Sunteți pe pagina 1din 202

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

Table of Contents
Document Number Rev. Document Title Page
Number
A043-000-YD-MR-
2642-1170-RFQ
0 ENQUIRY DOCUMENT 2
A043-ATC_IMP 2 AGREED TERMS & CONDITION (IMPORTS) 21
A043-ATC_IND 3 AGREED TERMS & CONDITION (INDIGENOUS) 24
A043-PMS_IMP 0 PACKING MARKING SHIPPING INSTRUCTIONS - IMP 27
A043-PMS_IND 0 PACKING MARKING SHIPPING INSTRUCTIONS - IND 38
A043-
AUTH_LETTER
1 AUTHORITY LETTER 45
A043-ITB 2 INSTRUCTIONS TO BIDDERS 46
A043-
DEVIATION_FORM
1 DEVIATION FORM 55
A043-
MANDATE_FORM
1 MANDATE FORM 56
A043-GPC_IMP 0 GPC (IMPORTS) - CLIENT 57
A043-GPC_IND 2 GPC (INDIGENOUS) 72
A043-000-YD-MR-
2642
A Gas Detection Systems 83
A043-000-16-51-
VDR-2642
A VENDOR DATA REQUIREMENT 87
A043-000-16-51-SI-
2642
A SPECIAL INSTRUCTION TO VENDOR 89
A043-000-YD-TQS-
2642
A TECHNICAL QUESTIONAIRE 94
A043-000-16-51-ID-
2642
A DATA SHEET 95
A043-000-16-51-CF-
2642
A COMPLIANCE FORMAT 101
A043-000-16-51-OD-
2642
A ANY OTHER DOCUMENT 102
A043-000-YD-PTR-
2642
A PROVEN TRACK RECORD 103
A043-000-16-51-MD-
2642
A MISCELLANEOUS 105
A043-000-YD-RC-
2642
A RESPONSIBILITY CHART 106
A043-000-YD-LSF-
2642
A LOGISTIC SUPPORT FORMAT 109
6-52-0040 1 Standard specification for programmable logic controllers. 111
6-52-0080 3 Standard specification for gas detection system. 145
6-78-0001 0 Specification for Quality Mgt. System Requirements from Bidders 169
6-78-0003 0 Specification for Documentation Requirement from Suppliers 178
6-81-2040 1 ITP for programmable logic controllers 190
6-81-2080 2 ITP for gas detection system (LEL/H2S) 196
A043-000-16-51-
2642
A DRAWING 202
Page 1 of 202
Page 1
Regd. Office: Engineers India Bhawan, 1-Bhikaiji Cama Place, New Delhi-110066, India
Phone No. : 00 91 11 26762121 ; Fax No. : 00 91 11 26191714, 26167664

REQUEST FOR QUOTATION (RFQ)

RFQ No. RC/A043-000-YD-MR-2642/1170 Date: 21-October-2013

To :


Client Gujarat State Petroleum Corporation Ltd.
Project Onshore Gas Terminal Project at Mallavaram,
Andhra Pradesh for Deen Dayal Field
Development Project
RFQ No. RC/A043-000-YD-MR-2642/1170
Item Gas Detection Systems
Due Date 08-Nov-2013 (UPTO 1200 HRS. IST)
UNPRICED BID OPENING
At 1400 Hrs. (IST) on 08-Nov-2013 (at Business Centre, EI
Bhawan, Bhikaiji Cama Place, R.K. Puram, New Delhi-
110066)
PRICED BID OPENING Date, Time & Venue shall be intimated later.
Gentlemen,
1. You are invited to submit Bids for the captioned item in complete accordance with
documents attached herewith. Technical specifications/ Requirements are specified in
Material Requisition attached.

2. Bidder can download the RFQ Documents from EILs website
http://tenders.eil.co.in/ or https://www.tenderwizard.com/eil.

3. Bidders are requested to submit their bids only through e-tendering portal
(https://www.tenderwizard.com/eil) in accordance with the instructions and terms &
conditions enclosed with this RFQ Covering letter.
Bids should be submitted separately in two parts as follows:

Part-I : The techno-commercial Part consisting of following:

i) Duly Signed & Stamped Copy of Prefilled Agreed terms & Conditions (ATC).
ii) Bank Certified Mandate Form.
iii) Unpriced copy of Price Schedule Format (WITH PRICES BLANKED) (only as per
the Excel format uploaded on E-tendering website).
iv) Latest Audited Balance Sheet.
v) Technical documents, as required in the MR.
vi) Any other document required as per RFQ document / MR.

Part-II
PRICED BID containing only prices filled in the prescribed price schedule excel format
(only as per the Excel format uploaded on E-tendering website) along with the covering
letter as submitted with the unpriced bid.
Note:
a) Bidders are required to have a digital signature of class III or IIIB issued by any
certifying authority of India for participation in e-tendering.
Page 2 of 202
Page 2
b) A Ready Reckoner for e-tendering is available on e-tendering website
(www.tenderwizard.com/eil) under the Link Vendor Help. Bidders to download
the same and follow the instructions given in the same for uploading their e-bids in
e-tendering website.

4. Bids complete in all respects should be successfully submitted online on or before the
bid due date and time specified above. Offers received through
Fax/Telex/Telegraphic/E-Mail/ hard form (other than the documents specifically
required in hard form) shall not be considered.

5. The commercial requirements are specified in the attached Agreed Terms & Conditions
(ATC), which should be duly filled in, signed and stamped and should be returned
along with each copy of your Unpriced bid.

6. Offer should be submitted without any deviation to the RFQ document. In case of any
deviations to RFQ, same shall be submitted clause wise in a separate attachment (as
per Format enclosed).

7. EIL will open the bids at their office online, at the specified date and time given in the
RFQ or extended otherwise. Accordingly, 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 EIL.
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 EIL. However, the bidders who choose to attend
the opening in EIL should carry the Letter of Authority as per proforma enclosed duly
authorised by a competent person. The bidders representatives, who are present,
shall sign an attendance record evidencing their attendance. Bidders, whose bids are
not to be opened for any reason including late bids, will not be allowed to attend bid
opening.

8. 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.

9. Please confirm by fax, within 3 days as per Proforma of Reply/ Acknowledgement
Letter enclosed, the receipt of this RFQ and whether or not you will submit the bid. If
not bidding, please return enquiry documents along with regret letter within the due
date with reason(s) of not participating in the RFQ.

10. Purchaser reserves the right to allow purchase preference to Central Public Sector
Undertakings/enterprises, as admissible under prevailing policy of Government of
India.

11. The bidder shall bear all costs associated with the preparation and submission of its
bid, and the Purchaser shall in no case be responsible or liable for these costs
regardless of the conduct or outcome of the bidding process.

12. The order, if placed, will be issued by Engineers India Ltd.

13. The offer should be valid for 03 (Three) Months from due-date/ extended due
date.

14. We reserve the right to make any changes in the terms and conditions of purchase
and to reject any or all the bids without giving any reasons.

15. PRICE REDUCTION SCHEDULE FOR DELAY IN DELIVERY SCHEDULE:

Price Reduction Schedule shall be @ % of value of delayed equipment/ item per
week of delay or part thereof subject to a maximum of 5% of total order value.
Page 3 of 202
Page 3

16. FOR INDIAN BIDDERS:
16.1 Delivery Schedule :
Within 03 Months on FOT Despatch Point basis from date of Purchase Order (PO).
The date of LR/GR shall be considered as the date of delivery.
16.2 Payment Terms:
Supply:
- 5% against approval of drawings at least in Code-2 and manufacturing
schedule.
- 80% pro-rata (85% in cases where drawing approval is not required) against
direct delivery of despatch documents to EIL.
- 5% on receipt of Final/As built Drawings/Documents/Data/Manual in requisite
number of copies/sets/CDs as per VDR specified in Purchase Requisition.
- 10% on receipt and acceptance of materials at Site against submission of
Performance Bank Guarantee for 10% order value valid for the guarantee
period plus 90 days claim period and on submission of E1/E2 Form (wherever
applicable).
Supervision of Erection, Testing & Commissioning
100% against monthly bills to be submitted by Supplier duly certified by
Engineer-in-Charge.

16.3 INSPECTION:
Inspection shall be carried out by a third party inspection agency out of
CEIL/TUV/BV/DNV/LRIS and the charges for the same shall be included in the
quoted prices.
17. FOR FOREIGN BIDDERS
17.1 Delivery Schedule : Within 02 Months on FOB International Port Exit basis from
date of Purchase Order (PO). The date of clean Bill of lading should be considered
as the date of delivery.
17.2 Payment Terms:
Supply:
- 5% against approval of Drawings at least in Code-2 and manufacturing
schedule through Wire Transfer.
- 90% (95% in cases where drawing approval is not required) against shipping
documents through Bank through irrevocable Letter of Credit.
- Balance 5% against submission of required technical documentation as per
Purchase Order (PO) / Purchase Requisition (PR).
Supervision of Erection, Testing & Commissioning:
- 100% through Wire Transfer against monthly bills to be submitted by
Supplier duly certified by Engineer-in-Charge.
NOTE : Other conditions w.r.t. payment terms shall be applicable as per Instructions to
Bidder(s) (ITB).

17.3 Inspection
Inspection shall be carried out by a third party inspection agency out of
CEIL/TUV/BV/DNV/LRIS and the charges for the same shall be included in the
quoted prices.

Page 4 of 202
Page 4
17.4 Special Instructions
The bidder must ascertain and confirm along with supporting documents in the
bid, if any Customs Duty exemption / waiver is applicable to the products being
supplied by him under any multi-lateral / bi-lateral trade agreement between India
and bidder's country.

The bidder shall be liable to provide all documentation to ensure availment of the
exemption / waiver. In case' the bidder defaults on this due to any reason,
whatsoever, he shall be liable to bear the incremental Customs Duty applicable, if
any.

Any Customs Duty applicability on account of any change in the bi-lateral / multi-
lateral agreement shall be to bidder's account.

Documentation to be furnished for availing the exemption / waiver of Customs
Duty shall be specifically listed in the Letter of Credit also as the pre-requisite for
release of payment against shipping documents and this documentation shall
necessarily form a part of shipping documents

18. Foreign bidders should submit bids directly without the intermediary of an Indian
Agent.

19. EIL reserves the right to use in-house information for assessment of Bidders
capability for consideration of bid.

20. FRAUDULENT PRACTICES
The Owner requires that Bidders/ Vendors/ Contractors observe the highest standard
of ethics during the award/ execution of Contract. "Fraudulent Practice" means a
misrepresentation of facts in order to influence the award of a Contract to the detriment
of the Owner, and includes collusive practice among bidders (prior to or after bid
submission) designed to establish bid prices at artificial non-competitive levels and to
deprive the owner of the benefits of free and open competition.
a) The owner will reject a proposal for award if it determines that the bidder
recommended for award has engaged in fraudulent practices in competing for the
Contract in question.
Bidder is required to furnish the complete and correct information/ documents
required for evaluation of their bids. If the information/ documents forming basis of
evaluation is found to be false/ forged, the same shall be considered adequate
ground for rejection of bids and forfeiture of Earnest Money Deposit.
b) In case, the information/ document furnished by the Bidder/ Vendor/ Contractor
forming basis of evaluation of his bid is found to be false/ forged after the award of
the contract, Owner shall have full right to terminate the contract and get the
remaining job executed at the risk & cost of such Bidder/ Vendor/ Contractor
without any prejudice to other rights available to Owner under the contract such as
forfeiture of CPBG/ Security Deposit, withholding of payment etc.
c) Incase, this issue of submission of false documents comes to the notice after
execution of work, Owner shall have full right to forfeit any amount due to the
Bidder/ Vendor/ Contractor along with forfeiture of CPBG/ Security Deposit
furnished by the bidder/vendor/ contractor.
d) Further, such bidder/ vendor/ contractor shall be put on Blacklist/ Holiday/
Negative List of owner debarring them from future business with Owner for a time
period, as per the prevailing policy in EIL.
21. 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.

Page 5 of 202
Page 5

22. Preference to MSEs
In case the bidder is a Micro or Small Enterprise under the Micro, Small & Medium
Enterprises Development Act, 2006, the bidder shall submit the following:

a) Documentary evidence that the bidder is a Micro or Small Enterprises.

b) If the MSEs is owned by SC/ST Entrepreneurs, the bidder shall furnish
appropriate documentary evidence in this regard.
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 bidders company/
firm) where audited accounts are not mandatory as per law.
Original certified copy of the same (Physical copy) shall be submitted within final
Bid Due date and time.

Scanned copy of the same shall be uploaded in e-Tendering Portal by the bidder within
final Bid Due Date.
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.

Owner reserves the right to allow Micro & Small Enterprises as well as MSEs owned by
SC/ST Entrepreneurs, Price preference as admissible under the prevailing
Procurement policy for MSEs.

In case of MSEs quote against the RFQ, the quantities against the items will be split to
enable the splitting of item in terms of 20% and 80% between the MSEs and non-
MSEs respectively. In that case, the quoted prices against various items shall remain
valid in case of splitting of quantities of the items as above.
23. Net Worth of the Bidder shall be positive as per the immediate preceding years
Audited financial results. Bidders are therefore requested to furnish the
Audited Financial Statement including Profit & Loss Account.

In case, the bidder Net Worth is negative, their bid shall not be evaluated
further. However this criteria will not be applicable for Indian Central Public
Sector Undertaking/Enterprises.

24. Submission of authentic documents is the prime responsibility of the bidder.
Wherever EIL has concern or apprehension regarding the authenticity/correctness of
any document, EIL reserves a right of getting the document cross verified from the
document issuing authority.
25. Contact Persons for this RFQ are:

Mrs. Rekha ChoudharyAGM : Phone:91-11-2676 3457/ 2071 ; Email: r.chouhary@eil.co.in
Mr. Prashant SapkaleSr. Engineer: Phone:91-11-26763059; Email: prashant.sapkale@eil.co.in

26. The bidders should respond to this enquiry either by submitting their bids or by
explaining the reason for non-submission of the offer. In case there is no
response either way continuously, their enlistement in EIL shall be reviewed
including putting the bidder on holiday.




Page 6 of 202
Page 6

27. Bidders are requested to quote the item only as per their capabilities and work
registered with EIL.

* Please specify RFQ No. and Item description in all correspondence
THIS IS NOT AN ORDER


Very truly yours,

(Rekha Choudhary)
Asstt. General Manager (C&P)
E-mail: r.chouhary@eil.co.in
Phone : 91-11-26763457/ 3059
Enclosures :
AS PER LIST OF ENCLOSURES
Page 7 of 202
Page 7

LIST OF ENCLOSURES



Cover Sheet
Acknowledgement
Price schedule excel format uploaded on E-tendering website
(https://www.tenderwizard.com/eil)
Special Instructions to Bidders
Instructions to Bidders for E-Tendering
Commercial Amendment no. 1 to RFQ

Standard Commercial Documents Containing:
a) For Indian Bidder(s) only:
i) Agreed Terms & Conditions(for Indian Bidders) Rev.3
ii) General Purchase Conditions (Indigenous) Rev.2
iii) Terms & Conditions for Supervision of Erection, Testing & Commissioning (For Indian
Bidders) Rev.2
iv) Proformae of Bank Guarantee for Advance/Performance etc.
v) Packing, Marking, Shipping And Documentation Specification for Indigenous materials
( Document NO. 8-1843-0002 Rev No. 0 )
vi) Mandate Form Rev.0

b) For Foreign Bidder(s) only:
i) Agreed Terms & Conditions (for Foreign Bidders) Rev.2
ii) General Purchase Conditions (Imports) Rev.2
iii) Packing, Marking, Shipping And Documentation Specification for Imported materials (
Document NO. 8-1843-0001 Rev No. 0 )
iv) Proformae of Bank Guarantee for Advance/Performance etc.
v) Terms & conditions for Supervision of Erection, Testing & Commissioning
(For Foreign Bidders) Rev.2


c) Common for Indian / Foreign Bidder(s):
i) Instructions to Bidders Rev.2
ii) Format for deviations Rev.0
iii) Terms & conditions for Installation/Site Work Rev.2
iv) Proforma of Letter of Authority Rev.0
v) Proformae of Bank Guarantee for Advance/Performance etc. (attached with GPC)

Technical
I) Material Requisition (MR) : No. A043-000-YD-MR-2642 Rev. A


Page 8 of 202
Page 8












COVER SHEET


PROJECT: ONSHORE GAS TERMINAL AT MALLAVARAM,
ANDHRA PRADESH FOR DEEN DAYAL FIELD
DEVELOPMENT PROJECT


CLIENT:

GUJARAT STATE PETROLEUM CORPORATION
LIMITED


RFQ No.:

RC/A043-000-YD-MR-2642/1170


ITEM:


GAS DETECTION SYSTEMS

BID DUE DATE:


08-November-2013 (UPTO 1200 HRS. IST)

BID TYPE:


PART-I & II




Page 9 of 202
Page 9

REPLY/ACKNOWLEDGEMENT LETTER
FAX #: 00-91-11-26191714, 26167664
E-MAIL # : r.choudhary@eil.co.in/ krishna.kumar@eil.co.in
(PLEASE FAX/E-MAIL TO EIL WITHIN SEVEN DAYS ON RECEIPT OF RFQ)

Asstt. General Manager (C&P)
Engineers India Limited
EIA-2
nd
Floor,
1-Bhikaiji Cama Place,
New Delhi 110066
INDIA

Attn. : Ms. Rekha Choudhary
Client : Gujarat State Petroleum Corporation Ltd.
Project : On-Shore Gas Terminal Project
RFQ No. : RC/A043-000-YD-MR-2642/1170
Item : Gas Detection Systems
Due Date : 08-November-2013 (Upto 1200 Hrs. IST)

Dear Sirs,
We acknowledge with thanks receipt of your above cited RFQ alongwith enclosures. We
undertake that the contents of the above RFQ shall be kept confidential and further that
the drawings, specifications and documents shall not be transferred and the said
documents are to be used only for the purpose, for which they are intended.
Further, our response is as under:- (Bidders to put a tick , as applicable).

1. We will submit the bid within due date.
2. We regret to submit our offer/quote because of the following reasons:
a. _____________________________________________________
b. _____________________________________________________

Thanking you,

Very truly yours,
Name of Bidder :
Contact Person :
Contact Person Mobile No :
Bidders Address :
Bidders Phone No. :
Bidders Fax No. :
Bidders E-mail :
Page 10 of 202
Page 10
SPECIAL INSTRUCTIONS TO BIDDERS (SIB)

RFQ No. : RC/A043-000-YD-MR-2642/1170
ITEM : GAS DETECTION SYSTEMS

BID SUBMISSION:
The bids are invited on Two Part basis.
The bidders are requested to submit the prices in the price schedule uploaded in e-
tender portal..
The bidders are required to submit their bid complete in first instance only & without any
Technical or Commercial deviations..
However, in case of unavoidable circumstances, deviations should be furnished in a
separate sheet as per format enclosed with RFQ. Bids with the commercial / technical
deviation shall be liable for rejection/ loading inline with RFQ terms & conditions.
In case any corrections are required in a bid under preparation, the original writings shall
be neatly cut/penned through and re-written nearby. No overwriting or erasure of original
writings by use of white fluid or otherwise is permitted. In case any erasure using white
correcting fluid is found, the tender shall be liable to be rejected.
In case of discrepancy in unit prices and total prices the unit price shall be
considered for evaluation and order.
The Bidder shall note that Price Implication/ change is not allowed on account of
Technical / Commercial clarifications after the due date & time for bid submission. In
case any bidder gives revised prices / price implications against such clarifications, their
bid shall be liable for rejection.
Price for 08 (Eight) mandays shall be considered for evaluation of Supervision of E/T/C. (Also ref
Cl. no B16 of SPECIAL INSTRUCTION TO VENDORS at page no 4 of 5)


Bidders Name, Signature & Date: ..

Seal/Stamp:...
Page 11 of 202

Page 1

INSTRUCTIONS TO BIDDERS FOR E-TENDERING
Bidders who wish to participate for RFQs/ Tenders which are uploaded on EILs
Authorised service providers 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.

PARTICIPATION IN E-TENDERING, REQUEST FOR USER ID and PASSWORD:
To participate in E-Tendering, it is Mandatory to the Bidders have a user id and password on
e-tendering portal. Bidders are required to be registered on E-Tendering website to obtain
user id & password (password will be system generated). However for the tenders issued on
limited basis, bidders are already registered by EIL and after their registered, user id &
password were communicated to bidders at their e-mail id available in EIL. The bidders who
are already registered may contact to concern person of EIL to get their user id and
password.
For tender issued on NIT/ Press advertisement basis, bidders are required to registered
themselves by using the link of registration provide on the home page of e-tendering
website. The bidders are required to fill the online registration form with all required details.
The bidder should indicate correct information including their e-mail since all system
generated correspondences will be send on these e-mail ids. Digital signature of class 3b
individual or class 3 organization is a mandatory requirement for e-tendering, right from log-
in into the system. Hence, during registration, bidders shall fill the details of their digital
Signature (serial No.) to save time and avoid mapping of Digital Signature details to the
bidders user ID at the bid uploading stage. Otherwise, bidders are required to furnish their
DC details to EIL for mapping the same to their user id by Service provider. Once, the online
registration form is submitted with all required field and documents like pan card, registration
or any other document of company, the system will generate the user id and password for
the bidder.
However, to use this user id, the bidders are required to get their user id enabled (activate)
through concerned engineer for the tender in EIL. Accordingly, after registration, bidder shall
send a request to EIL to activate their user id by providing user id and bid reference number.
Note : Bidders who are already registered in any earlier tender of EIL, need not to create
new user id, as the same user id can be used for all the tenders issued to them by EIL on
this e-tendering portal.
User id and password are unique to each bidder and the bidder shall use the same to
view/download/participate in all e-tenders of EIL. Bidders are required to change the
password during their first login into the system. There will be single user id permission for
each bidder in the system for their company/Organization.
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 Antares System
Page 12 of 202

Page 2

(Service Provider) and needs time. In the event of failure in bidders 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 above reason may not be entertained.
EIL/EILs ASP will not be responsible for any delay/ non-availability of USER ID or Password
or any last minute request for enabling /resetting the same by the Bidders.
TRAINING & FAMILIARIZATION WITH E-TENDERING SYSTEM
The bidder should familiarize themselves with the e-tendering system and understood all
formalities related to e-tendering including log-in, system settings, downloading & uploading
procedures. The contact details of the concerned representatives from ASP and other
helpdesk no..
VIEW AND DOWNLOAD E-TENDER
Bidders must go to E-Tendering website www.tenderwizard.com/eil and log-in using their
user-id, password and digital signature.
However, the open tenders can be viewed/ downloaded from the link tender free view
provided on the home page the website, without being log-in into the system.
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.
FOREIGN BIDDERS SHALL ALSO HAVE TO OBTAIN DIGITAL SIGNATURE FROM
CERTIFYING AUTHORITIES IN INDIA AS APPROVED BY CCA. DIGITAL SIGNATURE
OBTAINED FROM FOREIGN COUNTRIES ARE NOT ACCEPTABLE.
Note: In terms of Indian I.T Act 2000, only a digitally signed document will be considered
as a valid signed document.
BID DOCUMENT FEE/ EARNEST MONEY DEPOSIT, IF APPLICABLE :
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.


Page 13 of 202

Page 3

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.
Also bidders are suggested to check the uploaded documents to verify the uploaded
documents are opening correctly or not by clicking on the download link.
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.
The Authenticity of above digital signatures may be verified through authorized CA after bid
opening and in case the digital signature is not authorized/valid, the bid will be rejected.
Bidder shall be responsible for ensuring the validity of digital signatures and proper usage
of the same by responsible persons.
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.
No Manual Bids shall be permitted. The offers submitted through E-tendering website
shall only be considered for evaluation.
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/detach 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
Page 14 of 202

Page 4

responsibility in case of failure of the bidder to upload the documents within specified
time of Bid submission. Bidder can upload any number of documents each below 5
MB in size.
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 and other
documents can be attached in general documents section.
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 (who qualify for the price bid only) at their respective
windows, after priced bid opening by buyer.
Wherever the composite bids are invited, the composite bids shall be opened accordingly.

LAST DATE FOR SUBMISSION / RECEIPT OF BIDS:
System does not allow for submission of bids beyond the deadline for bid submission. The
system time displayed on EILs 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.

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.
Page 15 of 202

Page 5

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.
All Clarification/ correspondences including enabling of user ids, password re-set request,
mapping of DC details, etc, if any, will only be entertained from 0900 Hrs. (IST) to 1600 Hrs.
(IST) only, during the office working hours.

NOTE: A Ready Reckoner for e-tendering is available on e-tendering website
(www.tenderwizard.com/eil) under the Link Vendor Help. Bidders to click on the link
Vendor Help- Detailed Help to downloading the same. Bidders to follow the instructions
given in the same for uploading their e-bids in e-tendering website.



Contact details of Authorized Service Provide (ASP)

ASP Name: M/s Antares Systems Limited, Bangalore

Address: # 24, 1st Floor, Sudha Complex
Near Havanoor Circle, 3rd Stage
4th Block, Basaveshwara Nagar
Bangalore - 560 079
Ph: 080-40482000
Fax No: +91-80-40482114

New Delhi Help Desk:
C-9, 1st Floor (Back Side)
New Krishna Park, Najafgarh Road, Vikaspuri
Near Janakpuri West Metro Station
New Delhi-110018
Ph No: 011-49424365
Fax No: +91-11-25618721
Contact Persons:
1. . Mr. Santosh Srivastava
Contact no: 08800591739
Email: santoshkumar.s@antaressystems.com

2. Mr. Sachin
Contact no: 8401982112
Email: sachin.t@antaressystems.com

Help Desk Numbers:
1. Bangalore : 080-40482000
2. New Delhi : 011-49424365
08800 991865
3. Gujarat : 08401982112

Page 16 of 202

Page 1

AMENDMENT NO. 1

TO

RFQ NO. RC/A043-000-YD-MR-
2642/1170
FOR
ITEM:- GAS DETECTION SYSTEMS




























Page 17 of 202

Page 2


AMENDMENT NO. 1

S.No. Document S.No./ Clause
No.
Amendment/Modification/Revision
2.6 ITB 8.1
EXEMPTION OF
CUSTOMDUTY
In the 1
st
Para, 1
st
sentence the words from 2
nd
line
entry no. 216 and 217 of notification no. 21/2002-
CUS. dated 01.03.2002 stands replaced with Sl. no.
356,357,358 & 359 of notification no. 12/2012-CUS.
dated 17.03.2012.
In case of contradiction regarding Exemption of
Custom Duty with any other clause/ document of
the RFQ, the above shall prevail.
2.7 ITB 8.2
EXEMPTION OF
EXCISE DUTY
The Clause is replaced & read as:-
The Benefit of exemption of Excise Duty in terms of
Sl. No. 336, Notification No. 12/2012-CE dated
17.03.2012 and subsequent amendments, if any, is
available to Indigenous Suppliers. GSPCs
responsibility shall be limited to provide the Project
Authorization Certificate (PAC) to Seller on written
request of Seller in time. In case GSPC fails to provide
Project Authorization Certificate (PAC) to Supplier in
time for the reasons attributable to GSPC and Excise
Duty (ED) is payable on the materials for the purpose
of permanent incorporation in the Work/Equipment,
the same shall be reimbursed by GSPC/EIL. In this
case, GSPCs/ EILs responsibility shall be limited to
reimbursement of Excise Duty payable on such
materials, consigned to GSPC and required in
permanent Work/Equipment against the invoice to EIL.
In case of contradiction regarding Exemption of
Excise with any other clause/ document of the
RFQ, the above shall prevail.
2.8 ITB 11.3
I. INDIGENIOUS
VENDORS

In end of para 1 the words wherever bidder opts for
the benefit is deleted.

Para 3 i.e In case, Indigenous Bidders not opting for
exemption of Excise Duty available to them, the
Excise Duty & Cess there upon shall be loaded for
evaluation is deleted.
2.9 ATC Pg.1 Sl. No. 5 b) Sl. No. 5b) is NOT APPLICABLE & deleted.

Page 18 of 202

T&C-SUP-IND-OBE-A043-MAY22-REV1 Page 1 of 1
ENGI NEERS I NDI A LI MI TED

TERMS & CONDITIONS FOR SUPERVISION OF ERECTI ON, TESTI NG &
COMMISSI ONING
(FOR INDIGENOUS BIDDERS)

A. TERMS & CONDITIONS :

1.0 Bidder shall quote per diem charges which shall include, lodging, boarding, local
transport, all insurance including third party, income tax etc. & all other incidental
charges except to and fro first class rail fare (or air fare limited to first class rail fare)
between the Indian works/office to site.
2.0 Per diem rates shall apply from the day the supervisory personnel reach site and upto
the day they leave site.
3.0 Working hours as those prevailing at site normally eight hours a day, Monday through
Saturday and holidays as applicable to site personnel shall apply.
4.0 Bidders supervisory personnel to observe/abide by site working conditions prevailing in
the existing Project Site, safety codes & Indian laws.
5.0 A notice period of one month will be given for supervision of erection.
6.0 A tentative schedule for commissioning will be given one month in advance so that
Bidders personnel reach site within 7 days from intimation for erection, testing &
commissioning assistance.

B. CHARGES FOR SUPERVI SION OF ERECTION/ TESTING/ COMMISSIONING

S. No. Description Bidders Reply / information

1.0

2.0


3.0


4.0



5.0

Number of supervisory personnel required.

Per diem charges (per person) for 8 hours work on
normal working days.

Overtime rate/ hour beyond normal 8 hours work on
normal working days.

Overtime rate/ hour for work on weekly off days/
holidays (as applicable to Refinery site).

Maximum estimated time (number of days) for job
completion.


6.0 Service Tax payable extra
(Bidder shall be paid this tax only against cenvatable
invoices issued in accordance with service tax rules)
@ ___________ %

NOTES: In case bidder recommends more than one category/level of supervisory personnel the
information desired at S. No. 1.0 to 5.0 shall be furnished separately for each category of
supervisory personnel.

RFQ No: BIDDERS SIGNATURE & DATE
ITEM: NAME
OFFER NO: DESIGNATION
SEAL/ STAMP:
Page 19 of 202
SUP-FOREIGN-A043-MAY22-REV1 Page 1 of 1
ENGINEERS INDIA LIMITED


TERMS & CONDITIONS FOR SUPERVISION OF ERECTI ON, TESTI NG &
COMMISSI ONING
(FOR FOREIGN BIDDERS)

A. TERMS & CONDITIONS :

1.0 Bidder shall quote per diem charges which shall include lodging, boarding, transport, all
insurance including third party, income tax etc. & all other incidental charges.
2.0 Per diem charges shall exclude to and fro airfare. EIL shall arrange economy class fare
through Air India from the nearest International Airport in bidders country to International
Airport at Hyderabad/Vizag. No further transport charges shall be payable by EIL.
3.0 Per diem rate shall apply from the day the supervisory personnel reach site and upto the day
they leave site. No per diem payment will be made for travel days/period.
4.0 Working hours prevailing at site normally eight hours a day, Monday through Saturday and
holidays as applicable to site personnel shall apply.
5.0 Bidders supervisory personnel shall observe/abide by site working conditions prevailing in the
existing project site, safety codes & Indian laws.
6.0 A notice period of one month will be given for supervision of erection.
7.0 A tentative schedule for commissioning will be given one month in advance so that Bidders
personnel reach site within 7 days from intimation for erection, testing & commissioning
assistance.

B. CHARGES FOR SUPERVI SION OF ERECTION/ TESTING/ COMMISSIONING

S. No. Description Bidders Reply / information

1.0

2.0


3.0


4.0


5.0

Number of supervisory personnel required.

Per diem charges (per person) for 8 hours
work on normal working days.

Overtime rate/ hour beyond normal 8 hours
work on normal working days.

Overtime rate/ hour for work on weekly off
days/ holidays (as applicable to Project site)

Maximum estimated time (number of days)
for job completion.



NOTES: In case bidder recommends more than one category/level of supervisory personnel the
information desired at S. No. 1.0 to 5.0 shall be furnished separately for each category of supervisory
personnel.



RFQ No: BIDDERS SIGNATURE & DATE
ITEM: NAME
OFFER NO: DESIGNATION
SEAL/ STAMP
Page 20 of 202
ATC-FOREIGN-A043-J UNE04-2011-REV2 Page 1 of 3


ENGINEERS INDIA LIMITED
AGREED TERMS & CONDITIONS (FOR FOREIGN SUPPLIERS)


BIDDERs NAME : M/s._____________________________________________________________________
RFQ No. : _________________________________________________________________________
Bidders Offer Ref. No.:___________________________________________dated________________________
Contact Person :_____________________E-Mail :________________Mobile No:____________________
Tel No. : ____________________ Fax No.:__________________________________________

DULY SI GNED & STAMPED COPI ES OF THI S DOCUMENT SHALL BE ENCLOSED WI TH EACH AND EVERY
SET OF BI DDERS UNPRI CED QUOTATI ON.


S.
No.
DESCRI PTI ON BI DDERS CONFI RMATI ON
1. INTERNATIONAL SEAPORT OF EXIT

..

2.
FI RM OCEAN FREIGHT CHARGES UPTO PORT OF ENTRY I N
I NDI A(VI ZAG) I N %AGE OF THE QUOTED PRI CES

Extra ---------- %
3.
MANUFACTURERS NAME & ADDRESS




..

4. DELIVERY PERIOD FROM DATE OF FOA (AS PER RFQ) CONFIRMED
5.
COUNTRY OF ORIGIN FROM WHERE THE GOODS HAVE BEEN
OFFERED

..

6.
FURNISH CURRENCY OF QUOTE. CHANGE IN CURRENCY ONCE
QUOTED WILL NOT BE ALLOWED.

..

7.
INDICATE SHIPPING WEIGHT (NET & GROSS) & VOLUME OF THE
CONSIGNMENT

8.
INDICATE NAME & ADDRESS OF YOUR BANKERS FOR L/C
OPENING, TELEPHONE/ E-MAIL ADDRESS

..

9. VALIDITY OF OFFER AS PER RFQ DOCUMENTS CONFIRMED
10.

IN CASE OWNER OPTS FOR AIR FREIGHTING OF EQUIPMENT,
PLEASE INDICATE: YES/NA

a) INTERNATIONAL AIRPORT OF EXIT
b)
FIRM AIRFREIGHT CHARGES UPTO AIRPORT IN INDIA (DELHI) AS
%AGE.

Extra ---------- %
11. INDICATE NAME & ADDRESS OF INDIAN AGENT, IF ANY
12. AGENCY COMMISSION INCLUDED IN QUOTED FOB PRICE . %
13.
FURNISH ANNUAL REPORT CONTAINING BALANCE SHEET &
PROFIT & LOSS STATEMENT FOR LAST THREE (3) YEARS ALONG
WITH YOUR UNPRICED/COMPOSITE OFFER.


BI DDERS CONFI RMATI ON OF TERMS & CONDI TI ONS

1.0 Terms & Conditions

1.1 It is noted that deviations to Technical requirements and /or Terms & Conditions may lead to loading of
prices or rejection of offer.

1.2 The Offer contains specifications and terms & conditions in the Unpriced copy. In case any contradictory
conditions are found in the Priced copy, the same shall be ignored.

Page 21 of 202
ATC-FOREIGN-A043-J UNE04-2011-REV2 Page 2 of 3


1.3 Printed terms and conditions, if any, appearing in quotation, shall not be applicable in the event of order.
In case of contradiction between the confirmations given herein and terms & conditions mentioned
elsewhere in the offer, the confirmation given herein shall prevail.

2.0 All correspondence shall be in English only.

3.0 Price Basis

3.1 The offer contains firm unit and total prices on FOB International Port of Exit basis, including packing and
forwarding upto FOB Exit Port as per the latest INCOTERMS. Stowage charges, where applicable, are also
included.

3.2 Prices quoted exclude marine insurance charges from FOB International Port of Exit as the same shall be
arranged by the Owner. However, all transit insurance charges for inland transit upto FOB International
Port of Exit are included in prices.

3.3 All taxes, duties and levies of any kind payable upto FOB International Port of Exit are included in quoted
prices.

3.4 Export permit/licence if required shall be Bidders responsibility & any expenditure towards same will by
borne by the bidder.

3.5 Documentation charges as per MR are inclusive in the quoted prices.

4.0 Inspection Charges

4.1 Quoted prices are inclusive of all charges towards inspection and certification by a reputed third
party out of LRIS/BV/DNV/TUV/CEIL.

4.2 Quoted prices are inclusive of testing, inspection and certification charges including IBR as per Material
Requisition.

5.0 Quoted prices shall remain firm and fixed till complete execution of order.


6.0 Payment Terms:

6.1 Acceptance of payment terms as per RFQ letter read with Instructions to Bidders.

6.2 a) Letter of Credit (L/C) shall be opened after receipt of unconditional acceptance of Purchase Order
and PBG. The L/C shall come into force only after receipt of 10% performance bank guarantee by
Owner.

Letter of Credit shall be opened through a Govt. of India Nationalized/ Scheduled Bank and hence
need not be confirmed.

However, if bidder still insist for confirmed L/C, confirmation charges shall be borne by bidder.

b) It is noted that in the event of delays in delivery, payment shall be released after making applicable
Price Reduction from Sellers bills and relevant clause in this respect shall be inserted in L/C.

6.3 Contract cum Equipment Performance Bank Guarantee (PBG) for 10% of total order value shall be furnished
as per proforma enclosed in commercial CD within 30 days of Fax of Acceptance (FOA).

a) Bank guarantee shall be furnished from Indian Nationalized Banks/Indian Scheduled Banks (other than Co-
operative Bank)/Indian Branches of Foreign Banks.

b) PBG shall be valid till the expiry of guarantee period plus 90 days.

6.4 All Bank charges and stamp duties payable outside India in connection with payments to be made under the
Purchase Order, shall be borne by bidder. All bank charges and stamp duties payable in India shall be borne
by the Purchaser.

7.0 I nvolvement of I ndian Agents

a) Direct offer without intermediary of an Indian Agent will only be considered. However, if Indian Agent is
involved, he shall have to get registered with Government Authorities as per Government Guidelines.
Page 22 of 202
ATC-FOREIGN-A043-J UNE04-2011-REV2 Page 3 of 3


b) Payment to overseas suppliers (i.e. the principals) shall be released through L/C after deducting Indian
Agents commission from the quoted prices.
c) Indian Agents commission shall be paid directly by Owner to Indian Agent in equivalent Indian Rupees ( on
conversion rate applicable on the date of payment to the bidder) after satisfactory completion of the order.
Payment shall be made only after getting proof of registration with Reserve Bank of India, New Delhi.

8.0 Part Order:

8.1 Confirm acceptance to part order (However individual item quantities will not be split)

8.2 In case of part order all lumpsum charges quoted extra if any viz. Documentation, testing, third party
inspection/IBR, packing/ crating, handling, FOB etc., shall be on prorata value basis.

9.0 Repeat Order

Confirm acceptance of repeat order within 6 months of basic order on same prices, terms and conditions.

10.0 Price Reduction for delay in delivery

10.1 For any delays in delivery beyond the Contractual delivery date, Price reduction shall be applied as
stipulated in RFQ.

10.2 In case of delay, bidder will reduce the invoice amount by applicable reduction.

11.0 General:

11.1 We confirm that we have not been banned or delisted by any Government or Quasi Government agencies or
PSUs in India. If we have been banned, then this fact shall be clearly stated.

11.2 We confirm that net worth of our company during the last financial year is positive.

12.0 Acceptance of all other terms and conditions as per attached:

12.1 General Purchase Conditions (GPC) for imports

12.2 Instructions to Bidders

12.3 Terms & Conditions for Supervision of Erection, Testing & Commissioning (if applicable).

12.4 Terms & Conditions for Installation / Site Work (if applicable).

12.5 Special Instructions to Bidders (if applicable)






BIDDERS SIGNATURE & DATE : _______________________________


SEAL/ STAMP

Page 23 of 202
ATC-IND-OBE-A043-SEPT17-2012-REV3 Page 1 of 3
ENGINEERS INDIA LIMITED
AGREED TERMS & CONDITIONS (FOR INDIGENOUS SUPPLIERS)


BIDDERs NAME : M/s.__________________________________________________________________________
RFQ No.: ______________________________________________________________________________________
Bidders Offer Ref. No. :______________________________________________Date:________________
Tel No. : ____________________________________ Fax No.:______________________________________
Contact Person :________________________E-Mail:______________________Mobile No:________________

1. Duly signed & stamped copies of this Document shall be enclosed with each and every set of Bidders Un-priced
Quotation.
2. Failure on the part of bidder in not returning this duly filled-up Document with all the sets of unpriced quotation
and/or submitting incomplete replies may lead to rejection of Bidders Quotation.
================================================================ ==

S.
NO.
DESCRIPTION CONFIRMATION
1
DESPATCH POINT (FROM WHERE GOODS ARE DESPATCHED)
2 FREIGHT CHARGES BY ROAD EXTRA UPTO PROJECT SITE (INCLUDING SERVICE
TAX & EDUCATION CESS.)
EXTRA %
3 a) BENEFIT OF EXEMPTION FROM EXCISE DUTY FOR THE GOODS SUPPLIED
(REFER ITB CL. NO. 8). IS MANDATORY & PRICES ARE QUOTED
ACCORDINGLY
CONFIRMED
b) APPLICABLE RATE OF EXCISE DUTY INCLUDING EDUCATION CESS
(INCLUDING SPARES)
NIL

c) EXCISE DUTY: TARRIF SUBHEADING NO.: .
4
a) CENTRAL SALES TAX AGAINST FORM C EXTRA %
b) ANDHRA PRADESH VAT (APVAT) WITHOUT ANY CONCESSIONAL FORM
(APPLICABLE FOR SUPPLIES FROM ANDHRA PRADESH STATE)
EXTRA %
5 a) CONFIRM YOU ARE OPTING FOR BENEFIT OF EXEMPTION FROM CUSTOMS
DUTY FOR THE DECLARED CIF CONTENT (REFER ITB CL. NO. 8) IN INDIAN
RUPEES: YES / NO

.
b) CIF VALUE (IN INR) OF IMPORT CONTENT INCLUDED IN PRICE BID. AS PER PRICE BID
c) IF BIDDER IS NOT OPTING FOR BENEFIT AS PER (a) ABOVE, APPLICABLE
RATE OF CUSTOMS DUTY (MERIT RATE) CONSIDERED.
% (MERIT RATE)


6 INSPECTION IS IN ACCORDANCE WITH REQUEST FOR QUOTATION (RFQ) CONFIRMED
7 DELIVERY / COMPLETION PERIOD AS PER RFQ LETTER FROM FOA CONFIRMED
8 VALIDITY OF BID AS PER RFQ LETTER CONFIRMED
9 SERVICE TAX INCL. EDUCATION CESS, IF ANY, FOR:

INSTALLATION / SITE WORK PORTION EXTRA %

SUPERVISION OF ERECTION, TESTING & COMMISIONING EXTRA %

TRAINING EXTRA %
10.
FURNISH ANNUAL REPORT CONTAINING BALANCE SHEET & PROFIT & LOSS
STATEMENT FOR LAST THREE (3) YEARS ALONG WITH YOUR
UNPRICED/COMPOSITE OFFER.

11.
MANDATE FROM ATTESTED BY BANK. FURNISHED



Page 24 of 202
ATC-IND-OBE-A043-SEPT17-2012-REV3 Page 2 of 3
BIDDERS CONFIRMATION OF TERMS & CONDITIONS
1.0 Terms & Conditions
1.1 It is understood that deviations to Technical requirements and / or Terms & Conditions may lead to
loading of prices or rejection of offer.
1.2 The Offer contains specifications and terms & conditions in the Unpriced copy. In case any Contradictory
conditions are found in the Priced copy, the same shall be ignored.
1.3 Printed terms and conditions, if any, appearing in quotation, shall not be applicable in the event of
order. In case of contradiction between the confirmations given herein and terms & conditions
mentioned elsewhere in the offer, the confirmation given herein shall prevail.
2.0 Price Basis
2.1 Quoted prices shall remain firm and fixed till complete execution of the order.
2.2 Quoted prices are on FOT despatch point basis inclusive of Packing & Forwarding charges and
Documentation charges as per MR.
2.3 Taxes & Duties:
2.3.1 Excise Duty: - EXEMPTED REFER Cl. 8 of ITB ALONG WITH ITS AMENDMENT.
2.3.2 Sales Tax/VAT:
a) Sales tax /VAT on finished goods shall be payable extra at actuals against documentary evidence. In case
of applicability of Andhra Pradesh VAT (APVAT), the same shall be released on receipt of VATABLE copy of
corresponding invoice valid for availing VAT credit.
b) Only statutory variation, if any, in the present rate of CST/VAT, upto contractual delivery period shall be
to Owners account subject to documentary evidence to be furnished by the Bidder.
c) If CST/VAT is not applicable at present due to any reason, other than statutory, the same shall be
borne by Bidder if it becomes applicable later on.
2.3.3 All new taxes/duties/cess/levies notified after the last date of submission of final price bid/price implication,
but within contractual delivery /completion period, shall be to EILs account. These shall be reimbursed
against documentary evidence.
Any new or additional taxes/duties and any increase in the existing taxes/ duties imposed after contractual
delivery shall be to bidders account. However, any corresponding decrease shall be passed on to the
Owner.
2.3.4 Customs Duty ( built- in import content):
It is noted that M/s. GSPC is eligible for benefit of exemption from Customs Duty available on import of
goods
a) It is confirmed that the quoted prices are based on Zero/Merit Rate of Customs Duty as indicated on Page-
1. Owner will issue Essentiality Certificate (EC) to avail exemption from Customs Duty for the built-in
import content. Bidder will furnish timely request alongwith necessary documents to enable Owner to
issue the EC.
b) In case of bidders quoting based on merit rate of Customs Duty the following confirmations shall be
applicable:-
i. Owner shall not provide any import licence.
ii. Quoted prices are after considering the benefit of CENVAT on CVD portion (including Addl.CVD).
iii. The CIF Value(s) indicated by the Bidder shall be deemed to be the maximum value(s).
iv. Any upward variation shall be borne by Bidder.
However, in case of any downward variation, the benefit shall be passed on to Owner.
c) Any variation due to FE variation shall be to bidders account.
2.3.5 SERVICE TAX:
Service tax shall be paid only against a cenvatable invoice issued in accordance with Service Tax rules.
2.3.5 Any errors of interpretation of applicability of taxes/duties by bidders shall be to bidders account

2.4 Transportation:
Firm transportation charges by road upto project site in terms of %age of quoted prices or item
wise basis have been quoted for transportation of equipment/ materials through reputed bank approved
transporters.
Entry tax and Octroi are presently not applicable for this project. If applicable at a later date, same shall
be payable extra at actual.
Road Permits, wherever required, shall be issued by Purchaser.
2.5 Transit risk insurance:
Shall be covered by the Owner against their MCE (Marine cum Erection) Policy and the same shall not be
included in the quoted prices.
Page 25 of 202
ATC-IND-OBE-A043-SEPT17-2012-REV3 Page 3 of 3
2.6 Inspection and Testing:
2.6.1 Quoted prices include all testing, Inspection and certification charges including IBR, as required in the MR
/Enquiry documents (RFQ).
2.6.2 Inspection shall be done by EIL/ Third Party Inspection Agency, as specified in Enquiry document(RFQ).
2.6.3 For bought out imported component, inbuilt in the main equipment / item, inspection shall be done by
Third party inspection agency i.e. LRIS / BV / DNV / TUV / CEIL, and the charges for the same are included
in the quoted Prices.
2.6.4 In case bought out components from indigenous sources are sourced from EIL approved vendors, then
same can be supplied duly inspected by third party without any extra charges to Owner.
2.6.5 In case of inspection by Third Party Inspection Agency (LRIS / BV / DNV / TUV / CEIL), the charges for the
same is included in the quoted prices. In case of inspection by EIL, the personnel cost of EILs inspector
shall be borne by Owner.
2.7 Payment Terms:
2.7.1 Acceptance of payment terms as per RFQ letter.
2.7.2 In case of delay in delivery/ completion, bills shall be submitted after deducting price reduction for delay.
2.8 Any claim arising out of order shall be sent to Owner, in writing, 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 Owner.
3.0 Price reduction for delay in delivery
3.1 For any delays in deliveries beyond the contractual delivery date, price reduction shall be applied as
stipulated in the RFQ.
3.2 In case of delays, bidder will reduce the invoice amount by applicable reduction.
4.0 Part order / Repeat order
4.1 Part order
4.1.1 Confirm acceptance to part order. The individual quantity against a particular item shall not be split.
4.1.2 Any charges quoted extra on lumpsum basis, shall be prorated in the event of part order (based on
Value).
4.2 Repeat order
Confirm Acceptance of repeat order within 6 months of basic order on same prices, terms and conditions.
5.0 General:
5.1 We confirm that net worth of our company during the last financial year is positive.
5.2 None of the Directors of our (Bidder) Company is a relative of any Director of EIL/We (Bidder) are a firm in
which none of the Directors of EIL or their relative(s) is/are parteners of our Company or a Private
Company in which any Director of EIL is a Director.
5.3 We confirm that we have not been banned or delisted by any Government or Quasi Government agencies
or PSUs.
6.0 Acceptance of all other terms & conditions as per attached
6.1 General Purchase Conditions (Indigenous)
6.2 Instructions to Bidders
6.3 Terms & Conditions for Supervision of Erection, Testing & Commissioning (if applicable)
6.4 Terms & Conditions for Installation/ Site Work ( if applicable)
6.5 Special Instructions to Bidders ( if applicable)

BIDDERS SIGNATURE & DATE:_______________________
SEAL / STAMP : __________________

Page 26 of 202
P
a
g
e

2
7

o
f

2
0
2
P
a
g
e

2
8

o
f

2
0
2
P
a
g
e

2
9

o
f

2
0
2
P
a
g
e

3
0

o
f

2
0
2
P
a
g
e

3
1

o
f

2
0
2
P
a
g
e

3
2

o
f

2
0
2
P
a
g
e

3
3

o
f

2
0
2
P
a
g
e

3
4

o
f

2
0
2
P
a
g
e

3
5

o
f

2
0
2
P
a
g
e

3
6

o
f

2
0
2
P
a
g
e

3
7

o
f

2
0
2
P
a
g
e

3
8

o
f

2
0
2
P
a
g
e

3
9

o
f

2
0
2
P
a
g
e

4
0

o
f

2
0
2
P
a
g
e

4
1

o
f

2
0
2
P
a
g
e

4
2

o
f

2
0
2
P
a
g
e

4
3

o
f

2
0
2
P
a
g
e

4
4

o
f

2
0
2
AUTHORITYLETTEROBEA043MAY01REV0

PROJECT: Onshore Gas


Terminal Project
CLIENT: Gujarat State
Petroleum Corporation Ltd.
JOB NO. A043
Proforma of Letter of Authority for attending Priced/Unpriced Bid Opening

No. Date:

ENGINEERS INDIA LIMITED
1,Bhikaiji Cama Place
R.K.Puram
New Delhi- 110 066 (India)
Dear Sirs,
We.hereby authorise following
representatives(s) to attend the Priced / Unpriced Bid opening against your RFQ
Nofor.. (Item)
1. Name & Designation.Signature

2. Name & Designation.Signature

We confirm that we shall be bound by all and whatsoever our representative(s) shall
commit during the Bid opening.
Yours faithfully,

Signature..
Name & Designation..
For & on behalf of

Name of Company:-
This Letter of Authority should be on the letter head of the bidder and should be signed
by a person competent and having the Power of Attorney to bind the bidder.
Page 45 of 202



ENGINEERS INDIA LTD.
INSTRUCTIONS TO BIDDERS
(ITB)





ITB APPL- OBE-A043-JUNE04-2011-Rev.2



1 PAYMENT TERMS

Shall be as per RFQ letter and shall be operated with following stipulations.

NOTES :
i. Order value shall be as indicated in the Purchase Order.
ii. a) In case of indigenous suppliers, wherever taxes/duties/freight are separately indicated,
the order value shall be exclusive of taxes/duties/freight. 100% payment of
taxes/duties/freight shall be paid alongwith the payment released against dispatch
documents on receipt of cenvatable/vattable documents (wherever applicable).
b) Payment to indigenous suppliers shall be released either through Electronic Clearing
System (ECS)/ Electronic Fund Transfer (EFT)/ Real Gross Time Settlement (RGTS) or
through internet. In view of this, necessary details, such as name of bank, bank account
no. etc., duly attested by bidders bank must be submitted along with the offer.
iii. Irrevocable Letter of Credit for payment to Foreign Suppliers shall be established in favour
of the bidder in a bank in his country, for an appropriate amount, 60 days before
scheduled date of delivery (anticipated date of delivery in case it is known to be earlier
than the scheduled date of delivery) subject to receipt of unconditional acceptance of
Purchase Order and submission of requisite Performance Bank Guarantee for 10% of
order value, valid for the guarantee period plus 90 days claim period, within 30 days of
FOA. However, in case of Foreign Order(s) with value upto US$ 50,000, L/C shall be
opened within 45 days of receipt of acceptance copy of PO alongwith PBG (wherever
applicable). In case confirmed L/C is insisted by Bidder, L/C confirmation charges shall be
to Bidders account.
iv. Payment to foreign suppliers against Site Work and Supervision/Training shall be through
wire transfer.
v. All payments (other than through L/C) shall be released within 30 days of receipt of
invoice and all requisite documents, complete in all respects.
vi. All bank charges of respective bankers shall be to respective account.
vii. Seller shall submit Billing Schedule within three weeks after placement of FOA for EILs
approval (wherever applicable).
viii. Sellers requiring multiple despatches will restrict the number of despatches to maximum
three, unless agreed otherwise by Project Manager.
ix. Other than the payment terms given above, no other advance payments shall generally
be payable. Any payment before despatch of material shall be considered as advance
payment. However, if any Seller insists on advance payments, such advance payment
(other than the payment terms given in RFQ) shall be interest bearing @13% per annum
(simple interest) on reducing balance, upto delivery period and shall be released only
against equivalent Bank Guarantee, which shall be valid up to contractual delivery date
plus three months. Interest shall be adjusted while releasing the payment against
despatch documents.
x. Similarly, advance payment for mobilization of site shall be interest bearing @13% per
annum (simple interest).
Page 46 of 202



ENGINEERS INDIA LTD.
INSTRUCTIONS TO BIDDERS
(ITB)





ITB APPL- OBE-A043-JUNE04-2011-Rev.2


2
TRANSPORTATION
2.1
INDIGENOUS SUPPLIERS
Indigenous suppliers are required to dispatch the goods on door delivery basis through
any of the bank approved Transporters. Any deviation shall be subject to prior approval
of Project Manager.
2.2
FOREIGN SUPPLIERS
In case order is placed on FOB International port of exit basis, ocean transportation from
FOB Port of Exit to the designated Indian Port (VIZAG) shall be arranged through EIL
nominated freight forwarder. Bidder shall arrange handing over the material to
nominated freight forwarder at the designated Port of Exit.
The bidder will be required to furnish firm cargo details containing weight, dimensions,
no. of packages, no. & type of containers required & Port of shipment. In case the actual
cargo dispatched exceeds the cargo details furnished, the extra freight incurred by Owner
will be to Suppliers account.
The marine freight quoted shall be valid for a period of six months beyond the date of
issue of FOA/delivery period (whichever is earlier). However, Vendor shall furnish the
shipping details viz. Net/ Gross weight, Volume of consignment, number of packages with
dimensions at least 45 days before the expiry of validity of Ocean Freight. In the event
of any delay by Vendor, the quoted Ocean Freight charges shall remain valid further for
45 days from the date of furnishing the above details. EIL reserves the option to ask the
bidder to arrange shipment at the quoted freight rates.
3
CURRENCY OF QUOTE

FOREIGN SUPPLIERS
Foreign suppliers are required to submit prices only in a freely convertible currency. In
case a foreign supplier is sourcing part of equipment/ services from India, prices of such
equipment/ services shall be quoted in Indian Rupees only.
INDIAN SUPPLIERS
Indian suppliers are required to submit price in Indian Rupees.
Note: Change in Currency once quoted will not be allowed.
4 SINGLE POINT RESPONSIBILITY OF THE SUPPLIER
In case of MRs containing supplies as well site work, a single order, covering the supplies
as well site work, shall be placed. Split ordering will not be permitted.
In case, a foreign supplier requests for a separate order on his Indian sub-supplier, the
same shall not be accepted. However, payment to Indian sub-supplier shall be released
directly in Indian Rupees against invoices duly certified by the Foreign supplier. For this
purpose, the Indian sub-suppliers name, material and corresponding price in Indian
Rupees, shall be clearly spelt out in the purchase order on foreign supplier. Indian sub-
suppliers delivery shall be within the overall delivery of the foreign supplier. C form
shall be issued to Indian sub-suppliers.
Page 47 of 202



ENGINEERS INDIA LTD.
INSTRUCTIONS TO BIDDERS
(ITB)





ITB APPL- OBE-A043-JUNE04-2011-Rev.2


5 GUARANTEE PERIOD

15 months after the equipment/ material have been put in service or 30 months from the
date of shipment, whichever is earlier.
6
PERFORMANCE BANK GUARANTEE (PBG)/ (CPBG)
i. PBG shall be required @ 10% of total order value. However, PBG shall not be
required if total quoted value by a bidder is upto Rupees Twenty Five (25) Lakhs
(equivalent Foreign Currency in case of Foreign Suppliers) in case of Pipes, Fittings,
Flanges, Gaskets and Fasteners in Limited enquiries. For all other cases, PBG shall
not be required, if total quoted value by a bidder is upto Rupees Five (5) Lakh
(equivalent Foreign Currency in case of Foreign Supplier).
ii. EIL shall get all bank guarantees verified for authenticity from the regional /
controlling / branch office of the issuing bank before the same are accepted.
iii. In limited enquiries for purchasing, Indigenous suppliers shall be required to submit
the PBG while claiming the last 10% payment.
iv. In all other cases, the PBG shall be required to be submitted within four weeks of
issue of FOA.
v. Performance Bank Guarantees shall be valid till expiry of guarantee period plus 90
days claim period after which the PBG shall be released. However, wherever site
work is involved, in addition to the above, the PBG shall be released subject to
receipt of clearance from Tax & other statutory authorities related to project.
vi. Bank Guarantee(s) shall be issued through Indian Nationalised Bank/ Indian
Scheduled bank (other than Co-operative Banks) / Indian branches of foreign
banks.
vii. Bank Guarantee shall have a claim period of 90 days after its expiry.
7 INDIAN TAXES/ DUTIES
i. The prices shall be exclusive of all Indian taxes/duties applicable on finished goods/services
supplied directly to EIL except VAT on Works Contract, which shall be included in the quoted
prices. Variations of any kind on Works Contract Tax shall be to suppliers account. The
excluded taxes/duties shall be payable extra at actuals against documentary evidence. Bidder
shall be asked to indicate component of VAT on Works Contract which shall be reimbursed
against Tax Invoice. This component of VAT on Works Contract shall be deducted from the
quoted price of Bidder for bid evaluation (it is noted that bidder opting for Composition Scheme
under APVAT shall not be able to raise Tax Invoice).
ii. Entry Tax and Octroi are presently not applicable. If applicable at a later date, same shall be
payable extra at actuals.
iii. All payments on account of Excise Duty, Service Tax, APVAT on finished goods and VAT on
Works Contract shall be released on receipt of CENVATABLE /VATTABLE copy of
corresponding invoice and documents valid for availing CENVAT / VAT credit.
iv. Since EIL shall be able to avail 90% credit against APVAT(i.e. VAT on finished goods and VAT
on Works Contract), only 10% of APVAT shall be loaded for evaluation. EIL will not issue any
concessional form for APVAT.
v. For the cases where the enquiry is titled as Request for Quotation (RFQ) - Indigenous is issued
to only Indigenous suppliers, M/s. GSPC is not eligible to avail credit on Excise Duty input.
Hence, Excise Duty (wherever applicable) shall be loaded for evaluation. GSPC is not eligible to
avail credit on Service Tax input. Hence, Service Tax (wherever applicable) shall be loaded for
Page 48 of 202



ENGINEERS INDIA LTD.
INSTRUCTIONS TO BIDDERS
(ITB)





ITB APPL- OBE-A043-JUNE04-2011-Rev.2


evaluation irrespective of type of RFQ. However, EIL will be able to avail credit for Service Tax
input, Bidder shall furnish the cenvatable invoice(s).
vi. Indigenous suppliers shall issue E1/E2 form on quarterly basis within 15 days after completion
of each quarter based on C form no. provided by EIL. EIL will provide original C form in
exchange of original E1/E2 form.
vii. All non-cenvatable/non-vattable taxes/duties shall be loaded for evaluation.

8
BENEFIT OF CUSTOMS DUTY AND EXEMPTION OF EXCISE DUTY
8.1
BENEFIT OF EXEMPTION OF CUSTOMS DUTY:
M/s. GSPC is eligible for the benefit of exemption from Customs Duty, available on import
of goods in terms of entry no. 216 and 217 of notification no. 21/2002-CUS. dated
01.03.2002 and subsequent amendments, if any. M/s. GSPCs responsibility shall be
limited to provide Essentiality Certificate to Indigenous Suppliers, in time. However,
suppliers shall give advance notice for the same alongwith requisite documents (as
applicable) to GSPC and EIL, at least 4 weeks prior to import of goods by them.
Indigenous suppliers shall quote their prices based on zero rate of Customs Duty and
additional duties for import of goods.
In case GSPC fails to provide the Essentiality Certificate in time, for the reasons
attributable to GSPC and the Customs Duty/other import duties are payable on the CIF
value of materials imported for the purpose of permanent incorporation in the
Work/Equipment, the same shall be paid directly by GSPC. In this case, GSPCs
responsibility shall be limited to payment/handing over of cheque or DD towards Customs
Duty (including Counter Veiling duty) payable on the imported materials consigned to
GSPC, required for incorporation in the permanent works as assessed by the Indian
Customs authorities on the bills of entry to EIL for payment to Customs authorities.
However, Indigenous Suppliers quoting their prices on merit rate of duty shall indicate
the percentage of merit rate in Agreed Terms & Conditions (for Indigenous Suppliers).
CIF value(s) indicated by the Bidder shall be deemed to be the maximum value(s) for the
above. Bidders not indicating the ceiling amount of CIF values and/or percentage of
merit rate, it will be construed as if no CIF content is applicable to them.
8.2
EXEMPTION OF EXCISE DUTY:
The Benefit of exemption of Excise Duty in terms of Sl. No. 91 of notification no.
06/2006-CE dated 1.3.2006 is also available to Indigenous Suppliers (applicable only in
the cases where enquiry is titled as Request for Quotation (RFQ) Global/ICB is issued
to Indigenous as well as Foreign Suppliers).
GSPC will provide Essentiality Certificate and Indigenous Suppliers shall evaluate the
benefits available to them and quote accordingly. GSPCs responsibility shall be limited to
provide Essentiality Certificate to Indigenous Supplier in time.
In case GSPC fails to provide Essentiality Certificate to Supplier in time for the reasons
attributable to GSPC and ED is payable on the materials for the purpose of permanent
incorporation in the Work/Equipment, the same shall be paid directly by GSPC. In this
case GSPCs responsibility shall be limited to payment/handing over of the Cheque/DD
towards the Excise Duty payable on such materials, consigned to GSPC and required in
Page 49 of 202



ENGINEERS INDIA LTD.
INSTRUCTIONS TO BIDDERS
(ITB)





ITB APPL- OBE-A043-JUNE04-2011-Rev.2


permanent Work/Equipment as assessed by the Excise Authorities on the invoice value to
EIL for payment to Excise Authorities.
9
PRICE REDUCTION SCHEDULE

i) The Price Reduction Schedule for delay in delivery/ completion shall be as per RFQ.
ii) 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 reduction for delay.
iii) Price reduction shall be effected in the Invoice value before presenting for payment. The
Purchaser reserves the right to cancel the Purchase Order for any delay exceeding the period
of maximum reduction and the Seller shall be liable to all consequences thereof.
10
COMPREHENSIVE MARINE-CUM-ERECTION INSURANCE

Comprehensive Insurance (Transit/Marine cum storage, erection, till handing over of equipment)
shall be arranged by GSPC.
11
BASIS OF EVALUATION

11.1
WHERE ENQUIRY, TITLED AS REQUEST FOR QUOTATION (RFQ) INDIGENOUS
Bids shall be evaluated on the basis of landed cost at Site, including site work, if any,
considering Third Party inspection Charges wherever applicable (as quoted by
bidders), all duties, taxes, transportation charges less Cenvatable/Vattable taxes
(90% APVAT i.e. VAT on finished goods and VAT on Works Contract).
Cost of mandatory spares, if identified in the Material Requisition, commissioning
spares and special tools & tackles will be included for price evaluation of bids, but
cost of Spares for two years operation shall be excluded.
AMC charges shall be considered for evaluation wherever AMC is required.
Supervision and Training charges shall be considered for evaluation wherever
supervision and training are required.
Commercial loading shall be considered for evaluation of bids.
Technical loading, if any, shall be considered for evaluation of bids.
NOTE : Site Work, wherever applicable, shall be considered for evaluation.

11.2
WHERE ENQUI RY, TI TLED AS REQUEST FOR QUOTATI ON (RFQ) FOREI GN
Bids shall be evaluated on the basis of CFR (VIZAG) prices including third party inspection
charges wherever applicable (as quoted by bidders), and considering sea freight as under:
Packages/equipments/pipes & plates :
Firm freight as quoted by bidders
Page 50 of 202



ENGINEERS INDIA LTD.
INSTRUCTIONS TO BIDDERS
(ITB)





ITB APPL- OBE-A043-JUNE04-2011-Rev.2


Bulk items piping (other than pipes) / instruments :
Firm freight as quoted by bidders. In case, firm freight is not quoted by bidder,
following percentages shall be considered:
Europe / J apan / Asia : 6% of FOB price
Australia / American Continent : 9% of FOB price
Cost of mandatory spares identified in the Material Requisition, Commissioning Spares and
special tools & tackles will be included for evaluation of bids, but costs of Spares for two years
operation shall be excluded.
AMC charges shall be considered for evaluation wherever AMC is required.
Supervision and Training charges shall be considered for evaluation, wherever, supervision and
training are required.
Commercial loading shall be considered for evaluation of bids.
Technical loading, if any, shall be considered for evaluation of bids.
Comparison of bids shall be carried out on equivalent Indian Rupees basis considering Bills
Selling rates of Foreign Exchange as available from State Bank of India on the day of priced
opening. In case the same is not available, the exchange rate from Economic Times, New
Delhi edition, published on the day of priced opening, shall be considered.
NOTE : In case site work is also involved, the comparison shall include site work and various other
charges as per 11.3.

11.3
WHERE ENQUI RY, TI TLED AS REQUEST FOR QUOTATI ON (RFQ) GLOBAL/ ICB
I. I ndigenous Bidders:
The evaluated price of Indigenous Bidders shall be carried out on the basis of landed cost at
site as per clause no. 11.1 above excluding Excise Duty and Cess thereupon, for which
exemption is available and the same shall not be considered for evaluation wherever bidder
opts for the benefit.
Further, wherever the Indian Bidders are subject to EIL Inspection instead of Third Party
Inspection, notional inspection charges @ 1.25% of FOT Despatch Point price for EIL
inspection shall be considered.
In case, Indigenous Bidders not opting for exemption of Excise Duty available to them, the
Excise Duty & Cess there upon shall be loaded for evaluation.
II. Foreign Bidders:
The evaluated price of Foreign Bidders shall be on the basis of landed cost at site excluding
the Customs Duty, CVD and Special Additional Duty and Cess (wherever applicable) and the
same shall not be considered for evaluation but including the following:-
i. Evaluation shall be done as per clause 11.2 above plus Marine Insurance @ 1% of FOB Price.
ii. LC charges @ 1% of FOB Price.
iii. Customs Clearance and Port Handling Charges @2% of landed cost i.e. Sl. No. i to ii.
iv. Notional inland freight charges @ 2% of landed cost i.e. Sl. No. i to ii from the Port of Entry
(Vizag) to GSPC Project Site.

Page 51 of 202



ENGINEERS INDIA LTD.
INSTRUCTIONS TO BIDDERS
(ITB)





ITB APPL- OBE-A043-JUNE04-2011-Rev.2


Note:
a) Site work wherever applicable shall be considered for evaluation.
b) Transit Insurance for Indian as well as Foreign Bidders in India will not be loaded.

11.4
GENERAL


(i)




(ii)

(iii)

Any differential in taxes and duties will be cost loaded on case to case basis.
However, if a supplier states that taxes/duties are not applicable at present and
will be charged as applicable at the time of delivery then his bid shall be loaded by
the maximum rate of taxes/duties applicable at the time of evaluation of Bids.
In case of pipes, in case a foreign bidder has not quoted or not included stowage
charges, the same shall be loaded @ 10% of bidders quoted Ocean Freight.
In case Supplier(s) has quoted estimated freight charges or quoted freight at
actuals or not quoted at all, the loading shall be done by maximum freight quoted
by other Supplier(s) of similar locations or based on EIL estimate.
12
LOADING/ REJECTION CRITERIA


Cost loading on account of deviations to commercial terms & conditions shall be
calculated on FOT Despatch Point price/ FOB Price as under :
12.1
PERFORMANCE BANK GUARANTEE (PBG)


In case a supplier takes any deviation with respect to the amount or period or validity of
the performance bank guarantee, the offer shall be rejected.
12.2

(i)






(ii)

PRICE REDUCTION SCHEDULE (PRS)
PRICE REDUCTION SCHEDULE (APPLICABLE AS 1/ 2% DOV ~ 5% TOV) FOR
DELAYED DELIVERY (For MRs other than Packages):
a) 1/2% of DOV up to maximum of 5% of TOV No loading
b) 1/2% of DOV up to maximum of 5% of DOV 2.5%
c) Other than the above 5%
PRICE REDUCTION SCHEDULE (APPLICABLE AS 1/ 2% TOV ~ 5% TOV) FOR
DELAYED DELIVERY (For Packages only)
a) 1/2% of TOV up to maximum of 5% of TOV No loading
b) 1/2% of TOV to x% of TOV (5-x)%
c) Other than the above 5%
TOV Total Order Value; DOV Delayed Order Value
Page 52 of 202



ENGINEERS INDIA LTD.
INSTRUCTIONS TO BIDDERS
(ITB)





ITB APPL- OBE-A043-JUNE04-2011-Rev.2



(iii)
PRICE REDUCTION SCHEDULE FOR CRITICAL EQUIPMENTS (APPLICABLE AS
1% TOV ~ 10% TOV) FOR DELAYED DELIVERY:
a) 1% of TOV up to maximum of 10% of TOV No loading
b) 1% of TOV up to x% of TOV (10-x)%
c) Other than the above 10%
NOTE: The loading shall be w.r.t. the PRS stipulated in the RFQ.
12.3
PRICE VARIATION

a) Firm Prices No Loading
b) In case of Price Variation Formula with
ceiling
Loading by ceiling %age offered
c) No formula and no ceiling specified by the
bidder
Offer shall be rejected
Note : In case the enquiry itself provides for price variation on account of certain
variables, offers seeking such variation shall not be loaded.
12.4
PAYMENT TERMS

Payment terms at variance with RFQ (which are not interest bearing), will not be
permitted. However, if a bidder insists on the same, these shall be loaded @13% per
annum (simple interest) for the relevant period as under:
(i) Advance against FOA / PO : 100% of the delivery period
(ii) Drawing approval : 80% of the delivery period
(iii) Sub-ordering of raw material : 75% of the delivery period
(iv) Receipt of raw material at Vendors works : 50% of the delivery period
(v)

Last %age payment against dispatch
Documents against RFQ requirement if
payment on receipt at Site

: Interest for one month
(vi)
Last %age of supply portion payment of
Supply Portion against receipt of material
at site against RFQ requirement of
successful completion of site work and
handing over of goods/equipment to
Purchaser.
: Interest for (i) Period of Site work
as per RFQ (ii) Transportation time
of Four (4) weeks (only if bidder
seeking this payment against FOT
Despatch Point Supply) plus (iii)
Period required for giving advance
intimation for site readiness i.e.
two (2) weeks.
Page 53 of 202



ENGINEERS INDIA LTD.
INSTRUCTIONS TO BIDDERS
(ITB)





ITB APPL- OBE-A043-JUNE04-2011-Rev.2


Note: Sl. No. (v) shall be applicable for Indigenous Supply only and Sl. No. (vi) shall be
applicable for cases where site work is applicable.

12.5
DELIVERY
12.5.1
FOR IDENTIFIED CRITICAL EQUIPMENTS :

Delivery/Completion period longer than required in enquiry shall be loaded @ 1% per
week upto a maximum of four (4) weeks. In case, a supplier quotes delivery longer than
four (4) weeks from required, the bid shall be rejected. One (1) month shall be construed
as equal to four (4) weeks for the purpose of such evaluation.
12.5.2
FOR BALANCE ITEMS/ EQUIPMENTS (OTHER THAN CRITICAL EQUIPMENTS) :

a) FOR ENQUIRIES WITH DELI VERY/ COMPLETION PERIOD UPTO 6
MONTHS
Delivery/Completion period longer than required in enquiry shall be loaded @
1/2% per week upto a maximum of four (4) weeks. In case, a supplier quotes
delivery longer than four (4) weeks from required, the bid shall be rejected. One
(1) month shall be construed as equal to four (4) weeks for the purpose of such
evaluation.
b) FOR ENQUIRIES WITH DELI VERY / COMPLETION PERIOD BEYOND 6
MONTHS
Delivery/Completion period longer than required in enquiry shall be loaded @
1/2% per week upto a maximum of six (6) weeks. In case, a supplier quotes
delivery longer than six (6) weeks from required, the bid shall be rejected. One
(1) month shall be construed as equal to four (4) weeks for the purpose of such
evaluation.

12.5.3
FOR DEVIATION IN BASI S OF DELIVERY:


Basis of delivery at variance with RFQ will not be permitted. However, if a bidder insists
for Ex-works/FOT Despatch Point delivery against RFQ requirement of FOT Site delivery,
the same shall be loaded for a period of 4 weeks at the rte of percentage per week given
in 12.5.1 and 12.5.2 above (as applicable).
12.6
SHORTER VALIDITY:
The bid(s) with shorter validity vis--vis as specified in the RFQ shall be liable for
rejection.



Page 54 of 202
DEVFORMATOBEA043MAY01REV0

FORMAT FOR DEVIATIONS





S.
No.
Description of Documents Clause
No.
Deviation
A) Technical
B) Commercial

Page 55 of 202
MANDATE FORM-OBE-A043-MAY01-REV0 Page 1 of 1
Annexure-II I
MANDATE FORM


1. Bidder Name :
2. Bidder Code: :
3. Address of the Bidder :
4. Particulars of Bank Account of Bidder :
a. Name of the Bank :
b. Name of the Branch and Address of the Branch :
c. Branch Code :
d. 9 Digit MICR code Number of the Bank & Branch
(As appearing in the MICR Cheque issued by the bank)
(Please do not give multicity cheque book code
Number)
:
e. Type of account (Saving Bank, Current or Cash Credit) :
f. Account Number :
g. RGTS/ IFSC Code (11 digit) :
h. NEFT Code No. :
5. E-mail address of the Bidder :
6. Contact Person(s) of the Bidder :

I/ we declare that the particulars given above are correct and complete and I/ we accord our
consent for receiving all our payments through Electronic Mechanism.


____________________________________________________
(Signature and designation of the Authorised person(s) of Bidder)

Official seal of the Bidder
Place :
Date :

BANK CERTIFICATION

Certified that the particulars furnished above are correct as per our records.


Place :
Date :
______________________________________
Signature of the Authorised Official of the Bank

Banks Stamp



Page 56 of 202
GPC-IMP-A043-J ULY15-REV1 Page 1 of 15



ENGINEERS INDIA LIMITED


GSPC ONSHORE GAS TERMINAL

GENERAL PURCHASE CONDITIONS
(IMPORTS)

INDEX

PART-A: GENERAL PURCHASE CONDITIONS (IMPORTS)

1. DEFINITIONS
2. REFERENCE FOR DOCUMENTATION
3. IMPORT LICENCE
4. CONFIRMATION OF ORDER
5. SALES CONDITIONS
6. COMPLETE AGREEMENT
7. INSPECTION - CHECKING - TESTING
8. EXPEDITING
9. OILS & LUBRICANTS
10. SPARE PARTS
11. RESPECT FOR DELIVERY DATES
12. DELAYED DELIVERY
13. DELAYS DUE TO FORCE MAJ EURE
14. REJ ECTION, REMOVAL OF REJ ECTED
GOODS AND REPLACEMENT
15. PRICE
16. TERMS OF PAYMENT
17. PART ORDER/ REPEAT ORDER
18. RECOVERY OF SUMS DUE
19. MODIFICATIONS
20. CANCELLATION
21. PATENTS AND ROYALTY
22. PERFORMANCE GUARANTEE
23. NON-WAIVER
24. NON ASSIGNMENT
25. SELLERS DRAWINGS AND DATA
REQUIREMENT
26. TECHNICAL INFORMATION
27. SERVICES OF SELLERS PERSONNEL
28. HEADINGS
29. SPECIFIC PERFORMANCE
30. FOREIGN LIABILITY CLAUSE IN
CONTRACTS
31. ADDRESSES
32. J URISDICTION:




PART-B: PACKING MARKING & SHIPPING SPECIFICATIONS (IMPORTS)

1. WEIGHTS AND MEASUREMENTS
2. PACKING AND MARKING
3. SHIPMENT AND SHIPMENT NOTICE
4. SHIPPING/ SHIPPING DOCUMENTS/ SHIPPING ADVISERS
5. TRANSIT RISK INSURANCE
6. SPECIAL PACKING REQUIREMENTS




Page 57 of 202


GPC-IMP-A043-J ULY15-REV1 Page 2 of 15
PART- A: GENERAL PURCHASE CONDITIONS (IMPORTS)

1. DEFINITIONS:

The following expressions used in these General Purchase Conditions (GPC) and the Purchase Order shall have the meaning
indicated against each of them:
PURCHASER/ OWNER: The Purchaser /Owner means Engineers India Limited a company incorporated in India having its
registered office at Engineers India Bhawan, 1, Bhikaiji Cama Place, RK Puram, New Delhi-110066, India and shall include its
successors and assignees.

GOODS/MATERIALS: Goods and/or materials shall mean any of the articles, materials, Machinery, Equipments, Supplies,
drawing, data and other property and all services including but not limited to design, delivery, installation, inspection, testing
and commissioning specified or required to complete the order.

SELLER: Seller shall mean the Person, firm or Corporation to whom the Fax of Acceptance / Purchase Order is issued.

INSPECTORS: Inspectors deputed / authorized by Purchaser including Third Party Inspection Agency

PROJECT: Onshore Gas Terminal at Mallavavram, Andhra Pradesh for Deen Dayal Field Development.

CLIENT: Client means Mangalore Refinery and Petrochemicals Limited.
2. REFERENCE FOR DOCUMENTATION:
Purchase Order / Purchase Requisition number must appear on correspondence, drawings, invoices, shipping notes, packing
and on any document or paper connected with the Order.
3. IMPORT LICENCE: If any, shall not be the sellers responsibility.
4. CONFIRMATION OF ORDER:
The Seller shall acknowledge the Fax of Acceptance (FOA) / Purchase Order within seven days following the date of FOA /
Purchase Order and shall thereby confirm acceptance of FOA/ Purchase Order. Seller shall also submit along with order
acceptance a Bank Guarantee as per Clause 22 hereunder.
5. SALES CONDITIONS:
With Sellers acceptance of provisions of the Purchase Order he waives and considers as cancelled any of his general sales
conditions.
6. COMPLETE AGREEMENT:
The terms and conditions of the Purchase Order constitute the entire Agreement between the parties hereto. Changes will be
binding only if the amendments are made in writing and signed by an authorized representative of the Purchaser.
7. INSPECTION-CHECKING-TESTING:
The equipment, materials and workmanship covered by the Purchase Order are subject to inspection and testing at any time
prior to shipment and/or despatch and to final inspection within a reasonable time after arrival at site. Inspectors shall have the
right to carry out the inspection and testing which will include the raw materials at manufacturers shop, at fabricators shop and
at the time of actual despatch before and after completion of packing.
7.1 All tests, mechanical and others and particularly those required by relevant codes will be performed at the Sellers expenses
and in accordance with Inspectors instructions. The Seller will also bear the expenses concerning preparation and rendering of
tests required by Boiler Inspectorate or such other statutory testing agencies or by Lloyds Register of Shipping as may be
required.
7.2 Before shipping or despatch, the equipment and/or materials will have to be checked and stamped by Inspectors who are
authorized also to forbid the use and despatch of any equipment and/or materials which during tests and inspection fail to
comply with the specification, codes and testing requirements.
7.3 The Seller will have to: -
- Inform Purchaser at least two weeks in advance of the exact place, date and time of rendering the equipment or
materials for required inspection.
- Provide free access to Inspectors during normal working hours to Sellers or his/its sub-Sellers works and place at
their disposal all useful means of performing, checking, marking, testing, inspection and final stamping with prior
intimation.
7.4 Even if the inspection and tests are fully carried out, Seller is not absolved to any degree from his responsibilities to ensure that
all equipments and materials supplied comply strictly with requirements as per agreement both during manufacturing, at the
time of delivery, inspection, on arrival at site and after its erection or start-up and guarantee period as stipulated in Clause 22
hereof.
Page 58 of 202


GPC-IMP-A043-J ULY15-REV1 Page 3 of 15
7.5 The Sellers responsibility will not be lessened to any degree due to any comments made by Purchaser/Purchasers
representative and Inspectors on the Sellers drawings or specifications or by inspectors witnessing any chemical or physical
tests. In any case, the equipment must be in strict accordance with the Purchase Order and/or its attachments failing which the
Purchaser shall have the right to reject the goods and hold the Seller liable for non-performance of contract.
8. EXPEDITING:
Purchaser/Purchasers representatives shall expedite both manufacture and shipment of equipment and materials covered by
the Purchase Order. The Purchaser/Purchasers representatives shall have free access to Sellers shop and/or sub-Sellers
shop at any time and they shall be provided all the necessary assistance and information to help them perform their job.
9. OILS & LUBRICANTS:
The first filling of oils and lubricants for each equipment shall be included in the price. The Seller shall also recommend the
quality and quantity of oils and lubricants required for one years continuous operation.
10. SPARE PARTS:
The Seller must furnish item-wised priced list of spare part(s) required for two years normal operation and maintenance of the
equipment.
The Seller shall provide the necessary cross - sectional drawings to identify the spare part(s) numbers and their location as well
as an interchangeability chart.
11. RESPECT FOR DELIVERY DATES:
Time of delivery mentioned in the Purchase Order shall be the essence of the agreement and no variation shall be permitted
except with prior authorization in writing from the Purchaser. Goods should be delivered securely packed and in good order
and condition at the place and within the time specified in the Purchase Order for their delivery. By the time of delivery, is meant
the date on the Bill of Lading/Airway Bill at FOB Port of Exit.
12. DELAYED DELIVERY:
The time and date of delivery of materials / equipment as stipulated in the Purchase Order shall be deemed to be essence of the
agreement. For any delay in delivery of equipment / materials or part thereof beyond the delivery date stipulated, as genuine pre
estimate of the damages suffered by the Purchaser, the Seller and Purchaser agree that the Seller shall be liable to pay
compensation as under:
IN CASES OTHER THAN PACKAGES : Accept delayed delivery at prices reduced by a sum equivalent to one half of one percent
(1/2%) of the total value of delayed equipment / item for every week of delay or part thereof, limited to a maximum of five percent
(5%) of the total order value.
FOR PACKAGES WITH OR WITHOUT SITE WORK : Accept delayed delivery, at prices reduced by a sum equivalent to one half
of one percent (1/2%) of the total order value for every week of delay or part thereof, limited to a maximum of five percent (5%) of
the total order value.
Such compensation shall be paid by way of equivalent reduction in the Invoice value before presenting to Purchaser/ Bank for
payment. This is without prejudice to Purchasers right of cancelling the purchase order wholly or in part for any delay
exceeding the period of maximum compensation and the Seller shall be liable to all consequences thereof. If the delay in
delivery is due to Force Majeure, the Purchaser shall be free to act in terms under Clause 13 of this text.
13. DELAYS DUE TO FORCE MAJEURE:
No delay or failure in performance by either party shall constitute default or give rise to any claim for damages to the extent, such
delay or failure cause by force majeure.
Force majeure is an occurrence beyond the control and without the fault or negligence of the parties and which they are unable to
prevent or provide against by the exercise of reasonable diligence including acts of God or the public enemy ; war, rebellion, civil
disturbances, sabotage, and, riots, fire, explosions, and earthquakes and other similar occurrence. The decision of purchaser shall
be final and binding on Seller.

The Seller must advise the Purchaser by a registered letter duly certified by a local Chamber of Commerce or statutory
authorities, the beginning and the end of the delay immediately, but in no case later than within 10 days of the beginning and
end of each cause of Force Majeure condition as defined above.

The extension of time shall be the sole remedy of the Seller for any cause or event of delay and the Seller shall not be entitled
in addition to or in lieu of such extension to claim any damages or compensation for extended stay or otherwise whether under
the law governing contracts or quasi-contractor or any other relationship, and the Seller hereby waives and disclaims any and
all contrary rights.
14. REJECTION, REMOVAL OF REJECTED GOODS AND REPLACEMENT:
In case the testing and inspection at any stage by Inspectors reveal that the equipment, material and workmanship do not
comply with the specification and requirements, the Seller at his/its own expense and risk shall remove the same within the time
allowed by the Purchaser. The Purchaser shall be at liberty to dispose of such rejected goods in such a manner as he may
think appropriate, in the event the Seller fails to remove the rejected goods within the period as aforesaid. All expenses
Page 59 of 202


GPC-IMP-A043-J ULY15-REV1 Page 4 of 15
incurred by the Purchaser for such disposal shall be to the account of the Seller. The freight paid by the Purchaser, if any, on
the inward journey of the rejected materials shall be reimbursed by the Seller .The Seller will have to proceed with the
replacement of that equipment or part of the equipment, if so required by the Purchaser, without claiming any extra payment.
The time taken for replacement in such event will not be added to the contractual delivery period.

15. PRICE:
Unless otherwise agreed to in the terms of the Purchase Order, the price shall be Firm and not subject to escalation for any
reason whatsoever even though it might be necessary for the order execution to take longer than the delivery period specified
in the order.
16. TERMS OF PAYMENT:
Terms of payment shall be as spelt out in Enquiry.
Payment will be made by the Purchaser against an irrevocable Letter of Credit (L/C) against submission of despatch
documents (bill of lading or air way bill in case of air freight). L/C shall be opened through Government of Indias Nationalised
Bank and hence need not be confirmed. In case any bidder insists for confirmed L/C then the confirmation charges shall be
borne by the bidder. L/C shall be established 60 days before anticipated date of delivery subject to receipt of unconditional
acceptance of order and submission of required performance bank guarantee within 30 days of FOA.
17. PART ORDER/REPEAT ORDER:
Seller hereby agrees to accept part order at Purchasers option without any limitation whatsoever and also accept repeat
order(s) during a period of 6 months from the date of original purchase order on same unit prices, terms and conditions.
18. RECOVERY OF SUMS DUE:
Whenever any claim against the Seller for payment of sum(s) of money arises out of or under the contract, the Purchaser shall
be entitled to recover such sum(s) from any sum(s) then due or which at any time thereafter may become due from the Seller
under this or any other contract with the Purchaser including right to encash the PBG. In the event of encashment of PBG the
Seller shall re-store the same to its original amount and should this sum is not sufficient to cover the recoverable amount, the
Seller shall pay to the Purchaser on demand the balance remaining due.
19. MODIFICATIONS:
The Purchaser shall have the right to make technical changes or modification in the technical document/specifications
comprised in the Purchase Order. The Seller shall comply with such a written request or make alternative suggestion. Any such
changes or modifications shall be at the cost, if any, of the Purchaser. As soon as possible after receipt of the written request
for changes, the Seller shall furnish in writing to the Purchaser, an estimate of cost for the changes and modifications / effect on
the FOB delivery date. On receipt of Purchasers written authorization, the Seller shall promptly proceed with the
changes/modifications.
20. CANCELLATION:
The Purchaser reserves the right to cancel the Purchase Order or any part thereof and shall be entitled to rescind the contract
wholly or in part in a written notice to the Seller if:
i) The Seller fails to comply with the terms of the Purchase Order
ii) The Seller fails to adhere to delivery schedule in progressing to manufacture or fails to deliver the goods on time
and/or replace the rejected goods promptly.
iii) The Seller becomes bankrupt or goes into liquidation.
iv) The Seller makes a general assignment for the benefit of creditors.
v) A receiver is appointed for any of the property owned by the Seller.
Upon receipt of the said cancellation notice, the Seller shall discontinue all work on the Purchase Order and matters connected
with it.
The Purchaser in that event will be entitled to procure the material in the open market and recover excess payment over the
Sellers agreed price, if any, from the Seller reserving to itself the right to forfeit the security deposit (including PBG), if any.
21. PATENTS AND ROYALTIES:
On acceptance of the order, the Seller will be deemed to have entirely indemnified the Purchaser/Purchasers representatives
from any legal action or claims regarding compensation for breach of patent rights which the Seller deems necessary to apply
for manufacturing the ordered equipment and/or materials or which can in any way be connected in the manufacture.
22. PERFORMANCE GUARANTEE:
The Seller shall guarantee that any and all materials used in execution of the Purchase Order shall be in strict compliance with
characteristics, requirements and specifications and that the same shall be free from any defects. Checking of the Sellers
drawings by the Purchaser/Purchasers representatives and their approval and permission to ship or despatch the equipment
and materials granted by Inspectors shall not relieve the Seller from any part of his/its responsibilities of proper fulfilment of the
requirements.
Page 60 of 202


GPC-IMP-A043-J ULY15-REV1 Page 5 of 15
The Seller will guarantee that all materials and equipments shall be repaired or replaced as the case may be, at his own
expense, in case the same have been found to be defective in respect of material, workmanship or smooth and rated operation
within a period 15 months after the equipment/ material have been put in service or 30 months from the date of shipment,
whichever is earlier.
The guarantee period for the part that may be altered, repaired or replaced shall be 15 months from the date on which the
same is put in service or period as specified above in case of critical items, whichever is later.
Acceptance by the Purchaser or its Inspectors of any equipment and materials or its replacement will not relieve the Seller of its
responsibility of supplying the equipment/materials strictly according to the specification and according to the guarantees
agreed by the Seller. The Seller shall furnish a Bank Guarantee alongwith the order acceptance for the amount equivalent to
10% of the FOB value of equipment/ materials to support Sellers performance of his obligations and discharge of liability under
the contract, as per proforma hereunder. This Bank Guarantee shall remain in force for the entire period covered by
performance guarantee plus 3 months. It will be the responsibility of the Seller to keep the Bank Guarantee fully subscribed.
Any shortfall in the value of the Bank Guarantee as a result of encashment by the Purchaser either in full or in part in terms of
Sellers Performance shall be made good by the Seller within one week thereof.
23. NON-WAIVER:
Failure of the Purchaser/Purchasers representatives to insist upon any of the terms or conditions incorporated in the Purchase
Order or failure or delay to exercise any rights or remedies herein or by law or failure to properly notify Seller in the event of
breach, or the acceptance of or payment of any goods hereunder or approval of design shall not release the Seller and shall
not be deemed a waiver of any right of the Purchaser / Purchasers representatives to insist upon the strict performance thereof
or any of his or their rights or remedies as to any such goods regardless of when goods are shipped received or accepted nor
shall any purported oral modification or revisions of the order by Purchaser/Purchasers representative act as waiver of the
terms hereof.
24. NON ASSIGNMENT:
The Seller without obtaining prior written consent of the Purchaser shall not assign the Purchase Order to any other agency.
25. SELLERS DRAWINGS AND DATA REQUIREMENT:
The Seller shall submit drawing, data and documentation in accordance with but not limited to what is specified in the bid
document and/or in the Sellers drawings and data form attached to the Purchase Order. The types, quantities and time limits of
submitting these must be respected in its entirety failing which the Purchase Order shall not be deemed to have been executed
for all purposes including settlement of payment since the said submission is an integral part of Purchase Order execution. All
post order correspondence shall be addressed to Project Manager, Onshore Gas Terminal Project of GSPC, Engineers India
Limited, 1 Bhikaiji Cama Place , R K Puram, New Delhi-110066, with a copy to DGM (Inspection), Engineers India Ltd.,
1,Bhikaiji Cama Place, New Delhi-110 066.
26. TECHNICAL INFORMATION:
Drawings, specifications and details shall be the property of the Purchaser and shall be returned by the Seller on demand. The
Seller shall not make use of drawings and specifications for any purpose at any time save and except for the purpose of the
Purchaser. The Seller shall not disclose the technical information furnished to or gained by the Seller under or by virtue of or
as a result of the implementation of the Purchase Order to any person, firm or body or Corporate authority and shall make all
endeavours to ensure that the technical information is kept CONFIDENTIAL. The technical information imparted and supplied
to the Seller by the Purchaser shall at all times remain the absolute property of the Purchaser.
27. SERVICES OF SELLERS PERSONNEL:
Upon one month advance notice, the Seller shall depute the necessary personnel to India for supervision of erection and start
up of the equipment and train a few of the Purchasers personnel for the operation and maintenance of the equipment, if
required by the Purchaser. The terms and conditions for the services of the Sellers personnel shall be as per Purchasers
enquiry / Purchase Order.
28. HEADINGS:
The headings of the conditions hereof shall not affect construction thereof.

29. SPECIFIC PERFORMANCE:

Notwithstanding anything contained in this Purchase Order, the Seller acknowledges that compensation is inadequate and
insufficient to protect the Purchaser against breach of this Agreement by the Seller and the Seller agrees that without prejudice to
any legal rights the Purchaser may otherwise have, the Purchaser shall be entitled to approach the Court of Law for the granting of
equitable relief, including an injunction and specific performance, in Purchasers favour without proof of actual damages or posting
a bond.
Notwithstanding the existence of any dispute or arbitration in terms hereof or otherwise, the Seller shall continue and be bound to
continue and perform the works to completion in all respects according to the Contract (unless the Contract or works be determined
by the Owner or by the Seller under the provisions of the Contract), and the Seller shall remain liable and bound in all respects
Page 61 of 202


GPC-IMP-A043-J ULY15-REV1 Page 6 of 15
under the Contract.

30. FOREIGN LIABILITY CLAUSE:
It is expressly understood and agreed by and between Seller and Purchaser that they are entering into this agreement solely
on their own behalf and not on behalf of any other person or entity. In particular, it is expressly understood and agreed that the
Government of India is not a party to this agreement and has no liabilities, obligations or right hereunder. It is expressly
understood and agreed that the Purchaser is an independent legal entity with power and authority to enter into contracts solely
on its on behalf under the applicable laws of India and general principles of contracts law. The Seller expressly agrees,
acknowledges and understands that the Purchaser is not an agent, representative or delegate of the Government of India. It is
further understood and agreed that the Government of India is not and shall not be liable for any acts, omission, and
commissions, breaches or other wrongs arising out of the contract. Accordingly, Seller actions or claims including cross claims,
implored claims, or counter claims against the Government of India arising out of the Contract and covenants not to sue the
Government of India as to any manner, claim, and cause of action or thing whatsoever arising out of or under this agreement.

31.0 LAW AND JURISDICTION:
The Purchase Order shall be governed by Indian Laws. The Seller hereby agrees that the Court situated at New Delhi alone shall
have the jurisdiction to hear and determine all action and proceedings arising out of this contract.




Page 62 of 202


GPC-IMP-A043-J ULY15-REV1 Page 7 of 15

PART-B: PACKING MARKING & SHIPPING SEPCIFICATIONS (IMPORTS)
1. WEIGHTS AND MEASUREMENTS: This should be strictly adhered to.
The shipping documents, invoices, packing lists and all other relevant documents shall contain the same units of weights and
measurements as given in the Purchasers Purchase Order.
2. PACKING AND MARKING:
All equipment/materials shall be suitably packed in weatherproof seaworthy packing for ocean transport under tropical
conditions and for road or other appropriate transport in India. The packing shall be strong and durable enough to ensure safe
perseverance upto final point of destination. All packing shall be done in such a manner so as to reduce volume & weight as
much as possible, without jeopardising the safety of the material. All packing shall be new and unless otherwise specified, shall
be of packers standard for export shipment.
Equipment/Materials shall be protected by suitable coat of paint and all bright parts protected from rust by application of rust
preventive as may be necessary. All machined surfaces shall be suitably protected.
Chemicals in powder form, catalysts, refractory and lining materials etc. shall be packed in drum only.
All fragile and all exposed parts will be packed with care and the packages shall bear the words HANDLE WITH CARE,
GLASS FRAGILE, DONT ROLL, THIS END UP, THIS END DOWN to be indicated by arrow. Fragile articles should be
adequately packed with special packing materials depending upon the type of material.
A distinct colour splash in say red-black around each package/crate/bundle shall be given for identification.
All pipes and sheets shall be marked with strips bearing progressive No.
In case of bundles, the shipping marks shall be embossed on metal or similar tag and wired securely on each end.
For bulk uniform materials when packed in several cases, progressive serial numbers shall be indicated on each case.
All nozzles, holes and openings as also all delicate surfaces shall be carefully protected against damage and bad weather.
Flange faces of all nozzles shall be protected by blanks. All manufactured surfaces shall be painted with rust proof paint.
All threaded fittings shall be greased and provided with plastic caps.
All small pieces shall be packed in cases.
All mechanical and electrical equipment and other heavy articles should be securely fastened to the bottom of the case and
shall be blocked and braced to prevent movement and damage.
All packages requiring handling by crane should have sufficient space at appropriate place to put sling of suitable dia and
strength). Iron/steel angle should be provided at the place where sling markings are made to avoid damage to
package/equipment while lifting.
Attachments and Spare Parts of equipments and all small pieces shall be packed separately in wooden cases with adequate
protection inside the case and wherever possible should be sent along with the main equipment. Each item shall be tagged so
as to identify it with the main equipment and part number and reference number shall be indicated.
All protrusions shall be suitably protected and openings shall be blocked by wooden/steel covers as may be required.
Wherever required equipment/ materials shall be packed in eco- friendly bags and silica gel or similar dehydrating compound
shall be put inside the bags to protect them.
Detailed case wise packing list in water proof envelope shall be inserted in each package together with equipment / material.
One copy of Detailed Packing List shall be fastened outside of the package in water proof envelope and covered by metal
cover. In case of bigger dia pipes and large equipments, documents contained in the envelope shall be fastened inside a shell
connection with an identifying arrow sign Documents applied with indelible paint.
Packed equipment or materials showing damage, defects or shortages resulting from improper packaging materials or packing
procedures or having concealed damages or shortage noticed at the time of unpacking, shall be subject to rejection and
replacement at no additional cost to the buyer.
The Seller shall be held liable for all damages or breakage to the goods due to defective or insufficient packing as well as for
corrosion due to insufficient greasing/protection.
On three sides of the packages, the following marks shall appear clearly visible in indelible paint and on Sellers care and
expenses:
From : (Seller)
To : Engineers India Limited
Onshore Gas Terminal Project of GSPC,
Andhra Pradesh, India
Order No. : Rev.No.:
Item :
Equipment / Nomenclature :
Net Weight Kgs.
Gross Weight Kgs.
Case No. Total cases :
Page 63 of 202


GPC-IMP-A043-J ULY15-REV1 Page 8 of 15
Dimensions :
NOTE:
Marking shall be bold-minimum letter height 5 cms.
For every order and every shipment, packages must be marked with serial progressive numbering. All packages will bear
warning signs on the outside denoting the centre of gravity and sling marks. Packages that require special handling and
transport should have their centre of gravity and points at which they may be gripped clearly indicated and marked Attention
Special Load Handle with Care in English Language. Any other direction for handling shall also be clearly indicated on the
package.
Top heavy containers will be marked either Top Heavy or Heavy Ends.
When packaging material is clean and light colour, a dark black stencil paint shall be acceptable. However,where packaging
material is soiled or dark, a coat of flat zinc white paint shall be applied and allowed to dry before applying the specific
markings.
In case of large equipments like vessels, heat exchangers, etc. documents contained in the envelope shall be fastened inside a
shell connection with an identifying arrow sign DOCUMENTS applied with indelible paint.
3. SHIPMENT AND SHIPMENT NOTICES:
The Seller shall make shipment only on receipt of Third Party Inspectors Inspection release note. As soon as any shipment is
made, the Seller shall send advance information in accordance with clause 4.4.
4. SHIPPING / SHIPPING DOCUMENTS / SHIPPING ADVISERS:
4.1 All shipment of materials shall be made by First Class vessels. The Seller shall arrange with Vessel Purchasers or Forwarding
Agents for proper storage of the entire Cargo intended for the project in a specific manner so as to facilitate the handling and
Off loading at the Port of Destination and to avoid any over carriage at the port of discharge. All shipment shall be under deck
unless carriage on deck is unavoidable.
All columns in the body of the bill of lading namely marks and Numbers, material description, weight particulars, etc. should be
filled-in accurately and such statement should be uniform in all the shipping documents. The freight particulars should mention
the basis of freight tonnage, heavy lift charges, if any, surcharge, discount, etc, clearly and separately and the net total freight
payable shown at the bottom.
4.2 SHIPPING DOCUMENTS:
All shipping documents viz.
- Bill of lading
- Invoice
- Packing List
- Certificate of Origin
- TPI release note
- MTC
which should be obtained in 3 stamped original plus as many copies as required, invoices, packing lists, freight memos (if the
freight particulars are not shown in the bills of lading), country of origin certificates, test/ composition certificate, shall be made
out against each shipment in as many number of copies as shown below. The bill of lading, invoice and packing list specifically
must show uniformly, the marks and numbers, contents case-wise, country of origin, consignees name, port of destination
and all other particulars as indicated under Clause 2. The invoice must show the unit rates and net total FOB price. Items
packed separately should also be invoiced and the value shown accordingly. Packing list must show, apart from other
particulars, actual contents in each case, net and gross weights and dimensions and the total number of packages. The
Sellers authorized representatives should duly sign all documents on all pages. Invoices should indicate the Bill of Lading and
Packing List No. Similarly Packing List should also indicate Bill of Lading and Invoice No. In case shipping documents are not
prepared correctly and EIL has to pay any demurrage due to delay in clearance the same shall be to Sellers account.
In case of Part Shipment of Goods allowed by EIL, invoice should clearly indicate the value of material consigned.
4.3 SHIPPING ARRANGEMENT
A) FOR FOB CONTRACTS:
Shipping Arrangements shall be made through nominated freight forwarder (in the country of exit). Shipping arrangements will
be made by the Shipping Co-ordination Officer, Chartering Division, Ministry of Shipping, New Delhi through their forwarding
Agents / Nominees. The Ministry needs minimum six(6) weeks time to arrange the ship. The Seller shall furnish the following
Cargo details at least 45 days prior to the date of validity of exercising CFR option, available to Owner/ Purchaser.
- Port of Shipment
- Date of Shipment
- Proforma packing showing no. of packages, size of packages, gross weight and volume weight
(M3)
Page 64 of 202


GPC-IMP-A043-J ULY15-REV1 Page 9 of 15
- Type, size and number of containers required.
Page 65 of 202


GPC-IMP-A043-J ULY15-REV1 Page 10 of 15


B) FOR CFR / CIF CONTRACTS:
All shipment of materials shall be made by First class direct vessels. All shipments shall be under deck unless carriage on deck
is unavoidable. If Shipment is on deck, advance approval of the Insurance Company is required.
If Seller finds that space on the Vessels is not available in any specific shipment, he should inform the Shipping Co-ordination
Officer, Ministry of Shipping, 1, Sansad Marg, New Delhi 110 001 (INDIA) (Fax No.: 0091 11 2371 8614 / 2335 2726 , E-
Mail- aso2@nic.in) and also to the Sr. Manager, Shipping, Engineers India Limited, Bhikaiji Cama Place, R K Puram, New Delhi
110 066, e-mail: pd.bhatt@eil.co.in.
Seller shall furnish to the respective nominated freight forwarder, the full details of consignment such as outside dimensions,
weights (both gross and net), No. of packages, technical description and drawings, name of the Seller, ports of loading, etc. Six
weeks notice shall be given by the Seller to enable the concerned agency to arrange the shipping space.
In case of supplies from USA, Export Licenses, if any, required from the American Authorities shall be obtained by the US
Sellers. If need be, assistance for obtaining such export licenses would be available from India Supply Mission at Washington.

SHIPMENT BY AIR:
Wherever the shipments are to be effected by Air, the same shall be dispatched through Consolidation Service Agent to be
nominated by EIL.
4.4 SHIPPING ADVICE:
4.4.1 Within 24 hours after shipment, the supplier shall send soft copy of shipping documents by way of Fax / Email to:
A) Bank Address
(Details shall follows)


B) Resident Construction Manager
Onshore Gas Terminal Project
Gujarat State Petroleum Corporation Ltd.
Mllavavram, KAKINADA
Andhra Pradesh, India

C) Sr. Manager ( Shipping )
Engineers India Limited
Engineers India Bhawan Annexe - 1st Floor
1, Bhikaji Cama Place,
R K Puram,
New Delhi - 110 066.
Phone No. 011-26763100 / 2038
Fax No,- 011-26192520 / 26187622
E-Mail Address- pd.bhatt@eil.co.in

Giving particulars of the shipment, vessels name / Airlines, Flight No. & Date on which material actually left (and not
tentative flight No. and Date). Port of Shipment, Bill of Lading No. and Date, contents in brief, Purchase Order
Number, Total Of FOB and Freight Values, number of packages and total gross weight, ETD & ETA of vessel. In
case of Air Shipment through consolidation services, information must contain both Master Airway Bill No. & House
Airway Bill No. .
4.4.2 In case of free replacement / supply of components / part, the supplier shall advise by Fax / E-Mail above dispatch
particulars alongwith specific statement Free Supply Value for custom purpose only and particulars of original
shipment i.e. vessels name, Bill of lading No. and Date, Invoice No. etc and send documents to EIL (Port Office,
Vizag) with Invoice bearing this statement.
4.4.3 ADDRESS OF EIL OFFICES:
Sr. Manager (Shipping)
Engineers India Limited
Engineers India Bhawan Annexe - 1st Floor
1 Bhikaiji Cama Place,
R K Puram,
New Delhi 1100 066 (INDIA)
Phone No. 011-26763100 / 2038
Fax No,- 011-26192520 / 26187622
E-Mail Address- pd.bhatt@eil.co.in
Page 66 of 202


GPC-IMP-A043-J ULY15-REV1 Page 11 of 15
4.4.4 ADDRESS OF EIL OVERSEAS OFFICES:
Sr. Manager (Inspection)
Engineers India Limited
INDIA HOUSE (6th Floor)
THE STRAND, ALDWYCH
LONDON WC 2B-4 NA, UK
4.4.5 ADDRESS OF GSPC OFFICE :
Resident Construction Manager
Onshore Gas Terminal Project
Gujarat State Petroleum Corporation Ltd.
Mallavavram, KAKINADA
Andhra Pradesh, India
4.4.6 TRANSMISSION OF SHIPPING DOCUMENTS:
Foreign Seller shall obtain the shipping documents in eight complete sets including three original stamped copies of
the Bill of Lading as quickly as possible after the shipment is made and airmail as shown below so that they are
received at least three weeks before the vessels arrival. Foreign Seller shall be fully responsible for any delay and/or
demurrage in clearance of the consignment at the port due to delay in transmittal of the shipping documents. If in
terms of letter of credit , the complete original set of documents are required to be sent to EIL through bank, the
distribution indicated below will confine to contain copies of documents only minus originals.

5. TRANSIT RISK INSURANCE:
Insurance against all marine and transit risks shall be covered under the Purchasers marine policy. However, the Seller shall
ensure that in effecting shipments clear bills of lading/Airway bills are obtained and the carriers responsibility is fully retained on
the Carriers so that the consignees interests are fully secured and are in no way jeopardized. Immediately on shipment the
Seller shall send the details of shipment by fax/E-Mail to the Insurance Company whose address / contact details are indicated
in the Purchase Order.
6. SPECIAL PACKAGING REQUIREMENTS:
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.
DOCUMENTS PROJ. MGR., NEW DELHI RCM, EIL
Bill of lading 4 2
Invoice 4 2
Packing List 4 2
Certificate of Origin 4 2
TPI Release Note 4 2
MTC 4 2
The treatment of raw / solid wood packaging material prior to export shall include either Methyl Bromide (MB) @ 48 g/m3 for 16
Hrs. at 210C and above or any equivalent thereof or Heat Treatment (HT) at 560C 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 or 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 6 mm thickness) unless they are found to be harbouring any
pests.
In case of non-compliance with the above, any extra costs that the Purchase shall incur shall be to Sellers account.
Page 67 of 202


GPC-IMP-A043-J ULY15-REV1 Page 12 of 15
REV.01
PROFORMAOFBANKGUARANTEE
(PERFORMANCE)
(ForForeignSuppliers)
To
EngineersIndiaLimited
EngineersIndiaBhawan
1BhikaijiCamaPlace
R.K.Puram
NewDelhi110066

KindAtt.:Head(LSTKFinance)
RFQNO.:_______________________
OFFERNO.______________________
ITEM:_________________________
SUPPLIERSNAME:________________

DearSirs,

InconsiderationoftheEngineersIndiaLimited,1BhikaijiCamaPlace,R.K.Puram,NewDelhi110066(hereinaftercalledthePurchaserwhich
expression shall include its successors and assigns having awarded ________________________________ work to M/s (Name)
_______________________________________ (Constitution)___________________________(Address)_____________________________
(hereinafterreferredtoastheSupplierwhichexpressionshallwhereverthesubjectorcontextsopermitsincludeitssuccessorsandassigns)a
supplycontract interms interalia, of thePurchasersLetterNo.______________________dated__________hereinafterreferredtoasthe
ContractandthegeneralpurchaseconditionsofthepurchaserandupontheconditionofSuppliersfurnishingsecurityforthePerformanceofthe
Suppliersobligationsand/ordischargeoftheSuppliersliabilitiesunderand/orinconnectionwiththesaidsupplycontractforasumof(Currency)
________________________onlyamountingto10%(tenpercent)ofthetotalcontractvalue.

We _______________________________________ (name) a body / corporate registered/constituted under the laws of


___________________________andhavingaBranchat______________________(hereinaftercalledtheBankwhichexpressionshallincludeits
successors and assigns) with the intent to bind the Bank and its successors and assigns, hereby undertake to pay the Purchaser at
__________________(place)onfirstdemandinwritingwithoutprotestordemurorprooforsatisfactionorconditionandwithoutreferenceto
supplieranyandallamountsfromtimetotimedemandedbythePurchaserfromtheBankwithreferencetothisGuarantee/Undertakinguptoan
aggregatelimitof(Currencyinfigures)_____________(Currencyinwords________________________only).

ANDTHEBANKDOTHHEREBYFURTHERAGREEASFOLLOWS:

1. ThisGuarantee/UndertakingshallbeacontinuingGuarantee/Undertakingandshallremainvalidandirrevocableforallclaimsofthe
PurchaserandliabilitiesoftheSupplierarisinguptoanduntil___________plusclaimperiodof3months.

2. ThisGuarantee/UndertakingshallbeinadditiontoanyotherguaranteeorsecuritywhatsoeverthatthePurchasermaynoworatany
timehaveinrelationtotheSuppliersobligationsliabilitiesunderand/orinconnectionwiththesaidsupplycontractandthePurchaser
shallhavefullauthoritytotakerecoursetoorreinforcethissecurityinpreferencetotheothersecurity(ies)atitssolediscretion,andno
failureonthepartofthePurchaserinenforcingorrequiringenforcementofanyothersecurityshallhavetheeffectofreleasingtheBank
fromitsfullliabilityhereunder.

3. ThePurchasershallbeatlibertywithoutreferencetotheBankandwithoutaffectingthefullliabilityoftheBankhereundertotakean
othersecurityinrespectoftheSuppliersobligationand/orliabilitiesunderorinconnectionwiththesaidsupplycontractandtovarythe
termsvisvistheSupplierofthesaidsupplycontractortogranttimeand/orindulgencetotheSupplierortoreduceortoincreaseor
otherwisevarythepricesofthetotalcontractvalueortoreleaseortoforebearfromenforcementofalloranyoftheobligationsofthe
Supplierunderthesaidsupplycontractand/ortheremediesofthePurchaserunderanyotherGuarantee(s)orSecurity(ies)nowor
hereafterheldbythePurchaserandnosuchdealing(s),variation(s),reduction(s)orotherindulgence(s)orarrangement(s)withthe
SupplierorreleaseorforbearancewhatsoevershallhavetheeffectofreleasingtheBankfromitsfullliabilitytothePurchaserhereunder
orofprejudicingrightsofthePurchaseragainsttheBank.

4. ThisGuarantee/Undertakingshallnotbedeterminedoraffectedbytheliquidationorwindingup,dissolution,orchangeofconstitutionor
insolvencyoftheSupplieroranychangeinthelegalconstitutionoftheBankorofthePurchaser.

5. BankherebywaivesallrightsatanytimeinconsistentwiththetermsofthisGuarantee/UndertakingandtheobligationsoftheBankin
terms hereof shall not be anywiseaffected orsuspendedbyreasonsofany disputeordisputes havingbeen raisedby theSupplier
(whetherornotpendingbeforeanyArbitrator,Officer,TribunalorCourt)oranydenialofliabilitybytheSupplieroranyotherorderfor
CommunicationwhatsoeverbytheSupplierstoppingorpreventingorpurportingtostoporpreventanypaymentbytheBanktothe
Purchaserintermshereof.

6. Notwithstandinganythingcontainedherein:

Page 68 of 202


GPC-IMP-A043-J ULY15-REV1 Page 13 of 15
(a) TheBanksliabilityunderthisGuarantee/Undertakingshallnotexceed(Currencyinfigures)_________________
(Currencyinwords______________________only).

(b) This Guarantee/Undertaking shall remain in force upto _____________ (here put the entire period required for the
performanceofthecontractandthedefectliabilityperiodplus3(three)monthsclaimperiodandanyextensionsthereofifany).

(c) TheBankshallbereleasedanddischargedfromallliabilityunderthisGuarantee/Undertakingunlessawrittenclaimordemand
isissuedtotheBankonorbefore_____________plus3monthsperiodorthedateofexpiryofanyextension(s)thereofifthis
guarantee/undertakinghasbeenextended.

7. TheBankdothherebydeclaresthatShri______________________(name&designationofthepersonauthorizedtosignonbehalfofthe
Bank)isauthorizedtosignthisGuarantee/UndertakingonbehalfoftheBankandtobindtheBankthereby.

Yoursfaithfully,

(Signature)

NAME&DESIGNATION
NAMEOFTHEBANK

NOTE

1. ThisGuaranteeisrequiredtobestampedasanagreementaccordingtotheStampDutyAct.

2. ThePerformanceBankGuaranteeshallbestrictlyasperaboveproformaandshallbethroughascheduledbankoperatinginIndia,
includingtheIndianBranchofaFoerignBankrecognizedasascheduledBankinIndia.

3. BankGuaranteefromForeignBranchwillbeacceptedonlyifsameiscountersignedbytheirIndianBranchorbyanyscheduledIndian
Bank.

4. Thebankshallprovidedetailsvizcontactperson,telephonenumber,faxnumber,emailaddressandaddressoftheControlling/Regional
OfficeofissuingbankforverificationofauthenticityofBankGuarantee.

5. ThisGuaranteeisrequiredtobesentbySellersBankersdirectlytotheHead(LSTKFinance),EngineersIndiaLimited,EIBhawan,3
rd
Floor,
1,BhikaijiCamaPlace,NewDelhi110066.


























Page 69 of 202


GPC-IMP-A043-J ULY15-REV1 Page 14 of 15


REV.01
PROFORMAOFBANKGUARANTEE
ADVANCE(FOREIGN)
(Onnonjudicialstamppaperofappropriatevalue)
To
EngineersIndiaLimited
1BhikaijiCamaPlace
NewDelhi110066
Attn.:Head(LSTKFinance)
RFQ.NO. :
OFFERNO. :
ITEM :
SUPPLIERSNAME :
DearSirs,

EngineersIndiaLimited,1,BhikaijiCamaPlace,NewDelhi110066(hereinaftercalledthePurchaserwhichexpressionshallincludeitssuccessors
andassigns)hasawardedM/s____________________________________(hereinaftercalledTheSupplierwhichexpressionshallincludeits
successors and assigns) the work of designing, manufacturing, fabricating and supply of ______________________ in terms of a contract as
constitutedbyPurchaseOrderNo.____________________dated_________________issuedbythePurchasertotheSupplier(hereinaftercalled
TheContractwhichexpressionincludealltheamendmentsand/ormodificationsofthePurchaseOder).

AND WHEREAS the Purchaser has agreed to advance the Supplier a sum of (Currency in Figures) _________________ (Currency in
Words_________________________________________only)hereinaftercalledTheAdvanceasfinancialassistancetotheSupplierunderthe
Contractonthecondition,interalia,thattheadvanceshallbesecuredbyaBankGuaranteeashereinafterappearing:

We ______________________________ Bank _____________________ a Bank incorporated/ constituted under the laws of


_____________________andhavingitregistered/principalofficeat_________________________________(hereinaftercalledTheBankwhich
expressionshallincludeoursuccessorsandassigns)inconsiderationoftheaforesaidpromisesandattherequestoftheSupplierDOHEREBYbind
ourselvesandoursuccessorsandassigns,andirrevocableundertaketopaythePurchaseronfirstdemandinwritingwithoutprotestordemuror
prooforconditionandwithoutreferencetotheSupplieranyandallamountsatanytimeandfromtimetotimeclaimedbyyou,asduetoyouunder
orinrespectofthesaidadvance,anddemandedbyyoufromus,withreferencetothisundertakingforanaggregatelimitof(CurrencyinFigures)
_____________(CurrencyinWords__________________________only).

AND,we,theBankDOHEREBYfurtheragreeasfollows:

(i) ThePurchasershallhavethefullestlibertywithoutreferencetotheBankandwithoutaffectinginanywaytheliabilityoftheBankunder
thisGuarantee/Undertaking,atanytimeand/orfromtimetotimetoanywisevarytheContractand/oranyoftermsandconditions
thereoforoforrelativetotheadvanceandtoextendtimefortheperformanceoftheContractand/orrepaymentoftheadvanceorto
postponeforanytimeorfromtimetotimetheobligationsoftheSupplierandtowaiveorpostponeexerciseofanyoftherightsavailable
tothePurchaseragainsttheSupplierortoforebearfromenforcinganyofthetermsorconditionsoftheContractand/ortheadvanceor
anysecurity(ies)availabletothePurchaser,ANDtheliabilityoftheBankshallremaininfullforceandeffectnotwithstandinganyexercise
bythePurchaserofthelibertywithreferencetoanyorallthemattersaforesaidorbyreasonoftimebeinggiventotheSupplierorany
forbearance,waiver,actoromissiononthepartofthePurchaseroranyindulgencebythePurchasertotheSupplieroranyotheract,
matter or thing whatsoever which under the law relating to sureties would have the effect of releasing the Bank from its liability
hereunder or any part thereof, AND the BANK DOTH HEREBY waive all rights at any time inconsistent with the terms of this
Guarantee/Undertaking.

(ii) It shall not be necessary for the Purchaser to proceed against the Supplier before proceeding against the Bank and this
guarantee/undertakingshallbeenforceableagainsttheBankasprincipaldebtornotwithstandingtheexistenceofanyothersecurityfor
anyindebtednessoftheSuppliertothePurchaser(includingrelativetotheadvance)andnotwithstandingthatanysuchsecurityshallat
thetimewhenclaimismadeagainsttheBankorproceedingstakenagainsttheBankbeoutstandingorunrealized.

(iii) AsbetweentheBankandthePurchaserforthepurposeofthisguarantee/undertakingtheamountclaimedbythePurchaserfromthe
Bankwithreferencetothisguarantee/undertakingshallbefinalandbindinguponthebankastotheamountpayablebytheBanktothe
Purchaserhereunder.

(iv) TheliabilityoftheBanktothePurchaserunderthisguarantee/undertakingshallremaininfullforceandeffectnotwithstandingthe
existenceofanydifferenceordisputebetweentheSupplierandthePurchaser,theSupplierandtheBankand/ortheBankandthe
Purchaser, or otherwise howsoever touching or affecting these presents or the liability of the Supplier to the Purchaser, and
notwithstandingtheexistenceofanyinstructionsorpurportedinstructionsoftheSupplieroranyotherperson(s)totheBanknottopay
orforanycausewithholdordeferpaymenttothePurchaserunderthesepresentswiththeintentthatnotwithstandingtheexistenceof
suchdifference,disputeorinstruction,theBankshallbeandremainliabletomakepaymenttothePurchaser.

(v) Thisguarantee/undertakingshallnotbeaffectedbyanychangeintheconstitutionoftheBankorthatoftheSupplierorthePurchaser,or
anyirregularityintheexerciseofborrowingpowersbyoronbehalfoftheSupplier.

Page 70 of 202


GPC-IMP-A043-J ULY15-REV1 Page 15 of 15

(vi) Thisguarantee/undertakingshallbevalidforallclaims/demandsmadebythePurchasertooruponusupto____________________
providedalwaysthatifforanyreasons,theSupplierisunabletocompletesuppliesundertheContract,theBankshallattherequestof
thePurchaserandwithoutrecoursetotheSupplierextendthevalidityofthisguarantee/undertakingforafurtherperiodofsixmonths.
Forthepurposeofthisclause,thePurchasersstatementthattheSupplierisunabletocompletesuppliesunderthecontractshallbe
conclusiveandfinalbindingonus.

(vii) Notwithstandinganythingcontainedherein:

(a) The Banks liability under this Guarantee/Undertaking shall not exceed (Currency in Figures)__________ (Currency in
Words_______________________________only).
(b) ThisGuarantee/Undertakingshallremaininforceupto______________andanyextension(s)thereof;and
(c) TheBankshallbereleasedanddischargedfromallliabilityunderthisGuarantee/Undertakingunlessawrittenclaimordemand
isissuedtotheBankonorbefore________plus3monthsclaimperiod,orthedateofexpiryofanyextension(s)thereof,ifthis
guarantee/undertakinghasbeenextended.

(viii) TheBankDOTHHEREBYdeclarethatMr.______________(nameofthepersonsigningonbehalfoftheBank)whois_____________(his
designation),isauthorizedtosignthisguarantee/undertakingonbehalfoftheBankandtobindtheBankthereby.

Datedthis________________________dayof______________

Yoursfaithfully,

For_____________________________________________

Signature________________________________________

Name&Designation________________________________

NameoftheBranch________________________________

NOTE

1. ThisGuaranteeisrequiredtobestampedasanagreementaccordingtotheStampDutyAct.

2. TheAdvanceBankGuaranteeshallbestrictlyasperaboveproformaandshallbethroughascheduledbankoperatinginIndia,including
theIndianBranchofaForeignBankrecognizedasascheduledBankinIndia.

3. BGfromforeignbranchwillbeacceptedonlyifsameiscountersignedbytheirIndianBranchorbyanyscheduledIndianBank.

4. Thebankshallprovidedetailsvizcontactperson,telephonenumber,faxnumber,emailaddressandaddressoftheControlling/Regional
OfficeofissuingbankforverificationofauthenticityofBankGuarantee.

5. ThisGuaranteeisrequiredtobesentbySellersBankersdirectlytotheSr.Manager(F&A),EngineersIndiaLimited,1,BhikaijiCamaPlace,
NewDelhi110066.

Page 71 of 202

GPC-IND-OBE-A043-J UNE02-2011-REV1 Page 1 of 11




ENGINEERS INDIA LIMITED



GSPC ONSHORE GAS TERMINAL



GENERAL PURCHASE CONDITIONS
(INDIGENOUS)


INDEX

PART A: GENERAL PURCHASE CONDITIONS (INDIGENOUS)

1. DEFINITIONS
2. REFERENCE FOR DOCUMENTATION
3. CONFIRMATION OF ORDER
4. SALES CONDITIONS
5. COMPLETE AGREEMENT
6. INSPECTION - CHECKING - TESTING
7. OFFICIAL INSTITUTIONAL TESTING
8. OILS & LUBRICANTS
9. SPARE PARTS
10. TRANSIT RISK INSURANCE
11. RESPECT FOR DELIVERY DATES
12. DELAYED DELIVERY
13. DELAYS DUE TO FORCE MAJ EURE
14. REJ ECTION, REMOVAL OF REJ ECTED GOODS AND
REPLACEMENT
15. TRANSFER OF PROPERTY FROM THE
SELLER TO THE PURCHASER
16. PRICE
17. TERMS OF PAYMENT











18. RECOVERY OF SUMS DUE
19. CHANGES
20. TERMINATION OF CONTRACT
21. PATENTS AND ROYALTY
22. CONTROL REGULATION
23. PERFORMANCE GUARANTEE
24. NON-WAIVER
25. NON-ASSIGNMENT
26. PART ORDER/REPEAT ORDER
27. SELLERS DRAWINGS AND DATA REQUIREMENT
28. TECHNICAL INFORMATION
29 PROGRESS CHART AND EXPEDITING
30. SERVICES OF SELLERS PERSONNEL
31. SELLERS LIABILITIES
32. PURCHASERS MATERIAL
33. HEADINGS
34. SPECIFIC PERFORMANCE
35. J URISDICTION







Page 72 of 202

GPC-IND-A043-J UNE04-2011-Rev.2 Page 2 of 11
PART A: GENERAL PURCHASE CONDITIONS (INDIGENOUS)

1. DEFINITIONS:

The following expressions used in these General
Purchase Conditions (GPC) and the Purchase shall
have the meaning indicated against each of these:

The PURCHASER / OWNER means Engineers India
Limited, a company incorporated in India having its
registered office at Engineers India Bhawan, 1, Bhikaiji
Cama Place, RK Puram, New Delhi-110066 and shall
include its successors and assignees.

GOODS/MATERIALS : Goods and/or materials shall
mean any of the Articles, Materials, Machinery,
Equipment, Supplies, Drawings, Data and other property
and all services including but not limited to design,
delivery, installation, inspection, testing and
commissioning specified to complete the order.

SELLER : Seller shall mean the Person, Firm or
Corporation to whom the Fax of Acceptance / Purchase
Order is issued.

Contractual Delivery Date : Contractual Delivery
Date is the date on which goods shall be delivered
F.O.T dispatching point/destination in accordance with
the terms of the Purchase Order. The contractual
delivery date/period is inclusive of all the lead time for
engineering, procurement of raw materials,
manufacturing, inspection, testing packing and any other
activities whatsoever required to be accomplished for
effecting the delivery at the agreed delivery point.

Procurement co-coordinators /Managers :
Purchasers authorized representative appointed as
procurement co-ordinators/ manager.

INSPECTORS : Inspectors deputed / authorized by
Purchaser / procurement co-ordinator / managers.

CLIENT: Client means Gujarat State Petroleum
Corporation Ltd.

PROJECT: Onshore Gas Terminal at Mallavaram,
Andhra Pradesh for Deen Dayal Field
Development.

2. REFERENCE FOR DOCUMENTATION:

Purchase Order / Purchase Requisition number must
appear on order confirmation, correspondence,
drawings, invoices, shipping notes, packing and/ or any
documents or paper connected with the Order.

3. CONFIRMATION OF ORDER:

The Seller shall acknowledge the receipt of the Fax of
Acceptance (FOA) / Purchase Order within seven days
following the date of the FOA / Purchase Order and shall
thereby confirm his acceptance of the FOA / Purchase
Order without any exceptions. This acknowledgment will
bear on both FOA / Purchase Order and General
Purchase Conditions

4. SALES CONDITIONS:

With Sellers acceptance of provision of the Purchase
Order, he waives and considers as cancelled any of his
general sales conditions.

5. COMPLETE AGREEMENT:

The terms and conditions of the Purchase Order shall
constitute the entire Agreement between the parties
hereto. Changes will be binding only if the amendments
are made in writing and signed by an authorized
representative of the Purchaser.

6. INSPECTION-CHECKING-TESTING:

The equipment, materials and workmanship covered by
the Purchase Order are subject to inspection and testing
at any time prior to shipment and/or despatch and to
final inspection within a reasonable time after arrival at
the place of delivery. Inspectors shall have the right to
carry out the inspection and testing which will include the
raw materials at manufacturers shop, at fabricators
shop and at the time of actual despatch before and after
completion of packing.

All tests, mechanical and others as specified in the
Purchase Requisition and particularly those required by
codes will be performed at Sellers expenses and in
accordance with Inspectors instructions. The Seller will
also bear the expenses concerning preparation and
rendering of tests required by Boiler Inspectorate or
such other statutory testing agencies or by Lloyds
Register of Shipping and Industrial Services as may be
required.

The salaries and fees of Inspectors and their travelling,
lodging and boarding expenses will not be borne by the
Seller unless inspection becomes anfractuous due to
any omission or commission on the part of the Seller.
Before shipping or despatch, the equipment and/or
materials will have to be checked and stamped by
Inspectors who are authorized also to forbid the use and
despatch of any equipment and/or materials which
during tests and inspection fail to comply with the
specification, codes and testing requirements.

The Seller shall:

- Inform Procurement Coordinator/Managers at
least eight days in advance of the exact place,
date and time of rendering the equipment or
materials for required inspection.

- Provide free access as required to Inspectors
during normal and / or extended working hours
Page 73 of 202

GPC-IND-A043-J UNE04-2011-Rev.2 Page 3 of 11
to Sellers or his/its sub-Suppliers works and
place at their disposal all useful means of
performing, checking, marking, testing,
inspection and final stamping.

Even if the Inspections and tests are fully carried out,
Seller would not be absolved to any degree from his
responsibilities to ensure that all equipment and material
supplied comply strictly with requirements as per
agreement both during manufacturing, at the time of
delivery, inspection, on arrival at site and after its
erection or start-up and guarantee period as stipulated
in Clause 29 herein.

The Sellers responsibility will not be lessened to any
degree due to any comments made by Procurement
Coordinators/Managers and Inspectors on the Sellers
drawings or specifications or by inspectors witnessing
any chemical or physical tests. In any case, the
equipment must be in strict accordance with the
Purchase Order and/or its attachments failing which the
Purchaser shall have the right to reject the goods and
hold the Seller liable for non-performance of contract.

7. OFFICIAL INSTITUTIONAL TESTING:

In addition to testing and inspection by Inspectors
mentioned above, Lloyds register Industrial services or
similar institutional agencies like Boiler-Inspectorate may
be assigned for official testing of all coded equipment.
The Seller shall ensure that all Procedures for
preparation and Performance of test prescribed by such
institution shall be complied scrupulously.
The Seller is required to send to such institutions as
may be designed by the Purchaser at least three sets of
fabricated / manufactured drawings for each equipment
and calculations. All manufacturers mill test certificates
and analytical reports from material laboratories in
respect of all raw material and components employed
shall have to be presented to such Institutions
Inspectors in the number of copies required. Seller shall
be responsible for any delay in submission of necessary
certificates. The Seller shall maintain close liaison with
Procurement Co-ordinators and Institutions Inspectors
to maintain Schedule and delay, if any, in this process
will not be taken into consideration as a cause of Force
Majeure.

8. OILS & LUBRICANTS:

The first filling of oils and lubricants, if any, required for
every equipment shall be included in the price. The
Seller shall also recommend the quality / quantity of oils
and lubricants required for one-year continuous
operation.

9. SPARE PARTS:

The Seller must furnish item wise and priced list of spare
parts required for two years normal operation and
maintenance of the equipment and prime movers also.
The Seller shall provide the necessary cross - sectional
drawing to identify the spare parts numbers and their
location as well as an inter-changeability chart.

10. TRANSIT RISK INSURANCE:

The Purchaser against its/ Clients Open General Policy
(The name of the Insurance Co. will be conveyed
subsequently) shall cover transit Risk Insurance. The
Seller shall advise the dispatch particulars to the
Insurance Company under advice to the Procurement
Coordinators / Managers before shipment.

11. RESPECT FOR DELIVERY DATES:

Time of delivery as mentioned in the Purchase Order
shall be the essence of the agreement and no variation
shall be permitted except with prior authorization in
writing from the Purchaser. Goods should be delivered
securely packed and in good order and condition at the
place and within the time specified in the Purchase
Order for their delivery. The Purchaser reserves the right
to defer the period of delivery in writing.

12. DELAYED DELIVERY:

The time and date of delivery of materials / equipment
as stipulated in the Purchase Order shall be deemed to
be essence of the agreement. For any delay in delivery
of equipment / materials or part thereof beyond the
delivery date stipulated, as genuine pre estimate of the
damages suffered by the Purchaser, the Seller and
Purchaser agree that the Seller shall be liable to pay
compensation as under:

(i) IN CASES OTHER THAN PACKAGES : Accept
delayed delivery at prices reduced by a sum equivalent
to one half of one percent (1/2%) of the total value of
delayed equipment / item for every week of delay or part
thereof, limited to a maximum of five percent (5%) of the
total order value.
FOR PACKAGES WITH OR WITHOUT SITE
WORK : Accept delayed delivery, , at prices reduced by
a sum equivalent to one half of one percent (1/2%) of
the total order value for every week of delay or part
thereof, limited to a maximum of five percent (5%) of the
total order value.
(ii) Cancel the order in part or full and purchase such
cancelled quantities from elsewhere on account and at
risk and cost of the Seller, without prejudice to its right
under (i) above in respect to goods delivered.

13. DELAYS DUE TO FORCE MAJEURE:

No delay or failure in performance by either party shall
constitute default or give rise to any claim for damages
to the extent, such delay or failure cause by force
majeure.

Force majeure is an occurrence beyond the control and
without the fault or negligence of the parties and which
they are unable to prevent or provide against by the
exercise of reasonable diligence including acts of God or
Page 74 of 202

GPC-IND-A043-J UNE04-2011-Rev.2 Page 4 of 11
the public enemy ; war, rebellion, civil disturbances,
sabotage, and, riots, fire, explosions, and earthquakes
and other similar occurrence. The decision of purchaser
shall be final and binding on Seller.

The Seller must advise the Purchaser by a registered
letter duly certified by a local Chamber of Commerce or
statutory authorities, the beginning and the end of such
causes of delay immediately, but in no case later than
10 days from the beginning and end of each cause of
such Force Majeure condition defined above.

The extension of time for completion of the work or any
part of the work or any operation(s) involved therein
shall be the sole remedy of the Seller for any cause or
event of delay and the Seller shall not be entitled in
addition to or in lieu of such extension to claim any
damages or compensation for extended stay or
otherwise whether under the law governing contracts or
quasi-Seller or any other relationship, and the Seller
hereby waives and disclaims any and all contrary rights.

14. REJECTION, REMOVAL OF REJECTED
GOODS AND REPLACEMENT:
In case the testing and inspection at any stage by
Inspectors reveal that the equipment, material and
workmanship do not comply with the specification and
requirements, the Seller at his/its own expense and risk
shall remove the same within the time allowed by the
Purchaser. The Purchaser shall be at liberty to dispose
of such rejected goods in such a manner, as he may
think appropriate. In the event the Seller fails to remove
the rejected goods within the period as aforesaid, all
expenses incurred by the Purchaser for such disposal
shall be to the account of the Seller. The freight paid by
the Purchaser, if any, on the inward journey of the
rejected materials shall be reimbursed by the Seller to
the Purchaser before the rejected materials are
removed by the Seller.

The Seller shall have to proceed with the replacement of
that equipment or part of the equipment at Purchasers
stores / site, if so required by the Purchaser, without
claiming any extra payment. The time taken for
replacement in such event will not be added to the
contractual delivery period.

15. TRANSFER OF PROPERTY FROM THE
SELLER TO THE PURCHASER.
The transfer of property shall be deemed to have taken
place as follows subject to the provisions herein
contained:

15.1 F.O.T. despatch point: On handing over the
equipment to the carrier against receipt and
such receipt having been passed over to the
Purchaser.

15.2 Equipment sent freight/ carriage paid to the
Project site: On receipt of goods at site.

15.3 Equipment erected by the Seller; on
acceptance at job site.

15.4 Equipment commissioned by the Seller: On
taking over by the Purchaser for regular
operation after test run at maximum capacity
for specified period satisfactorily performed.
16. PRICE:

Unless otherwise agreed to in the terms of the Purchase
Order, the price shall be:

a) Firm and not subject to escalation for any reasons
whatsoever till the execution of entire order even though
it might be necessary for the order execution to take
longer than the delivery period specified in the order.

b) Inclusive of adequate road worthy packing and
forwarding charges upto effecting delivery at F.O.T.
despatch point in all cases whenever F.O.T destination
delivery terms are agreed to but exclusive of transit
insurance.

c) Exclusive of Central/State Sales Tax, Excise Duty and
or such imposts which are leviable by law on sales of
finished goods to Purchaser and/or Octroi duty, if any,
leviable at destination/ project site. The nature and
extent of such levies shall be shown separately.

17. TERMS OF PAYMENT:

Payment terms shall be as specified in the Enquiry /
Purchase Order.

All Cenvatable payments on account of Cenvatable
Taxes/Duties VAT shall be released on receipt of
Cenvatable /vattable copy of corresponding invoice
valid for availing CENVAT / VAT credit. Seller shall
ensure submission of proper documents for availing
CENVAT/ VAT benefits. In case the documents are not
found to be in order and GSPC is not able to claim
CENVAT/VAT, the amount of Duty / Tax to that extent
shall not be paid and if already paid, the same shall be
recovered from the Seller.

The financial settlement of Sellers Invoice is liable to be
withheld in the event the Seller has not complied with
submission of drawing, data and such documentation as
called for in Purchase Order and/or as required
otherwise.

18. RECOVERY OF SUMS DUE:

Whenever any claim against the Seller for payment of
sum of money arises out of or under the contract, the
Purchaser shall be entitled to recover such sums from
any sum then due or which at any time thereafter may
become due from the Seller under this or any other
contract with the Purchaser including right to encash the
PBG. In the event of encashment of PBG, the same
shall be re-stored to its original amount by the Seller
and should this sum be not sufficient to cover the
recoverable amount, the Seller shall pay to the
Page 75 of 202

GPC-IND-A043-J UNE04-2011-Rev.2 Page 5 of 11
Purchaser on demand the balance remaining due.

19. CHANGES

The Purchaser has the option at any time to make
changes in quantities ordered or in specifications and
drawings. If such changes cause an increase or
decrease in the price or in the time required for supply,
an equitable, adjustment under this provision must be
finalized within 10 days from the date when the change
is ordered.

20. TERMINATION OF CONTRACT
20.1 Termination for Default
20.1.1 The PURCHASER may, without prejudice to
any other remedy for breach of CONTRACT, by written
notice of default sent to the SELLER, terminate the
CONTRACT in whole or in part.
a) If the SELLER fails to deliver any or all of the
GOODS within the time period(s) specified in
the CONTRACT, or
b) If the SELLER fails to perform any other
obligation(s) under the CONTRACT and
c) If the SELLER, in either of the above
circumstances does not cure his failure within a
period of 30 days (or such longer period as the
PURCHASER may authorize in writing) after
receipt of the default notice from the
PURCHASER.
20.1.2 In the event the PURCHASER terminates the
CONTRACT in whole or in part, pursuant to Article
20.1.1, the PURCHASER may procure, upon such
terms and in such manner as it deems appropriate,
goods similar to those undelivered and the SELLER
shall be liable to the PURCHASER for any excess costs
for such similar GOODS. However, the SELLER shall
continue performance of the CONTRACT to the extent
not terminated.
20.1.3 In case of termination of CONTRACT herein
set forth (under clause 20) except under conditions of
Force Majeure and termination after expiry of contract,
the VENDOR shall be put under holiday (i.e. neither any
enquiry will be issued to the party by PURCHASER
against any type of tender nor their offer will be
considered by PURCHASER against any ongoing
tender (s) where contract between PURCHASER and
that particular VENDOR (as a bidder) has not been
finalized) for three years from the date of termination by
PURCHASER to such VENDOR.
20.2 Termination For Insolvency
20.2.1 The PURCHASER, may at any time terminate
the CONTRACT by giving written notice to the SELLER
without compensation to the SELLER, if the SELLER
becomes bankrupt or otherwise insolvent, provided that
such termination will not prejudice or affect any right of
action or remedy which has accrued or will accrue
thereafter to the PURCHASER.
20.3 Termination For Convenience
20.3.1 The PURCHASER may, by return notice sent to
the SELLER, terminate the CONTRACT, in whole or
part at any time for his convenience. The notice of
termination shall specify that termination is for the
PURCHASERs convenience, the extent to which
performance of work under the CONTRACT is
terminated and the date upon which such termination
becomes effective.
20.3.2 The goods that are complete and ready for
shipment within 30 days after the sellers receipt of
notice of termination shall be purchased by the
PURCHASER at the CONTRACT terms and prices. For
the remaining goods, the PURCHASER may opt
a) to have any portion completed and delivered at
the CONTRACT terms and prices, and / or
b) to cancel the remainder and pay to the seller
and agreed amount for partially completed
GOODS and for materials and parts previously
procure by the SELLER.

21. PATENTS AND ROYALTIES:

On acceptance of this order, the Seller will be deemed
to have entirely indemnified the Purchaser and
Procurement Coordinators/Managers from any legal
action or claims regarding compensation for breach of
patent rights which the Seller deems necessary to apply
for manufacturing the ordered equipment and/or
materials or which can in any way be connected in the
manufacture.

22. CONTROL REGUALTIONS:

The supply, despatch and delivery of goods shall be
arranged by the Seller in strict conformity with the
statutory regulations including provision of Industries
(Development and Regulation) Act, 1951 and any
amendment thereof as applicable from time to time.
The Purchaser disowns any responsibility for any
irregularity or contravention of any of the statutory
regulations in manufacture or supply of his stores
covered by this order.

23. PERFORMANCE GUARANTEE:

The Seller shall guarantee that any and all materials
used in execution of the Purchase Order shall be in strict
compliance with characteristics, requirements and
specifications agreed upon and that the same shall be
free from any defects. Checking of the Sellers drawings
by Procurement Co-coordinators/ Managers and their
approval and permission to ship or despatch the
equipment and materials guaranteed by Inspectors shall
not relieve the Seller from any part of his/its
responsibilities of proper fulfillment of the requirement.
The Seller will guarantee that all materials and
equipment shall be repaired or replaced as the case
may be, at his own expense in case the same have
been found to be defective in respect of materials,
workmanship or smooth and rated operation within a
period 15 months after the equipment/ material have
been put in service or 30 months from the date of
shipment, whichever is earlier.

The guarantee period for the replaced parts shall be 15
months starting from the date on which the
Page 76 of 202

GPC-IND-A043-J UNE04-2011-Rev.2 Page 6 of 11
replacements are put in service or period as specified
above in case of critical items, whichever is later.
Acceptance by the Purchaser or Inspectors of any
equipment and materials or their replacement will not
relieve the Seller of his/its responsibility concerning the
above guarantee.

The Seller shall furnish a Bank Guarantee for 10% of
total of total order value (as per proforma hereunder) to
support Sellers performance. This bank guarantee
shall remain in force for the entire period covered in
Performance Guarantee plus three months. Bank
Guarantee shall be from a Scheduled Bank(other than
cooperative bank)/ Nationalized Bank / Indian branch of
a foreign bank.

24. NON-WAIVER:

Failure of the Purchaser / Procurement Coordinators/
Managers to insist upon any of the terms or conditions
incorporated in the Purchase Order or failure or delay to
exercise any rights or remedies herein or by law or
failure to properly notify Seller in the event of breach, or
the acceptance of or payment of any goods hereunder
or approval of design shall not release the Seller and
shall not be deemed a waiver of any right of the
Purchaser / Procurement Coordinators/Managers to
insist upon the strict performance thereof or any of his or
their rights or remedies as to any such goods regardless
of when goods are shipped received or accepted nor
shall any purported oral modification or revisions of the
order by Purchaser/ Procurement
Coordinators/Managers act as waiver of the terms
hereof.

25. NON ASSIGNMENT:

The Seller without obtaining prior written consent of the
Purchaser shall not assign the Purchase Order to any
other agency.

26. PART ORDER/ REPEAT ORDER

Seller hereby agrees to accept part order at Purchasers
option without any limitation whatsoever and also accept
repeat order(s) during a period of 6 months from the
date of original purchase order on same unit prices,
terms and conditions.

27. SELLERS DRAWING AND DATA
REQUIREMENT:

The Seller shall submit drawings, data and
documentation in accordance with but not limited to
what is specified in the requisition and/or in the Seller
drawings and data form attached to the Purchase
Requisition and as called for in Clause 8, viz. Expediting
above. Types, quantities and time limits of submitting
this must be respected in its entirety failing which the
Purchase Order shall not be deemed to have been
executed for all purposes including settlement of
payment since the said submission is an integral part of
Purchase Order execution.

28. TECHNICAL INFORMATION:

Drawings, specifications and details shall be the
property of the Purchaser and shall be returned by the
Seller on demand. The Seller shall not make use of
drawings and specifications for any purpose at any time
save and except for the purpose of the Purchaser.

The Seller shall not disclose the technical information
furnished to or gained by the Seller under or by virtue of
or as a result of the implementation of the Purchase
Order to any person, firm or body or Corporate authority
and shall make all endeavours to ensure that the
technical information is kept CONFIDENTIAL. The
technical information imparted and supplied to the Seller
by the Purchaser shall at all times remain the absolute
property of the Purchaser.

29. PROGRESS CHART AND EXPEDITING:

The Seller shall submit to EIL within four (4) weeks from
the date of Fax Of Acceptance a BAR CHART showing
start and finish dates for various activities forming part of
the execution of the order and identifying the delivery
dates to this activity schedule. Seller shall update this
bar chart every fortnight showing the actual performance
of the activities and if and how the delivery date has
been affected thereby. Copies of the updated bar chart
will also be submitted for review of the progress of the
order.

Procurement Coordinator/Managers have been
assigned to expedite both manufacture and shipment of
equipment and materials covered by the Purchase
Order. The Procurement Co-coordinator/ Managers
shall have free access to Sellers shop and/or sub-
Suppliers shop at any time and they shall be provided
all the necessary assistance and information to help
them perform their job.

In order to facilitate over-all execution of the order within
the contractual delivery date, Seller shall furnish to
Procurement Coordinator / Manager within 4 weeks of
receipt of Purchase Order in required number of copies
of documents / detailed drawings such as but not limited
to schedule/PERT chart, unpriced copies of sub
orders/sub contracts, phased program of itemize
manufacturing, testing and delivery and any other
information/documentation as may be called for by the
Procurement Coordinators/Managers. All post order
correspondence shall be addressed to the DGM
(Inspection), with a copy to the Project Manager,
Engineers India Ltd., New Delhi.

30. SERVICES OF SELLERS PERSONNEL:

Upon three week advance notice, the Seller shall
depute the necessary personnel along with required
Tools & Tackles to site for supervision of erection and
start up of the equipment and train a few of the MRPL/
Page 77 of 202

GPC-IND-A043-J UNE04-2011-Rev.2 Page 7 of 11
EILs personnel for the operation and maintenance of
the equipment, if required by the Purchaser. The terms
and conditions for the services of the Seller shall be
mutually settled.

31. SELLERS LIABILITIES

The Sellers workmen or employees shall under no
circumstances be deemed to be in Purchasers
employment and the Seller shall hold himself
responsible for any claims which they or their heirs,
dependents or personal representatives may have or
make for damages or compensation for anything done
or committed to be done in the course of carrying out of
the work covered by this Purchase Order, whether
arising on Purchasers premises or elsewhere and
agrees to Indemnify the Purchaser against any such
claim or claims if made against the Purchaser and all
cost (as between attorney and purchaser) of
proceedings, suits or action which the Purchaser may
incur or sustain in respect of the same. The Seller shall
also procure and keep in force at his own cost
comprehensive automobile Liability insurance for
adequate coverage in respect of all his vehicle/s visiting
or plying in project premises. The Seller shall also be
responsible for compliance of existing laws in respect of
their workmen and employees.

32. PURCHASERS MATERIAL

a) Purchasers materials shall be delivered to the Seller
after the Seller submits the Bank Guarantee for
Indemnifying the full value thereof strictly in the manner
and as per Performa of Bank Guarantee approved by
the Purchaser.

b) Wherever possible, the material shall be consigned to
goods depot to be specifically confirmed by Seller. The
Seller at his responsibility and cost shall arrange
Loading/Unloading and any handling from the
destination.

c) The Seller shall give a firm and binding list of
Purchasers issue of materials which shall be duly
reviewed & approved by EIL and the desired schedule of
its delivery to shop floor strictly in accordance with the
sequence of fabrication vis-a-vis the contractual delivery
period.

d) Unused materials or scrap from material supplied by
the Purchaser to the Seller shall be returned by the
Seller to the Purchaser or if the Purchaser so directs the
Seller may dispose of the same by sale or otherwise on
such terms and conditions as the Purchaser may
stipulate and the Seller shall pay to the Purchaser the
sale proceeds of the material so disposed off by sale
deducting there from expenses incurred by the Seller on
such sale, the quantum of such deduction to be mutually
agreed upon in advance between the Purchaser and the
Seller.


33. HEADINGS:

The headings of the conditions hereof shall not affect
construction thereof.

34. SPECIFIC PERFORMANCE:

Notwithstanding anything contained in this Purchase
Order, the Seller acknowledges that compensation is
inadequate and insufficient to protect the Purchaser
against breach of this Agreement by the Seller and the
Seller agrees that without prejudice to any legal rights
the Purchaser may otherwise have, the Purchaser shall
be entitled to approach the Court of Law for the granting
of equitable relief, including an injunction and specific
performance, in Purchasers favour without proof of
actual damages or posting a bond.

Notwithstanding the existence of any dispute or
arbitration in terms hereof or otherwise, the Seller shall
continue and be bound to continue and perform the
works to completion in all respects according to the
Contract (unless the Contract or works be determined by
the Owner or by the Seller under the provisions of the
Contract), and the Seller shall remain liable and bound
in all respects under the Contract.

35. JURISDICTION

The Seller hereby agrees that the Court situated at New
Delhi alone shall have the jurisdiction to hear and
determine all action and proceedings arising out of this
contract.

Page 78 of 202

GPC-IND-A043-J UNE04-2011-Rev.2 Page 8 of 11



PROFORMAOFBANKGUARANTEE
ADVANCE(INDIGENOUS)
(Onnonjudicialstamppaperofappropriatevalue)
To
EngineersIndiaLimited
1BhikaijiCamaPlace
NewDelhi110066
Attn.:Head(LSTKFinance)
Project______________________
RFQNo._____________________
DearSirs,

Engineers India Limited, 1, Bhikaiji Cama Place, New Delhi110066 (hereinafter called the Purchaser which expression shall
include its successors and assigns) has awarded M/s ____________________________________ (hereinafter called The
Supplierwhichexpressionshallincludeitssuccessorsandassigns)theworkofdesigning,manufacturing,fabricatingandsupply
of ______________________ in terms of a contract as constituted by Purchase Order No. ____________________ dated
_________________issuedbythePurchasertotheSupplier(hereinaftercalledTheContractwhichexpressionincludeallthe
amendmentsand/ormodificationsofthePurchaseOder).

AND WHEREAS the Purchaser has agreed to advance the Supplier a sum of Rs._________________ (Rupees
_________________________________________________) hereinafter called The Advance as financial assistance to the
Supplier under the Contract on the condition, inter alia, that the advance shall be secured by a Bank Guarantee as hereinafter
appearing:

We ______________________________ Bank _____________________ a Bank incorporated/ constituted under the laws of


_____________________andhavingitregistered/principalofficeat_________________________________(hereinaftercalled
The Bank which expression shall include our successors and assigns) in consideration of the aforesaid promises and at the
request of the Supplier DO HEREBY bind ourselves and our successors and assigns, and irrevocable undertake to pay the
PurchaseronfirstdemandinwritingwithoutprotestordemurorprooforconditionandwithoutreferencetotheSupplierany
and allamountsat anytimeandfromtimetotimeclaimedbyyou,asduetoyouunderorinrespectofthesaidadvance,and
demanded by you from us, with reference to this undertaking for an aggregate limit of Rs. _____________ (Rupees
___________________________________________).

AND,we,theBankDOHEREBYfurtheragreeasfollows:

(i) ThePurchasershallhavethefullestlibertywithoutreferencetotheBankandwithoutaffectinginanywaytheliability
of the Bank under this Guarantee/Undertaking, at any time and/or from time to time to anywise vary the Contract
and/oranyoftermsandconditionsthereoforoforrelativetotheadvanceandtoextendtimefortheperformanceof
theContractand/orrepaymentoftheadvanceortopostponeforanytimeorfromtimetotimetheobligationsofthe
Supplier and to waive or postpone exercise of any of the rights available to the Purchaser against the Supplier or to
forebear from enforcing any of the terms or conditions of the Contract and/or the advance or any security(ies)
available to the Purchaser, AND the liability of the Bank shall remain in full force and effect notwithstanding any
exercise by the Purchaser of the liberty with reference to any orall the mattersaforesaid orbyreasonoftime being
giventotheSupplieroranyforbearance,waiver,actoromissiononthepartofthePurchaseroranyindulgencebythe
PurchasertotheSupplieroranyotheract,matterorthingwhatsoeverwhichunderthelawrelatingtosuretieswould
have the effect of releasing the Bank from its liability hereunder or any part thereof, AND the BANK DOTH HEREBY
waiveallrightsatanytimeinconsistentwiththetermsofthisGuarantee/Undertaking.

(ii) ItshallnotbenecessaryforthePurchasertoproceedagainsttheSupplierbeforeproceedingagainsttheBankandthis
guarantee/undertakingshallbeenforceableagainsttheBankasprincipaldebtornotwithstandingtheexistenceofany
other security for any indebtedness of the Supplier to the Purchaser (including relative to the advance) and
notwithstanding that any such security shall at the time when claim is made against the Bank or proceedings taken
againsttheBankbeoutstandingorunrealized.

(iii) As between the Bank and the Purchaser for the purpose of this guarantee/undertaking the amount claimed by the
PurchaserfromtheBankwithreferencetothisguarantee/undertakingshallbefinalandbindinguponthebankasto
theamountpayablebytheBanktothePurchaserhereunder.

(iv) The liability of the Bank to the Purchaser under this guarantee/undertaking shall remain in full force and effect
notwithstandingtheexistenceofanydifferenceordisputebetweentheSupplierandthePurchaser,theSupplierand
the Bank and/or the Bank and the Purchaser, or otherwise howsoever touching or affecting these presents or the
liability of the Supplier to the Purchaser, and notwithstanding the existence of any instructions or purported
instructionsoftheSupplieroranyotherperson(s)totheBanknottopayorforanycausewithholdordeferpayment
Page 79 of 202






GPC-IND-A043-J UNE04-2011-Rev.2 Page 9 of 11
tothePurchaserunderthesepresentswiththeintentthatnotwithstandingtheexistenceofsuchdifference,disputeor
instruction,theBankshallbeandremainliabletomakepaymenttothePurchaser.

(v) Thisguarantee/undertakingshallnotbeaffectedbyanychangeintheconstitutionoftheBankorthatoftheSupplier
orthePurchaser,oranyirregularityintheexerciseofborrowingpowersbyoronbehalfoftheSupplier.

(vi) This guarantee/undertaking shall be valid for all claims/demands made by the Purchaser to or upon us upto
____________________providedalwaysthatifforanyreasons,theSupplierisunabletocompletesuppliesunderthe
Contract,theBankshallattherequestofthePurchaserandwithoutrecoursetotheSupplierextendthevalidityofthis
guarantee/undertaking for a further period of six months. For the purpose of this clause, the Purchasers statement
thattheSupplierisunabletocompletesuppliesunderthecontractshallbeconclusiveandfinalbindingonus.

(vii) Notwithstandinganythingcontainedherein:

(a) The Banks liability under this Guarantee/Undertaking shall not exceed Rs. _______ (Rupees
__________________________________only).
(b) ThisGuarantee/Undertakingshallremaininforceupto______________andanyextension(s)thereof;and
(c) The Bank shall be released and discharged from all liability under this Guarantee/ Undertaking unless a
writtenclaimordemandisissuedtotheBankonorbefore________plus3monthsclaimperiod,orthedateof
expiryofanyextension(s)thereofifthisguarantee/undertakinghasbeenextended.

(viii) TheBankDOTHHEREBYdeclarethatMr.______________(nameofthepersonsigningonbehalfoftheBank)whois
_____________ (his designation), is authorized to sign this guarantee/undertaking on behalf of the Bank and to bind
theBankthereby.

Datedthis________________________dayof______________

Yoursfaithfully,

For_____________________________________________

Signature________________________________________

Name&Designation________________________________

NameoftheBank&Branch________________________________

NOTE

1. ThisGuaranteeisrequiredtobestampedasanagreementaccordingtotheStampDutyAct.

2. TheAdvanceBankGuaranteeshallbestrictlyasperaboveproformaandshallbethroughIndianorForeignBranches
ofIndianScheduledBanks(otherthanCooperativeBank)/NationalizedBankorIndianBranchesofForeignBanks.

3. The bank shall provide details viz contact person, telephone number, fax number, email address and address of the
Controlling/RegionalOfficeofissuingbankforverificationofauthenticityofBankGuarantee.

4. ThisGuaranteeisrequiredtobesentbySellersBankersdirectlytotheHead(LSTKFinance),EngineersIndiaLimited,EI
Bhawan,3
rd
Floor,1,BhikaijiCamaPlace,NewDelhi110066.











Page 80 of 202






GPC-IND-A043-J UNE04-2011-Rev.2 Page 10 of 11



PROFORMAOFBANKGUARANTEE
(PERFORMANCE)
(Onnonjudicialstamppaperofappropriatevalue)
(ForIndigenousSuppliers)
To

EngineersIndiaLimited
EngineersIndiaBhawan
1BhikaijiCamaPlace
R.K.Puram
NewDelhi110066

KindAtt.:Head(LSTKFinance)
RFQNO.:_______________________

DearSirs,

In consideration of the EngineersIndiaLimited, 1 BhikaijiCamaPlace,R.K. Puram,NewDelhi110066(hereinaftercalled the


Purchaser which expression shall include its successors and assigns having awarded ________________________________
work to M/s (Name) _______________________________________ (Constitution) ___________________________ (Address)
_____________________________ (hereinafter referred to as the Supplier which expression shall wherever the subject or
context so permits include its successors and assigns) a supply contract in terms interalia, of the Purchasers Letter No.
______________________ dated__________hereinafterreferredtoastheContractandthegeneralpurchaseconditionsof
thepurchaser anduponthecondition of Suppliers furnishingsecurityforthePerformanceoftheSuppliersobligationsand/or
discharge of the Suppliers liabilities under and/or in connection with the said supply contract for a sum of Rs.
_______________________onlyamountingto10%(tenpercent)ofthetotalcontractvalue.

We _______________________________________ (name) a body / corporate registered/constituted under the laws of


___________________________andhavingaBranchat______________________(IndianBranchAddress)(hereinaftercalled
the Bank which expression shall include its successors and assigns) with the intent to bind the Bank and its successors and
assigns, hereby undertake to pay the Purchaser at __________________ (place) on first demand in writing without protest or
demurorprooforsatisfactionorconditionandwithoutreferencetosupplieranyandallamountsfromtimetotimedemanded
by the Purchaser from the Bank with reference to this Guarantee/Undertaking upto an aggregate limit of Rs.
_________________(Rupees___________________________only).

ANDTHEBANKDOTHHEREBYFURTHERAGREEASFOLLOWS:

1. ThisGuarantee/UndertakingshallbeacontinuingGuarantee/Undertakingandshallremainvalidandirrevocableforall
claimsofthePurchaserandliabilitiesoftheSupplierarisinguptoanduntil___________plusclaimperiodof3months.

2. ThisGuarantee/UndertakingshallbeinadditiontoanyotherguaranteeorsecuritywhatsoeverthatthePurchasermay
now or at any time have in relation to the Suppliers obligations liabilities under and/or in connection with the said
supplycontractandthePurchasershallhavefullauthoritytotakerecoursetoorreinforcethissecurityinpreferenceto
the other security(ies) at its sole discretion, and no failure on the part of the Purchaser in enforcing or requiring
enforcementofanyothersecurityshallhavetheeffectofreleasingtheBankfromitsfullliabilityhereunder.

3. The Purchaser shall be at liberty without reference to the Bank and without affecting the full liability of the Bank
hereundertotakeanothersecurityinrespectoftheSuppliersobligationand/orliabilitiesunderorinconnectionwith
thesaidsupplycontractandtovarythetermsvisvistheSupplierofthesaidsupplycontractortogranttimeand/or
indulgence to the Supplier or to reduce or to increase or otherwise vary the prices of the total contract value or to
releaseortoforebearfromenforcementofalloranyoftheobligationsoftheSupplierunderthesaidsupplycontract
and/or the remedies of the Purchaser under any other Guarantee(s) or Security(ies) now or hereafter held by the
Purchaserandnosuchdealing(s),variation(s),reduction(s)orotherindulgence(s)orarrangement(s)withtheSupplier
orreleaseorforbearancewhatsoevershallhavetheeffectofreleasingtheBankfromitsfullliabilitytothePurchaser
hereunderorofprejudicingrightsofthePurchaseragainsttheBank.

Page 81 of 202






GPC-IND-A043-J UNE04-2011-Rev.2 Page 11 of 11
4. This Guarantee/Undertaking shall not be determined or affected by the liquidation or winding up, dissolution, or
change of constitution or insolvency of the Supplier or any change in the legal constitution of the Bank or of the
Purchaser.

5. Bank hereby waives all rights at any time inconsistent with the terms of this Guarantee/Undertaking and the
obligations of the Bank in terms hereof shall not be anywise affected or suspended by reasons of any dispute or
disputeshavingbeenraisedbytheSupplier(whetherornotpendingbeforeanyArbitrator,Officer,TribunalorCourt)
oranydenialofliabilitybytheSupplieroranyotherorderforCommunicationwhatsoeverbytheSupplierstoppingor
preventingorpurportingtostoporpreventanypaymentbytheBanktothePurchaserintermshereof.

6. Notwithstandinganythingcontainedherein:

(a) The Banks liability under this Guarantee/Undertaking shall not exceed Rs._____________ (In figures)
______________________(Inwords)____________________________only).

(b) ThisGuarantee/Undertakingshallremaininforceupto_____________andanyextension(s)thereof,ifany;
and

(c) The Bank shall be released and discharged from all liability under this Guarantee/Undertaking unless a
written claimor demandisissued totheBankonorbefore_____________plus3monthsperiodorthedateof
expiryofanyextension(s)thereofifthisguarantee/undertakinghasbeenextended.

7. TheBankdoth hereby declares thatShri______________________(name&designationofthepersonauthorizedto


sign on behalf of the Bank) is authorized to sign this Guarantee/Undertaking on behalf of the Bank and to bind the
Bankthereby.

Yoursfaithfully,

For_____________________________________________

Signature________________________________________

Name&Designation________________________________

NameoftheBank&Branch________________________________

NOTE

1. ThisGuaranteeisrequiredtobestampedasanagreementaccordingtotheStampDutyAct.

2. The Performance Bank Guarantee shall be strictly as per above proforma and shall be through Indian or Foreign
Branches of Indian Scheduled Banks (other than Cooperative Bank)/Nationalized Bank or Indian Branches of Foreign
Banks.

3. The bank shall provide details viz contact person, telephone number, fax number, email address and address of the
Controlling/RegionalOfficeofissuingbankforverificationofauthenticityofBankGuarantee.

4. ThisGuaranteeisrequiredtobesentbySellersBankersdirectlytotheHead(LSTKFinance),EngineersIndiaLimited,EI
Bhawan,3
rd
Floor,1,BhikaijiCamaPlace,NewDelhi110066.

Page 82 of 202
ENGINEERS INDIA LIMITED
NEW DELHI
Project :
Client :
DDFDP-OGT
GSPC LTD.
T
h
e

d
r
a
w
i
n
g
,

d
e
s
i
g
n

a
n
d

d
e
t
a
i
l
s

g
i
v
e
n

o
n

t
h
i
s

f
o
r
m
a
t

a
r
e

t
h
e

p
r
o
p
e
r
t
y

o
f

E
N
G
I
N
E
E
R
S

I
N
D
I
A

L
I
M
I
T
E
D
.

T
h
e
y

a
r
e

m
e
r
e
l
y

l
o
a
n
e
d

a
n
d

o
n

t
h
e

b
o
r
r
o
w
e
r
'
s

e
x
p
r
e
s
s

a
g
r
e
e
m
e
n
t

t
h
a
t

t
h
e
y

w
i
l
l

n
o
t

b
e

r
e
p
r
o
d
u
c
e
d
,
c
o
p
i
e
d
,

e
x
h
i
b
i
t
e
d

o
r

u
s
e
d
,

e
x
c
e
p
t

i
n

l
i
m
i
t
e
d

w
a
y

p
e
r
m
i
t
t
e
d

b
y

a

w
r
i
t
t
e
n

c
o
n
s
e
n
t

g
i
v
e
n

b
y

t
h
e

l
e
n
d
e
r

t
o

t
h
e

b
o
r
r
o
w
e
r

f
o
r

t
h
e

i
n
d
e
n
d
e
d

u
s
e
.


E
I
L
-
1
6
4
1
-
5
1
5

R
e
v
.
1


A
4
-
2
1
0
x
2
9
7
Sheet 1 Of 4
DOCUMENT NUMBER
(Always quote the Document Number given below as reference)
MATERIAL REQUISITION (TOP SHEET)
Notes:
1. This page is a record of all 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 pupose.
3.Vendor shall note the MR category and shall submit his offer in line with the requirements included in attached
'Instructions to Bidders'
51 11/10/2013
DATE
16
ORIGINATOR
DIVN. DEPT. REV JOB NO
A
UNIT/ MAIN
COST
DOC.
CODE
SR.NO.
A043 000 YD MR 2642
PS AR AR Issued For Bids A 11/10/2013
REV APPD CHK BY DATE D E T A I L S
Gas Detection Systems
15IA
GSPC OGT,Mallavaram,Andhra
ITEM DESCRIPTION:
GROUP ITEM CODE
DESTINATION :
DELIVERY PERIOD :
II ITEM CATEGORY
This is a system generated approved document and does not require signature.
Page 83 of 202
ENGINEERS INDIA LIMITED
NEW DELHI
Project :
Client :
REQUISITION No. REV
DDFDP-OGT
GSPC LTD.
A043-000-YD-MR-2642 A
T
h
e

d
r
a
w
i
n
g
,

d
e
s
i
g
n

a
n
d

d
e
t
a
i
l
s

g
i
v
e
n

o
n

t
h
i
s

f
o
r
m
a
t

a
r
e

t
h
e

p
r
o
p
e
r
t
y

o
f

E
N
G
I
N
E
E
R
S

I
N
D
I
A

L
I
M
I
T
E
D
.

T
h
e
y

a
r
e

m
e
r
e
l
y

l
o
a
n
e
d

a
n
d

o
n

t
h
e

b
o
r
r
o
w
e
r
'
s

e
x
p
r
e
s
s

a
g
r
e
e
m
e
n
t

t
h
a
t

t
h
e
y

w
i
l
l

n
o
t

b
e

r
e
p
r
o
d
u
c
e
d
,
c
o
p
i
e
d
,

e
x
h
i
b
i
t
e
d

o
r

u
s
e
d
,

e
x
c
e
p
t

i
n

l
i
m
i
t
e
d

w
a
y

p
e
r
m
i
t
t
e
d

b
y

a

w
r
i
t
t
e
n

c
o
n
s
e
n
t

g
i
v
e
n

b
y

t
h
e

l
e
n
d
e
r

t
o

t
h
e

b
o
r
r
o
w
e
r

f
o
r

t
h
e

i
n
d
e
n
d
e
d

u
s
e
.


E
I
L
-
1
6
4
1
-
5
1
5

R
e
v
.
1


A
4
-
2
1
0
x
2
9
7
Sheet 2 Of 4
DESCRIPTION QUANTITY
S.NO
TAG NO .
/ ITEM CODE
Vendors shall quote prices against these items in their price schedule
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 equipment Tag No. only.
Gas detection System with detectors/transmitters,panels,data logger
Portable gas Calibrators
Calibrator H2S Gas Detector
Gas Detection System Panel Located at Main Control Room
H2S Gas Detectors
H2S Gas Detectors
H2S Gas Detectors
H2S Gas Detectors
H2S Gas Detectors
H2S Gas Detectors
H2S Gas Detectors
H2S Gas Detectors
H2S Gas Detectors
H2S Gas Detectors
H2S Gas Detectors
H2S Gas Detectors
H2S Gas Detectors
Beacon
Beacon
Hooter
Hooter
Push Buutton
Push Buutton
Supply of two years operation and Maintenance Spares,as per clause
B17 of enclosed special instructions to vendor
Unit Rates
Unit Rates of items for addition/deletion purpose,as per clause B19 of the
enclosed special instructions to vendor.
Supervision of erection,testing and commissioning of items specified at
item 1.00 above as per clause B16 of the enclosed special instructions
to vendor
000-GDS-0001
[000-GC-0001]
[51-AE/AT-001C]
[000-GDSP-0001]
[51-AT-0000]
[51-AE/AT-1102]
[51-AE/AT-1103]
[51-AE/AT-1203]
[51-AE/AT-1402]
[51-AE/AT-1403]
[51-AE/AT-1501]
[51-AE/AT-1502]
[51-AE/AT-1503]
[51-AE/AT-1504]
[51-AE/AT-SP01]
[51-AE/AT-SP02]
[51-AE/AT-SP03]
[51-BC-0000]
[51-BC-0001A]
[51-HT-0000]
[51-HT-0001A]
[51-PB-0000]
[51-PB-0001A]
1.01
1.01.01
1.01.01.01
1.01.02
1.01.03
1.01.03.01
1.01.03.02
1.01.03.03
1.01.03.04
1.01.03.05
1.01.03.06
1.01.03.07
1.01.03.08
1.01.03.09
1.01.03.10
1.01.03.11
1.01.03.12
1.01.04
1.01.04.01
1.01.05
1.01.05.01
1.01.06
1.01.06.01
5
6
6.001
8
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Lot
Lot
Nos
Lot
Lot
Nos
Nos
Nos
Nos
Nos
Nos
Nos
Nos
Nos
Nos
Nos
Nos
Lot
Nos
Lot
Nos
Lot
Nos
Lot
Design, Engineering, Manufacture, Testing, integration, inspection,
testing and supply, of Gas Detection System complete with all
detectors and accessories including installation material, including
Spares, special tools and tackles, documentation.
1
Page 84 of 202
ENGINEERS INDIA LIMITED
NEW DELHI
Project :
Client :
REQUISITION No. REV
DDFDP-OGT
GSPC LTD.
A043-000-YD-MR-2642 A
T
h
e

d
r
a
w
i
n
g
,

d
e
s
i
g
n

a
n
d

d
e
t
a
i
l
s

g
i
v
e
n

o
n

t
h
i
s

f
o
r
m
a
t

a
r
e

t
h
e

p
r
o
p
e
r
t
y

o
f

E
N
G
I
N
E
E
R
S

I
N
D
I
A

L
I
M
I
T
E
D
.

T
h
e
y

a
r
e

m
e
r
e
l
y

l
o
a
n
e
d

a
n
d

o
n

t
h
e

b
o
r
r
o
w
e
r
'
s

e
x
p
r
e
s
s

a
g
r
e
e
m
e
n
t

t
h
a
t

t
h
e
y

w
i
l
l

n
o
t

b
e

r
e
p
r
o
d
u
c
e
d
,
c
o
p
i
e
d
,

e
x
h
i
b
i
t
e
d

o
r

u
s
e
d
,

e
x
c
e
p
t

i
n

l
i
m
i
t
e
d

w
a
y

p
e
r
m
i
t
t
e
d

b
y

a

w
r
i
t
t
e
n

c
o
n
s
e
n
t

g
i
v
e
n

b
y

t
h
e

l
e
n
d
e
r

t
o

t
h
e

b
o
r
r
o
w
e
r

f
o
r

t
h
e

i
n
d
e
n
d
e
d

u
s
e
.


E
I
L
-
1
6
4
1
-
5
1
5

R
e
v
.
1


A
4
-
2
1
0
x
2
9
7
Sheet 3 Of 4
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
S. No.
Vendor Data Requirement
Special Instruction to Vendor
Technical Questionarrie
Datasheet Index
Compliance Statement
Deviation List
PTR Format
Schematic for detector with aspirator
assembly
Responsibility Definition
Certificate for Logistic support
Standard spec for programmable logic
controllers
Standard specification for gas detection
system
Spec. for quality management sys.req.
from bidders
Spec. for documentation requirements
from supplier
ITP for gas detection system
ITP for Programmable logic controller
Gas Detetection System diagram
DOCUMENT TITLE
A043-000-YD-VD-2642
A043-000-YD-SI-2642
A043-000-YD-TM-2642
A043-000-YD-ID-2642
ANNEXURE-I
ANNEXURE-II
ANNEXURE-III
ANNEXURE-IV
A043-000-YD-RD-2642
A043-000-YD-LS-2642
6-52-0040
6-52-0080
6-78-0001
6-78-0003
6-81-2080
6-81-2040
A043-000-YD-SK-2642
DOCUMENT NO.
0
0
A
0
0
0
0
0
0
0
1
3
0
0
2
1
0
REV
11/10/2013
11/10/2013
11/10/2013
09/10/2013
09/10/2013
09/10/2013
09/10/2013
11/10/2013
09/10/2013
09/10/2013
24/11/2009
22/03/2012
04/06/2009
04/06/2009
22/03/2012
22/03/2012
09/10/2013
DATE
In case of any subsequent revision of MR or PR,only revised sheets of the attachments listed above shall be issued
alongwith the revision.
LIST OF ATTACHMENTS
GENERAL NOTES:
SHEETS
2
5
1
1
1
1
2
1
2
2
34
24
9
12
6
6
1
Page 85 of 202

E
n
g
i
n
e
e
r
s

I
n
d
i
a

L
i
m
i
t
e
d
C
l
i
e
n
t
/

P
r
o
j
e
c
t
:
G
S
P
C

L
T
D
.
/
D
D
F
D
P
-
O
G
T
S
.
N
o
.
D
r
g
/

D
o
c
.

N
o
m
e
n
c
l
a
t
u
r
e
a
s

p
e
r

E
I
L

V
e
n
d
o
r

D
a
t
a
R
e
q
u
i
r
e
m
e
n
t
T
i
t
l
e
R
e
v
.

0
R
e
v
.

1
R
e
v
.

2
V
e
n
d
o
r

D
r
g
/

D
o
c

N
o
.
F
o
r
m
E
l
e
c
t
r
o
n
i
c
(
E
)
/

P
r
i
n
t

(
P
)
C
a
t
e
g
o
r
y
R
e
v
i
e
w
(
R
)
/
R
e
c
o
r
d
s
(
I
)
S
c
h
e
d
u
l
e
D
a
t
e

o
f

1
s
t
S
u
b
m
i
s
s
i
o
n
(
R
e
v
.

0
)
A
n
t
i
c
i
p
a
t
e
d

(
A
n
t
)

D
a
t
e

o
f

s
u
b
m
i
s
s
i
o
n

b
y

v
e
n
d
o
r
A
c
t
u
a
l

(
A
c
t
)

D
a
t
e

o
f

s
u
b
m
i
s
s
i
o
n

b
y

v
e
n
d
o
r
D
a
t
e

o
f

R
e
t
u
r
n

(
R
e
w
)

b
y

E
I
L
R
e
v
i
e
w

S
t
a
t
u
s

(
C
o
d
e
)
R
e
v
.

3
C
o
d
e
R
e
w
A
c
t
A
n
t
C
o
d
e
R
e
w
A
c
t
A
n
t
C
o
d
e
R
e
w
A
c
t
A
n
t
C
o
d
e
R
e
w
A
c
t
A
n
t
C
o
d
e
R
e
w
A
c
t
A
n
t
R
e
m
a
r
k
s
V
e
n
d
o
r

D
r
a
w
i
n
g
/

D
o
c
u
m
e
n
t

S
u
b
m
i
s
s
i
o
n

S
c
h
e
d
u
l
e
I
t
e
m

D
e
s
c
r
i
p
t
i
o
n
:
G
a
s

D
e
t
e
c
t
i
o
n
S
y
s
t
e
m
s
V
e
n
d
o
r
'
s

N
a
m
e




:
C
o
n
t
a
c
t

P
e
r
s
o
n

(
N
a
m
e
/

T
e
l
/

F
a
x
/

e
m
a
i
l
)

:
S
t
a
t
u
s

D
a
t
e
:
C
o
n
t
a
c
t

P
e
r
s
o
n
(
E
I
L
)
:
E
I
L

O
r
i
g
i
n
a
t
i
n
g

D
e
p
a
r
t
m
e
n
t



:
I
n
s
t
r
u
m
e
n
t
a
t
i
o
n
P
R

N
o
.
:
D
a
t
e

o
f

L
O
I
:
P
O

N
o
.
:
D
a
t
e

o
f

P
O
:
R
e
v
i
e
w

S
t
a
t
u
s

C
o
d
e
:
1
.

N
o

C
o
m
m
e
n
t
s
2
.

P
r
o
c
e
e
d

w
i
t
h

m
a
n
u
f
a
c
t
u
r
e
/

f
a
b
r
i
c
a
t
i
o
n

a
s

p
e
r

c
o
m
m
e
n
t
e
d

d
o
c
u
m
e
n
t
.
R
e
v
i
s
e
d

d
o
c
u
m
e
n
t

r
e
q
u
i
r
e
d
.
3
.

D
o
c
u
m
e
n
t

d
o
e
s

n
o
t

c
o
n
f
o
r
m

t
o

b
a
s
i
c

r
e
q
u
i
r
e
m
e
n
t
s

a
s

m
a
r
k
e
d
.
R
e
s
u
b
m
i
t

f
o
r

R
e
v
i
e
w
.

R
:

R
e
t
a
i
n
e
d

f
o
r

R
e
f
e
r
e
n
c
e



V
:

V
o
i
d
F
o
r
m

N
o
.

E
I
L
-
1
6
4
1
-
1
9
2
3

R
e
v
.
1
Page 86 of 202
VENDOR DATA REQUIRMENT
ENGINEERS INDIA LIMITED
NEW DELHI
UNIT :
CLIENT
VENDOR :
ORDER NO. :
REV APPVD CHKD BY
DATE
PLANT :
000
A043-000-YD-MR-2642
AR AR AR 11/10/2013

A043-000-YD-VD-2642 0
DDFDP-OGT
GSPC LTD.
SPECIFICATION REV
REQ. NO. :
T
h
e

d
r
a
w
i
n
g
,

d
e
s
i
g
n

a
n
d

d
e
t
a
i
l
s

g
i
v
e
n

o
n

t
h
i
s

f
o
r
m
a
t

a
r
e

t
h
e

p
r
o
p
e
r
t
y

o
f

E
N
G
I
N
E
E
R
S

I
N
D
I
A

L
I
M
I
T
E
D
.

T
h
e
y

a
r
e

m
e
r
e
l
y

l
o
a
n
e
d

a
n
d

o
n

t
h
e

b
o
r
r
o
w
e
r
'
s

e
x
p
r
e
s
s

a
g
r
e
e
m
e
n
t

t
h
a
t

t
h
e
y

w
i
l
l
n
o
t

b
e

r
e
p
r
o
d
u
c
e
d
,

c
o
p
i
e
d
,

e
x
h
i
b
i
t
e
d

o
r

u
s
e
d
,

e
x
c
e
p
t

i
n

l
i
m
i
t
e
d

w
a
y

p
e
r
m
i
t
t
e
d

b
y

a

w
r
i
t
t
e
n

c
o
n
s
e
n
t

g
i
v
e
n

b
y

t
h
e

l
e
n
d
e
r

t
o

t
h
e

b
o
r
r
o
w
e
r

f
o
r

t
h
e

i
n
d
e
n
d
e
d

u
s
e
.


E
I
L
-
1
6
5
1
-
7
2
6

R
e
v
.
0

A
4
-
2
1
0
x
2
9
7
0
Page 1 Of 2
Dimensional details with mounting details and model number
Connections by purchase(Piping,Electrical Etc.)
Wiring diagrams
Parts list
Recommended spare parts list(for two years operation )
Installation, Operation and maintenance manual
Nomograph and sizing calculations
Test certificates
Certificate from statutory body
Assembly details
Catalogues in english
Testing and Inspection procedures
Calibration Gas Requirement
Complaine Statement & Devaition List(if any)
Filled in & stamped Logistic support certifiacte
Filled in Responsibility chart,PTR
Powerconsumption for gas detection panel
Final documentation in editable CD's/DVD's in English
Prints
With
Proposal
(Prints)
Date Needed
AFTER PURCHASE ORDER
Description
6
6
6
6
6
6
6
6
6
6
6
6
6
6
6
6
6
6W
6W
6W
6W
6W
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
17.
18.
Final
Documentation
/ As Built
6W/S
6W/S
6W/S
6W/S
6W/S
6W/S
6W/S
6W/S
Page 87 of 202
VENDOR DATA REQUIRMENT
ENGINEERS INDIA LIMITED
NEW DELHI
UNIT :
CLIENT
VENDOR :
ORDER NO. :
REV APPVD CHKD BY
DATE
PLANT :
000
A043-000-YD-MR-2642
AR AR AR 11/10/2013

A043-000-YD-VD-2642 0
DDFDP-OGT
GSPC LTD.
SPECIFICATION REV
REQ. NO. :
T
h
e

d
r
a
w
i
n
g
,

d
e
s
i
g
n

a
n
d

d
e
t
a
i
l
s

g
i
v
e
n

o
n

t
h
i
s

f
o
r
m
a
t

a
r
e

t
h
e

p
r
o
p
e
r
t
y

o
f

E
N
G
I
N
E
E
R
S

I
N
D
I
A

L
I
M
I
T
E
D
.

T
h
e
y

a
r
e

m
e
r
e
l
y

l
o
a
n
e
d

a
n
d

o
n

t
h
e

b
o
r
r
o
w
e
r
'
s

e
x
p
r
e
s
s

a
g
r
e
e
m
e
n
t

t
h
a
t

t
h
e
y

w
i
l
l
n
o
t

b
e

r
e
p
r
o
d
u
c
e
d
,

c
o
p
i
e
d
,

e
x
h
i
b
i
t
e
d

o
r

u
s
e
d
,

e
x
c
e
p
t

i
n

l
i
m
i
t
e
d

w
a
y

p
e
r
m
i
t
t
e
d

b
y

a

w
r
i
t
t
e
n

c
o
n
s
e
n
t

g
i
v
e
n

b
y

t
h
e

l
e
n
d
e
r

t
o

t
h
e

b
o
r
r
o
w
e
r

f
o
r

t
h
e

i
n
d
e
n
d
e
d

u
s
e
.


E
I
L
-
1
6
5
1
-
7
2
6

R
e
v
.
0

A
4
-
2
1
0
x
2
9
7
0
Page 2 Of 2
NOTES :
1. Fold all drawings to 216mm X 279mm and roll transparencies.
2. Vendor to provide all printed matter to ENGINEERS INDIA LIMITED (EIL).
ATTENTION -
LEGEND:
Categories preceeded with * will be approved for fabrication by Engineers India Limited.
The remaining drawings are needed for information only.
A/C = As compiled A/R = As required W/S = With shipment W = Weeks
IMPORTANT
While submittimg drawings and documents for review as indicated in vendor data requirement,
vendor must ensure the following :
1. A blank space measuring 75 mm W x 38 mm H shall be provided on all vendor drawings
(on the front side) for marking review codes etc. by ENGINEERS INDIA LIMITED.
2. The review of the drawings shall be done as applicable, under the following review codes :
a) Review Code 1 : No Comments.
b) Review Code 2 : Proceed with manufacture / fabrication as per commented drawing.
Revised drawing required.
c) Review Code 3 : Document does not conform to the basic requirements as marked.
Resubmit for review.
3. Review of the vendor drawings by EIL would be only to check compatibility with basic design and
concepts and would in no way absolve the manufacturer / fabricator of his responsibility to meet the
applicable codes, specifications and statutory rules and regulations.
4. For drawings / documents indicated as FOR INFORMATION in the vendor data requirement,
vendor must clearly mark FOR INFORMATION ONLY on the submitted drawings / documents.
Vendor Print Control
Engineers India Ltd.
1, Bhikaiji Cama Place, New Delhi-110066
Page 88 of 202
ENGINEERS INDIA LIMITED
NEW DELHI
UNIT :
CLIENT
SPECIAL INSTRUCTION TO VENDORS
VENDOR :
ORDER NO. :
REV APPVD CHKD BY
DATE
PLANT :
000
A043-000-YD-MR-2642
0 AR AR AR 11/10/2013

A043-000-YD-SI-2642 0
DDFDP-OGT
GSPC LTD.
SPECIFICATION REV
REQ. NO. :
T
h
e

d
r
a
w
i
n
g
,

d
e
s
i
g
n

a
n
d

d
e
t
a
i
l
s

g
i
v
e
n

o
n

t
h
i
s

f
o
r
m
a
t

a
r
e

t
h
e

p
r
o
p
e
r
t
y

o
f

E
N
G
I
N
E
E
R
S

I
N
D
I
A

L
I
M
I
T
E
D
.

T
h
e
y

a
r
e

m
e
r
e
l
y

l
o
a
n
e
d

a
n
d

o
n

t
h
e

b
o
r
r
o
w
e
r
'
s

e
x
p
r
e
s
s

a
g
r
e
e
m
e
n
t

t
h
a
t

t
h
e
y

w
i
l
l
n
o
t

b
e

r
e
p
r
o
d
u
c
e
d
,

c
o
p
i
e
d
,

e
x
h
i
b
i
t
e
d

o
r

u
s
e
d
,

e
x
c
e
p
t

i
n

l
i
m
i
t
e
d

w
a
y

p
e
r
m
i
t
t
e
d

b
y

a

w
r
i
t
t
e
n

c
o
n
s
e
n
t

g
i
v
e
n

b
y

t
h
e

l
e
n
d
e
r

t
o

t
h
e

b
o
r
r
o
w
e
r

f
o
r

t
h
e

i
n
d
e
n
d
e
d

u
s
e
.


E
I
L
-
1
6
5
1
-
7
2
6

R
e
v
.
0

A
4
-
2
1
0
x
2
9
7
Page 1 Of 5
BIDDING INSTRUCTIONS
A1. The Bidder must follow the following guidelines while submitting their offer. Offers not complying with these guidelines
may be rejected without any intimation to the Bidder:
a) The Material Requisition (MR) specifications (i.e. data sheets standard specifications and other attachments to this MR)
shall be fully complied with. No deviations of any type are acceptable in general.
b) Bidders shall complete the pricing schedule in the item summary format indicated in MR. Bidder shall specifically note
that the order for all the items in the MR shall be placed on single vendor as a group item. The prices indicated in the price
schedule shall include prices for all accessories, inspection, testing and applicable statutory certificate requirements. No
information / description, technical or non-technical, other than what is required as per price format shall be filled or submitted
.
c) If the bid does not include complete scope and technical data required to be submitted with bid, offer shall be summarily
rejected.
A2. The Bidder is responsible for the selection of instruments including accessories and its suitability to meet the
specification in totality. If at any stage, till the completion of order, the offered instruments and accessories are found
unsuitable for the specified operating conditions, Bidder shall replace the same with suitable Make/ Model No. to meet the
specifications without any Schedule/Cost implication. Bidder shall provide all hardware and software, as necessary, to meet
the functional requirements specified in MR.
A3. MUST COMPLY REQUIREMENTS:
a) Bidder must indicate their contact person, email ID, fax number, telephone number and postal address.
b) Offer must be complete in all respect complying fully to the MR requirements without exception. No price change
whatsoever shall be allowed to the Bidder after submission of bid even if it results from any technical clarification.
c) Any price change subsequent to the submission of the offer because of any technical query or any other reason
attributable to the Bidder may lead to rejection of the offer.
d) Technical queries if necessary shall be forwarded either in email or by fax to Purchase Department.
e) Any query raised on the email or fax must be replied within the specified period. Replies received beyond the specified
period may lead to ignoring any subsequent correspondence from the bidder.
A4. The Bidder shall submit the 'Technical Questionnaire' in this MR duly filled in along with the offer. Answers to the
contents of this Technical Questionnaire shall be unambiguous i.e. 'yes', 'no' or the required data/information. An offer without
the filled-in Technical Questionnaire or with vague, non-committal replies or referenced reply to some catalogue etc., without
specific page and paragraph no. shall be considered incomplete and is liable for rejection.
A5. Offered models shall be accompanied by detailed technical catalogues in English language of Offered Gas Detection
system and accessories. An offer without catalogues shall be considered incomplete and is liable for rejection.
A6. BIDDER SHALL FILL AND FURNISH THE FOLLOWING DOCUMENTS ALONG WITH THE OFFER:
1. COMPLIANCE STATEMENT
2. TECHNICAL DEVIATION LIST IF ANY
3. UNPRICED BID (WITHOUT PRICES)
4. LOGISTICS SUPPORT AND RESPONSIBILITY CHART
THE ABOVE DOCUMENTS ARE THE ONLY BASIS OF TECHNICAL EVALUATION. REPEAT "OFFERS WILL BE
EVALUATED BASED ON THE ABOVE-MENTIONED DOCUMENTS" ONLY. THEREFORE BIDDER SHALL TAKE PROPER
NOTE OF THIS IMPORTANT REQUIREMENT AND COMPLY.
PART B:
SPECIFIC JOB REQUIREMENTS
--------------------------------------
B1 (A).This MR specifies the requirements of complete Gas detection system which includes gas detectors
/transmitters,hooters,beacons, gas detection system panel etc with all required hardware/software for GSPC(Gujarat State
Petroleum Corporation Limited) DDFDP-OGT at Mallavram, Andhra Pradesh.
Part A:
Page 89 of 202
ENGINEERS INDIA LIMITED
NEW DELHI
UNIT :
CLIENT
SPECIAL INSTRUCTION TO VENDORS
VENDOR :
ORDER NO. :
REV APPVD CHKD BY
DATE
PLANT :
000
A043-000-YD-MR-2642
0 AR AR AR 11/10/2013

A043-000-YD-SI-2642 0
DDFDP-OGT
GSPC LTD.
SPECIFICATION REV
REQ. NO. :
T
h
e

d
r
a
w
i
n
g
,

d
e
s
i
g
n

a
n
d

d
e
t
a
i
l
s

g
i
v
e
n

o
n

t
h
i
s

f
o
r
m
a
t

a
r
e

t
h
e

p
r
o
p
e
r
t
y

o
f

E
N
G
I
N
E
E
R
S

I
N
D
I
A

L
I
M
I
T
E
D
.

T
h
e
y

a
r
e

m
e
r
e
l
y

l
o
a
n
e
d

a
n
d

o
n

t
h
e

b
o
r
r
o
w
e
r
'
s

e
x
p
r
e
s
s

a
g
r
e
e
m
e
n
t

t
h
a
t

t
h
e
y

w
i
l
l
n
o
t

b
e

r
e
p
r
o
d
u
c
e
d
,

c
o
p
i
e
d
,

e
x
h
i
b
i
t
e
d

o
r

u
s
e
d
,

e
x
c
e
p
t

i
n

l
i
m
i
t
e
d

w
a
y

p
e
r
m
i
t
t
e
d

b
y

a

w
r
i
t
t
e
n

c
o
n
s
e
n
t

g
i
v
e
n

b
y

t
h
e

l
e
n
d
e
r

t
o

t
h
e

b
o
r
r
o
w
e
r

f
o
r

t
h
e

i
n
d
e
n
d
e
d

u
s
e
.


E
I
L
-
1
6
5
1
-
7
2
6

R
e
v
.
0

A
4
-
2
1
0
x
2
9
7
Page 2 Of 5
(B)The approximate distance between gas detectors/transmitters and gas detection system panel located in the Main
Control Room(MCR) is mentioned below.
Condensate Stabilization unit to MCR : 400 Meters
Armored Cable between detector/sensor and transmitter(if required) shall be supplied by Bidder along with installation
accessories like cable connectors, cable glands etc.
(C) The gas detection system panel in rack room area of Main Control Room (MCR)shall be integrated to HMI (Human
Machine Interface) unit which shall be placed in console area of MCR. Vendor shall consider the approximate distance
between rack room and console area of control room as 100 Mts for estimation of interconnection cables. All the
interconnection cables between gas detection system and HMI shall be supplied by vendor.
(D) Interface with purchaser's DCS:
Bidder shall provide Redundant Modbus/RTU serial communication for Gas detection system for interface with
purchaser's DCS. All hardware/software required for this interface in gas detection system side shall be supplied by Bidder.
Bidder shall furnish address mapping details of serial links during detail engineering . Establishing serial communication in
co-ordination with DCS vendor during supervision of testing and commissioning of Gas Detection System shall be bidder's
responsibility.
(E) . The Standard Specifications for Gas Detection System (6-52-0080) together with data sheets, notes indicated in data
sheets , sketches as given in this M.R. must also be followed by the bidder. In case of conflict, this SIV and data sheets shall
override in general; however, it shall be obligatory on the bidder's part to bring to the notice of the purchaser all such
conflicts, wherein the purchaser's decision shall be final
(F). Gas Detection System shall be microprocessor based gas monitors/controller type as specified in clause 2.3 of standard
specifications ( Doc. No: 6-52-0080) and shall meet other requirements as specified in MR.
Gas Detection system with Programmable Logic Controller( PLC) is also acceptable, provided it meets requirements as
specified in clause 2.10 of standard specifications ( Doc. No: 6-52-0080) and shall meet other requirements as specified in
MR.
The PLC shall be of redundant configuration(Processor,I/O's,Power supply etc). Also the PLC shall be from EIL approved
vendors and the make & model shall be field proven for Gas detection system application and shall meet the Proven Track
Record(PTR) requirements.
B2. Provenness requirements
B2.1 Bidder must offer the detectors-transmitters which meet the provenness requirements specified below. The items not
meeting this requirements shall be rejected hence shall not be offered.
All model numbers of items, offered including Infrared sensors/transmitters,H2S sensors/ transmitters and the Gas detection
panels/ control units should have been supplied and working satisfactorily for a period of minimum 4000 hrs in an
Hydrocarbon industry like Gas Processing Plant, Refinery, Petrochemicals etc. on bid closing date.
The information shall be furnished in the "Proven Track Record Format -PTR' attached in Annexure-III along-with MR
B2.2 In case Bidder's authorized Indian counter part is proposed to carry out supervision of testing and commissioning,
Bidder shall provide details indicating:
a) Indian counter-part have trained man-power who have carried out similar activities in the past.
b) Previous references where local counter part has carried out similar activities.
c) Capability assessment certificate to be furnished by Gas detector/panel/control system supplier.
d) Overall responsibility shall be assumed by the supplier of Gas detector/panels/Control Unit.
In such a case if Indian counter part is not able to resolve the problem related to testing and commissioning issues, Bidder
shall depute their personnel to site to resolve at no cost and time implications.
B3.The Gas Detection system panel and Human Machine Interface ( HMI) system/data logger shall meet the requirements
as specified in Standard specification for Gas Detection system ( Doc. No: 6-52-0080) attached with MR. The make and
model of HMI monitor/screen shall be HP L2206tm LED screen with 21.5" for compatibility with other existing DCS monitoring
screen in the console area of control room.
B4. Bidder shall supply calibration gas cylinders with accessories for six month duration. Bidder to furnish quantity of
calibration gas required for calibration. Volume of calibration gas cylinder and no. of calibration gas cylinders shall be based
on the following:
The calibration gas volume shall be supplied considering minimum 5 calibrations per detector. Consider minimum 3 minutes
as calibration time for gas quantity calculations . In case Bidder's standard product requires higher calibration time, Bidder to
Page 90 of 202
ENGINEERS INDIA LIMITED
NEW DELHI
UNIT :
CLIENT
SPECIAL INSTRUCTION TO VENDORS
VENDOR :
ORDER NO. :
REV APPVD CHKD BY
DATE
PLANT :
000
A043-000-YD-MR-2642
0 AR AR AR 11/10/2013

A043-000-YD-SI-2642 0
DDFDP-OGT
GSPC LTD.
SPECIFICATION REV
REQ. NO. :
T
h
e

d
r
a
w
i
n
g
,

d
e
s
i
g
n

a
n
d

d
e
t
a
i
l
s

g
i
v
e
n

o
n

t
h
i
s

f
o
r
m
a
t

a
r
e

t
h
e

p
r
o
p
e
r
t
y

o
f

E
N
G
I
N
E
E
R
S

I
N
D
I
A

L
I
M
I
T
E
D
.

T
h
e
y

a
r
e

m
e
r
e
l
y

l
o
a
n
e
d

a
n
d

o
n

t
h
e

b
o
r
r
o
w
e
r
'
s

e
x
p
r
e
s
s

a
g
r
e
e
m
e
n
t

t
h
a
t

t
h
e
y

w
i
l
l
n
o
t

b
e

r
e
p
r
o
d
u
c
e
d
,

c
o
p
i
e
d
,

e
x
h
i
b
i
t
e
d

o
r

u
s
e
d
,

e
x
c
e
p
t

i
n

l
i
m
i
t
e
d

w
a
y

p
e
r
m
i
t
t
e
d

b
y

a

w
r
i
t
t
e
n

c
o
n
s
e
n
t

g
i
v
e
n

b
y

t
h
e

l
e
n
d
e
r

t
o

t
h
e

b
o
r
r
o
w
e
r

f
o
r

t
h
e

i
n
d
e
n
d
e
d

u
s
e
.


E
I
L
-
1
6
5
1
-
7
2
6

R
e
v
.
0

A
4
-
2
1
0
x
2
9
7
Page 3 Of 5
indicate the same and calculate the gas quantity accordingly.
The delivery of gas cylinders shall be staggered in such a way that the composition and stability of gas do not deteriorate.
B5.Bidder to furnish calibration procedure for all types of gas detectors along with make/model no. with catalogue/technical
details of calibration kit.
B6. Offered gas detectors, hooter, flashing lights etc. shall be suitable for the specified area classification as per data sheets.
All the detectors, transmitters, hooters and beacons and other electrical /electronic components of gas detection systems in
field shall be certified & suitable for the specified area classification ( IEC Zone 2 Gas Group IIA/IIB, T3)The requirement of
statutory approvals for usage of equipments/ instruments/ systems in electrically hazardous area shall be as follows:
For all intrinsically safe/ flameproof equipment/ instrument/systems, which are manufactured abroad (outside India) and
certified by any approving authority like Baseefa, FM, UL, PTB,LCIE etc., certification by the Indian authorities - Petroleum
Explosives Safety Organisation (PESO) / Chief Controller of Explosives (CCE), Nagpur), India is also required.
- For all flameproof equipment manufactured locally (within India), the testing shall be carried out by any of the approved
testing houses - Central Institute of Mining and Fuel Research(CIMFR) / ERTL etc. The item shall in addition bear the valid
certification from PESO / CCE and also the manufacturer shall hold a valid Bureau of Indian Standards (BIS) license.
- For all intrinsically safe equipment manufactured locally (within India), the certification shall be carried out by any of the
approved testing houses - Central Institute of Mining and Fuel Research(CIMFR) / ERTL etc. The item shall in addition bear
the valid approval from PESO/ CCE.
B7. Any special tool required for the maintenance of the system/detector shall be supplied by the Bidder. This price shall be
included in the base offer for gas detection system. The list of the tools & tackles considered shall be submitted along with
offer. The maintenance on any detector head/module should not necessitate shutdown of total/partial detection system
except those that are being maintained.
B8. Bidder shall supply all the interconnection cables which are in vendor's scope indicated in Gas Detection system
diagram ( Doc. No: A043-000-16-51-2642) attached with MR. The sensors/ transmitters, hooter/beacon shall be installed by
purchaser's erection contractor and Gas detection system panel and HMI located in MCR shall be installed by DCS vendor.
Bidder shall furnish interconnection cable schedule with termination details for laying of bidder supplied cables by
purchaser. .
B9.Supply and laying of cables between the detectors/ transmitter and gas detection system panel located in corresponding
MCR will be in purchaser's scope. Purchaser will provide 1 Triad/ 8 Triad X 1.5 mm2 PVC insulated, individual and overall
shielded twisted cable (copper conductor) for the gas detectors. For hooter/beacon purchaser will provide 1pair/6 pair x
1.5mm2 PVC insulated , overall shielded twisted cable(copper conductor). Maximum DC resistance of the conductor of the
cables shall be 12.3 ohm/Km at 20 deg C. Vendor shall categorically confirm that above proposed cable with the distance
specified above in clause B1(B) is suitable for the offered detectors and hooters/beacons. If above cable is not suitable for
the distances indicated, vendor shall furnish the suitable cable size for the specified distance along with the offer. In case,
vendor has not furnished any confirmation , it is deemed that purchaser proposed cables are suitable and acceptable to the
bidder offered detectors and transmitters.
B10.Vendor shall furnish recommended installation details of the detectors after placement of order considering the gas
composition. Installation details shall also be furnished for hooter and beacon assembly.
B11. All detectors shall be supplied pre-calibrated at Bidder's works by the Bidder either with the gas to be sensed or by
applying cross sensitivity factors. Gas detectors sensors shall be capable of non-intrusive calibration. Bidder shall furnish the
calibration procedure for the offered detectors.
B12. Bidder shall indicate in their offer, the time period after which recalibration is required for all the types of gas detectors
offered as per this MR. Bidder to indicate drift in the calibration of offered detectors.
B13.Field Warning system for detectors:
a) Common field mounted signaling system shall be provided for detectors based on unit/area, with distinct audible (hooter)
and visual (beacon) warning devices for the units as detailed below:
CSU:1 No Beacon,1 No Hooter and 1 No Reset Push button
Where B: Beacon, H: Hooter
Exact location of beacon and hooter for each unit shall be decided during detail engineering.
Page 91 of 202
ENGINEERS INDIA LIMITED
NEW DELHI
UNIT :
CLIENT
SPECIAL INSTRUCTION TO VENDORS
VENDOR :
ORDER NO. :
REV APPVD CHKD BY
DATE
PLANT :
000
A043-000-YD-MR-2642
0 AR AR AR 11/10/2013

A043-000-YD-SI-2642 0
DDFDP-OGT
GSPC LTD.
SPECIFICATION REV
REQ. NO. :
T
h
e

d
r
a
w
i
n
g
,

d
e
s
i
g
n

a
n
d

d
e
t
a
i
l
s

g
i
v
e
n

o
n

t
h
i
s

f
o
r
m
a
t

a
r
e

t
h
e

p
r
o
p
e
r
t
y

o
f

E
N
G
I
N
E
E
R
S

I
N
D
I
A

L
I
M
I
T
E
D
.

T
h
e
y

a
r
e

m
e
r
e
l
y

l
o
a
n
e
d

a
n
d

o
n

t
h
e

b
o
r
r
o
w
e
r
'
s

e
x
p
r
e
s
s

a
g
r
e
e
m
e
n
t

t
h
a
t

t
h
e
y

w
i
l
l
n
o
t

b
e

r
e
p
r
o
d
u
c
e
d
,

c
o
p
i
e
d
,

e
x
h
i
b
i
t
e
d

o
r

u
s
e
d
,

e
x
c
e
p
t

i
n

l
i
m
i
t
e
d

w
a
y

p
e
r
m
i
t
t
e
d

b
y

a

w
r
i
t
t
e
n

c
o
n
s
e
n
t

g
i
v
e
n

b
y

t
h
e

l
e
n
d
e
r

t
o

t
h
e

b
o
r
r
o
w
e
r

f
o
r

t
h
e

i
n
d
e
n
d
e
d

u
s
e
.


E
I
L
-
1
6
5
1
-
7
2
6

R
e
v
.
0

A
4
-
2
1
0
x
2
9
7
Page 4 Of 5
b) Hooter shall have a decibel rating 10 dBA above background noise level with a maximum 105 Dba at 10 feet away. Visual
warning device shall be a high visibility flashing or rotating type lights. The necessary logic shall be developed and
implemented by vendor in gas detection system panel. The logic diagram for the same shall be furnished during detail
engineering by bidder.
c) The power supply shall be made available at a single point by purchaser at Gas detection system cabinet.
a) 240 V AC UPS : For power supply to Gas Detection System
b) 230 VAC NON UPS : For cabinet lighting
Further distribution shall be in bidders scope. The derivation of voltage to required level for all bidder supplied detectors,
transmitters, hooter, beacons and HMI etc shall be carried out by bidder . Bidder to furnish the estimated power supply
requirement for each of the offered Gas Detection system along with the offer .
d) Hooter shall be electronic type and shall have locally mounted, spring return push button (flame proof) to deactivate the
hooter. The visual warning device shall remain operable until reset from control room by operator. This reset push button for
each unit shall be in HMI/ DCS and interface with Gas Detection Panel.
e) All accessories required for installation of hooter and Beacon shall be supplied by vendor.
B14. All Detectors shall be calibrated for gas which is least sensitive. Bidder to indicate the gas with which the gas detectors
shall be calibrated.
B15. H2S sensors shall not loose their sensitivity or their response characteristics if they are not continuously exposed to
Hydrogen sulphide. They shall not be poisoned when exposed to percent range concentration of hydrogen sulphide or other
acid gases, nor exhibit calibration shifts when exposed to hydrogen or hydrocarbons in air.
B16. Supervision of Testing and Commissioning at site:
Bidder shall furnish in his offer for Gas Detection system per-diem rates for the services of their specialist for supervision of
installation, pre-commissioning and commissioning and site acceptance testing activities required by Purchaser. Bidder
shall consider 8( Eight) Man days duration for the above purpose in the offer for evaluation/loading purposes by
Purchaser. Bidder to note that in case bidder's visit is found necessary because of non-functional behavior of offered Gas
Detection system not meeting agreed specifications during warranty period, same shall be considered as per warranty
agreement.
B17. Bidder shall separately quote for the two years recommended operation and maintenance spares along with list and
unit price for the recommended spares.
B18. Inspection and Testing requirements:
All items supplied/integrated by the Bidder at his works shall be subject to inspection at Bidder's works. As a minimum, the
inspection and testing requirements as per Inspection Test plan (ITP) for Gas detection System(6-81-2080) and Standard
Specification of Gas Detection Systems (6-52-0080) attached with MR shall be adhered to.
For Inspection agency and charges refer commercial documents.
B19.Unit price for addition/deletion shall be provided for the following:-
Bidder shall furnish the unit price for the following items along with offer . The unit price indicated against each items shall
include all the installation accessories in all aspects.
-H2S detector with transmitter.
- Aspirator Type H2S detector with transmitter as per attached sketch Annexure-IV
- Aspirator Type HC detector with transmitter as per attached sketch Annexure-IV
- Configuration of detectors/transmitters including Software modification in Gas detection system & HMI
-HMI( Human Machine Interface Unit)/Data logger system ( It shall include the CPU , Monitor and its accessories)
-Controller Rack(16 input module) with input cards and its accessories.
-Installation,wiring,interconnection of controller rack(16 input module) including its testing
B20.Bidder shall supply startup and commissioning spares for the offered Gas Detection System as per bidder's
recommendation and price for the same shall be included for in quoted base price
B21.SITE CONDITIONS:
The detectors, transmitter assemblies and other accessories covered in the MR shall be suitable for unprotected installation
in Hot, Humid and Corrosive environment having following ambient condition. The site environmental conditions at
Mallavaram Andhra Pradesh are as follows:
Ambient temperature(Min/Nor/Max):12/28 to 40/47 deg C
Relative humidity : 47% @ Min. Temp. / 89 % @ Max. Temp.
Page 92 of 202
ENGINEERS INDIA LIMITED
NEW DELHI
UNIT :
CLIENT
SPECIAL INSTRUCTION TO VENDORS
VENDOR :
ORDER NO. :
REV APPVD CHKD BY
DATE
PLANT :
000
A043-000-YD-MR-2642
0 AR AR AR 11/10/2013

A043-000-YD-SI-2642 0
DDFDP-OGT
GSPC LTD.
SPECIFICATION REV
REQ. NO. :
T
h
e

d
r
a
w
i
n
g
,

d
e
s
i
g
n

a
n
d

d
e
t
a
i
l
s

g
i
v
e
n

o
n

t
h
i
s

f
o
r
m
a
t

a
r
e

t
h
e

p
r
o
p
e
r
t
y

o
f

E
N
G
I
N
E
E
R
S

I
N
D
I
A

L
I
M
I
T
E
D
.

T
h
e
y

a
r
e

m
e
r
e
l
y

l
o
a
n
e
d

a
n
d

o
n

t
h
e

b
o
r
r
o
w
e
r
'
s

e
x
p
r
e
s
s

a
g
r
e
e
m
e
n
t

t
h
a
t

t
h
e
y

w
i
l
l
n
o
t

b
e

r
e
p
r
o
d
u
c
e
d
,

c
o
p
i
e
d
,

e
x
h
i
b
i
t
e
d

o
r

u
s
e
d
,

e
x
c
e
p
t

i
n

l
i
m
i
t
e
d

w
a
y

p
e
r
m
i
t
t
e
d

b
y

a

w
r
i
t
t
e
n

c
o
n
s
e
n
t

g
i
v
e
n

b
y

t
h
e

l
e
n
d
e
r

t
o

t
h
e

b
o
r
r
o
w
e
r

f
o
r

t
h
e

i
n
d
e
n
d
e
d

u
s
e
.


E
I
L
-
1
6
5
1
-
7
2
6

R
e
v
.
0

A
4
-
2
1
0
x
2
9
7
Page 5 Of 5
Maximum Record Rainfall :220.9 mm in 24 hour
Page 93 of 202
TECHNICAL QUESTIONNAIRE
This questionnaire shall be duly filled in and submitted along with unpriced sets of offers to avoid further
queries and to ensure proper evaluation of your offer in time. If this is not complied with, your offer is liable to be rejected.
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------
ANSWER 'YES' 'NO' OR 'NOT APPLICABLE'
DESCRIPTION BIDDER'S RESPONSE
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------
ENGINEERS INDIA LIMITED
NEW DELHI
UNIT :
CLIENT
VENDOR :
ORDER NO. :
REV APPVD CHKD BY
DATE
PLANT :
000
A043-000-YD-MR-2642
A AR AR PS 11/10/2013
[ ] Deviation [ ] No Deviation Vendor Seal And Signature
A043-000-YD-TM-2642 A
DDFDP-OGT
GSPC LTD.
SPECIFICATION REV
REQ. NO. :
T
h
e

d
r
a
w
i
n
g
,

d
e
s
i
g
n

a
n
d

d
e
t
a
i
l
s

g
i
v
e
n

o
n

t
h
i
s

f
o
r
m
a
t

a
r
e

t
h
e

p
r
o
p
e
r
t
y

o
f

E
N
G
I
N
E
E
R
S

I
N
D
I
A

L
I
M
I
T
E
D
.

T
h
e
y

a
r
e

m
e
r
e
l
y

l
o
a
n
e
d

a
n
d

o
n

t
h
e

b
o
r
r
o
w
e
r
'
s

e
x
p
r
e
s
s

a
g
r
e
e
m
e
n
t

t
h
a
t

t
h
e
y

w
i
l
l
n
o
t

b
e

r
e
p
r
o
d
u
c
e
d
,

c
o
p
i
e
d
,

e
x
h
i
b
i
t
e
d

o
r

u
s
e
d
,

e
x
c
e
p
t

i
n

l
i
m
i
t
e
d

w
a
y

p
e
r
m
i
t
t
e
d

b
y

a

w
r
i
t
t
e
n

c
o
n
s
e
n
t

g
i
v
e
n

b
y

t
h
e

l
e
n
d
e
r

t
o

t
h
e

b
o
r
r
o
w
e
r

f
o
r

t
h
e

i
n
d
e
n
d
e
d

u
s
e
.


E
I
L
-
1
6
5
1
-
T
E
Q
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------
- NOTE : If the answer is 'NO' , then furnish reasons thereof.
Page 1 Of 1
1. Have you any deviations to the following:
i) General Specifications (clausewise)
ii) Special requirements (clausewise)
iii) Instrument specifications indicated in the data sheets.
iv) The scope of supply as indicated in the material requisition. If `yes' have you included
the list of deviations? (If no deviations are furnished, it will be assumed that all
the specifications and requirements of the subject requisition are complied with and
no deviations whatever will be accepted after the placement of order.)
-------------------------------------------------------------------------------------------------------------------------------------------------------------
2. Have you quoted for the spare parts including consumable items required for the startup
and 2 years normal operation/maintenance of the Instruments?
-------------------------------------------------------------------------------------------------------------------------------------------------------------
3. Have you quoted for the mounting accessories, special calibration kits and equipments
(complete with technical details) required if any, for the erection, commissioning and
maintenance of the instruments?
-------------------------------------------------------------------------------------------------------------------------------------------------------------
4. A) Have you enclosed the relevant technical catalogue/Literature in ENGLISH language including
model decoding details, drawings etc. necessary for the evaluation of your offer?
(NOTE: In case of line mounted instruments, viz. control valves, positive displacement meters,
Pressure relief valves etc., for all the lines quoted, relevant dimensional details required for
the installation must be furnished along with the offer.)
B) Have you confirmed that the documents required as per vendor data Requirements will be
supplied after the placement of order.
C) If so, have you indicated the extra price applicable, if any?
-------------------------------------------------------------------------------------------------------------------------------------------------------------
5. Have you furnished sizing, noise level calculations and certified capacity curves for the
instruments, wherever applicable?
-------------------------------------------------------------------------------------------------------------------------------------------------------------
6. Have you furnished, separately the `Shop inspection charges, if any, for inspection at
your works by EIL/Third party? (The details of the tests to be carried out on the instruments
during shop inspection are to be furnished)
-------------------------------------------------------------------------------------------------------------------------------------------------------------
7. Have you furnished the certificates from statutory bodies vis. BASEEFA, FM, CSA etc. for the
Explosion proof construction / intrinsically safe design of the instruments, wherever specified?
-------------------------------------------------------------------------------------------------------------------------------------------------------------
8. Have you furnished the certificates from statutory authority i.e., CCOE certificate for all electrical
equipments for intrinsically safe/ explosion proof design wherever specified?
-------------------------------------------------------------------------------------------------------------------------------------------------------------
9. Have you confirmed that IBR certification in Form III(C) or equivalent certification from statutory
bodies viz. Lloyds, Bureau veritas, TUV etc. will be furnished wherever specified?
-------------------------------------------------------------------------------------------------------------------------------------------------------------
10. Have you indicated separately the installation and commissioning charges, in case the same
are included in your scope of work?
-------------------------------------------------------------------------------------------------------------------------------------------------------------
11. Have you furnished the estimated power / utility consumptions and special cable requirements,
if any, for the instruments quoted?
-------------------------------------------------------------------------------------------------------------------------------------------------------------
12. Have you furnished the customer reference list in India/Abroad.
Page 94 of 202



[ ] Deviation
[ ] No Deviation
Bidders Signature Sheet 1 of 1


Requisition
No.
A043-000-YD-MR-2642
Legend:
* By
Vendor
A 11.10.13
PS AR AR Order No.

Rev Date By Chkd Appd
Vendor


ENGINEERS INDIA
LIMITED
NEW DELHI
PLANT : DDFDP-OGT
UNIT : 000
CLIENT : M/s GSPC
SPECIFICATION REV

A043-000-YD-ID-2642 A

T
h
i
s

d
o
c
u
m
e
n
t
,

d
r
a
w
i
n
g
,

a
n
d

t
h
e

d
e
s
i
g
n
/

d
e
t
a
i
l
s

g
i
v
e
n

i
n

t
h
i
s

f
o
r
m
a
t

a
r
e

t
h
e

p
r
o
p
e
r
t
y

o
f

E
N
G
I
N
E
E
R
S

I
N
D
I
A

L
I
M
I
T
E
D
.

T
h
e
y

a
r
e

m
e
r
e
l
y

l
o
a
n
e
d

o
n

t
h
e

b
o
r
r
o
w
e
r

s

e
x
p
r
e
s
s

a
g
r
e
e
m
e
n
t

t
h
a
t

t
h
e
y

w
i
l
l

n
o
t

b
e

r
e
p
r
o
d
u
c
e
d
,

c
o
p
i
e
d
,

e
x
h
i
b
i
t
e
d

o
r

u
s
e
d
,

e
x
c
e
p
t

i
n

t
h
e

l
i
m
i
t
e
d

w
a
y

p
e
r
m
i
t
t
e
d

b
y

a

w
r
i
t
t
e
n

c
o
n
s
e
n
t

g
i
v
e
n

b
y

t
h
e

l
e
n
d
e
r

t
o

t
h
e

b
o
r
r
o
w
e
r

f
o
r

t
h
e

i
n
t
e
n
d
e
d

u
s
e
.
E
I
L
-
1
6
4
1
-
5
0
7
.

A
4
-
2
1
0

x

2
9
7
.



DATASHEET INDEX

S.NO DESCRIPTION DATASHEET NO REV DATE
1
Gas Detection System A043-000-YD-DS-2642 (5 sheets)
A
11.10.13









Page 95 of 202




REQ. NO. :
A043-000-YD-MR-2642

A 11.10.13 PS AR AR LEGEND :
* - By Vendor
^ - data Revised REV DATE BY CHKD APPD
VENDOR :




ENGINEERS INDIA LIMITED
NEW DELHI
PLANT : DDFDP-OGT
UNIT : 000
CLIENT : M/s GSPC
SPECIFICATION REV

A043-000-YD-DS-2642 A
Page 1 of 5
T
h
i
s

d
o
c
u
m
e
n
t
,

d
r
a
w
i
n
g
,

a
n
d

t
h
e

d
e
s
i
g
n
/

d
e
t
a
i
l
s

g
i
v
e
n

i
n

t
h
i
s

f
o
r
m
a
t

a
r
e

t
h
e

p
r
o
p
e
r
t
y

o
f

E
N
G
I
N
E
E
R
S

I
N
D
I
A

L
I
M
I
T
E
D
.

T
h
e
y

a
r
e

m
e
r
e
l
y

l
o
a
n
e
d

o
n

t
h
e

b
o
r
r
o
w
e
r

s

e
x
p
r
e
s
s

a
g
r
e
e
m
e
n
t

t
h
a
t

t
h
e
y

w
i
l
l

n
o
t

b
e

r
e
p
r
o
d
u
c
e
d
,

c
o
p
i
e
d
,

e
x
h
i
b
i
t
e
d

o
r

u
s
e
d
,

e
x
c
e
p
t

i
n

t
h
e

l
i
m
i
t
e
d

w
a
y

p
e
r
m
i
t
t
e
d

b
y

a

w
r
i
t
t
e
n

c
o
n
s
e
n
t

g
i
v
e
n

b
y

t
h
e

l
e
n
d
e
r

t
o

t
h
e

b
o
r
r
o
w
e
r

f
o
r

t
h
e

i
n
t
e
n
d
e
d

u
s
e
.
E
I
L
-
1
6
4
1
-
5
0
7
.

A
4
-
2
1
0

x

2
9
7
.

Gas Detection System


General
1. Service Toxic
2. Location/ Equipment No. Refer Tables
Haz. Loc 3. Electrical Area Classification Note-1
Gas Detector 4. Enclosure Type Flame proof (EExd) and Weather
proof to IP-65 (Note-7)
5. Protective Cap for Dust/ Rain Water Required
6. Filter Required
7. LEL/ HC Gas Detectors NOT Required
7.1 Make and Model No.
7.2 Detector type
7.3 IR Detector type
7.4 IR Source (Lamp) life
7.5 Detector output
7.6 Material of Construction
7.6.1 Body
7.6.2 Cap
7.6.3 Filter
7.7 Response time
7.8 Range
7.9 Alarm at
7.10 Quantity
8. Toxic Gas Detector Required
8.1 Toxic Gas type/ Detector type H2S / Electrochemical or
Semiconductor
8.2 Make and Model No. *
8.3 Detector output *
8.4 Material of Construction
8.5.1 Body Metallic
8.5.2 Cap Manufacturers Standard
8.5.3 Filter SS 316
8.6 Response time *
8.7 Range 0-50 ppm
8.8 Alarm at Alarms at two position(High/low)
selectable over complete range
8.9 Quantity Refer Annexure-I(A)
Transmitter 9 Transmitter Integral
10 Enclosure Type Flame proof and Weather proof to
IP-65(Note-7)
11 Type Indicating
12 Make and Model No. *
13 No. of detectors per transmitter 1
14 Output
15 Analogue 4-20 mA (3 Core) (*)(Note2)
16 Serial Not Required
17 Power Supply 24V DC 10%(Note2)
18 Minimum operating voltage *
Page 96 of 202




REQ. NO. :
A043-000-YD-MR-2642

A 11.10.13 PS AR AR LEGEND :
* - By Vendor
^ - data Revised REV DATE BY CHKD APPD
VENDOR :




ENGINEERS INDIA LIMITED
NEW DELHI
PLANT : DDFDP-OGT
UNIT : 000
CLIENT : M/s GSPC
SPECIFICATION REV

A043-000-YD-DS-2642 A
Page 2 of 5
T
h
i
s

d
o
c
u
m
e
n
t
,

d
r
a
w
i
n
g
,

a
n
d

t
h
e

d
e
s
i
g
n
/

d
e
t
a
i
l
s

g
i
v
e
n

i
n

t
h
i
s

f
o
r
m
a
t

a
r
e

t
h
e

p
r
o
p
e
r
t
y

o
f

E
N
G
I
N
E
E
R
S

I
N
D
I
A

L
I
M
I
T
E
D
.

T
h
e
y

a
r
e

m
e
r
e
l
y

l
o
a
n
e
d

o
n

t
h
e

b
o
r
r
o
w
e
r

s

e
x
p
r
e
s
s

a
g
r
e
e
m
e
n
t

t
h
a
t

t
h
e
y

w
i
l
l

n
o
t

b
e

r
e
p
r
o
d
u
c
e
d
,

c
o
p
i
e
d
,

e
x
h
i
b
i
t
e
d

o
r

u
s
e
d
,

e
x
c
e
p
t

i
n

t
h
e

l
i
m
i
t
e
d

w
a
y

p
e
r
m
i
t
t
e
d

b
y

a

w
r
i
t
t
e
n

c
o
n
s
e
n
t

g
i
v
e
n

b
y

t
h
e

l
e
n
d
e
r

t
o

t
h
e

b
o
r
r
o
w
e
r

f
o
r

t
h
e

i
n
t
e
n
d
e
d

u
s
e
.
E
I
L
-
1
6
4
1
-
5
0
7
.

A
4
-
2
1
0

x

2
9
7
.

Gas Detection System

19 Cable between detector and transmitter To be Provided (Note 4)
19.1 Power *
19.2 Signal *
19.3 Cable entry NPTF
20 Mounting 2 pipe mounting
21 Mounting Accessories Required
Monitor 22 Gas Monitor Required
22.1 Type Refer Clause B1(F) of SIV
22.2 Function Indication and Alarm
22.3 Nos of channels Refer Cl. No. 2.3.2 of standard
specification 6-52-080
22.4 Power supply *
22.5 Outputs -Two Potential free contacts for
alarm for each tag,
-Serial Link/Modbus,
-4-20mA DC
22.6 Dual adjustable alarm for gas level
alarm
Required
22.7 Make & Model *
Accessories 23 Portable Gas Detectors Not Required
23.1 Type
23.2 Battery type
23.3 HC Service
23.4 H2S Service
23.5 Carrying Case
23.6 Battery charger
23.7 Battery charger voltage
24 Portable Calibration Kit Required(Note-8) Refer Annexure-
I(B)
24.1 Type *
24.2 HC Service
24.3 H2S service Required
24.4 Carrying Case Required
24.5 Calibration Gas Cylinders Required
24.6 Quantity *
24.7 Make & Model No *
HMI/DATA
LOGGER
25 HMI/Data Logger Required
25.1 Make & Model No Monitor/screen shall be HP
L2206TM with LED screen 21.5
Beacon/
Hooter/Field
Mounted
Reset Push
26 Beacon As required(Ref Annexure I (C)
26.1 Hooter As required(Ref Annexure I(C))
26.2 Field Mounted Reset Push Button Required (For Hooter) Ref
Annexure I(C)
26.3 Voltage 240V AC, UPS
26.4 Enclosure Flameproof and Weather proof to
IP-65
Page 97 of 202




REQ. NO. :
A043-000-YD-MR-2642

A 11.10.13 PS AR AR LEGEND :
* - By Vendor
^ - data Revised REV DATE BY CHKD APPD
VENDOR :




ENGINEERS INDIA LIMITED
NEW DELHI
PLANT : DDFDP-OGT
UNIT : 000
CLIENT : M/s GSPC
SPECIFICATION REV

A043-000-YD-DS-2642 A
Page 3 of 5
T
h
i
s

d
o
c
u
m
e
n
t
,

d
r
a
w
i
n
g
,

a
n
d

t
h
e

d
e
s
i
g
n
/

d
e
t
a
i
l
s

g
i
v
e
n

i
n

t
h
i
s

f
o
r
m
a
t

a
r
e

t
h
e

p
r
o
p
e
r
t
y

o
f

E
N
G
I
N
E
E
R
S

I
N
D
I
A

L
I
M
I
T
E
D
.

T
h
e
y

a
r
e

m
e
r
e
l
y

l
o
a
n
e
d

o
n

t
h
e

b
o
r
r
o
w
e
r

s

e
x
p
r
e
s
s

a
g
r
e
e
m
e
n
t

t
h
a
t

t
h
e
y

w
i
l
l

n
o
t

b
e

r
e
p
r
o
d
u
c
e
d
,

c
o
p
i
e
d
,

e
x
h
i
b
i
t
e
d

o
r

u
s
e
d
,

e
x
c
e
p
t

i
n

t
h
e

l
i
m
i
t
e
d

w
a
y

p
e
r
m
i
t
t
e
d

b
y

a

w
r
i
t
t
e
n

c
o
n
s
e
n
t

g
i
v
e
n

b
y

t
h
e

l
e
n
d
e
r

t
o

t
h
e

b
o
r
r
o
w
e
r

f
o
r

t
h
e

i
n
t
e
n
d
e
d

u
s
e
.
E
I
L
-
1
6
4
1
-
5
0
7
.

A
4
-
2
1
0

x

2
9
7
.

Gas Detection System

26.5 Cable entry NPTF
26.6 Mounting As required(Ref Annexure I (C))
26.7 Reset Push Button on HMI for Beacon As required(Ref Annexure I(C)
26.8 Make & Model No *
Others 27 Aspirator assembly for duct mounted
gas detector in CCR
Not Required
28 Make and Model No.
Certification 29 Statutory CCOE/PESO
30 Others


Notes:

1. Electrical area classification shall be IEC Zone 2, Gas Gr. IIA/ IIB, T3. All sensors/transmitter,
Portable gas detectors, portable calibrators and spare gas detectors mentioned in Annexure
I shall be suitable for this area classification.
2. Three Wire system is considered. Triad cable for interconnection between gas detector
transmitters to gas detection system will be provided by purchaser. In case vendor provides
2 wire type transmitter, 3rd core will be retained as spare.
3. Detectors shall be located on the downwind side of the prevailing wind direction.
4. Armoured Cable between detector and display unit for H2S detector shall be supplied by
vendor along with installation accessories like cable connectors, double compression type
cable glands (EExd) etc.
5. All gas detectors shall be provided with dust guard and splashguard.
6. Suitable terminal blocks shall be provided for terminating cables. Flying leads shall not be
provided.
7. IS type of gas detectors is also acceptable. For IS certified detector vendor shall supply suitable
barriers and the same shall be housed in the gas detector panel.
8. Bidder shall supply calibration gas for six months duration with validity of minimum one year in
addition to requirements during Installation, testing and commissioning.
9. Bidder shall provide logic for reset of hooter and implement the same in gas detection
system.
10. Bidder to furnish installation details for hooter and beacon during detail engineering. All
accessories for mounting hooter and beacon in field shall be supplied by vendor.









.




Page 98 of 202




REQ. NO. :
A043-000-YD-MR-2642

A 11.10.13 PS AR AR LEGEND :
* - By Vendor
^ - data Revised REV DATE BY CHKD APPD
VENDOR :




ENGINEERS INDIA LIMITED
NEW DELHI
PLANT : DDFDP-OGT
UNIT : 000
CLIENT : M/s GSPC
SPECIFICATION REV

A043-000-YD-DS-2642 A
Page 4 of 5
T
h
i
s

d
o
c
u
m
e
n
t
,

d
r
a
w
i
n
g
,

a
n
d

t
h
e

d
e
s
i
g
n
/

d
e
t
a
i
l
s

g
i
v
e
n

i
n

t
h
i
s

f
o
r
m
a
t

a
r
e

t
h
e

p
r
o
p
e
r
t
y

o
f

E
N
G
I
N
E
E
R
S

I
N
D
I
A

L
I
M
I
T
E
D
.

T
h
e
y

a
r
e

m
e
r
e
l
y

l
o
a
n
e
d

o
n

t
h
e

b
o
r
r
o
w
e
r

s

e
x
p
r
e
s
s

a
g
r
e
e
m
e
n
t

t
h
a
t

t
h
e
y

w
i
l
l

n
o
t

b
e

r
e
p
r
o
d
u
c
e
d
,

c
o
p
i
e
d
,

e
x
h
i
b
i
t
e
d

o
r

u
s
e
d
,

e
x
c
e
p
t

i
n

t
h
e

l
i
m
i
t
e
d

w
a
y

p
e
r
m
i
t
t
e
d

b
y

a

w
r
i
t
t
e
n

c
o
n
s
e
n
t

g
i
v
e
n

b
y

t
h
e

l
e
n
d
e
r

t
o

t
h
e

b
o
r
r
o
w
e
r

f
o
r

t
h
e

i
n
t
e
n
d
e
d

u
s
e
.
E
I
L
-
1
6
4
1
-
5
0
7
.

A
4
-
2
1
0

x

2
9
7
.

Gas Detection System


ANNEXURE- I


A. H2S GAS DETECTORS

S.No Tag No. Location Major Constituents TLV(% V/V
in Air)
Gas
M.W
Remarks
CONDENSATE STABILISATION UNT(CSU)
1 51-AE/AT-
1102
Near 51-V-101 H2S,C1,C2,C3,C4,C5,C
6+
4PPMV 16-72 High Conc
alarm required
2 51-AE/AT-
1103
Near 51-FV-
1104
H2S,C1,C2,C3,C4,C5,C
6+
4PPMV 16-72 High Conc
alarm required
3 51-AE/AT-
1203
Near 51-V-102 H2S,C1,C2,C3,C4,C5,C
6+
4PPMV 16-72 High Conc
alarm required
4 51-AE/AT-
1402
Near 51-P-
101A/B
H2S,C1,C2,C3,C4,C5,C
6+
4PPMV 16-72 High Conc
alarm required
5 51-AE/AT-
1403
Near 51-V-104 H2S,C1,C2,C3,C4,C5,C
6+
4PPMV 16-72 High Conc
alarm required
6 51-AE/AT-
1501
Inside
compressor
House
H2S,C1,C2,C3,C4,C5,C
6+
4PPMV 16-72 High Conc
alarm required
7 51-AE/AT-
1502
Inside
compressor
House
H2S,C1,C2,C3,C4,C5,C
6+
4PPMV 16-72 High Conc
alarm required
8 51-AE/AT-
1503
Inside
compressor
House
H2S,C1,C2,C3,C4,C5,C
6+
4PPMV 16-72 High Conc
alarm required
9 51-AE/AT-
1504
Inside
compressor
House
H2S,C1,C2,C3,C4,C5,C
6+
4PPMV 16-72 High Conc
alarm required
10 51-AE/AT-
SP01
SPARE H2S,C1,C2,C3,C4,C5,C
6+
4PPMV 16-72 High Conc
alarm required
11 51-AE/AT-
SP02
SPARE H2S,C1,C2,C3,C4,C5,C
6+
4PPMV 16-72 High Conc
alarm required
12 51-AE/AT-
SP03
SPARE H2S,C1,C2,C3,C4,C5,C
6+
4PPMV 16-72 High Conc
alarm required



B. PORTABLE GAS CALIBRATORS

S. No
H2S GAS DETECTOR
1 51-AE/AT-
0012C
Calibrator H2S Gas
Detector


Note : The numbers of gas calibrators are indicative. Actual portable gas calibrators
shall be as per clause No B6 of SIV.
Page 99 of 202




REQ. NO. :
A043-000-YD-MR-2642

A 11.10.13 PS AR AR LEGEND :
* - By Vendor
^ - data Revised REV DATE BY CHKD APPD
VENDOR :




ENGINEERS INDIA LIMITED
NEW DELHI
PLANT : DDFDP-OGT
UNIT : 000
CLIENT : M/s GSPC
SPECIFICATION REV

A043-000-YD-DS-2642 A
Page 5 of 5
T
h
i
s

d
o
c
u
m
e
n
t
,

d
r
a
w
i
n
g
,

a
n
d

t
h
e

d
e
s
i
g
n
/

d
e
t
a
i
l
s

g
i
v
e
n

i
n

t
h
i
s

f
o
r
m
a
t

a
r
e

t
h
e

p
r
o
p
e
r
t
y

o
f

E
N
G
I
N
E
E
R
S

I
N
D
I
A

L
I
M
I
T
E
D
.

T
h
e
y

a
r
e

m
e
r
e
l
y

l
o
a
n
e
d

o
n

t
h
e

b
o
r
r
o
w
e
r

s

e
x
p
r
e
s
s

a
g
r
e
e
m
e
n
t

t
h
a
t

t
h
e
y

w
i
l
l

n
o
t

b
e

r
e
p
r
o
d
u
c
e
d
,

c
o
p
i
e
d
,

e
x
h
i
b
i
t
e
d

o
r

u
s
e
d
,

e
x
c
e
p
t

i
n

t
h
e

l
i
m
i
t
e
d

w
a
y

p
e
r
m
i
t
t
e
d

b
y

a

w
r
i
t
t
e
n

c
o
n
s
e
n
t

g
i
v
e
n

b
y

t
h
e

l
e
n
d
e
r

t
o

t
h
e

b
o
r
r
o
w
e
r

f
o
r

t
h
e

i
n
t
e
n
d
e
d

u
s
e
.
E
I
L
-
1
6
4
1
-
5
0
7
.

A
4
-
2
1
0

x

2
9
7
.

Gas Detection System



C. BEACON & HOOTER













1 51-BC-0001A CSU Beacon
2 51-HT-0001A CSU Hooter
3 51-PB-0001A CSU Push Button
Page 100 of 202
Annexure- I
Sheet 1 of 1


COMPLIANCE STATEMENT

(TO BE SIGNED BY VENDOR'S PRINCIPAL CORPORATE LEVEL SIGNATORY ON COMPANY
LETTERHEAD)




I, ON BEHALF OF M/s CONFIRM THAT THE PROPOSAL OF THE
GAS DETECTION SYSTEM QUOTED BY M/s FOR M/s GSPC,
ONSHORE GAS TERMINAL PROJECT (INDIA) AGAINST MATERIAL REQUISITION
A043-000-YD-MR-2642 REV.A MEETS ALL THE TECHNICAL SPECIFICATIONS
LISTED IN THE STANDARD AND PROJECT SPECIFICATIONS ENCLOSED WITH
THIS MR AND NO DEVIATION HAS BEEN TAKEN BY US TO THE
REQUIREMENTS OF THE MR.





(SIGNATURE WITH SEAL)


Page 101 of 202






Template No. 5-0000-0001-T3 Rev. 1 Copyrights EIL All rights reserved
Deviation List
For
Gas Detection System
Document No.
Annexure-II
Page 1 of 1
Sl.
No.
Document No. Clause No. Deviation Technical Reason for Deviation

































Bidder Seal & Signature

Page 102 of 202






Template No. 5-0000-0001-T3 Rev. 1 Copyrights EIL All rights reserved
PTR Format
for
Gas Detection System
Document No.
Annexure-III
Rev. No. 0
Page 1 of 2
SL.
NO.
DESCRIPTION AS OFFERED
FOR THIS
PROJECT
GAS ( H2S)
DETECTION
SYSTEM
INSTALLED @
SITE 1
GAS (H2S)
DETECTION
SYSTEM
INSTALLED @
SITE 2
GAS (H2S)
DETECTION
SYSTEM
INSTALLED @
SITE 3
GAS (H2S)
DETECTION
SYSTEM
INSTALLED @
SITE 4
1 Name of Plant

2

Name, Address, Fax No., E-Mail & Telephone No. of contact
person in the plant

3 Name, Address, Fax No., E-Mail of consultant

4 Month & year of system supply

5 Month & year of system commissioning

6 Any major breakdown till date

7 If yes, cause of breakdown

8



MODEL NOS. OF OFFERED DETECTORS:
- H
2
S
MODEL NOS. OF OFFERED MONITORS IN GAS
DETECTION PANEL:


9
Gas Detection System Panel size

10.
ACTIVITIES CARRIED OUT BY BIDDER OR
MANUFACTURER
(INDICATE NAME WITH BIDDER / MANUFACTUER
LOCATION WHERE EACH OF THESE ACTIVITIES
SHALL BE CARRIED OUT)

a) Manufacturing of detectors
b) Manufacturing of completely wired Gas Detector Panel,
complete with monitors, alarm-annunciatros, switches,
etc.

Page 103 of 202






Template No. 5-0000-0001-T3 Rev. 1 Copyrights EIL All rights reserved
PTR Format
for
Gas Detection System
Document No.
Annexure-III
Rev. No. 0
Page 2 of 2
SL.
NO.
DESCRIPTION AS OFFERED
FOR THIS
PROJECT
GAS ( H2S)
DETECTION
SYSTEM
INSTALLED @
SITE 1
GAS (H2S)
DETECTION
SYSTEM
INSTALLED @
SITE 2
GAS (H2S)
DETECTION
SYSTEM
INSTALLED @
SITE 3
GAS (H2S)
DETECTION
SYSTEM
INSTALLED @
SITE 4
c) Calibration , Testing and Inspection of Gas Detection
system
d) Commissioning of Gas Detection system
e) Interfacing with DCS.



11


SALIENT FEATURES OF OFFERED SYSTEM OVER
EARLIER INSTALLED SYSTEMS










Bidder Seal & Signature
Page 104 of 202
1-1641-0504 REV.0 A4-210x297
T
h
e

d
r
a
w
i
n
g
,

d
e
s
i
g
n

a
n
d

d
e
t
a
i
l
s

g
i
v
e
n

o
n

t
h
i
s

f
o
r
m
a
t

a
r
e

t
h
e

p
r
o
p
e
r
t
y

o
f

E
N
G
I
N
E
E
R
S

I
N
D
I
A

L
I
M
I
T
E
D
.

T
h
e
y

a
r
e

m
e
r
e
l
y

l
o
a
n
e
d

o
n

t
h
e

b
o
r
r
o
w
e
r
'
s

e
x
p
r
e
s
s

a
g
r
e
e
m
e
n
t

t
h
a
t

t
h
e
y
w
i
l
l

n
o
t

b
e

r
e
p
r
o
d
u
c
e
d
,

c
o
p
i
e
d
,

e
x
h
i
b
i
t
e
d

o
r

u
s
e
d
,

e
x
c
e
p
t

i
n

t
h
e

l
i
m
i
t
e
d

w
a
y

p
e
r
m
i
t
t
e
d

b
y

a

w
r
i
t
t
e
n

c
o
n
s
e
n
t

g
i
v
e
n

b
y

t
h
e

l
e
n
d
e
r

t
o

t
h
e


b
o
r
r
o
w
e
r

f
o
r

t
h
e


i
n
t
e
n
d
e
d


u
s
e
.
REV. DRAWING NO.
APPD. APPD. CHECKED BY REVISION DATE REV.
(A Govt. of India Undertaking)
MOUNTING SCHEMATIC FOR DETECTOR WITH ASPIRATOR ASSEMBLY
SS 316
NOTES :
1/2" TH
MOUNTING PLATE
ASPIRATOR
DUCT
FI
TO DCS
MTAERIAL 316SS
1/2" NPT (F)
LEL SENSOR/
TRANSMITTER
(TYPICAL)
1/2" NPT (F)
PI
1/2" NPT(F)
INSTRUMENT AIR
NORMAL 3.5 Kg/Cm2g
DESIGN 6.0 Kg/Cm2g
1/2" NPT(F)
1. SS MOUNTING PLATE COMPLETE WITH ALL ACCESSORIES TO BE SUPPLIED BY VENDOR.
2. THIS SKETCH IS ONLY INDICATIVE BUT COVERS THE MNIMUM REQUIREMENTS.
3. VENDOR TO PROVIDE SCHEME TO SUIT THE EQUIPMENT BEING SUPPLIED BY THEM.
PLANT : DDFDP - OGT
CLIENT : GSPC LTD
INSTRUMENTATION
TAG PLATE
4. THIS IS TYPICAL DRAWING.
0 12.09.2011 ISSUED WITH MR PS AR AR
Page 105 of 202
RESPONSIBILITY DEFINITION
GAS DETECTION SYSTEM
DDFDP-OGT
GSPC
DOCUMENT No.
A043-000-YD-RD-2642
Page 1 of 3





A 11.10.13 ISSUED WITH MR PS AR AR
Rev.
No
Date Purpose
Prepared
by
Checked
by
Approved
by

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










RESPONSIBILITY DEFINITION

Page 106 of 202
RESPONSIBILITY DEFINITION
GAS DETECTION SYSTEM
DDFDP-OGT
PROJECT
DOCUMENT No.
A043-000-YD-RD-2642
Page 2 of 3

Format No. EIL 1641-1924 Rev. 1
Copyright EIL All rights reserved
1. Bidder must indicate clearly the responsibilities of each of the agencies in the format attached
(Responsibility Chart) along with the definition of various agencies as described below:

a) Bidder - The party/ agency that quoted for the complete Gas detection system.

b) Manufacturer - The agency that manufactures the system/ any other item located at the
manufacturer works. Affiliate, sales offices, joint ventures, country office etc. shall not be
considered as manufacturer.

c) Others - agency other than Bidder or manufacturer, which is being proposed by Bidders
for carrying out an activity.

2. The responsibility assigned in the format shall be from the agency or location, which meets
proveness criteria.

Page 107 of 202
RESPONSIBILITY DEFINITION
GAS DETECTION SYSTEM
DDFDP-OGT
PROJECT
DOCUMENT No.
A043-000-YD-RD-2642
Page 3 of 3

Format No. EIL 1641-1924 Rev. 1
Copyright EIL All rights reserved
Responsibility Chart (Format)


S. NO.

DESCRIPTION
RESPONSIBILITY

LOCATIO
N

BIDDER

MANUFACTURE
R

OTHERS
(AGENCY OTHER
THAN MANU./
BIDDER)
I. SOURCE OF SUPPLY
1 DETECTORs/TRANSMITTERS
2 GAS DETECTION PANEL
3 MONITOR (HMI)
4 CABLES BETWEEN SRR AND
CONTROL ROOM

5 MONITORING & PROGRAMMING
UNIT

6 LOCAL AREA NETWORK
7 ANY OTHER(PLEASE SPECIFY)
II SYSTEM ENGINEERING
1 BASIC SYSTEM DESIGN
2 DETAILED ENGINEERING
3 CONFIGURATION
4 SPECIAL SOFTWARE
5 ANY OTHER ( PLEASE SPECIFY)
III SUPERVISION OF INSTALLATION
AND COMMISSIONING

IV FACTORY ACCEPTANCE TEST
V OVERALL SINGLE POINT
RESPONSIBILITY



NOTES

1. Bidder shall submit this responsibility chart for the Gas Detection system during offer
submission.

2. Wherever the responsibility is other than the Bidder, the sub-vendor's written backup guarantee
in the area of design, engineering, supply, testing, commissioning and maintenance support
shall be furnished.

3. Bidder shall also submit the sub-vendor's written commitment with respect to supply of spares
directly or through the bidder to the purchaser/owner.
Page 108 of 202



ENGINEERS INDIA
LIMITED
NEW DELHI
PLANT : DDFDP-OGT
CLIENT : M/s GSPC
SPECIFICATION NO. REV

A043-000-YD-LS-2642
Page 1 of 2
A

T
h
i
s

d
o
c
u
m
e
n
t
,

d
r
a
w
i
n
g
,

a
n
d

t
h
e

d
e
s
i
g
n
/

d
e
t
a
i
l
s

g
i
v
e
n

i
n

t
h
i
s

f
o
r
m
a
t

a
r
e

t
h
e

p
r
o
p
e
r
t
y

o
f

E
N
G
I
N
E
E
R
S

I
N
D
I
A

L
I
M
I
T
E
D
.

T
h
e
y

a
r
e

m
e
r
e
l
y

l
o
a
n
e
d

o
n

t
h
e

b
o
r
r
o
w
e
r

s

e
x
p
r
e
s
s

a
g
r
e
e
m
e
n
t

t
h
a
t

t
h
e
y

w
i
l
l

n
o
t

b
e

r
e
p
r
o
d
u
c
e
d
,

c
o
p
i
e
d
,

e
x
h
i
b
i
t
e
d

o
r

u
s
e
d
,

e
x
c
e
p
t

i
n

t
h
e

l
i
m
i
t
e
d

w
a
y

p
e
r
m
i
t
t
e
d

b
y

a

w
r
i
t
t
e
n

c
o
n
s
e
n
t

g
i
v
e
n

b
y

t
h
e

l
e
n
d
e
r

t
o

t
h
e

b
o
r
r
o
w
e
r

f
o
r

t
h
e

i
n
t
e
n
d
e
d

u
s
e
.
E
I
L
-
1
6
4
1
-
5
0
7
.

A
4
-
2
1
0

x

2
9
7
.













CERTIFICATE FOR LOGISTICS SUPPORT









A 11.10.13 ISSUED FOR BIDS PS AR AR
No. Date Revisions By CHK APPR
Page 109 of 202



ENGINEERS INDIA
LIMITED
NEW DELHI
PLANT : DDFDP-OGT
CLIENT : M/s GSPC
SPECIFICATION NO. REV

A043-000-YD-LS-2642
Page 2 of 2
A

T
h
i
s

d
o
c
u
m
e
n
t
,

d
r
a
w
i
n
g
,

a
n
d

t
h
e

d
e
s
i
g
n
/

d
e
t
a
i
l
s

g
i
v
e
n

i
n

t
h
i
s

f
o
r
m
a
t

a
r
e

t
h
e

p
r
o
p
e
r
t
y

o
f

E
N
G
I
N
E
E
R
S

I
N
D
I
A

L
I
M
I
T
E
D
.

T
h
e
y

a
r
e

m
e
r
e
l
y

l
o
a
n
e
d

o
n

t
h
e

b
o
r
r
o
w
e
r

s

e
x
p
r
e
s
s

a
g
r
e
e
m
e
n
t

t
h
a
t

t
h
e
y

w
i
l
l

n
o
t

b
e

r
e
p
r
o
d
u
c
e
d
,

c
o
p
i
e
d
,

e
x
h
i
b
i
t
e
d

o
r

u
s
e
d
,

e
x
c
e
p
t

i
n

t
h
e

l
i
m
i
t
e
d

w
a
y

p
e
r
m
i
t
t
e
d

b
y

a

w
r
i
t
t
e
n

c
o
n
s
e
n
t

g
i
v
e
n

b
y

t
h
e

l
e
n
d
e
r

t
o

t
h
e

b
o
r
r
o
w
e
r

f
o
r

t
h
e

i
n
t
e
n
d
e
d

u
s
e
.
E
I
L
-
1
6
4
1
-
5
0
7
.

A
4
-
2
1
0

x

2
9
7
.


CERTIFICATE FOR LOGISTICS SUPPORT
(To be signed by Manufacturer's corporate level signatory on company's letter head)

I, on behalf of M/s______________________________ confirm that the Gas
Detection System Model Nos.__________________ quoted by
M/s_______________________________ for M/s GSPC against Material
Requisition no. A043-000-YD-MR-2642 shall continue to be supported by us for a
period of minimum 10years. The quoted system shall not be withdrawn from Indian
market as a matter of our corporate policy.
I further confirm that in case of placement of order by GSPC on us, we shall
continue to support GSPC in providing back-up engineering, maintenance support
and spare part support for a period of 10 years from the date of placement of order.



SIGNATURE WITH SEAL
AUTHOURIZED, SENIOR
MANAGEMENT LEVEL
SIGNATORY












Page 110 of 202
Page 111 of 202
Page 112 of 202
Page 113 of 202
Page 114 of 202
Page 115 of 202
Page 116 of 202
Page 117 of 202
Page 118 of 202
Page 119 of 202
Page 120 of 202
Page 121 of 202
Page 122 of 202
Page 123 of 202
Page 124 of 202
Page 125 of 202
Page 126 of 202
Page 127 of 202
Page 128 of 202
Page 129 of 202
Page 130 of 202
Page 131 of 202
Page 132 of 202
Page 133 of 202
Page 134 of 202
Page 135 of 202
Page 136 of 202
Page 137 of 202
Page 138 of 202
Page 139 of 202
Page 140 of 202
Page 141 of 202
Page 142 of 202
Page 143 of 202
Page 144 of 202
- t i 6 1 2 1 - e l lett) ENGINEERS
ZIT traiag y l o e )IA I IMBED
STANDARD SPECIFICATION
FOR
GAS DETECTION SYSTEM
STANDARD SPECIFICATION No.
6-52-0080 Rev. 3
Page 1 of 24
- t h: r t i t i c h s p urt') *
Ig l 1 c n'i
STANDARD SPECIFICATION FOR
GAS DETECTION SYSTEM
3 22.0 3 .12 Revised and Reissued as Standard Specification liCfPkir
2114 451
OM
2 0 9 .0 3 .0 7 Revised and Reissued as Standard Specification AR TGM H CJ V C
1 0 1.0 4.9 8 Revised and Reissued as Standard Specification RK BRS RB AS
0 11 0 3 .8 5 Issued as Standard Specification
PV S TSN AK V AK
Standards Standards
Rev.
Date Purpose
Prepared Checked
Committee
Convenor
Bureau
Chairman
No by by
Approved by
Page 145 of 202
ENGINEERS
La
Rategvie INDIA LIMITED
'1''"E97"""r"I
IA Govl at India undertaking)
STANDARD SPECIFICATION
FOR
GAS DETECTION SYSTEM
STANDARD SPECIFICATION No.
6-52-0080 Rev. 3
Page 2 of 24
Abbreviations:
DCS Distributed Control System
GA General Arrangement
GPS Global Positioning System
HART Highway Addressable Remote Transducer
HVAC Heating Ventilation & Air Conditioning
LEL Lower Explosive Limits
LOS Line of Sight
MOS Metal Oxide Semiconductor
MTBF Mean Time Between Failures
MTTR Mean Time To Repair
NPT National Pipe Thread
PFD Probability of Failure on Demand
PLC Programmable Logic Controller
SIL Safety Integrity Level
Instrumentation Standards Committee
Convener: Ms. R. Priyamvada
Members: Mr. P.K. Sahay
Mr. S. Bhowal
Mr. M. Nandi
Ms. R. Shanti Devi
Mr. M.P. Jain (Proj.)
Format No. 8-00-0001-F1 Rev. 0

Copyright EIL All rights reserved


Page 146 of 202
attzIeMj-ki ENGINEERS
$ 1 gar Wee: OPINDIA LIMITED
STANDARD SPECIFICATION
FOR
GAS DETECTION SYSTEM
STANDARD SPECIFICATION No.
6-52-0080 Rev. 3
Page 3 of 24
CONTENTS
1.0GENERAL
4

2.0DESIGN AND CONSTRUCTION 7

3.0NAMEPLATE 23

4.0INSPECTION AND TESTING 23

5.0SHIPPING 24

6.0REJECTION
24
Format No. 8-00-0001-F1 Rev. 0

Copyright EIL All rights reserved


Page 147 of 202

STANDARD SPECIFICATION
FOR
GAS DETECTION SYSTEM
STANDARD SPECIFICATION No.

6-52-0080 Rev. 3
Page 4 of 24
1.0 GENERAL
1.1 Scope
1.1.1
This standard specification, together with the data sheets describes the requirements for the
design, manufacture, nameplate making, inspection and testing and shipping of the complete
gas detection system.
1.1.2 The related standards referred to herein and mentioned below shall be of the latest editions
prior to the date of purchaser's enquiry:
API American Petroleum Institute
RP-55 Recommended Practice for Oil and Gas Producing &
Gas Processing Plant Operations Involving Hydrogen
Sulphide.
RP-552 Transmission Systems
EN European Standard
10204 Inspection Documents for Metallic Products
61779-1 Electrical Apparatus for the Detection and Measurement
of Combustible Gases - General Requirements and Test
Methods.
61779-4 Electrical apparatus for the detection and measurement
of flammable gases. Performance requirements for group
II apparatus indicating a volume fraction up to 100%
lower explosive limit.
IS/IEC Indian Standards/International Electro Technical Commission
IS/IEC 60079
IEC 60331
IEC 60332
IEC 60617
IS/IEC 60529
IEC 61000-4
IEC 61131
IEC 61508
IEC 61511
Electrical Apparatus for Explosive Gas Atmospheres
Testing of Fire Resisting Cables
Tests on bunched wires and cables.
Graphical Symbols for Diagrams
Degree of protection provided by Enclosures (IP code).
Electromagnetic compatibility (EMC) Part 4: Testing
and measurement techniques
Programmable Logic controllers
Functional Safety of electrical/ electronic/ programmable
electronic safety related systems
Functional Safety Safety Instrumented Systems for the
Process Industry Sector.

1.1.3 In the event of any conflict between this standard specification, job specification/datasheets,
statutory regulations, related standards, codes etc the following order of priority shall
govern:
Statutory Regulations
Job Specifications / Data Sheets
Standard Specifications
Codes and Standards

1.1.4 In addition to compliance to purchaser's specifications in totality, vendors' extent of


responsibility shall include the following:
a) Purchaser's data sheets indicate the maximum distance between the sensor and the
receiver instrument. Vendor shall be responsible to ensure that the offered sensor is
suitable for the specified distance requirements. Cable size requirement shall be
indicated by vendor in their offer.
Copyright EIL All rights reserved
Format No. 8-00-0001-F1 Rev. 0
Page 148 of 202
IStakleia ENGINEF_RS
5g:ar Mtg. 'sINDIA LIMITED
rn Go y . o f Indu unde naki ng
STANDARD SPECIFICATION
FOR
GAS DETECTION SYSTEM
STANDARD SPECIFICATION No.
6-52-0080 Rev. 3
Page 5 of 24
Selection of proper hardware and software to meet functional requirements specified
in the material requisition.
Engineering of complete system, when specified, including that of addressable gas
detector systems, data logger, monitoring system etc.
1. 2 Bids
1.2.1Vendor's quotation shall be strictly as per the bidding instructions to the vendor attached
with the material requisition.
1.2 2 Whenever a detailed technical offer is required, vendor's quotation shall include the
following;
Compliance to the specifications.
Wherever specifically indicated, a detailed specification sheet for each item, which
shall provide information regarding type of detector, monitor, panel, portable
detectors etc., as applicable. The material specifications and the units of
measurement for various parts in vendor's specification sheet shall be to the same
standards as those indicated in purchaser's data sheets.
Proven reference for each offered model number in line with clause 1.2.3 of this
specification.
A copy of approval for gas detectors for installations in electrically hazardous area,
wherever specified, from local Statutory authority as applicable such as Chief of
Controller of Explosive (CCE), Nagpur or Director General of Mines Safety (DGMS)
in India, along with Petroleum and Explosives Safety Organization (PESO):
Test certificate from recognised test house like Central Institute of Mining and
Fuel Research (CIMFR) / Electronics Regional Testing Laboratory (ERTL) etc.
for flameproof enclosure and/ or intrinsic safety, as specified in the data sheet, as
per relevant Indian Standard for all Indian manufactured equipments or for items
requiring DGMS approval.
Certificate of conformity from agencies like Laboratorie Central Des Industries
Electriques (LCIE), British Approval Service for Electrical Equipment in
Flammable Atmospheres (Baseefa), Factory Mutual (FM), Physikalisch-
Technische Bundesanstalt (PTB) , Canadian Standards Association (CSA),
Underwriters Laboratories (UL) etc. for compliance to ATEX directives or
equivalent recognized standards for all equipments manufactured outside India.
e) Availability calculation along with MTBF data used for each component with basis.
0
Deviation on technical requirements shall not be entertained. In case vendor has
some valid technical reason to deviate from the specified requirements, they must
include a list of components tag number wise, summing up all the deviations, if any,
from the purchaser's data sheets along with the technical reasons for these deviations.
g)

Catalogues giving detailed technical specifications, model decoding details and other
related information for each type of gas detector and gas detection system covered in
the bid.
1.2.3 All items as offered shall be field proven and should have completed trouble free
satisfactory operation for a period of minimum 4000hours on the bid due date in the similar
application with the process conditions similar to those as specified in the purchaser's data
sheet. Items with proto type design or items not meeting provenness criteria specified
above shall not be offered.
1.2.4 Whenever specified, vendor must furnish tested values of failure rates, probability of failure
on demand (PFD) and test intervals for the safety integrity level (SIL) analysis.
Format No. 8-00-0001-F1 Rev. 0

Copyright EIL All rights reserved


Page 149 of 202
022re? ha ENGINEERS
stag tfigleg eW INDIA LIMITED
IA Go., of India Undedaking1
STANDARD SPECIFICATION
FOR
GAS DETECTION SYSTEM
STANDARD SPECIFICATION No.
6-52-0080 Rev. 3
Page 6 of 24
1.2.5 All documentation submitted by the vendor including their quotation, catalogues, drawings,
installation manual, operation and maintenance manuals etc shall be in English language
only.
1.2.6 Vendor shall also quote for the following:
Two year's operation spares for gas detection system and its accessories covered in
the bid, which shall include the detectors, transmitters, monitors, electronic modules,
power supply modules etc. of each type, as a minimum.
Any special tools needed for maintenance work on the gas detection system including
gas detectors and its accessories. Vendor must confirm in their offer if no special
tools are needed for maintenance of offered gas detection system.
1.3 Drawings and Data
1.3.1Detailed drawings, data and catalogues required from the vendor are indicated by the
purchaser in vendor data requirement sheets. The required number of prints and soft copies
should be dispatched to the address mentioned, adhering to the time limits indicated.
1.3.2 Final documentation consisting of design data, installation manual, operation and
maintenance manual etc. submitted by the vendor after placement of purchase order, shall
include the following, as a minimum:
Specification sheets for gas detectors and gas detection system, as applicable.
Certified drawings of complete gas detection system including each detector,
monitor, panel etc. as applicable, which shall provide:
Dimensional details in mm.
Material of construction.
GA drawing for Panel / Cabinet, man-machine interface.
Channel base details
v) Panel / Cabinet weight (with or without packing)
Configuration block diagram.
Power supply distribution drawing
Wiring diagram of Panel / Cabinet.
Purchaser's interface details including details of serial interface.
Calibration gas sample details along with correlation factors, as applicable.
Complete application program as configured, wherever applicable.
i) Number of user's licenses as per job requirements, wherever applicable.
I)
Maximum and minimum supply voltage required for the detector to function within
the stated performance characteristics and power consumption.
k) Copy of type test certificate.
I) Copy of test certificate for all the tests indicated in clause 4.0of this specification.
Installation procedure for gas detection system including detectors and its accessories.
Calibration and maintenance procedure for complete gas detection system including
replacement of parts, as applicable and recommended calibration frequency.
Format No. 8-00-0001-F1 Rev. 0

Copyright EIL All rights reserved


Page 150 of 202
151ifeada ENGINEERS
si g ar Rift VW INDIA LIMITED
STANDARD SPECIFICATION
FOR
GAS DETECTION SYSTEM
STANDARD SPECIFICATION No.
6-52-0080 Rev. 3
Page 7 of 24
2.0

DESIGN AND CONSTRUCTION


2.1

General Requirements
2.1.1The vendor's scope of supply for gas detection system shall include, but not limited to the
following equipment, unless otherwise specified in the data sheets:
Field mounted gas detectors.
Portable calibrator(s) with calibration gas(es) for the gas detection system.
Portable gas detectors.
Gas monitoring system consisting of part or all of the following items, as specified in
the material requisition:
Completely wired gas-detector panel, complete with monitors, alarm-
annunciator, switches, data logger and printer etc. when specified.
Programmable logic controller (PLC) and other related hardware and
software, when specified.
iii) Man machine interface and other related hardware and software, when
specified.
Beacons and Hooters along with Field Reset Push Buttons for field installation.
Aspirators/ Collecting cones and In-situ calibration facilities for duct mounted gas
detectors.
g)

Other items not listed here, but required to make the system complete and
operational.
2.1.2 Purchaser's requisition shall specify the functional requirements of gas detection system.
Vendor shall size their system as per the specified requirements and shall be responsible to
consider all hardware and software necessary to meet these requirements based on the
offered system.
2.1.3 Gas detection system shall be a stand-alone microprocessor based system fully compatible
with the type of sensors specified in the data sheet.
2.1.4 The system shall be designed to avoid common cause of any failure. Redundancy shall be
provided for all common mode failure modules/ components/ subsystems, unless otherwise
specified in the purchaser's specifications.
2.1.5 The system shall be designed considering normally energized with normally closed concept
to make it fail-safe. Monitored inputs/outputs shall be provided whenever the purchaser's
data sheets specify normally de-energized/normally open system.
2.1.6 System Reliability and Availability:
2.1.6.1The system shall be designed to avoid unrevealed failures ensuring maximum reliability,
safety and integrity. The system design availability shall meet the requirement of 99.7%, as
a minimum where system availability shall be defined as follows:
MTBF
% System Availability = x 100
MTBF + MTTR
Vendor shall consider the following points while calculating the system availability:
a) MTBF values for detectors and corresponding system components i.e. detector, input
and output module, power supply module, display unit, alarm annunciator etc.
Format No. 8-00-0001-F1 Rev. 0

Copyright EIL All rights reserved


Page 151 of 202
1511AZIda ENGINEERS
$itg:ar ElPeglit INDIA UMITED
eW51' .. 3.RM Gorl of irta Unatriaxingi
STANDARD SPECIFICATION
FOR
GAS DETECTION SYSTEM
STANDARD SPECIFICATION No.
6-52-0080 Rev. 3
Page 8 of 24
Items like data logger, serial outputs to purchaser's systems, hooters and beacons
shall not be considered for availability calculation.
MTTR value of 4 hours shall be considered uniformly for all items.
2.1.6.2 Redundancy shall be provided such that single revealed or unrevealed failure shall not affect
the performance of the system.
2.1.7 All contacts provided by the vendor for purchaser's use from the system shall be potential
free and shall be rated for 110V DC 0.5A / 240V AC 5.0A / 2 A, 24 V DC as specified in
the data sheets.
2.1.8 Bypass Philosophy
2.1.8.1Whenever the system is specified with a dedicated panel, vendor shall provide by-pass
switches with by-pass indication lamp on the panel for the output contacts from the system
which are used in shutdown system. The by-pass contacts shall be logged in the data logger.
2.1.8.2 Whenever the gas detection system is specified with man-machine interface, vendor shall
provide the following:
By-pass switches with lamps in the system cabinet.
Separate graphic display for by-pass contacts with a red flashing group alarm, which
shall appear on each screen on the top or bottom message area of each display screen
area.
Historical logging of all by-passed contacts for a period of minimum one month.
Password protection for bypassing any contact from the man machine interface screen
along with an audit frail.
2.1.8.3 Whenever the gas detection system is interfaced serially with the purchaser's Control
System, all by-pass status shall also form part of serial signal transfer to Control System.
2.1.9 Interface with purchaser's Control System
Gas detection system shall be interfaced with purchaser's control system e.g. Distributed
Control System, Shut down system etc. Following outputs shall be provided for interface:
A redundant serial MODBUS (RTU) output with RS485 physical interface for
complete data transfer and display in purchaser's Distributed Control System. The
data shall include tag wise concentration, high & high high alarms, diagnostic, status
alarms and bypass status etc.
Potential free contacts for shutdown system as per purchaser's specification.
c) Potential free contacts for High-High group alarms for connection to purchaser's
Distributed Control System.
2.1.10Power Supply
The Gas detection system shall operate at 110V, 50Hz. AC / 240V, 50Hz AC power
supply. The system performance shall be within specified requirements for a voltage
variation of 10% and frequency variation of 3 Hz of the specified value. In addition
system shall be unaffected by a power fluctuation / power dip up to one cycle i.e. 20
millisecond. This power supply shall be made available to the vendor at one point i.e. in
control panel or system cabinet, as applicable. Further distribution of this power supply for
the equipments being supplied by vendor shall be in vendor's scope. The detailed power
supply distribution requirements shall be as follows:
a) Distribution of power supply within the Control Panel/ Cabinet shall be by vendor.
Format No. 8-00-0001-F1 Rev. 0

Copyright EIL All rights reserved


Page 152 of 202
afteift, ENGINEERS
s'ga lat5tesWINDIA LIMITED
A Gov. of Woo Voienalortg)
STANDARD SPECIFICATION
FOR
GAS DETECTION SYSTEM
STANDARD SPECIFICATION No.
6- 52- 0 0 8 0 Rev. 3
Page 9 of 24
For the equipments installed outside the Control Panel / Cabinet i.e. monitors,
printers, gas detector etc., vendor shall provide outlet feeders of suitable size in the
Panel/ Cabinet.
The system shall be capable of accepting two power feeders either from the same
source or from two different power sources. The distribution of power supply to other
system consumers shall be through dedicated switch-fuse unit. Circuit breakers can
also be used in place of switch-fuse unit.
The system power supplies shall be dual redundant each of which shall be sized for
150% of the total load of the power supply under the worst loaded condition.
Redundant power supplies shall be supplied power from the different power feeders.
Power supply units shall be replaceable on-line without switching-off the power. The
system shall remain operational uninterruptedly under single power supply unit
failure and during failed power supply unit replacement.
2.1.11The design of electronic instruments shall be in compliance with the electromagnetic
compatibility requirements as per IEC-61000-4.
2.2 Gas Detectors
2.2.1All gas detectors shall be suitable for outdoor installation certified for use in electrically
hazardous area. The detectors shall be weather proof to IP 65 in accordance with IS/IEC
60529, as a minimum and certified flameproof (EExd) or certified intrinsically safe (EEx i)
in accordance with IS/IEC 60079 for the area classification specified in purchaser's data
sheet.
2.2.2 Unless otherwise specified, all gas detectors shall be provided with dust guard and
splashguard.
2.2.3 All gas detectors shall be provided with terminal box for terminating incoming cabling.
Flying leads shall not be acceptable. The cable entry in the terminal box shall be Y4" NPTF.
2.2.4 Gas detectors shall have an integral transmitter, which shall provide 4-20mA outputs. Other
type of outputs like HART (latest version) or RS485 MODBUS (RTU) etc. shall be offered
when Smart detectors or Addressable detectors are specified in the purchaser's data sheets.
Gas Detectors with HART protocol shall be capable of implementing commands from
universal Hand Held HART Communicator.
2.2.5 All detectors shall be supplied with local LED/ LCD digital display, which shall provide
currently detected gas concentration. In addition, detector failure/sensor failure alarms shall
also be provided when smart detectors or addressable detectors are specified. In case
separate local display unit is offered, the same shall be loop powered type and shall be
supplied complete with proper terminal blocks housing suitable for mounting in hazardous
area classification.
2.2.6 Mounting accessories like mounting bracket (Stainless Steel / GI) required for the
installation of gas detectors for 2" pipe mounting shall be supplied by the vendor.
2.2.7 For `EExd' detectors, intrinsically safe port shall be provided for connecting the Hand Held
Communicator.
2.2.8 Flammable Gas Detectors (Hydrocarbon)
2.2.8.1Type
a) The point type hydrocarbon gas sensors (non-selective) shall be either poison
resistant catalytic diffusion or Infra-red (IR) type as specified in job specifications.
The open path type of hydrocarbon gas sensor shall be infrared type only.
Format No. 8-00-0001-F1 Rev. 0

Copyright EIL All rights reserved


Page 153 of 202
Isamaea- ENGINEERS
a-ar talategis INDIA LIMITED
STANDARD SPECIFICATION
FOR
GAS DETECTION SYSTEM
STANDARD SPECIFICATION No.
6-52-0080 Rev. 3
Page 10 of 24
GoN India UPI.
2.2.8.2 Construction
Catalytic type detector shall incorporate a plug-in type sensor and metallic flame
arrestor.
Flammable gas detector including terminal box shall have metallic body / casing.
Detectors installed in pressurized lines e.g. HVAC duct etc., shall be provided with
in-situ calibration facility (facility to calibrate the gas detectors externally without
removing from the duct).
IR detector lamp shall be replaceable type. Detector shall be compensated for lamp
intensity variation due to dust, humidity, sun-light, wear & tear etc.
e)
Aspirator shall be supplied wherever specified in the data sheet.
2.2.8.3 Range
a) The range of the Flammable gas detectors shall be as follows:
Point detector:

0-100% LEL
Open-path detector:

0-5 LEL meters


(LEL meter is equal to %LEL/100x length of gas cloud).
The gas detectors shall have an over range protection in case of sudden exposure to large
quantity of Hydrocarbon gases.
2.2.8.4
In addition to diagnostic alarms indicated in clause 2.2.5 of this specification, the infrared
detector shall provide diagnostic alarms for dirty or misaligned optics and blocked beam.
2.2.8.5 Performance requirements:
The flammable gas detectors shall meet the following performance requirements:
Repeatability: 2% of full scale
Response time (T90): Less than 30seconds with splash guard and dust guard.
2.2.8.6 The minimum life expectancy of flammable gas detectors shall be five (5) years.
2.2.9 Flammable gas detectors (Hydrogen)
2.2.9.1Flammable gas sensor for hydrogen shall be poison resistant catalytic diffusion type and
shall be specific for hydrogen gas only.
2.2.9.2
The flammable gas detector shall meet all requirements specified in clause 2.2.8.2 (a),
2.2.8.2 (b), 2.2.8.2 (c), 2.2.8.3, 2.2.8.5.
2.2.10Toxic gas detectors (Hydrogen Sulphide)
2.2.10.1The toxic gas sensor for Hydrogen Sulphide shall be either Electrochemical type or Solid-
state Semiconductor type, as specified in job specifications.
2.2.10.2 The Electrochemical cell requiring replenishment of electrolyte shall not be offered.
2.2.10.3 The field life of electrochemical type of sensor shall be 2 years as a minimum. The cell
shall be able to be replaced in-situ.
2.2.10.4 The semiconductor type sensor shall be the thin film MOS type. Life expectancy shall be a
minimum of five years. Zero and span adjustment shall be automatic.
2.2.10.5 Toxic gas detector and its terminal box shall preferably have metallic body. Alternately
vendor's standard material of construction shall also be acceptable.
Format No. 8-00-0001-F1 Rev. 0

Copyright EIL All rights reserved


Page 154 of 202
Oakre? ENGINEERS
sog7 Wreg kreifINDIA LIMITED
ma/ eliANAAAJAprm IA Gaol al India undertaking)
STANDARD SPECIFICATION
FOR
GAS DETECTION SYSTEM
STANDARD SPECIFICATION No.
6-52-0080 Rev. 3
Page 11 of 24
2.2.10.6 Range
a)
Unless otherwise specified in purchaser's data sheet, the range of the toxic gas
detectors for Hydrogen Sulphide shall be 0-100ppm.
2.2.10.7 Performance Requirements
a)
The toxic gas detector for Hydrogen Sulphide shall meet the following performance
requirements:
Repeatability: 2 ppm
Response time (T90): Less than 60seconds with splashguard and dust guard.
2.2.11Toxic gas detectors (Chlorine and others)
2.2.11.1
The toxic gas detectors for Chlorine and other Toxic gases shall be of electrochemical cell
type.
2.2.11.2
The detectors shall meet all the requirements specified in clauses 2.2.10.2, 2.2.10.3,
2 2 104 and 2.2.10.5 of this specification.
2.2.11.3 Range
a)
Unless otherwise specified in the purchaser's data sheets, the range of toxic gas
detectors shall be as follows:
Chlorine detectors: 0-10ppm
Other detectors: As per purchaser's data sheet
2.2.11.4 Performance Requirements
The offered toxic gas detectors shall meet the following performance requirements:
Repeatability: 2 % of full scale
Response time (T90): Less than 60seconds with splashguard and dust guard.
The performance of the sensor shall not be affected by the presence of other gases like
Methane or Hydrogen.
2.2.12 Addressable gas detectors
2.2.12.1
Addressable detectors, when specified, shall be similar in mechanical construction, range
and performance requirements of detectors specified in clauses 2.2.1to 2.2.10as applicable.
These detectors, in addition, shall provide two-way communications with the gas detection
system.
2.2.12.2 Addressable gas detectors shall be connected over a system communication bus with each
detector having a unique address code, which shall be programmed on each device. The
detector address shall be programmable from the gas detection system.
2.2.12.3 The communication protocol for data transfer between detector and host shall be
deterministic. The protocol shall ensure reliable data transfer and verify the data integrity
using parity data bit error checking subroutines for address code and check sum routine for
the data transmission.
2.2.12.4 All addressable devices shall have capability of being disabled or enabled individually.
2.2.12.5
It shall be possible to replace failed detector on-line with a similar device without any
specific tools and without data interruption.
2.2.12.6 Theddressable system digital communication network shall be continuously monitored for
detection and isolation of network communication failure and shall also provide an
alternative path in case of a single failure of a gas detector in the network.
Format No. 8-00-0001-F1 Rev. 0

Copyright EIL All rights reserved


Page 155 of 202
15iNZIEfie ENGINEERS
beita killgreg INDIA LIMITED
SON --"7"
0. Gait a1.0 s uneenaiong)
STANDARD SPECIFICATION
FOR
GAS DETECTION SYSTEM
STANDARD SPECIFICATION No.
6-52-0080 Rev. 3
Page 12 of 24
2.3 GasMonitors/Controllers
2.3.1Type
The gas monitors/controllers shall be micro processor based and shall have panel or
standard rack mounted modular plug-in type construction.
2.3.2 No. of channels per gas monitor/controller
Each gas detector shall either have dedicated single channel module or 1:1redundant multi-
channel module to maintain single loop integrity.
2.3.3 Monitor/ Controller facia
2.3.3.1
When specified with indicating type of monitor/controller, it shall meet the following
requirements:
Monitor/controller shall have either dedicated monitor/controller for each detector or
a common indicator selectable for a maximum of 16 detectors. In either of the case,
the requirements specified in clause 2.3.3.1(b) of this specification shall be complied.
Following indications shall be available on each monitor/controller for each detector
channel:
Power-on light
Alarm high light (default setting at 20% of LEL or 20ppm)
Alarm high-high light (default setting at 60% of LEL or 50ppm)
Malfunction light (this shall include short circuit, line-breaking, over-range and earth
fault).
Latched type of relay contacts shall be provided for each channel for
Alarm high
Alarm high high
Malfunction alarm
Each channel shall also have calibration switch to allow sensor calibration without
alarm output.
2. 4 Beacon and Hooter
2.4.1Beacon and Hooter shall be supplied by the vendor as per the requirements specified in the
purchaser's data sheets
2.4.2 Unless otherwise specified, the Beacons and Hooter shall meet the following functional
requirements:
The Beacon colour shall be 'ORANGE' for flammable gas detection while 'BLUE'
for Toxic gas detection.
Beacon light shall follow the following sequence:
Gas leakage detected - Flashing Beacon light
- Hooter continuous
Control Room acknowledge - Flashing Beacon light
- Hooter stops
Gas leakage stops - Flashing Beacon light
- Hooter off
Control Room reset - Beacon off
- Hooter off
Format No. 8-00-0001-F1 Rev. 0

Copyright EIL All rights reserved


Page 156 of 202
ENGINEERS
Igzu 015ft VP INDIA LIMITED
Isere"r""")
. Govt ol pqu Untlef
STANDARD SPECIFICATION
FOR
GAS DETECTION SYSTEM
STANDARD SPECIFICATION No.
6-52-0080 Rev. 3
Page 13 of 24
2.4.3
The beacon shall be of stroboscopic type and shall be of sufficient intensity to provide
visibility and clear contrast during full daylight.
2.4.4
The hooter shall be electronic type and shall have sound intensity of 100dBA, as a
minimum. Different tones shall be provided for Flammable gas and Toxic gas releases.
2.4.5
Both Beacon and hooter units shall operate at 110V AC / 110V DC / 24 V DC as specified
in the data sheet and shall be certified explosion proof (flame proof) when installed in
hazardous area.
2.4.6
Hooter/ Beacon shall be flameproof and shall be supplied with test / Acknowledge / reset
push-buttons which shall be rated for 110V AC, 0.5 A / 110V DC, 0.5 A/ 24V Dc, 2 A as
per the requirement specified in the data sheets.
2. 5 Data logger
2.5.1
When specified in purchaser's specification, data logger shall be supplied complete with a
dedicated printer and necessary software to:
Store and print out all analog data and alarms.
Generate reports like daily alarm report, faulty detector report, on-demand reports
etc.
c) Alarm and event printing.
2.5.2 Type
Data logger shall be microprocessor based, rack mounted and modular in construction.
2.5.3 No. of channels
Data logger shall have a minimum of 256 channels. In case the number of inputs (as per
detectors specified in the purchaser's data sheets) exceeds 256 nos., vendor shall offer data
logger of suitable higher capacity. Number of inputs to data logger per detector shall be:
Analog input corresponding to LEL/ H2S / Toxic Gas level.
High and High-High level.
c) Gas monitor / controller fault alarm.
However, the number of inputs per Input module shall not exceed 16.
2.5.4 Scan time
Data logger shall scan various inputs, analog as well as contacts, as per following rate:
100mSec. for alarm inputs.
500mSec. for analog inputs.
2.5.5 Printer
Laser printer shall be provided to print out alarms, events and reports.
2.5.6 Programming Terminal
It shall be possible to perform following functions either from the data logger front facia or
from a PC connected to data logger:
Configuration and re-configuration
Program modifications
Add/delete inputs
Compilation of reports and generation of new reports.
Format No. 8-00-0001-F1 Rev. 0

Copyright EIL All rights reserved


Page 157 of 202
lama:EgsENGINEERS
II le151ezW: INDIA LIMITED
own/ commeaniolow IA Goy, of intha Uncleitakinci
STANDARD SPECIFICATION
FOR
GAS DETECTION SYSTEM
STANDARD SPECIFICATION No.
6-52-0080 Rev. 3
Page 14 of 24
2.5.7 Diagnostic alarms
LED indication on each 1/0module.
2.5.8 Software features
The data logger shall meet the following software requirements:
Data-acquisition and data manipulation.
System configuration and configuration modification.
Diagnostic software and printout of diagnostic alarms.
On-demand reports for high/ high-high/ fault alarms.
e)
Daily reports for high/high-high/fault alarms and Gas concentration levels.
Faulty detector report.
Printing of alarm and events.
Printing of reports
2.6 Portable Calibrator
2.6.1Portable purge calibrators (one each for Hydrocarbon, Hydrogen, H
2 S, each type of toxic
gas) each consisting of a volume bottle containing a known gas/air mixture, a pressure
regulator, a flexible hose, adapter cap (to fit the sensing head) and carrying case shall be
supplied to enable calibration of the sensors in the field without dismantling them.
2.6.2
Calibration range for all sensors will be 0-100% LEL for Hydrocarbon, 0-100ppm for
Hydrogen Sulfide, 0-100% LEL for Hydrogen and as per job specifications for toxic gases.
2.6.3
Sufficient quantity of calibration gas cylinders shall be supplied to enable calibration of all
sensing heads at least thrice considering minimum 3 minutes for each detector. Vendor to
ensure that the composition and stability of the calibration gas provided in the gas cylinders
shall be suitable for minimum six months periods.
2.6.4 All detectors shall be supplied pre-calibrated at vendor's works either with the gas to be
reused or by applying cross sensitivity factors.
2.7 Portable Gas Detectors
2.7.1The portable gas detectors shall be supplied for Hydrocarbon, Hydrogen, H 2 S and other
toxic gas detectors complete with its controller, audio-visual alarm. The portable gas
detectors shall be suitable (preferably intrinsically safe) for use in hazardous area specified.
These units shall be supplied with rechargeable batteries and 240V, 50Hz AC battery
chargers. Sufficient number of battery charger/number of points per charge shall be
provided based on quantity of such portable units. These units shall be supplied complete
with its accessories like carrying case, maintenance kit, calibration kit etc.
2.8 Gas Detection Panel
2.8.1
The Gas detection panel when specified shall be designed to house the following
instruments/accessories:
Monitors/controllers for the gas detectors being supplied
Addressable Gas Detection system Monitors / Modules, when specified in
Purchaser's specifications.
Alarm annunciator
Data logger
e) Semigraphic
Format No. 8-00-0001-F1 Rev. 0

Copyright EIL All rights reserved


Page 158 of 202
ORTEle ENGINEERS
ElPilesW INDIA LIMITED
Go ya of Mau Undertaking)
STANDARD SPECIFICATION
FOR
GAS DETECTION SYSTEM
STANDARD SPECIFICATION No.
6-52-0080 Rev. 3
Page 15 of24
Relays/logic cards for shutdown/protection system.
Pushbuttons/Switches as required (including lamp test Pushbuttons)
Any other items which are not listed above but essential to make the system
operational and to meet requirements specified in purchaser's specification.
Whenever multichannel gas monitor/controller is offered, hydrogen sulfide gas monitors
and other toxic gas monitors shall be segregated from hydrocarbon and hydrogen gas
monitors.
2.82 Construction
Panels shall have self-supporting free standing cubical construction with back doors
made up of sectional steel panels. Two doors shall be provided for each panel, as
standard.
Each panel section shall have the following dimensional details:
Height 2000mm
Width 1200mm (maximum)
Depth 1000mm (maximum)
Panel shall be rigidly mounted on 100mm high channel base.
The panel shall be fabricated using angle iron frame section of minimum 50mm x
50mm x 4.0mm size. The control panel front shall be fabricated preferable from
3.0mm cold rolled carbon steel sheet.
Unless otherwise specified the panel shall be straight face type. Desk type panel shall
be supplied where specified. Care shall be taken to ensure that the face of the panel is
truly flat and smooth.
2.8.3 Painting
Panel painting procedure shall include sand blasting, grinding, chemical cleaning, surface
finishing by suitable filler and two coats of high grade lacquer with wet sand blasting
between coats. Two coats of paint in the panel colour shall be provided for non-glossy high
satin finish. Final coat shall be given after assembly at site when specified in the job
specifications. Colour of the panels shall be as per job specifications.
2.8.4 Cutouts
Panel cutout sizes, instrument supports and panel reinforcements shall be strictly in
accordance with the instrument manufacturer's recommendations. Cutouts shall not be
made with flame producing devices.
Normal mounting heights of instruments (centre lines of instruments to floor) on panel shall
confirm to the following, with minor adjustments depending upon instruments selected.
1 Miniature and sub-miniature Bottom Row 1100mm
instruments. (3 rows) Middle Row 1350mm
Top Row 1600mm
2 Annunciators 1950mm
3 Electrical push buttons 700mm
Format No. 8-00-0001-F1 Rev. 0

Copyright EIL All rights reserved


Page 159 of 202
Silfae,t4ela ENGINEE
LIM
RS
TED s'gzrr EtTheuw, INDIA I
IA Govt W India Undenaking)
STANDARD SPECIFICATION
FOR
GAS DETECTION SYSTEM
STANDARD SPECIFICATION No.
6-52-0080 Rev. 3
Page 16 of 24

2.8.5 Auxiliary Equipment


All rear of panel equipment (terminal blocks, auxiliary relays, PLC cards etc.) shall be
physically located off the exterior walls of the panel by means of suitable mounting
brackets/plates welded to the wall prior to finishing the painting. Drilling and tapping on
sidewalls of the enclosure for mounting internal equipment is prohibited. The auxiliary
equipment shall be located and arranged for easy access for calibration and maintenance. It
shall not be necessary to remove any item in order to gain access to check or remove any
other item.
All cable runs shall be grouped, routed and secured to provide a neat appearance and prevent
interference with the operation and maintenance of auxiliary equipment. Auxiliary relays, if
used, shall be plug-in, enclosed type.

2.8.6 Electrical Construction


Code Compliance
The installed electrical equipment component parts and associated wiring in the panel shall
be in accordance with the practices outlined in the National Electric Code, latest edition, for
non-hazardous area.
Panel Wiring
For panel internal wiring, interconnecting wires shall be stranded copper conductor, with
600volt rated fire retardant insulation. Minimum size shall be 1.0mm2 except for power
wiring which shall be 1.5 mm2. The size and type of wires shall be confirmed by vendor.
Each wire shall be distinctly colour coded or tagged at both ends with full ring type labels,
colour coding/tagging corresponding to that used on panel schematic drawings. The panel
shall be designed for field wiring entry from the bottom. Vendor shall provide removable
gland plate for this purpose.

2.8.7 Terminals
Terminals shall be non-hygroscopic type made up of unbreakable, fire-retardant, safe
extinguishable, halogen free polyamide compound. Terminal strips shall be spring-loaded,
screw locked with all terminals clearly labeled. All terminal blocks shall be mounted on
suitable anodised metallic or plastic stand-off. Terminals shall be suitable for wires up to
2.5 sq. mm base solid or stranded conductor in general. For power cables, higher size
terminals shall be used. The metal parts of terminals shall be of high quality (pure
electrolytic) copper and shall be tin or nickel plated (of thickness up to 15 micron). A
minimum of 10% spare shall be provided.

2.8.8 Earthing
Each cubical (panel / cabinet / console) shall be provided with earth bus bars of at least 15 x
5 square mm cross-section for the following:
0 Electrical earthing (non-isolated earth) where all metal components like all cabinet
panels, doors etc shall be connected.
ii) System earthing (isolated earth) where cable shielding of all cables shall be earthed.
System earth bus bar shall be isolated from electrical earth and also from metallic
doors, panels etc.

2.8.9 Power Supply and Distribution


The main power supply feeder to the panel shall be protected by a suitably sized circuit
breaker with manual trip lever. The breaker shall be housed in a suitable surface-mount
enclosure. Power distribution to controllers and associated group of auxiliary relay or solid-
state logic circuits shall be via fused terminals.
Format No. 8-00-0001-F1 Rev. 0

Copyright EIL All rightsreserved


Page 160 of 202
aRzreTjah ENGINEERS
5 I gar 'Wag VP INDIA LIMITED
(A GoN a Imo undertaking)
STANDARD SPECIFICATION
FOR
GAS DETECTION SYSTEM
STANDARD SPECIFICATION No.
6-52-0080 Rev. 3
Page 17 of24
2.8.10Lighting
Internal illumination shall be provided for all panels / cabinets / consoles to ensure proper
illumination level of 250lux for performing maintenance activities.
Fluorescent lamps shall be provided in each cabinet / console / panel which shall be
activated individually by door operated magnetic switches. The lamps shall activate when
door is opened and deactivate when the door is closed. The magnetic switches selected
shall have undergone life cycle cyclic test of at least 1000000operations. A manual over-
ride switch shall be provided inside the panel / cabinet / console which shall keep the lamp
deactivated even when the door is open. Panels / cabinets / consoles housing memories,
which are likely to be affected by fluorescent light, shall have incandescent lamps.
The cabinet / panel / console lighting shall operate on 240V AC power supply.
2.8.11Alarm Annunciator
2.8.11.1Alarm annunciator shall be provided at top of panel to display group alarms, shutdown
alarms etc. as indicated in job specification. In addition following system alarms shall be
provided:
- Malfunction in hydrocarbon gas detection system.
- Malfunction in hydrogen sulfide gas detection system.
- Malfunction in hydrogen gas detection system.
2.8.11.2 Alarm annunciator shall be solid state electronic type or microprocessor based provided
with single input type logic module and solid-state audio alarm unit. It shall be provided
with first out type sequence (ISA F3A) with function test, acknowledge and reset push
buttons. The visual display shall be cluster LED type. Each facia window shall be provided
with at least two sets of super bright cluster LEDs in parallel to ensure highly reliable visual
annunciation of adequate light intensity.
2.8.11.3 No alarm/shutdown contacts shall be derived from alarm annunciator unit.
2.8.12 Spares
2.8.12.1
The panel shall be provided with 5% installed spare (minimum one number) for items like
monitors/controllers, relays/logic cards etc.
2.8.12.2 Also, 5% usable spare space shall be provided in the panel for installing items like
monitors/controllers, relays/logic cards etc. in future. However internal wiring for the same
shall be completed in the panel up to the terminals blocks. This shall include all hardware
like Rack, Terminals, and Wiring etc. that would be necessary to install these items in
future.
2.8.12.3 Alarm annunciator shall have 10% spare points.
2.8.12.4 Utility Sockets
Each cabinet / panel / console shall have at least one number each of 240V AC and 110V
AC (UPS) power socket. The sockets shall be rated for 10A as a minimum.
2.8.12.5 Ventilation
In order to effectively remove dissipated heat from the cabinets / panels / consoles,
ventilation fans along with vent louvers backed by wire fly screen shall be provided as
required. Ventilation fans shall be provided in all cabinets / panels / consoles where the
temperature rise with all doors closed and all internal and external loads energised shall
exceed 10c above the ambient temperature A temperature element (resistance temperature
detector) shall be provided in each cubicle for temperature measurement. Ventilation fans
shall be provided in dual configuration, as a minimum.
Format No. 8-00-0001-F1 Rev. 0

Copyright EIL All rights reserved


Page 161 of 202
Zilfairetre ENGINEERS
5vg-, ar Rafts INDIA LIMITED
""e'etwas7"'
IA Govt of India Unclettai.g)
STANDARD SPECIFICATION
FOR
GAS DETECTION SYSTEM
STANDARD SPECIFICATION No.
6-52-0080 Rev. 3
Page 18 of 24
Each fan shall have a separate dedicated assembly and shall be replaceable on-line without
shutting down any equipment / panel / cabinet / console in part or in complete.
Ventilation fan assembly shall operate at 240V AC power supply. Each fan shall have its
own dedicated circuit breaker.
Each ventilation fan shall be fitted with a protection type finger guard. Whenever, the
numbers of panels / cabinets / consoles are compacted (supplied in mechanical joined
conditions), each panel / cabinet / console shall be provided with separate ventilation fan
assembly.
The maximum noise level with all fans operating and cubicle doors open shall not exceed
85dBA.
2.8.12.6 Lifting lugs
All control panels and system cabinets shall be provided with removable lifting lugs to
permit lifting of panels / cabinets. The panel structure / frame shall be designed to permit
panel / cabinet lifting without deformation. The normal working load of the lifting lugs
shall be more than 1.5 time the panel / cabinet load. The eye bolts shall be certified for
their normal working load.
Panels / cabinets shall also be supplied with plugs which can be fitted after the lifting lugs
are removed after their placement.
2.8.12.7 Name Plates
All panels / consoles / cabinets shall have name plates fixed on the front, back and inside
with following details:
Front and Back Tag number and description
Inside Manufacturer's name, purchase order number and
year of manufacture, part number of manufacture.
2.9 Monitoring Console with Man Mach ine Interface
2.9.1
In addition to the Gas Detection panel, Monitoring Console with Man Machine Interface
shall be supplied for presentation of complete data related to gas detection, when specified
in the purchaser's specifications. The console shall meet the following functional
requirements:
Provide all data online for all gas detectors distributed in the unit in a pre-defined or
user definable format. The data includes the actual concentration of each detector and
the gas detector data in alarm.
Provide all maintenance data, which shall include system alarms (hardware and
software) and graphic representation of failed module.
Provide facility to configure complete system including detectors.
Report Generation
e) Data storage and archival
0
Multi-user access with multi-level protection shall be provided for programming,
monitoring and maintenance software.
g) Time synchronization
When specified, the system shall be time synchronized with GPS or with host system
i.e. DCS. The DCS / GPS shall send time synchronization pulses at predetermined
times and shall automatically reset the system clock.
Format No. 8-00-0001-F1 Rev. 0

Copyright EIL All rights reserved


Page 162 of 202
OZE? ENGINEERS
STANDARD SPECIFICATION
STANDARD SPECIFICATION No.
g SigLII115l , WA LIMITED
Govt ofIndia undertaking)
FOR
GAS DETECTION SYSTEM
6-52-0080 Rev. 3
Page 19 of 24
2.9.2 Gas Detection Displays
2.9.2.1
The system shall have a powerful set of user-friendly displays for gas detection and
monitoring. User shall be able to navigate through the displays in a logical manner.
2.9.2.2
The displays shall be structured in hierarchal manner, which shall allow operator to select
the display of choice with minimum keystrokes.
2.9.2.3
For the purpose of easy monitoring, gas detectors shall be arranged in logical groups. Each
group shall represent a set of gas detectors related as per the process equipment or process
area.
2.9.2.4
Software shall facilitate windowing of displays in such a way that any display can be
opened-up as a window. In general the system shall allow opening up of upto 4 windows in
any display.
2.9.2.5 The displays shall be arranged as per following requirements:
2.9.2.5.1Overview Display
The overview display shall summaries the complete plant, arranged in the logical
groups. Each group shall preferably be identified by a different colour for clear
understanding.
Each group area shall have Smart buttons, which shall represent the type of detector.
The colour for these smart buttons shall be as follows:
Flammable gas detector shall have orange colour and Toxic gas detector shall
have blue colour button for clear identification.
The colour of the healthy device / network except detectors shall be green
while faulty device / network shall be 'Red' flashing before
acknowledgement and steady 'Red' when acknowledged.
2.9.2.5.2 Group Display
Operator can navigate into any group by selecting the smart button. Generally single group
display shall display both flammable and toxic gas detectors. In case the density of
detectors is large, each flammable and toxic gas detectors may have independent sub
groups.
The group display shall have process layout of the area as per the plant PFD
identifying the location of the detectors with respect to their physical location.
Each detector shall be identified with a Smart button, the colour of which shall be as
per clause no. 2.9.2.5.1of this specification.
2.9.2.5.3 Detailed Display
Operator can open a window by selecting any detector in-group display. The detailed
display window shall indicate:
Tag number of the selected detector
A bar graph showing concentration in the scale of 0-100% of LEL in case of
flammable gas detector and actual detector range in case of Toxic detectors.
Configuration/program modification
Logic generation, if applicable, using ISA or IEC-61131Complaint Logic
Symbology.
e) Defining/redefining user keys
0Any other programming/program modification facility necessary but not specifically
indicated.
Format No. 8-00-0001-F1 Rev. 0

Copyright EIL All rights reserved


Page 163 of 202
flP2:1E?a,ENGINEERS
5sig7 1E1151-teelrINDIA LIMITED
Govt a India undertakung)
STANDARD SPECIFICATION
FOR
GAS DETECTION SYSTEM
STANDARD SPECIFICATION No.
6-52-0080 Rev. 3
Page 20 of 24
2.9.2.5.4 Trend Display
Historical trending display shall be provided for all the gas detectors. The trend shall
be available for a period of minimum 30days with an automatic removal facility after
the specified time period.
The data shall be archived every one minute for each detector. The disc space shall be
sized accordingly.
Trend display shall either be provided for individual Tag number or for a group of
Tag numbers. Each group trend display shall have trend of at least six (6) detectors,
each identified with a separate colour.
It shall be possible to scroll the display by expanding or compressing the time base.
2.9.2.5.5 Alarm and Event Display
a) All alarms shall be displayed in the sequence of their occurrence. Alarm and Events
shall be displayed in following sub-displays.
Gas alarms and Events
System alarms
b) A minimum of 25 numbers of latest alarms/events shall be available in each current
alarm display.
Historical alarm display shall be provided, which shall display alarms for a period of
minimum 30days.
Alarms and Events in the current alarm display or in historical alarm display shall be
clearly identified by colour or by other means.
Following actions shall be considered as events:
alarm acknowledge
change in set point
Addition or deletion of a detector from the configuration
Calibration of detector
Forcing any input i.e. inhibiting or overriding an alarm.
2.9.2.5.6 Special Graphic Displays
a) In addition to the hierarchal displays, the system shall also provide the following
displays:
Multiple Bar Graph Display
Bar graph display of a group of selected Tag numbers to present relative
concentration of the gas The display shall have a typical of twelve (12) bar
graphs placed adjacent to each other. The detectors shall be selected from the
group display, in general, in the sequence of their relative position in multiple
bar graph display.
Graphic Displays
It shall be possible to configure and display the user specific. graphics. The
graphic may be a block diagram, a process flow diagram or an equivalent. The
colour of lines, equipments etc. shall be selected by the user, however the
colour and alarm sequence of the detectors shall be same as per clause 2.9.2.5.1
of this specification.
Format No. 8-00-0001-F1 Rev. 0

Copyright EIL All rightsreserved


Page 164 of 202
ISitiatregENGINEERS

ligar lagleg INDIA LIMITED

laoriewnWeen.17: 10 IA Gov' of India Undenakung)


STANDARD SPECIFICATION
FOR
GAS DETECTION SYSTEM
STANDARD SPECIFICATION No.
6-52-0080 Rev. 3
Page 21 of 24
(iii) Diagnostic Display
The system shall provide a detailed diagnostic display, which shall show:
Status of each detector-the colour of faulty detector shall be displayed with
`Yellow' colour.
Status of the network - the network shall include status of network
switches/ hubs also.
Status of each server/PC connected over the network for each type gas
detectors.
b)
In case of gas detection beyond the high set point or high-high set point, the Smart
button shall start flashing. On acknowledgement, these buttons shall turn to steady
red status identifying group in alarm in case of high alarm while shall keep flashing in
case of high-high alarm.
The button shall assume the normal colour if the detector indicates concentration
below high set point.

2.9.3 System Engineering/Programming


The system configuration shall be possible either from a separate PC (i.e. engineering
console) or from the operator PC, as specified in the purchaser's specification.
In either of these cases, the engineering function shall be protected against unauthorized
operation either by password protection or by key lock switch.
Following functions shall be possible in engineering mode:
Configuration/assignment of detectors
Configuration of network / network devices and servers / PCs
c)
Display configuration including graphic / groups / trends etc. formation.
Historical trend and alarm configuration
Program modification
Report generation and assignment
Maintenance aids
Set point value as configured for the Tag number
The actual concentration and set points shall also be indicated in digital form

2.9.4 Data Storage and Archival


It shall be possible to store data and retrieve the same when required. System data
like Historical data and System configuration data shall be stored in dual discs
including dual disc drives.
In general, the system shall have facility to retrieve data from the storage disc to
archive disc when the storage disc is full. In addition the system shall also alert the
operator whenever the storage disc is 80% full.

2.9.5 System Licenses and Software copies


a)
All software, system as well as application, shall be supplied fully installed on the
equipment.
A master copy on a suitable portable media like DVD shall be provided for
purchaser's safe custody.
Format No. 8-00-0001-F1 Rev. 0

Copyright EIL All rights reserved


Page 165 of 202
ligtada ENGINEERS
$11g-91afaeg.WINDIA LIMITED
GoA Of India Undertaking)
STANDARD SPECIFICATION
FOR
GAS DETECTION SYSTEM
STANDARD SPECIFICATION No.
6-52-0080 Rev. 3
Page 22 of 24
b)
The number of user licenses shall be as specified in purchaser's specification.
When no requirement is indicated, vendor shall supply at least six (6) numbers of
licenses.
2.9.6 Log Reports
The system shall facilitate generation of Reports based on the data available. The
type and format of each report shall be user definable. Following reports shall be
possible.
Current alarm report showing detector in alarm (High or High-High), time of
occurrence, time of acknowledgement etc.
c)
Daily report showing detectors, which are or which have been in alarm during the
day. The report shall indicate Tag number, Type of alarm (Hi or Hi-Hi) time of
occurrence, time of acknowledgement and time to clear the alarm etc.
Weekly Report and Monthly Report
Same as 'Daily Report' except the time period shall be either a week or a month as
the case may be.
Alarm Inhibiting Report shall indicate the alarms inhibited/overridden/forced along
with date & time of enforcement, time of return to logical state etc.
0
In addition to above user shall also be able to generate reports as per their standard
operational requirements
g)

Reports shall be printed on the log printer or any other multi-function printer as
applicable, or as specified in the purchaser's specification.
2.9.7 The Monitoring Console shall be Personal Computer (PC) based with 21" size colour TFT
LCD monitor with resolution of 1280x 1060and having one operating cum programming
keyboard and a laser printer. Unless the vendors have their own proprietary machine, the
Personal Computer shall have Pentium processor of latest version with following minimum
specification:
Hard Disc size 160GB
Clock Speed 2.4 GHz
RAM Size 3 GB
Disc Drive DVD Read/Write
Monitor Size 21" TFT type Coloured LCD screen
2.10Gas Detection System Programmable Logic Controller (PLC)
2.10.1When specified in the purchaser's specifications, Gas Detection system with Programmable
Logic Controller (PLC) shall be supplied along with a Monitoring Console as Man Machine
Interface (MMI), Hardwired console with pushbuttons/ switches, as required and a coloured
laser printer for printing alarms and reports. The PLC shall receive the following from all
gas detectors:
(4-20mA) for gas concentration levels,
Serial link RS485 for the diagnostics, programming and calibration information,
when specified.
2.10.2 The PLC shall perform the following functions:
a) Display the gas concentration levels from each detector in engineering units on the
MMI
Format No. 8-00-0001-F1 Rev. 0

Copyright EIL All rights reserved


Page 166 of 202
laaae?get - ENGINEERS
sttar tIlaitalie INDIA LIMITED
(AGoa of India unaertaiong)
STANDARD SPECIFICATION
FOR
GAS DETECTION SYSTEM
STANDARD SPECIFICATION No.
6-52-0080 Rev. 3
Page 23 of 24
Generate high alarm, high high alarm as specified under the Gas Monitors/
Controllers section (clause No. 2.3 of this specification) and display the same on
the MMI.
Printing of alarms and events on the printer.
d)
Display diagnostic messages from each detector on the MMI and printout of
diagnostic alarms.
Dynamic graphic displays for each area on the MMI.
In addition, the monitoring console shall meet all the requirements specified in
clause 2.9 of this specification.
Calibration/test switches on the hardwired console to allow for sensor calibration
without alarm outputs.
Provide actuation signal and reset signals to Hooters in the field and Beacon in the
control room.
Provide serial RS485 output with `MODBUS RTU' protocol for interfacing with
purchaser's Distributed Control System (DCS)
i)
Provide isolated hardwired contacts to purchaser's Emergency Shutdown System
(ESD).
2.10.3 All other specification of the PLC shall be as per 'Standard Specification for Programmable
Logic Controllers' 6-52-0040.
3.0NAMEPLATE
3.1Nameplates shall be constructed of black laminated plastic plates with engraved lettering
and securely fastened with 316 Stainless Steel screws. One screw hole for each nameplate
shall be elongated to provide for expansion and contraction of the nameplate.
3.2 The nameplates shall be mounted below the controllers, identifying the location of their
respective sensors. If a multi-channel controller is used, each sensor shall be tagged on the
nameplate using the corresponding point number.
13 Front panel-mounted control switches shall also be tagged. Nameplates shall be located
directly below the corresponding switch with the size and lettering proportional to the front
panel mounting dimensions of the device.
3.4 All front panel-mounted instruments shall also be identified with a metal or plastic
nameplate attached to the rear of the device and easily visible from the rear of the panel.
3.5 Tagging for these nameplates shall be identical to that used in the panel front. All rear panel
auxiliary equipment shall be similarly identified. The tagging for this equipment shall
correspond to that used on the applicable schematic diagrams.
4.0 INSPECTION AND TESTING
Purchaser reserves the right to inspect and witness testing of all the items at the vendor's
works in line with the inspection test plan and approved quality documents for gas detection
system. All these tests shall be completed by the vendor and test reports shall be submitted
to Purchaser for scrutiny.
Format No. 8-00-0001-F1 Rev. 0

Copyright EIL All rights reserved


Page 167 of 202
OfglaeLee ENGINEERS
oar
mitswINDIA LIMITED
014rielin3911.0 IA Geri ofIndia undertone
STANDARD SPECIFICATION
FOR
GAS DETECTION SYSTEM
STANDARD SPECIFICATION No.
6-52-0080 Rev. 3
Page 24 of 24

5.0 SHIPPING
5.1
After initial acceptance of the panel at the vendor's shop by the purchaser, the sensors and
all panel components, which the vendor considers liable to be damaged during shipment or
storage, shall be packaged for separate shipment. If instruments are removed from the
panel, panel and their connections shall be suitably tagged to ensure simple re-installation at
the job site. Each instrument shall be sealed in plastic bags containing moisture-absorbing
desiccant.

5.2
Spare parts shall be packaged separately and clearly marked as "Spare Parts".

6.0 REJECTION

6.1
Vendor shall prepare their offer strictly as per clause 1.2 of this specification and shall attach
only those documents, which are specifically indicated in the material requisition.

6.2
Any offer not conforming to the above requirements, shall be summarily rejected.
Format No. 8-00-0001-F1 Rev. 0

Copyright EIL All rights reserved


Page 168 of 202
Page 169 of 202
Page 170 of 202
Page 171 of 202
Page 172 of 202
Page 173 of 202
Page 174 of 202
Page 175 of 202
Page 176 of 202
Page 177 of 202
Page 178 of 202
Page 179 of 202
Page 180 of 202
Page 181 of 202
Page 182 of 202
Page 183 of 202
Page 184 of 202
Page 185 of 202
Page 186 of 202
Page 187 of 202
Page 188 of 202
Page 189 of 202
BaRZIeftfai ENGINEERS
$1; a:a1MegIMP ' INDIA LIMITED
( A Gevt 01 Indi a UrNi erti lti ng)
INSP ECTION AND TEST P LAN
FOR
P ROGRAMMABLE LOGIC CONTROLLERS
STANDARD SPECIFICATION NO.
6-81-2040 Rev. 1
Page 1 of 6
m191 ism eirAct)
Wren 74 ItaTur
INSPECTION AND TEST PLAN
FOR
PROGRAMMABLE LOGIC CONTROLLERS
^-e
1 22.03.2012 Revised and Reissued MJ GS DM
0
08.12.2008 Issued for implementation RB SKD SKP VC
Rev.
No.
Date Purpose
Prepared
by
Checked
by
Standards Committee
Convenor
Standards Bureau
Chairman
Approved by
Format No. 8-00-0001-F7 Rev. 0
Copyright EIL - All rights reserved
Page 190 of 202
ailZIECn e lftENGINEERS
0g7 laWreglai r INDIA LIMITED
minnsnl/lAGov( of Inds Undedaisq)
INSP ECTION AND TEST P LAN
FOR
P ROGRAMMABLE LOGIC CONTROLLERS
STANDARD SP ECIFICATION NO.
6-81-2040 Rev. 1
P age 2 of 6
Abbreviations
AS
BASEEFA
BIS
CCE or CCOE :
CEIL
CIMFR
CE
DFT
DT
DP or DPT
ERTL
FCRI
FM
FLP
HART
HV
ITP
IP
IC
IR
IEC
JEC
LPT
Alloy Steel
British Approval Service for Electrical Equipment in Flammable
Atmospheres
Bureau of Indian Standards
Chief Controller of Explosives
Certification Engineers International Limited
Central Institute of Mining & Fuel Research
Carbon Equivalent
Dry Film Thickness
Destructive Testing
Dye Penetrate Testing
Electronics Regional Test Laboratory
Fluid Control Research Institute
Factory Mutual
Flame Proof
Highway Addressable Remote Transducer
High Voltage
Inspection and Test Plan
Ingress Protection
Inspection Certification
Insulation Resistance
International Electro technical Commission
Japanese Electro technical Committee
Liquid Penetrate Testing
MRT
MPT/MT
MTC
MOC
NPSH
NDT
NEMA
PO
PESO
PQR
PR
PMI
PTB
QC
RT
SS
TC
TPI or TPIA
UT
UL
VDR
WPS
WPQ
XLPE
: Mechanical Run Test
: Magnetic Particle Testing
: Material Test Certificates
: Material of Construction
Net Positive Suction Head
Non Destructive Testing
National Electrical Manufacturers Association
Purchase Order
Petroleum Explosive Safety Organization
: Procedure Qualification Record
Purchase Requisition
Positive Material Identification
Physikalisch-Technische Bundesanstalt
Quality Control
Radiography Testing
Stainless Steel
Test Certificate
Third Party Inspection Agency
Ultrasonic Testing
Under writer Laboratories
Vendor Data Requirement
Welding Procedure Specification
Welders Performance Qualification
Cross Linked Poly Ethylene
Inspection Standards Committee
Convenor :

Mr. A.K. Chaudhary


Members:
Mr. S.C. Gupta

Mr. RK Singh

Mr. MP Jain (Projects)


Mr. G. Suresh

Mr. Rajeev Kumar

Mr. G. Poornachandra Rao


Format No. 8-00-0001-F7 Rev. 0
Copyright EIL All ri ghts reserved
Page 191 of 202
Oitaae

ENGINEERS
Oars laglftWi l9 INDIA UMFED
WWI FIETIRP CORMICII/ IA Goof of India Uncle.faking)
INSP ECTION AND TEST P LAN
FOR
P ROGRAMMABLE LOGIC CONTROLLERS
STANDARD SPECIFICATION NO.
6-81-2040 Rev. 1
Page 3 of 6
1.0 SCOPE
This Inspection and Test Plan covers the minimum inspection and testing requirements for Programmable Logic Controllers (PLC).
2.0 REFERENCE DOCUMENTS
PO/PR / Standards referred there in /Job specifications / Approved documents.
3.0 INSPECTION AND TEST REQUIREMENTS
SL
NO.
STAGE/ ACTIVITY CHARACTERISTICS
QUANTUM
OF CHECK
RECORD
SCOPE OF INSPECTION
SUB
SUPPLIER
SUPPLIER EIL/TPIA
1.0 Procedures -- -- -- -- -- --
2.0
Material Inspection
2.1
Incoming Material like PLC
console, power supplies,
cabinets, lamps, fans, wires
etc.
Make, Model, specifications.
Operational check of components.
100%
Material Test
Certificates
H H
R
3.0 In process Inspection
3.1 PLC Assembly
Visual, Dimensions, Bill of material, Wiring
HV/IR
100% by
Supplier
Supplier's records - H R
Format No. 8-00-0001-F7 Rev. 0
Copyright EIL All rights reserved
Page 192 of 202
ENGINEERS
INDIA LIMITED
IA
INSP ECTION AND TEST P LAN
FOR
P ROGRAMMABLE LOGIC CONTROLLERS
STANDARD.
6-81-2
P agi
NO.
ACTIVITY
SL
CHARACTERISTICS
CHE CK
RECORD
SCOPE OF 1
SUB
SUPPLIER
SUPI
OF CHECK
4.0
Final Inspection
4.1 Final Inspection
Visual Check
Dimensional check.
Check calibration status of all testing
equipment
Bill of material.
High voltage and insulation testing
Burn-In Test
Functional testing
Simulation of each input and output to
verify proper system response
Complete system configuration
loading check.
Demonstration of all PLC system
builder function, generation of
graphics, reports etc.
Sample checking of logics configured
in the PLC by connecting switch/ lamp
at input/output
Check scan time
Check all PLC console displays,
keyboard and touch-screen operation,
printer function
System redundancy check as per job
specification.
System diagnostic check for all
100% Supplier's Test
Records
_
- H H/W
Format No. 8-00-0001-F7 Rev. 0
Copyri ght El L All ri ghts reserved
Page 193 of 202
OlffkreittENGINEERS
Itgar faill5legliW INDIA LIMITED
WPMMM.aJ.:P.0 Govt ol Idla Undettaki ngl
INSP ECTION AND TEST P LAN
FOR
P ROGRAMMABLE LOGIC CONTROLLERS
STANDARD SP ECIFICATION NO.
641-2040 Rev. 1
P age 5 of 6
SL
NO.
STAGE/ ACTIVITY CHARACTERISTICS
QUANTUM
OF CHECK
RECORD
SCOPE OF INSPECTION
SUB
SUPPLIER
SUPPLIER EIL/TPIA
subsystems, including checking of
testing software for 1/0 module, signal
conditioning module if specified.
Check output status on processor
failure
Check first-out alarm generation
Simulation of power failure and
system restart auto boot-up of system
configuration and program after power
restoration
Momentary power loss of 20 ms check
Reversibility of polarity test
Fan failure check.

xv. Verification of S1L architecture and


functionality, if specified.
100% Supplier's Test
Records - H H/W
4.2 Submission of certificates
Test reports of I/O cards, controllers etc.
Degree of protection of panel boards.
SIL certificate
Prototype for
each model
Type Test
Certificates
H R
5.0 Painting
5.1 Painting and Packing
Visual
Protection against damage during
transportation 100%
Packing list /
Supplier's
Records
- H -
6.0 Documentation and IC
Format No. 8-00-0001-F7 Rev. 0
Copyri ght EIL All ri ghts reserved
Page 194 of 202
SP-zeeENGINEERS
Llf Bargyer INDIA LIMITED
(AG. of Ich' Un de rSog)
INSP ECTION AND TEST P LAN
FOR
P ROGRAMMABLE LOGIC CONTROLLERS
STANDARD SPECIFICATION NO.
6 -81 - 2040 Rev. 1
P age 6 of 6
SL
NO.
STAGE/ ACTIVITY CHARACTERISTICS
QUANTUM
RECORD
SCOPE OF INSPECTION
SUB
SUPPLIER
SUPPLIER EIL/TPIA
OF CHECK
6.1 Documentation and IC
Review of Internal Test Reports
Issuance of Inspection Certificate
100%
Supplier Test
Records/IC
- H H
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 (As applicable):
Wherever W/Ror H/W is indicated, Inspection Engineer shall decide the option to be exercised for the particular stage and supplier
Supplier's in house procedures may be accepted in case TPI/EIL is satisfied with adequacy of procedures to comply with Purchase Order/Specifications requirements.
In case of non availability of suitable procedures, fresh procedures may be qualified under TPI/EIL witness..
In case of conflict between purchase specification, contract documents and ITP, more stringent conditions shall be applicable.
This document describes generally the requirements pertainingto all types of the item. Requirements specific to POand the item are only applicable.
5. Acceptance Norms for all the activities shall be as per PO/PR/ Standards referred there in/ Job specifications /Approved documents
Format No. 8-00-0001-F7 Rev. 0
Copyright EIL All rights reserved
Page 195 of 202
INNude ENGINEERS
.9eusi INDIA LIMITED
IAGANof Mu unaenam
INSPECTION AND TEST PLAN
FOR
GAS DETECTION SYSTEM (LEL/ H2S)
STANDARD SPECIFICATION NO.
6-81-2080 Rev. 2
Page 1 of 6
AT \trot mulioS1
ffitaTur 7-414Tur gum!
INSPECTION AND TEST PLAN
FOR
GAS DETECTION SYSTEM (LEL/H2S)
(Tr>
2 2 2 .03.12 Revised and Reissued M J GS DM
1 10.06.08 Revised and Reissued SA SKD SKP VC
0
03.03.03 Issued for implementation RG AKC AKB GRR
Rev.
No.
Date Purpose
Prepared
by
Checked
by
Standards Committee
Convenor
Standards Bureau
Chairman
Approved by
Format No. 8-00-0001-F7 Rev. 0 Copyright EIL All rights reserved
Page 196 of 202
Oaigthe
Ige faieG.
ENGINEERS
INDIA LIMITED
IAGolt at India Urcleitakno)
INSPECTION AND TEST PLAN
FOR
GAS DETECTION SYSTEM (LELI H2S)
STANDARD SPECIFICATIONNO.
641-2080 Rev. 2
Page 2 of 6
Abbreviations
AS
BASEEFA
BIS
CCE or CCOE
CELL
CIMFR
CE
DFT
DT
DP or DPT
ERTL
FCRI
FM
FLP
HART
HV
ITP
IP
IC
IR
IEC
JEC
LPT
Alloy Steel
British Approval Service for Electrical Equipment in Flammable
Atmospheres
Bureau of Indian Standards
Chief Controller of Explosives
Certification Engineers International Limited
Central Institute of Mining & Fuel Research
Carbon Equivalent
Dry Film Thickness
Destructive Testing
Dye Penetrate Testing
Electronics Regional Test Laboratory
Fluid Control Research Institute
Factory Mutual
Flame Proof
Highway Addressable Remote Transducer
High Voltage
Inspection and Test Plan
Ingress Protection
Inspection Certification
Insulation Resistance
International Electro technical Commission
Japanese Electro technical Committee
Liquid Penetrate Testing
MRT
MPT/MT
MTC
MOC
NPSH
NDT
NEMA
PO
PESO
PQR
PR
PMI
PTB
QC
RT
SS
TC
TPI or TPIA
UT
UL
VDR
WPS
WPQ
XLPE
Mechanical Run Test
Magnetic Particle Testing
Material Test Certificates
Material of Construction
Net Positive Suction Head
Non Destructive Testing
National Electrical Manufacturers Association
Purchase Order
Petroleum Explosive Safety Organization
Procedure Qualification Record
Purchase Requisition
Positive Material Identification
Physikalisch-Technische Bundesanstalt
Quality Control
Radiography Testing
Stainless Steel
Test Certificate
Third Party Inspection Agency
Ultrasonic Testing
Under writer Laboratories
Vendor Data Requirement
Welding Procedure Specification
Welders Performance Qualification
Cross Linked Poly Ethylene
Inspection Standards Committee
Convenor : Mr. A.K. Chaudhary
Members:
Mr. S.C. Gupta
Mr. G. Suresh
Mr. MC Singh
Mr. Rajeev Kumar
Mr. MP Jain (Projects)
Mr. G. Poomachandra Rao
Format No. 8-00-0001-F7 Rev. 0
Copyright EIL All rights reserved
Page 197 of 202
lalfteTtla ENGINEERS
Ogtif Effituliiii INDIA LIM ITED
IM IleRnwearaoini/ IA GoA of India
INSPECTION AND TEST PLAN
FOR
GAS DETECTION SYSTEM (LEU H2S)
STANDARD SPECIFICATION NO.
6-81-2080 Rev. 2
Page 3 of 6
1.0 SCOPE
This Inspection and Test Plan covers the minimum inspection and testing requirements for Gas Detection System.
2.0 REFERENCE DOCUMENTS
PO/PR / Standards referred there in /Job specifications / Approved documents.
3.0 INSPECTION AND TEST REQUIREMENTS
SL
NO.
STAGE/ ACTIVITY CHARACTERISTICS
QUANTUM
OF CHECK
RECORD
SCOPE OF INSPECTION
SUB
SUPPLIER
SUPPLIER EIL/TPIA
1.0 Procedures -- -- -- -- -- --
2.0 Material Inspection
2.1
Incoming materials like Gas
detectors, Gas monitors /
Controllers, Portable gas
detectors, System cabinets,
Power supply units, Hooters,
Beacons, Data loggers,
Junction boxes etc.
Make , Model Number .
100% Manufacturer's
TC
H H R
3.0 In process Inspection
3.1 Assembly of system Visual, Dimensions, wiring, continuity, HV/IR
100%
Supplier's Test
Records
- H
4.0 Final Inspection
Format No. 8-00-0001-F7 Rev. 0
Copyright EIL All rights reserved
Page 198 of 202
okt^eftENGINEERS
Ifga r fm-ct w INDIA LIMITED
INSPECTION AND TEST PLAN
FOR
GAS DETECTION SYSTEM (LEL/ H2S)
STANDARD SPECIFICATIONNO.
6-81-2080 Rev. 2
Page 4 of 6
SL
NO.
STAGE/ ACTIVITY CHARACTERISTICS
QUANTUM
OF CHECK
RECORD
SCOPE OF INSPECTION
SUB
SUPPLIER
SUPPLIER EIL/TPIA
4.1 Final Inspection
Visual, dimensional check
Check calibration status of all testing
equipment.
Calibration check of gas detectors including
alarm, repeatability, response time.
Check for power supply units
Functional check of gas monitors /
controllers with gas detectors.
Functional check of portable gas detectors
Functional check of portable purge
calibrators.
Functional checks of GD system with PCs,
Data loggers, Printers, Hooters,
Annunciators, Beacons etc.
Verification of system diagnostics, System
and application software including Graphics
(if configured), Interface with third party
devices.
Performance test as per standard
specification.
100% by
supplier and on
random basis by
EIL/TPIA
Supplier's test
reports/
Inspection
Witness Record
- H II/W
4.2 Submission of certificates/
Document
Certificate from testing agency like
BASEEFA, FM, PTB, CIMFR etc. for
instruments for gas detectors, portable
detectors, junction boxes etc. for use in
specified hazardous area.
BIS approval for gas detectors, junction
boxes etc. manufactured indigenously for use
in specified hazardous area.
Prototype for
each model
Statutory
Approval
Certificates /
Type Test
Certificates
- H R
Format No. 8-00-0001-F7 Rev. 0
Copyright EIL All rights reserved
Page 199 of 202
lataada ENGINEERS
sigar la Re g Vie INDIA LIMITED
my/ erzew
INSPECTION AND TEST PLAN
FOR
GAS DETECTION SYSTEM (LEU H2S)
STANDARD SPECIFICATION NO.
6-81-2080 Rev. 2
Page 5 of 6
SL
NO.
STAGE/ ACTIVITY CHARACTERISTICS
QUANTUM
OF CHECK
RECORD
SCOPE OF INSPECTION
SUB
SUPPLIER
SUPPLIER EIL/TPIA
Statutory approval certificates for
instruments from CCOE/PESO for use in
specified hazardous area.
Degree of protection certificate for
instrument housing.
Electromagnetic & Radio Frequency
compatibility requirements for gas detectors,
gas monitors / controllers etc.
Test certificates for calibration gases.
Prototype for
each model
100%
Statutory
Approval
Certificates /
Type Test
Certificates
Manufacturer's
Test Certificate
-
H
H
H
R
R
5.0 Painting
5.1 Painting
Pre treatment, primer and final paint, shade,
thickness 100% Test Records H -
6.0
Documentation and IC
6.1 Documentation and IC
Review of Internal Test Reports, MTC
IC issuance.
100%
Supplier's Test
Records /
Inspection
Certificate
- H H
Format No. 8-00-0001-F7 Rev. 0
Copyright EIL -All rights reserved
Page 200 of 202
15101Zreg eENGINEERS
sidzir gINDIA UM ITED
IA Gout of MOWUndenalongl
INSPECTION AND TEST PLAN
FOR
GAS DETECTION SYSTEM (LEU H2S)
STANDARD SPECIFICATION NO.
6-81-2080 Rev. 2
Page 6 of 6
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 (As applicable):
Wherever W/R or H/W is indicated, Inspection Engineer shall decide the option to be exercised for the particular stage and supplier
Supplier's in house procedures may be accepted in case TPUEIL is satisfied with adequacy of procedures to comply with Purchase Order/Specifications
requirements. In case of non availability of suitable procedures, fresh procedures may be qualified under TPUEIL witness..
In case of conflict between purchase specification, contract documents and ITP, more stringent conditions shall be applicable.
This document describes generally the requirements pertaining to all types of the item. Requirements specific to PO and the item are only applicable.
5. Acceptance Norms for all the activities shall be as per PO/PR/ Standards referred there in/ Job specifications /Approved documents
Format No. 8-00-0001-F7 Rev. 0
Copyright EIL All rights reserved
Page 201 of 202
P
a
g
e

2
0
2

o
f

2
0
2
4. THE MAKE AND MODEL OF HMI MONITOR/ SCREEN

SHALL BE HP L2206TM LED SCREEN
WITH 21.5" FOR COMPATIBILITY WITH OTHER EXISTING DCS MONITORING SCREEN IN
CONSOLE AREA OF CONTROL ROOM.

S-ar putea să vă placă și