Documente Academic
Documente Profesional
Documente Cultură
Table of Contents
Document Number Rev. Document Title Page
Number
A133-000-YR-MR- 0 ENQUIRY DOCUMENT 2
1361-1020-RFQ
A133-000-YR-MR- A Pressure Relief Valves 102
1361
A133-000-16-51- A VENDOR DATA REQUIREMENT 106
VDR-1361
A133-000-16-51-SI- A SPECIAL INSTRUCTION TO VENDOR 108
1361
A133-000-YR-TQS- A TECHNICAL QUESTIONAIRE 112
1361
A133-000-16-51-CF- A COMPLIANCE FORMAT 113
1361
A133-000-16-51-MD- A MISCELLANEOUS 115
1361
A133-000-51-16-ID- A DATASHEET 116
1361
44NC-4600-0000- 0 Std Spec PSV 167
JSS-0109
6-78-0001 0 Specification for Quality Mgt. System Requirements from Bidders 175
6-78-0003 0 Specification for Documentation Requirement from Suppliers 184
Gen Spec For Instr A Annexure-I 196
APPENDIX-A A ITP SAFETY VALVE 226
Page 1 of 227
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)-(INDIGENOUS / FOREIGN / GLOBAL)
(e-Tendering)
Date: 15-April-2014
Gentlemen,
1. Chennai Petroleum Corporation Limited (CPCL), a subsidiary of Indian Oil Corporation Limited has
existing Refinery Facilities at Manali, Chennai, Tamil Nadu (India). The present capacity of CPCL at
Manali Refinery is 9.5 MMTPA. CPCL is currently implementing a Revamp of existing units to increase the
crude processing capacity by 1 MMTPA to take the overall complex capacity to 10.5 MMTPA unit.
Chennai Petroleum Corporation Limited (CPCL) has awarded the work of Resid Upgradation Project-
Coker Block to Engineers India Limited (EIL) and EIL is the CONTRACTOR for this Project.
2. Bids are requested for the captioned item in complete accordance with enquiry documents and its
attachments.
3. The complete RFQ can be downloaded from the EIL website (http://tenders.eil.co.in or from CPP Portal
(URL: http://eprocure.gov.in)
4. Bidders are requested to submit e-bids electronically on the CPP Portal (URL: http://eprocure.gov.in) only
in accordance with the instructions and terms & conditions enclosed with this RFQ Covering letter.
RC/A133-000-YR-MR-1361/1020 Page 1 of 4
Page 2 of 227
ii) Techno-commercial compliance to the RFQ terms & Conditions.
iii) Duly filled-in, signed & stamped Annexure I to Prefilled ATC giving basic details on
transportation charges, taxes/ duties etc.
iv) Bank Certified Mandate Form as per Annexure-II to Prefilled ATC, duly signed and
stamped with the Banker‟s certification alongwith cancelled cheque.
v) Unpriced copy of Price Schedule (Excel file) (available in the RAR format which is
uploaded on EIL website (http://tenders.eil.co.in or CPP Portal (URL:
http://eprocure.gov.in) (Indicating „Q‟ in place of price and „NQ‟ for not quoted).
vi) Unpriced copy of 2 years recommended spares for Operation & Maintenance of
equipment in the format enclosed with RFQ
vii) Unpriced copy of Supervision Charges quoted in the “Terms & Conditions for
Supervision of Erection, Testing & Commissioning” indicating “Q” in place of Prices –
Not applicable.
viii) Unpriced copy of Unit Rates of items for addition/deletion purpose required as per Sr. No
06.00 of MR.
x) Fresh Bank Solvency Certificate, date of issue of this certificate should not be earlier
than 1 year from the date of Opening of Techno-commercial part.
Containing only prices filled in the prescribed price schedule excel format and other formats provided in
the RFQ Document, consisting of the following priced documents:
i) Prices in Price Schedule Format (only as per Excel file available in the RAR format
which is uploaded on EIL website (http://tenders.eil.co.in or CPP Portal (URL:
http://eprocure.gov.in).
ii) Prices for 2 years recommended spares for Operation & Maintenance of equipment, in
the format enclosed in the RFQ.
iii) Per-diem charges for Supervision of Erection, Testing, Pre-commissioning and
Commissioning-Not Applicable.
iv) Prices for unit rates of items for addition/deletion required as per Sr. No 06.00 of MR.
Note:
a) Deviations to terms and conditions, presumptions etc shall not be stipulated in Price part of bid
and price bids shall not contain any stapled slips. In case of any conditions stipulated in price bids
or the price bid containing any stapled slips, the bids of such bidders shall be summarily rejected
RC/A133-000-YR-MR-1361/1020 Page 2 of 4
Page 3 of 227
and shall not be considered for further evaluation. Evaluation shall be carried out excluding such
bidder(s.)
5. Offers received through Fax / Telex / Telegraphic / E-Mail / hard form (other than the documents
specifically required in hard form) shall not be considered.
6. EIL will open the bids received online at their office, at the specified date and time given in the RFQ or
extended date, if any.
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, all technically and commercially acceptable bidders will be advised of date and time of online
priced bid opening. Aforesaid 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.
7. Please furnish your response to our RFQ either through EIL‟s website http://tenders.eil.co.in or by
sending email/fax to EIL as per Proforma of Reply/ Acknowledgement Letter enclosed, by the pre-bid
meeting.
If not bidding, please return enquiry documents along with regret letter within the due date with reason(s)
of not participating in the RFQ.
The bidders should respond to this enquiry either by submitting their bids or by explaining the reason for
non-submission of the offer. In case there is no response either way continuously, the bidder shall
be liable for suitable action including review of their enlistment with EIL for that particular item.
8. Offer Validity: Offer shall be valid for 03 Months from the final / extended bid due date.
9. PAYMENT TERMS
For Indian Bidder:
For Supply (excluding Mandatory Spares): As per clause No. 1.1.1 (ii) of Instruction to Bidders.
For Mandatory Spares: As per clause No. 1.1.2 of Instruction to Bidders.
RC/A133-000-YR-MR-1361/1020 Page 3 of 4
Page 4 of 227
* Please specify Ref. No. (i.e. RFQ No.) in all correspondence
( REKHA CHOUDHARY )
Asst. General Manager (C&P)
Enclosures :
Techno-Commercial Compliance To Bid Requirement
Price Schedule (for Indian Bidders / Foreign Bidders, as applicable) – uploaded on EIL
website (http://tenders.eil.co.in or CPP Portal (URL: http://eprocure.gov.in) as RAR file.
Forms & Formats
Reply/ Acknowledgement letter
Proforma of Letter of Authority Rev.0
Format for Bidders‟ Pre-bid Queries
Exceptions and Deviations (Commercial)
Format for Present/ Concurrent Commitments
Annexure – A1 : Particulars required for Tax Residency Certificate (TRC) & Form
10F
Format For 2 Years Spares of normal operation & maintenance
Special Commercial Notes to RFQ
Instructions to Bidders
Methodology and terms & conditions for Reverse Auction
Instructions to Bidders for e-Tendering
Terms & Conditions For Supervision Of Erection, Testing & Commissioning
Terms & Condition for Annual Maintenance Contract (AMC)
Terms & Condition for Site Work
General Purchase Conditions (Respectively for Indian and Foreign Bidder)
Integrity Pact
Agreed Terms & Conditions (Respectively for Indian and Foreign Bidder)
Material Requisition
MR No. A133-000-YR-MR-1361 Rev. A
RC/A133-000-YR-MR-1361/1020 Page 4 of 4
Page 5 of 227
REPLY/ACKNOWLEDGEMENT LETTER
FAX Nos. : 00-91-11-26191714, 26167664
SELF ADDRESSED FAX
(PLEASE REFAX TO EIL WITHIN TEN DAYS OF RECEIPT OF RFQ)
Dear Sirs,
We acknowledge with thanks receipt of your above cited RFQ along with enclosures. We undertake that the
contents of the above RFQ shall be kept confidential including all the drawings, specifications and documents
and the said documents shall be used only for the purpose, for which they are intended.
a. _____________________________________________________
b. _____________________________________________________
Thanking you,
Name of Bidder :
Bidder‟s Address :
Contact Person :
Bidder‟s Phone No. :
Bidder‟s Fax No. :
Bidder‟s E-mail No. :
Bidder‟s Ref. No. & Date :
Page 1 of 1
Page 6 of 227
PROFORMA OF LETTER OF AUTHORITY FOR ATTENDING PRE-BID CONFERENCE
No. Date:
To,
Engineers India Limited
Engineers India Bhawan, EIA-2
1, Bhikaiji Cama Place
New Delhi – 110 066
(India)
Attn . : Ms. Rekha Choudhary, Asst. General Manager (C&P)
Dear Sirs,
We confirm that we shall be bound by all and whatsoever our representative (s) shall commit.
Yours faithfully,
Signature ……………………………
Note :
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 1 of 1
Page 7 of 227
TECHNO-COMMERCIAL COMPLIANCE TO BID REQUIREMENT
1. We hereby agree to fully comply with, abide by and accept without variation, deviation or
reservation all technical, commercial and other conditions whatsoever of the RFQ
documents and Amendment/ Addendum to the RFQ Documents, if any, for subject work
issued by Engineers India Limited.
2. We hereby further confirm that any terms and conditions other than required, if mentioned in our
bid, shall not be recognised and shall be treated as null and void.
3. Compliance to requirement Of PAN No. , Tax Residency Certificate(TRC) & Form No.10F
(APPLICABLE FOR FOREIGN SUPPLIERS ONLY)
In compliance to clause # 23.(e) of RFQ covering letter above, We hereby confirm to furnish the
following information in case his receipts are subject to tax deduction at source in India :
(i) PAN No.
(ii) Tax Residency Certificate (TRC) as per Annexure – A1 enclosed
(iii) Form 10F as per Annexure – A1 enclosed
The above information shall be furnished before release of any payment or within one month of the
release of Order, whichever is earlier. Failing submission of the above information, any additional tax
liability on purchaser, will be deducted from the payment due to the supplier.
Page 1 of 1
Page 8 of 227
Page 9 of 227
FOR BIDDERS’ QUERIES
NOTE: The Pre-Bid Queries may be sent on fax numbers 0091-11-26187664 and also by e-mail to concern person of EIL.
Page 1 of 1
Page 10 of 227
Page 11 of 227
EXCEPTIONS AND DEVIATIONS
NOTE: This shall be submitted separately for Commercial & Technical Sections.
Page 1 of 1
Page 12 of 227
Page 13 of 227
PRESENT COMMITMENTS (CONCURRENT COMMITMENT) AS ON …………………………………..
(Due Date for submission of Bid)
Page 1 of 1
Page 14 of 227
Page 15 of 227
RFQ No. : RC/A133-000-YR-MR-1361/1020
Item : PRESSURE RELIEF VALVES
Project : Coker Block of Resid Upgradation Project at Manali Refinery of M/s CPCL, Chennai
Name of Bidder: ______________________________________________
Offer No. : _______________________________________________
NOTES:
i. Prices for spares for 2 year normal operation and maintenance shall be furnished on FOT
Despatch point basis as per this format only. Supplier shall quote road freight upto Project Site in
India.
ii. The prices for 2 years normal operation & maintenance shall be valid upto 2 years from the date
of purchase order. However, bidder to also quote for annual escalation in % for subsequent 2
years.
iii. The price for spares for 2 year normal operation shall not be considered for evaluation and owner
reserves the right to select and order these spares.
Page 1 of 1
Page 16 of 227
RFQ No. : RC/A133-000-YR-MR-1361/1020
Item : PRESSURE RELIEF VALVES
Project : Coker Block of Resid Upgradation Project at Manali Refinery of M/s CPCL, Chennai
Name of Bidder: ______________________________________________
Offer No. : _______________________________________________
NOTES:
i. Prices for spares for 2 year normal operation and maintenance shall be furnished on FOB port of
exit basis as per this format only. Supplier shall quote Ocean freight upto Port of Entry in India.
ii. The prices for 2 years normal operation & maintenance shall be valid upto 2 years from the date
of purchase order. However, bidder to also quote for annual escalation in % for subsequent 2
years.
iii. The price for spares for 2 year normal operation shall not be considered for evaluation and owner
reserves the right to select and order these spares.
.
Page 1 of 1
Page 17 of 227
ANNEXURE A1 DOC NO. A133-1841-WT REV 0
23.09.2013
( APPLICABLE FOR FOREIGN BIDDERS ONLY)
Particulars required for Tax Residency Certificate (TRC) & Form 10F
TRC containing prescribed particulars from the Government of foreign country is required to
be submitted in order to claim the benefits of DTAA as per the Indian Income Tax
requirements failing which the relief under DTAA will not be available and consequently the
higher rate of withholding tax @25% will be applicable and deducted from the payment made
to supplier/contractor/consultant (i.e., non-resident taxpayer). The TRC shall be duly verified
by the Government of the country of which the assessee claims to be a resident for the
purposes of tax.
TRC obtained by the Non-resident from Government of foreign country shall contain the
following particulars:
2. Form 10F
In additional to TRC, bidder in order to claim the benefits of DTAA shall also submit additional
information in form no. 10F (enclosed). Form 10F has to be signed & verified by the assessee
himself.
If some information is already contained in TRC, the bidder shall not be required to provide
that information in Form no. 10F but even then Form no. 10F is required to be provided by
the bidder.
However, the bidder may write Not Applicable in the relevant column in case that information
is already contained in TRC.
Page 1 of 2
Page 18 of 227
ANNEXURE A1 DOC NO. A133-1841-WT REV 0
23.09.2013
( APPLICABLE FOR FOREIGN BIDDERS ONLY)
2. I have obtained a certificate to in sub-section (4) of section 90 of sub-section (4) of section 90A from the
Government of……………………………………………. (name of country or specified territory outside India)
Signature: ............................................
Name: ...........................................
Address: ............................................
Permanent Account Number: ..................................................
Verification
I ........................................... do hereby declare that to the best of my knowledge and belief what is stated above is
correct complete and is truly stated.
Verified today the ............................................... day of ..............................
Page 2 of 2
Page 19 of 227
Special Commercial Notes to RFQ
1. Bids complete in all respects should be successfully Submitted online on or before the bid due date
and time specified above.
2. Technical specifications should be strictly as per the material requisition attached.
3. As Purchaser intends to contract directly with suppliers of the goods for which bids are invited, the
bids should be prepared by the suppliers and submitted directly. Purchaser reserves the right to
reject offers made by intermediaries.
4. 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.
5. Bidders who are enlisted with EIL are required to quote as per their capabilities registered with EIL.
6. EIL reserves the right to use in-house information for assessment of bidder’s capability for
consideration of bid.
7. EIL reserve the right to make any changes in the terms and conditions of purchase and to reject
any or all the bids.
8. The order, if placed will be issued by EIL.
9. Net Worth of the Bidder shall be positive as per the immediate preceding year’s Audited financial
results. Bidder is therefore requested to furnish the latest Audited Financial Statement including
Profit & Loss Account.
In case, the bidder’s 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.
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. Preference to MSEs
Deleted (Not Applicable)
12. 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.
13. In case a supplier seeks any suo-moto price increase subsequent to the bid due date and which is
not as a result of any change in scope of supply or terms and conditions, the bid of such a supplier
shall be rejected for the items in which such suo-moto increase is sought.
14. 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.
Page 1 of 4
Page 20 of 227
Special Commercial Notes to RFQ
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.
15. 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.
16. SPECIAL INSTRUCTIONS TO FOREIGN BIDDERS
a) 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.
b) 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.
c) Any Customs Duty applicability on account of any change in the bi-lateral / multi-lateral
agreement shall be to bidder's account.
d) 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
e) COMPLIANCE TO REQUIREMENT OF PAN NO. , TAX RESIDENCY CERTIFICATE AND
FORM NO.10F
It is mandatory for the foreign supplier/contractor/consultant to furnish the following information
in case his receipts are subject to tax deduction at source in India:
i) PAN No.
As per the Indian Income Tax requirements failing which the
Supplier/Contractor/Consultant shall be responsible for any additional tax deduction at
source as per the provisions of the Indian Income Tax Act/Rules and the same shall be
deducted from the payment made to supplier/contractor/consultant
ii) Tax Residency Certificate (TRC)
TRC containing prescribed particulars as per the enclosed Annexure-A1 from the
Government of foreign country in order to claim the benefits of DTAA as per the Indian
Income Tax requirements failing which the relief under DTAA will not be available and
consequently the higher rate of withholding tax @25% will be applicable and deducted
from the payment made to supplier/contractor/consultant (i.e., non-resident taxpayer).
The TRC shall be duly verified by the Government of the country of which the assessee
claims to be a resident for the purposes of tax.
iii) Form 10F
In additional to TRC, bidder in order to claim the benefits of DTAA shall also submit
additional information in form no. 10F (enclosed as Annexure-A1). Form 10F has to be
signed & verified by the assessee himself.
If some information is already contained in TRC, the bidder shall not be required to
provide that information in Form no. 10F but even then Form no. 10F is required to be
provided by the bidder.
However, the bidder may write Not Applicable in the relevant column in case that
information is already contained in TRC.
The above shall be furnished before release of any payment or within one month of the
release of Order, whichever is earlier.
Page 2 of 4
Page 21 of 227
Special Commercial Notes to RFQ
Failing submission of the above information, any additional tax liability on purchaser, will be
deducted from the payment due to the supplier.
17. SHIFTING OF ORDER
Not Applicable
18. CLARIFICATION REQUESTS FROM BIDDERS
A bidder may seek clarification regarding the bidding document provisions, bidding process and / or
rejection of his bid. EIL shall respond to such requests with in a reasonable time.
19. SETTLEMENT OF DISPUTE BETWEEN GOVT. DEPT./ PUBLIC SECTOR UNDERTAKING
In the event of any dispute or difference relating to the interpretation and application of the
provisions of the contracts, such dispute or difference shall be referred by either party for
Arbitration to the sole Arbitrator in the Department of Public Enterprises to be nominated by the
Secretary to the Government of India in-charge of the Department of Public Enterprises. The
Arbitration and Conciliation Act, 1996 shall not be applicable to arbitration under this clause. The
award of the Arbitrator shall be binding upon the parties to the dispute, provided, however, any
party aggrieved by such award may make a further reference for setting aside or revision of the
award to the Law Secretary, Department of Legal Affairs, Ministry of Law & Justice, Government of
India. Upon such reference the dispute shall be decided by the Law Secretary or the Special
Secretary/Additional Secretary, when so authorized by the Law Secretary, whose decision shall
bind the Parties finally and conclusively. The Parties to the dispute will share equally the cost of
arbitration as intimated by the Arbitrator.
20. PRE BID MEETING
Bidder’s authorized representative(s) shall attend the pre bid meeting on the prescribed day at the
given venue. During the pre bid meeting, all the technical and commercial issues shall be discussed
and concluded to ensure that the bid received subsequent to pre bid meeting shall be without any
deviations to terms and conditions. Hence, bidders shall treat the pre bid meeting as utmost
important and depute competent & senior person capable of taking on the spot decision to sort out
all the technical and commercial issues.
However, in case any bidder does not attend the pre bid meeting, it shall be understood that the
bidder has a clear understanding of the scope & terms & conditions of the bidding document and
does not have any comments/ deviations to the requirements of the bidding document.
In order to ensure fruitful discussions during pre bid meeting, the bidder is requested to submit any
queries/clarification/information pertaining to Bidding document in writing delivered by hand or by
fax/ e-mail as per format enclosed in the Bidding Document so as to reach two days prior to Pre-bid
meeting. These queries shall be replied during pre-bid meeting. The editable soft copies of the
queries shall also be e-mailed to enable EIL to prepare replies to the queries against each query in
the same format expeditiously.
The bidders are required to participate in the pre-bid meeting with the following essential
documents, so that the same can reviewed & discussed during the meeting to avoid any techno-
commercial clarifications/ discussions post bid:
a) Latest annual report including Profit & loss account
b) Solvency certificate from bank
c) Concurrent Commitments
d) Details of work experience meeting the Bidders Qualification Criteria(BQC) (if applicable)
e) Technical details, documents, design, filled datasheets as per MR
f) Any other relevant document/ details
Page 3 of 4
Page 22 of 227
Special Commercial Notes to RFQ
Record notes of meeting, including the questions raised and the responses given will be furnished
as expeditiously as possible to all the bidders and shall also be uploaded on the website. After pre-
bid meeting, no further queries will be entertained from the bidders.
Any modification of the Bidding Document, which may become necessary as a result of the pre-bid
discussion, shall be intimated to all bidders through the issue of an Addendum/Amendment.
Based on the pre-bid discussions, no-deviation form/techno-commercial compliance shall be signed
and submitted by the bidders as part of their offer. After pre-bid meeting, no deviation shall be
accepted and if any deviation is found in the bid of such bidder, their offer shall be liable to be
rejected without raising any technical/ commercial queries.
Technical/ Commercial queries shall not be issued once the bid have been opened. However,
wherever CQ/ TQ are unavoidable, the same shall be raised only once and the cut-off date given
for CQ/ TQ replies shall be adhered to. Offers shall be evaluated based on the information available
upto cut-off date for CQ/ TQ replies.
Extension in bid due date shall not generally be granted.
21. REVERSE AUCTION
EIL reserves the right to go in for reverse auction among the technically and commercially
acceptable bidders. The decision to conduct reverse auction or not, will be conveyed to short listed
bidders prior to opening of price bid. In view of this, the bidders must quote most competitive prices
in the first instance itself.
The methodology and terms & conditions applicable for reverse auctioning is enclosed with this
RFQ.
However please note that in case of Reverse Auction, Rebate offered on Total Evaluated Price of
item/Group shall be prorated for all quoted prices of particular Items / Groups, which were
considered for evaluation and accordingly ordering shall be carried out.
22. INTEGRITY PACT
The attached copy of the Integrity Pact shall be included in the Bid submitted by the bidder (to be
executed by the bidder for all RFQ of value Rs. 5 (Five) crore and above). In case a bidder does not
sign the Integrity Pact, his bid shall be liable for rejection.
INDEPENDENT EXTRNAL MONITORS (IEMS)
The following two Independent External Monitors (IEMs) have been appointed by EIL, in terms of
Integrity Pact (IP) which forms part of EIL Tenders / Contracts.
i) Dr. U. K. Sen
C-162, Belvedere Park,
DLF Phase 3, Gurgoan-122002
(email : uksen@hotmail.com)
ii) Shri P. R. Balasubramanian
th st
229, 9 A Main, 1 Block,
HRBR Layout, Kalyan Nagar,
Bangalore-560043
(email : prbalasubramanian@gmail.com)
Note: In case the bidder fails to submit the Integrity Pact in original physical form or
Scanned Copy of the same along with e-Bid within the final bid due date & time, his bid
shall be rejected.
Page 4 of 4
Page 23 of 227
Document No.
INSTRUCTION TO BIDDERS (ITB) A133-01- ITB Rev. 0
CPCL – LSTK Page 1
1 PAYMENT TERMS
Page 24 of 227
Document No.
INSTRUCTION TO BIDDERS (ITB) A133-01- ITB Rev. 0
CPCL – LSTK Page 2
and transportation charges and on submission of Performance Bank Guarantee valid for the 3
(Three) Months beyond guarantee period.
- 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 goods/ materials at Site and on submission of E1/E2 Form
(wherever applicable).
(v) Where the MR is for Packages (with significant Bought out item) and calls for Vendor
Data requirement: (With site work)
5% on approval of drawings, wherever required (identified in Purchase Requisition), in at least
Code-2 and manufacturing schedule.
- 10% against placement of sub-order for specified major raw material (to be identified by PEM
and PM before issue of enquiry) against submission of equivalent Bank Guarantee.
- 70% against dispatch documents directly to EIL on prorate basis together with full taxes, duties
and transportation charges and on submission of Performance Bank Guarantee valid for the 3
(Three) Months beyond guarantee period and on submission of Performance Bank Guarantee
valid for the 3 (Three) Months beyond guarantee period.
- 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 successful completion of Site Work and on submission of E1/E2 Form (wherever
applicable).
Note: In case site is not available up to 6 (Six) months after receipt of all supplies at site, the last
10% payment shall be released against submission of additional Bank Guarantee of equivalent
amount valid for 1 (One) year or such extended period as may required.
(vi) For Pumps, Compressors, Heat Exchangers, Columns and Vessels: (Without site work)
- 5% on approval of drawings, wherever required (identified in Purchase Requisition), in at least
Code-2 and manufacturing schedule.
- 15% against receipt and identification of specified major raw materials and against submission of
equivalent BG.
- 65% against dispatch documents directly to EIL on prorate basis together with full taxes, duties
and transportation charges and on submission of Performance Bank Guarantee valid for 3
months beyond guarantee period
- 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 goods/ materials at Site on submission of E1/E2 Form
(wherever applicable).
Major Raw Material for payment against receipt & identification of raw materials:
Columns and Vessels : Plates and Forgings
Heat Exchangers : Plates, Forgings and Tubes
Pumps : Castings
Compressors : Castings / Forgings
(vii) For Pumps, Compressors, Heat Exchangers, Columns and Vessels: (With site work)
- 5% on approval of drawings, wherever required (identified in Purchase Requisition), in at least
Code-2 and manufacturing schedule.
Page 25 of 227
Document No.
INSTRUCTION TO BIDDERS (ITB) A133-01- ITB Rev. 0
CPCL – LSTK Page 3
- 15% against receipt and identification of specified major raw materials and against submission of
equivalent BG..
- 65% against dispatch documents directly to EIL on prorate basis together with full taxes, duties
and transportation charges and on submission of Performance Bank Guarantee valid for 3
months beyond guarantee period
- 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 successful completion of Site Work on submission of E1/E2 Form (wherever applicable).
Note: In case site is not available upto 6 (Six) months after receipt of all supplies at site, the last
10% payment shall be released against submission of additional Bank Guarantee of equivalent
amount valid for 1 (One) year or such extended period as may required.
Major Raw Material for payment against receipt & identification of raw materials:
Columns and Vessels : Plates and Forgings
Heat Exchangers : Plates, Forgings and Tubes
Pumps : Castings
Compressors : Castings / Forgings
Page 26 of 227
Document No.
INSTRUCTION TO BIDDERS (ITB) A133-01- ITB Rev. 0
CPCL – LSTK Page 4
1.1.5 Training
- 100 % on successful completion of Training duly certified by PURCHASER, as per Purchase
Requisition.
1.1.6 Annual Maintenance Contract (AMC):
- 100% payment shall be paid at the end of each half year of the contractual year against quarterly
progressive bills to be submitted by seller duly certified by Site-in-Charge.
1.2 FOR FOREIGN BIDDERS
1.2.1 Supply:
(i) Where the MR is for supply of materials and there is no Vendor Data requirement (VDR)
specified in the MR (Without Site Work):
- 100% against shipping documents through irrevocable Letter of Credit
(ii) Where the MR is for supply of materials and calls for Vendor Data requirement: (Without
site work)
- 5% against approval of Drawings, wherever required (identified in Purchase Requisition) in at
least in Code-2 & manufacturing schedule through Wire Transfer.
- 90% (95% in cases where drawing approval is not required) against shipping documents through
irrevocable Letter of Credit.
- 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 through wire transfer.
(iii) Where the MR is for supply of materials and calls for Vendor Data requirement: (With site
work)
- 5% against approval of Drawings, wherever required (identified in Purchase Requisition) at least
in Code-2 & manufacturing schedule through Wire Transfer.
- 80% against shipping documents through irrevocable Letter of Credit .
- 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 through wire transfer.
- 10% on successful completion of Site Work through wire transfer.
Note: In case site is not available upto 6 (Six) months after receipt of all supplies at site, the last
10% payment shall be released against submission of additional Bank Guarantee of equivalent
amount valid for 1 (One) year or such extended period as may required.
(iv) Where the MR is for Packages (with significant Boughtout item) and calls for Vendor Data
Requirement: (Without site work)
- 5% against approval of Drawings, wherever required (identified in Purchase Requisition) in at
least in Code-2 & manufacturing schedule through Wire Transfer.
- 10% against placement of sub orders for specified major raw materials, against submission of
equivalent bank guarantee through wire transfer.
- 80% against shipping documents through irrevocable Letter of Credit.
- 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 through wire transfer.
(v) Where the MR is for supply Packages (with significant Boughtout item) and calls for
Vendor Data Requirement: (With site work)
- 5% against approval of Drawings, wherever required (identified in Purchase Requisition) in at
T&C FOR ED COMMITTEE APPL- LSTK-A133
Page 27 of 227
Document No.
INSTRUCTION TO BIDDERS (ITB) A133-01- ITB Rev. 0
CPCL – LSTK Page 5
Page 28 of 227
Document No.
INSTRUCTION TO BIDDERS (ITB) A133-01- ITB Rev. 0
CPCL – LSTK Page 6
NOTES :
(i) Total Order value shall be as indicated in the Purchase Order.
(ii) All bidders are required to submit their acknowledgement of FOA and/or PO.
(iii) PRS, if applicable, shall be deducted from payment milestone subsequent to dispatch of
material. In case of clause no. 1.1.1 (viii), i.e., Fabricated column at site , PRS , if applicable,
shall be deducted from milestone payment of 20%.
(iv) All foreign vendors having service components in their purchase order are required to submit
PAN (Indian I. Tax) and to provide TRC (Tax Residency Certificate) from the Govt. of vendor’s
country in order to claim the benefit of DTAA, wherever applicable.
(v) In case of indigenous SUPPLIERs, wherever taxes/duties are separately indicated, the order
value shall be exclusive of taxes/duties. 100% payment of taxes/duties shall be paid alongwith
the payment released against dispatch documents on receipt of Cenvatable (Duplicate Copy of
Excise Invoice)/vattable documents (wherever applicable).
Payment to indigenous SUPPLIERs shall be released through Electronic Clearing System (ECS).
In view of this, necessary details, such as name of bank, bank account no. etc., duly attested by
BIDDER’s bank must be submitted along with the offer.
(vi) Status of bills after submission can be viewed on our website http://www.engineersindia.com.
(vii) Foreign bidders are required to submit contract cum Performance Bank Guarantee within 30
days of FOA/PO.
(viii) Irrevocable Letter of Credit for payment to Foreign SUPPLIERs shall be established in favour of
the supplier in a bank in his country, for an appropriate amount (in line with Payment Terms). L/C
shall be opened within 45 days of receipt of acknowledgement of FOA/PO along with PBG
(wherever applicable). In case confirmed L/C is insisted by supplier, L/C confirmation charges
shall be to supplier’s account.
(ix) Payment to foreign SUPPLIERs against Site Work and Supervision/Training shall be through
wire transfer.
Page 29 of 227
Document No.
INSTRUCTION TO BIDDERS (ITB) A133-01- ITB Rev. 0
CPCL – LSTK Page 7
(x) 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.
(xi) All bank charges of respective bankers shall be to respective account.
(xii) Seller shall submit Billing Schedule within three weeks after placement of FOA/PO (whichever is
issued earlier). For PURCHASER’s approval (wherever applicable).
(xiii) Sellers requiring multiple despatches will restrict the number of despatches to maximum three,
unless agreed otherwise by Project Manager.
(xiv) All progressive advances to foreign as well as Indian bidders (except the milestone payment
against drawing approval) shall be against equivalent bank guarantees. The progressive
advances shall be paid through wire transfer to foreign bidder.
(xv) Other than the payment terms given above, no other advance payments shall generally be
payable. However, if any Seller insists on advance payments, such advance payment (other
than the payment terms given in RFQ) shall be interest bearing @ SBI PLR + 2% per annum
(simple interest) on reducing balance, up to 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.
2 TERMS OF DELIVERY
3 TRANSPORTATION
Page 30 of 227
Document No.
INSTRUCTION TO BIDDERS (ITB) A133-01- ITB Rev. 0
CPCL – LSTK Page 8
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 PURCHASER will be to SUPPLIER’s account.The marine freight
quoted should be kept valid for a period one month lesser to delivery period. However, Vendor
shall furnish the shipping details viz. Net/ Gross weight, Volume of consignment, number of
packages with dimensions at least two month 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 one month from the date of furnishing the above details. EIL reserves the option to ask the
bidder to arrange shipment at the quoted freight rates.
4 CURRENCY OF QUOTE
The prices shall be asked for AMC, if required as per Material Requisition.
In case of MRs containing supplies as well site work, a single order, covering the supply part 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-SUPPLIER’s name, material and corresponding price in Indian
Rupees, shall be clearly spelt out in the purchase order on foreign SUPPLIER.. In case a Foreign
supplier sources supplies/ services within India, the applicable terms & conditions shall be modified to
the extent as per Annexure-1 enclosed.
7 GUARANTEE PERIOD
GUARANTEE PERIOD:
For all items having CDD up to Dec 2014 :
18 Months from the date of successful Commissioning or 36 Months from the date of shipment,
whichever is earlier.
For all items having CDD beyond Dec 2014 :
18 Months from the date of successful Commissioning or 30 Months from the date of Shipment,
whichever is earlier.
8.1 PBG shall be required @ 10% of total order value. However, PBG shall not be required for
T&C FOR ED COMMITTEE APPL- LSTK-A133
Page 31 of 227
Document No.
INSTRUCTION TO BIDDERS (ITB) A133-01- ITB Rev. 0
CPCL – LSTK Page 9
orders upto Rs. 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 for Orders upto Rs. Five (5) lakh (equivalent
Foreign currency in case of Foreign SUPPLIERs).
8.2 PURCHASER shall get all bank guarantees verified for authenticity from the regional /
controlling / branch office of the issuing bank before the same are accepted.
8.3 In limited enquiries for purchasing, Indigenous suppliers shall be required to submit the PBG
while claiming the dispatch payment.
8.4 In all other cases, the PBG shall be required to be submitted within four weeks of issue of FOA.
8.5 Performance Bank Guarantees shall be valid till expiry of guarantee period plus 3 (Three)
Months claim period after which the PBG shall be released.
8.6 Bank Guarantee(s) shall be issued through Indian Nationalised Bank/ Indian Scheduled bank
(other than Co-operative Banks) / Indian branches of foreign banks registered with Reserve
Bank of India as a scheduled foreign bank. Bank Guarantee from Foreign banks will only be
accepted if same is counter signed by their Indian branch or by any scheduled Indian bank.
8.7 Bank Guarantee shall have a claim period of 3 (Three) Months after its expiry.
9 INDIAN TAXES/DUTIES
9.1 The prices shall be exclusive of all Indian taxes/duties applicable on finished goods/services
supplied directly to PURCHASER. The excluded taxes/duties shall be payable extra at actuals
against documentary evidence. Where Purchase Order includes supply and site work, Purchase
Order will be divided into supply and service portion separately , no VAT on work contracts is
envisaged, however VAT on work contract on site work portion if applicable shall be included in
the bidder’s quoted price & no statuary variation is payable on the same.
9.2 Entry Tax and Terminal taxes are presently not applicable. If applicable at a later date, same
shall be payable extra at actual on production of necessary Documentary evidence. Road permit
shall be issued to supplier by CPCL for material consigned to CPCL.
9.3 All payments on account of Excise Duty, Service Tax, TNVAT on finished goods shall be
released on receipt of CENVATABLE ( Duplicate Copy of Excise Invoice) /VATTABLE copy of
corresponding invoice and documents valid for availing CENVAT / VAT credit.
9.4 PURCHASER shall be able to avail 100% credit against TNVAT(i.e. VAT on sale of finished
goods). PURCHASER will not issue any concessional form for TNVAT.
TN VAT on sale of goods shall not be loaded for evaluation.
9.5 EIL shall issue concessional form-C for central sales tax.
CST against inter state sale shall be loaded during evaluation at the applicable rates.
9.6 Since Cenvat Credit shall be available against Excise Duty and Service Tax (excluding service
tax on freight) & the same shall not be considered for comparison purpose.
9.7 Indigenous SUPPLIER’s shall issue E1/E2 form on quarterly basis within 60 days after
completion of each quarter based on “C” form no. provided by PURCHASER. PURCHASER will
provide original “C” form in exchange of original E1/E2 form.
Statutory Variations are eligible only on Service Tax, cenvatable excise duty, and VAT amount
for which input tax credit is available to the OWNER under TNVAT Act subject to SUPPLIER
producing documentary evidence for the above . Statutory Variations are eligible on CST also.
Page 32 of 227
Document No.
INSTRUCTION TO BIDDERS (ITB) A133-01- ITB Rev. 0
CPCL – LSTK Page 10
Statutory variations on non-cenvatable excise duty and VAT amount for which input tax credit is
not available to the OWNER/PURCHASER under TN VAT Act shall be to SUPPLIER’s account.
9.8 All non-cenvatable /non-vattable taxes/duties shall be considered for evaluation.
9.9 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 EIL’s account. These
shall be reimbursed against documentary evidence.
However, in case of delay on account of supplier, any new or additional taxes and duties
imposed after contractual delivery shall be to supplier’s account.
9.10 Labour cess, if applicable to supplier at project site shall be reimbursed at actuals upon
submission of documentary evidence for remittance to the statutory authorities.
10.1 OWNER is obtaining an EPCG license for this project. In view of this concessional rate of
Custom Duty shall be applicable to imports from foreign BIDDER’s for the goods directly
consigned to CPCL.
10.2 Indigenous BIDDER’s will be required to quote price considering only merit rate of duty, for their
built in import content, in their bid and evaluation shall be done accordingly. No
PAC/EC/INVALIDATION LETTER shall be issued to Indigenous BIDDER’s.
11 FIRM PRICES
11.1 The prices shall be firm and fixed and not subject to any variation, whatsoever. In case of Cables,
variation in prices shall be admissible as per IEEMA Price Variation Clause.
11.2 For 2 years O&M spares, prices shall be kept valid for a period of 2 years from the date of order
of main equipment along with annual % escalation ( to be indicated by the bidder) for subsequent
two years.
12.1 In case of MRs other than packages, Price Reduction Schedule shall be @1/2% of value of
delayed equipment/ item per week of delay or part thereof subject to a maximum of 5% of total
order value.
12.2 For packages and critical items, with or without site work, the Price Reduction Schedule shall be
@1/2% of total order value per week of delay or part thereof subject to a maximum of 7.5% of
total order value.
12.3 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.
Note: it shall be endeavor to split the period, i.e., a separate period for supply and site work.
12.4 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.
Page 33 of 227
Document No.
INSTRUCTION TO BIDDERS (ITB) A133-01- ITB Rev. 0
CPCL – LSTK Page 11
13 INSPECTION
General Purchase Conditions including formats for advance bank guarantee and Performance Bank
Guarantee shall be as approved earlier by ED Committee for LSTK Projects with modification based on
these terms and conditions.
Comprehensive Insurance (Transit/Marine cum storage, erection, till handing over of equipment) shall
be arranged by PURCHASER.
16 BASIS OF EVALUATION
Page 34 of 227
Document No.
INSTRUCTION TO BIDDERS (ITB) A133-01- ITB Rev. 0
CPCL – LSTK Page 12
and loading shall be done with the same. In case of ordering , bidder shall be asked to absorb
the freight first. In case bidder does not agree to absorb then negotiation shall be done with the
bidder to agree upto maximum of the freight with which loading has been done. If bidder does
not agree with this also, then refloating of MR shall be done.
Page 35 of 227
Document No.
INSTRUCTION TO BIDDERS (ITB) A133-01- ITB Rev. 0
CPCL – LSTK Page 13
Price.
(ii) L/C charges @ 1% of FOB price.
(iii) Landing Charges @ 1% of CIF Value i.e S.No. (i).
(iv) Custom clearance, Port Handling and Inland Freight (from Port of Entry (CHENNAI) to
CPCL project site) charges @ 3% of CIF value including L/C Charges, i.e., S. No. (i) plus
(ii).
(v) Landed Cost = S.No. (i) to (iv).
NOTE :
- Site Work, wherever applicable, shall be considered for evaluation.
- Transit insurance for Indigenous and Foreign BIDDERs, will not be loaded..
16.4 GENERAL
16.4.1 Taxes and duties will be cost loaded as quoted by the bidder. 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.
16.4.2 In case of pipes, if a foreign BIDDER has not quoted or not included stowage charges, the
same shall be loaded @ 10% of BIDDER’s quoted Ocean Freight.
17 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 :
Page 36 of 227
Document No.
INSTRUCTION TO BIDDERS (ITB) A133-01- ITB Rev. 0
CPCL – LSTK Page 14
17.2.2 PRICE REDUCTION SCHEDULE ( APPLICABLE AS 1/2% TOV ~ 7.5% TOV FOR
PACKAGES & CRITICAL ITEMS ONLY )
(i) 1/2% of TOV up to maximum of 7.5% of TOV No loading
(ii) 1/2% of TOV to x% of TOV (7.5-x)%
NOTE: TOV – Total Order Value (FOT Despatch Pt. Price); DOV – Delayed Order Value (FOT
Despatch Pt. Price).
Page 37 of 227
Document No.
INSTRUCTION TO BIDDERS (ITB) A133-01- ITB Rev. 0
CPCL – LSTK Page 15
17.6 DELIVERY
17.6.1 FOR IDENTIFIED CRITICAL EQUIPMENTS (TO BE IDENTIFIED BY THE PROJECT):
Delivery/Completion period longer than required in enquiry shall be liable for rejection..
17.6.2 FOR BALANCE ITEMS/EQUIPMENTS (OTHER THAN CRITICAL EQUIPMENTS) :
(i) FOR ENQUIRIES WITH DELIVERY/COMPLETION PERIOD UPTO 6 MONTHS
Delivery/Completion period longer than required in enquiry shall be loaded @ 1/2% per week up
to 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.
(ii) FOR ENQUIRIES WITH DELIVERY /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.
NOTE: In case under clause no. 2.1, indigenous bidder offers a deviation against the terms of
delivery basis, their bid shall be rejected.
*Wherever source of supply will get changed from indigenous to foreign or foreign to
indigenous, project will provide approval for the same.*
18 INVOICING INSTRUCTIONS
For imported goods, The Invoices shall be billed to CPCL a/c EIL. Consignee on the invoices and bill of
lading issued by the foreign supplier shall be in the name of CPCL, COKER BLOCK OF RESID
UPGRADATION PROJECT, MANALI REFINERY, CHENNAI. For Indigenous Goods, the invoices shall
be billed to EIL a/c CPCL. However, the consignee in the tax invoices shall be CPCL A/C EIL, COKER
BLOCK OF RESID UPGRADATION PROJECT, MANALI REFINERY, CHENNAI to avail input credit of
Excise duty by CPCL.
Page 38 of 227
Document No.
INSTRUCTION TO BIDDERS (ITB) A133-01- ITB Rev. 0
CPCL – LSTK Page 1
Annexure I
TERMS & CONDITIONS FOR INDIAN SOURCED COMPONENTS / SERVICES BY FOREIGN BIDDER
Foreign bidder may source components / sub-supplies and services from India, if allowed as per Material
Requisition. For such sub-supplies / services ,Commercial Terms & Conditions of the RFQ shall stand
modified to the following extent:
1. PRICING:
1.1 Unit and total price on FOT Despatch Point basis including packing and forwarding charges.
1.2 Details of Taxes and duties (rates) payable extra on the finished goods, applicable on Indian sub-
suppliers. Purchaser shall issue ‘C’ form for Concessional rate of Central sales tax.
1.3 Separate and clear break-up of charges for inland transportation excluding Entry Tax & Terminal
Tax. Entry Tax and Terminal Tax, if applicable, shall be reimbursed at actuals by EIL on
submission of documentary evidence.
1.4 Materials if ordered against the RFQ/Bidding Document are required to be dispatched on door
delivery basis through a reliable bank approved Road Transport Company.
1.5 Transit insurance of Indian sub supplies shall be borne and arranged by the EIL.
2. CURRENCY OF QUOTE:
The quoted price of sub-supplies / services shall be in Indian Rupees only.
3. AWARD OF ORDER:
Foreign Principal shall be the single point responsible Vendor and separate order on Foreign
supplier and Indian sub-supplier / sub-contractor is not acceptable. Single Purchase order shall be
issued on the Foreign principal clearly indicating the sub-supplier’s / sub-contractor’s name,
material and corresponding price in Indian Rupees.
4. DELIVERY:
The delivery period for sub-supplies shall be on FOT site basis within specified delivery period for
Foreign bidder as per Terms of RFQ/Bidding document.
6. PAYMENT TERMS:
6.1 Indian sub-supplies:
90% through E-Payment with taxes and duties will be paid against receipt of Indian sourced
goods/material at project site.
10% against receipt & Acceptance on delivery of main equipments by Foreign principal and
as well as Indian supplies at site as per Terms of bidding document.
Payment of Indian sub supplies/Services shall be released directly to Indian counterpart against
Invoices raised by Indian counterpart duly certified by Foreign principal.
6.2 Foreign principals: Payment terms of Foreign bidder shall be modified and 5% payment out of
payment against shipping documents through L/c shall be released after receipt on delivery of
main equipments by Foreign principal as well as Indian supplies at site as per Terms of bidding
document through wire transfer.
6.3 The payments shall be made after Adjustment of Price Reduction Schedule.
T&C FOR ED COMMITTEE APPL- LSTK-A133
Page 39 of 227
Document No.
INSTRUCTION TO BIDDERS (ITB) A133-01- ITB Rev. 0
CPCL – LSTK Page 2
Page 40 of 227
Terms and conditions for Reverse Auction
1 Owner / Purchaser reserves the right to go in for reverse auction among the
technically and commercially acceptable bidders. The decision to conduct reverse
auction or not, will be conveyed to short listed bidders prior to opening of price bid.
In view of this, the bidders must quote most competitive prices in the first instance
itself.
2 Once the decision to conduct Reverse Auction is conveyed to the bidders, it will be
mandatory for the bidders to participate in Reverse Auction, failing which, the
bidder shall be liable for punitive action including but not limited to rejection of
offer, encashment of bid security, wherever applicable, etc. For this purpose, even
log‐in to the system shall be construed as participation.
3 Schedule for Reverse Auction
The Reverse Auction shall be scheduled for a duration of two hours. If a bidder
places a Bid in the last 5 minutes of scheduled closing time of the Auction, the
Auction time shall get extended automatically for another 5 minutes from the time
of the last Bid placed. In case, there is no Bid in the last 5 minutes of closing of the
Auction, the Auction shall be closed automatically without any extension.
The above provision shall apply to the bids in extended time also.
4 Auction process
- Each Bidder shall be assigned a Unique User Name & Password. The Bidders are
requested to change the Password and edit the information in the Registration
Page after the receipt of initial Password. All bids using the Login ID given to
the bidder will be deemed to have been submitted by the bidders. During the
auction, bidders will be referred by proxy names as B1, B2, B3, etc. and identity
will not be disclosed.
- The Reverse Auction shall be conducted based on the lowest evaluated price
out of all the techno‐commercially acceptable bidders, based on the prices
submitted along with the bid, as the opening price. The Bidder shall be able to
bid lower than the opening price in multiples of the decrement, but a Bidder
must always bid lower than the Lowest Bid.
- Only one bidder shall be at a particular position / rank, which means only one
L1.
Page 1 of 4
Page 41 of 227
- The Bidder shall be able to view the following on his screen along with the
necessary fields:
i) Opening Price.
ii) Leading Bid in the Auction, i.e., the lowest bid.
iii) Bid placed by him.
At no point of time will any bidder see the names of other bidders, or the
prices of bidders other than the lowest bid.
- A bidder can continue to revise his bid till the auction ends. However, the
Bidder cannot quote / Bid equal to the Leading / Lowest Bid. He must always
quote lower than the Leading / Lowest Bid.
- The evaluation criteria is based on Price alone. The Bidder who quotes the
lowest evaluated Price is determined as the lowest bidder.
- However, if Reverse Auction does not lead to any bid, EIL shall reserve the right
to award the job based on the lowest prices quoted in sealed envelope.
- Apart from the participating bidders, the Reverse Auction shall be visible, while
in progress to authorized officials of Owner / Purchaser, who are monitoring
the process.
5 Bid Price
The price shall be based on the scope, technical specifications and commercial
terms & conditions and other part of Bidding document agreed upto the date of
reverse auction.
The Opening Price and the Bid Decrement shall be displayed on the auction site at
the start of the auction. However, the bidders shall be able to view the auction
details, generally, 15 to 30 minutes before the start of actual auction.
6 Bid Decrement
Shall be 0.1% of the Opening Price. The bidder to lower the bid in multiples of the
bid decrement.
7 Bidding Currency
Bidding will be conducted in Indian Rupees (INR).
Page 2 of 4
Page 42 of 227
8 Bid Validity
The Bid Price submitted in the reverse auction shall be firm and valid for
acceptance for a period of 15 days from the date of reverse auction and shall not be
subject to any change whatsoever.
9 Bids once placed, binding on the Bidder
The bid of the bidder will be taken to be an offer to sell. Bids once submitted by
the bidder cannot be cancelled. The bidder is bound to sell the material/services at
the price that they bid. Should any bidder back out and not accept the order as per
the rates quoted, Owner / Purchaser reserves the right to take action as considered
appropriate, including encashment of bid security and placement on Holiday /
Negative list etc.
10 Lowest bid of a Bidder
During the process of reverse auction, the bidder may submit several bids. In case
the bidder submits such multiple bids, the lowest bid will be considered as the
bidder’s final offer to sell.
11 Submission of final prices by successful bidder
Successful bidder shall be required to submit the final prices, quoted during the
Reverse Auction in an appropriate format within two days of the completion of
Auction to EIL, duly signed and stamped as token of acceptance without any new
condition. However, in case the reverse auction is for a package, within 2 working
days after completion of the online event of Reverse Auction, the successful bidder
would submit their cost break down as per the price format for the final price
arrived at after reverse auction.
12 General
- The bidders may quote from their own offices/ place of their choice. Internet
connectivity shall have to be ensured by each agency on its own. In extreme
case of failure of internet connectivity, (due to unforeseen circumstances other
than power failure), communication shall have to be sent by fax/E‐mail/ phone
immediately. Owner / Purchaser shall extend the bidding time, in such a case,
appropriately (generally by half an hour) but not more than once per bidder.
- The Bidder, himself or any of his representatives, shall not involve in Price
manipulation of any kind directly or indirectly by communicating with other
bidder.
Page 3 of 4
Page 43 of 227
- The Bidder shall not divulge either his Bids or any other exclusive details of
Owner / Purchaser to any other party.
- Bidders agree to non‐disclosure of trade information regarding the purchase,
identity of EIL, bid process, bid technology, bid documentation and bid details.
- Owner / Purchaser can decide to extend, reschedule or cancel any Auction. No
bidder can claim any kind of compensation on account of the same.
- Owner / Purchaser shall not have any liability to Bidders for any interruption or
delay in access to the site irrespective of the cause.
- Owner / Purchaser shall not be responsible for any direct / indirect /
consequential losses / damages, on account of systems problems, inability to
use the system, loss of electronic information etc.
- Owner / Purchaser shall be at liberty to cancel the reverse auction process /
tender at any time, before ordering, without assigning any reason.
- Owner / Purchaser’s decision on award of Contract shall be final and binding on
all the Bidders.
Page 4 of 4
Page 44 of 227
Instructions to Bidders for e-Tendering
Instructions for Online Bid Submission:
The bidders are required to submit soft copies of their bids electronically on the CPP Portal (URL:
http://eprocure.gov.in) only, using valid Digital Signature Certificates. The instructions given below are
meant to assist the bidders in registering on the CPP Portal, prepare their bids in accordance with the
requirements and submitting their bids online on the CPP Portal.
More detailed information useful for submitting online bids on the CPP Portal may be obtained at:
https://eprocure.gov.in/eprocure/app .
REGISTRATION
1) Bidders are required to enroll on the e-Procurement module of the Central Public
Procurement Portal (URL: https://eprocure.gov.in/eprocure/app) by clicking on the link “Click
here to Enroll” on the CPP Portal is free of charge.
2) As part of the enrolment process, the bidders will be required to choose a unique username
and assign a password for their accounts.
3) Bidders are advised to register their valid email address and mobile numbers as part of the
registration process and submit in EIL tender portal for updation of records
(http://tenders.eil.co.in) . These details would be used for any communication from the CPP
Portal.
4) Upon enrolment, the bidders will be required to register their valid Digital Signature
Certificate (DSC) (Class II or Class III Certificates with signing key usage) issued by any
Certifying Authority recognized by CCA India (e.g. Sify / TCS / nCode / eMudhra etc.), with
their profile.
5) Foreign Bidders have to refer “DSC details for foreign Bidders” for Digital signature
Certificates requirements which comes under Download Tab at
https://eprocure.gov.in/eprocure/app and the remaining part is same as above and below.
6) Only one valid DSC should be registered by a bidder. Please note that the bidders are
responsible to ensure that they do not lend their DSC’s to others which may lead to misuse.
7) Bidder then logs in to the site through the secured log-in by entering their user ID / password
and the password of the DSC / e-Token.
SEARCHING FOR TENDER DOCUMENTS
1) There are various search options built in the CPP Portal, to facilitate bidders to search active
tenders by several parameters. These parameters could include Tender ID, organization
name, location, date, value, etc. There is also an option of advanced search for tenders,
wherein the bidders may combine a number of search parameters such as organization
name, form of contract, location, date, other keywords etc. to search for a tender published
on the CPP Portal.
2) Once the bidders have selected the tenders they are interested in, the same can be moved
to the respective ‘My Tenders’ folder. This would enable the CPP Portal to intimate the
bidders through SMS / e-mail in case there is any corrigendum issued to the tender
document.
3) The bidder should make a note of the unique Tender ID assigned to each tender, in case
they want to obtain any clarification / help from the Helpdesk.
Page 1 of 3
Page 45 of 227
Instructions to Bidders for e-Tendering
PREPARATION OF BIDS
1) Bidder should take into account any corrigendum published on the tender document before
submitting their bids.
2) Please go through the tender advertisement and the tender document carefully to
understand the documents required to be submitted as part of the bid. Please note the
number of covers in which the bid documents have to be submitted, the number of
documents - including the names and content of each of the document that need to be
submitted. Any deviations from these may lead to rejection of the bid.
3) Bidder, in advance, should get ready the bid documents to be submitted as indicated in the
tender document and generally, they can be in PDF / XLS / RAR / DWF formats. Bid
documents may be scanned with 100 dpi with black and white option. However, Price
Schedule / SOR shall be strictly in RAR format without altering any contents of the
formats uploaded by EIL in their Bidding Document.
4) To avoid the time and effort required in uploading the same set of standard documents which
are required to be submitted as a part of every bid, a provision of uploading such standard
documents (e.g. PAN card copy, annual reports, auditor certificates etc.) has been provided
to the bidders. Bidders can use “My Space” area available to them to upload such
documents. These documents may be directly submitted from the “My Space” area while
submitting a bid, and need not be uploaded again and again. This will lead to a reduction in
the time required for bid submission process.
SUBMISSION OF BIDS
1) Bidder should log into the site well in advance for bid submission so that he/she upload the
bid in time i.e. on or before the bid submission time. Bidder will be responsible for any delay
due to other issues.
2) The bidder has to digitally sign and upload the required bid documents one by one as
indicated in the tender document.
3) Bidder has to select the payment option as “offline” to pay the tender fee / EMD as
applicable and enter details of the instrument.
4) Bidder should prepare the EMD as per the instructions specified in the tender document. The
original should be posted/couriered/given in person to the Tender Processing Section, with
in 7 calendar days of the date of Unpriced bid opening. The details of the DD/any other
accepted instrument, physically sent, should tally with the details available in the scanned
copy and the data entered during bid submission time. Otherwise the uploaded bid will be
rejected.
5) A Price Bid format has been provided with the tender document to be filled by all the bidders.
Bidders are requested to note that they should necessarily submit their financial bids in the
format provided and no other format is acceptable. Bidders are required to download the
Price Bid file, open it and complete the cells with their respective financial quotes and other
details (such as name of the bidder). No other cells should be changed. Once the details
have been completed, the bidder should save it and submit it online, without changing the
filename. If the Price Bid file is found to be modified by the bidder, the bid will be rejected.
6) The server time (which is displayed on the bidders’ dashboard) will be considered as the
standard time for referencing the deadlines for submission of the bids by the bidders,
opening of bids etc. The bidders should follow this time during bid submission.
Page 2 of 3
Page 46 of 227
Instructions to Bidders for e-Tendering
7) All the documents being submitted by the bidders would be encrypted using PKI encryption
techniques to ensure the secrecy of the data. The data entered cannot be viewed by
unauthorized persons until the time of bid opening. The confidentiality of the bids is
maintained using the secured Socket Layer 128 bit encryption technology. Data storage
encryption of sensitive fields is done.
8) The uploaded tender documents become readable only after the tender opening by the
authorized bid openers.
9) Upon the successful and timely submission of bids, the portal will give a successful bid
submission message & a bid summary will be displayed with the bid no. and the date & time
of submission of the bid with all other relevant details.
10) The bid summary has to be printed and kept as an acknowledgement of the submission of
the bid. This acknowledgement may be used as an entry pass for any bid opening meetings.
RETENDER
1) Please note that if Tender has been retendered, than it is mandatory for the bidder to
submit their offer again on CPP Portal.
ASSISTANCE TO BIDDERS
1) Any queries relating to the tender document and the terms and conditions contained therein
should be addressed to the Tender Inviting Authority for a tender or the relevant contact
person indicated in the tender.
2) Any queries relating to the process of online bid submission or queries relating to CPP Portal
in general may be directed to the 24x7 CPP Portal Helpdesk. The contact number for the
helpdesk is 1800 233 7315.
Page 3 of 3
Page 47 of 227
Instructions to Bidders for e-Tendering
Instructions for Online Bid Submission:
The bidders are required to submit soft copies of their bids electronically on the CPP Portal (URL:
http://eprocure.gov.in) only, using valid Digital Signature Certificates. The instructions given below are
meant to assist the bidders in registering on the CPP Portal, prepare their bids in accordance with the
requirements and submitting their bids online on the CPP Portal.
More detailed information useful for submitting online bids on the CPP Portal may be obtained at:
https://eprocure.gov.in/eprocure/app .
REGISTRATION
1) Bidders are required to enroll on the e-Procurement module of the Central Public
Procurement Portal (URL: https://eprocure.gov.in/eprocure/app) by clicking on the link “Click
here to Enroll” on the CPP Portal is free of charge.
2) As part of the enrolment process, the bidders will be required to choose a unique username
and assign a password for their accounts.
3) Bidders are advised to register their valid email address and mobile numbers as part of the
registration process and submit in EIL tender portal for updation of records
(http://tenders.eil.co.in) . These details would be used for any communication from the CPP
Portal.
4) Upon enrolment, the bidders will be required to register their valid Digital Signature
Certificate (DSC) (Class II or Class III Certificates with signing key usage) issued by any
Certifying Authority recognized by CCA India (e.g. Sify / TCS / nCode / eMudhra etc.), with
their profile.
5) Foreign Bidders have to refer “DSC details for foreign Bidders” for Digital signature
Certificates requirements which comes under Download Tab at
https://eprocure.gov.in/eprocure/app and the remaining part is same as above and below.
6) Only one valid DSC should be registered by a bidder. Please note that the bidders are
responsible to ensure that they do not lend their DSC’s to others which may lead to misuse.
7) Bidder then logs in to the site through the secured log-in by entering their user ID / password
and the password of the DSC / e-Token.
SEARCHING FOR TENDER DOCUMENTS
1) There are various search options built in the CPP Portal, to facilitate bidders to search active
tenders by several parameters. These parameters could include Tender ID, organization
name, location, date, value, etc. There is also an option of advanced search for tenders,
wherein the bidders may combine a number of search parameters such as organization
name, form of contract, location, date, other keywords etc. to search for a tender published
on the CPP Portal.
2) Once the bidders have selected the tenders they are interested in, the same can be moved
to the respective ‘My Tenders’ folder. This would enable the CPP Portal to intimate the
bidders through SMS / e-mail in case there is any corrigendum issued to the tender
document.
3) The bidder should make a note of the unique Tender ID assigned to each tender, in case
they want to obtain any clarification / help from the Helpdesk.
Page 1 of 3
Page 48 of 227
Instructions to Bidders for e-Tendering
PREPARATION OF BIDS
1) Bidder should take into account any corrigendum published on the tender document before
submitting their bids.
2) Please go through the tender advertisement and the tender document carefully to
understand the documents required to be submitted as part of the bid. Please note the
number of covers in which the bid documents have to be submitted, the number of
documents - including the names and content of each of the document that need to be
submitted. Any deviations from these may lead to rejection of the bid.
3) Bidder, in advance, should get ready the bid documents to be submitted as indicated in the
tender document and generally, they can be in PDF / XLS / RAR / DWF formats. Bid
documents may be scanned with 100 dpi with black and white option. However, Price
Schedule / SOR shall be strictly in RAR format without altering any contents of the
formats uploaded by EIL in their Bidding Document.
4) To avoid the time and effort required in uploading the same set of standard documents which
are required to be submitted as a part of every bid, a provision of uploading such standard
documents (e.g. PAN card copy, annual reports, auditor certificates etc.) has been provided
to the bidders. Bidders can use “My Space” area available to them to upload such
documents. These documents may be directly submitted from the “My Space” area while
submitting a bid, and need not be uploaded again and again. This will lead to a reduction in
the time required for bid submission process.
SUBMISSION OF BIDS
1) Bidder should log into the site well in advance for bid submission so that he/she upload the
bid in time i.e. on or before the bid submission time. Bidder will be responsible for any delay
due to other issues.
2) The bidder has to digitally sign and upload the required bid documents one by one as
indicated in the tender document.
3) Bidder has to select the payment option as “offline” to pay the tender fee / EMD as
applicable and enter details of the instrument.
4) Bidder should prepare the EMD as per the instructions specified in the tender document. The
original should be posted/couriered/given in person to the Tender Processing Section, with
in 7 calendar days of the date of Unpriced bid opening. The details of the DD/any other
accepted instrument, physically sent, should tally with the details available in the scanned
copy and the data entered during bid submission time. Otherwise the uploaded bid will be
rejected.
5) A Price Bid format has been provided with the tender document to be filled by all the bidders.
Bidders are requested to note that they should necessarily submit their financial bids in the
format provided and no other format is acceptable. Bidders are required to download the
Price Bid file, open it and complete the cells with their respective financial quotes and other
details (such as name of the bidder). No other cells should be changed. Once the details
have been completed, the bidder should save it and submit it online, without changing the
filename. If the Price Bid file is found to be modified by the bidder, the bid will be rejected.
6) The server time (which is displayed on the bidders’ dashboard) will be considered as the
standard time for referencing the deadlines for submission of the bids by the bidders,
opening of bids etc. The bidders should follow this time during bid submission.
Page 2 of 3
Page 49 of 227
Instructions to Bidders for e-Tendering
7) All the documents being submitted by the bidders would be encrypted using PKI encryption
techniques to ensure the secrecy of the data. The data entered cannot be viewed by
unauthorized persons until the time of bid opening. The confidentiality of the bids is
maintained using the secured Socket Layer 128 bit encryption technology. Data storage
encryption of sensitive fields is done.
8) The uploaded tender documents become readable only after the tender opening by the
authorized bid openers.
9) Upon the successful and timely submission of bids, the portal will give a successful bid
submission message & a bid summary will be displayed with the bid no. and the date & time
of submission of the bid with all other relevant details.
10) The bid summary has to be printed and kept as an acknowledgement of the submission of
the bid. This acknowledgement may be used as an entry pass for any bid opening meetings.
RETENDER
1) Please note that if Tender has been retendered, than it is mandatory for the bidder to
submit their offer again on CPP Portal.
ASSISTANCE TO BIDDERS
1) Any queries relating to the tender document and the terms and conditions contained therein
should be addressed to the Tender Inviting Authority for a tender or the relevant contact
person indicated in the tender.
2) Any queries relating to the process of online bid submission or queries relating to CPP Portal
in general may be directed to the 24x7 CPP Portal Helpdesk. The contact number for the
helpdesk is 1800 233 7315.
Page 3 of 3
Page 50 of 227
ENGINEERS INDIA LIMITED
A133-01-GPC (Ind.)-R0
Page 51 of 227 Page 1 of 7
PART – A: GENERAL PURCHASE CONDITIONS (INDIGENOUS)
“Contractual Delivery Date”: Contractual Delivery The terms and conditions of the Purchase Order shall
Date is the date on which goods shall be delivered constitute the entire Agreement between the parties
F.O.T dispatching point/destination in accordance with hereto. Changes will be binding only if the amendments
the terms of the Purchase Order. The contractual are made in writing and signed by an authorized
delivery date/period is inclusive of all the lead time for representative of the Purchaser.
engineering, procurement of raw materials,
manufacturing, inspection, testing packing and any 6. INSPECTION-CHECKING-TESTING:
other activities whatsoever required to be accomplished
for effecting the delivery at the agreed delivery point. The equipment, materials and workmanship covered by
the Purchase Order are subject to inspection and
“Procurement co-coordinators /Managers”: testing at any time prior to shipment and/or despatch
Purchaser’s authorized representative appointed as and to final inspection within a reasonable time after
procurement co-ordinators/ manager. arrival at the place of delivery. Inspectors shall have the
right to carry out the inspection and testing which will
“INSPECTORS”: Inspectors Inspectors deputed / include the raw materials at manufacturer’s shop, at
authorized by Purchaser including Third Party fabricator’s shop and at the time of actual despatch
Inspection Agency. before and after completion of packing.
CLIENT: client means Chennai Petroleum Corporation All tests, mechanical and others as specified in the
Limited. Purchase Requisition and particularly those required by
codes will be performed at Seller’s expenses and in
PROJECT: Resid Upgradation Project- Coker Block accordance with Inspector’s instructions. The Seller will
at Manali Refinery of Chennai Petroleum Corporation also bear the expenses concerning preparation and
Limited. rendering of tests required by Boiler Inspectorate or
such other statutory testing agencies or by Lloyds
PROJECT MANAGEMENT CONSULTANT” or Register of Shipping and Industrial Services as may be
“PMC” or “CONSULTANT” shall mean any person(s) required.
nominated by the OWNER as the Project
Management Consultant for the Project. The words The salaries and fees of Inspectors and their travelling,
“PROJECT MANAGEMENT CONSULTANT”, “PMC”& lodging and boarding expenses will not be borne by the
“CONSULTANT” are synonymous. M/s Jacobs Seller unless inspection becomes anfractuous due to
Engineering India Private Limited is the PMC for this any omission or commission on the part of the Seller.
Project. Before shipping or despatch, the equipment and/or
materials will have to be checked and stamped by
2. REFERENCE FOR DOCUMENTATION: Inspectors who are authorized also to forbid the use
A133-01-GPC (Ind.)-R0
Page 52 of 227 Page 2 of 7
and despatch of any equipment and/or materials which Inspectors to maintain Schedule and delay, if any, in
during tests and inspection fail to comply with the this process will not be taken into consideration as a
specification, codes and testing requirements. cause of Force Majeure.
- Inform Procurement Coordinator/Managers at The first filling of oils and lubricants, if any, required for
least eight days in advance of the exact place, every equipment shall be supplied inline with MR. The
date and time of rendering the equipment or Seller shall also recommend the quality / quantity of oils
materials for required inspection. and lubricants required for one-year continuous
operation.
- Provide free access as required to Inspectors
during normal and / or extended working hours 9. SPARE PARTS:
to Seller’s or his/its sub-Supplier’s works and
place at their disposal all useful means of The Seller must furnish item wise and priced list of
performing, checking, marking, testing, spare parts required for two years normal operation and
inspection and final stamping. maintenance of the equipment and prime movers also.
Even if the Inspections and tests are fully carried out, The Seller shall provide the necessary cross - sectional
Seller would not be absolved to any degree from his drawing to identify the spare parts numbers and their
responsibilities to ensure that all equipment and location as well as an inter-changeability chart.
material supplied comply strictly with requirements as
per agreement both during manufacturing, at the time of 10. TRANSIT RISK INSURANCE:
delivery, inspection, on arrival at site and after its
erection or start-up and guarantee period as stipulated The Purchaser against its/ Client’s Open General Policy
in Clause 23 herein. (The name of the Insurance Co. will be conveyed
subsequently) shall cover transit Risk Insurance. The
The Seller’s responsibility will not be lessened to any Seller shall advise the dispatch particulars to the
degree due to any comments made by Procurement Insurance Company under advice to the Procurement
Coordinators/Managers and Inspectors on the Seller’s Coordinators / Managers before shipment.
drawings or specifications or by inspectors witnessing
any chemical or physical tests. In any case, the 11. RESPECT FOR DELIVERY DATES:
equipment must be in strict accordance with the
Purchase Order and/or its attachments failing which the Time of delivery as mentioned in the Purchase Order
Purchaser shall have the right to reject the goods and shall be the essence of the agreement and no variation
hold the Seller liable for non-performance of contract. shall be permitted except with prior authorization in
writing from the Purchaser. Goods should be delivered
7. OFFICIAL INSTITUTIONAL TESTING: securely packed and in good order and condition at the
place and within the time specified in the Purchase
In addition to testing and inspection by Inspectors Order for their delivery. The Purchaser reserves the
mentioned above, Lloyds register Industrial services or right to defer the period of delivery in writing.
similar institutional agencies like Boiler-Inspectorate
may be assigned for official testing of all coded 12. DELAYED DELIVERY:
equipment. The Seller shall ensure that all Procedures
for preparation and Performance of test prescribed by The time and date of delivery of materials / equipment
such institution shall be complied scrupulously. as stipulated in the Order shall be deemed to be the
essence of the contract. In case of delay in execution
The Seller is required to send to such institutions as of the order beyond the date of delivery stipulated in the
may be designed by the Purchaser at least three sets of order or any extensions sanctioned, the Purchaser may
fabricated / manufactured drawings for each equipment at his option either:
and calculations. All manufacturer’s mill test certificates
and analytical reports from material laboratories in (i) Accept delayed delivery at prices reduced by as per
respect of all raw material and components employed Price Reduction Schedule Clause of RFQ.
shall have to be presented to such Institution’s
Inspectors in the number of copies required. Seller (ii) Cancel the order in part or full and purchase such
shall be responsible for any delay in submission of cancelled quantities from elsewhere on account and at
necessary certificates. The Seller shall maintain close risk and cost of the Seller, without prejudice to its right
liaison with Procurement Co-ordinators and Institution’s under (i) above in respect to goods delivered.
A133-01-GPC (Ind.)-R0
Page 53 of 227 Page 3 of 7
13. DELAYS DUE TO FORCE MAJEURE: The transfer of property shall be deemed to have taken
place as follows subject to the provisions herein
In the event of causes of Force Majeure occurring within contained:
the agreed delivery terms, the delivery dates can be
15.1 F.O.T. despatch point: On handing over the
extended by the Purchaser on receipt of application
equipment to the carrier against receipt and
from the Seller without imposition of penalty. Only
such receipt having been passed over to the
those causes which depend on natural calamities, wars
Purchaser.
and national strikes which have duration of more than
seven consecutive calendar days and Government Acts 15.2 Equipment sent freight/ carriage paid to the
and other direct legislative enforcement are considered
Refinery site: On receipt of goods at site.
the causes of Force Majeure.
15.3 Equipment erected by the Seller; on
The Seller must advise the Purchaser by a registered acceptance at job site.
letter duly certified by a local Chamber of Commerce or
15.4 Equipment commissioned by the Seller: On
statutory authorities, the beginning and the end of such
taking over by the Purchaser for regular
causes of delay immediately, but in no case later than
operation after test run at maximum capacity
10 days from the beginning and end of each cause of
for specified period satisfactorily performed.
such Force Majeure condition defined above.
16. PRICE:
The extension of time for completion of the work or any
part of the work or any operation(s) involved therein Unless otherwise agreed to in the terms of the
shall be the sole remedy of the Seller for any cause or Purchase Order, the price shall be:
event of delay and the Seller shall not be entitled in
addition to or in lieu of such extension to claim any a) Firm and not subject to escalation for any reasons
damages or compensation for extended stay or whatsoever till the execution of entire order even though
otherwise whether under the law governing contracts or it might be necessary for the order execution to take
quasi-Seller or any other relationship, and the Seller longer than the delivery period specified in the order.
hereby waives and disclaims any and all contrary rights.
b) Inclusive of adequate road worthy packing and
14. REJECTION, REMOVAL OF REJECTED forwarding charges upto effecting delivery at F.O.T.
GOODS AND REPLACEMENT: despatch point in all cases whenever F.O.T destination
delivery terms are agreed to but exclusive of transit
In case the testing and inspection at any stage by insurance.
Inspectors reveal that the equipment, material and
workmanship do not comply with the specification and c) Exclusive of Central/State Sales Tax, Excise Duty
requirements, the Seller at his/its own expense and risk and or such imposts which are leviable by law on sales
shall remove the same within the time allowed by the of finished goods to Purchaser and/or Octroi duty, if
Purchaser. The Purchaser shall be at liberty to dispose any, leviable at destination/ project site. The nature and
of such rejected goods in such a manner, as he may extent of such levies shall be shown separately.
think appropriate. In the event the Seller fails to remove
the rejected goods within the period as aforesaid, all 17. TERMS OF PAYMENT:
expenses incurred by the Purchaser for such disposal
shall be to the account of the Seller. The freight paid by Payment terms shall be as specified in the Inquiry /
the Purchaser, if any, on the inward journey of the Purchase Order.
rejected materials shall be reimbursed by the Seller to
the Purchaser before the rejected materials are Seller shall claim their invoice excluding Excise Duty.
removed by the Seller. The Excise Duty shall be released separately on receipt
of documents including Transporters copy of Invoice,
The Seller shall have to proceed with the replacement valid for availing CENVAT. In the event CPCL is not
of that equipment or part of the equipment at able to claim CENVAT, the amount of Excise Duty to
Purchaser’s stores / site, if so required by the that extent shall be recovered from the Seller.
Purchaser, without claiming any extra payment. The
time taken for replacement in such event will not be Seller shall ensure submission of proper documents for
added to the contractual delivery period. availing CENVAT/ VAT benefits of Service Tax/ VAT. In
case the documents are not found to be in order,
15. TRANSFER OF PROPERTY FROM THE amount of Service Tax/ VAT will be recovered from the
SELLER TO THE PURCHASER. Seller.
A133-01-GPC (Ind.)-R0
Page 54 of 227 Page 4 of 7
The Seller shall furnish to the Purchaser bank owned by the Seller.
guarantee / Cash Security. Bank Guarantee shall be
from a Scheduled/ Nationalized Bank in a form Upon receipt of the cancellation notice the Seller shall
approved by the Purchaser for an amount of 10% of the discontinue all work on the Purchase Order and matters
contract value as security for the due performance of all connected with it.
the Seller’s liability in terms of and/or in connection with
the contract. This security will be released after the The Purchaser in that event will be entitled to procure
expiry of the period of performance guarantee. the requirement in the open market and recover the
excess payment over the Vender’s agreed price, if any,
The financial settlement of Seller’s Invoice is liable to be from the Seller, reserving to itself the right to forfeit the
withheld in the event the Seller has not complied with security deposit, if any, made by the Seller against the
submission of drawing, data and such documentation contract. The Seller is aware that the said goods are
as called for in Purchase Order and/or as required required by the Purchaser for the ultimate purpose of
otherwise. material production and that non delivery may cause
loss of production and consequently loss or profit to the
18. RECOVERY OF SUMS DUE: Purchaser. In this event of the Purchaser exercising the
option to claim damages for non-delivery other than by
Whenever any claim against the Seller for payment of way of difference between the market price and the
sum of money arises out of or under the contract, the contract price, the Seller shall pay to the Purchaser, the
Purchaser shall be entitled to recover such sums from fair compensation to be agreed upon between the
any sum then due or which at any time thereafter may Purchaser and the Seller.
become due from the Seller under this or any other
contract with the Purchaser including right to encash the The provision of this clause shall not prejudice the right
PBG. In the event of encashment of PBG, the same of the Purchaser from invoking the provisions of clause
shall be re-stored to its original amount by the Seller “Delayed Delivery” as aforesaid.
and should this sum be not sufficient to cover the
recoverable amount, the Seller shall pay to the 21. PATENTS AND ROYALTIES:
Purchaser on demand the balance remaining due.
On acceptance of this order, the Seller will be deemed
19. CHANGES to have entirely indemnified the Purchaser and
Procurement Coordinators/Managers from any legal
The Purchaser has the option at any time to make action or claims regarding compensation for breach of
changes in quantities ordered or in specifications and patent rights which the Seller deems necessary to apply
drawings. If such changes cause an increase or for manufacturing the ordered equipment and/or
decrease in the price or in the time required for supply, materials or which can in any way be connected in the
an equitable, adjustment under this provision must be manufacture.
finalized within 10 days from the date when the change
is ordered. 22. CONTROL REGUALTIONS:
iii) The Seller becomes bankrupt or goes into The Seller shall guarantee that any and all materials
liquidation. used in execution of the Purchase Order shall be in
strict compliance with characteristics, requirements and
iv) The Seller makes a general assignment for specifications agreed upon and that the same shall be
the benefit of creditors. free from any defects. Checking of the Seller’s drawings
by Procurement Co-coordinators/ Managers and their
v) A receiver is appointed for any of the property approval and permission to ship or despatch the
A133-01-GPC (Ind.)-R0
Page 55 of 227 Page 5 of 7
equipment and materials guaranteed by Inspectors 27. SELLER’S DRAWING AND DATA
shall not relieve the Seller from any part of his/its REQUIREMENT:
responsibilities of proper fulfillment of the requirement.
The Seller will guarantee that all materials and The Seller shall submit drawings, data and
equipment shall be repaired or replaced as the case documentation in accordance with but not limited to
may be, at his own expense in case the same have what is specified in the requisition and/or in the Seller
been found to be defective in respect of materials, drawings and data form attached to the Purchase
workmanship or smooth and rated operation within Requisition and as called for in Clause 8, viz. Expediting
Guarantee Period as stipulated in the RFQ document. above. Types, quantities and time limits of submitting
this must be respected in its entirety failing which the
The guarantee period for the replaced parts shall be 18 Purchase Order shall not be deemed to have been
months starting from the date on which the executed for all purposes including settlement of
replacements are put in service or period as specified payment since the said submission is an integral part of
above in case of critical items, whichever is later. Purchase Order execution.
Acceptance by the Purchaser or Inspectors of any
equipment and materials or their replacement will not 28. TECHNICAL INFORMATION:
relieve the Seller of his/its responsibility concerning the
above guarantee. Drawings, specifications and details shall be the
property of the Purchaser and shall be returned by the
The Seller shall furnish a Bank Guarantee for 10% of Seller on demand. The Seller shall not make use of
total of total order value (as per proforma hereunder) to drawings and specifications for any purpose at any time
support Seller’s performance. This bank guarantee save and except for the purpose of the Purchaser.
shall remain in force for the entire period covered in
Performance Guarantee plus three months. The Seller shall not disclose the technical information
furnished to or gained by the Seller under or by virtue of
24. NON-WAIVER: or as a result of the implementation of the Purchase
Order to any person, firm or body or Corporate authority
Failure of the Purchaser / Procurement Coordinators/ and shall make all endeavours to ensure that the
Managers to insist upon any of the terms or conditions technical information is kept CONFIDENTIAL. The
incorporated in the Purchase Order or failure or delay to technical information imparted and supplied to the
exercise any rights or remedies herein or by law or Seller by the Purchaser shall at all times remain the
failure to properly notify Seller in the event of breach, or absolute property of the Purchaser.
the acceptance of or payment of any goods hereunder
or approval of design shall not release the Seller and 29. PROGRESS CHART AND EXPEDITING:
shall not be deemed a waiver of any right of the
Purchaser / Procurement Coordinators/Managers to The Seller shall submit to EIL within four (4) weeks from
insist upon the strict performance thereof or any of his the date of Fax Of Acceptance a BAR CHART showing
or their rights or remedies as to any such goods start and finish dates for various activities forming part
regardless of when goods are shipped received or of the execution of the order and identifying the delivery
accepted nor shall any purported oral modification or dates to this activity schedule. Seller shall update this
revisions of the order by Purchaser/ Procurement bar chart every fortnight showing the actual
Coordinators/Managers act as waiver of the terms performance of the activities and if and how the delivery
hereof. date has been affected thereby. Copies of the updated
bar chart will also be submitted for review of the
25. NON ASSIGNMENT: progress of the order.
The Seller without obtaining prior written consent of the Procurement Coordinator/Managers have been
Purchaser shall not assign the Purchase Order to any assigned to expedite both manufacture and shipment of
other agency. equipment and materials covered by the Purchase
Order. The Procurement Co-coordinator/ Managers
26. PART ORDER/ REPEAT ORDER shall have free access to Seller’s shop and/or sub-
Supplier’s shop at any time and they shall be provided
Seller hereby agrees to accept part order at Purchasers all the necessary assistance and information to help
option without any limitation whatsoever and also them perform their job.
accept repeat order(s) during a period of 6 months from
the date of original purchase order on same unit prices, In order to facilitate over-all execution of the order within
terms and conditions. the contractual delivery date, Seller shall furnish to
Procurement Coordinator / Manager within 4 weeks of
A133-01-GPC (Ind.)-R0
Page 56 of 227 Page 6 of 7
receipt of Purchase Order in required number of copies c) The Seller shall give a firm and binding list of
of documents / detailed drawings such as but not Purchasers issue of materials which shall be duly
limited to schedule/PERT chart, unpriced copies of sub reviewed & approved by EIL and the desired schedule
orders/sub contracts, phased program of itemize of its delivery to shop floor strictly in accordance with
manufacturing, testing and delivery and any other the sequence of fabrication vis-a-vis the contractual
information/documentation as may be called for by the delivery period.
Procurement Coordinators/Managers. All post order
correspondence shall be addressed to the DGM d) Unused materials or scrap from material supplied by
(Inspection), with a copy to the Project Manager, the Purchaser to the Seller shall be returned by the
Engineers India Ltd., New Delhi. Seller to the Purchaser or if the Purchaser so directs the
Seller may dispose of the same by sale or otherwise on
30. SERVICES OF SELLER’S PERSONNEL: such terms and conditions as the Purchaser may
stipulate and the Seller shall pay to the Purchaser the
Upon three week advance notice, the Seller shall sale proceeds of the material so disposed off by sale
depute the necessary personnel along with required deducting there from expenses incurred by the Seller on
Tools & Tackles to site for supervision of erection and such sale, the quantum of such deduction to be
start up of the equipment and train a few of the IOCL/ mutually agreed upon in advance between the
EIL’s personnel for the operation and maintenance of Purchaser and the Seller.
the equipment, if required by the Purchaser. The terms
and conditions for the services of the Seller shall be 33. HEADINGS:
mutually settled.
The headings of the conditions hereof shall not affect
31. SELLER’S LIABILITIES construction thereof.
A133-01-GPC (Ind.)-R0
Page 57 of 227 Page 7 of 7
Page 58 of 227
Page 59 of 227
Page 60 of 227
Page 61 of 227
Page 62 of 227
Page 63 of 227
Page 64 of 227
PROFORMA OF BANK GUARANTEE
(PERFORMANCE)
(On non-judicial stamp paper of appropriate value)
(For Indigenous Suppliers)
To
Engineers India Limited
Engineers India Bhawan
1 Bhikaiji Cama Place
R.K. Puram
New Delhi – 110 066
Kind Att.: Head (LSTK-Finance)
RFQ NO.: _______________________
Dear Sirs,
In consideration of the Engineers India Limited, 1 Bhikaiji Cama Place, R.K. Puram, New Delhi-110066 (hereinafter
called – “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 inter-alia, of the Purchaser’s Letter No. ______________________ dated
__________ hereinafter referred to as the “Contract” and the general purchase conditions of the purchaser and upon
the condition of Supplier’s furnishing security for the Performance of the Supplier’s obligations and/or discharge of the
Supplier’s liabilities under and/or in connection with the said supply contract for a sum of Rs.
_______________________ only amounting to 10% (ten percent) of the total contract value.
1. This Guarantee/Undertaking shall be a continuing Guarantee/Undertaking and shall remain valid and
irrevocable for all claims of the Purchaser and liabilities of the Supplier arising upto and until ___________
plus claim period of 3 months.
2. This Guarantee/Undertaking shall be in addition to any other guarantee or security whatsoever that the
Purchaser may now or at any time have in relation to the Supplier’s obligations liabilities under and/or in
connection with the said supply contract and the Purchaser shall have full authority to take recourse to or
reinforce this security in preference to the other security(ies) at its sole discretion, and no failure on the part
of the Purchaser in enforcing or requiring enforcement of any other security shall have the effect of releasing
the Bank from its full liability hereunder.
3. The Purchaser shall be at liberty without reference to the Bank and without affecting the full liability of the
Bank hereunder to take an other security in respect of the Supplier’s obligation and/or liabilities under or in
connection with the said supply contract and to vary the terms vis-à-vis the Supplier of the said supply
contract or to grant time and/or indulgence to the Supplier or to reduce or to increase or otherwise vary the
prices of the total contract value or to release or to forebear from enforcement of all or any of the obligations
of the Supplier under the said supply contract and/or the remedies of the Purchaser under any other
Guarantee(s) or Security(ies) now or hereafter held by the Purchaser and no such dealing(s), variation(s),
reduction(s) or other indulgence(s) or arrangement(s) with the Supplier or release or forbearance whatsoever
shall have the effect of releasing the Bank from its full liability to the Purchaser hereunder or of prejudicing
rights of the Purchaser against the Bank.
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.
Page 65 of 227
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 disputes having been raised by the Supplier (whether or not pending before any Arbitrator, Officer,
Tribunal or Court) or any denial of liability by the Supplier or any other order for Communication whatsoever
by the Supplier stopping or preventing or purporting to stop or prevent any payment by the Bank to the
Purchaser in terms hereof.
(a) The Bank’s liability under this Guarantee/Undertaking shall not exceed Rs._____________ (In
figures) ______________________ (In words) ____________________________ only).
(b) This Guarantee/Undertaking shall remain in force upto _____________ and any extension(s)
thereof, if any; and
(c) The Bank shall be released and discharged from all liability under this Guarantee/Undertaking
unless a written claim or demand is issued to the Bank on or before _____________ plus 3 months
period or the date of expiry of any extension(s) thereof if this guarantee/undertaking has been
extended.
7. The Bank doth hereby declares that Shri ______________________ (name & designation of the person
authorized to sign on behalf of the Bank) is authorized to sign this Guarantee/Undertaking on behalf of the
Bank and to bind the Bank thereby.
Yours faithfully,
(Signature)
NOTE
1. This Guarantee is required to be stamped as an agreement according to the Stamp Duty Act.
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, e-mail address and
address of the Controlling/Regional Office of issuing bank for verification of authenticity of Bank Guarantee.
4. This Guarantee is required to be sent by Seller’s Bankers directly to the Head (LSTK-Finance), Engineers
rd
India Limited, EI Bhawan, 3 Floor, 1, Bhikaiji Cama Place, New Delhi-110066.
Page 66 of 227
PROFORMA OF BANK GUARANTEE
ADVANCE (INDIGENOUS)
(On non-judicial stamp paper of appropriate value)
To
Engineers India Limited
1 Bhikaiji Cama Place
New Delhi – 110 066
Attn.: Head (LSTK-Finance)
Project ______________________
RFQ No. _____________________
Dear Sirs,
Engineers India Limited, 1, Bhikaiji Cama Place, New Delhi-110066 (hereinafter called – “the Purchaser” which
expression shall include its successors and assigns) has awarded M/s ____________________________________
(hereinafter called “The Supplier” which expression shall include its successors and assigns) the work of designing,
manufacturing, fabricating and supply of ______________________ in terms of a contract as constituted by Purchase
Order No. ____________________ dated _________________ issued by the Purchaser to the Supplier (hereinafter
called “The Contract” which expression include all the amendments and/or modifications of the Purchase Oder).
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:
(i) The Purchaser shall have the fullest liberty without reference to the Bank and without affecting in any way the
liability of the Bank under this Guarantee/Undertaking, at any time and/or from time to time to anywise vary
the Contract and/or any of terms and conditions thereof or of or relative to the advance and to extend time for
the performance of the Contract and/or repayment of the advance or to postpone for any time or from time to
time the obligations of the 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 or all
the matters aforesaid or by reason of time being given to the Supplier or any forbearance, waiver, act or
omission on the part of the Purchaser or any indulgence by the Purchaser to the Supplier or any other act,
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/undertaking shall be enforceable against the Bank as principal debtor
notwithstanding the existence of any 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 against the Bank be outstanding or unrealized.
(iii) As between the Bank and the Purchaser for the purpose of this guarantee/undertaking the amount claimed
by the Purchaser from the Bank with reference to this guarantee/ undertaking shall be final and binding upon
the bank as to the amount payable by the Bank to the Purchaser hereunder.
Page 67 of 227
(iv) The liability of the Bank to the Purchaser under this guarantee/undertaking shall remain in full force and
effect notwithstanding the existence of any difference or dispute between the Supplier and the Purchaser,
the Supplier and 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 instructions of the Supplier or any other person(s) to the Bank not to pay or for any
cause withhold or defer payment to the Purchaser under these presents with the intent that notwithstanding
the existence of such difference, dispute or instruction, the Bank shall be and remain liable to make payment
to the Purchaser.
(v) This guarantee/undertaking shall not be affected by any change in the constitution of the Bank or that of the
Supplier or the Purchaser, or any irregularity in the exercise of borrowing powers by or on behalf of the
Supplier.
(vi) This guarantee/undertaking shall be valid for all claims/demands made by the Purchaser to or upon us upto
____________________ provided always that if for any reasons, the Supplier is unable to complete supplies
under the Contract, the Bank shall at the request of the Purchaser and without recourse to the Supplier
extend the validity of this guarantee/undertaking for a further period of six months. For the purpose of this
clause, the Purchaser’s statement that the Supplier is unable to complete supplies under the contract shall
be conclusive and final binding on us.
(a) The Bank’s liability under this Guarantee/Undertaking shall not exceed Rs. _______ (Rupees
__________________________________only).
(b) This Guarantee/Undertaking shall remain in force upto ______________ and any extension(s)
thereof; and
(c) The Bank shall be released and discharged from all liability under this Guarantee/ Undertaking
unless a written claim or demand is issued to the Bank on or before ________ plus 3 months claim
period, or the date of expiry of any extension(s) thereof if this guarantee/undertaking has been
extended.
(viii) The Bank DOTH HEREBY declare that Mr. ______________ (name of the person signing on behalf of the
Bank) who is _____________ (his designation), is authorized to sign this guarantee/undertaking on behalf of
the Bank and to bind the Bank thereby.
Dated this ________________________ day of ______________
Yours faithfully,
For _____________________________________________
Signature ________________________________________
NOTE
1. This Guarantee is required to be stamped as an agreement according to the Stamp Duty Act.
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, e-mail address and
address of the Controlling/Regional Office of issuing bank for verification of authenticity of Bank Guarantee.
4. This Guarantee is required to be sent by Seller’s Bankers directly to the Head (LSTK-Finance), Engineers
rd
India Limited, EI Bhawan, 3 Floor, 1, Bhikaiji Cama Place, New Delhi-110066.
Page 68 of 227
ENGINEERS INDIA LIMITED
INDEX
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 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: Coker Block of Resid Upgradation Project at Manali Refinery of Chennai Petroleum Corporation Limited.
PMC: PROJECT MANAGEMENT CONSULTANT” or “PMC” or “CONSULTANT” shall mean any person(s) nominated
by the OWNER as the Project Management Consultant for the Project. The words “PROJECT MANAGEMENT
CONSULTANT”, “PMC”& “CONSULTANT” are synonymous. M/s Jacobs Engineering India Private Limited is the PMC for
this Project.
Purchase Order / Purchase Requisition number” must appear on correspondence, drawings, invoices, shipping notes,
packing and on any document or paper connected with the Order.
4. CONFIRMATION OF ORDER:
The Seller shall acknowledge the Fax / Letter of Acceptance (FOA/LOA) / Purchase Order within seven days following
the date of FOA / Purchase Order and shall there by confirm acceptance of FOA(LOA) / Purchase Order without any
exception. This acknowledgment will be on FOA (LOA)/ Purchase Order and General Purchase Conditions. Seller shall
also submit along with order acceptance a Contract cum Bank Guarantee as per Clause 22 hereunder.
5. SALES CONDITIONS:
With Seller’s 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 manufacturer’s shop, at
fabricator’s 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 Seller’s
expenses and in accordance with Inspector’s 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.
A133-02-GPC (Imp.)-R0
Page 70 of 227 Page 2 of 6
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.
- 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 Seller’s or his/its sub-Seller’s 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.
7.5 The Seller’s responsibility will not be lessened to any degree due to any comments made by Purchaser/Purchaser’s
representative and Inspectors on the Seller’s 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/Purchaser’s representatives shall expedite both manufacture and shipment of equipment and materials
covered by the Purchase Order. The Purchaser/Purchaser’s representatives shall have free access to Seller’s shop
and/or sub-Seller’s shop at any time and they shall be provided all the necessary assistance and information to help
them perform their job.
The first filling of oils and lubricants, if any, required for every equipment shall be supplied inline with MR. The Seller shall
also recommend the quality and quantity of oils and lubricants required for one year’s continuous operation.
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.
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.
The time and date of delivery of materials/ equipment as stipulated in the Purchase Order shall be deemed to be the
essence of the agreement. For any delay in delivery of equipment / materials or part thereof beyond the delivery date
stipulated, the Seller shall be liable to pay compensation as stipulated in the RFQ document.
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 Purchaser’s 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.
A133-02-GPC (Imp.)-R0
Page 71 of 227 Page 3 of 6
on natural calamities, wars and national strikes which have duration of more than seven consecutive calendar days and
Government Acts and other direct legislative enforcement are considered the causes of Force Majeure. 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.
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 .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.
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 India’s
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 within 45 days of receipt of acknowledgement of FOA/ PO
alongwith submission of required performance bank guarantee within 30 days of FOA/PO.
Seller hereby agrees to accept part order at Purchaser’s 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.
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 Purchaser’s 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:
A133-02-GPC (Imp.)-R0
Page 72 of 227 Page 4 of 6
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.
iv) The Seller makes a general assignment for the benefit of creditors.
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 Seller’s agreed price, if any, from the Seller reserving to itself the right to forfeit the security deposit (including PBG),
if any.
On acceptance of the order, the Seller will be deemed to have entirely indemnified the Purchaser/Purchaser’s
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.
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 Seller’s drawings by the Purchaser/Purchaser’s 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.
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 Guarantee Period as stipulated in the RFQ document.
The guarantee period for the part that may be altered, repaired or replaced shall be 18 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 Seller’s 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 Seller’s Performance shall be made good by the Seller within one week
thereof.
23. NON-WAIVER:
Failure of the Purchaser/Purchaser’s 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 / Purchaser’s 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/Purchaser’s representative act as waiver of the terms hereof.
The Seller without obtaining prior written consent of the Purchaser shall not assign the Purchase Order to any other
agency.
A133-02-GPC (Imp.)-R0
Page 73 of 227 Page 5 of 6
25. SELLER’S 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 Seller’s 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 (Projects), Coker Block of Resid
Upgradation Project of CPCL , 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.
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.
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 Purchaser’s personnel for the operation and maintenance of the
equipment, if required by the Purchaser. The terms and conditions for the services of the Seller’s personnel shall be as
per Purchaser’s enquiry document / Purchase Order.
28. HEADINGS:
The headings of the conditions hereof shall not affect construction thereof.
29. ARBITRATION:
Any dispute or difference between the parties hereof arising out of any notified claim of the SELLER included in his final bill
and /or arising out of any amount claimed by the OWNER (whether or not the amount claimed by the OWNER or any part
thereof shall have been deducted from the Final bill of the supplier or any amount paid by the OWNER to the SELLER in
respect of the work) shall be referred to arbitration in accordance with the UNCITRAL Rules as adopted in India by the
Arbitration & Conciliation Act, 1996.
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.
“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. 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.
A133-02-GPC (Imp.)-R0
Page 74 of 227 Page 6 of 6
Page 75 of 227
Page 76 of 227
Page 77 of 227
Page 78 of 227
Page 79 of 227
Page 80 of 227
Page 81 of 227
Page 82 of 227
Page 83 of 227
Page 84 of 227
Page 85 of 227
PROFORMA OF BANK GUARANTEE
(PERFORMANCE)
(For Foreign Suppliers)
To
Engineers India Limited
Engineers India Bhawan
1 Bhikaiji Cama Place
R.K. Puram
New Delhi – 110 066
Dear Sirs,
In consideration of the Engineers India Limited, 1 Bhikaiji Cama Place, R.K. Puram, New Delhi-110066 (hereinafter called – “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 inter-alia, of the Purchaser’s Letter No.
______________________ dated __________ hereinafter referred to as the “Contract” and the general purchase conditions of
the purchaser and upon the condition of Supplier’s furnishing security for the Performance of the Supplier’s obligations and/or
discharge of the Supplier’s liabilities under and/or in connection with the said supply contract for a sum of (Currency)
________________________ only amounting to 10% (ten percent) of the total contract value.
1. This Guarantee/Undertaking shall be a continuing Guarantee/Undertaking and shall remain valid and irrevocable for all
claims of the Purchaser and liabilities of the Supplier arising upto and until ___________ plus claim period of 3 months.
2. This Guarantee/Undertaking shall be in addition to any other guarantee or security whatsoever that the Purchaser may
now or at any time have in relation to the Supplier’s obligations liabilities under and/or in connection with the said supply
contract and the Purchaser shall have full authority to take recourse to or reinforce this security in preference to the other
security(ies) at its sole discretion, and no failure on the part of the Purchaser in enforcing or requiring enforcement of any
other security shall have the effect of releasing the Bank from its full liability hereunder.
3. The Purchaser shall be at liberty without reference to the Bank and without affecting the full liability of the Bank
hereunder to take an other security in respect of the Supplier’s obligation and/or liabilities under or in connection with the
said supply contract and to vary the terms vis-à-vis the Supplier of the said supply contract or to grant time and/or
indulgence to the Supplier or to reduce or to increase or otherwise vary the prices of the total contract value or to release
or to forebear from enforcement of all or any of the obligations of the Supplier under the said supply contract and/or the
remedies of the Purchaser under any other Guarantee(s) or Security(ies) now or hereafter held by the Purchaser and no
such dealing(s), variation(s), reduction(s) or other indulgence(s) or arrangement(s) with the Supplier or release or
forbearance whatsoever shall have the effect of releasing the Bank from its full liability to the Purchaser hereunder or of
prejudicing rights of the Purchaser against the Bank.
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 disputes having
been raised by the Supplier (whether or not pending before any Arbitrator, Officer, Tribunal or Court) or any denial of
liability by the Supplier or any other order for Communication whatsoever by the Supplier stopping or preventing or
purporting to stop or prevent any payment by the Bank to the Purchaser in terms hereof.
Page 86 of 227
6. Notwithstanding anything contained herein:
(a) The Bank’s liability under this Guarantee/Undertaking shall not exceed (Currency in figures)
_________________ (Currency in words ______________________ only).
(b) This Guarantee/Undertaking shall remain in force upto _____________ (here put the entire period required for
the performance of the contract and the defect liability period plus 3 (three) months claim period and any
extensions thereof if any).
(c) The Bank shall be released and discharged from all liability under this Guarantee/Undertaking unless a written
claim or demand is issued to the Bank on or before _____________ plus 3 months period or the date of expiry
of any extension(s) thereof if this guarantee/undertaking has been extended.
7. The Bank doth hereby declares that Shri ______________________ (name & designation of the person authorized to
sign on behalf of the Bank) is authorized to sign this Guarantee/Undertaking on behalf of the Bank and to bind the Bank
thereby.
Yours faithfully,
(Signature)
NAME & DESIGNATION
NAME OF THE BANK
NOTE
1. This Guarantee is required to be stamped as an agreement according to the Stamp Duty Act.
2. The Performance Bank Guarantee shall be strictly as per above proforma and shall be through a scheduled bank
operating in India, including the Indian Branch of a Foreign Bank recognized as a scheduled Bank in India.
3. Bank Guarantee from Foreign Branch will be accepted only if same is counter signed by their Indian Branch or by any
scheduled Indian Bank.
4. The bank shall provide details viz. contact person, telephone number, fax number, e-mail address and address of the
Controlling/Regional Office of issuing bank for verification of authenticity of Bank Guarantee.
5. This Guarantee is required to be sent by Seller’s Bankers directly to the Head (LSTK-Finance), Engineers India Limited,
rd
EI Bhawan, 3 Floor, 1, Bhikaiji Cama Place, New Delhi-110066.
Dear Sirs,
Engineers India Limited, 1, Bhikaiji Cama Place, New Delhi-110066 (hereinafter called – “the Purchaser” which expression shall
include its successors and assigns) has awarded M/s ____________________________________ (hereinafter called “The
Supplier” which expression shall include its successors and assigns) the work of designing, manufacturing, fabricating and supply
of ______________________ in terms of a contract as constituted by Purchase Order No. ____________________ dated
_________________ issued by the Purchaser to the Supplier (hereinafter called “The Contract” which expression include all the
amendments and/or modifications of the Purchase Oder).
AND WHEREAS the Purchaser has agreed to advance the Supplier a sum of (Currency in Figures) _________________
(Currency in Words_________________________________________ only) 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:
(i) The Purchaser shall have the fullest liberty without reference to the Bank and without affecting in any way the liability of
the Bank under this Guarantee/Undertaking, at any time and/or from time to time to anywise vary the Contract and/or any
of terms and conditions thereof or of or relative to the advance and to extend time for the performance of the Contract
and/or repayment of the advance or to postpone for any time or from time to time the obligations of the 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 or all the matters aforesaid or by reason of time being given to the Supplier
or any forbearance, waiver, act or omission on the part of the Purchaser or any indulgence by the Purchaser to the
Supplier or any other act, 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/undertaking shall be enforceable against the Bank as principal debtor notwithstanding the existence of any
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
against the Bank be outstanding or unrealized.
(iii) As between the Bank and the Purchaser for the purpose of this guarantee/undertaking the amount claimed by the
Purchaser from the Bank with reference to this guarantee/ undertaking shall be final and binding upon the bank as to the
amount payable by the Bank to the Purchaser hereunder.
Page 88 of 227
(iv) The liability of the Bank to the Purchaser under this guarantee/undertaking shall remain in full force and effect
notwithstanding the existence of any difference or dispute between the Supplier and the Purchaser, the Supplier and 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 instructions of the
Supplier or any other person(s) to the Bank not to pay or for any cause withhold or defer payment to the Purchaser under
these presents with the intent that notwithstanding the existence of such difference, dispute or instruction, the Bank shall
be and remain liable to make payment to the Purchaser.
(v) This guarantee/undertaking shall not be affected by any change in the constitution of the Bank or that of the Supplier or
the Purchaser, or any irregularity in the exercise of borrowing powers by or on behalf of the Supplier.
(vi) This guarantee/undertaking shall be valid for all claims/demands made by the Purchaser to or upon us upto
____________________ provided always that if for any reasons, the Supplier is unable to complete supplies under the
Contract, the Bank shall at the request of the Purchaser and without recourse to the Supplier extend the validity of this
guarantee/undertaking for a further period of six months. For the purpose of this clause, the Purchaser’s statement that
the Supplier is unable to complete supplies under the contract shall be conclusive and final binding on us.
(a) The Bank’s liability under this Guarantee/Undertaking shall not exceed (Currency in Figures)__________
(Currency in Words_______________________________ only).
(b) This Guarantee/Undertaking shall remain in force upto ______________ and any extension(s) thereof; and
(c) The Bank shall be released and discharged from all liability under this Guarantee/ Undertaking unless a written
claim or demand is issued to the Bank on or before ________ plus 3 months claim period, or the date of expiry
of any extension(s) thereof, if this guarantee/undertaking has been extended.
(viii) The Bank DOTH HEREBY declare that Mr. ______________ (name of the person signing on behalf of the Bank) who is
_____________ (his designation), is authorized to sign this guarantee/undertaking on behalf of the Bank and to bind the
Bank thereby.
Yours faithfully,
For _____________________________________________
Signature ________________________________________
NOTE
1. This Guarantee is required to be stamped as an agreement according to the Stamp Duty Act.
2. The Performance Bank Guarantee shall be strictly as per above proforma and shall be through a scheduled bank
operating in India, including the Indian Branch of a Foreign Bank recognized as a scheduled Bank in India.
3. BG from foreign branch will be accepted only if same is counter signed by their Indian Branch or by any scheduled Indian
Bank.
4. The bank shall provide details viz contact person, telephone number, fax number, e-mail address and address of the
Controlling/Regional Office of issuing bank for verification of authenticity of Bank Guarantee.
5. This Guarantee is required to be sent by Seller’s Bankers directly to the Sr. Manager (F&A), Engineers India Limited, 1,
Bhikaiji Cama Place, New Delhi-110066.
Present rate of Excise Duty + Education Cess payable extra against Indicated
b)
documentary evidence on finished products (including spares). (Refer ANNEXURE – I
Indicated
c) Maximum rate applicable (If present rate is nil or concessional)
2 (Refer ANNEXURE – I)
Clarify whether Excise Duty + Education Cess will be applicable on freight Indicated
d)
charges also. (Refer ANNEXURE – I)
Please indicate following break-up
Indicated
e) I) Cenvatable [Excise Duty + Educational Cess]
(Refer ANNEXURE – I)
II) Non Cenvatable
Sales Tax:
Indicated
a) Sales tax payable extra Specify CST/ Tamilnadu VAT (TN VAT) on sale of
(Refer ANNEXURE – I)
goods.
3 *In case of CST, C form shall be provided.
b)
In case of TN VAT, no concessional form shall be provided. TN VAT shall be Confirmed
reimbursed to bidder subject to submission of requisite documents
enabling owner to avail “INPUT CREDIT’ for the same.
Page 90 of 227
S. No. DESCRIPTION BIDDER’S CONFIRMATION
EIL/CPCL shall avail credit of 100% of TN VAT on sale of goods. However,
for price evaluation TN VAT on sale of goods shall not be loaded. TN VAT
c) Confirmed
shall be reimbursed to bidder subject to submission of requisite
documents enabling EIL/IOCL to avail ‘INPUT CREDIT’ for the same.
Clarify whether CST / TN VAT on sale of goods will be applicable on freight Indicated
d)
charges also. (Refer ANNEXURE – I)
Indigenous suppliers shall issue E1/E2 form on quarterly basis within 60
days after completion of each quarter based on “C” form no. provided by
e) Confirmed
PURCHASER. PURCHASER will provide original “C” form in exchange of
original E1/E2 form.
In case Excise Duty / CST / TN VAT are stated as not applicable on freight
charges presently, and if they are applicable at the time of delivery due to
4 Confirmed
any reasons other than statutory, the same will be borne by the Bidder.
Confirm compliance.
Only statutory variations, if any, in the present rate of Service Tax,
cenvatable excise duty, Central Sales Tax and VAT amount for which input
a) Confirmed
tax credit is available to the EIL under TN VAT Act etc. shall be to EIL’s
account subject to documentary evidence to be furnished by the bidder.
5 Statutory variations on non-cenvatable excise duty shall be to SUPPLIER’s
b) Confirmed
account.
However, any variation in Excise duty + Ed. Cess at the time of supplies for
c) any reasons, other than statutory, including variations due to turnover, Confirmed
shall be borne by bidder.
VAT on Works Contract:
Confirmed
a) Wherever site job is involved, bidders to quote their prices inclusive of TN
VAT on work contracts (if applicable).
Only single order covering complete scope of supply & services will be
6 b) issued (indicating supply and services portion separately). Order for supply Confirmed
and services shall not be split.
Any statutory variation on TN VAT on work contracts or change in rate of
c) TN VAT due to wrong assessment by supplier shall be to supplier’s Confirmed
account.
Service Tax:
a) Service Tax on freight charges shall be included in the quoted Freight Confirmed
Charges.
Percentage of Cenvatable Service Tax applicable extra on Site Work Indicated (Refer Annexure I)
Charges, , if applicable as per MR.
b)
Service tax shall be paid only against a cenvatable invoice issued in Confirmed
accordance with Service Tax rules.
7 Percentage of Cenvatable Service Tax applicable extra on Supervision Indicated (Refer Annexure I)
Charges, if applicable as per MR.
c)
Service tax shall be paid only against a cenvatable invoice issued in Confirmed
accordance with Service Tax rules.
Percentage of Cenvatable Service Tax applicable extra on AMC Charges, if Indicated (Refer Annexure I)
applicable as per MR.
d)
Service tax shall be paid only against a cenvatable invoice issued in Confirmed
accordance with Service Tax rules.
Page 91 of 227
S. No. DESCRIPTION BIDDER’S CONFIRMATION
Percentage of Cenvatable Service Tax applicable extra on Training Indicated (Refer Annexure I)
Charges, if applicable as per MR.
Service tax shall be paid only against a cenvatable invoice issued in Confirmed
accordance with Service Tax rules.
Entry Tax and Octroi:
Entry Tax / Octroi and Terminal Taxes are presently not applicable. If
8 a) applicable at a later date, same shall be payable extra at actual on Confirmed
production of necessary Documents/Invoices and information. Confirm
Compliance.
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 EIL’s account. These shall be reimbursed
a) against documentary evidence. Confirmed
9 However, in case of delay on account of supplier, any new or additional
taxes and duties imposed after contractual delivery shall be to supplier’s
account. Confirm compliance.
Any errors of interpretation of applicability of taxes/duties by bidders shall
b) Confirmed
be to bidders’ account.
Price Reduction Schedule:
a) Acceptance of applicable Price Reduction Schedule for delayed delivery as Confirmed
10 specified in RFQ/SIB.
In case of delay in delivery, bills shall be submitted after deducting price
b) Confirmed
reduction for delay.
Delivery Period / Completion Period:
11 Please confirm delivery/completion period as specified in RFQ Covering Confirmed
Letter.
Payment Terms:
a) Confirmed
Acceptance of applicable Payment terms as specified in RFQ /SIB.
Payment shall be released through Electronic Clearing System (ECS).
12 Furnished
In view of this, confirm that necessary details such as name of bank, bank
b) account no. etc. as per Mandate Form enclosed with RFQ, has been
furnished duly attested by your bank alongwith a cancel cheque, along (Refer ANNEXURE – II)
with your offer (as per Annexure-II to ATC) .
Part Order:
a) Confirmed
Acceptance of Part Order as per GPC (Indigenous).
13
Any charges quoted extra as lumpsum shall be applicable prorata on value
b) Confirmed
basis in the event of part order.
Repeat Order:
14 Confirmed
Acceptance of repeat order as per the clause specified in GPC (Indigenous).
Performance Bank Guarantee:
a) Submission of Performance Bank Guarantee for 10% of total order value as Confirmed
15 per General Purchase Conditions (GPC)/ Instructions to Bidders.
Indemnity Bond/Corporate Guarantee in lieu of PBG shall not be
b) Confirmed
considered.
Page 92 of 227
S. No. DESCRIPTION BIDDER’S CONFIRMATION
Guarantee :
16 Confirm acceptance of Guarantee period & terms as per referred Clause of Confirmed
Instruction to Bidders/General Purchase Conditions (Indigenous) in RFQ
Covering Letter.
Firmness of prices:
17 The prices shall be firm and fixed and not subject to any variation, Confirmed
whatsoever. However, in case of Cables, variation in prices shall be
admissible as per IEEMA Price Variation Clause.
CIF Value of Built in Import Content and Import Duties:
a) In case of any Built-in import content considered in your offer, details of Confirmed
items to be furnished in Annexure-I.
Confirm that quoted prices are based on Merit rate of Customs duty, CVD,
b) Confirmed
Educational Cess and SAD as applicable.
18
Quoted prices shall remain firm and fixed on account of FE variation and
c) Confirmed
Custom Duty Variation, till complete execution of the order.
d) EIL shall not provide any import license. Noted
Quoted prices are after considering the benefit of CENVAT on CVD
e) Confirmed
including Edu. Cess.
Testing charges:
19 Confirm that quoted prices are inclusive of all testing including IBR/ IGC/ Confirmed
Radiography/ NACE charges (if applicable) as per Material Requisition
attached.
Third Party Inspection charges:
a) Goods and services shall be subject to stagewise and final inspection by Confirmed
CEIL.
The TPI charges for Certification Engineers India Ltd. (CEIL) as TPI agency
20 b) Confirmed
shall be borne by EIL.
All built in import content shall be subject to inspection by TPI (out of M/s.
Lloyds Register (Country of origin), M/s.Bureau Veritas(BV) and M/s.TUV
c) Confirmed
Nord) for which charges are included in quoted price and no additional
charges shall be paid by EIL.
Validity:
a) Confirm that the Offer is valid for period as mentioned in RFQ covering Confirmed
letter from the bid due date/ extended due date.
21 For 2 years O&M spares, prices shall be kept valid for a period of 2 years
b) Confirmed
from the date of order of main equipment.
Confirm that Annual % escalation for subsequent two years beyod the
c) validity of 2 years for O&M spares have been quoted in format for prices Confirmed
for O&M spares.
Page 93 of 227
S. No. DESCRIPTION BIDDER’S CONFIRMATION
Confirm acceptance in totality to the following :
General Purchase Conditions (GPC) indigenous Confirmed
Instructions to Bidders / SIB Confirmed
Terms & Conditions for supervision of Erection, Testing & Confirmed
22
Commissioning (if applicable).
Terms & Conditions for site work (if applicable). Confirmed
Terms & Conditions for Annual Maintenance Contract (if applicable). Confirmed
All other terms & conditions of RFQ covering letter. Confirmed
Confirm that you have furnished the following documents in the offer:
a) Original Integrity Pact Furnished
23
b) Solvency Certificate Furnished
c) Concurrent / Present Commitment Furnished
Confirm the list, wherever required as per MR, has been submitted for
following :
a) Mandatory Spares (if specified in MR) Confirmed
b) Commissioning Spares (as included in main item) Confirmed
24
c) Special tools & tackles (if required) Confirmed
d) Recommended Spares for two years normal operation & maintenance (if Confirmed
required)
e) First fill of consumables, lubricant, etc Confirmed
Confirm that you have quoted strictly for items based on your registration
25 Confirmed
/ approval with EIL on the date of issue of RFQ.
Furnish Annual Report containing Balance Sheet & Profit & Loss Statement
26 Enclosed
for last one (01) years along with your unpriced offer.
Confirm that net worth of your company (bidder) during the last financial
27 Confirmed
year is positive.
Whether any of the Directors of Bidder is a relative of any Director of EIL
or the Bidder is a firm in which any Director of EIL or his relative is a
28 No
partner of the Bidder or a private company in which any Director of EIL is a
Director.
Please confirm you have not been banned or delisted by any Government
29 or Quasi Government agencies or PSUs. If you have been banned, then this Confirmed
fact must be clearly stated.
Deviations to Terms & Conditions shall lead to loading of prices or
30 Confirmed
rejection of offer as per Instructions to Bidders. Please confirm.
Printed terms and conditions, if any, appearing in quotation, shall not be
applicable in the event of order. In case of contradiction between the
31 Confirmed
confirmations given above and terms & conditions mentioned elsewhere
in the offer, the confirmation given herein above shall prevail.
Page 94 of 227
ANNEXURE – I TO PRE-FILLED AGREED TERMS & CONDITIONS (FOR INDIGENOUS SUPPIERS)
NAME OF BIDDER : _______________________________________________________________________
OFFER REFERANCE: ________________________________________________ DATED ________________
RFQ NO.: _______________________________________________________________________________
ITEM : ________________________________________________________________________________
PROJECT : RESID UPGRADATION PROJECT – COKER BLOCK OF CPCL, CHENNAI
16.
(a) The bidder is a Micro or Small Enterprise under the Micro, Small & YES NO
Medium Enterprises Development Act, 2006.
(b) Documentary evidence required as per RFQ to avail preference to FURNISHED
MSEs.
Page 95 of 227
ANNEXURE - II TO AGREED TERMS & CONDITONS (INDIGINEOUS)
MANDATE FORM
1. Bidder Name :
2. Bidder Code: :
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)
BANK CERTIFICATION
Certified that the particulars furnished above are correct as per our records.
Place :
Date :
______________________________________
Signature of the Authorised Official of the Bank
Bank’s Stamp
Page 96 of 227
JOB NO. A133
ENGINEERS INDIA LIMITED
RESID UPGRADATION PROJECT – COKER BLOCK OF CPCL, CHENNAI
PRE-FILLED AGREED TERMS & CONDITIONS (FOR IMPORTS)
BIDDER’s NAME : M/s._____________________________________________________________________________
RFQ No.: ________________________________________________________________________________________
Bidder’s Offer Ref. No. :____________________________________________________________________________
Tel No. : ____________________________________ Fax No.:_____________________________________________
Contact Person :________________________E-Mail:______________________Mobile No:_____________________
Please Confirm that Firm Ocean Freight charges up to Port of Entry in Confirmed
c)
1. India (Chennai) have been quoted in the Price Bid.
Validity of Ocean Freight shall be kept valid for a period one month
d) Confirmed
lesser to delivery Period.
EIL reserves to place order on FOB Port of Exit or on CFR Port of Entry
basis. In case, order is placed on FOB basis, EIL reserves the right to
e) Confirmed
convert the order on CFR Port of Entry basis 01 month prior to
Contractual Date of Delivery (CDD). Confirm acceptance.
Delivery Period:
2. Confirmed
Please confirm delivery/completion period as per RFQ/SIB.
Currency of Quote: Currency of quote is in USD. Change in currency
3. Confirmed
quoted / any other currency will not be allowed. Confirm Compliance.
Marine-cum-erection insurance (MCE policy):
Prices quoted must exclude marine insurance charges from FOB
4. International Port of Exit as the same shall be arranged by the
Confirmed
Purchaser. However, all transit insurance charges for inland transit upto
FOB International Port of Exit must be included in your prices.
Page 97 of 227
S. No. DESCRIPTION BIDDER’S CONFIRMATION
Third Party Inspection charges:
Goods and services shall be subject to stagewise and final inspection (as
7. a) required in the MR) by a third party inspection agency (out of Confirmed
M/s.Lloyds Register (Counry of origin), M/s.Bureau Veritas(BV) and
M/s.TUV Nord and the prices must be inclusive of the same.
Validity:
a) Confirmed
Confirm validity of offer shall be as per SIB / RFQ Covering Letter.
For 2 years O&M spares, prices shall be kept valid for a period of 2 years
8.
b) Confirmed
from the date of order of main equipment.
Confirm that Annual % escalation for subsequent two years beyod the
c) validity of 2 years for O&M spares have been quoted in format for prices Confirmed
for O&M spares.
Indicated
9. Manufacturer’s name and address
(Refer Annexure-I)
Country of Origin: Indicated
10.
Country of origin from where the goods have been offered. (Refer Annexure-I)
Confirm documentation charges as per MR are inclusive in quoted
11. Confirmed
prices.
Confirm customer references list for the item/ model quoted by you, is
12. Confirmed
given in offer.
Confirm complete technical literature/catalogue are submitted along
13. Confirmed
with each copy of the offer.
Indicated
14. Indicate shipping weight (net and gross) & volume of the consignment.
(Refer Annexure-I)
Performance Bank Guarantee:
a)
Submission of Contract cum Performance Bank Guarantee (CPBG) for Confirmed
10% of total order value as per General Purchase Conditions (GPC) and
15. Instructions to Bidders.
Indemnity Bond/Corporate Guarantee in lieu of CPBG shall not be
b) Confirmed
considered.
Firmness of prices:
16. Confirm quoted prices shall remain firm and fixed till complete Confirmed
execution of order. However, in case of Cables, variation in prices shall
be admissible as per IEEMA Price Variation Clause.
Part Order:
a) Confirmed
Confirm acceptance to part order.
17.
In case of part order, confirm all lumpsum charges quoted extra if any
b) viz. Documentation, testing, third party, packing, crating, handling, FOB, Confirmed
IBR etc., can be considered on prorata value basis.
Repeat Order:
18. Confirm acceptance of repeat order as per the clause specified in GPC Confirmed
(Imports).
Price Reduction on delay in delivery:
19. a) Confirm acceptance of applicable Price Reduction Schedule for delayed Confirmed
delivery as per RFQ/SIB.
Page 98 of 227
S. No. DESCRIPTION BIDDER’S CONFIRMATION
In case of delay, bidder will reduce the invoice amount by applicable
b) Confirmed
reduction.
Payment Term:
20. Confirmed
Acceptance of applicable Payment terms as per RFQ/SIB.
Letter of Credit shall be opened through a Govt. of India Bank and hence
b) Confirmed
need not be confirmed. Confirm acceptance.
However, if you still insist for confirmed L/C, confirmation charges shall
21. c) Confirmed
be borne by you. Confirm acceptance.
It is noted that in the event of delays in delivery, payment shall be
d) released after making such price reduction from Seller’s bills and Confirmed
relevant clause in this respect shall be inserted in L/C.
All Bank charges and stamp duties payable outside India in connection
with payments to be made under the Purchase Order, if placed, shall be
e) Confirmed
borne by you. All bank charges and stamp duties payable in India shall
be borne by the Purchaser. Confirm acceptance.
Confirm acceptance in totality to the following :
General Purchase Conditions (GPC) imports Confirmed
Instructions to Bidders Confirmed
Special Instruction of Bidders (SIB). Confirmed
22. Terms & Conditions for supervision of Erection, Testing & Confirmed
Commissioning (if applicable).
Terms & Conditions for site work (if applicable). Confirmed
Terms & Conditions for Annual Maintenance Contract (if applicable). Confirmed
All other terms & conditions of RFQ covering letter. Confirmed
Direct offer without the intermediary of an Indian Agent will only be
23. Confirmed
considered.
No correspondence with Indian Agent will be entertained. However, if
Indian Agent is involved, the bidder shall provide reason/ justification.
Further it should be ensured by bidder that the agents get themselves
registered with Reserve Bank of India (RBI). Payments to Indian Agent Confirmed
a)
shall only be remitted after getting proof of registration with RBI, New
Delhi. The payments to overseas suppliers (i.e. the principals) shall be
released through L/C after deducting the Indian agent’s commission
24. from the quoted prices. Confirm acceptance.
Indicate the name of the Indian Agent, with his full address and Indicated
b)
percentage of commission included in your offer. (Refer Annexure-I)
Indian Agent Commission will be paid directly by Purchaser to Indian
Agent in equivalent Indian Rupees (on conversion rate as applicable on
c) Confirmed
the date of payment to BIDDER) after satisfactory completion of the
order. Confirm acceptance.
Please indicate name and address of your Bankers for L/C opening, Indicated
25.
telephone/E-mail address. (Refer Annexure-I)
Page 99 of 227
S. No. DESCRIPTION BIDDER’S CONFIRMATION
Confirm the list, wherever required as per MR, with item wise prices
have been submitted for following :
a) Mandatory Spares (if specified in MR) Confirmed
28.
b) Commissioning Spares (as included in main item) Confirmed
c) Special tools & tackles (if required) Confirmed
d) Recommended Spares for two years normal operation & maintenance Confirmed
Confirm that you have furnished the following documents in the offer:
a) Original Integrity Pact Furnished
29.
b) Solvency Certificate Furnished
c) Concurrent / Present Commitment Furnished
Furnish Annual Report containing Balance Sheet & Profit & Loss
30. Furnished
Statement of last one (01) year along with your unpriced offer:
Confirm that net worth of your company (bidder) during the last
31. Confirmed
financial year is positive.
Deviations to Terms & Conditions shall lead to loading/rejection of
32. Confirmed
prices as per Instructions to Bidders or rejection of offer.
Printed terms and conditions, if any, appearing in quotation, shall not be
applicable in the event of order. In case of contradiction between the
33. confirmations given above and terms & conditions mentioned Confirmed
elsewhere in the offer, the confirmation given herein above shall
prevail.
SEAL/ STAMP
ITEM : ________________________________________________________________________________
WITH SEAL/STAMP
DOCUMENT NUMBER
(Always quote the Document Number given below as reference)
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'
This is a system generated approved document and does not require signature.
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.
In case of any subsequent revision of MR or PR,only revised sheets of the attachments listed above shall be issued
alongwith the revision.
GENERAL NOTES:
With Final
Description AFTER PURCHASE ORDER
Proposal Documentation
(Prints) / As Built
Prints Date Needed
1. Dimensional details with mounting details and model number X X(i) 4W 6W/S
2. Connections by purchase(Piping,Electrical Etc.) X(i) 4W 6W/S
3. Wiring diagrams
4. Parts list
5. Recommended spare parts list(for two years operation ) X
6. Installation, Operation and maintenance manual X(i) 6W/S
7. Nomograph and sizing calculations X X(a) 4W 6W/S
8. Test certificates 6W/S
9. Certificate from statutory body
10. Assembly details 6W/S
11. Catalogues in english X(i) 6W/S
12. Testing and Inspection procedures X(i) 6W 6W/S
13. Compliance Statement & Deviation List(if any) X 6W/S
14. Proven track record X 6W/S
15. Mandatory Spares List X X(a) 6W 6W/S
16. Final Documentation in editable Cd's/DVD's in English 6W/S
NOTES :
Categories preceeded with * will be approved for fabrication by Engineers India Limited.
The remaining drawings are needed for information only.
IMPORTANT
While submittimg drawings and documents for review as indicated in vendor data requirement,
vendor must ensure the following :
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.
.Any drawing/document not indicated in the list above but required during erection, commissioning or for
reconfiguration of the system shall also be supplied by the Vendor on demand.
III.The soft copy of documentation shall be in editable form (CAD. Excel, Database etc ).
IV. Note-1 & 2 above is not applicable as document shall be submitted as soft copies through eDMS.
Part A:
BIDDING INSTRUCTIONS:
A1. Bidder must follow the following guidelines while submitting their offer. Offers not complying with these guidelines shall
be rejected summarily without any intimation to the bidder.
a) The Material Requisition (MR) specifications (i.e.) data sheets, Special Instructions to Vendor (SIV) standard specifications
and other attachments to this MR shall be fully complied with. No deviations of any type are acceptable in general. In case,
where it is necessary, bidders shall furnish their deviations to MR requirements, in a separate section (Deviation List) of their
bid. Deviations listed elsewhere in the bid shall not be taken into cognizance.
b) In case of any contradiction between these bidding instructions and any other documents attached with MR, this bidding
instructions shall govern.
c) Bidder shall note the following with respect to ordering of covered in the MR. The pressure relief valves in this MR is
considered in two groups as Group-A and Group-B as below:
Group-A: Pressure Relief Valves- Inlet size up to 6" and outlet size up to 8" Qty: 18 No's
Group-B: Pressure Relief Valves - Inlet Size > 6" , Outlet Size > 8" Qty: 2 No's
Bidder shall submit the Lump-sum price for the group covering all the items, testing requirements specified in this MR strictly
adherence to the price schedule format of RFQ . No information / description, technical or non-technical, other than what is
required as per price format shall be filled or submitted.
d) Bidder to note that the evaluation shall be carried out on bottom line basis (lump sum basis) for each group covering all
tags in a group including testing and all other requirements of MR.
e) Bidder shall note that ordering shall be carried out GroupWise i.e. pressure relief valves along with inspection & testing
for the group shall be ordered together on one Bidder. Bidder must quote for all items in a group so as to be considered for
that group
f) In addition to Lump-sum price for the group, Unit rates for each Pressure Relief Valves in the group shall be provided
separately in the price schedule format for any addition/deletion purpose at a later date. Price for testing and other complete
requirements for each instruments item as per MR specifications shall be included for the item unit price in pricing schedule
g) Bidder to note that alternate quote shall not be furnished for any tag and an offer with alternate quote shall not be
considered for evaluation.
A2. Bidder is responsible for meeting all technical requirements in this Material Requisition including instrument data sheets
and the specifications attached with MR. If at any stage, till the completion of order, the offered items and its accessories are
found unsuitable to meet the MR specification, bidder shall replace the same with suitable items, without any time / cost
implication.
A3. The Bidder shall submit the required drawings/ documents as per the Vendor Data Requirements (VDR) enclosed with
the MR.
A4. The Bidder shall submit the 'Technical Questionnaire' in this M.R. 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.
f) Offered models shall be accompanied by detailed technical catalogues in English. The Bidder shall ensure that the
complete model no. and model decoding details are provided for the instruments being offered by them
A6. (i) Bidder shall fill and furnish the following signed and stamped documents along with the offer:
1. COMPLIANCE STATEMENT
2. TECHNICAL DEVIATION LIST (if any)
4. TECHNICAL QUESTIONNAIRE
5. UN PRICED BID (WITHOUT PRICES) as per the RFQ FORMAT with
a) Sizing calculations with Filled in data sheet of each Pressure Relief Valves
THE ABOVE DOCUMENTS ARE THE BASIS OF TECHNICAL EVALUATION. OFFERS SHALL BE EVALUATED BASED ON
THE ABOVE-MENTIONED DOCUMENTS. THERFORE BIDDER SHALL TAKE PROPER NOTE OF THIS IMPORTANT
REQUIREMENT AND COMPLY.
ii) After placement of order, Bidder shall furnish filled in instrument data sheets, complete model no. and model decoding
details of Pressure Relief Valves along with instruments catalogs for inclusion in the PR within 2 weeks of issue of LOI.
iii)Bidder to note that Delivery will be reckoned from the date of issue of LOI and any delay in submission of filled in data
sheet and resulting delay in delivery shall be in Bidders account.
PART-B
B2. Offered Model Nos. for Pressure Safety Relief valves offered shall be field proven and should have been operating
satisfactorily for a period of minimum 4000 hours on the bid due date, in the process conditions similar to those as specified
in Purchaser's data sheets.Bidder to offer only standard product out of their manufacturing range as listed in their product
catalogue including pressure safety relief valve model no., size etc. Bidder shall ensure that complete Model no. and
decoding details are provided for the valves offered by them.
For valves where NACE requirements is specified/applicable in the data sheets, the following shall be complied:
a) NACE MR-0103 shall be followed and complied.
b) Maximum hardness shall be limited to 200 BHN for Carbon Steel Material.
c) Carbon Equivalent (CE) shall be limited to " 0.43"
d) All girth weld joints shall be 100% radiographed & all types of welds shall be wet fluorescent MP tested.
B4. a) Bidder to note that calculated area specified in the data sheets is tentative only. Bidder shall submit the sizing
calculation for each valve in the offer and confirm the valve sizes indicated in data sheets.
b)Bidder shall indicate the calculated area, selected area, and valve reaction force, and orifice designation, Inlet & Outlet
connections as per API -526, actual relieving capacity, % blow down and cold bench set pressure etc. for each of the offered
tag numbers in offer.
c) Bidder to comply with the requirement of inlet and outlet size and rating of pressure relief valves unless mandated by code
requirement. Such requirements shall be specifically highlighted by bidder along with offer.
B5.Bidder to note that wherever more than one case is specified in data sheet, bidder to size the pressure safety relief valves
for all the cases and select the valve based on the governing case. Bidder to ensure that, the offered valve shall be suitable
for all the specified cases
B6.a) For all the tags where Body and Bonnet material is specified as 'carbon steel', ASTM A105 or A216 Gr. WCB are
acceptable. SS 316 body material is also acceptable in lieu of carbon steel providing the offered SS316 body/bonnet
including the inlet and outlet flanges meets the pressure and temperature conditions (ASME rating) as per ASME B 16.5.
b) For the conventional valves where the nozzle and disc material are specified as SS-316, offered valve with SS-316L
material is also acceptable.
20% of total quantity or minimum one no. of each type of identical pressure relief valves or minimum one number whichever
is higher for each group
The list of mandatory spares shall not be reviewed during offer/evaluation stage. It is Vendor's responsibility to meet the
above requirement. Complete List of Mandatory spares shall be submitted for review for Purchaser.
B10. Bidder shall submit the required drawings/ documents as per Vendor data requirement, Standard Specifications & this
SIV clause. Bidder to note that the drawing/documents to be submitted by Bidder after purchase order as per Vendor Data
Requirement (VDR) shall be for information category and for reference for further engineering by Owner and Bidder shall be
responsible for completeness and correctness of the same. The specifications shall be as per MR only.
B11. Bidder to ensure that submission of all drawings / documents mentioned in VDR shall be in soft copies through EIL
eDMS portal only during detail engineering & no document shall be submitted through hard copies. However, as built
document shall be submitted in hard copy along with soft copy.
B12. Vendor shall furnish soft copies of all as built drawings and datasheets in Autocad/ MS excel formats for purchaser's
use..
B13. Bidder shall note that unit for pressure indicated in data sheet is Kgf/cm2 which shall be considered as Kg/cm2(g) for all
sizing calculations/reference.
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.
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------
not be reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-TEQ
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------
- NOTE : If the answer is 'NO' , then furnish reasons thereof.
[ ] Deviation [ ] No Deviation Vendor Seal And Signature
Page 1 of 2
ENGINEERING STAGE AFTER ORDER AND ANY CHANGE REQUIRED TO MEET THE
Sl. Document No. Clause No. Deviation Technical Reason for Deviation
No.
A133-000-YR-ID-1361 Rev A
(Data sheet Index )
GROUP-A (Qty. - 18 No's.)
MR. Item Tag No Data Sheet No. Revision
No.
1.01 86-PSV-1402 A133-086-YR-DS-3112 A
1.02 86-PSV-2601 A133-086-YR-DS-3042 A
1.03 86-PSV-3502 A133-086-YR-DS-3113 A
1.04 86-PSV-3801 A133-086-YR-DS-3069 A
1.05 86-PSV-3902 A133-086-YR-DS-3114 A
1.06 86-PSV-4101 A133-086-YR-DS-3078 A
1.09 86-PSV-5303 A133-086-YR-DS-3086 A
1.10 86-PSV-5402 A133-086-YR-DS-3088 A
1.11 86-PSV-7121 A133-086-YR-DS-3105 A
1.12 86-PSV-7901A A133-086-YR-DS-3115 A
1.13 86-PSV-7901B A133-086-YR-DS-3116 A
1.14 86-PSV-7901C A133-086-YR-DS-3117 A
1.15 86-PSV-7901D A133-086-YR-DS-3118 A
1.16 86-PSV-7901E A133-086-YR-DS-3119 A
1.17 86-PSV-7901F A133-086-YR-DS-3120 A
1.18 86-PSV-8403 A133-086-YR-DS-3111 A
1.19 86-PSV-8404 A133-086-YR-DS-3121 A
1.20 87-PSV-1803 A133-087-YR-DS-3118 A
TOTAL 18 No's
GROUP-B (Qty. - 2 No's.)
1.07 86-PSV-5001 A133-086-YR-DS-3074 A
1.08 86-PSV-5006 A133-086-YR-DS-3075 A
TOTAL 2 No's
MR No:A133-000-YR-MR-1361 Rev A
Page 116 of 227
1 Tag Number P&ID 086-PSV -1402 A133-02-41-86-1114 Rev.1
2 Service Hydrocarbon
3 Line No. Eqp./Line Protected h"-P-86-1490-B9A-IH
GENERAL 4 Nozzle (Full, Semi) Full Nozzle Full Lift
5 Design Safety, Relief, Safety-Relief Safety Relief
6 Type Conventional, Bellow, Pilot Operated Bellows
7 Bonnet Type Closed
8 Valve Discharge to Flare
9 Fluid State HC Gas/Vapor
10 Required Capacity 18000 kg/h
11 Molecular Mass 167
12 Oper. Pressure Set Pressure 18.97 kgf/cm²-g 33 kgf/cm²-g
13 Oper. Temperature RelievingTemperature 145 °C 397 °C
14 Constant kgf/cm²-g
15 Back Pressure Variable 1.7 kgf/cm²-g
16 Total
17 % Allowable Overpressure 20
PROCESS 18 Overpressure Factor
CONDITIONS 19 Compressibility Factor 0.3
20 Latent Heat of Vaporization kcal IT/kg
21 Ratio of Specific Heats 1.15
22 Relative Density @ Rel. Temp. kg/m³
23 Viscosity @ Rel. Temp. cP
24 Barometric Pressure
25 Cold Bench Test Pressure Blowdown % kgf/cm²-g
26 Vessel Wall Temp. Vessel Surface Area °C
27 Design Code API
28 Sizing Basis Fire
BASIS 29
AND 30 Calculated Area 2.01 cm²
SELECTION 31 Selected Area 3.25 cm²
32 Orifice Designation G
33 Number of Valves (To Meet Capacity) 1
34 Total Capacity 29004.31 kg/h
35 Inlet : Size Rating 1.5 in 600#
36 Facing and Finish RF125AARH
CONNECTIONS
37 Outlet: Size Rating 3 in 150#
38 Facing and Finish RF125AARH
39 Body and Bonnet ASTMA216Gr WCB
MATERIALS 40 Nozzle and Disc SS316
41 Resilient Seat Seal
42 Guide and Rings SS
43 Spring Tungsten Alloy Steel
44 Bellows SS316
45 Cap: Screwed or Bolted Screwed
46 Lever: Plain or Packed
OPTIONS 47 Test Gag Yes
48 IBR
49 Others
50 Manufacturer
51 Model
PURCHASE 52 Purchase Order Number
53 Price Item Number
54 Serial Number
Notes:
INSTRUMENT SPECIFICATION
Pressure Relief Valve
Project : DCU UPGRADATION, CPCL
Job No : A133
A PS 4/1/2014 Issued with MR Unit No : 086-Delayed Coker Unit Sheet 1 of 2
No. By Date Revision Code: 71 Doc. No.: A133-086-YR-DS-3112 Rev.: A
* - To be furnished by Vendor.
INSTRUMENT SPECIFICATION
PSV (CPCL-DCU)
INSTRUMENT SPECIFICATION
Pressure Relief Valve
Project : DCU UPGRADATION, CPCL
. . . Job No : A133
A PS 15 12 3125 ISSUED WITH MR Unit No : 086-Delayed Coker Unit Sheet 1 of 2
No. By Date Revision Code: 71 Doc. No.: A133-PSV-YF-DS-3042 Rev.: A
* - To be furnished by Vendor
INSTRUMENT SPECIFICATION
PSV (CPCL-DCU)
. .
A PS 04/01/2014 ISSUED WITH MR Sheet 2 of 2
No. By Date Revision Code: 71 Dwg. No.: A133-PSV-YF-DS-3042 Rev.: A
INSTRUMENT SPECIFICATION
Pressure Relief Valve
Project : DCU UPGRADATION, CPCL
Job No : A133
A PS 4/1/2014 Issued with MR Unit No : 086-Delayed Coker Unit Sheet 1 of 2
No. By Date Revision Code: 71 Doc. No.: A133-086-YR-DS-3113 Rev.: A
* - To be furnished by Vendor
INSTRUMENT SPECIFICATION
PSV (CPCL-DCU)
INSTRUMENT SPECIFICATION
Pressure Relief Valve
Project : DCU UPGRADATION, CPCL
A PS 4/1/2014 Issued with MR Job No : A133
. . . . Unit No : 086-Delayed Coker Unit Sheet 1 of 2
No. By Date Revision Code: 71 Doc. No.: A133-086-YR-DS-3069 Rev.: A
* - To be furnished by Vendor.
INSTRUMENT SPECIFICATION
PSV (CPCL-DCU)
A PS 4/1/2014 Issued with MR
. . . . Sheet 2 of 2
No. By Date Revision Code: 71 Dwg. No.: A133-086-YR-DS-3069 Rev.: A
INSTRUMENT SPECIFICATION
Pressure Relief Valve
Project : DCU UPGRADATION, CPCL
Job No : A133
A PS 4/1/2014 Issued with MR Unit No : 086-Delayed Coker Unit Sheet 1 of 2
No. By Date Revision Code: 71 Doc. No.: A133-086-YR-DS-3114 Rev.: A
* - To be furnished by Vendor.
1..Radiography requirements as per clause no. B3 of Special instructions to vendor (SIV) shall be complied.
2 .Maximum hardness in weld joints shall be limited to 200BHN.
3. Post Weld Heat Treatment (PWHT) shall be provided for welds, if any. Radiography shall be carried out after completion of the PWHT /
Stress relieving operation
INSTRUMENT SPECIFICATION
PSV (CPCL-DCU)
INSTRUMENT SPECIFICATION
Pressure Relief Valve
Project : DCU UPGRADATION, CPCL
A PS 4/1/2014 Issued with MR Job No : A133
.. . . Unit No : 086-Delayed Coker Unit Sheet 1 of 2
No. By Date Revision Code: 71 Doc. No.: A133-086-YR-DS-3078 Rev.: A
* - To be furnished by Vendor.
2 . NACE service requirement as indicated in clause B3 of SIV are applicable for this valve.
3. Radiography requirements as per clause no. B3 of Special instructions to vendor (SIV) shall be complied
INSTRUMENT SPECIFICATION
PSV (CPCL-DCU)
A PS 4/1/2014 Issued with MR
. . . . Sheet 2 of 2
No. By Date Revision Code: 71 Dwg. No.: A133-086-YR-DS-3078 Rev.: A
INSTRUMENT SPECIFICATION
Pressure Relief Valve
Project : DCU UPGRADATION, CPCL
Job No : A133
A PS 4/1/2014 Issued with MR Unit No : 086-Delayed Coker Unit Sheet 1 of 4
No. By Date Revision Code: 71 Doc. No.: A133-086-YR-DS-3086 Rev.: A
* - To be furnished by Vendor.
INSTRUMENT SPECIFICATION
PSV (CPCL-DCU)
INSTRUMENT SPECIFICATION
Pressure Relief Valve
Project : DCU UPGRADATION, CPCL
A PS 4/1/2014 Issued with MR Job No : A133
. . . . Unit No : 086-Delayed Coker Unit Sheet 3 of 4
No. By Date Revision Code: 71 Doc. No.: A133-086-YR-DS-3086 Rev.: A
* - To be furnished by Vendor.
INSTRUMENT SPECIFICATION
PSV (CPCL-DCU)
A PS 4/1/2014 Issued with MR
. .. . Sheet 4 of 4
No. By Date Revision Code: 71 Dwg. No.: A133-086-YR-DS-3086 Rev.: A
INSTRUMENT SPECIFICATION
Pressure Relief Valve
Project : DCU UPGRADATION, CPCL
Job No : A133
A PS 4/1/2014 Issued with MR Unit No : 086-Delayed Coker Unit Sheet 1 of 4
No. By Date Revision Code: 71 Doc. No.: A133-086-YR-DS-3088 Rev.: A
* - To be furnished by Vendor.
2.This sheet is the GOVERNING CASE for CASE 2. For Process data of CASE-2 refer sheet no 3~4.
..
INSTRUMENT SPECIFICATION
PSV (CPCL-DCU)
INSTRUMENT SPECIFICATION
Pressure Relief Valve
Project : DCU UPGRADATION, CPCL
. . .. . Job No : A133
A PS 4/1/2014 ISSUED WITH MR Unit No : 086-Delayed Coker Unit Sheet 3 of 4
No. By Date Revision Code: 71 Doc. No.: A133-086-YR-DS-3088 Rev.: A
* - To be furnished by Vendor.
INSTRUMENT SPECIFICATION
PSV (CPCL-DCU)
. .
A PS 11/11/2013 issued With MR Sheet 4 of 4
No. By Date Revision Code: 71 Dwg. No.: A133-086-YR-DS-3088 Rev.: A
INSTRUMENT SPECIFICATION
Pressure Relief Valve
Project : DCU UPGRADATION, CPCL
.A PS 4/1/2014 Issued with MR Job No : A133
. . . . Unit No : 086-Delayed Coker Unit Sheet 1 of 4
No. By Date Revision Code: 71 Doc. No.: A133-086-YR-DS-3105 Rev.: A
* - To be furnished by Vendor.
1.IBR service requirement as indicated in clause B3 of SIV shall be considered for this tag
2.This sheet is GOVERNING CASE for CASE 2. For Process data of CASE-2 refer sheet no 3~4
3.S.No 11 Molecular Mass:18
4. S.No 12 Operating Pressure varies from 2.7~4 kg/cm2(g)
5.S.No 13:Operating Temperature varies from 140~190 deg C
INSTRUMENT SPECIFICATION
PSV (CPCL-DCU)
A PS 4/1/2014 Issued with MR
. . . . Sheet 2 of 4
No. By Date Revision Code: 71 Dwg. No.: A133-086-YR-DS-3105 Rev.: A
INSTRUMENT SPECIFICATION
Pressure Relief Valve
Project : DCU UPGRADATION, CPCL
A PS 4/1/2014 Issued with MR Job No : A133
. . . . Unit No : 086-Delayed Coker Unit Sheet 3 of 4
No. By Date Revision Code: 71 Doc. No.: A133-086-YR-DS-3105 Rev.: A
* - To be furnished by Vendor.
1.IBR service requirement as indicated in clause B3 of SIV shall be considered for this tag.
2.S.No 11 Molecular Mass:18
3. S.No 12 Operating Pressure varies from 2.7~4 kg/cm2(g)
4.S.No 13:Operating Temperature varies from 140~190 deg C
5.For GOVERNING CASE refer sheet no 1~2
INSTRUMENT SPECIFICATION
PSV (CPCL-DCU)
A PS 4/1/2014 Issued with MR
. . . . Sheet 4 of 4
No. By Date Revision Code: 71 Dwg. No.: A133-086-YR-DS-3105 Rev.: A
INSTRUMENT SPECIFICATION
Pressure Relief Valve
Project : DCU UPGRADATION, CPCL
Job No : A133
A PS 4/1/2014 Issued with MR Unit No : 086-Delayed Coker Unit Sheet 1 of 2
No. By Date Revision Code: 71 Doc. No.: A133-086-YR-DS-3115 Rev.: A
* - To be furnished by Vendor.
INSTRUMENT SPECIFICATION
PSV (CPCL-DCU)
INSTRUMENT SPECIFICATION
Pressure Relief Valve
Project : DCU UPGRADATION, CPCL
Job No : A133
A PS 4/1/2014 Issued with MR Unit No : 086-Delayed Coker Unit Sheet 1 of 2
No. By Date Revision Code: 71 Doc. No.: A133--086-YR-DS-3116 Rev.: A
* - To be furnished by Vendor.
INSTRUMENT SPECIFICATION
PSV (CPCL-DCU)
INSTRUMENT SPECIFICATION
Pressure Relief Valve
Project : DCU UPGRADATION, CPCL
Job No : A133
A PS 4/1/2014 Issued with MR Unit No : 086-Delayed Coker Unit Sheet 1 of 2
No. By Date Revision Code: 71 Doc. No.: A133-086-YR-DS-3117 Rev.: A
* - To be furnished by Vendor.
INSTRUMENT SPECIFICATION
PSV (CPCL-DCU)
INSTRUMENT SPECIFICATION
Pressure Relief Valve
Project : DCU UPGRADATION, CPCL
Job No : A133
A PS 4/1/2014 Issued with MR Unit No : 086-Delayed Coker Unit Sheet 1 of 2
No. By Date Revision Code: 71 Doc. No.: A133-086-YR-DS-3118 Rev.: A
* - To be furnished by Vendor.
INSTRUMENT SPECIFICATION
PSV (CPCL-DCU)
INSTRUMENT SPECIFICATION
Pressure Relief Valve
Project : DCU UPGRADATION, CPCL
Job No : A133
A PS 4/1/2014 Issued with MR Unit No : 086-Delayed Coker Unit Sheet 1 of 2
No. By Date Revision Code: 71 Doc. No.: A133-086-YR-DS-3119 Rev.: A
* - To be furnished by Vendor.
INSTRUMENT SPECIFICATION
PSV (CPCL-DCU)
INSTRUMENT SPECIFICATION
Pressure Relief Valve
Project : DCU UPGRADATION, CPCL
Job No : A133
A PS 4/1/2014 Issued with MR Unit No : 086-Delayed Coker Unit Sheet 1 of 2
No. By Date Revision Code: 71 Doc. No.: A133-086-YR-DS-3120 Rev.: A
* - To be furnished by Vendor.
INSTRUMENT SPECIFICATION
PSV (CPCL-DCU)
INSTRUMENT SPECIFICATION
Pressure Relief Valve
Project : DCU UPGRADATION, CPCL
Job No : A133
A PS 4/1/2014 Issued with MR Unit No : 086-Delayed Coker Unit Sheet 1 of 5
No. By Date Revision Code: 71 Doc. No.: A133-086-YR-DS-3111 Rev.: A
* To be Furnished by Vendor
.This sheet is the GOVERNING CASE for CASE 2. For Process data of CASE-2 refer sheet no 3~4.
INSTRUMENT SPECIFICATION
PSV (CPCL-DCU)
INSTRUMENT SPECIFICATION
Pressure Relief Valve
Project : DCU UPGRADATION, CPCL
A PS 4/1/2014 Issued with MR Job No : A133
. . . . Unit No : 086-Delayed Coker Unit Sheet 4 of 4
No. By Date Revision Code: 71 Doc. No.: A133-086-YR-DS-3111 Rev.: A
* To be Furnished by Vendor
1. For Governing Case refer sheet 1~2
INSTRUMENT SPECIFICATION
PSV (CPCL-DCU)
A PS 4/1/2014 Issued with MR
. . . . Sheet 4 of 4
No. By Date Revision Code: 71 Dwg. No.: A133-086-YR-DS-3111 Rev.: A
INSTRUMENT SPECIFICATION
Pressure Relief Valve
Project : DCU UPGRADATION, CPCL
Job No : A133
A PS 4/1/2014 Issued with MR Unit No : 086-Delayed Coker Unit Sheet 1 of 2
No. By Date Revision Code: 71 Doc. No.: A133-086-YR-DS-3113 Rev.: A
* - To be furnished by Vendor.
1. IBR service requirement as indicated in clause B3 of SIV shall be considered for this tag
INSTRUMENT SPECIFICATION
PSV (CPCL-DCU)
INSTRUMENT SPECIFICATION
Pressure Relief Valve
Project : DCU UPGRADATION, CPCL
Job No : A133
A PS 4/1/2014 Issued with MR Unit No : 087-Coker LPG CFC Treating Unit
Sheet 1 of 4
No. By Date Revision Code: 71 Doc. No.: A133-087-YR-DS-3118 Rev.: A
* - To be furnished by Vendor.
1.Radiography requirements as per clause no. B3 of Special instructions to vendor (SIV) shall be complied.
2. Maximum hardness in weld joints shall be limited to 200BHN.
3. Post Weld Heat Treatment (PWHT) shall be provided for welds, if any. Radiography shall be carried out after completion of the PWHT /
Stressrelieving operation
4. This is Governing Case for Case- 2.For process data of Case-2 refer sheet 3~4
5. Vessel Surface Area:2 m2
Vessel Wall Temerature:593 degC
INSTRUMENT SPECIFICATION
PSV (CPCL-DCU)
INSTRUMENT SPECIFICATION
Pressure Relief Valve
Project : DCU UPGRADATION, CPCL
Job No : A133
A PS 4/1/2014 Issued with MR Unit No : 087-Coker LPG CFC Treating Unit
Sheet 3 of 4
No. By Date Revision Code: 71 Doc. No.: A133-087-YR-DS-3118 Rev.: A
* - To be furnished by Vendor.
1.Radiography requirements as per clause no. B3 of Special instructions to vendor (SIV) shall be complied.
2. Maximum hardness in weld joints shall be limited to 200BHN.
3. Post Weld Heat Treatment (PWHT) shall be provided for welds, if any. Radiography shall be carried out after completion of the PWHT /
Stressrelieving operation
4. For Governing Case refer sheet 1~2
5. S.No 10, 34 Unit of Flow is m3/hr
INSTRUMENT SPECIFICATION
PSV (CPCL-DCU)
INSTRUMENT SPECIFICATION
Pressure Relief Valve
Project : DCU UPGRADATION, CPCL
A PS 4/1/2014 Issued with MR Job No : A133
. . . . Unit No : 086-Delayed Coker Unit Sheet 1 of 2
No. By Date Revision Code: 71 Doc. No.: A133-086-YR-DS-3074 Rev.: A
* - To be furnished by Vendor.
INSTRUMENT SPECIFICATION
PSV (CPCL-DCU)
A PS 4/1/2014 Issued with MR
. . . . Sheet 2 of 2
No. By Date Revision Code: 71 Dwg. No.: A133-086-YR-DS-3074 Rev.: A
INSTRUMENT SPECIFICATION
Pressure Relief Valve
Project : DCU UPGRADATION, CPCL
A PS 4/1/2014 Issued with MR Job No : A133
. . . . Unit No : 086-Delayed Coker Unit Sheet 1 of 2
No. By Date Revision Code: 71 Doc. No.: A133-086-YR-DS-3075 Rev.: A
* To be furnished by vendor
INSTRUMENT SPECIFICATION
PSV (CPCL-DCU)
A PS 4/1/2014 Issued with MR
. . . . Sheet 2 of 2
No. By Date Revision Code: 71 Dwg. No.: A133-086-YR-DS-3075 Rev.: A
PROJECT REFERENCE:
APPROVALS
Rev. Issue Pages Revision Description By Check Approve
No. Date
TABLE OF CONTENTS
1.0 PURPOSE
2.0 SCOPE
5.0 ATTACHMENTS
1.0 PURPOSE
The purpose of this specification is to define the minimum requirements of design and
manufacture of Safety / Thermal relief valves, Rupture Discs and Breather valves.
2.0 SCOPE
The scope of work shall include design, manufacture, testing and supply of Safety /
Thermal relief valves, Rupture Discs and Breather valves. The inspection requirements
shall be as per the inspection plan.
3.1.1 The vendor shall be responsible for the selection and sizing of the safety relief valves in
accordance with the supplied process data.
3.1.2 Safety relief valves shall be designed, manufactured and sized in accordance with the
recommendations of API RP526, API 527, API 520, API 521, ASME code for 'Boilers and
Pressure Vessels' and Indian Boiler Regulations.
3.1.3 The calculated result should be used to select a relief valve whose effective flow area is
the nearest size larger than the calculated area, as limited by the standard orifice areas
available.
3.1.4 Where Safety relief valves are provided on ASME coded boiler and pressure vessels,
they shall be manufactured in accordance with ASME VIII and shall carry the ASME VIII
code stamp.
3.1.5 Lifting lever shall be specified for steam and air service
3.1.6 The percentage accumulation in case of pressure relief / safety valves shall be as follows
Steam Service
- ASME SEC I 3%
- IBR (Before steam let-down station) 5%
- IBR (Distribution & Utilities) and 10%
ASME Section VIII
− Gas, Vapour or liquid 10%
− Liquid for thermal Relief 20% or less
− Fire exposure on unfired vessels 21%
3.1.7 Safety Relief valves shall be of the direct spring loaded type. Pressure relief valves shall
be full nozzle full lift type except for thermal relief valves.
3.1.8 The spring in a pressure relief valve in service for pressures up to and including 250 psi
(1720 KPa) shall not be reset for any pressure more than 10% above or 10% below that
for which the valve is marked. For higher pressures, the spring shall not be reset for any
pressure more than 5% above or 5% below that for which the valve is marked.
3.1.9 Conventional valves shall be specified for constant back pressure while bellows seal type
valves shall be specified for variable backpressure more than 10% of set pressure or for
toxic / hazardous or corrosive fluids where conservation of the fluid is of utmost
importance. Pilot operated pressure relief valves shall be used for special services and
where set pressure is closer than 10% of the operating pressure, in general.
3.1.10 All Valves shall be flanged to ANSI B16.5 R.F. serrated finish unless otherwise specified.
Flanged connection shall be for standard sizes 1" or larger. Minimum flange rating shall
be 150 # ANSI. Where permissible, screwed connections shall be used on sizes ¾" and
below.
3.1.11 For API coded tanks pressure/vacuum relief valves shall be pallet/weight loaded, or pilot
operated. During hydrostatic testing of the equipment / pipe lines / systems Safety relief
valve shall be removed and replaced by a blind flange.
3.1.12 Valve seat tightness shall be in accordance with the requirements of API STD 527.
3.1.13 The body material shall, as a minimum, be as per piping specifications. Nozzle and disc
material shall be SS316 as a minimum with machined stainless steel guide and spindle.
Whenever semi nozzle designs are unavoidable, body material shall be at least same as
nozzle material. The spring material of pressure relief valves shall be as follows unless
otherwise specified in the datasheet, or required by the corrosive characteristics of the
service:
Pilot operated safety/relief valves use the process pressure acting on the topside of the
disk as the closing force. The pilot valve, which is a spring loaded valve, connects the
cavity above the disk either to the process or to the atmosphere, or a low-pressure
system. Internal sensing for pilot shall be avoided as far as possible by providing remote
pilot sense ports. The pilot operated safety/relief valve can operate at process pressure
close to the set pressure because of the high positive closing force which increases with
the process pressure. Normally pilot operated valves should be provided with soft seals,
which give a better valve tightness. The design features of a pilot operated valve allows
for larger orifice sizes than the maximum 8T10 size for spring loaded valves. A field
connection for checking the set pressure shall be provided.
3.1.15.1 The design shall incorporate guiding arrangements necessary to ensure consistent
operation and tightness.
3.1.15.2 The spring shall be designed so that the full lift spring compression shall be no greater
than 80% of the nominal solid deflection. The permanent set of the spring (defined as the
difference between the free height and height measured 10 mins. after the spring has
been compressed solid three additional times after presetting at room temperature) shall
not exceed 0.5% of the free height.
3.1.15.3 The valve seat shall be fastened to the valve body such that the valve seat shall not lift. test
gag shall be provided for all pressure relief valves.
3.1.15.4 Valves shall be provided with provision for sealing of all external adjustments.
3.1.15.5 On valves where the design allows liquid to collect on the discharge side of the disk, the
valve shall be provided with a drain at the lowest point.
3.1.15.6 Stems shall be of AISI 416 except if the body is austenitic stainless steel, when it shall be
of 18.8% Cr.Ni.
3.1.16.1 Pressure Relief Valves on steam service shall be provided with a lifting device to ensure
the valve is free. Pressure tight packing shall be provided around the lifting lever
assembly, so that leakage will not occur when the valve is opened or under back
pressure.
3.1.16.2 The lifting device shall not hold the valve disk in the open position when the exterior lifting
force is released.
3.1.16.3 Safety Relief Valves on steam service shall meet the requirements of the Indian Boiler
Regulations.
3.1.16.4 Valves for steam service shall be flanged to ANSI B16.5. Serrated R.F. and shall have an
open bonnet i.e. only with a yoke in place of a closed bonnet. They shall be provided with
a weather hood \ when used in outdoor service.
3.1.16.5 Steam services above (750°F) 399°C shall be provided with a cooling spool between the
body and bonnet to minimise conduction of heat to the spring.
3.1.16.6 Vendor shall furnish sizing calculations based on IBR formula. In this connection, vendor
shall indicate the 'C' value as accepted by IBR.
3.1.17.1 Relief valves without blow down ring shall be used for liquid thermal expansion purposes.
3.1.17.2 3/4" x 1" threaded (NPT) modified nozzle type valves with typically 0.38 cm2 orifice size
shall be specified for thermal relief. If the piping specification does not allow screwed
connection then flange connection shall be used.
3.1.18.1 Safety and Safety Relief Valves shall always be mounted in a vertical position directly on
nozzles having a well-rounded approach that provides smooth, unobstructed flow from
the vessel or line to the valve.
3.1.18.2 Safety valves shall not be mounted on nozzles having an inside diameter smaller than
the inlet connection to the valve, or on excessively long nozzles.
3.1.18.3 Discharge pipe work shall be piped upwards such that vapours or liquids are discharged
vertically.
3.1.18.4 For optimum safety valve performance, discharge piping shall be supported
independently of the valve.
3.1.18.5 For steam service slip joint drip pan elbows should be used, with the drip pan drain piped
away to a safe location.
3.1.18.6 The installation of safety and safety relief valves shall be in accordance with the
recommendations of API RP 520 Part II.
3.1.19.1 Steam service valves shall be tested with steam. Where this facility is not available air
may be used. When steam valves are tested with air all necessary corrections for
differential in popping pressure between steam and air shall be determined by the vendor
and submitted to the purchaser for approval.
3.1.19.2 For steam service valves not covered by API Std. 527, when leak tested there shall be no
visible or audible leakage from the valve outlet when the inlet pressure is held at 95% of
the set pressure after popping and reseating.
3.1.19.3 Valves marked for general service may be tested with air.
3.1.19.4 Liquid service valves shall preferably be tested with water but may be tested with air.
3.1.19.5 Valves shall be tested to demonstrate the popping point and tightness.
3.1.19.6 Pressure relief valves shall be type tested for capacity with 5% blowdown as per ASME
Sec VIII UG 131 and actual blowdown of the individual valves shall meet the process
requirement. All Valves shall be provided with such type test certificates.
3.1.19.7 For all relief valves test records and test certificates to fully cover component materials
and the valve test details shall be provided.
3.1.20.1 The marks shall be placed on the valve or on a plate securely fastened to the valve. The
marks shall be made in such a way that they will not be obliterated in service.
3.1.20.2 The markings shall include the following as a minimum for Safety / Thermal Relief
Valves:-
3.2.1 The breather valves shall have follow the listed specifications as a minimum during
design. There shall be sufficient margin between the set pressure of breather valve and
tank's design pressure / vacuum. Also, there should be sufficient difference between the
set pressure of N2 blanketing system and breather valve.
3.2.2 Breather valves shall generally be soft seated, dead weight type and shall have self-
draining body construction. The seating surfaces shall be shielded from condensates
and the design shall prevent tendency of pallet to stick to the seat.
3.2.3 Vacuum breakers shall, in general, be sized and designed as per API 2000.
3.3.1 Rupture discs shall be reverse buckling type, in general and shall be supplied in pre-
torqued holder assembly which shall fit inside the inner diameter of the bolt circle of
standard flanges. Disc and holder material shall be compatible with the process fluid .
Inconel discs shall be used above 100ºC if compatible with the process fluid.
3.3.2 When rupture disc is used upstream of a pressure relief valve, a pressure gauge shall be
provided on the downstream of the disc to indicate any rupture of the disc in addition to
an excess flow check valve. In addition combination capacity factor of 0.9 shall be used
for sizing unless the combination has been tested and approved for any other
combination capacity factor. For such discs, a zero manufacturing tolerance shall be
considered.
3.3.3 The total tolerance of the rupture disc shall be ± 5% of the specified bursting pressure or
less, unless otherwise specified. This shall include both the manufacturing tolerance and
burst tolerance of the disc. All rupture discs shall be with ‘J’ bolt and tell tale assembly
consisting of pressure indicator, pressure switch and excess flow check valve.
Rupture discs on ASME coded pressure vessels shall carry the ASME UD stamp.
3.3.4.1 All discs shall be tested by bursting 2 discs of every batch with a ‘batch’ being defined as a
set of discs having the same size , material and set pressure.
3.3.4.2 All rupture discs and holders shall be provided with test records and test certificates to fully
cover component materials and the disc test details.
3.3.5.1 The marks shall be placed on a plate securely fastened to the disc and disc holder. The
marks shall be made in such a way that they will not be obliterated in service.
3.3.5.2 The markings shall include the following as a minimum for Rupture Discs / Breather
Valves:
- Tag number
- Vendors name
- Vendors design or type number (Model Number)
- Size (mm)
- Set Pressure ( Set pressure for Vaccum / Gauge Pressure for Breather valves )
- Set Pressure at room temperature ( Not applicable for Breather valves )
- Back pressure (constant or variable) ( Not applicable for Breather valves )
- Capacity at overpressure ( Not applicable for Breather valves )
- Year of manufacture
3.3.5.3 ASME or IBR symbol as required. ( Not applicable for Breather valves )
5.0 ATTACHMENTS
Nil
TABLE OF CONTENTS
1.0 SCOPE
1.0 Scope
1.1 The purpose of this specification is to define the general requirements for instruments and
control equipment.
1.2 The purpose of this specification is to define the general requirements for instruments and
control equipment.
1.3 This specification determines the minimum requirement for the instrumentation design
according to the best engineering practices. Any deviation from these specifications will be
indicated in the detailed specifications.
1.4 The related standards referred to herein shall be of the latest editions.
2.1 The Control shall be unitwise. All Instrumentation shall be Electronic type. All final Control
elements shall be electronic pneumatic.
2.2.1 Pneumatic Instruments shall operate on air supply of 1.4 kg/cm2g and shall have
transmission and output signal of 0.2 to 1.0 kg/cm2g.
2.2.2 Instrument air quality shall be as per ISA-S7.3 and free from all corrosive, hazardous,
flammable and toxic contaminants.
2.3.1 All field mounted instruments shall be suitable for mounting in hot and humid tropical
atmosphere.
2.3.2 Materials of construction for instruments shall be consistent with temperature, pressure and
corrosion conditions and process requirements. In case where suitable material procurement
is not feasible, fluid seals or purges will be considered.
2.3.3 The instruments like control valves, pressure relief valves, orifice flanges, level instruments,
thermowell, etc., coming on pipes and vessels under IBR shall be certified by IBR or
equivalent statutory body.
2.3.4 All controls shall be through DCS as envisaged in Design basis. Single Loop microprocessor
based controllers should be used only in applications like anti-surge control.
a) The vendor shall be responsible for obtaining all statutory approvals, as applicable for all
instruments and control systems.
2.4 Transmitters shall be used in place of switches. For Pump Seal Plan instrumentation, Guide Wave
Radar Level transmitter and Pressure / Temperature transmitter shall only be used instead of
switches.
2.5 All instruments shall be tagged with SS tag plate properly secured by screws or attached by stainless
steel wires.
3.1.1 Flow measurement shall normally be carried out using thin square edged concentric orfice
plate mounted between a pair of weld neck flanges of minimum 300 # ANSI rating for line
size 2” and above.
3.1.2 Flange taps shall be used for line sizes upto 14” while D-D/2 taps shall be used for line sizes
16” and above. The material of the orifice plates shall be normally SS 316, as a minimum.
3.1.3 Orifice plate shall be fabricated strictly in accordance with Jacobs standard 4600-JSD-201.
Orifice flange dimensions shall generally conform to ANSI B 16.5 modified as per AGA
recommendation.
3.1.4 Eccentric and Segmental type of orifice plates shall be used in horizontal runs for services
involving mixed phase gas-liquid or liquids with suspended solids.
3.1.6 Flow nozzles, Venturi & flow tubes may be used for better pressure recovery, and where very
low inlet pressures are available.
3.1.7 All orifice flanges and connections shall be accessible from ground or from suitable operating
platforms.
3.2 Calculations
3.2.2 Calculation for conical entrance orifice shall be as per BS 1042 Part I.
3.3 Sizing
3.3.1 Maximum meter flow shall equal the nearest preferred factor greater than or equal to 1.43 x
Normal flow, if only the normal flow is known. If maximum flow only is given, Maximum meter
flow shall equal the nearest preferred factor greater than or equal to 1.1 maximum flow
given. If rangeability larger than 30% to 90% is required, two measuring instruments with
different ranges may be considered.
Orifice diameters should be selected so that the d/D ratio is between 0.20 to 0.70 for gas and
steam and upto 0.75 for liquids
3.3.2 Orifice meter differential range shall normally be 2500 mm H20, dry calibration. Other
preferred ranges will be 500 mm, 1250 mm, 5000 mm and 10,000 mm. For compressible
fluids, the selected differential in inches of water shall not exceed the upstream static
pressure in pound per square inch absolute.
3.3.3 Metering orifices shall not be installed in lines less than 1½” nominal diameter. If process
lines are less than 1½”, the lines shall be blown to the 1½” size for the meter run, keeping
the d/D ratio within limits when the meter runs cannot be blown to 1½” calibrated meter runs
may be used. If d/D ratio exceeds 0.75 for 5000 mm differential range, then the process line
shall be blown for the meter run.
3.4.1 Meter runs shall be for a maximum d/D ratio of 0.75 for all cases. The recommended
practice shall be as per AGA/ANSI-API-2530. However where nominal pipe size is large and
it is difficult to ensure straight run corresponding to d/D ratio of 0.75, straight run
corresponding to actual d/D ratio for that particular orifice can be used.
3.4.2 Use of straightening vanes is not preferred longer meter runs shall be provided for custody
transfer meters. Orifice plates shall be installed on horizontal lines where practical. Vertical
meter runs may be used for down flow of vapour and up flow of liquids.
3.4.3 Restriction orifices and integral orifice transmitters do not require upstream or downstream
straight pipe runs or orifices flanges.
3.5.1 Meter taps shall be horizontal for liquids, condensable vapours and steam. The taps shall be
on top for gas, non condensable vapour, or liquids which boil at or below the maximum
design ambient temperature at operating pressure. Where piping clearances are a factor,
taps may be located upto 45° below the horizontal centre line for condensable vapour, liquid
and steam. The taps may be located upto 60° from vertical for gas and vapour. Generally
atleast one pair of tapings are provided for all orifice flanges.
3.6.1 Flow transmitter shall normally be smart type with HART protocol or with FF protocol an
integral indicator for output indication.
3.6.2 Body shall be SS body minimum with stainless steel element unless other materials are
required. For direct differential pressure transmitter the cover flanges shall have provision for HP and
LP process connection on both sides, with one side blinded with drain plug.
3.6.3 Over range protection equal to the body rating shall be provided.
3.6.5 Three way valve / Five way valve manifold and oval flange adaptor shall be provided in place
of isolation and equalizing valves in the impulse piping of flow transmiiters for the service up
to 600 # rating. However in case of high pressure service and any special requirement,
piping manifold with single / double isolation valves and equalizing valve shall be considered.
3.7.1 Rotameter
3.7.1.1 Variable area flow meters shall be as per ISA-RP 16.1,2,3,4,5 and shall be used for viscous
or corrosive services or where rangeability in flow precludes the use of an orifice.
3.7.1.2 Accuracy of measurement shall be within 2% of full scale. Rotameter rangebility shall be
more than 10:1.
3.7.1.3 Glass tube Rotameters shall be used for low pressure utility services for local indication and
where line size is 1½” or less.
3.7.1.4 Glass tube Rotameters shall not be used if outlet line is connected to a line or vessel
containing hazardous or toxic fluid unless a check valve is installed at the downstream side
of Rotameter.
3.7.1.5 Metal tube Rotameters shall be used for all process fluids. External devices for indicating or
transmitting shall be magnetically coupled to the float or extension.
3.7.1.6 Rotameters shall be installed vertically with block and bypass valves.
3.7.1.9 Purge meter units shall consist of a glass / metal tube Rotameter with needle valve at the
inlet and a built-in check valve at the outlet. A differential pressure regulator shall also be
supplied in applications where either the purge supplies or process pressures are likely to
vary significantly.
3.7.2 Massflow meters shall be used for accurate flow integration for blending application, critical
feed flow, custody transfer, high viscous fluids etc.
3.7.3 Meter run with Integral orifice meters shall be used for measuring small flows in line sizes
less than 1½” and shall be installed with block and bypass valves.
3.7.4 Magnetic type flow meters shall be used for electrically conductive slurry, water or corrosive
services and shall be installed with line size bypass, with block and clean out valves, at the
lowest point in piping to ensure that meter run is always liquid filled.
3.7.5 Mass flow meters (in -line meters) shall be considered for highly viscous hydrocarbon
streams such as asphalt, vacuum residue, tar, polymers. Etc.
3.7.6 Ultrasonic flow measurement shall be considered for flare gas applications, for high
temperature & viscous service.
4.1.1 All gauge glasses shall be generally steel armoured reflex or transparent type. Body material
and cover material shall normally be forged carbon steel. 316 SS or other materials may be
used. if required, by process conditions. Tempered borosilicate glass with asbestos or other
gaskets shall be used. All gauge glasses must have a rating equal to or more than the vessel
design pressure and temperature.
4.1.2 Reflex type will be used for clean and colourless liquids, except liquids level interface.
Transparent type will be used on acid, caustic, dirty or viscous, coloured liquids and liquid
interface. Transparent type with mica or Kel-F shields shall be used for treated water, boiler
and condensate services, and for corrosive liquids which will attack glass.
4.1.3 Transparent type glasses shall have integral illuminators operating at 230 VAC, 50Hz and
suitable for the specified electrical area classification.
4.1.4 Frost shields shall be provided for cold services below 0 deg C. Internal heating shall be
provided for viscous liquids. Integral illuminators shall be used on transparent gauges, if
required.
4.1.5 Visibility shall cover the operating level range and maximum and minimum ranges expected
including start-up conditions as well as alarm and shutdown points.
4.1.6 The maximum visible length of a single gauge glass shall not exceed 1500 mm. Should a
larger level gauging be required, multiple gauges, or preferably equal lengths, shall be used
with 50 mm overlapping in visibility. Normally glass of 300mm (approx.) section length shall
be used.
4.1.7 Gauge glass valves shall be forged off-set type with an integral ball check and back seating
stem. Primary isolation valves are normally required in addition to the gauge glass valves.
4.1.8 For level gauging in very viscous liquids and liquids with crystals & interface level
measurement, float operated magnetic gauges with 2" (50mm) flanged end connections,
shall be used.
4.2.1 Guided wave radar type instruments shall be used for all interface measurement. Transmitter
shall be SMART type with HART protocol or with FF protocol.
4.2.2 Instruments shall be with rotatable head construction. Probe material shall be 316 SS with.
Other materials may be used if required by service conditions. Radiation fins or extensions
shall be used for temperatures above 200°C or below 0°C.
4.2.3 Side -side connection shall normally be used. Chamber material shall be SS if the service
calls for.
4.3.1 In general capillary type differential pressure transmitters shall be considered for all level
applications. Capillary for LP side and HP side will have direct mount diaphragm seal
(Without capillary).
4.3.2 Transmitter shall be SMART type with HART protocol or with FF protocol.
4.3.3 Differential pressure transmitters for use on corrosive, viscous or fouling service shall
generally be diaphragm seal type with remote filled capillary. Diaphragm material shall
normally be stainless steel or any other special alloy. Transmitter body material & shall be SS
body minimum.
4.3.4 The capillary and diaphragm fill fluid used shall be suitable for vaccum and high temperature
applications in general.
4.4.1 Generally Radar instruments with digital transmission shall be used for offsite tanks. Body
housing material shall be SS. The gauges shall be capable of measuring with an accuracy of +0.5
mm. Two numbers of tank side indicator one at top (Gauge Head) and other at tank datum shall be
provided.
4.4.2 Multipoint Temperature measuring system shall be provided as indicated in the “job specification”.
4.4.3 The tank side indicator for both types of gauges shall have hoisting facility.
4.4.4 Mechanical float type gauge shall have counter type tank side indicator.
4.4.5 The wetted material like float, displacer, tape, wire etc. shall generally be 316 SS.
Other special type of level instruments like radar, ultrasonic type, nucleonic type shall be
used as necessitated by application requirements.
For high-pressure steam drum level application, additional conductive type (“Hydrostat” or equivalent)
level instrument shall be provided in addition to DP type requirement.
4.7.1 The nucleonic sources shall be constructed with sufficient shielding so that, no restrictions are placed
on personnel accesses to the plant in which the device is installed.
4.7.2 Nucleonic level instruments shall be used only when there is no other practical choice of alternate
measurement available or specifically recommended by Licensor / consultant.
4.7.3 The source strength sizing calculation and installation drawing shall be reviewed and approved by
owner/PMC.
4.8.1 The usage of standpipe shall be considered for clean, non-viscous and non-crystallizing
services. The size of standpipe shall be 3” minimum. Separate isolation valve to be
considered for standpipe.
4.8.3 When level gauges are used along with transmitter, the visible length of the level gauge shall
be selected to cover the complete transmitter range.
4.8.4 Standpipe shall be used if there are more than 4 nozzles required for level instruments. All
instruments shall be provided with separate isolation valve. Stand pipe accommodating level
gauge / DCS transmitter shall be separate from standpipe / vessel tapping for interlock / trip
transmitter. Also for 2oo3 logic, tapping from same stand pipe shall be avoided.
4.8.5 Maximum number of nozzles on the standpipe shall be limited as follows:
• 8 Nos. with no guided wave radar type / Displacer type level instrument on it
• 6 Nos. with guided wave radar type / Displacer type level instrument on it.
4.8.6 Multiple level gauges shall be used for visible length more than 1500 mm.
4.8.7 Separate standpipe shall be used for boot interface level measurement in addition to
standpipe for horizontal vessel.
5.1.1 Pressure gauges shall have an accuracy of ±1% of full scale. These shall be normally
furnished with bourdon tube element. For low pressure i.e. below 1 kg/cm2g bellows
diaphragm actuation may be used. Standard dial size shall be 150 mm.
5.1.2 Dial shall be white, non-rusting plastic with black figures. The dial face shall be marked with
pressure element material. Pointers shall have micrometer adjustment.
5.1.4 Dial gauge case housing shall be SS Material. Cases shall be weatherproof as per NEMA 4.
Blow out discs shall be provided.
5.1.5 Ranges shall be so specified that the gauge normally operates in the middle third of the
scale and shall conform to IS 3624 standard dials wherever possible.
5.1.6 Pressure elements for process service shall normally be 316 SS, with forged socket and tip
of the same material. Elements above 70 kg/cm²g range shall be bores instead of drawn.
5.1.8 Cases for gauges having ranges between 0-2 and 0-20 Kg/cm²g shall have blowout discs in
the back of the case.
5.1.9 Cases for gauges having ranges above 0-100 Kg/cm²g shall be of the solid front type having
blowout backs.
5.1.10 Snubber shall be floating pin type, externally mounted and externally adjustable. It shall be
used for all pulsating services.
5.1.11 Diaphragm seals, filled type or mechanical type shall be furnished where plugging of the
element may occur or where suitable material is not available in highly corrosive services.
When chemical seals are required. they shall be the clean out type with flushing connection.
5.1.12 Over range protection shall be provided to atleast 130% of range. For vacuum service, the
element shall have under-range protection to full vacuum.
5.1.13 All pressure gauges shall be provided with shatter proof / laminated safety glass window and rear
blow out disc.
Over range protector (gauge saver) shall be provided where a pressure gauge cannot
withstand a protuberant pressure due to unavoidable operation. Over range protector
whenever used shall be of SS316, as a minimum.
Pulsation dampener shall be provided for all pulsating services e.g. Reciprocating pump
discharge piping etc. Pulsation dampeners shall be of minimum SS 316 and have connection
½” NPT (F) on both ends. Dampener shall be provided with integral screw head needle valve
to adjust aperture externally.
Pigtail type siphon shall be provided for steam service. Siphons shall be made of minimum
SS 316 having connections ½” NPT (M) on both ends.
In general, the draft gauges shall be provided for each process heater to measure draft at
burners, and in the stack, if required by process.
Direct connected gauges for indication of very low pressures and vacuum in the range of 0-
0.5 mbar to 0-150 m bar shall be vertical scale gauges utilizing a slack diaphragm
(rubberized nylon or equivalent) as the sensing element.
Where draft gauges are for used in the field, a suitable housing shall be provided.
The design of the draft gauge shall incorporate linearizing linkages where necessary to
ensure a linear response of the indicating pointer.
Draft gauges shall be required to have an accuracy of +/-3% FS or better and shall be
capable of withstanding pressures or vacuum equivalent to 100% overrange.
5.2.1 Pressure and Differential pressure transmitters shall be SMART type with HART protocol or
with FF protocol with local indicator for output indication. Indication shall be in engineering
units and percentage.
5.2.2 Transmitter body material shall be minimum SS Body with stainless steel element unless
other materials are required. Process connection shall be ½” NPT(F).
5.2.3 Range shall be selected such that normal operating pressure is within 50% to 85% of
calibrated range.
5.2.4 Over range protection shall be provided to at least 130% of range. For vacuum service. the
element shall have under -range protection to full vacuum.
5.2.5 Diaphragm seal element with capillary shall be used for congealing, corrosive and highly
viscous services.
5.2.6 The wetted parts materials of the transmitter shall be suitable for the service conditions but SS316 as
a minimum.
5.2.7 Pressure taps in main piping lines shall preferably be located on top of the piping and in equipments
shall preferably located in the equipment vapor space.
5.2.8 In general, pressure transmitter shall be close coupled, with provision for accessibility from
grade, walkways, or platforms
6.1 Thermowell
6.1.1 Thermowells shall be of 316 SS bar stock (Minimum) or better material to suit the service
conditions. The base of the thermowells shall be chosen to fit the instrument without air gap
for minimum measuring lag. Thermowell flanges shall be of ASTM A182 F316, 1½” 300# as
a minimum for pipe line mounted. For vessels & column Thermo well flanges shall be of
ASTM A182 F316, 2" 300# as a minimum.
6.1.2 These shall be fabricated from bar-stock as per Jacobs standard 4600-JSD-501
6.1.3 Immersion length of thermowells for different line sizes shall be as follows:
Any pipe line less than 4" nominal bore shall be blown to 4" size.
Built-up thermowells may be considered in low pressure and low velocity services like in fired
heaters and also where longer thermowell immersion length is required (for greater than or
equal to 500 mm).
Thermowell shall be designed to handle two phase flow velocity. Vibration analysis test to be
carried out for thermowells to be used in high pressure two phase flow.
6.2.1 Dial thermometer shall be generally gas filled type, hermetically sealed with 150 mm dial size
with a rigid stem only.
Case shall have back or bottom connection with adjustable gland to permit adjustment of
thermometer into the well.
6.2.2 Only filled type with capillary extension shall be used in cases where vibrations are likely to
be encountered. Capillary tubing shall be minimum of 304SS with stainless steel flexible
arrnouring, and PVC covering over armour.
6.2.3 Thermometer stem adjustable gland with union connection and bushing shall be suitable for
½” NPT connection.
6.2.4 Range shall be selected so that normal operating temperature is approximately 70% of full scale, and
maximum expected temperature 90% of full scale.
6.3 Thermocouple
6.3.1 Thermocouples assemblies shall be furnished with weatherproof screw type heads as per
Jacobs standard 4600-JSD-502.
6.3.3 Thermocouples shall be as far as possible only of 'K' type with 20 AWG duplex. For very low
range (-ve Temp.) T type shall be used.
6.3.4 Magnesium oxide insulated grounded type thermocouples shall generally be used.
6.3.5 The design of thermocouple assemblies shall be such that replacement on line is possible.
6.4.1 RTD assemblies shall be furnished with weatherproof screw type heads as per Jacobs
standard 4600-JSD-502.
6.4.3 RTD shall be platinum element with 100 ohms resistance at 0°C, 3 wire system shall be
adopted in connecting the element.
6.4.5 In the case of Duplex thermocouple/ RTD, two independent electrical entries shall be
provided, and unused entries sealed with blind plug.
6.5.1 The thermocouple head shall be connected with thermowell with 3-piece union to ensure
proper contact of TC junction to thermowell.
6.5.2 Head cover shall be screwed type, with SS retaining Chain fixed to body.
6.5.3 Head cover shall be weather proof and ex proof suitable to specified hazardous area
classification.
6.5.4 Cable entry shall be 2 nos.1/2” NPT (F) with one entry plugged with SS 304 plug.
6.5.5 Terminals shall have separate screws for connecting element and extension cable.
6.5.6 Special application thermocouple like Skin temperature measurement for heater or reactor
etc shall comply with Licensor’s specification.
6.5.7 For heater thermocouples, mineral insulated Inconel-600 sheath shall be considered for
Non-sulpherous atmosphere and SS-416 shall be considered for at sulpherous atmosphere.
Kanthal sheath material shall be used above 870 deg. C temperature.
6.6.1 Temperature transmitters shall be Remote mounted type (on 2” Pipe), Smart with HART
protocol or Foundation Field bus protocol and integral output meter.
6.6.3 Conventional transmitter shall have universal input for thermocouple / RTD and output 4-
20mA DC for 2 wire system.
6.6.4 Transmitter output signal shall be linear and directly proportional to the measured
temperature with overall accuracy of as per design basis.
6.6.5 Transmitter shall have automatic cold junction compensation for thermocouples and
thermocouple / RTD linear characterization.
6.6.6 Burnout protection (selectable UP scale / DOWN scale) must be provided for temperature
transmitter.
6.6.7 Temperature transmitter shall be dual compartment type, with dual input provision and sensor
diagnostic facility.
7.1 General
7.1.1 Control valves shall normally be Globe type single seated or double seated. For clean
services, guiding shall be top and bottom / cage type. For highly viscous services, cage
guiding shall be avoided.
7.1.2 Ball valves shall be considered for services where solids in suspension, high rangeability, low
pressure drops and tight shut off are required.
7.1.3 Butterfly valves shall be considered for services where solids in suspension, low pressure
drops and high capacities are required.
7.1.4 Angle valves shall be considered in services where flashing, coking, solids in suspension or
very large pressure drops are encountered.
7.2 Body
7.2.1 Minimum control valve body size shall be 1". Reduced trim shall be used when capacity is
smaller and fluid velocities are larger than permissible. Body sizes shall be limited to the
following: 1", 1½”, 2", 3", 4", 6", 8", 10" and 12".
7.2.2 The body material shall minimum be as per piping specification. Better material can be
considered based on special considerations.
7.2.3 Body flange for globe valves shall be as per line specification. All control valves shall be
suitable for ANSI flange connections. The Globe type valve shall have face dimension in
accordance with ISA-RP 75.06.
7.2.4 Radiation fins shall be used above 200°C and extension bonnets will be provided below 0°C.
7.2.5 Flanged bolted type gland stuffing boxes shall be used. Packing shall normally be Teflon on
liquid and gas service upto 200°C.Graphoil shall be used on steam service and temperature
above 200°C.
7.2.6 For services under vacuum and for special services (i.e. Oxygen , etc.), the packing to be used shall
be determined case to case.
7.2.7 Bellow seal shall be used where it is required to isolate the packing from the process fluid or
where no leakage to atmosphere can be tolerated like toxic, explosive and precious fluids.
7.2.8 The flow direction shall be clearly marked on the valve body.
7.3.1 Control valve plugs shall be top and bottom or cage guided for double ported valves and top
guided / cage guided for single ported valves. Equal percentage trim shall generally be
specified.
Equal percentage plugs shall normally be used when there are large variations in valve
pressure drop.
a) Level control
Quick opening trim shall be used for ON-OFF and Emergency Shutdown Valves.
NOTE: Whenever the trim characteristics are specified in the Licensor’s data sheets that
shall be followed
7.3.3 Material used for trim shall be minimum 316 SS, with guide bushing of hardened stainless
steel like 440 C, 17-4 PH all upto a pressure drop of 10 kg/cm²g. For higher pressure drops
or erosive and slurry services and in general for all steam services, flashing services, hard
surfacing of plug seat rings and seating area of inner valve with stellite shall be used. Special
cases may require 17-4 PH seat ring and 440C solid plugs or other materials like Hastelloy,
Durimet, Monel, etc. For temperature above 300°C stellite facing shall be used for guide
posts. Guide bushing shall always be harder by a minimum of 125 Brinnel than the guide
post.
7.3.4 The valve seat leakage shall be as per ANSI B16.104. All tight shut-off valves specified by
licensors shall meet Class VI seat leakage class requirements.
7.4 Actuators
7.4.1 Diaphragm actuators shall generally be used with 0.2 -1.0 kg/cm²g spring range. For larger
dP shutoffs, higher spring range / higher area shall be considered.
7.4.2 Piston actuators can be considered for severe pressure drop services.
7.5.1 The control valve sizing formulae shall, in general, be as per ISA. Control valve shall be
sized for the available pressure drop at normal flow, but based on a flowing quantity equal to
normal flow times over sizing factor of 1.5 or 1.1 times the maximum flow whichever is
higher. The manufacturer's published Cv values shall be used to determine valve size.
Valves in which considerable expansion takes place or substantial quantities of liquid flash to
vapour, shall have body one size larger than trim.
7.5.2 The maximum and minimum control valve opening shall be between 80% to 30% of full stroke at
maximum and minimum flow conditions.
7.5.3 All valves in liquid services shall be checked for cavitations / flashing in the sizing calculations and
special precautions shall be taken while selecting the type and trim material of control valves for
cavitations and flashing services. Special anti-cavitations trim shall be used for cavitations services.
7.6.1 On / Off valves shall generally be ball type full port trim and line size body unless specified.
7.6.2 The actuators shall generally be “piston spring return” type, and the valve open / close response time
of 10 seconds or less, except where faster action requirement is specified.
7.6.3 The On / Off Valves shall be “fire safe”, based on service requirement.
7.7 Positioners
7.7.1 Electro-pneumatic valve positioners shall be provided for all control valves and for On-Off
valves with partial stroke testing.
7.7.2 E/P positioner shall be Smart type, operating on input signal 4-20 mA DC, and with HART
protocol or with FF protocol for diagnostic & remote calibration.
7.7.3 The valve manufacture shall provide the valve signature for diagnostic purposes.
7.8 Tubing
7.8.1 6 mm OD SS 304 Tubing with SS 316 compression fittings shall be used for interconnecting
tubing of the control valve.
7.8.2 Separate air filter regulator shall be used for each E/P positioner.
7.9 Others
7.9.1 Hand wheel shall be considered where the block and by-pass valves are not provided in the
process piping or when required by process. However no by-pass or hand wheel shall be
used for shutdown valves.
7.9.2 Limit switches and any other electrical accessories shall conform to the electrical area
classification and environmental conditions.
7.9.3 Limit switches shall be of Proximity type and intrinsically safe certified. Limit switches shall be
provided both for close and open positions for all shutdown valves. The limit switches shall
have junction box with 2.5 mm2 screw terminals to facilitate field cable terminations for both open and
close limit switches. “Open / Close” local indicators shall be provided for all ON/OFF valves.
7.9.4 Solenoid valves (Direct acting type) shall be used as the pilot valve to trip a shutdown valve,
On/Off valve. Solenoid valves, wherever used, shall be universal type and shall be
continuous rated type with class F coil insulation as per IEC 85/IS 1271.
Solenoid valve shall be of SS body with SS316 trim, as a minimum. Positioners with inbuilt
solenoid valve are NOT acceptable.
The solenoid valve operating voltage shall be 24 V DC and IS (intrinsic safe) type suitable for
specified hazardous area classification. However in case of process unit whose control shall
be from existing control room, the existing control philosophy shall prevail
7.9.5 The other auxiliary devices such as lock up relay, pilot relay, booster relay volume tank etc.
shall be provided as parts of the actuating system in order to achieve the required stroke-
speed, fail safe action etc. Volume tank shall be of SS material of construction.
7.9.6 All control valves in service for temperature less than –20 deg.C, shall undergo cryogenic
testing in line with BS-6364.
7.9.7 All control valve castings in H2 service for ANSI 600 # and above rating shall undergo
Helium leak test.
a) Partial stroke test scheme shall be complete with an hardware and software’s which shall include
solenoid valves, valve positioner and logic solver. All components used in PST shall be fail safe and
shall not affect the on-off valve performance under any circumstances.
Vendor shall supply the complete testing assembly duly tubed / piped / Wired on a SS mounting
plate of thickness 3.2mm suitable for 2" pipe stanchion mounting. Standard pre designed rigidly
mounted components shall also be acceptable for PST assembly.
7.9.1 Self actuated regulators for flow, pressure and temperature shall be used for control where
loads are reasonably constant and requirement for precision and accurate control are not
stringent.
8.1.1 All pressure relieving devices shall be designed in strict accordance with ASME Code for
Boiler and Pressure Vessel, API RP 520 and IBR. Nomenclature used shall be in
accordance with API RP-520 & 521.
8.2.2.1 Pressure relief valves shall be safety relief type except for thermal relief valves. Pressure
relief valves shall be full nozzle full lift type.
8.2.2.2 Conventional valves with closed bolted bonnet, screwed cap and test gag shall be specified
for services with constant back pressure.
8.2.2.3 Bellow seal valves with closed bolted bonnet, screwed cap and test gag shall be specified for
varying back pressure.
8.2.2.4 Conventional valve with open bolted bonnet, test gag, lifting gear shall be specified for steam
services.
8.2.2.5 Pilot operated relief valves may be specified for special services and where set pressure are
closer than 10% of the operating pressure.
8.2.2.6 Base or modified nozzle type valves shall be specified for thermal relief service. Normal size
shall be ¾” x 1" with 0.38 cm² orifice for all liquids. Thermal relief valves shall be provided on
the cold side of heat exchangers where "blocking-in" is possible.
8.2.2.7 For very low relief flows as in metering pump discharge, ¼” x ¼” valves shall be used.
8.2.2.9 Pressure relief valve body casting and nozzle casting with inlet rating of 600 # and above in
Hydrogen service shall undergo Helium leak test.
8.3.1 The body material shall minimum be as piping specification. Better material may be
considered based on special considerations. Nozzle and disc shall generally be 316 SS with
machined stainless steel guide and spindle. Springs shall be carbon steel for -30°C to
+250°C and shall be cadmium plated. Tungsten alloy steel springs shall be used above
250°C.
8.4.1 Flanged connections shall be standard on sizes 1" and larger. Minimum rating shall be 150
pounds ANSI.
8.4.2 Where permissible, screwed connections shall be used on sizes ¾” and below.
8.5.1 Rupture disc shall be narrow face capsule type to fit inside the 1.0 of the bolt circle of
standard flanges.
8.5.2 Where used as a primary relieving device, the burst pressure shall not exceed vessel
pressure at burst temperature.
8.5.3 When installed upstream of a safety valve, a pressure gauge will be provided on the
downstream of the disc to indicate any rupture of the disc and an excess flow check valve.
Drain holes shall be provided where disc may be exposed to the atmosphere.
8.5.4 Materials shall be compatible with the vessel content consistent with bursting requirements
Inconel discs shall be used above 100°C where possible.
8.5.5 Each rupture disc must be supplied with minimum 3 number of additional discs. This is in
addition to discs required for carrying out burst testing at factory.
8.5.6 The bursting tolerance of the rupture disc shall be ±5% of the specified bursting pressure or
less. Unless otherwise specified.
9.1 Breather valves, flame arresters and vents shall be as per API S-2000.
9.2 Breather valve shall generally be soft seated dead weight type.
10.1 Desuperheater design shall ensure that temperature at the outlet shall be maintained with +
/- 5 deg. C of desired outlet temperature, unless otherwise specified by the Licensor.
10.2 Separate liquid injection valve and steam valve, if provided must be installed along with block
and bypass valve.
10.3 The body and trim material of construction shall be suitable for the service. In general trim
including spray nozzle shall be Stellited.
10.4 The PRDS/ DS in steam application shall be IBR certified including valve in boiler feed water
line.
10.5 The CV shall be calculated in accordance with manufacturer’s calculation procedure and
selected based on following points.
• Valve sizing shall be based on the maximum capacity of 1.25 times the normal flow or
1.1 times the max. Flow, whichever is greater.
• The minimum flow capacity shall be suitable for rangability of 30:1.The valve stroke
shall not be less than 20% opening at the minimum flow capacity.
• Fluid velocity at the outlet shall be selected suitably in consideration of the property of
fluid, the differential pressure of the valve and the line size etc.
• Noise level at 1 meter down stream of DS and at distance of 1 meter from the pipe
surface at normal flow shall not exceed 85 DBA.
10.6 A manual operator, limit switch, solenoid valve or any other auxiliary devices shall be
provided.
11.1 Analyser
a) Sample tap
e) Readout device
f) Analyser
h) Analyser shelter
11.1.2 Analyzers enclosure shall be weather proof to NEMA 4X and explosion proof suitable to the
hazardous area in which they are to be installed.
11.1.3 Where appropriate, the analyser may be installed preferably in flameproof enclosure Ex’d’ in
order to comply with required area classification. Purged cabinets shall be avoided. In this case,
the power supply shall be automatically switched off on loss of purged air flow or pressure
inside the enclosure.
11.1.4 Analyzers installed locally shall be protected by means of a shed, which shall protect the
analyser from rainwater and direct sunlight.
11.1.5 All components in contact with the sample shall be stainless steel minimum.
11.1.6 The Analyzer systems shall be supplied in fully assembled condition along with sample
handling system in and Analyzer cabinets.
11.1.7 The sample system shall contain the necessary metering, condition, gauging and filtering devices to
supply the analyser with a continuously representative and measurable sample. The material of
construction shall be chosen to prevent reaction of material with sample, absorption of components
from the sample and entrant of contaminants through osmosis or diffusion.
11.1.8 Flow indicators (permanently tagged with required values) shall be provided as required to maintain
sample, sample by-pass, sample vent and utility flow rates.
11.1.9 For carrier, reference gas requirement, manifold arrangement with automatic change over
arrangement shall be provided.
11.1.10 The design used shall provide maximum reliability, maximum on-line performance and
minimum maintenance. Instrument shall be field proven. No prototype instrument shall be
offered.
11.1.11 The Analysers shall meet Environmental Protection Agency (EPA) USA regulations or shall
be TUV approved.
11.1.12 All Analysers shall be microprocessor based and shall have automatic calibration facility,
self-diagnostic facility with local indication.
11.1.13 Analyzer shall give isolated 4 to 20 mA output, contact output and RS 485 serial interface for
communicating with DCS.
11.1.14 Calibration gas shall be supplied for 6 months after Site Acceptance Test (SAT).
11.1.15 In case licenser’s documents indicate any make / model no. for analyzers Contractor shall
provide same or equivalent. When indicated by licenser as mandatory make / model for
analyzer, contractor shall supply the same make & model.
Analyzer system shall be installed in the shelter of SS material and insulated as per
applicable standard. No RCC room is acceptable. Air conditioning system (HVAC) shall be
suitable to specified hazardous area classification. Redundant (1 working+ 1 stanby)
configuration shall be provided.
Analyzer shelter and analyzer location shall be designed to minimize sampling time and easy
maintenance.
Provision shall be made for keeping all the fast loop devices outside the shed.
11.2.1 Gas chromatograph system shall consist of complete set of analyser (s) including sampling
system, sample-conditioning system, internal power supplies, inter cabling, inter piping and
other components required to provide a fully integrated and functional system.
11.2.3 Gas chromatograph shall be provided with a dedicated PC for analyser management and
information system.
11.2.4 Gas chromatograph shall be provided with redundant RS 485 serial interface for
communicating with DCS.
11.3.1 The Gas detection system is required to monitor combustible gases. Gas detectors shall be
Infrared (IR) type for hydrocarbons and catalytic combustion type for hydrogen. For toxic gas
electrochemical type detector shall be used.
11.3.2 The gas detectors output shall be 4-20mA with HART and shall be directly connected to the
PLC or separate F & G system as per job specification system. Separate gas detection
panel is not envisaged.
11.3.3 All the mounting accessories, splash guards, junction box etc. shall be included in the scope
of supply.
11.3.4 Sensor shall be SS 316 provided with sintered enclosure with necessary protection for dust,
water splash & ambient condition & also it shall be easily replaceable.
11.3.5 Transmitter shall be Intrinsically safe type & weather proof (NEMA 4X)enclosure. Intelligent
smart transmitter with self-diagnostic Features &-auto-calibration features.
11.3.6 Calibration gas cylinders for each type of gas detector shall be sufficient for six months
normal after commissioning.
11.3.7 1 no. of portable detector for each type of gas detector shall be provided. The portable gas
detector shall be supplied complete with controller, audio visual alarm and shall be
intrinsically safe for use in hazardous area Zone I, Gr. II C, T3. These units shall be supplied
with rechargeable batteries and 230VAC, 50 Hz battery charger. These units shall be
supplied complete with its accessories like carrying case, maintenance kit etc.
11.3.8 1 no. portable purge calibrator for each type of gas detector each consisting of a volume
bottle containing a know gas / air mixture, a purge regulator, a flexible hose and adaptor cap
(to fit the sensing head) is to be supplied to enable calibration of the sensor in the field
without dismantling them. Volume bottle shall be sufficient for minimum six month after
commissioning.
11.3.9 Flashing becon and pneumatic hooter shall be supplied suitable to area classification as
required.
Alarm annunciator shall be as per ISA-518.1, in general. The standard and first out
sequences of alarm shall be Auto reset for control room mounted. Power supply shall be 110
VAC.
Annunciator will show selected abnormal conditions. The annunciator for the control room
shall be hung from ceiling cabinet with back-lighted engraved windows and integral power
supply. Solid state system with plug in type modules shall be used.
Field mounted annunciator circuit shall be Ex-proof. The power supply unit will be mounted in
a safe area.
'Fail safe' type with normally break to alarm shall be used. Provision for make to alarm shall
also be provided.
The design shall be such that transient signals of less than 330 ms duration are discounted.
Alarm annunciation in Control Rooms shall have miniature windows. Electronic shall be Split
type only to achieve the above. However, annunciator for local Panels, if any, conventional
type can be followed. Test, acknowledge, reset pushbuttons shall be provided for the
annunciation. The annunciator shall have solid state electronics.
13.1 All indication lamps, push buttons selector switches shall be Ex proof & annunciator alarm
panels in flameproof enclosure shall be installed in local panels.
Field panels shall be Ex-proof / weatherproof considered depending upon the panel size and
other criteria for hazardous areas.
13.2 Local control panels, in general, shall be of free standing, totally enclosed construction,
fabricated from 4 mm thick cold rolled steel sheet..
Maximum dimensions shall be 2100 mm (H) x 1200 mm (W) x 800 mm (D) and shall be
mounted on 100mm high channel base.
The panels shall be pickled / phosphated and shall undergo a seven-tank process before
primer is applied. The panels shall be provided with 2 coats of red oxide primer and 2 coats
of final stove enameled paint. Paint colour shall be any of the following (to be confirmed).
Normal mounting heights of instruments (centre lines of instruments to floor) shall conform to
the following, with minor adjustments depending on instruments selected:
b) Annunciators 1950 mm
13.4 Panel doors shall cover the total width and height of a panel section. All doors shall have
continuous stainless steel plane hinges. Panels over 1200mm wide shall have double rear
doors with heavy duty T-bar latches. Panels less than 1200mm wide shall have single rear
door with heavy duty T-bar latch.
13.5 Panels shall be provided with 4 lifting lugs at the top. The panels shall be well sealed against
ingress of dust and moisture. IP 51 as per IEC 529 for indoor applications and IP 54 for
outdoor service.
13.6 Local control panel for the package units shall be installed within the battery limit of the
package considering operational and maintenance requirements and accessibility. In case of
skid mounted package; panel shall be located away from the skid.
In case local control panel is housed outdoor i.e. not in a local control room, it shall be
designed to meet IP-55 requirements. In addition, panel must be provided with a rain cum
sun shade canopy /shed.
13.7 It shall be possible to switch off incoming power to panel from panel front. All such power
on/off switches shall be flameproof type.
13.8 All lamps, status as well as alarm, shall be provided with lamp test facility. One single lamp
test push button shall be used for each panel.
13.9 Engraved identification plates shall be provided for all instruments on rear of the panel face.
Instruments shall have integral nameplate on the panel front. Markers for wires, tubes,
terminals, connectors, switches, circuit breakers, panel numbers etc. shall be permanently
affixed on them.
13.10 Cable entry to the panel shall be only from the bottom. Suitable removable cable gland plate
with double compression type cable glands shall be supplied along with the panel. All unused
cable entries must be plugged.
13.11 All panels shall be equipped with an earth bus securely fixed along the inside base of the
panels. Provision shall be made for future extension of the earth bus, if need arises.
13.12 Front of panel instrument name plate shall be black laminated plastic with white core. Name
plate shall be provided on the rear of panel also.
13.13 The control panel shall be subjected to the following tests and checks:
14.1 Local gauge board shall be used to install skid mounted instruments like pressure gauges,
temperature gauges and transmitters.
14.2 Local gauge boards, when provided shall have easy access at the rear and front for all
instruments and accessories for maintenance and operation.
14.3 Gauge board shall be constructed from 4 mm cold rolled cold annealed steel sheet with
other necessary steel supporting structure and shall be painted as per manufacturer
standard.
14.4 Local gauge board shall be supplied with all instruments installed and completely in
tubed/wired condition before shipment.
14.5 All pressure gauges shall be provided with block and bleed valves securely fastened.
Identification tags shall be securely fastened for easy identification both at the front and rear.
15.1 Cables
15.1.1 All cables shall have PVC insulated primary insulation except for H2 service for which
insulation shall be PE. For electrical interface cables for which insulation shall be XLPE and
0
foundation Fieldbus cables for which insulation shall be XLPL or Polyolefines of 85 C PVC
0
as per IS-5831 type C and inner and outer jacket shall be 90 C PVC to IS-5831 type ST-2.
0
Oxygen index of PVC shall be over 30% and temperature index shall be over 250 C.
15.1.2 Cables shall be fire retardant (FRLS) as per standard IEC 332 Part III Cat. A.
15.1.3 The insulation grade shall be 600 V/1100 V as a minimum and shall meet insulation
resistance, voltage and spark test requirements as per BS-5308 Part-II.
15.1.4 All cables shall be twisted & round armoured with galvanised steel wire/flat as per IS-1554
part-I.
15.1.5 Colour coding of thermocouple extension cables shall be as per ANSI standard. Outer colour
shall be light blue for intrinsically safe cables.
15.1.6 Conductors shall be stranded electrolytic annealed copper except for T/C extension cables
Maximum dc resistance of the conductor of the cable shall be as per IS8130.
15.1.7 The drain wire resistance including shield shall not exceed 30 ohms / km.
15.1.8 A pair of communication wire shall be provided for multipair cables. Each wire shall be 0.5
mm2 of plain annealed single or multi-stand copper conductor with 0.4 mm thick 850C PVC
insulation. Insulation shall be green and red colour coded.
15.1.9 CONTRACTOR shall supply spare cables as per ‘Spare parts list Philosophy’. In each
multipair cable 20% pairs shall be kept as spare.
15.1.10 Run length of the cable shall be printed at least at every 5-metre interval.
a) Single pair shielded signal cables shall be used between field instruments and junction
boxes/local control panels.
b) Multipair individually and overall shielded signal/alarm cables shall be used between
junction boxes/local control panels and main control room, in general.
c) Shield shall be aluminium backed mylar polyester tape bonded with the metallic side
down helically applied with either side having 25% overlap and 100% coverage. The
minimum shield thickness shall be 0.05 mm in case of single pair/triad and 0.075 mm
incase of multipair/triad cable.
d) Drain wire shall be provided for individual pair and overall shield, which shall be 0.5-
mm2 multi, stranded bare tinned annealed copper conductor. The drain wire shall be in
continuous contact with aluminium side of the shield.
e) All multi pair cables shall have 6 pair/12 pairs only while multitriad cable shall have 6
triads/8 triads only.
f) Minimum conductor size for single pair / triad is 1.5 mm² and multipair / multi triad is 1.0
mm².
b) Multipair individually and overall shielded thermocouple extension cables shall be used
between junction boxes and main control room mounted devices.
d) The cable shall have 16 AWG and 18 AWG solid conductors for single and multipairs
respectively.
e) All thermocouple extension cable shall be matched and calibrated in accordance with
MC-96.1.
i) Minimum conductor size shall be 16AWG for single pair and 18AWG / 16AWG multipair
cables.
a) All power supply cables shall be as per IS-1554 Part I and shall have copper
2
conductors. Minimum conductor size shall be 2.5 mm . The cables shall be PVC
insulated and armoured. The higher size conductors shall be used incase of long
distance power cable where voltage drops more than 3 volts than required supply.
b) Any other special cable required for instruments that should also be supplied as per
requirements. CONTRACTOR shall ensure that these cables are armoured type and
shall meet all other requirements.
a) All FF cables (Multi pair and single pair) shall be 16 AWG (1.31mm2) type ‘A” cable
twisted in pair individually and overall shielded with Aluminum Mylar tape with drain wire
and armoured. The conductor shall be made of 7 stranded annealed electrolytic tinned
copper conductors. Each strand shall be 28 AWG (0.1288mm2).
b) The signal attenuation and signal distortion through this cable shall be limited such as
way that adequate signal quality shall be available at receiving end of segment as per
ISA 50.02.
d) The FF cables shall be 1 pair, 2 pair, 3 pairs and 4 pairs. 1 pair shall be used for spur
connectivity only. For trunk Multicables shall be used. At least one pair shall be provided
as spare in multi cable. All cables shall be armoured.
e) Parameters for FISCO and FNICO cable shall be as defined in IEC-61158-2 and in
addition shall be meet the limitations required by technical specification as per IEC
60079-27.
a) The characteristic impendence of each twisted pair in cable shall be 100+20 Ohms. The
Characteristic impedance may be determined by any of the methods described in
ASTM D4566 at 31.25 Khz. Signal attenuation of each twisted pair shall be less than 3
db/km at 39 kHz.
b) The difference in capacitance between one wire and the shield and other wire and shield
not be more than 4 pF/metre average. Vendor to consider a minimum 30 metre length
of cable of each type to test with these parameters.
c) Minimum jacket resistance between cable’s shield and the metal structure shall be 1 M
Ω / 330 metres.
2
d) L/R ratio of adjacent core shall not exceed 50 µH/Ω for cables with 16 AWG (1.31mm )
conductors.
f) Other specifications shall be in accordance to Type A cable as per IEC 61158-2 and in
addition meeting the limitation required by FISCO technical specification IEC 60079-27.
15.2.1 CONTRACTOR shall supply all cable glands required for glanding the above-mentioned
cables both at field instrument and local control panel, junction boxes and at main control
room.
15.2.2 All cables glands shall be of type 304 SS; double compression type suitable for armoured
cables and have PVC shrouds.
15.2.3 Flame proof glands wherever required shall be supplied with Ex (d) certification.
15.2.4 The CONTRACTOR as per spare parts list philosophy shall supply spares against all these
items.
15.3.1 Separate junction boxes shall be used for IS and non IS signals. Further it shall be
segregated based on signal types given below.
b) Thermocouple
c) Digital input
d) Digital output
e) SOV
f) Power cable
g) RTD
h) Vibration signals
i) Gas detectors
NOTE:
2) Above mentioned types of junction boxes shall again be segregated based on signal
from DCS or PLC.
15.3.2 CONTRACTOR shall supply junction boxes of die cast aluminium alloy (LM-6) body, and
flameproof with Ex (d) certification. Junction Box shall be CCOE approved, for specified
hazardous area class based on gas group service.
15.3.3 Junction boxes shall have terminals suitable for the cable sizes to be terminated but shall be
2
minimum suitable for 2.5 mm cable. 20% spare terminals shall be supplied in each junction
box. The terminals shall be mounted on rails in the junction box.
15.3.6 Each junction box shall have minimum of 10% or 2 Nos. minimum spare entries. All spare
entries shall be provided with SS plugs. All the cable entries shall be from bottom only.
15.3.7 The instrument signal cable shall be separated from power cables to protect from electrical noise. As
minimum separation distances of 1 meter shall be maintained.
15.4.1 CONTRACTOR shall supply instrument valves and valve manifolds wherever required. All
isolation and drain valves shall be gate valves. Equalising valves shall be globe valves.
15.4.2 Body rating and material shall be as per piping class or better and trim material shall be SS
316. All valves and manifolds shall be forged type only and of minimum 800 LBS rating.
15.4.3 Superior body and trim material shall be selected if required by process conditions. Packing
material in general shall be of PTFE.
15.5.1 In general flow transmitters, pressure transmitters and pressure gauges (except diaphragm
seal type) shall be installed prefabricated close coupled.
15.5.2 CONTRACTOR shall supply ½ in. NB impulse lines as per piping specification for utility
instruments, however final connection to instrument of impulse piping shall be made using
12mm OD X 0.065” thick ASTM A -269 TP 316 stainless seamless tubes and SS 316
compression fittings.
15.5.4 Proper accessibility to be provided to installed field devices by providing ladder or platforms,
for maintenance.
15.6.1 CONTRACTOR shall supply SS 316 flareless compression tube fitting of three-piece
construction of Swagelok / Parker or equivalent make only. The tube fittings shall be of
minimum 3000 LBS rating.
15.6.2 The fitting/ferrule hardness shall be in the range of RB 85-90 so as to ensure a minimum
hardness difference of 5 to 10 between tube and fittings. The ferrule shall be of stainless
steel material, in general.
15.6.3 Socket-weld type forged pipe fittings of suitable material and rating shall be supplied for pipe
fittings. The minimum rating shall be 800 lbs. Weld neck fittings shall be used where socket
weld types are not allowed by piping class.
15.6.4 All threaded fittings shall have NPT threads as per ANSI/ASME B16.11 only.
15.6.5 All the pipe fittings shall be of 800 LBS minimum rating.
15.7.1 CONTRACTOR shall supply 6mm OD x 0.028-inch thick SS 304 tubes as per ASTM A 269
seamless type. Where air supply requirement is more such as large size on/off valves 12
mm OD tube shall be used.
15.7.2 CONTRACTOR shall avoid use of intermediate connectors and shall estimate single run
length for each instrument location.
15.7.3 Isolation valves on instrument air service shall be packless gland type full-bore ball valves
and body material shall be SS 316.
15.8.1 Instrument air filter regulator of suitable size, range and capacity shall be supplied for each
pneumatic instrument.
15.8.3 The filter shall have 5 micron sintered bronze/ceramic filter element and shall be provided
with manual drain and 2" nominal size pressure gauge.
15.9.3 Transmitter mounting brackets shall be SS, with L type used for vertical piping and flat type for
horizontal mounting.
15.10.1 All cables on the Cable trays and cable ducts main pipe rack shall be laid in cable duct.
Cable ducts shall be made of hot dip galvanized M.S. sheets & frames fabricated as per
'Instrument Cable Duct Fabrication Details 4600-JSD-004.
15.10.2 All branch cables shall run on cable trays and on structural angle.
15.10.3 These cable trays shall be of perforated made of hot dip galvanized. Thickness shall be 2.0
mm for 60 mm wide tray, 3.0 mm for 100 to 400 mm wide and 4.0 mm for 500 mm wide tray.
The width shall be so selected that 50% of tray space is available for future use.
15.10.4 Suitable cable clamps shall be supplied for binding the cables/tubes at every 500 mm.
15.11.1 CONTRACTOR shall supply instrument stands, stanchions and other structural steel
material required for supporting the cable trays, impulse lines and instruments. Angles used
for cable dropping to Junction Box or to field device shall be galvanized. Stanchions shall be
made out of MS pipe galvanized.