland or coastal)
Notes:
2. Primers & Finish paints covered in Tables 8.0 to 17.0 are listed in Table 7.1.
TABLE 7.1: LIST OF PRIMERS & FINISH COATS COVERED IN TABLE NOS. 8 to 18.0
PRIMERS
P-2 Chlorinated rubber zinc Phosphate Primer
P-4 Etch Primer/Wash Primer
P-6 Two component Epoxy Zinc Phosphate Primer cured with polyamine hardener
Single pack, cold galvanizing compounds containing minimum 92% electrolytic zinc in dry film.
P-7
make ZINGA, LOCKTITE (of HENKEL) or ZRC
Total DFT
Sl. Surface
Design Temp. in oC Coating System in Microns Remarks
No. Preparation
(min.)
NOTES:
1 The application and repair of pre-erection/pre-fabrication or Shop Primer given in above tables
shall be done for all the items to be painted. In case the damages of primer are severe and spread
over large area, entire primer shall be removed by blasting to achieve SSPC-SP-10 and surfaces
to be primed again with F-9 or F-12 as applicable.
Design
Sl. Total DFT
Temp. in Coating System
No. o in Microns (min.)
C
Hot Dip Galvanizing to 80-85 microns (600-610
80 microns of finish coat
gm/m2)as per IS 4759, 2629, 4736, 2633 +
8.1 Up to 60 (excluding the thickness of
1 coat of P-6 @ 40µ DFT/coat + 1 coat of F-2 @ 40
galvanizing )
microns DFT/coat
NOTES:
2 Repair of the damaged area of galvanized coatings due to welding during erection shall be
carried out as per recommended practice IS 11759 using cold galvanizing spray process.
Organic Paint systems are not acceptable for repair.
3 After repair of damaged galvanized coating by Cold Galvanized, the repaired area shall be top
coated with paint system as given in Table 8.0 above (i.e., 1 coat of P-6 @ 40µ DFT/coat + 1
coat of F-2 @ 40µ DFT/coat).
* Flare line within unit or offsite areas shall be coated as per Clause 10.3 of Table 10.0, but
having finish coat of 2 coats of F-12.
NOTES:
1 The list of items given in the heading of the above table is not exhaustive. There may be more
items for a particular contract where these specifications are used. The Contractor is fully
responsible for completing painting including prefabrication primer for all the items supplied
and fabricated through his scope of work as per tender document.
2 If the Pre-erection/Pre-fabrication & Shop Primer has already been completed, the same shall not
be repeated again in the field. In case the damages of primer are severe and spread over large
areas, the engineer-in-charge may decide & advise re-blasting and priming again. Repair of pre-
fabrication/pre-erection primer, if required, shall be done as per Table 7.2.
3 In case of Paint systems as per Sl. Nos. 9.5 and 9.6, the color bands shall be applied over the
Aluminum paint as per the Color coding requirement for specific service of piping given in
Clause 19.0.
4 All coating system including surface preparation, primer, and finish coat for piping shall be done
at field only.
TABLE 10.0 COATING SYSTEM FOR UNIT AREAS AS WELL AS DM, CPP,
COOLING TOWER OF INLAND PLANTS AND FOR ALL AREAS (UNIT,
OFFSITE, DM, CPP, etc.) OF COASTAL PLANTS
SSPC-SP-10; a) No over-
10.1 -90 to -15 1coat of F-9 @ None None 65-75 coating to be
65-75µ DFT/coat done on
F-9 as it will
2 coats of F-6A lead to mud
@ 100 µ cracking.
DFT/coat + 1
SSPC-SP-10; 1 coat of P-6
coat of F-2 @ b) F-12 shall
10.2 -14 to 80 1coat of F-9 @ @ 40 µ 345-355
40µ DFT/coat; be ambient
65-75µ DFT/coat DFT/coat
(2x100 + 40= temperature
240) curing type
c) Finish coat
including
2 coats of F-12 primer
SSPC-SP-10; @ 20µ compatible
10.3 81 to 400 1coat of F-9 @ None DFT/coat 105-115 with finish
65-75µ DFT/coat 2x20=40 coat (i.e. field
primer) shall
be applied at
site only.
Finish
2 coats of F-12 coating is not
SSPC-SP-10; permitted at
@ 20µ
10.4 401 to 550 1coat of F-12 @ None 60 equipment
DFT/coat;
20µ DFT/coat manufacture
(2x20=40)
shop.
NOTES:
1. The list of items given in the heading of the above table is not exhaustive. There may be more
items for a particular contract where these specifications are used. The Contractor is fully
responsible for completing painting including prefabrication primer for all the items supplied
and fabricated through his scope of work as per tender document.
2. If the Pre-erection/Pre-fabrication & Shop Primer has already been completed, the same shall not
be repeated again in the field. In case the damages of primer are severe and spread over large
areas, the engineer-in-charge may decide & advise re-blasting and priming again. Repair of pre-
fabrication/pre-erection primer, if required, shall be done as per Table 7.2.
3. For external surface of MS chimney with or without refractory lining and for internal surface
without refractory lining, paint system as per 10.3 above shall be followed.
4. For external surface of RCC Chimney, 2 coats of F-6 @ 100µ DFT/coat to obtain total DFT of
200 µ shall be applied after proper surface preparation as per guidelines in 5.1.6.
5. In case of paint systems as per Sl. Nos. 10.3 and 10.4, the colour bands shall be applied over the
Aluminum paint as per the Color coding requirement for specific service of piping given in
Clause 19.0.
6. All coating system including surface preparation, primer, finish coat for piping shall be done at
site/field only.
NOTES
1. The paint /coating manufacturers shall provide their Quality control test certificate of coating
materials (F-6A) for immersion service of the exposed effluent given in 11.2.
Total
Surface Coating system (Field)
DFT
Sl. Design Temp. Preparation (see note 1 below) in Remarks
No. in oC (Field)
Microns
Primer Finish Coat (min.)
All external surfaces of shell, wind girders, appurtenances, roof tops of all above ground tank including top
12.1
side of external and internal floating roof and associated external structural works.
F-6 should
2 coats of F-6A @
1coat of F-9 @ 65-75µ be suitable
100µ DFT /coat + 1
SSPC-SP-10 DFT/coat + 1coat of P-6 for
12.1.1 -14 to 80 coat of F-2 @ 40µ 345-355
@ 40µ DFT/ coat ; occasional
DFT/ coat;
water
immersion
12.2 External surfaces of bottom plate (soil side) for all storage tanks.
F-7 should
be suitable
for
SSPC-SP-10 1 coat of F-9 @ 3 coats of F-7@ 100µ immersion
12.2.1 -14 to 80 365-375
65-75µ DFT/ coat DFT/coat (3x100=300) service of
the
products
given
1 coat of F-15 primer @
80µ DFT/ coat + 1 coat
SSPC-SP-10 1 coat of F-15 finish
12.2.2 81 to 150 of F-15 intermediate 240 -
coat @ 80µ DFT/ coat
coat @ 80µ DFT/coat ;
(80+80=160)
1 coat of F-16 @ 125 µ 1 coat of F-16 @ 125 µ
12.2.3 151 to 550 SSPC-SP-10 250 -
DFT /coat DFT /coat
12.3 For underside of the bottom plate (in case tank is not lifted during PWHT) (see Note 2c)
For CS Products
SSPC SP-6 from
Commercial JOTUN or
HI-TEMP
Blast 2 coats of inert
-180 to 650 1 coat of inert polymeric coatings or
12.3.1 polymeric matrix 350-400
For SS matrix coating @ 125 µ SK
coating @ 125 µ
SSPC SP-1 FORMULA
with non- TIONS are
chloride recommend
solvent ed.
NOTES
1. All paint coating application including primer for tankage shall be carried out at field after
erection and completion of all welding.
TABLE 13.0 INTERNAL COATING SYSTEMS FOR CARBON STEEL AND LOW ALLOY
STORAGE TANKS
NOTES
1. All paint coating application including primer shall be carried out after erection and completion
of all welding work at site.
2. F-6A should be suitable and resistant for immersion service for the respective Hydrocarbons.
3. This system can be used where maximum operating temperature is below 150oC and design
temperature is upto 200oC. Cases of operating temperature > 150oC are not covered in this spec,
such cases shall be covered in the job specifications.
4 F-6 A shall be suitable for drinking water service and should have competent authority
certification.
For CS
SSPC SP-6 Products from
Commercial Blast JOTUN or HI-
1 coat of inert 2 coats of inert
-180 to Zero TEMP coatings or
15.3.1 polymeric matrix polymeric matrix 350-400
For SS SK
coating @ 125 µ coating @ 125 µ
SSPC SP-1 with FORMULATIONS
non-chloride are recommended.
solvent
If the piping &
equipments are
already erected
then surface shall
SSPC-SP-10
be prepared by
(15-25µ surface 1 coat of F-15 1 coat of F-15
cleaning with
15.3.2 0 to 125 profile) intermediate coat finish coat@ 80 240
emery paper and
1 coat of F-15@ @80 µ DFT/coat µ DFT/coat; wash/flush with
80 µ DFT/coat
chloride free DM
water followed by
wiping with
organic solvent
SSPC-SP-10 Not recommended
1 coat of F-16 @
15.3.3 126 to 400 1 coat of F-16 @ None 250 for operating
125 µ DFT/coat
125 µ DFT/coat temperature
NOTES
18.0 STORAGE
18.1 All paints and painting materials shall be stored only in rooms to be arranged by contractor
and approved by Engineer-in-charge for the purpose. All necessary precautions shall be
taken to prevent fire. The storage building shall preferably be separate from adjacent
building. A signboard bearing the word “PAINT STORAGE – NO NAKED LIGHT –
HIGHLY INFLAMABLE” shall be clearly displayed outside. Manufacturer’s
recommendation shall be followed for storage of paint materials.
1 This specification covers the requirement of colour scheme for the identification of the
contents of the pipelines carrying fluids, storage tanks and equipment in refineries. The
following colour coding system has been made based on BPCL-KR input document.
19.1 Identification
The system of colour coding consists of a ground colour and secondary colour bands
superimposed over the ground colour. The ground colour identifies the basic nature of the
service and secondary colour band over the ground colour distinguishes the particular service.
The ground colour shall be applied over the entire length of the un-insulated pipes. For
insulated lines ground colour shall be provided as per specified length and interval to identify
the basic nature of service and secondary colour bands to be painted on these specified length
to identify the particular service. Above colour code is applicable for both unit and offsite
pipelines.
The following ground colour designation for identification of basis classification of various
important services shall be followed.
Secondary colours: The narrow bands presenting the secondary colour which identifies the
specific service may be applied by painting or preferably by use of adhesive plastic tapes of
the specific colour.
The following specifications of colour bands shall be followed for identifying the piping
contents, size and location of bands & letters. The bandwidth and size of letters in legends will
depend to some extent upon the pipe diameter. Either white or black letters are selected to
provide maximum contrast to the band colour. Bands usually are 100 mm wide and regardless
of band width, are spaced 50 mm apart when two bands are employed.
Contrast shall be provided between color field and legend for readability. Use of letters
standard style, in sizes, 1/2inch (13mm) and larger, is recommended. See above table for
specific size recommendations. For identification of materials in pipes of less than ¾ inch
(19mm) in diameter, and for valve and fitting identification, the use of permanently legible tag
is recommended.
In addition, ground colour as per specified length should be provided on insulated piping for
easy identification of nature of fluid, on which the colour bands should be painted for
identification of each service. The length of the ground colour should be 3 times the width of
normal bands or 2 meters, whichever is suitable depending on the length of the pipe.
Arrows shall be used to indicate direction of flow. Where flow can be in both directions,
arrows in both directions shall be displayed.
Positive identification of the contents of a piping system shall be by lettered legend, giving the
name of the contents in full or abbreviated form. Contents shall be identified by a legend with
sufficient additional details such as temperature, pressure, etc as are necessary to identify the
hazard. Legends shall be brief, informative, pointed and simple of greatest effectiveness.
Legends shall be applied close to valves or flanges and adjacent to changes in direction,
branches and where pipes pass through walls or floors, where it enters and emerges from road,
culvert and walkway overpasses, unit battery limits and at every 50m intervals on straight pipe
runs sufficient for identification. Identification may be accomplished by stencilling, the use of
tape, or markers. In any situation, the number and location of identification markers shall be
based on the particular piping system.
The letters will be in black on pipes painted with light shade colours and white on pipes
painted with dark shade colours to give good contrast.
Only writing of service name shall be done on stainless steel lines. Precautions should be taken
while painting by using low chloride content painting to avoid any damage to the stainless
steel pipes. It is preferable to use adhesive plastic tapes to protect stainless steel pipes.
Visibility:
Attention shall be given to visibility with reference to pipe markings. Where pipelines are
located above or below the normal line of vision, the lettering shall be placed below or above
the horizontal centreline of the pipe.
Size of letters stencilled / written for equipment shall be as given below:
In addition, the contents of the pipe and/or direction of flow may be further indicated by
arrows and legend. If a hazard is involved it must be identified clearly by legend.
Colour bands: The location and size of bands, as recommended, when used, shall be
applied to the pipe.
For alloy steel / stainless steel pipes and fittings in stores / fabrication yard, colour band
(Minimum ½” wide) should be applied along the complete length of pipe, bends / tees, side-
covered surface (on thickness) of flanges as well as valves as per the metallurgy.
When the piping layout creates or occurs in a limited area of inaccessibility or of extreme
complexity, such segments of layouts may require substitute techniques shall be limited to
such segments and shall not deviate from the concept of identification as defined above.
The specification for application of the complete Piping identification colour code, including
base and bands colours, are presented in the below table.
11 Crude Sweet 1 Light brown ground colour with 1 yellow band in centre
12 Crude Sour 1 Light brown ground colour with 1 orange band in centre
13 VGO / HCU Feed 1 Oxide red ground colour with 1 steel grey band in centre
14 OHCU Bottom / FCCU Feed 1 Oxide red ground colour with 2 steel grey band in centre
6. GRATING GALVANSIED
8. HAND RAILINGS
- HANDRAIL, MIDDLE RAIL, TOE PLATE SIGNAL RED
- VERTICAL POST BLACK
20.1 Equipment number shall be stencilled in black or white on each vessel, column, equipment &
machinery (insulated or uninsulated) after painting. Line number in black or white shall be
stencilled on all the pipe lines of more than one location as directed by Engineer-In-Charge;
Size of letter printed shall be as below:
21.1 Following items shall be painted for camouflaging if required by the client.
a. All Columns
b. All tanks in Offsites
c. Large Vessels
d. Spheres
21.2 Two coats of selected finishing paint as per defense requirement shall be applied in a
particular pattern as per 20.3 and as per the instructions of Engineer-In-Charge.
21.3.1 Disruptive painting for camouflaging shall be done in three colours in the ratio of 5:3:2 (all
matte finish).
21.3.4 The patches should be continuous where two surfaces meet at an angle.
22.1 All painting materials including primers and thinners brought to site by contractor for
application shall be procured directly from manufactures as per specifications and shall be
accompanied by manufacturer's test certificates. Paint formulations without certificates are
not acceptable (see section 24.0).
22.2 The contractor must produce Test Certificate from Pre Qualified Paint Manufacturer for
various tests as detailed out in section 25.1 of this document, for each batch & for each
category of product. The Engineer-in-Charge shall have the right to test wet samples of paint
from each batch at random for verifying quality of paint supplied. Contractor shall arrange to
have such tests, when called for by Engineer-in-Charge, performed at his cost any one of the
independent laboratories listed in the 25.1 of this document.
Samples for the test will be drawn at random in presence Engineer-in-Charge or his
representations. Following tests to be carried out if called for by Engineer-in-Charge:
- Specific Gravity
- % solids by weight (% zinc content in case of inorganic or organic zinc primer)
- Drying time (touch dry & full curing)
- Adhesion
- Flexibility
- Hardness
- Storage stability (pot life)
Test methods for above tests shall be as per relevant ASTM or ISO Standard.
22.3 The painting work shall be subject to inspection by Engineer-In-Charge at all times. In
particular, following stage-wise inspection will be performed and contractor shall offer the
work for inspection and approval of every stage before proceeding with the next stage. The
record of inspection shall be maintained in the registers. Stages of inspection are as follows:
- Test for absence oil & grease after degreasing before blasting as per procedure given in
sec 6.7 of Annexure-I of this specification (specification for thermally sprayed
Aluminium Coating).
- Tests for surface finish of blasted surface shall be done by visual inspection using SSPC-
VIS1. Clear cellophane tape test as per ISO 8502-3 shall be used to confirm absence of
dust on blasted surface. Checks shall be done on each component atleast once per 200 m2
of blasted surface and minimum of 3 checks per shift.
- Test for presence of soluble salt as per method ISO 8502-9. Maximum allowable salt
content shall be considered 20 mg/m2 (2 mg/cm2). Checks shall be done on each
component atleast once per 200 m2 of blasted surface and minimum of 3 checks per shift.
In case salt exceeds specified limit, the contaminated surface shall be cleaned by method
as per Annexure-C of IS 12944-4 (water cleaning). After cleaning surface shall be
retested for salt after drying.
- Blast profile measurement – This shall be done as described in sec 6.2 of Annexure-I of
this specification (Specification for thermally sprayed Aluminium).
- Test for blasting Media and Blasting air- this shall be done as described in sec 6.6 of
Annexure-I of this specification (Specification for thermally sprayed Aluminium).
In addition to above, record should include type of shop primer already applied on equipment
e.g. zinc silicate, or zinc rich epoxy, or zinc phosphate.
Any defect noticed during the various stages of inspection shall be rectified by the contractor
to the entire satisfaction of Engineer-In-Charge before proceeding further. Irrespective of the
inspection, repair and approval at intermediate stages of work, contractor shall be responsible
for making good any defects found during final inspection/guarantee period/defect liability
period as defined in general condition of contract. Dry film thickness (DFT) shall be checked
and recorded after application of each coat and extra coat of paint should be applied to make-
up the DFT specified without any extra cost to owner, the extra coat should have prior
approval of Engineer-in-charge.
After surface preparation, the primer should be applied to cover the crevices, corners, sharp
edges etc. in the presence of inspector nominated by Engineer-In-Charge.
22.5 The shades of successive coats should be slightly different in colour in order to ensure
application of individual coats, the thickness of each coat and complete coverage should be
checked as per provision of this specification. This should be approved by Engineer-In-
Charge before application of successive coats.
22.6 The contractor shall provide standard thickness measurement instrument with appropriate
range(s) for measuring.
Dry film thickness of each coat, surface profile gauge for checking of surface profile in case
of sand blasting. Holiday detectors and pinhole detector and protector whenever required for
checking in case of immersion conditions.
22.7 Prior to application of paints on surfaces of chimneys, the thickness of the individual coat
shall be checked by application of each coat of same paint on M.S.test panel. The thickness of
paint on test panels shall be determined by using gauge such as 'Elkometer'. The thickness of
each coat shall be checked as per provision of this specification. This shall be approved by
Engineer-In-Charge before application of paints on surface of chimney.
22.8 At the discretion of Engineer-In-Charge, the paint manufacturer must provide the expert
technical service at site as and when required. This service should be free of cost and without
any obligation to the owner, as it would be in the interest of the manufacturer to ensure that
both surface preparation and application are carried out as per their recommendations. The
contractor is responsible to arrange the same.
1) Coating DFT measurement shall be as per ISO 2808. Type II electromagnetic gauges
should be used for ferrous substrates. DFT gauge calibration, number of measurement
shall be as per SSPC-DA 2. Measured DFT shall be within + 10% of the dry film
thickness, specified in the specifications.
2) Adhesion of the primer to the steel substrate and intercoat adhesion of the subsequent
coat(s) after curing for at least a week after application of the topcoat shall be examined by
a knife test in accordance with ASTM D 6677. For the knife test, if the rating is better than
8, the adhesion is considered acceptable. The adhesion is destructive and tested areas shall
be repaired afterward using the spot repair procedure. Alternatively, the applicator may
perform the adhesion test on a steel coupon coated using the same surface preparation and
coating application procedure as the work piece. Adhesion testing shall be carried out for
each component at least once per 200 m2 (2000 ft2) of coated surface.
3) Holiday testing shall be conducted in accordance with NACE SP 0188. For immersion
services, 100% of coated area shall be inspected for holidays. For atmospheric exposure,
10% of coated area which must include weld seams, corners and edges to be holiday
tested. Voltage at which test is to be carried out will depend upon DFT of coating being
tested and shall be as per NACE SP 0188. Any holiday is unacceptable and should be
marked and repaired immediately.
22.10 The contractor shall arrange for spot checking of paint materials for Specific gravity, glow
time (ford cup) and spreading rate.
A final inspection shall be conducted prior to the acceptance of the work. The coating
contractor and the facility owner shall both be present and they shall sign an agreed inspection
report. Such reports shall include:
General
- Names of the coating contractor and the responsible personnel
- Dates when work was performed
Coating Materials
- Information on coating materials being applied
- Condition of coating materials received
Environmental Conditions
- Weather and ambient conditions
- Coating periods
Surface Preparation
- Condition of surface before preparation
- Tools and methods used to prepare surface
- Condition of surface after preparation
Coating Application
- Equipment used
- Mixing procedure prior to application
- Coating application techniques used
Testing
- Type and calibration of inspection instruments used
- Type of quality control tests performed, and results
23.0 GUARANTEE
23.1 The contractor shall guarantee that the chemical and physical properties of paint materials used
are in accordance with the specifications contained herein/to be provided during execution of
work.
Painting contractor who is awarded any job for EIL, Projects under this standard must have
necessary equipments, machinery, tools and tackles for surface preparation, paint application
and inspection. The contractor mush have qualified, trained and experienced surface
preparator, paint applicator, inspector and supervisors. The contractor supervisor, inspector,
surface preparator and paint applicator must be conversant with the standards referred in this
specification.
Paint Coating manufacture meeting the following requirements shall be considered for supply
of their products. Contractor is advised to select coating manufacturer. Only after obtaining
prequalification from EIL for the manufacturer based on following requirements. Even those
manufacturers, whose names are appearing elsewhere in the tender document, under the list of
“EIL’s Recommended or Approved Vendors”, will also be required to meet the following
prequalification requirements.
- Manufacturer should have been in continuous business of paint coating formulation and
manufacturer for at least past 5 years.
- Coating manufacturer should have supplied at least 10000 litre of an individual product
to hydrocarbon processing industry or offshore platform.
- The manufacturer’s manufacturing procedure & QA/QC system shall meet ISO 9001
requirements and preferably should posses ISO 14000 certificate.
- The Quality control set up should be manned by qualified paint technologists whose bio
data should be sent along with quality control organization chart.
- Pre-Qualification Testing:
Manufacturer should have got his products tested at least one time in last 3 years at a
reputed independent laboratory for the following test items. Test certificates which are
more than 3 years old will not be considered.
1) An infrared scan (fingerprint), for Part A and B, each component as per ASTM
D 2621
2) Specific gravity of Base and curing agent (Ref. ISO 2811)
3) Ash content (ASTM D1650), volatile and non-volatile matters (ISO 3251) of each
component
The identification shall be carried out on the batch, which is used for the Pre-
qualification testing. Pre-qualification of the products shall be carried out at an
independent laboratory.
Test shall be carried out at any one of the following laboratories and tests to be witnessed &
certified by third party inspection agency (TUV, BV, DNV).
IICT, Hyderabad
HBTI, Kanpur
DMSRDE, Kanpur
BIS Laboratories
UICT, Matunga, Mumbai
RITES, Kolkata
PDIL, Sindri
NTH, Kolkata
Contractor along with delivery of paint material has to furnish following information from
paint manufacturer to EIL for acceptance/approval of products.
Along with delivery to site of the paint products from pre-qualified coating manufacturer.
Contractor has to produce test certificate from paint manufacturer for each batch and for
each category of product for the following test items. Test to be witnessed & certified
by third party inspection agency. All test results must mention clearly the batch no. and
category of product tested. Tests to be conducted for following properties:
b) Product information sheet/ technical data sheet for each category of product.
26.1 Samples of coating materials should be submitted to the Govt. laboratory in sealed containers
with batch no. and test certificate on regular format of manufacturer’s testing laboratory. The
sampling shall be certified and sealed by a certifying agency.
26.2 All test panels should be prepared by Govt. testing agency coloured photographs of test
panels should be taken before and after the test and should be enclosed along with test report.
Sample batch no. and manufacturer’s test certificate should be enclosed along with the
report. Test report must contain details of observation and rusting if any, as per the testing
code.
26.3 Manufacturers should intimate the company, details of sample submitted for testing, name of
Govt. testing agency, date, contact personnel of the govt. testing agency. At the end of the
test the manufacturer should submit the test reports to the company for approval.
26.4 Coating systems for panel test shall be decided after discussion with EIL.
\ 14 0 HOLE
(FOR M12 BOLT)
NOTES: —
ALL DIMENSIONS ARE IN mm UNLESS STATED OTHERWISE.
DO NOT WELD EARTHING LUGS TO PRESSURE PARTS. IF REQUIRED,TAKE PRIOR APPROVAL OF COMPANY.
EARTHING LUG TO PROTRUDE OUT OF INSULATION, WHEREVER REQUIRED.
ALL EXCHANGERS TO BE FITTED WITH 2 EARTHING LUGS.
5. LOCATION OF EARTHING LUGS :—
FOR VERTICAL EXCHANGER WITH 2 LUG SUPPORTS :— ON BOTH LUG SUPPORTS AT VERTICAL WEB.
FOR VERTICAL EXCHANGER WITH 3 LUG SUPPORTS :— ON ANY TWO AT VERTICAL WEB.
FOR VERTICAL EXCHANGER WITH 4 LUG SUPPORTS :— ON ANY TWO DIAMETRICALLY OPPOSITE AT
VERTICAL WEB.
(iii) FOR HORIZONTAL EXCHANGER ON TWO SADDLE SUPPORTS ONE ON CENTRAL WEB.
Page 1 of 6
it414Tur a -crttffur
INSPECTION AND TEST PLAN
FOR
MEDIUM VOLTAGE MOTORS
Abbreviations:
Members:
Mr. SS Lotay Mr. RK Singh Mr. Anoop Geol Mr. G. Poornachandra Rao
Mr. S.C. Gupta Mr. Rajeev Kumar Mr. G. Suresh Mr. MP Jain (Projects)
1.0 SCOPE:
This Inspection and Test Plan covers the minimum testing & inspection requirements of three phase medium voltage squirrel cage induction motors.
SCOPE OF INSPECTION
SL QUANTUM
STAGE/ ACTIVITY CHARACTERISTICS RECORD SUB
NO. OF CHECK SUPPLIER EIL/TPIA
SUPPLIER
1.0 Procedures -- -- -- -- --
Raw Material:
Body(casting or
fabrication), R
Material Test
Rotor shaft, Core Chemical, Physical properties , finish as per
2.1 100% Certificates / H H/R (For major
laminations, Copper, relevant standard
Test records items only)
Insulation material,
Bearings, Terminals, cable
boxes, Cable glands, etc.
Format No. 8-00-0001-F7 Rev. 0 Coovriaht EIL — All rig hts reserved
Page 304 of 504
1r, INSPECTION AND TEST PLAN STANDARD SPECIFICATION NO.
ENGINEERS
5.fg eji laReg INDIA LIMITED FOR 6-81-1032 Rev. 2
(Atria rireixt IA Govl of India Undertaking)
MEDIUM VOLTAGE MOTORS
73510415.1
Page 4 of 6
SCOPE OF INSPECTION
SL QUANTUM
STAGE/ ACTIVITY CHARACTERISTICS RECORD SUB
NO. OF CHECK SUPPLIER EIL/TPIA
SUPPLIER
3.0 Inprocess Inspection
Format No. 8-00-0001-F7 Rev. 0 Copyright EIL — All rig hts reserved
Page 305 of 504
INSPECTION AND TEST PLAN STANDARD SPECIFICATION NO.
t_Siliae_ltsiENGINEERS
og e..11ia teg g INDIA LIMITED FOR 6-81-1032 Rev. 2
1.1128 eleane, CAJPtFA1 IA Goof of Intla UnaerfaIng)
MEDIUM VOLTAGE MOTORS Page 5 of 6
SCOPE OF INSPECTION
SL QUANTUM
STAGE/ ACTIVITY CHARACTERISTICS RECORD SUB
NO. OF CHECK SUPPLIER EIL/TPIA
SUPPLIER
Insulation resistance Before & after High
Voltage test
High Voltage
Vibration
Full load test and measurement of Voltage,
Current, Power, Slip, Power factor, Bearing
Noise.
Efficiency and Pf at 100%, 75% and 50% load
Temp Rise test One sample
Inspection test See Note
4.2 Motor (Type Tests) Momentary overload test from each - H
records 5&6
Vibration type/rating
Noise Level
Over speed
Measurement of Starting Torque, Starting
Current, Full Load Torque*
5.0 Painting
Pre treatment, primer and final paint, H --
5.1 Painting of Motor frames 100% Test records -
shade, thickness
6.0 Documentation and IC
Review of Internal Test Reports
Test certificate from recognized testing Supplier's Test
laboratory for area classification. Records /
BIS certificate for FLP motors and accessories Certificates
6.1 Documentation and IC as applicable. 100% from statutory - H H
CCOE/PESO approved certificates for motors bodies /
and accessories as applicable. Inspection
Degree of protection of enclosure Certificate (IC)
IC issuance
Measurements will be made in accordance with standard IEC (Logarithmic proportion method II)
Legends: H- Hold (Do not proceed without approval), Random -10% , R-Review, RW-Random witness, W- Witness (Give due notice, work may proceed
after scheduled date).
NOTES:—
10 10
NOTE: —
ALL DIMENSIONS ARE IN mm UNLESS STATED OTHERWISE.
INDICATES 18 0 HOLES FOR M-16 BOLTS.
3. THE PART NOS RELATE TO THOSE SHOWN IN TUBE BUNDLE FRAME DRAWING.
144-
3 02.05.11 REAFFIRMED AND REISSUED AS STANDARD MKDAr t< M/SC DM
2 12.01.06 REAFFIRMED AND REISSUED AS STANDARD MKD JV/PK AKM VJN
Rev. Prepared Checked Stds. Committee Stds. Bureau
Date Purpose Convenor Chairman
No . by by
Approved by
Page 326 of 504
Format No 8-00-0001-F4 Rev.0 Copyright EiL - All rights reserved
Page 327 of 504
Page 328 of 504
Page 329 of 504
Page 330 of 504
Page 331 of 504
Page 332 of 504
Page 333 of 504
Page 334 of 504
Page 335 of 504
TYPICAL SKETCH OF SCISSOR DOCUMENT NO.
TROLLEY FOR A307-0ID-16-46-SK-0005
AIR COOLED HEAT EXCHANGERS Rev. 0
DCU, IREP- KOCHI Page 1 of 1
Scissor trolley with adjustable height (~1.8 m) suitable for maintenance of fans, motors etc. shall
be supplied for each group/ each independent structure of air coolers. Refer the above sketch for
guidance and fulfill the following minimum requirements:
Trolley to have suitable flexible controls such that height adjustment can be carried while
the person is on trolley.
Handrails shall be provided on all three sides of trolley platform.
Trolley wheels and bearings shall be of non sparking type.
Locking arrangement of the wheels shall be provided in safety angle.
Trolley shall have minimum load carrying capacity of 500 kg.
Platform size shall be minimum 1.8 m X 1 m.
Suitable arrangement for accessing the trolley platform from blind floor.
Vendor to supply one no. trolley for Equipment Nos. ID-E-105 and ID-E-107 together & one no.
trolley each for remaining equipment tag nos.
NEW DELHI
ENGINEERS INDIA LIMITED
UNIT: DCU
IREP, KOCHI 0
1
A
REV.
DATE
19.07.2013
27.12.2012
10.10.2013
REVISION
ISSUED FOR ENGG.
ISSUED FOR PURCHASE
ISSUED FOR BIDS/ENGG.
BY
DP
DP
DP
RRJ
RRJ
CHK
AY/MKD TG
PVSS
PVSS
APPROVED
APPROVED
SETTING PLAN
SHEET 1 OF 5
A307-0ID-16-46-DS-3626
1
REV.
NEW DELHI
ENGINEERS INDIA LIMITED
UNIT: DCU
IREP, KOCHI 0
1
A
REV.
DATE
19.07.2013
27.12.2012
10.10.2013
REVISION
ISSUED FOR ENGG.
ISSUED FOR PURCHASE
ISSUED FOR BIDS/ENGG.
BY
DP
DP
DP
RRJ
RRJ
CHK
AY/MKD
TG
PVSS
PVSS
APPROVED
APPROVED
TUBE BUNDLE FRAME DETAIL
FOR ITEM NO. ID-E-126 A-H ST. COIL
DRAWING NO.
SHEET 5 OF 5
A307-0ID-16-46-DS-3626
1
REV.
NEW DELHI
ENGINEERS INDIA LIMITED
UNIT: DCU
IREP, KOCHI 0
1
A
REV.
DATE
19.07.2013
26.12.2012
10.10.2013
REVISION
ISSUED FOR ENGG.
ISSUED FOR PURCHASE
ISSUED FOR BIDS/ENGG.
DP
BY
DP
DP
RRJ
RRJ
CHK
AY/MKD
TG
PVSS
PVSS
APPROVED
APPROVED
TUBE BUNDLE DETAIL
SHEET 4 OF 5
A307-0ID-16-46-DS-3626
1
REV.
NEW DELHI
ENGINEERS INDIA LIMITED
UNIT: DCU
IREP, KOCHI 0
1
A
REV.
DATE
19.07.2013
27.12.2012
10.10.2013
REVISION
ISSUED FOR ENGG.
ISSUED FOR PURCHASE
ISSUED FOR BIDS/ENGG.
DP
BY
DP
DP
RRJ
RRJ
CHK
TG AY/MKD
PVSS
PVSS
APPROVED
APPROVED
FOR ITEM NO. ID-E-126 A-H
TUBE BUNDLE FRAME DETAIL
DRAWING NO.
SHEET 3 OF 5
A307-0ID-16-46-DS-3626
1
REV.
NEW DELHI
ENGINEERS INDIA LIMITED
UNIT: DCU
IREP, KOCHI 0
1
A
REV.
DATE
19.07.2013
27.12.2012
10.10.2013
REVISION
ISSUED FOR ENGG.
ISSUED FOR PURCHASE
ISSUED FOR BIDS/ENGG.
DP
BY
DP
DP
RRJ
RRJ
CHK
AY/MKD
TG
PVSS
PVSS
APPROVED
APPROVED
TUBE BUNDLE DETAIL
SHEET 2 OF 5
A307-0ID-16-46-DS-3626
1
REV.
JOB SPECIFICATION
(ELECTRICAL)
FOR
AIR COOLERS
(MR No. – A307-0ID-EA-MR-6557)
1. GENERAL
1.1 The specification defines the basic requirements of the electrical works in vendor’s scope for the
Air Coolers of DCU & VGU unit for Integrated Refinery Expansion Project, Kochi of M/s BPCL-KR.
This job specification shall be read in conjunction with EIL standard specifications, data sheets
and documents attached with the Ma terial Requisition. In case of any conflict amongst various
documents enclosed with MR, the most stringent requirement shall govern and Owner/EIL
decision in this regards shall be final.
1.2 The equipment shall conform to this specification, enclosed data sheets and standard
specifications.
2. SCOPE
2.1 Vendor’s scope, in each case, shall include sizing, design, engineering, manufacturing, supply,
testing at manufacturer’s works, packing and delivery at site of electrical equipment including
supply of all commissioning spares, mandatory spares, special tools & tackles and quotation for
two years recommended spares as per the specifications and data sheets enclosed with the
requisition. The major electrical equipments involved are:-
a.) Motors for Air Cooler as per enclosed data sheets.
b.) VFDs for Motors of Air Cooler as per enclosed data sheets.
c.) Any other electrical equipment not specifically mentioned above but required for normal
operation of the Air Cooler package.
2.2 Installation, testing & commissioning at site of the electrical items shall be done by others.
Supervision of Installation, testing and commissioning at site on per diem basis is included in
vendor’s scope for motor as mentioned elsewhere. However testing and commissioning of VFDs
is included in vendor’s scope & this work shall be got executed/carried out by Original Equipment
Manufacturer (OEM) i.e. VFD manufacturer. Accordingly price of the same is deemed to be
included in the base price and no extra payment (per diem/lumpsum) for the same shall be made
by vendor. Vendor shall certify readiness of system fit for commissioning. Vendor’s scope shall
also include supply of all specialised tools & tackles / instruments required for above service.
2.3 Vendor shall supply cable glands and tinned copper lugs for equipment supplied by them. For the
equipments located inside substation, single compression nickel plated brass cable glands and
for outdoor equipments, double compression type Nickel plated brass FLP/weatherproof cable
glands shall be supplied.
3. EXCLUSIONS
3.1 Supply of 415V feeders for air cooler motors and VFDs.
3.2 Supply and laying of all power, control, space heater, signal cables from field to Substation /
Control room, from owner’s switchboards to VFD/motors.
3.3 Earthing grid outside skid.
4. UTILIZATION VOLTAGE
Utilization voltage for motor, anti-condensation heaters based on their ratings shall be as listed
below:
a.) Motors rated upto 160kW : 415V ± 10%
b.) Anti-condensation heaters : 240V ± 10%
5. SPECIAL REQUIREMENTS
5.1 MV motors (<1100V) shall conform to EIL Specification 6-51-0032 Rev 4 and motor data sheet
no. A307-000-16-50-DS-0501 Rev B for DOL method of starting & motor data sheet no. A307-
000-16-50-DS-0503 Rev B for VFD method of start/run.
5.2 The enclosure type / area classification for motors and their auxiliaries shall be as listed below:
S. No. Tag No. Enclosure Type Area Classification
1. ID-E-105 A-F Ex-n Zone-2, IIA/IIB, Temp. Class T3
2. ID-E-107 Ex-n Zone-2, IIA/IIB, Temp. Class T3
3. ID-E-108 Ex-n Zone-2, IIA/IIB, Temp. Class T3
4. ID-E-119 A-F Ex-n Zone-2, IIA/IIB, Temp. Class T3
1. Bidder to note that no correspondence whatsoever shall be entered in to or entertained after the bid
submission.
2. Bidder to furnish quotations only for those items, which he is approved by EIL and which he can
supply strictly as per MR specifications.
3. No technical details of any nature shall be included in the offer. If the offer contains any technical
deviations or clarifications or stipulates any technical specifications (even if in line with MR
requirements), the offer is liable for rejection.
4. The submission of prices by bidder shall be construed to mean that he has confirmed compliances
with all technical specification of corresponding item(s).
5. Subcontracting of the entire / main equipment is not acceptable. Subcontracting of the bought
outs / components should be done to EIL approved vendors only. When no list exists for sub
vendors consider only reputed vendors after EIL approval.
NEW DELHI
ENGINEERS INDIA LIMITED
UNIT: DCU
IREP, KOCHI 0
1
A
REV.
DATE
16.01.2013
19.07.2013
10.10.2013
REVISION
ISSUED FOR ENGG.
ISSUED FOR PURCHASE
ISSUED FOR BIDS/ENGG.
BY
DP
DP
DP
RRJ
RRJ
CHK
AY/MKD
TG
PVSS
PVSS
APPROVED
APPROVED
SETTING PLAN
SHEET 1 OF 5
A307-0ID-16-46-DS-3625
1
REV.
NEW DELHI
ENGINEERS INDIA LIMITED
UNIT: DCU
IREP, KOCHI 0
1
A
REV.
DATE
16.01.2013
19.07.2013
10.10.2013
REVISION
ISSUED FOR ENGG.
ISSUED FOR PURCHASE
ISSUED FOR BIDS/ENGG.
BY
DP
DP
DP
RRJ
RRJ
CHK
TG AY/MKD
PVSS
PVSS
APPROVED
APPROVED
TUBE BUNDLE DETAIL
SHEET 2 OF 5
A307-0ID-16-46-DS-3625
1
REV.
NEW DELHI
ENGINEERS INDIA LIMITED
UNIT: DCU
IREP, KOCHI 0
1
A
REV.
DATE
19.07.2013
10.10.2013
16.01..2013
REVISION
ISSUED FOR ENGG.
ISSUED FOR PURCHASE
ISSUED FOR BIDS/ENGG.
BY
DP
DP
DP
RRJ
RRJ
CHK
AY/MKD
TG
PVSS
PVSS
APPROVED
APPROVED
TUBE BUNDLE FRAME DETAIL
SHEET 3 OF 5
A307-0ID-16-46-DS-3625
1
REV.
NEW DELHI
ENGINEERS INDIA LIMITED
UNIT: DCU
IREP, KOCHI 0
1
A
REV.
DATE
16.01.2013
19.07.2013
10.10.2013
REVISION
ISSUED FOR ENGG.
ISSUED FOR PURCHASE
ISSUED FOR BIDS/ENGG.
DP
BY
DP
DP
RRJ
RRJ
CHK
AY/MKD
TG
PVSS
PVSS
APPROVED
APPROVED
TUBE BUNDLE DETAIL
SHEET 4 OF 5
A307-0ID-16-46-DS-3625
1
REV.
Abbreviations
Members:
Mr. S.C. Gupta Mr. RK Singh Mr. MP Jain (Projects)
Mr. G. Suresh Mr. Rajeev Kumar Mr. G. Poornachandra Rao
1.0 SCOPE
This Inspection and Test Plan covers the minimum testing & inspection requirements of MV Variable Frequency Drive System(VFD).
SCOPE OF INSPECTION
SL QUANT UM
STAGE/ ACTIVITY CHARACTERISTICS RECORD SUB
NO. OF CHECK SUPPLIER EIL/TPIA
SUPPLIER
1.0 Procedures -- -- -- -- -- --
3.1 VFD Assembly Visual ,Dimensional, Bill of material 100% Test Records - H R
SCOPE OF INSPECTION
SL QUANTUM
STAGE/ ACTIVITY CHARACTERISTICS RECORD SUB
NO. OF CHECK SUPPLIER EIL/TPIA
SUPPLIER
4.0 Final Inspection
Visual and dimensional
Check calibration status of all testing equipment.
Bill of Material.
Simulation check of control signals
Check of Speed/1pm at different frequency at
constant Torque/ Voltage/ Power Mode, as
applicable
Memory function check of fault diagnostics
Insulation Test
100% By
Light Load and Functional test
Supplier and Inspection test
Load characteristics H H
4.1 VFD (Acceptance Tests)** on Random records -
Load duty test Basis by
Check Auxiliary Devices TPLVEIL
Check the properties of the control equipment
Check the Protective Devices
Check control and functional requirements
High voltage test
Leakage and pressure test for cooling system
where provided
Automatic restart/re-acceleration
Noise Level Measurement
SCOPE OF INSPECTION
SL QUANTUM
STAGE/ ACTIVITY CHARACTERISTICS RECORD SUB
NO. OF CHECK SUPPLIER EIL/TPIA
SUPPLIER
Power factor
Dynamic performance test
Current limit and current loop test
Speed loop test capability to ride through
voltage dips upto 20%
Noise Level Measurement
Capability to restart the system and
resynchronize converter onto running motor
after a voltage interruption.
Harmonic measurement at output of VFD for
Voltage and Current
5.0 Painting
SCOPE OF INSPECTION
SL QUANTUM
STAGE/ ACTIVITY CHARACTERISTICS RECORD SUB
NO. OF CHECK SUPPLIER EIL/TPIA
SUPPLIER
6.0 Documentation and IC
Review of Internal Test Reports and MTCs. Supplier's Test
IC issuance Records /
6.1 Documentation and IC 100% - H H
Inspection
Certificate (IC)
** All the load tests/ Functional Checks are to be carried out either with the job motor or with Shop Motor
Legends: H- Hold (Do not proceed without approval), Random -10% , R-Review, RW-Random witness, W- Witness (Give due notice, work may proceed
after scheduled date).
NEW DELHI
ENGINEERS INDIA LIMITED
UNIT: DCU
IREP, KOCHI
1
REV.
DATE
10.10.2013
REVISION
ISSUED FOR BIDS/ENGG.
DP
BY
RRJ
CHK
PVSS
APPROVED
APPROVED
ASSEMBLY WITH HTD BELTS
DRAWING NO.
SHEET 1 OF 1
A307-0ID-16-46-DS-3650
1
REV.
Price shall be quoted group-wise as per requirements of requisition and its attachments which shall
include but not limited to following:
(a) 400 % gaskets for header cover and nozzles with blind flanges.
(b) 200% gaskets for plugs.
(c) 20% studs/nuts for nozzles with blind flanges and cover plates.
(d) 100% belts.
(e) 20% plugs.
(f) Mandatory spares (Electrical) as per document no. A307-0ID-16-50-SL-6557.
Equipment Schedule:
Vendor’s Signature :
With Seal/ Stamp
Date :
a) IS 2062 Gr. B
b) SA 516 GR 60
a) SA 516 GR 60
Vendor’s Name :
Vendor’s Signature :
With Seal/ Stamp
Date :
Page
Format No. EIL398 of 504 Rev. 1
1641-1924 Copyright EIL – All rights reserved
DATA SHEET DOCUMENT No.
FOR A307-000-16-50-DS-0553 Rev. A
VARIABLE FREQUENCY DRIVE
Page 2 of 3
1. Make :
2. Model No. :
3. Rating :
4. Applicable code/standards :
5. Speed range :
6. Speed reference :
7. Input power supply ratings
a) Voltage : ± %
b) Frequency : ± %
8. Overload capability
a) 125% : minutes
b) 150% : secs.
c) Inrush current 250% In for : secs.
9. Overall efficiency at
a) 100% load :
b) 75% load :
c) 50% load :
d) 25% load :
10. Overall power factor at
a) 100% load :
b) 75% load :
c) 50% load :
d) 25% load :
11. AC Output
a) Output voltage range :
b) Voltage accuracy :
c) Frequency range :
d) Frequency accuracy :
12. Output short circuit capability and duration :
13. Deration of motor at
a) Maximum speed :
b) Minimum speed :
14. Rectifier/Inverter
a) Make :
b) Type/Model No. :
c) Diodes/GTOs configuration :
d) Total No. of Diodes/GTOs :
e) Cooling system
- Type :
- Redundancy in cooling Units :
f) Type of feedback for speed control :
Page
Format No. EIL399 of 504 Rev. 1
1641-1924 Copyright EIL – All rights reserved
DATA SHEET DOCUMENT No.
FOR A307-000-16-50-DS-0553 Rev. A
VARIABLE FREQUENCY DRIVE
Page 3 of 3
15. DC Reactor
a) Make :
b) Type :
c) Rating :
d) Inductance of the reactor :
e) Air Core/Iron Core :
16. Output Filter
a) Make :
b) Type / Model No. :
c) Rating :
d) Rated Voltage :
17. Output Power Isolating Device
a) Make :
b) Type :
c) Model No. :
d) Cont. Current Rating :
e) Short Circuit Rating :
f) Rated Voltage :
g) Applicable Standard :
h) Panel details
- Overall Length :
- Height :
- Depth :
- Degree of protection :
18. VFD PANEL DETAILS
a) Overall Length :
b) Height :
c) Depth :
d) Weight of cubicle :
(Dimensional details of all panels shall be furnished)
e) Degree of protection for enclosure. :
f) Paint shade :
g) Heat output of Panel :
h) Type of cooling :
19. Auxiliary Power Requirement:
a) KW :
b) Voltage :
20. LCS/LCP required as per spec : Yes
21. Requirement of earthing cable between :
motor & drive
22. Address of Manufacturing Location :
23. Address of Shop Testing Location :
24. Since when the proposed type of :
semiconducting power devices are
being used in the offered drive model
25. List of equipments / Components to :
be sourced from India
Page
Format No. EIL400 of 504 Rev. 1
1641-1924 Copyright EIL – All rights reserved
The 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 or used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use.
NEW DELHI
ENGINEERS INDIA LIMITED
UNIT: DCU
IREP, KOCHI
1
0
A
REV.
DATE
19.07.2013
10.10.2013
10.12..2012
REVISION
ISSUED FOR ENGG.
ISSUED FOR PURCHASE
ISSUED FOR BIDS/ENGG.
BY
DP
DP
DP
RRJ
RRJ
CHK
AY/MKD
TG
PVSS
PVSS
APPROVED
APPROVED
SETTING PLAN
SHEET 1 OF 3
A307-0ID-16-46-DS-3619
1
REV.
NEW DELHI
ENGINEERS INDIA LIMITED
UNIT: DCU
IREP, KOCHI 0
1
A
REV.
DATE
10.12.2012
19.07.2013
10.10.2013
REVISION
ISSUED FOR ENGG.
ISSUED FOR PURCHASE
ISSUED FOR BIDS/ENGG.
DP
BY
RRJ DP
CHK
AY/MKD
TG
PVSS
APPROVED
APPROVED
TUBE BUNDLE DETAIL
SHEET 2 OF 3
A307-0ID-16-46-DS-3619
1
REV.
NEW DELHI
ENGINEERS INDIA LIMITED
UNIT: DCU
IREP, KOCHI 0
1
A
REV.
DATE
10.12.2012
19.07.2013
10.10.2013
REVISION
ISSUED FOR ENGG.
ISSUED FOR PURCHASE
ISSUED FOR BIDS/ENGG.
BY
DP
DP
DP
RRJ
RRJ
CHK
AY/MKD
TG
PVSS
PVSS
APPROVED
APPROVED
FOR ITEM NO. ID-E-119 A-F
TUBE BUNDLE FRAME DETAIL
DRAWING NO.
SHEET 3 OF 3
A307-0ID-16-46-DS-3619
1
REV.
NEW DELHI
ENGINEERS INDIA LIMITED
UNIT: DCU
IREP, KOCHI 0
1
A
REV.
DATE
16.01.2013
17.07.2013
10.10.2013
REVISION
REVISED AS MARKED
ISSUED FOR PURCHASE
ISSUED FOR BIDS/ENGG.
DP
DP
DP
BY
CHK
AY/MKD
RRJ
RRJ
PVSS
PVSS
TG
APPROVED
APPROVED
DRAWING NO.
SHEET 1 OF 1
A307-0ID-16-46-DS-3633
1
REV.
JOB SPECIFICATION
FOR
AIR COOLED HEAT EXCHANGERS
1. The drawings issued for bids are strictly for quotation purpose only. The drawings with revision are
being issued along with Purchase Order for preparation of drawings and fabrication works. All
relevant drawings like tube bundle, frame, setting plan etc. and typical details of plenum chamber,
bearing block & motor suspension assembly are attached with the requisition. Based on these
details, the guidelines attached with requisition & the fan/motor/pulley data, vendor shall perform the
design & detailing of structural and detailing of drive. The minimum size and thickness shall be as
given in the requisition. Vendor shall also submit details of drive for EIL review as per clause 7.2.3 to
7.2.10 of specification No 6-15-0071.
2. EIL general spec 6-15-0071 refers API 661 sixth Edition Feb. 2006 .Vendor shall follow API 661
2006 Edition and shall correlate the relevant clauses of this edition of code with spec 6-15- 0071.
3. All materials required for fabrication, testing and inspection shall be supplied by vendor. No material
shall be supplied as "FREE ISSUE" by owner.
4. Bidder to note this is a Category-I MR and hence deviations are not acceptable. Vendor shall
furnish quotations only for those items, which he can supply strictly as per MR specifications.
5. Vendor shall furnish list of drawings/documents with schedule of submission of drawings for
approval by EIL. The same shall be submitted to EIL immediately after the placement of order as per
format already available with MR.
6. Bidder to note that complete structural framework ( columns, beams & bracings), partition beams,
beams for supporting fan & drive assembly, air seals, structural supports for associated piping
around structural frame work, supporting arrangement for electrical cables, stairs, ladders, gratings,
handrails, roofing, plenum chamber, fan & pulley guards etc are in their scope of work & supply. The
quotation should include for design and supply of all structural framework. However, vendor to note
that weights if any given in drawings are estimated only and should not form the basis of quotation.
Any variation in weight/area of structure, plenum chamber, frames, gratings & screens etc. will not
call for any increase in price quoted by the vendor. Variation in price is allowed only for any addition/
deletion of structure by EIL/ CLIENT over the drawing enclosed with the requisition. For the same
vendor to quote the price for following:
a) Rolled section like beams, channels, Angles etc. on per tonnage basis.
b) Plate for plenum chambers, side frame, stacks/chimney, louvers etc. on per tonnage
basis.
c) Grating, screen etc. on per sq. meter basis
7. The noise level shall be limited to 85 dB (A) max. measured at a distance of one meter from the
bundle at the header access platform walkways and one meter from the bay limit on motor
maintenance platform. The noise level within the air cooler bay shall be 90 dB (A) maximum, at
locations defined as per API.
8. Vendor shall conduct dry run to ensure successful working of electrical/ instrumentation system as
well as noise and vibration tests.
9. The fabrication drawings prepared by vendor will be reviewed by EIL for the following points only:
Nozzle data, orientation and location, dimensions for interfacing etc.
Bundle detail and interfacing of bundle & frame.
Design data and materials of construction.
Critical details like tube to tube sheet joint and air sealing arrangement details.
Bearing Block detail and motor suspension assembly drawings.
Details of motor like motor datasheets, performance curves for motors.
Drive selection, Fan selection performance curves, Auto variable fan hook-up scheme, Louver
performance curves. Other details of fabrication drawings submitted shall only be for
information/records of EIL and vendor to fabricate, supply equipment based on his responsibility
10. While preparing fabrication drawing it shall be endeavored to cover all fabrication details in minimum
number of drawings.
11. Vendor not to furnish details which are repetition of technical requirements of requisition in his bid. If
submitted, same shall be reviewed only after order and change if any shall be binding on vendor.
12. Anchor bolts and nuts shall be supplied by others at a pre-arranged location. Vendor shall erect the
columns using anchor plates (& shims if necessary).
Vendor to quote item wise separate prices for 2 years maintenance spares as recommended by fan
and motor supplier. A list of the same to be included in the vendor’s offer.
16. The elevation of foot of the air cooler column base plate is given on the respective setting plan item
drawings. The elevation is with reference to the Highest Point of Pavement (HPP) EL 100.000M
which corresponds to 12.35 M above mean sea level (MSL). Vendor to consider fan elevation
according in their design.
18. Hand rail shall have top rail NB32 (m) tube (steel walkway platforms, stairs etc.).
19. For Auto variable pitch fans, all the components of the pneumatic circuit (including but not limited to
volume boosters, tubing, valves, filters etc.) shall be in vendor's scope. The pneumatic signal shall
be provided at one point for each item at the air cooler column bottom level. Vendor to arrange for
taking the signal to the auto variable fans as required. Air supply shall be at one point for entire bay
of air coolers. Vendor to develop detailed Hooking up diagram based on the typical diagram
enclosed with requisition & furnish the same for approval. The exposure temperature for mechanical
0
and instrumentation components shall be 149 C. The system shall be suitable for the same.
20. Steel structure shall be shop assembled wherever possible and match marked before dispatch.
Driving arrangements & fans shall be assembled at site and trial run to check vibrations shall be
performed. All rotating parts shall be balanced as per API.
21. Vendor shall provide plate motor guards in addition to fan and pulley guards. Details of the guards
shall be developed by the vendor and submitted for information.
22. Fan cage (guard) shall be provided with access manway to access the fan. These shall be hinged
type and provided below the fan. Further to clause 7.2.6.1 of spec 6-15-0071, the fan access door
shall be hinged type and should open towards airside
23. For FRP fans, EIL standard specification 6-15-0072 to be followed. FRP fans shall be high efficiency
Fans based on the Best Available Technology (BAT).
24. One pair of earthing bosses as per EIL standard 7-15-0016 shall be provided on one column of each
item.
25. Fan and motor assemblies should be designed for remote lubrication from maintenance platform
without shutting down the equipment. Suitable SS tubing (¼"dia) shall be provided outside the
fan/motor guards to permit lubrication of fan shaft bearing and motor shaft bearing without shutting
down of the fan/motor. These connections shall be accessible from maintenance platform. Vendor to
develop detailed connection drawing to connect the lubrication piping to one point
26. If radiography is being substituted by UST for the final closing seam as permitted by the Code,
magnetic particle examination shall be carried out in addition to UST.
27. Hardness of various materials for nozzle flange & gaskets are as follows:-
FLANGES GASKET
MATERIAL HARDNESS (BHN) MATERIAL HARDNESS (BHN)
C.S 140 (Min) SOFT IRON 90 (Max.)
SS316L 140 (Min) SS 316L 160 (Max)
However gasket hardness should be at least 20BHN less than Flange hardness
28. Catalogues for fans, belts, pulleys, motors etc. shall be supplied along with the drive details selection
and motor suspension drawings.
30. Air cooler fans to be provided with vibration switches complete with manual external reset &
contacts.
31. The air fin cooler should have the bearing greasing points brought below outside the fan guards.
32. Refer Para 11.1.6 of specification 6-15-0071. The protective cover including heavy duty wire mesh
shall be hot dip galvanized.
33. Fans, electrical motors etc. shall have proper item tag nos and the same shall be clearly identified in
vendor’s drawing including that on dwgs.
34. Vendor shall ensure that all data folder documents including the “AS BUILT” drawings are updated
and complete in all respect and incorporate all suggestion/corrections informed by EIL- Inspector
while obtaining certificate of completeness from inspector.
35. Tube thickness indicated in the MR drawings are overall tube thickness (and not from the bottom of
the groove to the inside diameter of the tube).
36. Positive material identification (PMI), vendor shall ensure that all alloy steel and stainless steel
materials are properly identified and finally check tested by a PMI analyzer before dispatch of
equipment.
37. In addition to stamping, the specifications and manufacturers symbol as specified in ASME material
specifications, on one of the ends the size of the studs shall be clearly punch marked. Similarly the
nuts shall have the size punch marked on one of the faces. In case of tapped hole the size shall be
punch marked near the hole without disturbing the gasket seating area. Further for all alloy/SS
metallurgy bolts & nuts shall also be identified by distinct color marking at the stud end/bolt side
face.
38. List of sub-suppliers for fans, tubes, fins, motors, VFD, belts and pulleys, louvers etc., shall be as per
EIL approved vendor list.
39. Bought-out items e.g. fans, belts and pulleys, vibration switch etc., shall be accompanied with
manufacturer’s test certificates.
40. Plug gasket must be dead soft annealed. Hardness of gasket shall be 15 BHN lower than that of the
material of plug & plug sheet. This shall be hold point for inspection agency.
41. The machinery mount shown in the motor suspension drawing is indicative only and sizes are
minimum to be adopted. Vendor shall provide suitable supporting arrangement based on their
structural design and supplier’s catalogue. All the catalogues shall be supplied along with the drive
details selection and motor suspension drawing.
42. In addition to air seal indicated in the setting plan drawings, air seal (thk. same as plenum) shall be
suitably provided inside the plenum of required width along the length of the bundle. Details to be
developed by the vendor.
43. Conflict:
In case of any conflict between any of the specification/requirement listed in the requisition the most
stringent condition of these requirements shall govern. However, all such discrepancies between
various documents shall be brought to the notice of EIL and EIL’s decision shall be final and binding
on the vendor.
44. Air cooler structure are required to support air cooler piping (refer setting plans for column
extension).The load coming on each column shall be furnished to the successful bidder after the
order. The design of air cooler column and its extension including long beams, bracings etc. in the
plane of the raised columns to take care of above load shall be in air cooler vendor’s scope and
without any additional cost and delivery implications. The cost of fabrication and additional structural
required only shall be paid based on the unit rate quoted by vendor. The details of the joints between
the column on the common axis and transfer beams etc. shall be reviewed by EIL and comments, if
any, shall be binding on vendor.
45. Lifting lug for frame shall be as shown on bundle frame drawing and shall be placed in staggered
manner. Design for these lugs shall be carried by Vendor with minimum impact factor of 2 & the
same shall be furnished to EIL for review.
46. Vendor shall consider louvers weight while carrying out structural design. Adequate stiffening in “C”
frames shall be provided at equal interval if required to take care of louver & stack weight. Vendor
shall furnish relevant calculation for EIL’S review.
The air cooler header boxes shall be finish painted at the vendor shop and painting system of
header boxes shall be as per specification A307-000-06-42-PLS-01 Rev0..Plenum chambers shall
be hot dip galvanized. All other structural parts shall be painted/hot dip galvanized as per Cl. 11.2 of
Standard Specification 6-15-0071.
0
48. Minimum Design Metal temperature (all items) for header pressure parts shall be taken as (+) 15 C.
49. Refer Clause 4.6 of Spec.6-78-0003. Add the following: - “Final documentation shall also be
submitted in soft copy in CD form in 2 sets in addition to the specified requirements of
documentation”.
50. VIBRATION CUTOFF SWITCH (Following supplement the clause 7.2.9 of API 661)
A) Vibration switch shall be inertia sensitive type with the vibration range suitable for the offered fan.
Set point shall be adjustable throughout the range i.e. 0 to 100%, and shall be adjustable externally
without opening the switch housing. Switch shall have local as well as remote reset facility.
B) Unless specified otherwise, switch shall provide two independent contacts i.e. either by one
DPDT or two SPDT type each rated for 240V AC, 5A and 110V DC, 0.5A.
C) Switch enclosure shall be weatherproof to IP65. Unless otherwise specified, the housing shall
also be certified flameproof/ explosion proof suitable for specified area classification (as a minimum
IEC Zone I, gas group IIC). In addition to the certification from authorized agencies like CMRI,FM,UL
etc., the switch shall have the valid approval from statutory authorities of place of installation which is
CCOE in case of Indian installations.
D) The switch assembly shall have two cable entries as a minimum, each of 1/2" NPT size. In case
vendor standard model does not support two entries, the switch housing shall be supplied with
integrally mounted 3- way junction box. The junction box shall be certified flameproof/ explosion
proof meeting requirements of clause “C” above.
E) Vibration switch shall be located at motor suspension beams as close to the motor as possible.
Switches shall be readily accessible for re-setting from maintenance platform without any
interference.
F) Vibration cutoff switches shall be supplied from manufacturer of repute like M/s METRIX USA, or
Fire Fighting Enterprises Ltd U.K. In addition shall have proven references of operating satisfactorily
for a period of minimum 4000hrs, in the similar type of application. Switches of prototype design or
not having proven references shall not be supplied.
G) Fans to automatically stop at high vibration. Fans to be provided with vibration switch and alarm.
Vendor to provide contact signal for alarm/ tripping in DCS/ control panel. Start and stop push button
at operating platforms shall be provided. Stop push button shall be provided at grade also.
51. Vendor shall obtain and furnish the fan details from fan supplier as per the fan specification sheet
including fan GD2value, torque vs. speed curves, fan rpm etc. Vendor shall also furnish the drive
make, motor make and frame size. Based on this data, the drive details shall be developed by
vendor and submitted to EIL.Vendor shall furnish these drive details to the drive supplier and get the
confirmation from him on the adequacy of the drive to transmit the required power. Vendor shall
furnish to the motor supplier the requirements of GD2, torque vs. speed characteristics of fan and
loads on motor from the drive affecting the selection of motor bearing, rating & frame size etc.
Vendor shall ensure that the motor supplier has selected suitable motor as per motor specifications
and datasheets for the conditions specified. Vendor shall obtain EIL approval for drive selection
before procurement of the same. Vendor shall furnish design calculation for fan shaft and motor
shaft for EIL review along with fan characteristic curves & motor datasheet. EIL comments, if any
shall be fully complied with, and if required shaft size to be revised as per calculations without any
cost and time implications. It is required as fan data is to be taken into account for designing the
motor and it is the responsibility of the vendor to ensure that frame size selected shall be able to
take all loads /thrust/torque imposed by fan.
52. Plenum chamber shall be conical. Plenum panel is of 3 thk (min) and shall be of bolted assembly
type.
53. Vibration measurement: - Accelerometer of 100mV/G (by others) shall be mounted on the fan
bearing housing and cabled to a junction box at an accessible location and provided with MIL-C-
5015 2 pin connector. Vendor shall provide necessary provision on the fan bearing housing for the
same.
54. Belts shall be toothed timing belts, Oil resistant in accordance with BS 903 part A16, as well as fire
resistant and anti static “FRAS” conforming to BS3790.
55. Wherever radiography is indicated as full all long and circumferential seams including flange to neck,
pipe to pipe and pipe to fitting shall be 100% radiographed.
56. While designing the structure vendor to consider nozzle loads as twice the API specified nozzle
loads except Equipment No. ID-E-125 A1/A2~R1/R2. For Equipment No. ID-E-125 A1/A2~R1/R2,
Each inlet nozzle in its design corroded conditions shall be capable of withstanding 3 times the
simultaneous application of moments and forces defined in API-661.
57. All air coolers have been designed as per API latest Edition and ASME Section VIII Div 1
latest edition and fabrication shall be done as per ASME Section VIII Div 2010 Edition.
Wind load for equipment including anchor chair shall be calculated on the basis of IS 875.
Basic wind speed shall be considered as 39m/s.
a) Drag coefficient for cylindrical vessels shall be 0.7 minimum.
b) Drag coefficient for spherical vessel shall be 0.6 minimum considering:
Seismic Requirement
Equipment shall be analyzed both for DBE & MCE as per IS-1893 (Part-4)-2005 edition. The site
spectra values shall be taken from Doc. No. A307-000-16-54-DB-0258, Rev. 0.
Seismic analysis for design basis earthquake (DBE) shall be carried out considering site specific
spectra with 2% damping. Seismic analysis for Maximum considered earthquake shall be carried out
taking critical damping=4%.Spectral value for critical damping for MCE shall be twice the critical
damping (=4%) of site spectra (DBE).Maximum allowable tensile stress shall be equal to 0.9 X yield
stress at design temperature for MCE case. Maximum Allowable compressive stress shall be
maximum of (0.9 X yield) or (critical compressive stress/1.5) for MCE case.
T = Thickness of component.
Rm = Mean Radius of component
2
Tensile allowable stress for foundation anchor bolt (not in vendor’s scope): 1600 kg/cm
2
Shear Stress of Bolts: 865 kg/cm
The above allowable stresses are to be considered as maximum allowed since these include
33% margin due to combined loading.
Grade of concrete shall be M30 confirming to IS456 and permissible bearing stress in
concrete shall be as per IS456.
59. INSPECTION
All materials shall be procured with stage-wise inspection. Stage-wise and final inspection of
exchangers and its components shall be carried out by following:
a) For Foreign Vendors, stage wise & final inspection of the equipment including all
components shall be carried out by Third party inspection agency. Quoted price shall include
for the same.
b) For indigenous Vendors, EIL shall be inspection agency. Charges for EIL inspection to be
borne by the OWNER. Incase forging/plates etc. are supplied from abroad the inspection
shall be carried out by Third party inspection agency. Quoted price shall include for the
same.
c) All cost towards third party inspection shall be borne by the vendor, the cost of the
same to be included in the quoted price.
d) For acceptable third party inspection agencies, refer commercial documents.
e) Subcontracting of the entire / main equipment is not acceptable. Subcontracting of the
bought outs / components should be done to EIL approved vendors only when no list exists
for sub vendors consider only reputed vendors after EIL approval.
Unpriced Price Schedule (with prices left blank) must indicate following:
o Torque wrenches/bolt tensioners as specified.
List of 2 years maintenance spares for Fan/Motor special tools and tackles ,if any as
recommended by supplier,
o Name of Inspection agency
Scope of Work & Supply duly signed.
Vendor not to furnish details which are repetition of technical requirements of requisition in his bid. If
submitted, same shall be reviewed only after order and change if any shall be binding on vendor.
61. Refer clause no. 7.2.3.18 of EIL Specification, Approved suppliers for fans are
HUDSON/COFIMCO/MOORE. In addition to that, ILMED VENTILAZIONE shall be included as
approved supplier.
62. Scissor trolley with adjustable height suitable for maintenance of fans, motors etc. shall be supplied
by vendor for each group of air coolers. Refer sketch no. A307-0ID-16-46-SK-0005 enclosed with
the requisition for details.
63. Roof and roof supporting structure required over air cooler structure shall be designed by air cooler
vendor. Refer drawing A307-0ID-16-46-DS-3600 enclosed with the requisition.
64. SA-516 Gr.70 is also acceptable in place of SA-516 GR.60 for item no. ID-E-105 A-F, ID-E-107,
, ID-E-119 A-F, ID-E-125 A1/A2~R1/R2, ID-E-126 A-H.
65. Vendor to have video conferencing facilities of management review and helmet camera for shop
floor view, to bring active involvement and transparency between the EIL and the major equipment
manufacturers. For this purpose, the following procedure is formulated:
(i) The vendor shall have video conferencing facility at their manufacturing unit.
(ii) Management review of the job status shall be done through video conferencing on a monthly
basis or on a mutually agreed interval. Also the “work in progress” at the vendor’s workshop
shall be shown live to BPCL/EIL through helmet camera.
(iii) Vendor could share the same information of manufacturer like plan vs. actual progress of the
equipment/ system at the OEM’s site with the BPCL / EIL.
66. Bidder to note that Unloading of material at storage yard and storage is not in bidder's scope.
However, bidder's representative shall be available while unloading of material at storage yard and
shall ensure that packages shall be opened in presence of bidder's representative at site to avoid
any mismatch between packing list and packed material actually received and shall ensure that
complete material has been unloaded at storage yard as per the packing list and shall get it verified
by site incharge.
67. For all double plug air coolers bidder to note the following additional requirements.
Helium leak test shall be performed in accordance with the requirements of ASME
Code, Section V, Article 10 after hydro test. The header boxes to be pressurized with
helium. Any leakage from plugs in excess of 1X10-4 standard cc/sec warrants repair.
Certified test report of the final, successful helium test shall be provided and to be
signed by inspection authority.
The following drawings/documents marked " " shall be furnished by the bidder.
MV MOTOR
POST ORDER
S. WITH WITH
N DESCRIPTION FOR FOR DATA REMARKS
BID
O. REVIEW RECORD BOOK
(FINAL)
1. Data Sheets (Duly filled-in)
2. Type Test Certificates for similar equipment
3. List of Commissioning Spares
4. List of Maintenance Spares
5. List of Special Tools & Tackles
6. Data Books/ Manuals : Installation Manual
7. Data Books/ Manuals : Operating/ Maintenance
Manual
8. Data Books/ Manuals : Catalogues/ Brochures
9. Equipment storage procedure at site
10. Schedule of Vendor Documents
11. Confirmation of Technical Compliance
12. Dimensional/Assembly Drawings : Name Plate
Drawing
13. Inspection & Test Plan (ITP) -For review by
Inspection Dept.
14. List of Mandatory Spares
15. Dimensional/Assembly Drawings : Installation
Plan/Mounting Details
16. Dimensional/Assembly Drawings : GA Drawing
For motors < 75kW
17. Dimensional/Assembly Drawings : GA Drawing
For motors >= 75kW
18. Dimensional/Assembly Drawings : Terminal
Box Arrangement
19. Performance Curves : Speed Torque Curves
20. Performance Curves : Speed-Current/Time
Curves
21. Performance Curves : Thermal Withstand
Curves (Hot & Cold)
22. Performance Curves : P.f. & Efficiency Curves
23. Test Records
NOT LISTED
POST ORDER
S. WITH WITH
N DESCRIPTION FOR FOR DATA REMARKS
BID
O. REVIEW RECORD BOOK
(FINAL)
1. Electrical load data (as per A307-000-16-50-
DS-1002)
Notes :
1. Post order, drawing / document review shall commence only after approval of Document Control Index (DCI).
2. All post order documents shall be submitted / approved through EIL eDMS portal.
3. Final documentation shall be submitted in hard copy (Six prints) and soft ( two CDs/DVDs ) in addition to
submission through EIL eDMS.
4. Refer - 6-78-0001: Specification for quality management system from Bidders.
5. Refer - 6-78-0003: Specification for documentation requirement from Suppliers.
6. 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.
7. 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).
8. "@" indicates submission of documents to Inspection Agency.
9. Bill of Material shall form part of the respective drawing.
10. "TICK" denotes applicability.
11. Refer - 6-78-0002: Specification for documentation requirements from Contractors.
15 0 HOLES 15 0 HOLES
FOR M-12 BOLTS FOR M-12 BOLTS
t/'' L/-1
t„
N)
Lc)
N
25 1 45 25
L 60x60x6 THK.
to
MC-12
NOTE: —
ALL DIMENSIONS ARE IN mm UNLESS STATED OTHERWISE.
THE PART NOS RELATE TO THOSE SHOWN IN TUBE BUNDLE FRAME DRAWING.
NEW DELHI
ENGINEERS INDIA LIMITED
UNIT: DCU
IREP, KOCHI 0
1
A
REV.
DATE
19.07.2013
10.12.2012
10.10.2013
REVISION
ISSUED FOR ENGG.
ISSUED FOR PURCHASE
ISSUED FOR BIDS/ENGG.
BY
DP
DP
DP
RRJ
RRJ
CHK
AY/MKD
TG
PVSS
PVSS
APPROVED
APPROVED
SETTING PLAN
FOR ITEM NO. ID-E-108 A1/A2 TO N1/N2
DRAWING NO.
SHEET 1 OF 3
A307-0ID-16-46-DS-3608
1
REV.
NEW DELHI
ENGINEERS INDIA LIMITED
UNIT: DCU
IREP, KOCHI 0
1
A
REV.
DATE
19.07.2013
10.12.2012
10.10.2013
REVISION
ISSUED FOR ENGG.
ISSUED FOR PURCHASE
DP ISSUED FOR BIDS/ENGG.
BY
DP
DP
RRJ
RRJ
CHK
AY/MKD
TG
PVSS
PVSS
APPROVED
APPROVED
TUBE BUNDLE DETAIL
SHEET 2 OF 3
A307-0ID-16-46-DS-3608
1
REV.
NEW DELHI
ENGINEERS INDIA LIMITED
UNIT: DCU
IREP, KOCHI 0
1
A
REV.
DATE
19.07.2013
10.12.2012
10.10.2013
REVISION
ISSUED FOR ENGG.
ISSUED FOR PURCHASE
ISSUED FOR BIDS/ENGG.
DP
BY
DP
DP
RRJ
RRJ
CHK
TG AY/MKD
PVSS
PVSS
APPROVED
APPROVED
TUBE BUNDLE FRAME DETAIL
FOR ITEM NO. ID-E-108 A1/A2, N1/N2
DRAWING NO.
SHEET 3 OF 3
A307-0ID-16-46-DS-3608
1
REV.
NOTES: -
1. Vendor shall fill the details of all electrical power consumer loads, which are included in the scope of this MR and submit with the offer.
MOTOR
S.NO TAG NO. SERVICE Make Type of Applicable standard Motor Kw Duty No. of Type
enclosure for hazardous area poles designation
(continuous
application for cooling
/intermittent)
NEW DELHI
ENGINEERS INDIA LIMITED
UNIT: DCU
IREP, KOCHI 0
1
A
REV.
DATE
16.01.2013
10.10.2013
09.07.2013
REVISION
REVISED AS MARKED
ISSUED FOR PURCHASE
ISSUED FOR BIDS/ENGG.
BY
DP
DP
DP
CHK
AY/MKD
RRJ
RRJ
PVSS
PVSS
TG
APPROVED
APPROVED
DRAWING NO.
SHEET 1 OF 1
A307-OID-16-46-DS-3632
1
REV.
MATERIAL OF CONSTRUCTION
MATERIAL OF CONSTRUCTION FOR: ID-E-105 A-F, ID-E-107, ID-E-108, ID-E-116 A-H, ID-E-119 A-F,
ID-E-121 A-H, ID-E-125 A1/A2~R1/R2, ID-E-126 A-H.
Following materials shall be used for air cooled heat exchanger components unless specified otherwise :
MATERIAL
S.N
NAME OF PART (REFER NOTE-1 AND REMARKS
O.
NOTE-2)
STIFFENING/TENSION STRIPS/
4. SA 516 GR60
PARTITION PLATES
PLUGS/COUPLINGS PLUGS/NOZZLE
5. SA 105
FLANGES/EYE BOLTS
SA 193 GR.B7/
9. NOZZLE STUDS/NUTS
SA 194 GR.2H
IS 1367 CL 4.6/4.0
15. BUNDLE FRAME BOLTING
(Electro galvanised)
SS316 SPWD WITH
GRAFOIL FILLER AND
16. NOZZLE GASKETS SS316L INNER CENTERING
RING.
17. SPACER PLATES STAINLESS STEEL
(SS316L)
Notes:
1. CS parts including welds and HAZ are subjected to PWHT and hardness of these parts shall not
exceed 200 BHN as per EIL specification 6-15-0091 for Equipment No. ID-E-108 & IV-E-105
2. Sulphur content in carbon steel shall not exceed 0.01% for Equipment No. ID-E-108
3. Soft iron gaskets for plug shall have hardness of min. 15 BHN less than the material of plug or plug
sheet. In no case shall the hardness of the gasket exceed 90 BHN.
2
4. All structural and Bundle frame- IS 2062 (Min. UTS 42 Kg/mm and minimum yield strength 26
2
Kg/mm ).
5. Quantity as per drawing.
6. All CS plates for pressure parts shall be fully killed and normalized.
7. Tubes (CS) shall be fully killed and in annealed condition.
8. Equipment IV-E-105 is in Wet H2S/Sour Service/ Hydrogen service. All requirement of NACE
MR0103 shall be complied with.
9. HIC testing is required for IV-E-105.
NOTE: —
ALL DIMENSIONS ARE IN mm UNLESS STATED OTHERWISE.
THE PART NOS RELATE TO THOSE SHOWN IN TUBE BUNDLE FRA E DRAWING.
AIR COOLERS
(MR No. – A307-0ID-EA-MR-6557)
Bidder shall include the following mandatory spares for Electrical equipment:
NOTES:
1. The word ‘TYPE’ means the Make, Model no., Type, Range, Size/ Length, Rating, Material
as applicable.
2. The terminology used under 'Item Description' is the commonly used name of the part and
may vary from manufacturer to manufacturer.
3. Mandatory spares as indicated above do not cover commissioning spares.
4. Mandatory spares as indicated above do not cover two year O&M spares.
5. Mandatory spares shall be applicable for electrical items of sub-packages as per mandatory
spares philosophy specified elsewhere in the bid document.
NEW DELHI
ENGINEERS INDIA LIMITED
UNIT: DCU
IREP, KOCHI 0
1
A
REV.
DATE
19.07.2013
21.12.2012
10.10.2013
REVISION
ISSUED FOR ENGG.
ISSUED FOR PURCHASE
DP ISSUED FOR BIDS/ENGG.
BY
DP
DP
RRJ
RRJ
AY/MKD
CHK
TG
PVSS
PVSS
APPROVED
APPROVED
SETTING PLAN
FOR ITEM NO. ID-E-107
DRAWING NO.
SHEET 1 OF 3
A307-0ID-16-46-DS-3607
1
REV.
NEW DELHI
ENGINEERS INDIA LIMITED
UNIT: DCU
IREP, KOCHI 0
1
A
REV.
DATE
19.07.2013
21.12.2012
10.10.2013
REVISION
ISSUED FOR ENGG.
ISSUED FOR PURCHASE
ISSUED FOR BIDS/ENGG.
DP
BY
DP
DP
RRJ
RRJ
CHK
TG AY/MKD
PVSS
PVSS
APPROVED
APPROVED
FOR ITEM NO. ID-E-107
TUBE BUNDLE FRAME DETAIL
DRAWING NO.
SHEET 3 OF 3
A307-0ID-16-46-DS-3607
1
REV.
NEW DELHI
ENGINEERS INDIA LIMITED
UNIT: DCU
IREP, KOCHI 0
1
A
REV.
DATE
16.01.2013
10.10.2013
09.07.2013
REVISION
REVISED AS MARKED
ISSUED FOR PURCHASE
ISSUED FOR BIDS/ENGG.
BY
DP
DP
DP
CHK
AY/MKD
RRJ
RRJ
TG
PVSS
PVSS
APPROVED
APPROVED
DETAIL FOR FAN DIA 10 ft
TYPICAL BEARING BLOCK
DRAWING NO.
SHEET 1 OF 1
A307-0ID-16-46-DS-3631
1
REV.
FANS FOR
AIR COOLED HEAT EXCHANGERS
FAN CATEGORY 1 2 3 4
DIAMETER (FT) 5 10 12 13 *
NO. OF BLADES
MATERIAL OF ALUMINIUM
BLADES
PITCH MANUAL (NOTE-4) * C.L. OF FAN *
ADJUSMENT * *
(AUTO/MAN)
PITCH AT FAIL
SAFE POSITION
MIN/MAX/IN
POSITION *
HUB MATERIAL @ @ @ @
BORE
DIAMETER (mm)
INLET CONE AND FAN RING DETAIL
FAN MAKE,
CLASS, SERIES,
FAN WEIGHT,
BY VENDOR
GD2, TORQUE
VS
SPEEDCURVE,
BUSH NO. AND
DETAIL , FAN
INLET RING
DETAIL AND
SHAFT LENGTH
ETC.
QUANTITY REQUIRED RPM PITCH MOTOR
AIR STATIC
EXCHANGER (NOTE-3) ANGLE ABS FAN HP HP
QTY/FAN PRESSURE
ITEM NO. (EACH) (EACH)
Kg/hr. Kgf/m2
***
ID-E-105 A-F 6 200000 15.8 16.1(2) (4) 20
IV-E-105 2 55000 8.6 3.9 (2) 5 (4)
ID-E107 2 30000 6.2 1.1 (2) (4) (5) 5
ID-E108 28 320000 14 23.86(2) 25
ID-E-119 A-F 6 250000 10.3 13.6(2) 20
ID-E-
305556 12.8 19.6 (2) (4) 25
125A1/A2~R1/R2 36
ID-E-126 A-H 8 200000 14 14.6(2) (4) 20
TOTAL
QUANTITY 2 14 42 28
REQUIRED
@ ALUMINIUM, STAINLESS STEEL OR CS. CS HUB MATERIAL SHALL BE HOT DIP GALVANISED OR ZINC PLATED.
* TO BE FURNISHED BY VENDOR.
** REFER BEARING BLOCK DRAWING A307-0ID-16-46-DS-3631/3632/3633.
*** HP INDICATED IS MINIMUM ACCEPTABLE. HIGHER HORSE POWER IF REQUIRED SHALL BE PROVIDED BY VENDOR
WITHOUT ANY COST & TIME IMPLICATION.
NOTE:-
1) ALL FANS ARE OF MANUALLY ADJUSTABLE / AUTOVARAIABLE PITCH TYPE AS MENTIONED IN THE
RESPECTIVE SETTING PLAN.
2) POWER CONSUMPTION PER FAN AT AMBIENT AIR TEMPERATURE OF 40 C SHALL NOT EXCEED THE VALUE
SPECIFIED. FAN SUPPLIER SHALL CONFIRM THIS DATA WITH SUPPORT CALCULATIONS.
3) FANS ARE TO BE SUITABLE FOR OPERATION AT MINIMUM AMBIENT AIR TEMPERATURE OF 15 DEG C.
4) 50 % FANS ARE TO BE PROVIDED WITH VARIABLE SPEED MOTORS.
5) MOTOR FOR AIR COOLER ID-E-107 SHALL BE DIRECT DRIVE TYPE.
NEW DELHI
ENGINEERS INDIA LIMITED
UNIT: DCU
IREP, KOCHI 0
1
A
REV.
DATE
19.07.2013
22.12.2012
10.10.2013
REVISION
ISSUED FOR ENGG.
ISSUED FOR PURCHASE
ISSUED FOR BIDS/ENGG.
BY
DP
DP
DP
RRJ
RRJ
CHK
AY/MKD TG
PVSS
PVSS
APPROVED
APPROVED
SETTING PLAN
SHEET 1 OF 5
A307-0ID-16-46-DS-3605
1
REV.
NEW DELHI
ENGINEERS INDIA LIMITED
IREP, KOCHI
UNIT: CDU/VDU-III
0
1
A
REV.
DATE
19.07.2013
05.12.2012
10.10.2013
REVISION
ISSUED FOR ENGG.
ISSUED FOR PURCHASE
ISSUED FOR BIDS/ENGG.
DP
BY
DP
DP
RRJ
RRJ
CHK
AY/MKD
TG
PVSS
PVSS
APPROVED
APPROVED
TUBE BUNDLE DETAIL
FOR ITEM NO. ID-E-105 A-F
DRAWING NO.
SHEET 2 OF 5
A307-0ID-16-46-DS-3605
1
REV.
NEW DELHI
ENGINEERS INDIA LIMITED
UNIT: DCU
IREP, KOCHI 0
1
A
REV.
DATE
19.07.2013
05.12.2012
10.10.2013
REVISION
ISSUED FOR ENGG.
ISSUED FOR PURCHASE
ISSUED FOR BIDS/ENGG.
DP
BY
DP
DP
RRJ
RRJ
CHK
TG AY/MKD
PVSS
PVSS
APPROVED
APPROVED
FOR ITEM NO. ID-E-105 A-F
TUBE BUNDLE FRAME DETAIL
DRAWING NO.
SHEET 3 OF 5
A307-0ID-16-46-DS-3605
1
REV.
NEW DELHI
ENGINEERS INDIA LIMITED
UNIT: DCU
IREP, KOCHI 0
1
A
REV.
DATE
19.07.2013
05.12.2012
10.10.2013
REVISION
ISSUED FOR ENGG.
ISSUED FOR PURCHASE
ISSUED FOR BIDS/ENGG.
DP
BY
DP
DP
RRJ
RRJ
CHK
AY/MKD
TG
PVSS
PVSS
APPROVED
APPROVED
TUBE BUNDLE DETAIL
SHEET 4 OF 5
A307-0ID-16-46-DS-3605
1
REV.
NEW DELHI
ENGINEERS INDIA LIMITED
UNIT: DCU
IREP, KOCHI 0
1
A
REV.
DATE
19.07.2013
05.12.2012
10.10.2013
REVISION
ISSUED FOR ENGG.
ISSUED FOR PURCHASE
ISSUED FOR BIDS/ENGG.
BY
DP
DP
DP
RRJ
RRJ
CHK
AY/MKD
TG
PVSS
PVSS
APPROVED
APPROVED
TUBE BUNDLE FRAME DETAIL
FOR ITEM NO. ID-E-105 A-H ST. COIL
DRAWING NO.
A307-0ID-46-DS-3605
SHEET 5 OF 5
1
REV.
NOTE:-
NEW DELHI
ENGINEERS INDIA LIMITED
UNIT: DCU
IREP, KOCHI
1
REV.
DATE
10.10.2013
REVISION
ISSUED FOR BIDS/ENGG.
DP
BY
CHK
RRJ
PVSS
APPROVED
APPROVED
FOR ROOF
OVER AIR COOLER STRUCTURE
TYP. STRUCTURAL ARRANGEMENT DRAWING NO.
SHEET 1 OF 1
A307-0ID-16-46-DS-3600
1
REV.
GUIDELINES TO VENDOR
FOR BELT SELECTION
1. Belt pulley selection shall meet the requirements of the requisition and shall be as per the
procedure given in the belt (GATES/FENNER) catalogue, with the following limitations:
a) Belt width shall not exceed the smaller pulley outer diameter.
b) Fan shaft centre to motor shaft centre distance shall not exceed 8 times the smaller
pulley diameter.
c) Belt service factor shall be minimum as specified in the requisition. Design power is belt
service factor multiplied by the motor H.P.
d) No. of teeth of smaller pulley in contact with belt shall be not less than 6.
e) "8M" belt pitch shall not be used for above 20 H.P. of motors.
a) Dimension 'A' = Distance from Centre line of fan to QD bush edge + 2.5 mm
3. Small pulley centre line to motor centre line distance ("E" in motor suspension detail) shall be
decided based on the following:
a) Small pulley taper lock bush centre to be located midpoint of motor shaft key.
4. Fan and pulley guards shall be provided such that gap between structural member & guard is 5
mm (max).
co
0 0
--J
S O
O
.25
n
C
C n
r
C
Sr
n
z
a
03
E
A
3 J.
0.
0
a. 0
0 co
7 7
o 03 7
3g
3
O
0.
a
0. n
tra r
atg 0
fu
c
tu
n e" >
fa 4 4 4 L-6 (,.1L-8,:i. xxtIrri t-icincnneo>>g
< a Hi pd -0 - 0.0 H H L PS 117 H H rT1 tri (-) n cn cn ,
i 03 n 1-3 _,
1 l-
0 n't Hr Hi HF H rT,
0
0c ... to
(r't-it
4 7:' 11;
, H
a,
.. H 0 =
c
4 0 re,
ina o
rri
10
4-t 0•
..g
cm
. . (.,0.
44 sin
0 444 r" 5 5 5 5Xx'-ritriatIcronnned>>
c)co P ii s Fo 0 0 ..5 ei- c' ac? '11 a FD"< f,D) q 2:9 2a ,S =
.-1 cm 1I-o ott = .1 "0 -, *0 0 0- 2 0 0
0- = -- cr rt. — co co co 0
tooE..
L-. a a CD° qH01-11H113.-1‘.<
0 ri•tCDP-Og(agH°
ao t-t- -, -. -. -t O ct ty 00
= t 0 '-'01:1;-' co n 06 CA
4 CfQ co -- _. -• I-0 pa 0 171 t:t co CO " ,..,. .-,-. S rn.-Koo
03a._ 0 .-3()°(1)00101=DCOOC4cDH
P,2_M10 0 ql-Eact . 0= w0.--..01-t) gat-,
Oqi-1(4.--.
= `4,) 7v N. ia isr C) g g g a -, pd a E
- 0 ,„,
-01 -... : 0&
C ril
0
,.... O.
(CD) c F . s ,..,
o "0 a _. set t. ,Si. c0 se.0 Hi a n- .--ot ri „0, 9 § ek
A •-d H0 " 6" t i L7 2_ CD
c4 S CD 0 0 'P. 0 1-<
Ei ecy, H a 8 14 4, E g..ao c g- 2 at tri r 4' 0,
-a ... a
■-• Li,
i-- .
0 GO
DD....
,L 0 ...- P S. cni 4 a. 4
co S ao ^ t R-
CD cn
44 aq 's- r.5 ,n5. 8
n (IQ ri CD
oo Re CI
H ?? 0-
'71 LI:, "' 0
CO
in .112 og
tri
ao •- 7ri at C
CD = 2 _r u..9.
o
s
t P, 0 .
7-"tt•-I 2
= C-• co
ta,
44
4
k<
7C y
< v) cn pcl C C z
. H
P-d g ,,,, " H p;:j
tJ-47“Drnouo
>0 k,
0 n
H
H
t-4 n
CI < C .-i .-i .- C4C4M,C),Otl*CI PLI P-0 '1:1$17.17Z4
0 •-• co .-. C C" (1) a 0 0 t = 0 8 C 8 a 0 0 p;
CD 0 a a 4 cr <1.; - .-e-
1 ci- ;0 a, `A no Fe2. Pa 0 wi "8 = -
Q. Q. 0. Po co a ,... ,... 5- _ _6 1-1 r.r. 0- 0 a 0- ry .e .
i t CD
.., •-•
o -, 0 vi
o ■-■ ( . -. < c ci. o go 5- 5
pr ot, 0 .-o t0i Tv, cL (fIl `7 `- 73- 2 a
cn Oc 0 P..
> ra't• 4 4v"1)113 >Cat• C 4 `(?) ° 0 Iciri
7D a g- o
-, o It :I rm ° q t'i crQ n ‘n
.-t o p H 0° 0 0 -, g<- in = S.
■-r, 0 0 M cgo 0
oso cr t-t- °
.-h
0 0 Oco5cocon ...t ■-1 0 ■-• CD .0 c 4,
1 0 n
c P-o - CD PS (4 (4 in W ) H cm H c 0 a) 0 :I. e c m 2 i... 2
p 0.. a .-• 0.• '0
= 0 cD
ct CD 0 .-• 1-,- t•-■ p rE .... 0 ,t,
: 11:1 c = •-■ in
c CIO 0 0 n 0
0 ....4CD H .- "-- Ve
CD a Gig . al 5' 2 ° 0 g
0 g ct) a o q ao s° c 0 0 0 :t. 4 . 4' °
o
,-4- *zi s c
,,,
.. c co 0 2 ri 0 N 5-
V'. C > 3' 0 0 itli - _ GO 0
c 2. c
..41 r. CfQ C 0 Pri
.-• 0 CD •-• c
0- r)
0 0 4s-1,P)2
:rs 03 C 2 a g. 8 c4
0 r.
,0r.t.
0 ,.< o Fr= a -,„
et-. = m
Z ilr't
0 CIO (to
0
0
0
0
0
ZH (43 . 5
Figa'0.52
.-.. c T
R o c.
5 <co:Th 0. (n 5
r vi 5 ---- ., a
C43 o
H o - = -1 - o
= 5' E .w0 n
tla go 2S z n
-. ..,. o ..Po
1 7. o cT 5
ED 7 0. a 0 cn 1i =..., V
,0.--qw.....0.....
n --, 5 0
p .-I ED
. u,
7 ii . p.... ,__,
2, D
F'
m1:0
'11=O'CInPe
a. n..*
ED
CO 0 Z2 . it-I et
v o=
-o H = r
n H e a...
=- w .< o
ED 7 g 0 0a R*
,e) P—. 5 5
D3 •-' • o §- E g.4. a. el
a.g,--A....:, Fo TM
4 0. ,,,P a
it'n u, a a. P
s
e fl g4 0
= Ela
oea■-• cow
;I i:‘,...0 :12.
RP 1.<--.. I-f 'cio=
a
JO
=
- n igi
6-- c er
o o eon =0
^e. t r 2
0
..,
0
4 (D a. a.,
0,
n0
.ah,„
..., 0 p--• 5 0
ep,- 3CD GfrL
C.I1
"CS0 0 Fir CA 5
m
=
re cn CD
(12
0..
CA
er
CA
I 0
t
'0.
79" cA
m n0
V
CA oom
C i/o
H V
x V... 7rt
ro' t m
-t n•••••
'a7
■- c ,
=
/0 .e tml
••
7v 'c
Pd H R° b-h
It
' a0 =" ■-i
n
ra >
.0 a -0
_.
1-0 9: 3a3 '0
CD
to
P.' 0 tee z o 1'1 co
CD 0
N *0 0 0 a
- P-e
to ,...
Ps- a.
e; op Do 03 erci -6'
`< 0 = .-t '-'
n 0 11' CD .0 ca. CD 'a
10., " .-I a' ri.
oct cr in co =0 g,) Q.
P. co 0 co =
'17 a fl e. =
0 n
rt.
5"-0 CD t.
m v)(T cq Cli
.5" ''.=.;
"
co tr. g- 0 CD .-.3.... .--,
10 Lth
a to 5- ,-3 .-1•3
Al C = CIO n P re'
"0 0" 0 = an'ci _$A,.
w .1 01
q CM o- w En eE EED
0 0 30
.... n co Fit rc. 5. o .....
1.1
, Re'
0 nua 3-3.0 a
0 a- o a a 21' 0-1 a n
Y2 0 a w - <• F ea 3, ti.
(7, =.0. -e
0 ,-..
2 R,„ c 0 cr 0Rn P 1/43 n .■•
fie -/ et- 0' PT] (13 "I.P, 'I <
R° En 5
P P . 0 0 1:3
P.' :-. -t
En
co
o.t
0 -■
WC Per 0 V2 1
I co
. =n
co tt y, 0 act La
it 0 c' = "cs 2'
o i-i
t'-Oo
H en'
nt. N- r7FY-11 a
_
O. (0.. 0 cr --., -.
CD P. CD
b" . w g croa
ac...."'
- X m
0 0
C =
,- „ , „ A x
o
0
oa
o g a
O . pa
r 0 0 0
,
0
„
0 Cr 0
o .g 70
c 0= '''C,:' 0 ^,... r
e e r g
n_ >
05. c-e rn Z
5:1
a .--, n ,, .-3 o ,.
o- = 0w co 5 5
.-I 5
co, vi
;11 Ti "0 PEC ovit w4
1 nri 0"w. e t on
ni 'En co tx, eDZ
to co "o co 0 g et-
o o 0 9, o n 0.9 t-t
e e;te- f.pi o
ci., a to P g• P. 8. 4 8 . ci. 8. ,,,- n.
P. 2 E,- -1
te-
T
— °0a CD 33,
„, — 0 0 0 0 a
Ct
C
C
I
co)
C
^Cl
V
5' to)
m n
O
ee
co) o
= -ie
70
it I-1
z z Pv z x it it
--:
re
(..
9 a
n
.-I.
.....
0
0
ril
e-i
ts"
P:1 74 7i 7:1 X 70 X
'10
S.
S. ;65 5ii.
To a
Pa 0 a
co ... a
co 0.
'6 --
no
PC o So
m o a IC
'0 0 -11 a
50.....
0 S'
L.
" o tt
ZZ 0
a
a
H2 la --. 'i'''.
t,
ta-
a ct 0 _,:
" 0 = e--2-
0- G. o
o -P.,
X
a a
N co
P3
Qa
Ce3
co
-t
-■
a co
co
.< -C ta,' <
O5. 8" Ez' 2 _.
in q C i-i
et 'ci a =
TA P) 'nt 0 0 z a IL
$1:1 , ca. w ra.
0 m ep c.A .2, ---
4 - 0 H
cir
.< ED'-' _. ' a 5
ca -I0 ,,, ' S.
— .:-.. 0-- S .CO. 5.1' g 5..oS a
,,. 01- O
''"'n n
5 . (1) X n 9'g r;i3 -1 Ir
'6
Z
g 03
0
La .
o
, ,-. ,-, rn 0 li 0
CI) g PO ii
CI. = 5 ED '0 Z k 5. Co ts a to
CO 0 0
G. (JD a 5 -0 - T., a Z
-■ -, -t c ca gL n
.5. , n a H W S', 'CI 8 . v-i- n. ..I-
co: .---•
co 0a 0 0 0
votn Z o
in 0
0 ■-■
ID ..-
-: PI g (10 Co 0
= 0 ,.., a- o co
0. 0 C - .-. m
a a D, a a .e,,.. ro r." cot
. VI CD CD D>
<5
s0 o
.... vi , 5' 'Ft la
F . (an r„
-• .0 sz) 0 ..., a 1-
I0s
e.
0.
a 01 um -I
.,, 5 lcir LO
-ou
n0
5. 8
m
' CI 113 IL Fit 2 5 14
0 :g
— 0
-, 0
0 a B' o
5 --,- ca 8 co 0
a — w ,-1
co 0- " gla Go 0- :- a 6 Al TZ
n 0 0 0-0 cr
ir,.
,,...•H
0 0 Fr 4-' z
P-11 —
= a -1 o
0 X m
0 > ei, 0 0
/:. a cn v,"' 0
-. o t a> 0 , , , .- , n ito
co .0 o .-0 15 1-- 0 co 0 0 lz• CS >
o a a 5 t rl .-0 45 g co o
0 co co 0 ea •-■
t a. 2 = 8- F . •_4„.= e 0 e e e. n z i-
W.
fa: pa 0 ° r 2 o
cr 1:11 of Cr
r-r m cr a 0
fa. ,..... »,
in n •-•
5 in La
5 n cn
5 i, CA
5 Z 0 ,3 0-. ca XJ
rm
a" -a a t co ts a la H aa *0
0 at a
xit ...,at5v) 0
a t
'a a la co t a t o 0 = a
, . t n
o 0 a A
0 a. 0 . on O0 = ..a
" 0 =-- 0 0 „ IN 0 C
a g 5- rot A. 5- 4 11 r. 0 a a g• F O 0+
0 0 0 0 H '.-e■ 0 0 -, 0
CI)
C
0'
CI)
. I ' ' I I I I 0
"0
A
.-g
Cl)
a
O
m:s
a
cr a
C p-it
to -1
X it =
rd* 41
a era
=a
C
0
0
CM
PO 1■I
Co r
<
PJ g. FCC Pi/ Pi Pi Pi Pi
‘--1
0
'-il
< i-4
— -i
cn0 to■ —)
0 1,1 a
> 0 ,, Cr
.-'.
9 = 0
Cr a) cr
0 S 4n St. 0
n En A, 0
in,
0 ---- te
C• a ut M.
0 PD 0 O. n a ta
0 1-- a. a' a co
t ci) " C a a h
13 '-C n 0 0 5 3 cr 4
-2 a 7 0" H A:
CD n 0' t
.-t 0 0 cr co ,P7. E' * t /0
13 0 = O.
--. co 0 el)
u, 0 = 0 ■-t- 0 in CC a"
0 ...s.,
N5 et- -■ 0 0. = 5) S
w co . . 3 co on
—. p! P- x 3- 7- 0
0 n. °
ao- cr,
vi 'D " 5 0 n a .,.
'"'.
. a co
, <
co
aa- v, .-..
n cn '
n
0 Z.. '0 a
re (yg 5' .2 ‘..< '7
Po-
co0
, coa ...' E. 5' cr
S ...
,_.. 5 0i-i,
5' 0 ^ 0 0"
00 S a— a
cm
0", 0.
et. o
a = acr
acr Go o
a
ac",t,' o.
3 < I
cr, Ro — n
53'. 0n < 3-. I co "0 xO
0 .g n
0 0:
Q. 5 a
P N F., . —. -__. a.
— eir 5 C E a o
co= ,IA S oci go a5 P
ca 10 0
c"C 0
-a. 9.0
ar tn =N . g g n
0
0 r r '6,- Fr — OE- 0 •-•- er
., a 0
i-t g—P., , 5 noo g0 0 7; ra o
0— ,P:' to
5' 8- ta z 1.4 li5 O? so 5 2
0... a.
-.6 0 cir 0 n u)
= n 0 tn - ,, S. =.' esr N 0 r
... r (n
-I- co
.) - ' 0'.. 0 0 0
_ 0 0 - .) co
= 0 AD r2 n W RD o
n p'
a Ug
in 0 a
n
0
= 0, i-t 0
a
w 0 .-" n
in m
rt x -
K° x0 0 0 r. 2
%< so tol.
0 P. tn a -0 vi .
,,, 0 th o
'4, .0 A, =co a n r
14. 0 2 n •-• 5. OD
‘G 0
un 0.., m
.,, Pa-- 0 5. 0 0
0 co T.a . p-
D) co rta co
p e.
co3 cz
- n
= =2 r o .1
Lt. - OC
0
.... a 5 E ril o
'0 a' ?). Scr
sa co
co 2
a i— 0.
‘..:< 0" ...< —I 33
SO
X m
0 0
r _ C x -I
.--• i--• i- .- Y _ -- c ] fa
o o 0 0 A) 0 c7 Cr 3 -0
0 0 0 0 0. 0 0 et) •-^
o e .^,F: a a 5' 't ^g. a ..9 Z r-
5 CM r=
o
p-io
R co 5 n co 5 X0 5 .-tvi 5
et v,
5 0 0
^1 Ca .1 V1
El
.-I co P-1 E.
0 '0 0 15 `0 a Ts a ,cs co --o a P ol a 'avi 0
Pto
a oc: 0 .i0
n a t a to'0 a
10 co ta oo t a t o 0
On O° O» On O° 00 00 0 3 n 00 0
g. A g- 4 5' rat E. a pct. a it?.
0 0 Z 0- Z. 5- 11
5 0 5 5 0 5 5 5 0
CL
Cl)
C
Cs
• CA
' I I ' . . I 1 C
t
ma
A Cl)
n n
0
"0
re
CA
C cc
1-0A
V ■-1
= Z '0 0
wi
5 "cl
0
9 a
t
=
94
MI
7cJ a Ri
7i X °O
w
".3 51 CA
H.2 .
C
7
114
g. a') i
rc ,--
tw"
82 0 so
*`o ®% ) 3
e
Z e a 5
g 0 eP l • 3)
C;
C ;
0 ;0
ti
c
tiDr ;)
n•
; 64 .
p, as l E. Ca PEJ
a
rp . a my
sal
0 0 o r
Ita
0- .12 zi
n. 20
n°
q. C
,.) 1-
° 311 tiw
to
a Cr 0.
Fa' .0.
0 5'
3:1 °0 0 7
-0 fa a
-1000(.40
1-0 ct 0 CD 00
o P . P C:1"
a a 0
(P;0
E- 5;
_, g, ‘s it
4 E
> H14-
z i.rtt CC
r7,
ca
m
2
aa ca .
w
a al= o
1- -I
w "4 s.' 05.
ro
7.1
0vi 0. o
1.0
5 —
04 o
0 a -I m >
to. 0' , 2
0
coi q
s . ,•2 0- o
1, .0 0,
2e a
5
0 . icia m
a„
X m
-qz, 0.". 0
, I -I
0-aa510
cpu, oto.o -a
*0 (A el- co
'73 5 . CD 0
a
n (a 0 0
n
650
5„, 0
— Cr 2 8*
g
O r;
-0
• •0 • —•
0- cr. a •<
a
° r go
1”. Fr
a a •
a g 0-
0 0 v,
0 a
a 8 0 rD.
3:3
9
-■•