Anda di halaman 1dari 244

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

Table of Contents
Document Number Rev. Document Title Page
Number
A307-0IY-PA-MR- 0 A307-RFQ Covering Letter-5120 3
5862-5120-RFQ
LTRAUTH 0 Letter of Authority for attending bid opening 10
A307_Proforma for 0 Proforma for Pre-Bid Queries 11
Pre-Bid Queries
Annexure- I _e- 0 Annexure-I e tendering instructions 12
tendering
Instructions_04.08.02
INSTRUCTIONS_FO 0 Insstruction for DSC 15
R_+DSC_For_Foreig
nBidders+%281%29
A307-ATCIND-5120 0 ATC Indian Bidders 26
A307-ATCFORIN- 0 ATC Foreign 34
5120
3.0 0 SIB 41
A307_SIB_Rev.6_14
.02.2014
GPCIND 0 GPC Indigenous 61
GPCIMPORT 0 GPC Import 69
A307-T&C- 0 T&C for supervision of erection testing and commissioning 77
Supervision.ind.impo
rt
SPLPKGRQMNT.FO 0 Special Packaging Requirement 79
RGN
Tax Residency 0 Tax Residency Certificate 80
Certificatee with
Form 10B
A307-PS-5120 0 Price Schedule 5120 82
A307-0IY-PA-MR- A CENTRI-VERTICAL PUMPS GPP 97
5862
A307-0IY-16-45-LA- A LIST OF ATTACHMENT 102
5862
A307-0IY-16-45- A ECHNICAL COMPLIANCE SHEET 105
TCL-5862
A307-0IY-16-45-CL- A CHECK LIST 106
5862
A307-0IY-16-45-BF- A DEVAITION FORMAT 109
5862
A307-0IY-16-45-SL- A SPARE LIST 111
5862
A307-0IY-16-45-OD- A EXCEL FORMAT 113
SA62
A307-0IY-16-45-SP- A JOB SPEC 148
5862
A307-0IY-16-45-DS- A DATASHEET FOR 0IY-PA-123 AB 156
0123
A307-0IY-16-45-SK- A SKETCH 0IY-PA-123 AB 159
0123
A307-0IY-16-45-DS- A DATASHEET FOR 0IY-PA-124 AB 160
0124
A307-0IY-16-45-SK- A SKETCH 0IY-PA-0124 A/B 163
0124
A307-0IY-16-45- A VDR 164
VDR-5862
A307-0IY-16-45-ER- A MISCELLANEOUS 168
5862
6-42-0003 3 Standard specification for induced draft/forced draft fans. 172
A307-0IY-16-50-LL- B CHECKLIST 195
5862

Page 1 of 244
Table of Contents
Document Number Rev. Document Title Page
Number
A307-0IY-16-50-SP- B JOB SPECIFICATION 196
5862
A307-000-16-50-DS- B M.V. MOTOR 200
0501
A307-0IY-16-50-VR- A VENDOR DATA REQUIREMENTS 201
5862
6-51-0032 4 Specification for medium voltage induction motors. 204
6-81-1032 2 ITP for MV motors 218
6-78-0001 0 Specification for Quality Mgt. System Requirements from Bidders 224
6-78-0003 0 Specification for Documentation Requirement from Suppliers 233

Page 2 of 244
ेऽीय काया लय ,चे
चे नई Regional Office,, Chennai
இசினய இ தியா லிமிெட, பரா திய அவலக - ெசைன
उकृ ता
“उकृ ता के आधार हमारे कम”
कम “Delivering Excellence through People”
ईआई भवन, लॉट एफ़-9, िसपकाट आईट' पाक , िस(सेर', चे नई - 603 103
EI Bhawan, Plot F-9 SIPCOT IT Park, Siruseri, Chennai - 603 103
दरू भाष सं./Phone Nos.044-27469401/27469402
CIN L74899DL1965GOI004352
REQUEST FOR QUOTATION (RFQ)
RFQ* No.: PM/A307-IY-PA-MR-5862/5120 Date: 31.12.2014
To, Client: BHARAT PETROLEUM CORPORATION. LTD.,
M/s_______________________
Project: INTEGRATED REFINERY EXPANSION
PROJECT AT KOCHI REFINERY
MR No.: A307-IY-PA-MR-5862 Rev. A
Item: PUMP-CENTRIFUGAL, VERTICAL (GENERAL
WATER SERVICE)
Due Date & Time: Up to 1200 Hrs. (IST) on 28.01.2015
At 1000 Hours (IST) on 13.01.2015 (at EIL- RO, Chennai)
Pre-Bid Meeting Last date for submission of Pre-Bid Queries : 09.01.2015
UNPRICED BID OPENING: At 1400 Hours (IST) on 28.01.2015 (at Engineers India
Limited, EI Bhawan, Plot F-9 SIPCOT IT Park, Siruseri,
Chennai - 603 103, India) (In case the bid due date
happens to fall on Holiday, the next working day shall be
deemed to be due date)
TIME & VENUE SHALL BE INTIMATED LATER
PRICED BID OPENING:
Gentlemen,

Bids are requested on behalf of our Client M/s Bharat Petroleum Corporation Limited on e-
procurement system for the subject item in total compliance to technical specifications, scope,
terms & conditions of enquiry documents / attachments
1 Bidder should submit their bids strictly as per the requirements outlined hereunder and as
specified in the Material Requisition.
2. Bidders can download the complete enquiry document from the web address
http:tenders.eil.co.in or http://eprocure.gov.in/eprocure/app

3. The bidders are required to submit soft copies of their bids electronically on the CPP
Portal only (URL: https://eprocure.gov.in/eprocure/app) using valid Digital Signature
Certificates, on or before the bid submission date and time. Bidders are required to register
themselves at https://eprocure.gov.in/eprocure/app).

Bidders to refer attached E-TENDERING METHODOLOGY (ANNEXURE-I) for detailed


instructions on registration and online bid submission.

Page 1 of 7

पंजीकृ त काया लय:ई.आई.भवन,1,भीकाईजी कामा लेस, नई 5द6ली-110066


REGD OFFICE : EI BHAWAN, 1, Bhikaiji Cama Place, New Delhi-110 066
दरू भाष/Phone : 011-26762121,फ़ै8स/Fax : 26192693
Page 3 of 244
4 Special Notes for e-tendering:
a. NIC Portal mandates that the bidders are to be registered on the portal. The enquiry
is being issued through EIL Tender Portal (http://tenders.eil.co.in) and Bidders can
download the complete RFQ documents from the EIL Tender Portal only. And
bidders shall submit their bids through NIC Portal
(https://eprocure.gov.in/eprocure/app) only
.
b. All those vendors who have still not registered on the NIC Portal are required to
register on the same (immediately after issue of enquiry on EIL Tender portal but not
later than ten days before the bid due date) for facilitating uploading of their bids
on the NIC Portal failing which it will not be possible for them to upload their bids.
Pursuant to registration, the vendors are required to inform regarding NIC registration
details.
c. Only NIC registered vendors can upload their bids on the NIC portal. Therefore, all
those bidders who have not complied with the above registration requirements will
not be eligible to bid. NIC registered bidders will be able to upload their bids from
about one week before the bid due date up to Bid Due Date. However, an EIL
enlisted vendor for the subject Limited RFQ who completes their NIC Registration
(including Digital Signature Certificate Registration) on NIC Portal atleast 2 (two)
working days prior to the Final Bid Due Date shall be allowed to upload their bids
through a Corrigendum issued by EIL in the NIC Portal, provided such request from
the concerned Vendor is received in EIL through E-mail by concerned Dealing
Officer/RFQ Issuing Authority atleast 2 (two) working days prior to Bid Due Date.
Request for extension in due date of submission of bids due to non registration or
delayed registration in NIC portal shall not be entertained.
d. The bid has to be necessarily submitted on the NIC Portal only. Inability of the bidders
to upload their bids on account of not completing the registration with NIC portal as
mentioned above will not be a reason for seeking BDD extension.
e. Enlisted vendors of EIL who have completed the registration on NIC shall only be
allowed to submit the bids through NIC Portal. Therefore, it is in the interest of the
bidders that they register on the NIC Portal at the earliest.
f. The vendor registration on NIC Portal is a very user friendly process. However, in
case of any doubt, the vendor may contact the 24 X 7 CPP Portal helpdesk at Contact
No. 1800 233 7315 or Mr. Amrit Chaswal at Ph. No. +91-7532022483 and E-mail:
support.nic@eil.co.in
5 Bidders are required to quote their price details forming part of evaluation strictly in the
EIL price schedule format for Indian Bidders/ Foreign bidders (as applicable) only.
6 Bidders in their own interest are requested to register on CPP Portal and upload/submit
their bid well in time. Bidder will be responsible for any delay due to other issues.
7 Bidders are required to upload the complete bid comprising of Part-I: - Unpriced Bid
along with all supporting documents & Part-II: - Priced Bid on the CPP Portal
(https://eprocure.gov.in/eprocure/app) only. - Refer E-Tendering Methodology
(ANNEXURE-I) enclosed with RFQ documents.
8 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. The bid summary has to be
printed and kept as an acknowledgment of the submission of bid. This acknowledgment
may be used as an entry pass for attending the un-priced bid opening, if bidders so
desire.
Page 2 of 7

Page 4 of 244
9 Bidder to ensure that they are able to download the bid documents / price schedule on e-
tendering website atleast two days before Bid Due Date (BDD).
10 Only e-Bids uploaded in the e-tendering portal (https://eprocure.gov.in/eprocure/app)
shall be acceptable. Physical bids and Bids/ Offer through Email or fax/
Telex/Telegraphic or Bids received in open condition or Bids in any other mode shall not
be accepted.
11 Technical specification should be strictly as per the Material Requisition attached. It may
be noted that the Bid shall be evaluated as received and technical queries may not be
issued.
12 Commercial requirements are specified in the Special Instructions to Bidders, General
Purchase Conditions, Agreed Terms & Conditions (ATC) questionnaire and all other RFQ
documents. The pre-filled Agreed Terms & Conditions Questionnaire should be returned
duly signed and stamped along with copy of your un-priced bid.
13 The order, if placed, will be issued by our above-mentioned client.
14 If not bidding, please submit regret letter within the due date & time, with reasons(s) of
not participating in the RFQ. In case there is no response, names of such bidder
may not be considered for issuance of future enquiries.
15 Direct bids only, without the intermediary of an Indian Agent will be considered from
Foreign Bidder.
16 Delivery / Completion Period:-
16.1 For Indian Bidders: within 06 (Six) Months from the date of issue of Fax of Acceptance
(FOA) on FOT-Despatch Point Basis. The date of LR/GR shall be considered as the
date of delivery.
16.2 For Foreign Bidders: within 05 (Five) Months from the date of issue of Fax of
Acceptance (FOA) on FOB International Sea Port of Exit Basis. Date of clean Bill of
Lading shall be considered as the date of delivery.
17 Payment Terms :-
For Indian Bidders:- The payment to Indian bidders shall be made in accordance with
Clause No. 1.5, 1.6 & 1.7 Under Section A of Special Instruction to Bidders (SIB).

For Foreign Bidders:- The payment to foreign bidders shall be made in accordance with
Clause No. 2.1 & 2.5 Under Section A of Special Instruction to Bidders (SIB).
18 The offer should be valid for 4 (Four) months from final bid due date/extended due date.
19 The bidder shall bear all costs associated with the preparation and submission of its bid,
and the Purchaser/Consultant shall in no case be responsible or liable for these costs
regardless of the conduct or outcome of the bidding process.
20 Canvassing in any form by the Bidder or by any other agency on their behalf may lead to
disqualification of their bid.
21 The e-bids received online shall be opened at EIL office on due date and time as
specified above. Bidder can view online the name of the other bidders who have
submitted their e-bids after opening is performed by EIL
Page 3 of 7

Page 5 of 244
22 All technically and commercially acceptable bidders will be advised of venue, date and time
of priced bid opening. Bids shall be opened online, hence bidders may review opening
status at their offices/ places. Interested bidder may sent their representatives (duly
authorised by a competent person and having the Letter of Authority as per proforma
enclosed), of such technically and commercially acceptable bidders. Time and Date of
opening of Price Bids shall be notified to the qualified and acceptable bidders at a later
date.
23 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
24 Addendum / corrigendum to the RFQ documents if issued must be signed and submitted
along with the bid.
25 Bidders to note that price changes against Technical / commercial clarifications, in line with
terms & conditions of enquiry documents are not allowed. In case any bidder gives revised
prices / price implications against such clarifications, their bid shall be liable for rejection.
26 EIL reserves the right to use in-house information for assessment of bidder’s capability for
consideration of bid.
27 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.
28 The bidder who is providing the technology from the company which is recently acquired /
taken over by them or purchasing the technology by other companies, shall be provide
proper documentary evidence. In the absence of the same their offer shall be liable for
rejection.
29 Bidders are requested to quote as per their capability as registered in EIL, as on the date of
issue of RFQ.
30 PRE-BID MEETING
30.1 Bidders’ 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 do 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
30.2 Bidder may contact the following person at site for site visit purpose, if any:
Mr. V. John Paul, Resident Construction Manager (RCM),Engineers India Limited, BPCL-
Kochi Refinery, Ambalamugal, Kochi, Kerala (India), Phone No.: 0484-2720313; Fax No.:
0484-2720800, E-mail: z_kr_eitsitercm@bharatpetroleum.in
30.3 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/ email 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.
30.4 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) Details of work experience meeting the BQC (if applicable)
c) Technical details, documents, design, filled datasheets as per MR.
d) Any other relevant document/ details.
Page 4 of 7

Page 6 of 244
30.5 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

30.6 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.
30.7 Based on the pre-bid discussions, a 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.

30.8 Non-attendance of the pre-bid meeting will not be a cause for disqualification of bidder.
31 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.
32 Extension in bid due date shall not generally be granted.

33 Owner reserves its right to allow Public Sector Enterprises (Central/State), Micro & Small
Enterprises (MSEs) and MSEs owned by Scheduled Caste (SC)/ Scheduled Tribe (ST)
entrepreneurs, purchase preference as admissible/applicable from time to time under the
existing Govt. policy. Bidder to submit documentary evidence for the same duly certified by
Statutory Auditor of the bidder or a practicing Charted Account (not being an employee or a
Director or not having any interest in the Bidder’s company / firm) where audited accounts
are not mandatory as per law.). In this regard, item wise quantity may be splitted and the
quoted price shall remain valid.

If the bidder does not provide the appropriate document or any evidence to substantiate
the above, then, it will be presumed that they do not qualify for any preference admissible
in the Public Procurement Policy, 2012.

34 The Net Worth of the bidder should be positive as per the immediate preceding year's
audited financial results. If the bidder is not meeting the above criteria their bid shall not be
evaluated further. Bidders are therefore requested to furnish the Audited Financial
Statement for the immediate preceding year including Profit & Loss Account.

Bidders are required to submit the complete audited financial report for the preceding
financial year including audit report, balance sheet, profit and loss statements along with all
relevant annexures & schedules required to access the positive net worth of the bidder in
that financial year. Failure to submit the same may render your bid liable for rejection.

35 Bidders are requested to submit following Networth details in their Login of EIL’s Tender
Portal before downloading the Enquiry :

a) From Financial Month/ Year _____________ to Month/ Year _________________

b) Net worth (Positive/ Negative) ________________

c) Upload Audited Financial Statements (Browse/ Attach) : _______________________”

Page 5 of 7
Page 7 of 244
36 Integrity Pact : Not applicable.

37 RFQ Document Fee/EMD/Bid Security : Not applicable.

38 Purchaser reserve the right to make any changes in the terms and conditions of purchase
and to reject any or all the bids.

39 Category of MR:

i) Please note that this is a Category-I MR whereby no technical offers are invited and
no correspondence shall be entered into or entertained after bid submission.

ii) No technical details of any nature shall be included in the offer and if the offer
contains any technical deviations or clarifications or stipulates any technical
specifications, the offer shall be liable for rejection.

iii) The submission of prices by vendor shall be construed to mean that the vendor has
confirmed compliance with all technical specifications of the correspondence item.

40 Contact Persons for this RFQ are:

a) Mr P.Murugesan, Asst. General Manager (C&P) Phone No. 0091-44-27469428 & e-


mail : p.murugesan@eil.co.in
b) Mr Renganathan.K, Senior Engineer (C&P) Phone No. 0091-44-27469401/9402,
Extn:2230 & e-mail : renganathan.k@eil.co.in

* Please specify RFQ Ref. No. in all Correspondence.


THIS IS NOT AN ORDER
Very truly yours
For & on behalf of Bharat Petroleum Corporation Limited

(P.MURUGESAN)
Asst. General Manager (Contracts & Purchase)
Engineers India Limited

Enclosures: As per List Attached.

Page 6 of 7

Page 8 of 244
LIST OF ENCLOSURES

DOCUMENT
A) Request For Quotation (RFQ)
B) Proforma of Letter of Authority for Attending Un-priced / Priced Bid Opening
C) Proforma for Bidder’s Query (Pre-Bid)
D) Provisions for Micro And Small Enterprises under PPP, 2012
E) Special Notes
F) Commercial Section:
i) Annexure-I (e-tendering methodology)
ii) Procedure for obtaining Digital Signature by Foreign Vendors
iii) Annexure-II (Net Worth Criteria)
iv) Agreed Terms & Conditions (ATC) (For Indian Bidders)
v) Agreed Terms & Conditions (ATC) (For Foreign Bidders)
vi) Special Instructions to Bidder (SIB)
vii) General Purchase Conditions (Indigenous)
viii) General Purchase Conditions (Imported)
ix) Integrity Pact
x) Terms and Conditions for Site Work
xi) Standard Specification for Health, Safety & Environment Management at Construction
Sites and Procedure for safe operation with Hydracrane for IREP, BPCL-Kochi.
xii) Terms & conditions for supervision of erection, testing and commissioning for
Indigenous bidders
xiii) Terms & conditions for supervision of erection, testing and commissioning for Foreign
bidders
xiv) Special Packaging Requirements (for Foreign Bidders)
xv) Tax Residency Certificate (TRC) format
xvi) Price Schedule
G) Technical Section:
i) Material Requisition (MR) No.: A307-IY-PA-MR-5862 Rev. A along with its
attachments

Page 7 of 7

Page 9 of 244
Proforma of Letter of Authority for Attending Unpriced / Priced Bid Opening

No. Date:

The Asst. General Manager (C&P)


Engineers India Ltd.,
EI Bhawan,
Plot F-9 SIPCOT IT Park,
Siruseri,
Chennai - 603 103
Phone: 044-27469428/27469401/2

Attn: Mr. P. Murugesan, Asst. General Manager (C&P)

Dear Sir,

We …………………………………………………… hereby authorise following representative(s)


to attend the Unpriced / Priced Bid Opening against your RFQ
No……………………………………………. for ………………………………………………………………
(Item Name)

1. Name & Designation ……………………………………. Signature

2. Name & Designation ……………………………………. Signature

We confirm that we shall be bound by all and whatsoever our representative(s) shall commit.

Yours Faithfully,

Signature_____________________

Name & Designation____________

For & on behalf of______________

Note:

This letter of Authority should be on the letterhead of the bidder and should be signed by a person
competent and having the Power of Attorney to bind the bidder.

Page 10 of 244
BIDDER’S QUERIES(PRE-BID)
Page 11 of 244

Item : _______________________________________
RFQ No. : _______________________________________

RFQ DOCUMENT
SL.
PART/ PAGE NO. CLAUSE NO. SUBJECT BIDDER'S QUERY REPLY
NO.
VOL.

NOTE:
1. Bidder’s Queries (Pre-bid) may be sent by e-mail to p.murugesan@eil.co.in

This form is not to be submitted along with the bid.


SIGNATURE OF BIDDER : ____________________________

NAME OF BIDDER : ____________________________

COMPANY SEAL : ____________________________


Annexure – 1
E-TENDERING METHODOLOGY

Instructions for Online Bid Submission:


The bidders are required to submit soft copies of their bids electronically on the CPP Portal (URL:
http://eprocure.gov.in) only, using valid Digital Signature Certificates. The instructions given below are
meant to assist the bidders in registering on the CPP Portal, prepare their bids in accordance with the
requirements and submitting their bids online on the CPP Portal.
More detailed information useful for submitting online bids on the CPP Portal may be obtained at:
http://eprocure.gov.in/eprocure/app .
REGISTRATION
1) Bidders are required to enroll on the e-Procurement module of the Central Public
Procurement Portal (URL: http://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
http://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.
Template No. 5-0000-0001-T2 Rev. 1 Copyrights EIL – All rights reserved
Dated -02-July-2014

Page 12 of 244
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.
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) To avoid Network congestion, Bidder is recommended to upload file size of up to Maximum
35 MB per part. However, in case file size exceeds 35 MB, bidder may compress the files by
scanning with 75 dpi setting as per s.no 4 below and can use additional 25 MB space (“My
Documents”) provided to the bidder as per s.no 5 below.
4) 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 75 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.
5) 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 Documents” area available to them to upload such
documents. These documents may be directly submitted from the “My Documents” 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
Template No. 5-0000-0001-T2 Rev. 1 Copyrights EIL – All rights reserved
Dated -02-July-2014

Page 13 of 244
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.
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
Please note that if Tender has been retendered, than it is mandatory for the bidder to
submit their offer again on CPP Portal.

WITHDRAWAL OF BID
It may please be noted that bidders now have an additional feature of withdrawing their
bids before due date and time. After submitting the bid on the CPP Portal, if the bidder
wishes to withdraw his bid, he can do so. However, if the bidder withdraws his bid, he
will be exempted from further participation in the tender and won’t be able to submit
his bid again for that particular tender.

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 24 x 7 CPP Portal Helpdesk. The contact number for the
helpdesk is 1800-3070-2232 and Mobile Nos +91-7878007972, +91-7878007973.

Template No. 5-0000-0001-T2 Rev. 1 Copyrights EIL – All rights reserved


Dated -02-July-2014

Page 14 of 244
Government eProcurement System

Procedure for obtaining Digital Signature by Foreign Vendors

This document gives the procedure to be followed by bidders who are resident of countries other
than India for participating in Online Tendering Activity.

As per the IT ACT 2000, all bidders who participate in the online bidding process in this site
should possess a valid Digital Signature issued by any of the Digital Signature Certificate (DSC)
vendors approved by CCA, India (https://cca.gov.in). The following document gives the procedure
that is generally followed by various vendors.

Generally, the documents that are required to be submitted by Foreign Nationals are as follows:

1. Identity Proof (ID Proof) of the person in whose name DSC has to be issued (E.g.
Passport copy)
2. Bank account statement in country of residence, duly attested by Indian Embassy / High
Commission / Consulate / Apostille in the country where the applicant is currently
located. (At least 6 months of Bank transactions) with the proof indicating the account is
owned by the Individual.
3. Copy of the Trade license attested by any one of the authorities as specified in Point 2
above.
4. As the Individual is representing the company, an Authorization on company’s letter head
as given in the form
5. Copy of the Authorization letter or invitation letter from department for the
participation in the tender by any one of the tender inviting authority.

As of now, it is learnt that GNFC, TCS, eMudhra issue DSCs with the above procedure. The
copy of the nCodes, TCS and eMudhra Format is enclosed as Annexure; the Copies of other
vendors will be made available on receipt of information from these vendors.

Note: The Information given by the vendors is attached for facilitating the Foreign Nationals to
procure DSCs from the Indian CA authorized vendors for information purpose only as shared by
the respective CA's.

Please find below the details of various vendors and procedure for obtaining DSC:

 GNFC
 Tata Consultancy Services
 eMudhra

DSC for F oPage


r e i 15
g of
n 244
Nationals Version 1.0
Page 16 of 244
Page 17 of 244
Page 18 of 244
Page 19 of 244
Page 20 of 244
Page 21 of 244
Page 22 of 244
Page 23 of 244
Page 24 of 244
Page 25 of 244
A307_ATC (I) Page 1 of 8

BHARAT PETROLEUM CORPORATION LTD


IREP-Kochi Refinery
(Job No. A307)
AGREED TERMS & CONDITIONS (ATC)
(FOR INDIAN BIDDERS)
Supplier Name: M/s ______________________________________________________________

RFQ No.: __________________________________________________________________

Supplier’s Offer Ref No. & Date: ______________________________________________________

Tel. No. ___________________Mob. No. ______________________ Fax No. ________________

Contact Person: ___________________________ e-mail _________________________________

1. ALL CORRESPONDENCE MUST BE IN ENGLISH LANGUAGE ONLY.

2. DULY SIGNED & STAMPED COPIES OF THIS “QUESTIONNAIRE”, WITH ALL THE CLAUSES
DULY CONFIRMED/ PRECISELY REPLIED TO BY THE SUPPLIER, SHALL BE ENCLOSED.
3. ALL COMMERCIAL TERMS ARE GIVEN/CONFIRMED IN THE QUESTIONNAIRE ITSELF AND
NOT ELSEWHERE IN THE QUOTATION. IN CASE OF CONTRADICTION, THE SAME GIVEN
HEREIN SHALL PREVAIL.
4. FAILURE ON PART OF THE SUPPLIER IN SUBMITTING THIS DULY FILLED-IN
“QUESTIONNAIRE” WITH UN-PRICED BID AND / OR SUBMITTING INCOMPLETE REPLIES
MAY LEAD TO REJECTION OF SUPPLIER’S BID.
5. YOUR OFFER SHALL BE IN TOTAL COMPLIANCE WITH RFQ DOCUMENTS CONTAINING
COMMERCIAL AND TECHNICAL SPECIFICATIONS INCLUDING GENERAL / TECHNICAL
NOTES AND SCOPE OF SUPPLY/SERVICES/SITE WORK, AS APPLICABLE INCLUDING
DOCUMENTATION AS PER MATERIAL REQUISITION (MR) AND SUBSEQUENT
TECHNICAL/COMMERCIAL AMENDMENT AND TECHNICAL/ COMMERCIAL CORRIGENDUM,
IF ANY.

SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.

1. Price Basis:
i) Quoted supply prices are on FOT - Despatch Point Confirmed
basis inclusive of Packing & Forwarding.

ii) Specify Despatch Point for Supplies


………………..

iii) Freight Charges:


a) Confirm transportation charges inclusive of
Service Tax and Ed Cess, upto project site,
has been quoted separately by you in Price Indicated in Price Schedule
Schedule.
b) No Variation on any account (including
Statutory Variation) on Service Tax on
Transportation Charges shall be paid by the Confirmed
owner. Confirm compliance.
iv) Insurance:
a) For Supply Only
Applicable / Not Applicable
Transit/Marine Insurance of Equipment/Item
has been taken care by the Owner & charges
Confirmed
of the same have not been included in the
quoted prices.

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

Page 26 of 244
A307_ATC (I) Page 2 of 8

SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.
b) For Supply + Site Work
Applicable / Not Applicable
Comprehensive Insurance (Transit/Marine-
cum-storage-cum-erection till handing over of
equipment) has been taken care by the Seller Confirmed
& charges of the same have been included in
the quoted prices.
2. Excise Duty applicable extra on Finished Goods:

a) Specify Excise Tariff Sub-Heading No.


…………………
b) Present Rate of Excise Duty & Edu. Cess payable
extra on finished goods (including Spares)
………..%
c) Any variations in Excise Duty & Edu. Cess at the
time of supplies for any reasons including variation
Confirmed
due to Turnover shall be borne by the Seller. Only
Statutory Variations within the Contractual Delivery /
completion period shall be borne by Purchaser.
d) If Excise Duty & Edu. Cess is Nil or not applicable at
present due to any reason, the same shall be borne Confirmed
by Seller if it becomes applicable later.
e) Confirm Excise Duty & Edu. Cess will not be
Confirmed
applicable on transportation charges.
f) If Excise Duty & Edu. Cess is Nil or not applicable
on transportation charges presently, and if it
becomes applicable at the time of delivery due to Confirmed
any reasons other than statutory, the same will be
borne by the Supplier. Confirm acceptance.
g) Non Cenvatable Excise Duty, if any is included
in quoted prices & no variation on any account
Confirmed
(including statutory variation) shall be paid by
Owner.
h) Only Statutory Variations, if any, in the present rate
of Excise Duty, upto the Contractual Delivery Date /
Completion Period shall be to Owner’s account Confirmed
subject to documentary evidence to be furnished by
Seller.
3. Sales Tax applicable extra on finished goods:
a) Central Sales Tax against Concessional Form “C” Applicable / Not Applicable
payable extra on finished goods (including spares)
is applicable & the present rate (in %age) is …………%
indicated
b) Kerala VAT payable extra on finished goods Applicable / Not Applicable
(including spares) without concessional form is
applicable & the present rate (in %age) is indicated ………….%
c) If CST / Kerala VAT is Nil or not applicable at
present due to any reason, the same shall be borne Confirmed
by Supplier if it becomes applicable later.
d) Confirm CST/ Kerala VAT will not be applicable on
Confirmed
transportation charges.
e) If CST / Kerala VAT is Nil or not applicable on
transportation charges presently, and if it becomes
applicable at the time of delivery due to any reasons
other than statutory, the same will be borne by the Confirmed
Supplier. Confirm acceptance.
f) Only Statutory Variations, if any, in the present rate
of CST / Kerala VAT, upto the Contractual Delivery Confirmed
Date / Completion Period shall be to Owner’s

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

Page 27 of 244
A307_ATC (I) Page 3 of 8

SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.
account subject to documentary evidence to be
furnished by Seller.
4. Octroi / Entry Tax:
Octroi / Entry Tax, if applicable on finished goods (including Confirmed
spares) shall be borne and paid directly by Owner. Confirm
that Octroi / Entry Tax has not been included in the quoted
prices.
5. Any new or additional taxes/ duties and any increase in the
existing Cenvatable taxes/duties imposed after contractual
completion period shall be to Supplier’s account whereas Confirmed
any corresponding decrease in the existing Cenvatable
taxes/ duties shall be passed on to the Owner.
Spares Parts:
6.
a) Confirm item wise unit price (FOT Despatch Point)
of following spare parts as required in Material Confirmed
Requisition (MR) have been quoted/included
indicating itemised quantity.
i) Mandatory Spares are quoted as per MR. Confirmed (if Applicable as per MR)

ii) Commissioning spares as specified in MR are Confirmed (if Applicable as per MR)
included in the quoted Price.
iii) Special Tools & Tackles as specified in the MR Confirmed (if Applicable as per MR)
are included in the quoted prices.
iv) Confirm spares wherever required have been Confirmed (if Applicable as per MR)
included in the quoted price and list of spares
is also furnished.

b) i) Recommended Spares for Two Years


Operation & Maintenance
Recommended Spares for Two Years
Operation & Maintenance, as specified in MR
Confirmed (if Applicable as per MR)
have been quoted separately with Price
validity of One (1) year from Contractual
Delivery Date for Main Items/Equipment & List
of such spares has been furnished in the
Unpriced Bid.
ii) Firm Freight charges upto Site for the
Recommended O & M Spares as per Sl. No. (i) Indicated in Price Schedule
above, is indicated (in %age)
7. Site Work:
For Site Work, if in the scope of the Bidder as per MR,
please confirm the following:
a) Confirm that quoted site work prices are exclusive of
Service Tax & Edu. Cess but inclusive of VAT on
Confirmed
Works Contract and all other applicable taxes &
duties.
b) Percentage of Service Tax & Edu. Cess as
applicable extra on Site Work.
Indicated in Price Schedule
c) Supplier shall submit the Assessment/ Liability
Certificate from Sales Tax authorities indicating the
Confirmed
VAT on Works Contract payable for enabling Owner
to deduct the same from Supplier Invoices & make
payment to the tax authorities. TDS Certificate

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

Page 28 of 244
A307_ATC (I) Page 4 of 8

SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.
towards VAT on Works Contract shall be provided
by Owner. Statutory variation on VAT on Works
Contract shall not be payable by Owner.
d) Statutory Variation on Service Tax & Edu. Cess on
Site work shall be paid by the Owner against
Confirmed
documentary evidence within Contractual
completion period.
e) Confirm that Entry Tax / Octroi applicable on
Construction Machinery/Equipment brought by the
Confirmed
supplier to site to execute / complete the site work
shall be borne by the Supplier and same is included
in the quoted prices. No variation (including
statutory) on such entry tax shall be paid by the
Owner.
8. Supervision / Training Charges:
a) Charges for Supervision / Training, if in the scope of Confirmed, Quoted in Price Schedule
the Bidder as per MR have been indicated by bidder
separately in the Price Schedule.
b) Percentage of Service Tax & Edu. Cess as
applicable extra on Supervision / Training. Service
Tax on supervision / Training charges quoted shall Quoted in Price Schedule
be considered for comparison/evaluation as detailed
in Special Instructions to Bidders (SIB)
c) Per-diem rate for supervision has been quoted in
accordance with the Terms & Conditions for Confirmed
Supervision enclosed with the RFQ Documents.
d) Where erection/ testing/ commissioning supervision,
commissioning assistance is required as per RFQ
Documents / Material requisition, penalty for non
mobilization/delay in mobilization as per order shall
be applicable. The penalty shall generally be 1.5 Noted & Confirmed
times the per diem rate for each day of delay of
reporting to site and shall be in addition to price
reduction for delayed delivery.
e) Bidders shall also provide additional BG of an
amount equal to the per diem charges for the
number of days considered for evaluation, over and
above 10% PBG to cover compensation for delay in
mobilizing the erection/ commissioning personnel.
This BG will be released to the bidder upon the Noted & Confirmed
erection/ commissioning personnel reporting at site.
This BG shall be furnished along with last 10%
supply payment and shall be initially valid up to six
months which shall be extended based on the
request by Owner.
9. Confirm documentation charges as per MR are included in Confirmed
quoted prices.

10. Price Reduction for delay in completion / delivery:


a) Confirm acceptance of price reduction schedule for
delay in deliveries / completion as specified in GPC
& Special Instructions to Bidders (SIB) enclosed in Confirmed
RFQ Document. Liquidated damages or penalty are
not acceptable.
b) In case of delay, vendor will reduce the invoice Confirmed
amount by applicable reduction.

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

Page 29 of 244
A307_ATC (I) Page 5 of 8

SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.

11. Delivery / Completion Period:


Please confirm delivery / completion period as specified in Confirmed
the RFQ Covering Letter

12. Payment Terms: Confirmed


Confirm acceptance of “Terms and Mode of Payment” as
per respective clause(s) given in SIB and RFQ covering
letter.
12.1 In case, quantity tolerance is specified in the Material Confirmed
Requisition(MR) then, payment shall be released for
the actual quantity supplied and accepted as per MR
specifications. Confirm compliance.
13. Part Order:
a) Confirm acceptance of Part Order clause as per Confirmed.
GPC (Indigenous).
b) The quantities against a particular item will not be
split. Any charges quoted extra as lumpsum shall be Confirmed
applicable prorata on value basis in the event of part
order.
14. Repeat Order:
Confirm Acceptance of Repeat Order clause as per RFQ Confirmed
Covering Letter / SIB / GPC.

15. Performance Bank Guarantee:


a) In the event of award of order, submission of
Performance Bank Guarantee for 10% of total order Confirmed
value valid till full guarantee period plus 3 (Three)
months.
b) The Performance Bank Guarantee shall be strictly
as per enclosed proforma and shall be from any
Indian Scheduled Bank or branch of an International Confirmed
Bank situated in India and registered with Reserve
Bank of India as scheduled foreign Bank.
16. Guarantee / Warranty: Confirmed
Confirm acceptance to Guarantee / Warranty clause as
mentioned in the GPC/SIB.

17. Firmness of prices:


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

18. Testing and Inspection charges:


a) Goods supplied are subject to stage wise and final
inspection as specified in MR by EIL and no extra
charges shall be payable by Owner towards the Confirmed
same. Travel, Living and Personnel expenses of
EIL’s Representative shall be borne by Owner.
b) Quoted prices are:
i) Inclusive of all testing and inspection charges Confirmed
(if applicable) as per MR.
ii) Inclusive of all IBR/IGC/NACE charges (if
applicable) as required in the Material Confirmed
Requisition.

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

Page 30 of 244
A307_ATC (I) Page 6 of 8

SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.

iii) Inclusive of all statutory certification charges


PESO/CCOE, etc. (if applicable) as required Confirmed
in the Material Requisition

c) Is your shop approved by IBR/CCE authority, if yes,


indicate validity.
i) IBR Validity Upto :__________________

ii) CCE Validity Upto: __________________

iii) It is the responsibility of supplier to get the


entire imported materials and the built in
imported contents inspected by TPIA (i.e.
M/s.Certification Engineers International Ltd.
(CEIL)/M/s.Lloyds Register of Industrial Confirmed
Services (LRIS)/ M/s.Det Norske
Veritas(DNV)/ M/s.Bureau Veritas (BV) /
M/s.TUV) in the country of origin and the
quoted prices are inclusive of charges
towards the same.
19. Import Content:
If your offer is based on certain imported raw materials (Applicable / Not Applicable)
required for equipments/ materials offered, please specify (Please tick whichever is applicable)
the following :
a) Confirm that quoted prices are based on Merit rate
of Customs duty, CVD, Educational Cess and SAD Confirmed
as applicable.
b) Indicate rate of Import Duties considered and Refer Annexure to Price Schedule
included in the quoted prices.
c) Indicate brief description / specification with
itemised CIF value and country of origin of imported Refer Annexure to Price Schedule
material.
d) Indicate classification with tariff no. under which Refer Annexure to Price Schedule
Vendor intends to import.
e) Confirm prices shall be firm on account of variation Confirmed
in foreign exchange rate.
f) Owner shall not provide any import licence. Noted

g) Quoted prices are after considering the benefit of


CENVAT on CVD including Edu. Cess. In case Confirmed
material is shipped directly to Port/Project Site,
quoted prices are excluding CENVAT benefit.
h) In case material is directly dispatched from port,
CVD amount shall be reimbursed subject to Confirmed
submission of bill of entry documents along with
CVD invoice.
i) Any upward variation due to change in Customs
Duty classifications shall be absorbed by the
vendor. However, any reduction in customs duty Confirmed
due to change in classification shall be passed on to
Owner.
j) Statutory variations, if any, in the rate of Import
rd
Duties upto 2/3 contractual delivery period shall be Confirmed
to Owner’s account.

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

Page 31 of 244
A307_ATC (I) Page 7 of 8

SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.

k) Any increase in price due to increase in the rate of


Import Duties, due to any reasons, whatsoever,
beyond the 2/3 rd contractual delivery period, shall Confirmed
be to vendor's account. However, any decrease in
Import Duties rate at the time of actual clearance of
imported materials shall be passed on to Owner.
l) The CIF Value(s) indicated by the vendor shall be
deemed to be the maximum value(s) for the Confirmed
purpose of payment of variation in custom duty
and/or other statutory variations, if any, thereon.
m) Variation in price due to Customs duty rate will be
dealt separately after receipt of material at site, Confirmed
against documentary evidence.
20. Validity of Bid:

Confirm Bid validity as stipulated in RFQ covering letter Confirmed


from the final due date of bid submission.
21. Compliance to RFQ documents:
a) Confirm your offer is in total compliance with RFQ
Document containing technical specifications
including General / Technical notes, scope of
Confirmed
supply/services/site work (as applicable) including
documentation as per Material Requisition (MR) and
subsequent amendment and corrigendum, if any.
b) Confirm your offer is in total compliance with RFQ
documentation containing commercial terms and
Confirmed
conditions as per the following documents, without
any deviation:
i) Request for Quotation (RFQ) Confirmed
ii) Special Instructions to Bidders (SIB) Confirmed
iii) General Purchase Conditions (GPC) Confirmed
iv) Terms & Conditions of Site work / GCC / HSE Confirmed(if applicable)
v) Integrity Pact Confirmed
vi) Terms & Conditions for Supervision services Confirmed
vii) Commercial / Technical Amendments, if any Confirmed

22. Whether any of the Directors of Bidder is a relative of any


Director of Owner/EIL or the Bidder is a firm in which any
Director of Owner/EIL or his relative is a Partner or the Confirmed No relation
Bidder is a private company in which any director of
Owner/EIL is a member or Director.
23. Please confirm you have not been banned or delisted by
any Government or Quasi Government agencies or PSUs.
If you have been banned, then this fact must be clearly
Not Banned
stated. This does not necessarily mean cause for
disqualification. However if this declaration is not furnished
the bid shall be rejected as non-responsive.
24. Please confirm your offer contains the following:
Confirmed
24.1 UNPRICED OFFER- without any Deviations
24.2 PRICED OFFER
Confirmed
Duly filled Price Schedule with relevant annexures
25. Please confirm that you have quoted strictly for items Confirmed
based on your registration/approval with EIL as on date of
issue of RFQ.

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

Page 32 of 244
A307_ATC (I) Page 8 of 8

SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.

26. Any claim arising out of order shall be sent to Owner in Confirmed
writing with a copy to EIL within 3 months from the date of
last despatch. In case the claim is received after 3 months,
the same shall not be entertained by Consultant/ Owner.
27. Printed terms and conditions, if any, appearing in quotation, Confirmed
shall not be applicable in the event of order. In case of
contradiction between the confirmations given above and
terms & conditions mentioned elsewhere in the offer, the
confirmation given/confirmed herein above shall prevail.
28. Confirm that Net worth of the Bidder’s company is Confirmed & Submitted
positive as per the immediate preceding year’s
audited financial results & Immediate preceding year’s
audited annual financial results has been submitted along
with unpriced bid.
29. Confirm acceptance to Technical Confirmed
Specifications/Notes, etc., as per Material Requisition
(MR) without any deviation, failing which offer shall be
liable for rejection as the Material Requisition being a
category-I.

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

Page 33 of 244
A307_ATC (F) Page 1 of 7

M/s BHARAT PETROLEUM CORPORATION LIMITED


IREP-Kochi Refinery
(Job No. A307)
AGREED TERMS & CONDITIONS (ATC)
(FOR FOREIGN BIDDERS)
Supplier Name: M/s ______________________________________________________________

RFQ No.: __________________________________________________________________

Supplier’s Offer Ref No. & Date: ______________________________________________________

Tel. No. ___________________Mob. No. ______________________ Fax No. ________________

Contact Person: ___________________________ E-mail _________________________________

1. ALL CORRESPONDENCE MUST BE IN ENGLISH LANGUAGE ONLY.

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

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


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

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


“QUESTIONNAIRE” WITH UN-PRICED BID AND / OR SUBMITTING INCOMPLETE REPLIES
MAY LEAD TO REJECTION OF SUPPLIER’S BID.

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


COMMERCIAL AND TECHNICAL SPECIFICATIONS INCLUDING GENERAL / TECHNICAL NOTES
AND SCOPE OF SUPPLY/SERVICES/SITE WORK, AS APPLICABLE INCLUDING
DOCUMENTATION AS PER MATERIAL REQUISITION (MR) AND SUBSEQUENT
TECHNICAL/COMMERCIAL AMENDMENT AND TECHNICAL/ COMMERCIAL CORRIGENDUM, IF
ANY.
SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.
1 a) Confirm that the offer contains firm prices on Confirmed
F.O.B. International Seaport of Exit Basis
b) Indicate International Seaport of Exit
…………………
c) Indicate the HSN Code of the Items
…………………
d) Details of any Free Trade Agreement (FTA) /
Comprehensive Economic Partnership Agreement
(CEPA) / Treaty between Bidders country Govt. &
Indian Government for availing custom duty
exemption / concession. If bidder will not
specifically mention the same, it is to be
considered that there is no specific Agreement / …………………
Treaty between Govt. of Bidders & Purchasers
Country.
e) Confirm transportation charges inclusive of
Service Tax and Ed Cess, upto project site, has
been quoted separately by you in Price Schedule. Indicated in Price Schedule
f) In case you have not indicated the ocean freight
charges separately in the price schedule please
quote the same in terms of Percentage of the …………….%
quoted FOB Price.
g) In case ocean freight charges are repeated
anywhere in the bid/Price Schedule/ATC, then Confirmed

SUPPLIER’S SIGNATURE WITH STAMP/SEAL


Page 34 of 244
A307_ATC (F) Page 2 of 7

SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.
higher shall be considered for evaluation & lower
for ordering. (In case of CFR)
2. Insurance:
a)
For Supply Only
Price quoted must exclude Marine insurance
charges from FOB International Port of Exit, as
Applicable / Not Applicable
same shall be arranged by the Owner. However all
marine insurance charges for inland transit upto
Confirmed
FOB International Port of Exit must be included by
you in your prices.
b)
For Supply + Site Work
Comprehensive Insurance (Transit/Marine-cum- Applicable / Not Applicable
storage-cum-erection till handing over of
equipment) has been taken care by the Seller &
charges of the same have been included in the Confirmed
quoted prices.
3. Owner reserves the option to place order either on FOB
or CFR basis. Confirmed
4. Delivery / Completion Period:
a) Delivery / Completion period shall be as
Confirmed
mentioned in the RFQ covering letter.
b) Confirm delivery period shall be reckoned from the
Confirmed
date of Fax of Acceptance.
c) Confirm date of clean Bill of Lading shall be
considered as date of delivery. (In case order is Confirmed
placed on FOB port of Exit basis or on CFR basis).
5. Taxes & Duties:
a) All taxes, duties and levies of any kind payable
upto FOB International Port of Exit shall be borne Confirmed
by Bidder.
b) Export permit/licence if required shall be vendor’s
responsibility & any expenditure towards same will Confirmed
be borne by Bidder.
6. Supervision / Training Charges:
a) Charges for Supervision / Training, if in the scope
Confirmed, Quoted in Price
of the Bidder as per MR have been indicated by
Schedule
bidder separately in the Price Schedule.
b) Per-diem rate for supervision has been quoted in
accordance with the Terms & Conditions for Confirmed
Supervision enclosed with the RFQ Documents.
c)
It is mandatory for the foreign supplier / contractor
/ consultant to indicate Permanent Account
Number (PAN) 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 .
d) Where erection/testing/commissioning
supervision, commissioning assistance is required
as per RFQ Documents / Material Requisition,
penalty for non mobilization/delay in mobilization
Noted & Confirmed
as per order shall be applicable. The penalty shall
generally be 1.5 times the per diem rate for each
day of delay of reporting to site and shall be in
addition to price reduction for delayed delivery.
e) Bidders shall also provide additional BG of an Noted & Confirmed

SUPPLIER’S SIGNATURE WITH STAMP/SEAL


Page 35 of 244
A307_ATC (F) Page 3 of 7

SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.
amount equal to the per diem charges for the
number of days considered for evaluation, over
and above 10% PBG to cover compensation for
delay in mobilizing the erection/ commissioning
personnel. This BG will be released to the
bidder upon the erection/ commissioning
personnel reporting at site. This BG shall be
furnished along with dispatch documents which
shall be initially valid up to six months which shall
be extended based on the request by BPCL.
7. Site Work:
For Site Work, if in the scope of the Bidder as per MR,
please confirm the following:
a) Confirm that quoted site work prices are exclusive
of Service Tax & Edu. Cess but inclusive of VAT Confirmed
on Works Contract and all other applicable taxes &
duties.
b) Percentage of Service Tax & Edu. Cess as
applicable extra on Site Work.
……………..%
c) Supplier shall submit the Assessment/ Liability
Certificate from Sales Tax authorities indicating
the VAT on Works Contract payable for enabling
Owner to deduct the same from Supplier Invoices Confirmed
& make payment to the tax authorities. TDS
Certificate towards VAT on Works Contract shall
be provided by Owner. Statutory variation on VAT
on Works Contract shall not be payable by Owner.
d) Statutory Variation on Service Tax & Edu. Cess on
Site work shall be paid by the Owner against
Confirmed
documentary evidence within Contractual
completion period.
e) Confirm that Entry Tax / Octroi applicable on
Construction Machinery/Equipment brought by the
Confirmed
supplier to site to execute / complete the site work
shall be borne by the Supplier and same is
included in the quoted prices. No variation
(including statutory) on such entry tax shall be
paid by the Owner.
8. Validity:
Confirm Bid validity as stipulated in RFQ covering letter Confirmed
from the final due date of bid submission.
9. Manufacturer’s Name and Address, Phone No., Fax
No., email ID, etc.,

10. Inspection Charges:


a) Goods supplied are subject to stage wise and final
inspection as specified in MR by TPI agency i.e.
Certification Engineers International Ltd. Confirmed.
(CEIL)/Lloyds Register of Industrial
Services (LRIS) / Det Norske
Veritas(DNV)/ Bureau Veritas
(BV)/M/s.TUV in the country of origin and
charges of the same shall be included in quoted
price and it is supplier’s responsibility to arrange

SUPPLIER’S SIGNATURE WITH STAMP/SEAL


Page 36 of 244
A307_ATC (F) Page 4 of 7

SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.
for the same.

b) Quoted prices are:

i) Inclusive of all testing and inspection charges


(if applicable) as per MR. Confirmed
ii) Inclusive of all IBR/IGC/NACE charges (if
applicable) as required in the Material Confirmed
Requisition.
iii) Inclusive of all statutory certification charges
PESO/CCOE, etc. (if applicable) as required Confirmed
in the Material Requisition.
11. Country of Origin:
Country of origin from where the goods have been
offered. …………………………
12. Currency of Quote:
Furnish the currency of quote. Change in currency once
quoted will not be allowed. Bidder shall quote either
in USD / Euro only. Bids submitted in any other …………………………
currency shall be liable for rejection.
13. Spares Parts:
a) Confirm item wise unit price (FOB Port of Exit
basis) of following spare parts as required in
Confirmed
Material Requisition (MR) have been
quoted/included indicating itemised quantity.
i) Mandatory Spares are quoted as per MR. Confirmed (if Applicable as per MR)
ii) Commissioning spares as specified in MR
Confirmed (if Applicable as per MR)
are included in the quoted Price.
iii) Special Tools & Tackles as specified in the
Confirmed (if Applicable as per MR)
MR are included in the quoted prices.
iv) Confirm spares wherever required have been
included in the quoted price and list of spares Confirmed (if Applicable as per MR)
is also furnished.
b) Recommended Spares for Two Years Operation &
Maintenance, as specified in MR have been
quoted separately with Price validity of One (1)
year from Contractual Delivery Date for Main
Confirmed (if Applicable as per MR)
Items/Equipment & List of such spares has been
furnished in the Un-priced Bid. Also item wise
Ocean freight charges up to port of entry, Kochi
(India) for the spares has been quoted.
14. Confirm documentation charges as per MR are
inclusive in your quoted prices. Confirmed

15. Confirm customer references list for the item/model Confirmed


quoted by you, is given in offer.

16. Indicate shipping weight (net and gross) and volume of


the consignment.
---------------------------
17. Performance Bank Guarantee:

a) Confirm goods to be supplied by you shall be


guaranteed for performance as per the General
Purchase Conditions (Imports) & Special
Confirmed
Instructions to Bidders (SIB) and the Bank
Guarantee towards Performance of 15% of Order
Value shall be valid till full guarantee period plus 3

SUPPLIER’S SIGNATURE WITH STAMP/SEAL


Page 37 of 244
A307_ATC (F) Page 5 of 7

SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.
(Three) Months.

b) i) The Performance Bank Guarantee shall be


strictly as per proforma enclosed with the
GPC document and shall be from any Indian
Scheduled Bank or any reputed International Confirmed
Bank and shall be submitted within 15 days
from date of FOA.

ii) However, if Performance Bank Guarantee


are furnished other than the Nationalised
Indian Bank, the banks where BGs are
furnished, must be Commercial Bank having
net worth in excess of Rs. 100 crore or USD Confirmed
22 Millions and any declaration to this effect
will be furnished by such Commercial Bank
either in the bank guarantee itself or
separately on a letter head.
18. Guarantee / Warranty
Confirm acceptance to Guarantee / Warranty clause as Confirmed
mentioned in the General Purchase Conditions &
Special Instructions to Bidders.

19. Firmness of prices:


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

20. Part Order:


a) Confirm acceptance of Part Order clause as per
Confirmed
GPC (Imports).
b) The Quantities against a particular item will not be
split. However, in case of part order confirm all
lumpsum charges quoted extra if any viz.
Confirmed
Documentation, testing, packing, crating, handling,
FOB, IBR etc., can be considered prorate on value
basis.
21. Repeat Order:
Confirm Acceptance to Repeat Order as per RFQ Confirmed
Covering Letter/SIB/GPC/Material Requisition.
22. Price Reduction on delay in delivery/completion:
a) Confirm acceptance of price reduction schedule
for delay in deliveries/completion of work/services
specified in General Purchase Conditions (GPC) Confirmed
enclosed with the RFQ Document. Liquidated
damages or penalty are not acceptable.
b) In case of delay, vendor will reduce the invoice
Confirmed
amount by applicable reduction.
23. Payment Terms:
Confirm acceptance of payment terms as per “Payment
Terms and Mode of Payment” specified in Special Confirmed
Instructions to Bidders and RFQ covering letter.

24. a) Letter of Credit shall be opened after receipt of


unconditional order acknowledgement along with
15% performance bank guarantee valid till expiry Confirmed
of Material/Equipment Guarantee period as per
General Purchase Conditions and Special

SUPPLIER’S SIGNATURE WITH STAMP/SEAL


Page 38 of 244
A307_ATC (F) Page 6 of 7

SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.
Instructions to Bidders plus 3 (Three) months
claim period.
b) Letter of Credit shall be opened through a Govt. of
India Nationalised/ Scheduled Bank and hence
need not be confirmed. Confirmed L/C not required
OR

c) However, if you still insist for confirmed L/C,


confirmation charges shall be borne by you. Noted & Confirmed
Please confirm.
25. All Bank charges and stamp duties payable outside
India in connection with payments to be made under
Purchase Order for the item, if placed, shall be borne by Confirmed
you. All bank charges and stamp duties payable in
India shall be borne by the Purchaser.
26. Please indicate name and address of your Bankers for
L/C opening, telephone/E-mail address.
27. a) Confirm your offer is in total compliance with RFQ
Document containing technical specifications
including General / Technical notes, scope of
supply/services/site work (as applicable) including Confirmed
documentation as per Material Requisition (MR)
and subsequent amendment and corrigendum, if
any, without any deviation.
b) Confirm your offer is in total compliance with RFQ
documents containing commercial terms and
Confirmed
conditions as per the following documents, without
any deviation:
i) Request for Quotation (RFQ) Confirmed
ii) Special Instructions to Bidders(SIB) Confirmed
iii) General Purchase Conditions (GPC) Confirmed
iv) Terms & Conditions for Supervision Confirmed (if Applicable as per MR)
v) Terms & Conditions for Site work, GCC & Confirmed (if Site Work is Applicable
HSE as per MR)
vi) Integrity Pact Confirmed
vii) Commercial / Technical Amendments, if any Confirmed
28. Direct offer without the intermediary of an Indian
Agent will only be considered. Noted & Confirmed.
29. Please confirm you have not been banned or delisted
by any Government or Quasi Government agencies or
PSUs. If you have been banned, then this fact must be
clearly stated. This does not necessarily be cause for
Not Banned
disqualification. However if this declaration is not
furnished the bid shall be rejected as non-responsive.

30. Please confirm your offer contains the following:

30.1 Unpriced offer- without any deviations Confirmed


30.2 Priced Offer
Confirmed
Price Schedule with relevant annexures
31. Any claim arising out of order shall be sent to Owner in
writing with a copy to EIL within 3 months from the date
of last despatch. In case the claim is received after 3 Confirmed
months, the same shall not be entertained by consultant
/ Owner.

32. Printed terms and conditions, if any, appearing in


Confirmed
quotation, shall not be applicable in the event of order.

SUPPLIER’S SIGNATURE WITH STAMP/SEAL


Page 39 of 244
A307_ATC (F) Page 7 of 7

SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.
In case of contradiction between the confirmations
given above and terms & conditions mentioned
elsewhere in the offer, the confirmation given/confirmed
herein above shall prevail.
33. Confirm that Net worth of the Bidder’s company is
positive as per the immediate preceding year’s audited
financial results & Immediate preceding year’s audited Confirmed & Submitted
annual financial results has been submitted along with
unpriced bid.
34. Bidder to confirm compliance to Annexure-A attached
with Special Instructions to Bidder (SIB) for Indian Confirmed.
Source items (if applicable)
35.
Confirm acceptance to Technical Specifications/Notes, Confirmed
etc., as per Material Requisition (MR) without any
deviation, failing which offer shall be liable for rejection
as the Material Requisition being a category-I.

VENDOR’S NAME:

SIGNATURE & SEAL:

SUPPLIER’S SIGNATURE WITH STAMP/SEAL


Page 40 of 244
BPCL-KR
Job: A307

INTEGRATED REFINERY EXPANSION PROJECT


OF
M/s BHARAT PETROLEUM CORPORATION LTD,
KOCHI REFINERY, KOCHI, KERALA

SPECIAL INSTRUCTION TO BIDDER


(SIB)

A307_SIB Rev.6 dt. 14.04.2014 Page 1 of 20

Page 41 of 244
BPCL-KR
Job: A307

INDEX
SECTION – A (TERMS OF PAYMENT)
1.0 Payment Terms For Indian Bidders
2.0 Payment Terms For Foreign Bidders
3.0 Ocean Freight
SECTION – B: EVALUATION CRITERIA FOR COMPARISION OF BIDS
4.0 Where only Indian Bids are under comparison
5.0 Where only Foreign Bids are under comparison
6.0 Where Indian as well as Foreign Bids are under comparison
7.0 General Notes
8.0 Special Notes on Taxes/Duties and CENVAT benefits
9.0 Price Reduction Schedule Towards Delay In Delivery
10.0 Guarantee / Warranty Period
SECTION-C: (COMMERCIAL LOADING OF OFFERS IN CASE OF DEVIATIONS)
11.0 Basis of Loading
12.0 Payment Terms
13.0 Performance Bank Guarantee (PBG)
14.0 Delayed Deliveries
15.0 Price Variation
16.0 Freight charges
17.0 Indian taxes/ duties
18.0 Utilities
19.0 Delivery/Completion Period
20.0 Foreign Exchange Rate Variation/Custom Duty Variation For Indian Bidders (On
Built-In Import Content)
21.0 VAT on Works Contracts/ Service Tax/ Splitting Of Orders
22.0 Entry Tax
23.0 Rejection Criteria
24.0 Suo-Moto Changes In Prices
25.0 Price Implication Not Permitted
26.0 Integrity Pact
SECTION-D: SPECIAL CONDITIONS.
27.0 Delivery Schedule/ Completion Period
28.0 Despatch Instructions for Indigenous Supplies
29.0 Additional Taxes & Duties (Applicable For Indian Bidder)
30.0 Recovery Of Custom Duty, Excise Duty And Sales Tax
31.0 Governing Law
32.0 Purchaser’s Rights And Remedies
33.0 Deduction At Source
34.0 Statutory Approval
35.0 Lien
36.0 Limitation Of Liability
SECTION-E: GENERAL INSTRUCTIONS
37.0 General
38.0 Fraudulent Practices
39.0 One Bid Per Bidder
40.0 Language Of Bid
41.0 Earnest Money Deposit:
42.0 Modification And Withdrawal Of Bids
43.0 Examination Of Bids And Determination Of Responsiveness
44.0 Owner’s Right To Accept Any Bid And To Reject Any Bid
45.0 Notification Of Award
46.0 Waiver Or Transfer Of The Agreement
47.0 T&C For Foreign Suppliers (To Whom RFQ Issued) Operated Through Their Indian
Office / Subsidiaries
48.0 Tax Residency Certificate (TRC) Format For Foreign Bidder
49.0 Requirement of Employment Visa For Foreign Nationals

SECTION-F: ADDITIONAL CLAUSES TO GPC


50.0 Settlement of dispute between CPSEs or CPSEs & Government Departments

Annexure-A ( Terms & Conditions For Indian Sourced Components / Services By


Foreign Bidder)

A307_SIB Rev.6 dt. 14.04.2014 Page 2 of 20

Page 42 of 244
BPCL-KR
Job: A307

SPECIAL INSTRUCTIONS TO BIDDERS


BHARAT PETROLEUM CORPORATION LIMITED, KOCHI REFINERY
INTEGRATED REFINERY EXPANSION PROJECT

SECTION-A: TERMS OF PAYMENT


In partial modification of the Payment Terms as mentioned in the General Purchase Conditions, the following
payment terms shall be applicable.

1.0 PAYMENT TERMS FOR INDIAN BIDDERS:

1.1 Where the Material Requisition is only for supply of materials and there is no Supplier Data
Requirement specified in MR e.g. Bulk Piping Items, etc.
1.1.1 100% Payment within 30 days after receipt and acceptance of materials at site and on submission of
Performance Bank Guarantee for 10% of Total Order Value, valid till the full guarantee period plus
Three months claim period.

1.2 Where the Material Requisition calls for Supplier Drawings/Technical Documentation.
1.2.1 90% Payment within 30 days of receipt and acceptance of materials at Site and on submission of
dispatch documents.
1.2.2 10% Payment after receipt of final technical documentation as per PR against EIL’s certification and
on submission of Performance Bank Guarantee for 10% of Total Order Value, valid till full guarantee
period plus Three months claim period.

1.3 Where Supply of materials and Erection or Site Work are in the scope of Supplier and
Package Items.
1.3.1 Supply
1.3.1.1 5% Payment on approval of all drawings atleast in CODE-2 by EIL against submission of Bank
Guarantee of equivalent amount valid till complete execution of Order plus Three months claim
period.
1.3.1.2 15% Payment after receipt of identified raw materials at Supplier’s Works and against certification by
EIL and submission of Bank Guarantee of equivalent amount valid till complete execution of Order
plus Three months claim period.
1.3.1.3 60% Payment after receipt of equipment/materials at BPCL’s Site. Billing Schedule to be furnished
by the Supplier in case pro-rata payments are required.
1.3.1.4 10% payment after completion of Site Work and submission of final Technical documents as
specified in the Purchase Requisition against EIL’s Certification and submission of Performance
Bank Guarantee for 10% of Total Order Value (Supply plus Site Work), valid till full guarantee period
plus three months claim period.
In case of delay in start of the site work beyond 6 months, the above 10% Payment shall be released
against submission of Bank Guarantee of equivalent amount valid initially for 1 year and subject to
extension upto completion of the site work. However, in the event of delay in the site work, the
Supplier is not relieved of his responsibility to carry out the same.
1.3.1.5 10% payment within 30 days of handing over the successfully commissioned equipment. Wherever
commissioning is not in the Supplier’s scope, the payment will be released after completion of Site
Work as per PR and handing over of equipment.

1.3.2 Erection/ Site work


1.3.2.1 90% Payment against monthly running bills (based on agreed Billing Schedule), duly certified by
EIL.
1.3.2.2 10% Payment within 30 days after final handing over of equipment package to BPCL at site.

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


1.4.1 5% Payment on approval of all drawings atleast in CODE-2 by EIL against submission of Bank
Guarantee of equivalent amount valid till complete execution of Order plus Three months claim
period.

A307_SIB Rev.6 dt. 14.04.2014 Page 3 of 20

Page 43 of 244
BPCL-KR
Job: A307

1.4.2 15% after receipt of identified raw materials at Supplier’s Works and against certification by EIL and
submission of Bank Guarantee of equivalent amount valid till complete execution of Order plus
Three months claim period.
1.4.3 60% Payment through NEFT against receipt of materials at BPCL’s Site. Billing Schedule to be
furnished by the Supplier in case pro-rata payments are required.
1.4.4 10% Payment after receipt of final documents as required in Purchase Requisition against EIL’s
certification and on submission of Performance Bank Guarantee for 10% of Total Order Value, valid
till full guarantee period plus Three months claim period.
1.4.5 Balance 10% Payment within 30 days of receipt of equipment at Site.

1.5 Other Items (Pumps, Compressors, Switchgears, etc.)


1.5.1 5% Payment on approval of all drawings atleast in CODE-2 by EIL against submission of Bank
Guarantee of equivalent amount valid till complete execution of Order plus Three months claim
period.
1.5.2 75% Payment against receipt of materials at BPCL’s Site. Billing Schedule to be furnished by the
Supplier in case pro-rata payments are required.
1.5.3 10% Payment after receipt of final documents as required in Purchase Requisition against EIL’s
certification and on submission of Performance Bank Guarantee for 10% of Total Order Value, valid
till full guarantee period plus three months claim period
1.5.4 Balance 10% Payment against Commissioning/Demonstration of Performance Guarantee (if
applicable) or 6 months from receipt of material at Site (against Bank Guarantee of equivalent
amount valid for 1 year), whichever is earlier. However, in the event of delay in conducting the
Performance Guarantee Run, the Supplier is not relieved of his responsibility to carry out the same.
No additional payment shall be made for visit of Supplier to Site for demonstrating the performance,
if the same is included in the scope of Supplier.
For items where supervision during erection, testing and commissioning is not required, the last 10%
Payment shall be released within 30 days of receipt of material at Site.

1.6 Payment for PGTR / Per Diem Charges for Supervision of Erection, Testing &
Commissioning
1.6.1 100% Payment of Invoice Amount shall be paid on completion of supervision services / PGTR
against submission of Invoice along with Time Sheet duly certified by EIL/BPCL Site-In-Charge.
Payment shall be made after deducting Income Tax at applicable rate. Service Tax, if any, shall be
paid on submission of Service Tax Invoice.
1.6.2 Where erection/commissioning supervision, commissioning assistance is required from the vendor,
penalty for non mobilization/delay in mobilization as per order shall also be specified in the
specifications. The penalty shall generally be 1.5 times the per diem rate for each day of delay of
reporting to site and shall be in addition to price reduction for delayed delivery.

1.6.3 Wherever supervision is in the scope of MR, bidders shall provide additional BG of an amount equal
to the per diem charges for the number of days considered for evaluation over and above 10%
PBG to cover compensation for delay in mobilising the erection/ commissioning personnel. This BG
will be released to the bidder upon the erection/ commissioning personnel reporting at site. This BG
shall be furnished along with payment milestone for submission of final documentation as per PR
and shall be valid up to six months which shall be extended based on the request by BPCL. (In case
where commissioning, Performance Guarantee Test, etc. are required and the 10% is under hold,
this condition shall not be applicable).
1.7 Transportation charges
1.7.1 100% Payment within 4 weeks after receipt of materials at site.

1.8 General
1.8.1 Excise Duty, Service Tax & VAT on Supplies shall be released only on receipt of Cenvatable/
Vatable copy of corresponding Invoice enabling availing of Input Credit by BPCL.
1.8.2 No initial advance payment along with Order shall be made by the Owner against Supplies as well
as Services (i.e. Transportation, Erection, Site Work, etc.). If a Supplier insists on the same, their
Offer shall be rejected.
1.8.3 Bank Guarantee(s) shall be issued through Scheduled Commercial Bank in India/ Indian Branch of
Foreign Bank, directly to BPCL as per the Pro-forma enclosed with RFQ documents and Supplier
shall also enclose copy of the same along with Invoice.

A307_SIB Rev.6 dt. 14.04.2014 Page 4 of 20

Page 44 of 244
BPCL-KR
Job: A307

1.8.4 All payments shall be released either through Electronic Clearing System (ECS) / Electronic Fund
Transfer (EFT)/ Real Time Gross Settlement (RTGS) or through internet, within 30 days of receipt of
Invoice and all requisite documents, complete in all respects.
1.8.5 Billing schedule shall be submitted to EIL & BPCL by the Supplier for approval within 30 days from
the date of Purchase Order wherever specified therein. No payment against pro-rata dispatch shall
be made without approval of Billing Schedule.
1.8.6 Major Raw Material: Shall be as specified below:
i. Columns and Vessels: Plates and Forgings
ii. Heat Exchangers: Plates, Forgings and Tubes
iii. Pumps/Compressors: Castings and Drivers
iv. Any other item(s) as may be defined in MR/PR.

2.0 PAYMENT TERMS FOR FOREIGN BIDDERS:


2.1 Where the Material Requisition is only for Supply of materials
2.1.1 100% of FOB Order Value shall be paid through an Irrevocable Letter of Credit against submission
of Shipping Documents. The Letter of Credit shall be established only on receipt of acceptance of
Fax of Acceptance/Purchase Order along with submission of Bank Guarantee of 15% of Order Value
(10% towards Performance Bank Guarantee valid till full Guarantee period plus Three months claim
period & separate 5% Bank Guarantee towards Price Reduction Schedule due to delay in delivery
valid till contractual delivery date (CDD) + Five and half Months).
For PGTR cases only
In case of PGTR 90% supply amount shall be released through Letter of Credit and last 10% supply
amount shall be released against successful demonstration of Performance Guarantee Test Run &
submission of Invoices duly certified by Site-In-charge or 6 months from receipt of material at site
(against BG of equivalent amount valid for 1 year), whichever is earlier. However in the event of
delay in conducting the PGTR, the bidder is not relieved of his responsibility to carry out the same.
No additional payment shall be made for visit of supplier to site for demonstrating the PGTR, if the
same is included in the scope of supplier.

2.2 Where the Material Requisition calls for Supply of material and Erection or Site Work in the
scope of Supplier and Package Items
For Supply Portion
2.2.1 90% Payment of FOB Supply value through an Irrevocable Letter of Credit against submission of
Shipping Documents. The Letter of Credit shall be established only on receipt of acceptance of Fax
of Acceptance/Purchase Order along with submission of Bank Guarantee of 15% of Order Value
(10% towards Performance Bank Guarantee valid till full Guarantee period plus Three months claim
period & separate 5% Bank Guarantee towards Price Reduction Schedule due to delay in delivery
valid till contractual delivery date (CDD) + Five and half Months).
2.2.2 10% Payment of FOB Supply value through direct wire transfer through banking channels on
completion of Erection or Site Work or Commissioning/Performance Guarantee Test Run (PGTR) at
site, as applicable as per Purchase Order/Purchase Requisition (PR) against submission of final
documents or Certificate of Completion of Work by BPCL Site.
For PGTR cases only
The above amount (10%) shall be released against successful demonstration of Performance
Guarantee Test Run & submission of Invoices duly certified by Site-In-charge or 6 months from
receipt of material at site (against BG of equivalent amount valid for 1 year), whichever is earlier.
However in the event of delay in conducting the PGTR, the bidder is not relieved of his responsibility
to carry out the same. No additional payment shall be made for visit of supplier to site for
demonstrating the PGTR, if the same is included in the scope of supplier.

For Site Work Portion (Erection/Commissioning/PGTR)


2.2.3 100% Payment of Amount for Erection or Site Work or Commissioning/Performance Guarantee Test
Run (PGTR) at site, shall be paid through direct wire transfer through banking channels on
completion of Erection or Site Work at site as per Purchase Order against submission of Certificate
for Completion of Work by EIL Site.
The Letter of Credit shall be established only on receipt of acceptance of Fax of
Acceptance/Purchase Order along with submission of Performance Bank Guarantee of 15% of Total
Order Value [Supply+Site Work] (10% towards Performance Bank Guarantee valid till full Guarantee

A307_SIB Rev.6 dt. 14.04.2014 Page 5 of 20

Page 45 of 244
BPCL-KR
Job: A307

period plus Three months claim period & separate 5% Bank Guarantee towards Price Reduction
Schedule due to delay in delivery valid till contractual delivery date (CDD) + Five and half Months).

2.3 For Training


2.3.1 At Site: 100% payment against final bill to be submitted by seller after completion of training duly
certified by site-in-charge.
2.3.2 At Supplier’s Works: 100% payment against final bill to be submitted by seller after completion of
training.
2.4 Annual Maintenance Contract
100% payment shall be paid at the end of each quarter of the contractual year against quarterly
progressive bills to be submitted by Seller duly certified by Site-in-Charge.
2.5 Payment for PGTR / Per Diem Charges for Supervision of Erection, Testing &
Commissioning
2.5.1 100% Payment of Invoice amount through direct wire transfer as per normal banking channels on
completion of supervision activity / PGTR upon submission of Invoice, Time Sheet duly certified by
Site In-Charge at BPCL Site, legible copy of visa (showing date of entry and date of exit from India)
and passport (showing Name and Nationality of the personnel). Payment shall be made after
deducting Income Tax at applicable rate.
2.5.2 Where erection/commissioning supervision, commissioning assistance is required from the vendor,
penalty for non mobilization/delay in mobilization as per order shall also be specified in the
specifications. The penalty shall generally be 1.5 times the per diem rate for each day of delay of
reporting to site and shall be in addition to price reduction for delayed delivery.

2.5.3 Wherever supervision is in the scope of MR, bidders shall provide additional BG of an amount equal
to the per diem charges for the number of days considered for evaluation over and above 10%
PBG to cover compensation for delay in mobilising the erection/ commissioning personnel. This BG
will be released to the bidder upon the erection/ commissioning personnel reporting at site. This BG
shall be furnish along with dispatch documents which shall be initially valid up to six months whixh
shall be extended based on the request by BPCL.

2.6 General
2.6.1 No initial advance payment along with Order shall be made by the Owner against Supplies as well
as Services (i.e. Transportation, Erection, Site Work, etc.). If a Supplier insists on the same, their
Offer shall be rejected.
2.6.2 All Bank Guarantee(s) shall be issued through any Indian Scheduled Bank or branch of an
International Bank situated in India and registered with Reserve Bank of India as scheduled foreign
Bank as per Pro-forma provided in RFQ documents. All Bank Guarantees will be directly to BPCL by
the Bank.
2.6.3 All bank charges and stamp duties payable outside India in connection with payments shall be borne
by the Supplier. All bank charges and stamp duties payable in India shall be borne by BPCL except
L/C Amendment charges for delays in delivery. Confirmation charges for Confirmed L/C shall be
borne by Supplier.
2.6.4 Billing schedule shall be submitted to EIL & BPCL by the Supplier for approval within 30 days from
the date of Purchase Order wherever specified therein. No part shipment shall be made without
approval of billing schedule.
2.6.5 Subject to Technical Acceptability, For supplies sourced within India (if any) by Foreign
Bidder & directly dispatched to Site shall have following provisions: (Refer Annexure-A)

3.0 OCEAN FREIGHT:


3.1 Ocean freight from FOB Port of Exit to designated Indian Port shall be arranged by BPCL through
their nominated Freight Forwarder. Supplier shall arrange handing over the material to BPCL Freight
Forwarder at the designated Port of Exit.
3.2 In cases where the RFQ requires the Supplier to quote Ocean Freight, BPCL reserves the right to
ask the Supplier to arrange shipment through their own Freight Forwarder at the quoted freight
rates.
3.3 Owner/EIL reserves the right to place the order for foreign bidder either on FOB basis or CFR basis.
In case of award, initially the order shall be placed on FOB basis and Owner reserves the right to
convert the same to CFR basis within 4 months, from placement of order. Therefore, the Ocean

A307_SIB Rev.6 dt. 14.04.2014 Page 6 of 20

Page 46 of 244
BPCL-KR
Job: A307

Freight Charges/ CFR prices should be valid for additional 4 months from the date of Order. The
bidder is required to furnish the shipping details within 45 days from the date of order. In case the
bidder is not able to prove the shipping details within 45 days then 4 months shall be considered
from the date of receipt of shipping details of consignment for converting FOB to CFR.
3.4 Above clause no. 3.1 to 3.3 is not applicable for Turn-Key jobs where ocean freight along with
Marine cum transit cum erection insurance in bidders scope.

SECTION – B: EVALUATION CRITERIA FOR COMPARISION OF BIDS

4.0 WHERE ONLY INDIAN BIDS ARE UNDER COMPARISON:


Bids shall be evaluated on the basis of Net Effective Price i.e. landed cost at Site including Third
Party Inspection charges (if applicable) by Third Party Inspection Agency as nominated by BPCL
minus CENVAT/ Set Off benefit available to BPCL.
Commercial loading shall be done on FOT Dispatch Point price.
If a Bidder does not quote freight charges, his offer shall be loaded with maximum freight charges as
quoted by the other bidders.
Taxes/Duties:
Taxes and Duties will be loaded as applicable. However, if a Bidder states that the Sales Tax/
Excise Duty is not applicable at present or quotes lesser percentage stating the same will be
charged as applicable at the time of delivery, then such Bidder’s price will be loaded by the highest
rate as indicated by the remaining bidders.

5.0 WHERE ONLY FOREIGN BIDS ARE UNDER COMPARISON:


Bids shall be evaluated on the CIF basis including Custom Clearance (as mentioned below),
considering firm ocean freight up to Port of Entry (Kochi, India) as quoted by bidders.
Sl. No. Head Basis
1 F.O.B. Price As quoted by the Bidder (including stowage charges in case of
pipes*) and Third Party Inspection charges.
* Stowage charges, if not included in the quoted FOB Price, the
same shall be loaded @ 10% of freight quoted by the Bidder.
2 Add – Ocean Freight Firm Freight charges as quoted by Bidders or provision mentioned
in the bid documents
3 Add – Marine Insurance @ 1% of FOB Price
4 Add – Customs Duty Prevailing Rate on (CIF value plus Landing Charges @ 1% of CIF
Value)
5 Commercial Loading, if any On FOB Value
6 Less – Cenvatable Duties
7 FOT SITE PRICE Sum Total (Sl. Nos. 1 ~ 5) – (Sl. No. 6)

If a Bidder does not quote Ocean freight charges, his offer shall be loaded with maximum freight
charges as quoted by the other bidders.
Comparison shall be done on equivalent Indian Rupees considering RBI Reference rate of Foreign
Exchange published on the day of Opening of Priced Bids.
Normally, deviations in Payment terms, Firm prices & Performance Bank Guarantee are not
acceptable. However, wherever Bidder insists, the loading shall be done as applicable to Indigenous
cases on FOB price.

6.0 WHERE INDIAN AS WELL AS FOREIGN BIDS ARE UNDER COMPARISON:


Domestic Bidders:
Bids shall be evaluated on the basis of Landed Cost at Site (considering EIL Inspection charges @
1.25% of FOT Dispatch Point price) including all duties, taxes and transportation charges less
Cenvatable Excise Duty, Cenvatable Service Tax, VAT on Supplies, VAT on Works Contract,
whichever is applicable.
Commercial loading shall be done on FOT Dispatch Point price.
A307_SIB Rev.6 dt. 14.04.2014 Page 7 of 20

Page 47 of 244
BPCL-KR
Job: A307

Foreign Bidders:
Bids shall be evaluated on the basis of landed cost at Site including the charges of inspection by
Third Party Inspection Agency, all duties, taxes and ocean freight charges as under less Cenvatable
CVD/SAD, Cenvatable Service Tax, VAT on Supplies, VAT on Works Contract, whichever is
applicable.

Sl. No. Head Basis


1 F.O.B. Price As quoted by the Bidder (including stowage charges in case of
pipes*) and Third Party Inspection charges.
* Stowage charges, if not included in the quoted FOB Price, the
same shall be loaded @ 10% of freight quoted by the Bidder.
2 Add – Ocean Freight Firm Freight charges as quoted by Bidders
3 Add – Marine Insurance @ 1% of FOB Price
4 Add – Customs Duty Prevailing Rate on (CIF value plus Landing Charges @ 1% of CIF
Value)
5 Add – Port Handling Charges @ 2% of CIF Value

Sl. No. Head Basis


6 Add – Inland Freight Charges 1% of Landed Cost i.e. Sl. Nos. 1 to 5
from Port of Entry in India to
Project Site
7 Add – L/C charges @ 1% of FOB Price
8 Commercial Loading, if any On FOB Value
9 Less – Cenvatable Duties
10 FOT SITE PRICE Sum Total (Sl. Nos. 1 ~ 8) – (Sl. No. 9)

Wherever supervision and site works are involved, in that cases service tax plus Ed. Cess shall be
loaded with as applicable rates
7.0 GENERAL NOTES:
i. Cost of Mandatory (Insurance) Spares, if identified in the Material Requisition, Commissioning
spares and Special Tools & Tackles will be included for price evaluation of bids, but costs of Spares
for Two Years Normal Operation & Maintenance shall be excluded.
ii. Cost of loading towards Technical Parameters (Utilities, etc.) wherever applicable shall be carried
out.
iii. BPCL shall claim CENVAT benefits on Excise Duty, CVD/SAD, Service Tax as well as the Cess
applicable and accordingly Excise Duty/ CVD/ SAD/ Cess/ Service Tax shall be considered and
necessary credit shall be given for evaluation and comparison of bids.
Wherever Site Work, AMC, Training, Supervision, etc. are required as per MR/RFQ, the same shall
be considered for evaluation.
iv. Bidders shall indicate the Customs Duty at Merit Rate in their Offer.

v. The Bidder must ascertain and confirm along with supporting documents in the bid, if any Custom
duty exemption / waiver is applicable to the products being supplied by bidder under any multi-lateral
/ bi-lateral trade agreement between India and Bidder’s country.

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

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

A307_SIB Rev.6 dt. 14.04.2014 Page 8 of 20

Page 48 of 244
BPCL-KR
Job: A307

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

vi. BPCL shall issue Concessional Form ‘C’ for Central SalesTax, for all applicable cases.
vii. Comparison shall be done on equivalent Indian Rupees considering RBI Reference Rate of Foreign
Exchange published on the day of opening of the Price Bids.
viii. Third Party Inspection charges for foreign bidder must be included in quoted prices or anything
specifically mentioned in RFQ documents..
ix. Excise Duty, Central Sales Tax, VAT on Supplies & Service Tax shall not be included in the quoted
prices and shall be payable extra at actual. BPCL shall claim eligible credit on CENVAT/Service
Tax/VAT quoted by the Bidder and therefore eligible portion of CENVAT/Service Tax/VAT shall be
considered for price comparison. Bidder shall be required to furnish proper invoices issued in
accordance with relevant rules for enabling BPCL to avail CENVAT benefits. Further, the amount of
Excise Duty, Service Tax & VAT shall only be payable against submission of CENVATABLE/
VATABLE Invoices, subject to maximum amount quoted in the Offer and in case of non-submission,
will not be paid.
x. Bidders quoted transportation charges shall be inclusive of service tax plus education cess
thereupon applicable on transportation.
xi. Transit Insurance/ Marine Insurance shall be excluded from Supplier’s scope for the items where
only supply is involved, and in such cases, the same shall be arranged by the Owner. For purchases
involving Site Work, the Comprehensive Insurance (Transit/Marine cum Storage, Erection, till
handing over of equipment) shall be in the scope of Supplier.
xii. Owner reserves its right to allow Public Sector Enterprises (Central/State), Micro & Small
Enterprises (MSEs) and MSEs owned by Scheduled Caste (SC)/ Scheduled tribe (ST)
entrepreneurs, purchase preference as admissible/applicable from time to time under the existing
Govt. policy. Bidder to submit documentary evidence for the same duly certified by Statutory Auditor
of the bidder or a practicing Charted Account (not being an employee or a Director or not having any
interest in the Bidder’s company / firm) where audited accounts are not mandatory as per law.). In
this regard, item wise quantity may be splitted and the quoted price shall remain valid.
xiii. If various item rates are present in the RFQ and if there is correction/wrong entry or a difference
between the values entered in figures and in words, the following procedure shall be adopted for
evaluation.
i. When there is a difference between the rate in figures and in words for an item, the rate
which corresponds to the amount worked out by the Bidder for the item based on the
notional quantity specified, shall be taken as correct.
ii. When the rate quoted by the Bidder in figures and words tallies but the amount is incorrect,
the rate quoted by the Bidder shall be taken as correct.
iii. When it is not possible to ascertain the correct rate as detailed above, the rate quoted for
the item in words shall be adopted as the quoted rate.
iv. If the total amount written against an item does not correspond to the rate written in figures
and if the rate in words is missing, then the higher of the rates, i.e. higher of the rate worked
out by dividing the amount by the notional quantity and the rate quoted shall be considered
for evaluation In the event that such a bid is determined as the lowest bid, the lower of the
rates shall be considered for award of works.

8.0 SPECIAL NOTES ON TAXES/DUTIES AND CENVAT BENEFITS:


(i) CST/ Kerala VAT (Applicable only on supplies being made from within state of Kerala), as
applicable during the contractual delivery period, shall be paid by the supplier and the same
shall be reimbursed on submission of the documentary proof. 'C' Form for CST will be
issued for all applicable cases. However no concessional form is applicable for Kerala VAT.
(ii) CENVAT BENEFITS: In view of CENVAT/ Input credit benefits being available to BPCL on
Excise Duty, no loading on Cenvatable excise duty and/ or interest thereon shall be
considered for comparison of bids. In the case of Kerala VAT on Supplies, loading will be
done to extent of 80% of VAT rate (since VAT credit is available for 20% only)
In the case of Service Tax, Cenvat credit against Service Tax shall be available to BPCL to
the extent of 96% only. Hence loading of 4% of Service Tax rate shall be considered for
Price evaluation.
(iii) BPCL shall claim CENVAT benefits on Excise Duty, Kerala VAT /CVD/SAD/Service Tax as
well as the cess applicable and accordingly Excise Duty /VAT/CVD/SAD/Service Tax, Cess
shall be considered and necessary credit shall be given for evaluation and comparison of

A307_SIB Rev.6 dt. 14.04.2014 Page 9 of 20

Page 49 of 244
BPCL-KR
Job: A307

bids. Credit shall be taken during evaluation for 20% of Kerala VAT rate, 96% of Service Tax
rate and full amount for other Cenvatable taxes and duties.
(iv) Excise Duty, Central Sales Tax, Kerala VAT & Service Tax shall not be included in the
quoted prices and shall be payable extra at actuals. Further, the amount of Excise Duty,
Service Tax, Central Sales Tax, KVAT shall only be payable against submission of
supporting documents/Cenvatable/Vatable invoices subject to maximum amount quoted in
the offer and in case of non-submission, will not be paid.

(v) Non Cenvatable Excise Duty, if any is to be included in quoted prices & no variation on any
account (including statutory variation) shall be paid by Owner.

(vi) All New taxes/duties/cess/levies notified after the last date of submission of bid (final bid due
date) but within contractual delivery/ completion period, shall be to Owner’s account.
(vii) The bidder shall be required to furnish details of any special dispensation regarding
concessional/ exempted taxes/ duties.

9.0 PRICE REDUCTION SCHEDULE TOWARDS DELAY IN DELIVERY:


i. For Indigenous Vendor:
a) In case item involving supply and site work:-
Price Reduction Schedule towards delay in delivery for domestic bidder shall be applicable as per
clause no. 9.0 of GPC Indigenous of RFQ subject to following modification:

“Price Reduction schedule for (Supply + Site work) shall be @ 0.5% of value of total order value
(TOV) of per week of delay or part thereof subject to maximum of 5% total order value (TOV)”.

b) In case item involving only supply:-


Delayed Delivery shall be as per clause 9 of GPC (For Indigenous materials & equipments).

ii. For Foreign Vendor:


c) In case item involving supply and site work:-

Price Reduction Schedule (Supply + Site work) towards delay in delivery for foreign bidder shall be
applicable as per clause no. 17 of GPC Import of RFQ subject to following modification:

“Imports, for any delay in delivery of equipments / materials or part thereof beyond the delivery
date stipulated, the vendor shall be liable to pay, compensation at 0. 5% of the total FOB Value of
order per week of delay or part thereof subject to maximum of 5% of the total FOB Value of
order”.

a) In case item involving only supply:-


Delayed Delivery shall be as per clause 17 of GPC (For Foreign materials & equipments).

iii. Wherever the supply period and site work are indicated as two separate periods and
notice of site readiness is required for site work, intervening period, if any shall be
excluded, while calculating the price schedule for delay.”

10.0 Guarantee / Warranty Period :-


i) For Indigenous Vendor:
a) In case item involving supply and site work including comprehensive Insurance
policy:-
In partial modification of the terms specified in clause 30 of GPC –12 months from the date of
handing over of duly completed plant/equipment/system as per the contract at site to the owner.

b) In case item involving supply and site work excluding comprehensive Insurance
policy:-
Performance Guarantee shall be as per clause 30 of GPC (For Indigenous materials &
equipments).

c) In case item involving only supply:-


Performance Guarantee shall be as per clause 30 of GPC (For Indigenous materials &
equipments).
A307_SIB Rev.6 dt. 14.04.2014 Page 10 of 20

Page 50 of 244
BPCL-KR
Job: A307

ii) For Foreign Vendor:


a. In case item involving supply and site work including comprehensive Insurance
policy:-
In partial modification of the terms specified in clause 26 of GPC –12 months from the date of
handing over of duly completed plant/equipment/system as per the contract at site to the owner.

b. In case item involving supply and site work Excluding comprehensive Insurance
policy:-
Performance Guarantee shall be as per clause 26 of GPC (For Foreign materials & equipments).

c. In case item involving only supply:-


Performance Guarantee shall be as per clause 26 of GPC (For Foreign materials & equipments).

SECTION-C: COMMERCIAL LOADING OF OFFERS IN CASE OF DEVIATIONS

11.0 BASIS OF LOADING:


The Foreign Bids shall be loaded on FOB Port of Exit prices and the Indian Bids shall be loaded on
FOT Despatch Point prices.
12.0 PAYMENT TERMS:
i. Any differential payment terms offered by an Indian supplier as against the terms specified in the
RFQ/ GPC shall be loaded @ 15% (simple interest) per annum for the applicable period as under:
Drawing approval : 80% of the delivery period
Sub-ordering of raw materials : 75% of the delivery period
Receipt of raw material at vendor’s works : 50% of the delivery period
Final 10% also against dispatch documents : one month
Period of any other stage shall be suitably decided at the time of evaluation.

In cases like turnkey jobs, to derive the delivery period of supply items, the total period of turnkey
jobs shall be split into delivery period of supplies & site work period in the ratio of 70:30 for loading of
differential payment terms for the supply periods as defined above.
ii. Foreign suppliers shall not be permitted to offer differential payment terms as against the terms
specified in the RFQ/ GPC and in case they insist, their offer shall be rejected.
iii. Advance along with FOA/ PO will not be allowed. If a supplier insists for advance payment along
with FOA/PO, his offer shall be rejected.

13.0 PERFORMANCE BANK GUARANTEE (PBG):


i. Performance Bank Guarantee shall be required in all cases of supplies of all values. In case a
supplier offers to give a PBG for less than 10% of order value, or for a lesser period than what is
provided in GPC, loading shall be done for the differential amount and/ or the differential period. For
differential period/ amount, the following example will amplify the methodology of loading (if GPC
specifies 10% PBG for 18 months + 3 months claim period = Total 21 months):
For differential period:
Period offered by Bidder Loading
10% for 21 months - No loading
10% for 18 months - 10% x 3/21 = 1.43%
10% for 12 months - 10% x 9/21 = 4.29%
10% for 6 months - 10% x 15/21 = 7.14%
For differential Amount:
Other than 10%: To be loaded by percentage by which PBG is short of 10%.
ii. In case, bidder does not agree to submit the PBG, 10% payment shall be deducted and withheld till
the guarantee period.
iii. In case, Bidder does not agree to submit the PBG or agree for deduction as per Cl. 13.(ii) above, the
offer shall be liable for rejection.
14.0 DELAYED DELIVERIES:
i. For Supply Only: [considering 0.5% un-delivered order value (UDOV) ~ 5% total order value
(TOV)]

A307_SIB Rev.6 dt. 14.04.2014 Page 11 of 20

Page 51 of 244
BPCL-KR
Job: A307

In case a Supplier does not accept the delayed delivery clause and/or takes any deviation (indicates
Penalty clause/Liquidated damages in place of Price Reduction Clause) or takes exception to the
percentage rate mentioned in GPC, the offer of such supplier(s) shall be loaded as under:
0.5% UDOV to 5%TOV : No loading
0.5% UDOV to 5% UDOV : 5%
0.5% UDOV to less than 5% TOV : Differential between the offered %age and 5%
Any other deviation/Liquidated : 5%
Damages/ penalty or non acceptance
of price reduction schedule
ii. For Supply + Site Work: [considering 0.5% total order value (TOV) ~ 5% total order value
(TOV)]
0.5% TOV to 5%TOV : No loading
0.5% UDOV to 5%TOV : 5% loading
0.5% TOV to less than 5% TOV : Differential between the Offered % and 5%
Any other deviation/Liquidated : 5%
Damages/ penalty or non acceptance
of price reduction schedule
15.0 PRICE VARIATION:
Suppliers must quote firm & fixed prices unless price variation is specified in the RFQ. Where price
variation is permitted as per RFQ, the loading thereto shall be as follows:

a) Firm Price No loading


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

c) No ceiling on the formula specified (This 1.5 times the maximum ceiling specified by
loading other Suppliers. In case all other Suppliers
shall be done only after putting efforts with have quoted firm prices then @ 1.25% for
Supplier to indicate ceiling and obtaining every month of quoted delivery period to be
BPCL’s approval) taken as ceiling.
d) No formula and no ceiling specified by Offer may be rejected.
Supplier
(This shall be resorted to only after putting
efforts with Supplier and obtaining BPCL’s
approval)

16.0 FREIGHT CHARGES:


i. Indian Suppliers shall quote firm freight charges up to destination by road transport for all cases until
unless specified otherwise in the RFQ documents.
17.0 INDIAN TAXES/ DUTIES:
In case a supplier states that taxes/duties are not applicable at present and will be charged as
applicable at the time of delivery then his bid shall be loaded by the maximum rate of taxes/duties
applicable.

18.0 DELIVERY/COMPLETION PERIOD:


The required delivery / completion period will be stipulated in the RFQ and the bids with longer than
required delivery shall be liable for rejection.

19.0 UTILITIES:
Cost loading in respect of utilities etc. will be considered as mentioned in RFQ documents.

20.0 FOREIGN EXCHANGE RATE VARIATION/CUSTOM DUTY VARIATION FOR INDIAN BIDDERS
(ON BUILT-IN IMPORT CONTENT) :
i. Prices shall remain firm and fixed without any escalation except for statutory variation in customs
duty rate.
The prices shall be firm and fixed on account of FE variation also.

A307_SIB Rev.6 dt. 14.04.2014 Page 12 of 20

Page 52 of 244
BPCL-KR
Job: A307

ii. Indigenous bidders shall be required to quote their prices including customs duty (Merit rate)
towards their built in import content. CIF content in Indian Rupees shall also be furnished by
Bidders along with the merit rate of customs duty considered.
iii. The statutory variation in customs duty shall be subject to the following
guidelines and the supplier shall confirm the following in their bid:
(a) Maximum CIF value of import content shall be furnished in the bid.
(b) The material to be imported covering the above CIF value to be indicated in the bid.
(c) Any increase in price due to increase in customs duty rate beyond two-third of the quoted
delivery period will be to supplier’s account. However, any decrease in price due to
decrease in customs duty rate at the time of actual clearance of imported materials shall
be passed on to BPCL.
(d) Variation in price due to customs duty rate will be dealt with separately after receipt of
materials at site against documentary evidence.

21.0 VAT ON WORKS CONTRACTS/ SERVICE TAX/ SPLITTING OF ORDERS:


i. Wherever site work is involved, suppliers shall quote their prices inclusive of VAT on Works
Contracts. The Supplier shall submit the assessment/ liability certificate from Sales Tax Authority
stating the tax due on Contract/ Running bill submitted for payment for enabling BPCL to deduct
the VAT on Works Contract as per the certificate, from Suppliers Invoices and remittance to tax
authorities. TDS Certificate towards deduction of VAT on Works Contract shall be provided to
supplier by owner. Payment to the Supplier will be released only on receipt of the aforesaid
certificate. The Supplier shall submit the total tax liability certificate along with final bill. Under no
circumstance, the Supplier should remit VAT on Works Contract directly to the Department. Any
loss to BPCL, due to direct remittance of VAT on Works Contract by Supplier will be recovered from
Supplier. BPCL shall not be responsible for any delay in payment/ non-payment of bill due to delay
in submission/ non-submission of the aforesaid certificate. Order for Supply and Site Work shall not
be split and only single order covering the entire scope of work on each supplier shall be placed.
ii. Wherever, Service Tax is applicable, Suppliers shall quote their prices exclusive of Service Tax.
Supplier shall be required to furnish Invoices towards Service Tax in order to enable BPCL to avail
credit of the same. Presently BPCL is able to avail credit of 96% of the Service Tax rate only.
Hence, 4% of Service Tax rate shall be loaded for price evaluation. The same is not applicable for
service tax on transportation charges, since CENVAT Benefits not available.

22.0 ENTRY TAX:


Entry Tax is not applicable presently in the State of Kerala and Bidder’s should not include the
same in their quoted rates/prices. In case Entry Tax is leviable at a later date, the same shall be
borne by Owner.

23.0 REJECTION CRITERIA:


Bidder shall strictly comply with the technical and commercial requirements. Bid shall be considered
non responsive and rejected, if bidder insists on deviations to the under mentioned provisions of
RFQ/Bidding document:
i) Bid Security amount, Bid security validity, issuing bank and any major deviation to format of
Bid security. However this shall not be applicable in case Bid security is not required as per
RFQ/Bidding Document.
ii) Advance payment along with FOA/ PO.
iii) Unless specified in the RFQ, Price variation with no formula and no ceiling.
iv) Price change/implication against TQ/CQ when there is no change in scope of work,
specification and terms & conditions of MR/RFQ.
v) Delivery / completion schedule.
vi) Guarantee/ Defects Liability Period
vii) Inadequate Bid Validity
viii) Performance bank Guarantee or any other bank guarantee mandatorily required against
Milestone or supervision or Price Reduction Schedule (PRS)

A307_SIB Rev.6 dt. 14.04.2014 Page 13 of 20

Page 53 of 244
BPCL-KR
Job: A307

24.0 SUO-MOTO CHANGES IN PRICES:

(i.) Any Suo-moto reduction in price offered by a supplier within the bid validity by way of discount or
revised prices subsequent to the bid due date and which is not as a result of any change in scope of
supply or terms and conditions, shall not be taken into account for evaluation. However, such
reduction in price shall be taken into account for ordering if such supplier happens to be the
recommended supplier as per the originally quoted prices.
(ii.) However, in the event of any suo-moto price increase sought by a supplier subsequent to the bid
due date and which is not as a result of any change in scope of supply or terms and conditions, the
bid of such a supplier shall be rejected for the items in which such suo-moto increase is made.
(iii.) Any wrong interpretation of taxes & duties or any taxes & duties not specified in the offer shall be
borne by Bidder.
25.0 PRICE IMPLICATION NOT PERMITTED:
Price implications on account of technical clarifications shall not be permitted as long as
BPCL/EIL do not change the specifications/ scope spelt out in the RFQ.

26.0 INTEGRITY PACT:


For all RFQs/ enquiries of value exceeding Rs 1 (One) Crore, the bidder shall comply with the
requirements of the Integrity Pact (IP) and Integrity Pact of RFQ/Bidding document shall be
accepted and Bidder must submit the same duly signed & stamped along with their bid. Failure to
submit the Integrity Pact shall lead to outright rejection of Bid.
Bidding shall be through E-tendering methodology as per Enclosed Annexure-I to RFQ..

SECTION-D: SPECIAL CONDITIONS.

27.0 DELIVERY SCHEDULE/ COMPLETION PERIOD:


i. All goods under the scope of the Supplier shall be delivered as per delivery schedule/ completion
period specified in Request for Quotation (RFQ) and no variation shall be permitted.
ii. Failing to meet the delivery schedule/ completion period will be subject to price reduction and/or
other remedies available to the purchaser in RFQ documents.
iii. Price Reduction Schedule (PRS) shall be applicable as per Clause 9.0 of GPC (Indian) & clause no.
17 of GPC (Imported) and mentioned in RFQ Covering letter.
(iv.) The delivery schedule/ completion period shall be reckoned from the date of Fax of Acceptance.
(V.) For Indian Bidder date of LR/GR shall be considered as date of delivery or date of receipt of material
at site shall be the date of delivery as specified in RFQ/FOA/PO. For Foreign Bidder date of clean
bill of Lading shall be considered as date of Delivery.
(VI.) In case of foreign bidder, quoted FOB Port of Exit prices shall be inclusive of all charges, all taxes &
duties, applicable upto FOB port of exit.
28.0 DESPATCH INSTRUCTIONS FOR INDIGENOUS SUPPLIES:
i. Supplier shall obtain despatch clearance from the purchaser prior to despatch.
ii. Following despatch documents are required to be submitted by the Indigenous supplier immediately
after shipment is made.
 Commercial Invoice
 Dispatch instructions/ clearance by Purchaser/Consultant.
 Inspection Release Note by Third Party Inspection Agency/ Purchaser/ Consultant.
 LR/ GR
 Packing List
 Test Certificates (NDT reports, MTC, etc. as per MR)
 Certificate of Measurement and Weight
 List of documents as specified in Vendor Data Requirement in Material Requisition &
counter signed & stamped by EIL.

A307_SIB Rev.6 dt. 14.04.2014 Page 14 of 20

Page 54 of 244
BPCL-KR
Job: A307

29.0 NEW / ADDITIONAL TAXES & DUTIES (Applicable for Indian Bidder):
i. Within the contractual delivery period, if any new taxes and/or duties come into force the same will
be reimbursed to bidder against documentary evidence. However any new or additional taxes/
duties imposed after contractual delivery shall be to borne by seller.
ii. All necessary taxes & duties registration, if required for carrying out the site activities shall be done
by the bidder and cost towards the same shall be included in quoted prices.
iii. The statutory variations on Customs duty (rate) considered on above CIF value of built – in import
content, within contractual delivery period shall be to Employer’s account against submission of the
documentary evidence. However, any increase in the rate of Customs duty beyond the contractual
completion period shall be to bidder’s account. In case of wrong classification, no variation
including statutory variation of Customs Duty will be payable extra. Any decrease in the rate of
Customs duty shall be passed on to the Employer.
iv. The statutory variations on Excise rate and amount of Excise Duty, CST with concessional form &
VAT without concessional form, which will be payable on the finished goods and Cenvatable
Service Tax, as applicable, within the contractual delivery period shall be to Employer’s account
against submission of the documentary evidence. Any increase in the rate of these taxes and
duties beyond the contractual completion period shall be to bidder’s account. However, any
decrease in the rate of taxes & duties shall be passed on to the Employer.
v. Works Contract Tax & service tax on transportation, if applicable, shall be included in the quoted
prices and no variation including statutory variations shall be payable by BPCL.

30.0 RECOVERY OF CUSTOM DUTY, EXCISE DUTY AND SALES TAX:


In case of Indian Bidders, if the Statutory Variation entitles the employer to recover the amount
(irrespective of contractual delivery) such amount will be recovered from any bill of the Supplier
immediately on enforcement of such variation under intimation to the Supplier.

31.0 GOVERNING LAW:


Laws of India will govern the Agreement. All matters relating to this contract are subject to the
exclusive jurisdiction of the Courts situated in Kochi, Ambalamugal (District), Kerala (India).

32.0 PURCHASER’S RIGHTS AND REMEDIES:


Without prejudice to PURCHASER’s right and remedies under Agreement, if SUPPLIER fails to
commence delivery as per agreed schedule and/or in reasonable opinion of the PURCHASER,
SUPPLIER is not in a position to makeup the delay to meet the intended purpose, the PURCHASER
may terminate the AGREEMENT in full or part at SUPPLIER’s default and may get supplies from
other sources at SUPPLIER’s risk and cost.

33.0 DEDUCTION AT SOURCE:


i. Purchaser will release the payment to the Supplier after effecting deductions as per applicable law in
force. Purchaser will release the payment to the Supplier after effecting deductions as per applicable
law in force. Owner shall deduct VAT on Works Contract as applicable & shall furnish TDS certificate
to supplier.
ii. Purchaser will release payments to the Supplier after offsetting all dues to the Purchaser payable
by the Supplier under the Contract.

34.0 STATUTORY APPROVAL RELATED WITH SUPPLIES / WORKS:

Approval from any authority (i.e. Inspector of Boiler, Electrical Inspector, and Municipal Corporation
of Greater Kochi (MCGK) etc.) required as per statutory rules and regulations of Central/ State
Government shall be the responsibility of Contractor agency.

The application on behalf of the OWNER for submission to relevant authorities along with copies of
required certificate complete in all respects shall be prepared and submitted by the Contractor
agency well ahead of time so that the actual construction/ commissioning of the work is not delayed
for want of the approval/ inspection by concerned authorities. The Contractor agency shall arrange
the inspection of the works by the authorities and necessary coordination and liaison work in this
respect shall be the responsibility of the Contractor agency. Reimbursement by the OWNER of the
A307_SIB Rev.6 dt. 14.04.2014 Page 15 of 20

Page 55 of 244
BPCL-KR
Job: A307

statutory fees payable by Contractor agency (as per advance approval of OWNER) may be provided
for, subject to submission of receipt.
The Contractor agency shall carry out any change/ addition required to meet the requirements of the
statutory authorities, within the quoted rates. The inspection and acceptance of the work by statutory
authorities shall be the responsibility of the Contractor agency.
List of all documents, drawings, forms, affidavits etc required for the approvals shall be submitted by
the contractor agency.

35.0 LIEN:
Supplier shall ensure that the Scope of Supply supplied under the Agreement shall be free from any
claims of title/liens from any third party. In the event of such claims by any party, Supplier shall at
his own cost defend, indemnify and hold harmless Purchaser or its authorised representative from
such disputes of title/liens, costs, consequences etc.

36.0 LIMITATION OF LIABILITY:


Notwithstanding anything contrary contained herein, the aggregate total liability of Seller under the
Agreement or otherwise shall be limited to 100% of Agreement/ Order price. However, neither party
shall be liable to the other party for any indirect and consequential damages, loss of profits or loss of
production.

SECTION-E: GENERAL INSTRUCTIONS

37.0 GENERAL: Bidders shall submit their Bids in following manner & containing the listed inputs, duly
filled-in, stamped & signed by authorized signatory of Bidder holding Power of Attorney, as a
minimum requirement:
a) PART-I: UNPRICED OFFER
A. All technical specifications as per requirement of MR.
B. Agreed Terms & Conditions duly filled in.
C. Terms & Conditions for Supervision of Erection/Testing/Commissioning, if applicable
D. Terms & Conditions for Site Work, if applicable
E. Copy of Registration with EIL, if applicable
F. Copy of MOU/ MOM, if any, signed with EIL and referred in offer.
G. Integrity Pact, duly filled-in, stamped & signed on each page (if applicable).
H. Complete Audited Financial Report of latest preceding Financial year.
I. Deviation sheet, if any.
J. Price Schedule with prices blanked out but “Quoted/ Not quoted” to be mentioned & its
relevant enclosures, duly filled-in, stamped & signed on each page.
b) PART-II: PRICED OFFER
A. Price Schedule with prices filled in.
B. Statement that all specifications and terms & conditions are as per un-priced part of offer.

Note:
Bidding currency shall be Indian Rupees for supplies dispatched from India & and USD/EURO for
supplies dispatched from foreign.

38.0 FRAUDULENT PRACTICES:


The OWNER requires that Bidders/ Contractors observe the highest standard of ethics du ring
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.
A307_SIB Rev.6 dt. 14.04.2014 Page 16 of 20

Page 56 of 244
BPCL-KR
Job: A307

b) In case, the information/ document furnished by the Bidder/ 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/ Contractor without any prejudice to other rights available to Owner under the
contract such as forfeiture of CPBG/ Security Deposit, withholding of payment etc.
c) In case, 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/ Contractor along with
forfeiture of CPBG/ Security Deposit furnished by the bidder/ contractor.
d) Further, such bidder/ contractor shall be put on Blacklist/ Holiday/ Negative List of OWNER/EIL
debarring them from future business with Owner & EIL for a time period, as per the prevailing
policy of OWNER & EIL.

39.0 ONE BID PER BIDDER:


a. A Bidder shall submit only one bid in the same bidding process. A Bidder who submits or
participates in more than one bid will cause all the proposals in which the bidder has
participated to be disqualified.
b. Alternative price bids are not acceptable.

40.0 LANGUAGE OF BID:


a) The Bid prepared by the bidder, all correspondence/drawings and documents relating to the
bid exchanged by the bidder with the Owner/Consultant shall be in English Language alone
provided that any document furnished by the bidder may be written in another language so
long as accompanied by an English translation, in which case, for the purpose of interpretation
of the bid, the English translation shall govern.

b) In the event of submission of any document/ certificate by the Bidder in a language other than
English, the English translation of the same duly authenticated by Chamber of Commerce of
Bidder’s country shall be submitted by the Bidder. Metric measurement system shall be
applied.
41.0 EARNEST MONEY DEPOSIT:
Bidder shall furnish, as part of its Bid, EMD for an amount as indicated in the NIT/ IFB. If the
Bidder is unable to submit Bid Document Fee & EMD in original within the due date & time, then
bidder shall submit the original Bid Document Fee & EMD within 7 days from the date of unpriced
bid opening, provided copy of the same have been uploaded on E-Tendering Website. In case
the bidder fails to submit the same in original within 7 days, then their bid shall be rejected,
irrespective of their status/ ranking in tender and notwithstanding the fact that a copy of Bid
Document Fee & EMD was earlier uploaded by the bidder. OWNER shall not pay any interest on
EMD furnished.

The EMD shall be in favour of BPCL and shall be acceptable in the form of Crossed Demand Draft
or Bank Guarantee in the prescribed pro-forma.
The Bank Guarantees/DD for EMD shall be issued by any Scheduled Commercial Bank (other than
co-operative Bank) in India or any Indian Branch of Foreign Bank and same shall be as per the
format given in this bidding document. Swift Message or Cash or Cheque in lieu EMD shall not be
acceptable.
The bank guarantee for submission of EMD shall be valid as period mentioned in EMD / Bid
Security format or elsewhere mentioned in Bid Document / RFQ.
EMD/ Bid securities of unsuccessful bidders will be returned upon award of Contract. However,
EMD of the successful Bidder will be returned upon the Bidder's acceptance of PO/ signing the
Contract and furnishing the PBG.
The EMD may be forfeited:
If a Bidder withdraws its bid during the period of Bid Validity or does any breach of
tendering terms and conditions, or

If a bidder modifies his bid on his own.

In case of a successful Bidder, if the Bidder fails, within the specified period:
i. To submit the order acceptance.
ii. To furnish the PBG.

A307_SIB Rev.6 dt. 14.04.2014 Page 17 of 20

Page 57 of 244
BPCL-KR
Job: A307

42.0 MODIFICATION AND WITHDRAWAL OF BIDS:


a) The Bidder may modify / withdraw its Bid prior to the due date prescribed for submission of
Bids.
b) No bid shall be modified subsequent to the deadline for submission of bids.
c) No bid shall be allowed to be withdrawn in the interval between the deadline for submission
of bids and the expiration of the period of bid validity specified by the bidder. Withdrawal of a
bid during this interval shall result in the forfeiture of bidder’s bid security.

43.0 EXAMINATION OF BIDS AND DETERMINATION OF RESPONSIVENESS:


a. The Owner/EIL will examine the bids to determine whether they are complete, whether any
computational errors have been made, whether the documents have been properly signed,
and whether the bids are generally in order.
c) Prior to the detailed evaluation, the Owner/EIL will determine whether each bid is of
acceptable quality, is generally complete and is responsive to the RFQ Documents. For the
purposes of this determination, a responsive bid is one that conforms to all the terms,
conditions and specifications of the RFQ Documents without deviations, objections,
conditionality or reservations.
c. Bidder shall not be allowed to submit any Price Implication or Revised Price after submission
of Bid, unless there is change in the stipulations of the RFQ Document and such changes are
incorporated through an Amendment. In case Exceptions and Deviations submitted by Bidder
along with Bid are not considered as acceptable and no Amendment is issued, then in such a
case the Bidders would be required to withdraw such Exceptions/Deviations in favour of
stipulations of the RFQ document and Bidders would not be eligible for submission of Price
Implication/Revised Price, failing which such Bid(s) shall be considered as non responsive
and rejected.
d. The Owner/EIL determination of a bid’s responsiveness is to be based on the contents of the
bid itself without recourse to extrinsic evidence. If a bid is not responsive, it will be rejected by
the Owner/EIL, and may not subsequently be made responsive by the bidder by correction of
the nonconformity.
44.0 OWNER’S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY BID:
The Owner/EIL reserves the right to accept or reject any bid, and to annul the bidding process and
reject all bids at any time prior to award of the order without thereby incurring any liability to the
affected bidder or bidders or any obligations to inform the affected bidder or bidders of the ground
for Owner/EIL’s action.
45.0 NOTIFICATION OF AWARD:
d) Prior to the expiration of period of bid validity Owner /EIL will notify the successful bidder in writing
by fax/e-mail to be confirmed in writing, that his bid has been accepted. The notification of award/
Fax of Acceptance will constitute the formation of the Order.
e) The Delivery Schedule shall commence from the date of notification of award/ Fax of Acceptance
(FOA).
f) Award of Contract/Order will be by issuing Fax of Acceptance (FOA) of your bid. FOA will contain
price, delivery and other salient terms of bid and RFQ Document.
Bidder will be required to confirm receipt of the same by returning “Copy of the FOA” duly signed
and stamped by the bidder as a token of acknowledgement to Owner and EIL. On receipt of
acknowledgement without any deviation/ condition, detail Purchase Order/ Contract will be issued
in quadruplicate. Three copies of the same without any condition/ deviation will be returned duly
signed and stamped by the bidder as a token of acknowledgement to Owner and EIL.
46.0 WAIVER OR TRANSFER OF THE AGREEMENT:
The successful bidder shall not waive the Agreement or transfer it to third parties, whether in part
or in whole, nor waive any interest that is included in the Agreement without the prior written
permission of the Owner.
47.0 T&C FOR FOREIGN SUPPLIERS OPERATED THROUGH THEIR INDIAN OFFICE /
SUBSIDIARIES:

A307_SIB Rev.6 dt. 14.04.2014 Page 18 of 20

Page 58 of 244
BPCL-KR
Job: A307

I. The parent company shall issue an authorization from the authorized signatory like CEO, CFO, CS
to confirm their authorization to the subsidiary to manufacture & supply the equipments.
II. The parent company shall furnish a back-up guarantee duly signed by above signatory for the
performance of the equipment.
III. The order shall be placed on Indian subsidiary and the payment shall be released to Indian
subsidiary.
IV. Indian subsidiary shall be a manufacturing company in the same product & not a liaison /
representative office.
V. Bidder to submit bipartite agreement between parent & subsidiary to ensure experience &
compliance to contract.
VI. All critical components / parts to be supplied by parent company only which is enlisted with EIL.

48.0 TAX RESIDENCY CERTIFICATE (TRC) FORMAT FOR FOREIGN BIDDER:


Foreign Bidder shall submit Tax Residency Certificate (TRC) duly filled in detailed format enclosed
with RFQ Document.

49.0 REQUIREMENT OF EMPLOYMENT VISA FOR FOREIGN NATIONALS:


i) All Foreign nationals coming to India for execution of Projects/ Contracts will have to apply for
Employment Visa only and that grant of Employment Visa would be subject to strict adherence
of following norms:
a. Employment Visa is granted only for the skilled and qualified professionals or to a person who is
being engaged or appointed by a Company, Organization, Industry or Undertaking etc. in India
on contract or employment basis at a senior level, skilled position such as technical expert, senior
executive or in managerial position etc.
b. Request for Employment Visa for jobs for which large number of qualified Indians are available, is
not considered.
c. Under no circumstances an Employment Visa is granted for routine, ordinary secretarial/ clerical
jobs.
ii) Suppliers are advised in their own interest to check latest Visa rules from Indian Embassy/ High
Commission in their country in case Foreign nationals are required to be deputed to India during
execution of the Contract.

50.0 Order of Precedence of Commercial Documents:


In case of an irreconcilable conflict between RFQ, Special Instructions to Bidders & General
Purchase Conditions (GPC), the following shall prevail to the extent of such irreconcilable conflict in
order of precedence:
i) RFQ
ii) Special Instructions to Bidders
iii) General Purchase Conditions (GPC)

SECTION-F: ADDITIONAL CLAUSES TO GPC

51.0 The following is additional to Clause No. 38.0 of GPC(Indigenous):


Settlement of dispute between CPSEs or CPSEs & Government Departments
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.

A307_SIB Rev.6 dt. 14.04.2014 Page 19 of 20

Page 59 of 244
BPCL-KR
Job: A307

ANNEXURE-A
INTEGRATED REFINERY EXPANSION PROJECT (IREP) OF
M/s BPCL KOCHI REFINERY, KOCHI, KERALA (INDIA)
(Job No. A307)
TERMS & CONDITIONS FOR INDIAN SOURCED COMPONENTS / SERVICES BY FOREIGN
BIDDER
Foreign bidder may source components / sub-supplies and services from India, if allowed as per Material
Requisition. Such sub-supplies / services shall be subject to following Commercial Terms & Conditions:

1. PRICING:
1.1 The Foreign bidder shall quote firm price for items being sourced from India in Indian rupees on FOT
Site basis inclusive of packing, forwarding, transportation, all applicable taxes, duties & levies payable
upto site.
1.2 Materials if ordered against this Bidding Document are required to be dispatched on door delivery basis
through a reliable bank approved Road Transport Company unless the transport company is named by
the Owner.
2. AWARD OF ORDER:
Client will place single order for Main Supplies/ Services including Indian source supplies/ Services
with single point responsibility taken care by foreign (principal) bidder. However obligation of
Performance Bank Guarantee & Price Reduction Schedule for complete package shall always be in
scope of foreign (principal) Bidder.

3. DELIVERY:
The delivery period for items being sourced from India, shall be on FOT site basis within the delivery
period specified for foreign bidder as per Terms of Bidding document.

4. PRICE REDUCTION SCHEDULE FOR DELAY IN DELIVERY / SERVICES:


PRS for delay in deliver / services shall be applicable on total order value including Indian sourced
component / Service.

5. OVERALL RESPONSIBILTY:
Overall responsibility towards the contractual obligations like delivery, bid security, order execution,
performance guarantee etc. including supplies being sourced from India shall be only with the
foreign (principal) bidder.

6. PERFORMANCE BANK GUARANTEE


Foreign (principal) bidder shall submit one performance bank guarantee as per GPC for total order
value including value of items source from India.

7. INSPECTION
i. Inspection of Item being sourced from India shall be by EIL/Owner.
ii. Any change in sourcing from indigenous supplies to imported supplies and vice-versa after bid
submission is not permitted.
iii. Considering EIL Inspection charges, during evaluation prices of Indigenous source item shall be
loaded by @1.25% of FOT Despatch Point Price price.

8. PAYMENT TERMS:
8.1 Indian Sourced supplies:
100% payment along with taxes and duties will be paid against receipt & acceptance of Indian sourced
goods/material at project site and on presentation of invoice suitable for availing Cenvat.
8.2 Payment of Indian source supplies/Services shall be released directly to Indian counterpart against
Invoices raised by Indian counterpart duly endorsed by Foreign principal for payment.
8.3 The payments shall be made after Adjustment of Price Reduction Schedule.
9. In case of any deviation to above requirement, loading shall be applicable as mentioned for Indian
Bidder.

A307_SIB Rev.6 dt. 14.04.2014 Page 20 of 20

Page 60 of 244
Page 61 of 244
Page 62 of 244
Page 63 of 244
Page 64 of 244
Page 65 of 244
Page 66 of 244
Page 67 of 244
Page 68 of 244
Sham
PatroleUI"

BHARAT PETROLEUM CORPORATION LIMITED


KOCHI REFINERY
GENERAL PURCHASE CONDITIONS
FOR IMPORTED MATERIALS AND EQUIPMENTS

INDEX

1. NON-WAIVER
ADDRESSES
ARBITRATION
TECHNICAL
VENDOR'S
DELAYED
DELAYS
OILS
SPARE
PACKING
SHIPPING
RESPECT
CANCELLATION
PART
RECOVERY
MODIFICATIONS
INSPECTION-CHECKING-
PRICE
CONFIRMATION
COMPLETE
PATENTS
EXPEDITING
NO ASSIGNMENT
&ORDER/REPEAT
TRANSITLUBRICANTS
PARTS
DUE
AND
DELIVERY
DEFINITIONS
TERMS
SHIPMENT
SERVICES
WEIGHTS
SALES
IMPORT
PERFORMANCE
REFERENCE FOR
DRAWINGS
AGREEMENT
OF
INFORMATION
TO
MARKING
ROYALTIES
CONDITIONS
OF
LICENCE
REJECTION,RISK
AND
OF
AND DELIVERY
SUMS
PAYMENT
FOR OF
FORCE
ORDER
VENDOR'SDUE
ORDER
AND
INSURANCE
MEASURES
SHIPMENTMAJEURE
TESTING
GUARANTEE
REMOVAL DATES
DOCUMENTATION
OFPERSONNEL
NOTICES
REJECTED 19.
34.
33.
30.
31.
32. DATA REQUIREMENT
GOODS AND REPLACEMENT 25.
28.
20.
24.
27.
26.
21.
23.
29.
22.

-1-

Page 69 of 244 •
1. DEFINITIONS: 7.1 All tests mechanical and others and particularly
The following expressions used in the purchase order those required by relevant codes will be performed
shall have meaning indicated against each of these; at the Vendor's expenses and in accordance with
inspector's instructions. The vendor will also bear
The OWNER means BHARAT PETROLEUM
the expenses.
CORPORATION LIMITED a company incorporated in
India having its registered office at Mumbai. India and 7.2 Concerning preparation and rendering of tests
shall include its successors and assigns. required by Boiler Inspector~te or such other
"GoodslMaterials" : Goods and/or materials shall mean statutory testing agencies or by L10yds register of
shipping as may be required.
any of the articles, materials, machinery, equipment,
supplies drawings, data and other property and all 7.3 Before shipping or despatch, the equipment and/
services Including but not limited to assigning, delivery, or materials will have to be checked and stamped
Installation, Inspection. testing and commissioning by Inspectors who are authorised also to forbid
specified or required to complete the order. the use and despatch of any equipment and/or
materials which during tests and inspection fail to
·Vendor" : Vendor shall mean the person, firm or
comply with the specification. codes and testing
corporation to whom this purchase order is issued, and
requirements.
include its successors and assigns.
7.4 The Vendor will have to-
"Inspectors" : Inspectors deputed by Owner.
2. REFERENCE FOR DOCUMENTATION: Inform Owner at least fifteen days in advance of
the exact place date and time of rendering the
Purchase order Number must appear on all equipment or materials for required Inspection.
correspondence, drawings, invoices, shipping notes,
Provide free access to inspectors during normal
packing and on any documents or papers connected
working hours to Vendors or his /lts sub-Vendor's
with the order.
work and place at their disposal all useful means
3. IMPORT LICENCE: of performing, checking, marklhg testing,
Relevant particulars of the import licence if any shall be inspection and final stamping.
duly indicated in the invoice and shipping documents Even if the inspection and tests are fully carried
as well as on the packages or consignments. out Vendor is not absolved to any degree of his
4. CONFIRMATION OF ORDER: responsibilities to ensure that all equipments and
The vendor shall acknowledge the receipt of the materials supplied comply strictly with
Purchase order within ten days following the mailing of requirements as per agreement both during
this order and shall thereby confirm his acceptance of requirements as per agreements both during
this Purchase Order in its entirety without exceptions. construction, at the time of delivery, inspection on
This acknowledgment will be on both purchase order arrival at site and after Its erection or start-up and
and General Purchase Conditions. Vendor shall also guarantee period as stipulated In clause 26 hereof.
submit along with order acceptance a Bank Guarantee 7.5The Vendor's responsibility will not be lessened to
as per clause 26 hereunder. any degree due to any comments made by Owner/
6. SALES CONDITIONS: Owner's representatives and inspectors on the
Vendor's drawings or specifications or by
With Vendor acceptance of provisions of this Purchase
inspectors witnessing any chemical or physical
Order he waives and considers as cancelled any of his
tests. In any case the equipment must be in strict
general sales conditions. accordance with the Purchase Order and or its
6. COMPLETE AGREEMENT: attachments failing which the Owner shall have the
The terms and conditions of this Purchase Order right to reject the goods and hold the Vendor liable
constitute the entire agreement between the parties for non-performance of contract.
thereto. Changes will be binding only if the amendments 8. EXPEDITING:
are made in writing and signed by an authorised
Owner/Owner's representatives have been assigned to
representative of the Owner and the Vendor.
expedite both manufacture and shipment of equipment
7. INSPECTION-CHECKING-TERMS: and materials covered by the Purchase Order. The
The equipment, materials and workmanship covered by Owner/Owner's representatives shall have free access
the Purchase Order is subject to inspection and testing to Vendor's shop and/or sub supplier's shop at any time
at any time prior to shipment and/or despatch and to and they shall provide all necessary assistance and
final Inspection within a reasonable time after arrival at Information to help them perform their job.
site. Inspectors shall have the right to carry out the 9. WEIGHTS AND MEASUREMENTS:
Inspections and testing which will Include the raw
The shipping documents, invoices, packing lists and all
materials at manufacturer's shop, at fabricator's shop other relevant documents shall contain the same units
and at the time of actual despatch before and after
of weight and measurements as given in the Owner's
completion of packing. Purchase Order.
-2-

Page 70 of 244 •
10. OILS & LUBRICANTS: CARE GLASS FRAGilE, DON'T ROLL. THIS END UP.
The first filling of oils and lubricants for every equipment THIS END DOWN.· to be indicated by arrow.
shall be included In the price. The vendor shall also A distinct colour splash in say red-black around each
recommend for quality and quantity of oils and lubricants package crate/bundle shall be given for identification.
required for one year's continuous operation. Ail pipes and sheets shall be marked with strips bearing
11. SPARE PARTS: progressive No.
The vendor must furnish itemised and priced list of spare In case of bundles, the shipping marks shall be
parts required for two years operation of the equipment. embossed on metal or similar tag and wired securely
The vendor shall provide the necessary cross sectional on each end.
drawing to Identify the spare parts numbers and their For bulk uniform material when packed in several cases,
location as well as inter-changeability chart. progressive serial numbers shall be indicated on each
12. PACKING AND MARKING: cases. All nozzles, holes and opening and also all
delicate surfaces shall be carefully protected against
All equipment/materials shall be suitably packed in
damage and bad weather. Flange faces of all nozzles
weather proof, seaworthy packing for ocean transport
shall be protected by blanks. All manufactured surfaces
under tropical conditions and for rail or road or other
shall be painted with rust proof paint.
appropriate transport in India. The packing shall be
strong and efficient enough to ensure safe preservance All threaded fittings shall be packed in cases.
upto the final point of destination. The vendor shall be held liable for all damages or
Equipment / Materials shall be protected by suitable breakages to the goods due to defective or Insufficient
coat of paint and all bright parts protected from rust by packing as well as for corrosion due to insufficient
application of rust preventive as may be necessary. All greasing/ protection.
machined surface shall be suitably protected. On three sides of the packages, the following marks
All fragile and all exposed parts will be packed with care shall appear clearly visible in indeliable paint and on
and the packages shall bear the words -HANDLE WITH Vendor's care and expense.

BHARAT PETROLEUM CORPORATION LIMITED


KOCHI REFINERY
AMBALAMUGAl
KOCHI-682302
From

To:
Chief Manager (Projects)
Bharat Petroleum Corporation Ltd.
Koehl Refinery, Ambalamugal
Kochi - 682 302

Purchase Order No.

Item:

Equipment:

NetWeight: Kgs.

Gross Weight: Kgs.


Case No. of Total Cases:

Dimensions:

-3-

Page 71 of 244 •
l!!RI§.;. MarKIngshall be bold-minimum letter height 5cm. charges, if any, surcharge, discount, etc. cleal
for every order and every shipment, packages must be and separately and the net total freight payab
marked with serial progressive numbering. All packages shown at the bottom.
will bear warning signs on the outside denoting the All documents vlz. bill of lading/airway bi,
center of gravity and sling marks. Packages that require Invoices/packing list, freight memos, country 4

special handing and transport should have their centres origin certificates, test certificate, drawings an
of gravity and points at which they may be gripped catalogues should be in English language.
clearly indicated and marked -Attention Special Load
In addition to the bill of lading which should b
Handle with Care" In English Language. Any other
obtained In 3 stamped original plus as many copiei
direction for handling shall be clearly indicated on the
as required, Invoices packing lists, freight memos
package.
(If the freight particulars are not shown In the billl
Top heavy containers will be so marked either Top of lading), country of origin certificate, test
Heavy or Heavy Ends. When packing material is clean composition certificate, shall be made out agains',
and light coloured, a dark black stencil paint shall be each shipment in as many number of copies as
acceptable. However, where packaging material is shown below. The bill of lading, invoice and
soiled or dark, a coat of flat zinc white paint shall be packing list specifically must show uniformly, the
applied and allowed to dry before applying the specific marks and numbers, contents case wise country
markings. of origin, consignees name, port of destination and
In case of large equipments like vessels, heat all other particulars as indicated under clause 12.
exchangers, etc. documents contained in the envelope The invoice must show the unit rates and net total
shall be fastened Inside a shell connection with an EO.B. prices. Items packed separately should also
identifying arrow sign -documents" applied with Indelible be Invoiced and the value shown accordingly.
paint. Packing list must show apart from other particulars
13. SHIPMENT AND SHIPMENT NOTICES: actual contents in each case, net and gross
weights and dimensions, and the total number of
The Vendor shall make shipment only after prior
packages. All documents should be duly signed
approval of Inspector whenever specifically mentioned.
by the Vendor's authorised representatives.
As soon as any shipment is made, the Foreign Supplier
shall send advance information by way of Fax message Shipping arrangements shall be made by
to Chief Manager (Projects), Bharat Petroleum Chartering Wing Ministry of Surface Transport,
Corporation Ltd., Koehl Refinery, Ambalamugal, Kochi- New Delhi through their respective forwarding
682 302 giving particulars of the shipment, vessel's agents, M/s. Schenker & Co., P.O. Box 110313
name, port of shipment, bill of lading number and date, 02043 Hamburg West Germany, Ph. 49 (040)
total FOB and freight value with confirmation copies by 361350, Fax (040) 36135216 Gr.2/a, Telex
post to the owner, Bharat Petroleum Corporation 217004-33 Sh.d, for shipping consignments from
Limited, Koehl Refinery, Ambalamugal, Kochi -682 302 UK / continent port; M/s. OPT Overseas Project
In case of air shipment a copy each of airway bill & Transport Inc. 46 sellers Street, kearny, N.J.
Invoice shall be sent by fax to BPCL as soon as 07032, Tel (201) 998-7771, Telex 673-3586, Fax
shipment is made. (201 )998-7833. In respect of consignments form
US/CANADA, MEXICO & SOUTH AMERICA and
14 SHIPPING:
the Embassy of India in Japan, Tokyo in respect
14.1 SEA SHIPMENT: of consignments from Japaneses ports. Supplier
All shipment of materials shall be made by first shall furnish to the respective agents the full details
class direct vessels, through the chartering wing, of consignments such as outside dimensions,
Ministry of Surface Transport Govt, of India, New weights (both gross and net) No. of packages,
Delhi as per procedure detailed hereunder. The technical descriptions and drawings, name ofthe
Foreign supplier shall arrange with Vessels Supplier, ports of loading, etc. 6 weeks notice shall
Owners or Forwarding Agents for proper storage be given by the supplier to enable the concerned
of the entire Cargo intended for the project in a agency to arrange shipping space.
specific manner so as to facilitate and to avoid The bill of lading Shall Indicate the following:
any over carriage at the port of discharge. All
Shipper: Government of India
shipment shall be under deck unless carriage on
deck is unavoidable. Consignee:
Bharat Petroleum Corporation Ltd.-
The bills of lading should be made out in favour of
Koehi Refinery,
Bharat Petroleum Corporation Ltd.,
Ambalamugal,
All columns in the body of the bill of lading namely Kochl - 682 302.
marks and nos. material description, weight
In case of supplies from USA, Export licences, if
particulars, etc. should be uniform in all the
any required from the American Authorities shall
shipping documents. The freight particulars should
be obtained by the U.S. suppliers. If need be
mention the basis of freight tonnage, heavy lift
-4-


Page 72 of 244
assistance for obtaining such export licences their delivery. By time delivery, is meant the date on the
would be available from India supply Mission at Bill of lading/Air way Bill at FOB port of despatch.
Washington. 17. DELAYED DELIVERY:
14.2 AIRSHIPMENT:
The time and date of delivery of materials/equipment
In case of Airshipment, the material shall be as stipulated in the Purchase Order shall be deemed
shipped through freight consolidator (approved by to be the essence of the agreement. For any delay in
us). The airway bill shall be made out in favour of delivery of equipment materials or part thereof beyond
BHARAT PETROLEUM CORPORATION LTD, the delivery date stipulated, the vendor shall be liable
Kochi Refinery, Ambalamugal, Kochi - 682 302 to pay compensation at O. 5% per week or part thereof
Tel: 91-484-2722061-69, Fax: 91-484- 2721094/ the FOB Port of embarkation value of the non-delivered
2720855/56. items of equipment subject to maximum of 5% of the
14.3 TRANSMISSION OF SHIPPING DOCUMENTS: total FOB value. The Owner reserves the right of
cancelling the Purchase Order for any delay exceeding
Foreign supplier shall obtain the shipping
the period of maximum compensation and the vendor
documents in eleven complete sets including three
shall be liable to all consequences thereof. If the delay
original stamped copies of the Bill of lading/Airway
in delivery is due to Force Majeure, the owner shall be
Bill as quickly as possible is made, and airmail as
free to act in terms under clause 18 of this text.
shown below so that they are received at least
three weeks before the Vessels' arrival in case of 18. DELAYS DUE TO FORCE MAJEURE:
sea shipment and immediately on air freighting in In the event of causes of Force Majeure occuring within,
case of air-shipment. Foreign supplier shall be fully the contractual date of delivery the Owner on receipt of
responsible for any delay and/or demurrage in application from the Vendor may extend the contractual
clearance of the consignment at the port due to date of delivery without imposition of penalty. Only those
delay in transmittal of the shipping documents. causes which depend on natural calamities, civil wars
If in terms of latter of otherwise, the complete and national strikes which have a duration of more than
original set of documents are required to be sent seven consecutive calendar days are considered the
to BPCL through Bank the distribution indicated causes of force majeure. The decision of Owner shall
below will confine to copies of documents only be final and binding on Vendor.
minus originals. The Vendor must advise the Owner by a Registered
Documents letter duly certified by a local chamber of statutory
BPCL, Kochi Refinery
authorities, the beginning and the end of the delay
Bill of lading/ 4 (including 1 immediately, but in no case later than within 10 days of
Airway Bill original) the beginning and end of such cause of Force Majeure
Invoice 4 condition as defined above.
Packing List 4 19. REJECTION, REMOVAL OF REJECTED GOODS
Freight Memo 4 AND REPLACEMENT:
Country of Origin-
Certificate 4 In case the testing and inspection at any stage of
4 inspection reveal that the equipment, materials and
Drawing
1 workmanship do not comply with the specification and
Catalogue
Invoice ofthird 4 requirements, the same shall be removed by the Vendor
at his/its own expense and risk within the time allowed
Party/Lloyd for
by the Owner. The Owner shall be at liberty to dispose
Inspection charges,
of such rejected goods in such a manner as he may
wherever applicable.
think appropriate. In the event the Vendor fails to remove
15. TRANSIT RISK INSURANCE:
the rejected goods within the period as aforesaid, all
Insurance against all marine and transit risk on FOB to expenses incurred by the Owner for such disposal shall
warehouse basis shall be covered under the owner's be to the account of the Vendor. The freight paid by the
marine policy. However, the Vendor shall ensure the in Owner, if any, on the inward joumey of the rejected
effecting shipments clear bills of lading/airway bills are materials shall be reimbursed by the vendor to the
obtained and the carriers responsibility is fully retained Owner before the rejected materials are removed by
the carriers so that the consignee's interests are fully the Vendor. The Vendor will have to proceed with the
secured and are in no way jeopardized. replacement of that equipment without claiming any
16. RESPECT FOR DELIVERY DATES: extra payment if so required by the Owner. The time
taken for replacement in such event will not be added
Time of delivery mentioned in the Purchase Order shall
to the contractual delivery period.
be the essence of the agreement and no variation shall
be permitted except with prior authorisation in writing 20. PRICE:
from the Owner. Goods should be delivered securely Unless otherwise agreed to in the terms of the Purchase
packed and in good order and condition at the place Order, the price shall be :
and within the time specified in the Purchase Order for
-5-

Page 73 of 244 •
Firm and not subject to escalation for any reason equipment and/or materials or which can, in any way.
whatsoever even though It might be necessary for the 26. PERFORMANCE GUARANTEE:
order execution to take longer than the delivery period
The Vendor shall guarantee that any and all materials
specified in the order. used in execution of the Purchase Order shall in strict
21. TERMS OF PAYMENT: compliance with characteristics, requirements and
Payment will be made by the Owner against submission specifications and that the same shall be free from any
of despatch documents by Cash Against Documents/ defects. Checking of the Vendor's drawings by the
Letter of Credit. Owner/Owner's representatives and their approval and
22. RECOVERY OF SUMS DUE: permission to ship or despatch the equipment and
materials granted by Inspectors shall not relieve the
Whenever any claim against the Vendor for payment
Vendor from any part of hlsllts responsibilities for proper
of a sum of money arises out of or under the contract,
fulfillment of the requirements. The Vendor will
the Owner shall be entitled to recover such sums from
guarantee that all materials and equlpments shall be
any sum them due or when at any time thereafter may
repaired or replaced as the case may be at site, at its
become due from the Vendor under this or any other
contract with the Owner and should this sum be not own expense, in case the same have been found to be
defective in respect of material, workmanship or smooth
sufficient to cover the recoverable amount, the vendor
and rated operation within a period of twelve months
shall pay to the Owner on demand the balance after the same have been Commissioned or 18 months
remaining due.
from despatch whichever is earlier.
23. MODIFICATIONS:
The guarantee period for the part that may be altered,
The Owner shall have the right to make technical repaired or replaced shall be 12 months from the date
changes or modifications in the technical documents/ on which the same is commissioned.
specifications. Any major changes or modifications shall
Acceptance by the Owner or Its inspectors of any
be at the cost, if any, of the Owner. As soon as possible
equipment and materials or its replacement will not
after receipt of the written request for changes the
relieve the Vendor of its responsibility of supplying the
vendor shall furnish in writing to the owner an estimate
equipment/materials strictly according to the guarantee
of cost for such major changes and modifications and
agreed by the Vendor. The Vendor shall furnish a Bank
its effect on the FOB delivery date. On receipt of
Guarantee along with the order acceptance for the
Owner's written authorisation, the Vendor shall promptly
amount equivalent to 10% of the F.O.B. value of
proceed with the changes/modifications.
equipment/ materials to support Vendor's performance
24. CANCELLATION: (as per proforma hereunder). This Bank Guarantee shall
The owner reserves the right to cancel this Purchase remain in force for the entire period covered by the
Order or any part thereof and shall be entitled to rescind performance guarantee. It will be the responsibility of
the contract wholly or in part In a written notice to the the Vendor to keep the Bank Guarantee fully
Vendor if: subscribed. Any shortfall in the value of the Bank
The Vendor fails to comply with the terms of this Guarantee as a result of encashment by the owner
Purchase Order. either in full or in part in terms of the performance
Guarantee shall be made good by the Vendor within
The Vendor fails to deliver the goods on time and/or one week thereof.
replace the rejected goods promptly:
27. NON-WAIVER:
The Vendor makes a general assignment for the benefit
of creditors; and Failure of the Owner/Owner's representatives to insist
upon any of the terms or conditions incorporated in the
A receiver is appointed for any of the property owned
Purchase Order or failure or delay to exercise any rights
by the Vendor.
or remedies specified herein or by law or failure to
Upon receipt of the said cancellation notice, the Vendor properly notify Vendor in the event of breach, or the
shall discontinue all work on the Purchase Order and acceptance of payment of any goods hereunder or
matters connected with it. approval of design shall not release the Vendor and
The owner in that event will be entitled to procure the shall not be deemed waiver of any right of the Owner
requirement in the open market and recover excess or Owner's representatives to Insist upon the strict
payment over the Vendor reserving to Itself the right to performance thereof or any of his or their rights or
forfeit the security deposit, if any, placed by the Vendor remedies as to any such goods regardless of when
against the contract. goods are shipped, received or accepted nor shall any
25. PATENTS AND ROYALTIES: purported modification or revision ofthe order by Owner/
Owner's representative act as waiver of the terms
On acceptance of this order, the Vendor will be deemed hereof.
to have entirely indemnified the Owner's representatives
from any legal action or claims regarding compensation 28. NO ASSIGNMENT:
for breach of patent rights which the Vendor deems The purchase Order shall not be assigned to any other
necessary to comply for manufacturing the orclefed agency by the Vendor without obtaining prIor-written
-6-

Page 74 of 244 •
consent of the Owner. maintenance of the equipment if required by the Owner.
29. VENDOR'S DRAWINGS AND DATA REQUIREMENT: The terms and conditions for the services of the
Vendor's personnel shall be indicated in the quotation
The Vendor shall submit drawings data and itself.
documentation in accordance with but not limited to
32. ARBITRATION:
what is specified in the bid document and lor In Vendor's
drawings and data form attached to the Purchase Order Any dispute or difference between the Vendor on one
and as called for in clause 8, vlz, 'Expediting' above. hand and the Owner on the other. of any kind
The types, quantities and time limits of submitting this whatsoever at any time or times, arising out of or in
must be respected in its entirety failing which the connection with or incidental to the Purchase Order
purchase Order shall not be deemed to have been including any dispute or difference regarding the
executed for all purposes including settlement of interpretation of the terms and conditions or any clause
payment since the said submission is an integral part thereof shall be referred to arbitration under the Rules
of purchase Order execution. of International Chamber of Commerce in Paris. The
30. TECHNICAL INFORMATION: venue of such arbitration shall be in India. The Indian
law shall apply.
Drawings, specifications & details shall be the property
of the Owner and shall be returned by the Vendor on 33. PART ORDER I REPEAT ORDER:
demand. The Vendor shall not make use of drawings Vendor shall agree to accept part order at owner's
and specifications for any purpose at any time save option without any limitations whatsoever and also
and except for the purposes of the Owner. The Vendor accept repeat order during a period of six months after
shall not disclose the technical Information furnished placement of purchase order at the same unit prices
or gained by the Vendor to any person, firm or body or terms and conditions.
corporate authority and shall make all endeavours to 34. ADDRESS:
ensure that the technical Information is kept
Bharat Petroleum Corporation Ltd.
CONFIDENTIAL. The technical information imparted
and supplied to the Vendor by the Owner shall at all Kochi Refinery
times remain the absolute property ofthe Owner. Ambalamugal
31. SERVICES OF VENDOR'S PERSONNEL: Kochi - 682 302
Upon two weeks advance notice, the Vendor shall INDIA
depute the necessary personnel to India for supervision Tel: 91-484-2722061-69
of erection and start up of the equipment and train a Fax: 91-484-2721094/2720855/56
few of the Owner's personnel for the operation and

-7-

Page 75 of 244 •
PROFORMA OF BANK GUARANTEE
( Performance )
(Ref. clause 26)
To
Bharat Petroleum Corporation Limited
Koehl Refinery, Ambalamugal, Kerala- 682302
Dear Sir,
In consideration of the Bharat Petroleum Corporation Limited (hereinafter called 8the Company8 which expression shall
include its suceessorsand assigns) having awarded to MIs. (Name) (address)
..................................................•....................................................................................................................... (hereinafter
referred to as ~he Supplier- which expression wherever the subject or context so permits Include Its successors and assigns) a
supply contract In terms Interalia, of the Company's Purchase Order No dated and the
General Purchase Conditions of the company and upon the condition of supplier's fumishing security for the Performance of the
supplier's obligation and/or discharge of the supplier's liability under and/or In connection with the said supply contract up to a
sum of (in figure) (in words) .
................ ) contract value.
we, (Name) (constitution) ; (hereinafter called
8the Bank8 which expression shall include its successors and assigns) hereby jointly and severally undertake the guarantee to
pay to the Company In (Currency) forthwith on demand in writing and without protest or demur of any and all moneys anywise
payable by the Supplier to the Company under in respect of or in connection with the said supply contract inclusive of all the
Company's losses and damages and costs, (Inclusive between attorney and client), charges and expenses and other moneys
anywise payable In respect to the above as specified in any notice of demand made by the Company to the Bank with reference
to this Guarantee up to aggregate limit of Rs (Rupees .
.. ... . ... .. . .. .... .. . ... .. ... ... ... ... .... ..only)
AND the Bank hereby agrees with company that:
This Guarantee / Undertaking shall be a continuing / undertaking and shall remain valid and irrevocable for all claims of the
Company and liabilities of the Supplier arising up to and until midnight of .
This date shall be 6 months from the last date of guarantee period
This Guarantee / Undertaking shall be in addition to any other guarantee or security whatsoever that the company may now or at
any time anywise have in relation to the Supplier's obligationslliabilities under and/or connection with the said supply contract,
and the Company shall have full authority to take recourse to or reinforce this security in preference to the other securlty(ies) at
its sole discretion, and failure on the part of the Company in enforcing or requiring enforcement of any other security shall have
the effect of releasing the Bank from its liability hereunder.
The company shall be at liberty without reference to the bank and without affecting the full liability of the Bank hereunder to take
any other security in respect of the Supplier's obligations and/or liabilities under or In connection with the said supply contract
and to vary the terms vis a vis the supplier of the said supply contract or to grant time and/or Indulgence to the supplier or to
reduce or to Increase or otherwise vary the prices of the total contract value or and/or the remedies of the company under any
other security (Ies) now or hereafter held by the company and no such dealing(s), varlation(s), reduction(s), Increase(s) or the
indulgence(s) or arrangement(s) with the supplier or release or forbearance whatsoever shall have the effect of releasing the
Bank from its full liability to the Company hereunder or of prejudicing rights of the Company, against the Bank.
The Guarantee / Undertaking shall not be determined or affected by the liquidation or winding up, dissolution or change of
constitution or insolvency of the supplier but shall in all respects and for all purposes be binding and operative until payment of all
moneys payable to the Company in terms hereof.
The Bank hereby waives all rights at any time inconsistent with the terms of its Guarantee / Undertaking and the obligations of the
Bank in terms hereof shall not be anywise affected or suspended by reason of any dispute or disputes having been raised by the
supplier (whether or not pending before any Arbitrator, office, Tribunal or Court) or any denial of liability by the supplier or any
other of communication whatsoever by the supplier stopping or preventing or purporting to stop or prevent any payment by the
Bank to the Company in terms hereof.
The amount stated in any notice of demand addressed by the Company to the Guarantor as liable to be paid to the Company by
the supplier or as suffered or incurred by the Company on account of any losses or damages of costs, charges and or expenses
shall as between the Bank and the company be conclusive of the amount so liable to be paid to the Company or suffered or
incurred by the Company, as the case may be and payable by the Guarantor to Company in terms hereof.
Yours faithfully,

-8-

Page 76 of 244 •
TERMS & CONDITIONS FOR SUPERVISION OF ERECTION, TESTING AND COMMISSIONING
FOR INDIGENOUS BIDDERS

1) Bidder shall quote per diem charges which shall include to & fro fare ,lodging, boarding,
medical,local transport, all insurances including Bidder’s personnel and third party insurance ,
all taxes including income tax etc. & all other incidental charges but exclude Service Tax
which will be extra .
2) Per Diem rates shall apply from the day the supervisory personnel reach site and upto the day
they leave site. No per Diem payment will be made for travel days / period.
3) Working hours as those prevailing at site – normally eight hours a day, Monday through
Saturday and holidays as applicable to site personnel shall apply.
4) Supplier’s supervisory personnel to observe/abide by site working conditions prevailing in the
existing refinery, safety codes & Indian laws.
5) A notice period of one month will be given for supervision of erection / testing / commissioning.

6) A tentative schedule for requirement of supervisory assistance will be given one month in
advance so that Seller’s personnel reach site within 7 days from intimation for supervisory
assistance.

Page 77 of 244
TERMS & CONDITIONS FOR SUPERVISION OF ERECTION, TESTING AND COMMISSIONING
FOR FOREIGN BIDDERS

1) Bidder shall quote per diem charges which shall include lodging, boarding, medical , local
transport, all insurances including Bidder’s personnel and third party insurance , all taxes
including income tax etc. & all other incidental charges but exclude Service Tax which will
be paid extra by Owner .

2) Per Diem charges shall exclude to and fro airfare. Owner shall arrange economy class fare
through Air India from the nearest International Airport in vendor’s country to International
airport at Kochi. No further transport charges shall be payable by owner.

3) Per Diem rates shall apply from the day the supervisory personnel reach site and upto the day
they leave site. No per Diem payment will be made for travel days / period.

4) Working hours as those prevailing at site – normally eight hours a day, Monday through
Saturday and holidays as applicable to site personnel shall apply.

5) Supplier’s supervisory personnel to observe/abide by site working conditions prevailing in the


existing refinery, safety codes & Indian laws.

6) A notice period of one month will be given for supervision of erection / testing /
commissioning.
7) A tentative schedule for requirement of supervisory assistance will be given one month in
advance so that Seller’s personnel reach site within 7 days from intimation for supervisory
assistance.

Page 78 of 244
Job No. : A307
BPCL-KR - IREP

SPECIAL PACKAGING REQUIREMENTS

All raw/solid wood packaging material used for packaging shall be appropriately treated and marked as
per ISPM-15 (International Standards of Phyto-sanitary measures 15) OR shall be accompanied by a
Phytosanitary Certificate with the treatment endorsed.

The treatment of raw/solid wood packaging material prior to export shall include either Methyl Bromide
(MB) @ 48 g/m3 for 16 hrs at 21º C and above or any equivalent thereof or heat treatment (HT) at 56º
C for 30 min (core temperature of wood) or Kiln Drying (KD) or Chemical Pressure Impregnation (CPI)
or any other treatments provided that these meet the HT specifications of the ISPM-15.

However, the above conditions shall not be applicable to wood packaging material wholly made of
processed wood products such as ply wood, particle board, oriental strand board of veneer that have
been created using glue, heat and pressure or combination thereof. The above conditions shall also
not be applicable to wood packaging material such as veneer peeler cores, wood wool & shavings and
thin wood pieces (less than 6mm thickness) unless they are found to be harboring any pests.

SPR-Foreign Page 1 of 1

Page 79 of 244
Tax Residency Certificate (TRC) Format for Foreign Bidder

Sl. No. Description Details


1
Name of the assessee
2
Status (Individual, Company, Firm, etc) of the
assessee
3
Nationality (In case of individual)
4
Country / Specified territory of incorporation /
registration
5
Assessee’s tax identification number in the country /
specified territory of residence or in case no such
number, then, a unique number on the basis of
which the person is identified by the Govt. of the
country or the specified territory
6
Residential status for the purpose of tax
7
Period for which the certificate is applicable
8
Address of the applicant for the period for which the
certificate is applicable

Note :-

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:-

1. Tax Residency Certificate (TRC) containing prescribed particulars as above details 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.

2. 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-B). Form-10F has to be
signed and 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 80 of 244
Page 81 of 244
Project: IREP,Kochi RFQ No. : PM/A307-IY-PA-MR-5862/5120
Page 82 of 244

Client: BPCL-KR ITEM : PUMP-CENTRIFUGAL, VERTICAL (GENERAL WATER SERVICE)

NAME OF BIDDER: M/s.______________________________________________________________

PRICE SCHEDULE

1) Preamble to Price Schedule

2) Form - 1 : Price Schedule


3) Form - 2 : “CIF/CD”, Details of Built-In CIF Value of Import Content & Custom Duty (Applicable only for Indian Bidders)
4) Form - 3 : Mandatory Spares as per Material Requisition
5) Form - 4 : Two Years Operation & Maintenance Spares As Per Vendor Recommendations
6) Form - 5A : Terms & conditions for supervision of erection, testing and commissioning forIndigenous Bidders

7) Form - 5B : Terms & conditions for supervision of erection, testing and commissioning forForeign Bidders

Page 1 of 15
PRICE SCHEDULE FOR PUMP-CENTRIFUGAL, VERTICAL (GENERAL WATER SERVICE)
RFQ NO. PM/A307-IY-PA-MR-5862/5120
PREAMBLE TO PRICE SCHEDULE
Page 83 of 244

INDIAN BIDDERS
1 Indian Bidders shall quote in Indian Rupees only.
2 Indian Bidders must quote item wise Freight charges in the space provided in the price schedule.
3 Indian Bidder shall furnish built-in CIF value if any, against each quoted item, giving details of description of goods, qty. rate of Custom Duty etc. in attached FORM- 2.

FOREIGN BIDDERS
1 Foreign Bidder shall quote in USD / Euro only. Bids of such Bidder(s) who quote in any other Currency shall not be considered for further evaluation & summarily rejected.
2 Foreign Bidder shall quote item wise ocean freight charges in the space provided in the price schedule.
3 Goods supplied are subject to stage wise and final inspection as specified in MR by TPI agency i.e. Certification Engineers International Ltd. (CEIL)/Lloyds Register of Industrial Services (LRIS) / Det Norske
Veritas(DNV)/ Bureau Veritas (BV)/TUV in the country of origin and charges of the same shall be included in the quoted prices.
4 Foreign Bidder's quoted prices shall be exclusive of Import duties like Customs Duty, CVD, SAD & Cess and shall be inclusive of all other applicable taxes, duties, levies, etc.

5 Initially the PO, if any, shall be placed on FOB basis. However, BPCL reserves the right to place the order on CFR basis at the above quoted Ocean Freight within Contractual Delivery Date.

6 Necessary Tax Registration, if any for site activities shall be done by bidder and cost for the same shall be included in the quoted price.

GENERAL - APPLICABLE FOR BOTH INDIAN AND FOREIGN BIDDERS


1 Bidder’s quoted prices shall be deemed to include bidder’s entire scope of work and all obligations and responsibilities, as specified in the Material Requisition and RFQ document.
2 Bidder shall furnish prices/details as above, in accordance with Special Instructions To Bidders/ Request for Quotation.
3 All the Columns of quoted items in the Price Schedule must be filled with required information, as applicable.
4 Bidder must quote the price in enclosed Price Schedule formats only. The formats shall not be changed and/or retyped.
5 Quoted prices are firm and fixed till complete execution of the entire order and no variation on any account is allowed.
6 Bidder must quote considering the contents of the Preamble to Price Schedule, Price Schedule, RFQ, Material Requisition etc without any deviation.

7 Bidder must submit signed and stamped un-priced copy of Price Schedule indicating "Quoted or Not Quoted" against each item is in their unpriced offer.

8 Evaluation shall be done on itemwise basis.

Page 2 of 15
FORM 1 - PRICE SCHEDULE
RFQ No. : PM/A307-IY-PA-MR-5862/5120
Page 84 of 244

ITEM : PUMP-CENTRIFUGAL, VERTICAL (GENERAL WATER SERVICE)


NAME OF BIDDER: M/s.___________________________________________

ITEM SL. NO. TAG NO./ ITEM CODE [ID.


DESCRIPTION QTY UOM Rate Amount
AS PER MR. NO.]
Specify Currency _______________
01.00 Design, engineering, manufacture, procurement of materials and bought out
components, assembly at shop, inspection, testing at manufacturer's
works[INCLUDING THIRD PARTY INSPECTION FOR IMPORTED
CONTENT, IF ANY, FOR INDIAN BIDDERS] packing & forwarding of the
following, including supply of all commissioning spares(GENERAL NOTE-1)
& special tools and tackles(GENERAL NOTE-2) & documentation as per the
enclosed EIL standard specifications, job specification, data sheets etc. and
other codes and standards attached or referred.[PRICES FOR
MANDATORY SPARE, TWO YEAR RECOMMENDED SPARES ARE NOT
INCLUDED IN THIS AND TO BE QUOTED SEPARATELY] as per material
requisition etc. /RFQ documents:-
01.01 0IY-PA-123A/B BLOW DOWN INTERMITTENT PUMPS(UCT-10, UCT-210)
2 Nos
01.02 0IY-PA-124A/B BLOW DOWN INTERMITTENT PUMPS(HRSG & BOILER)
2 Nos
03.00(I) For Indian Bidders only :-
Charges for Transportation from Vendors work/ shop to site as per
commercial terms & conditions of RFQ documents:-

03.01 {03}0IY-PA-123A/B For Sr. No. 01.01


2 Nos
03.02 {03}0IY-PA-124A/B For Sr. No. 01.02
2 Nos

Page 3 of 15
FORM 1 - PRICE SCHEDULE
RFQ No. : PM/A307-IY-PA-MR-5862/5120
ITEM : PUMP-CENTRIFUGAL, VERTICAL (GENERAL WATER SERVICE)
Page 85 of 244

NAME OF BIDDER: M/s.___________________________________________

ITEM SL. NO. TAG NO./ ITEM CODE [ID.


DESCRIPTION QTY UOM Rate Amount
AS PER MR. NO.]

Specify Currency _______________


03.00(F) For Foreign Bidders only :-
Ocean freight charges upto port of entry - Kochi (India)

03.01 {03}0IY-PA-123A/B For Sr. No. 01.01


2 Nos
03.02 {03}0IY-PA-124A/B For Sr. No. 01.02
2 Nos
04.00 Supply of Mandatory Spares as per enclosed spare list(A307-0IY-16-45-SL-
5862) as per Material Requisition/RFQ documents:-
04.01 {04}0IY-PA-123A/B For Sr. No. 01.01 Lot Furnished, tagwise in Form-3.
1
04.02 {04}0IY-PA-124A/B For Sr. No. 01.02 Lot Furnished, tagwise in Form-3.
1
05.00 Quote for Two Years Operation and Maintenance Spares (As recommended
by vendor) including electrical minimum spare as per electrical specification -- Lot Furnished, tagwise in Form-4
of Material Requisition / RFQ documents:-

06.00 Unit Rates


06.01 Unit Rates for item no 0IY-PA-123 A/B(Addition/deletion purpose) as
per job specification cl.no 23.0 of Material Requisition/RFQ documents
1 m
06.02 Unit Rates for item no 0IY-PA-124 A/B(Addition/deletion purpose) as
per job specification cl.no 23.0 of Material Requisition/RFQ documents
1 m
07.00 For Foreign Bidders only :-
Charges for Third Party Inspection for the tests specified in the Material
Requisition/RFQ documents.
07.01 {07}0IY-PA-123A/B For Sr. No. 01.01 Lot
1 Included in quoted price of Item No. 01.01
07.02 {07}0IY-PA-124A/B For Sr. No. 01.02 Lot
1 Included in quoted price of Item No. 01.02

Page 4 of 15
FORM 1 - PRICE SCHEDULE
RFQ No. : PM/A307-IY-PA-MR-5862/5120
Page 86 of 244

ITEM : PUMP-CENTRIFUGAL, VERTICAL (GENERAL WATER SERVICE)


NAME OF BIDDER: M/s.___________________________________________
ITEM SL. NO. TAG NO./ ITEM CODE [ID.
DESCRIPTION QTY UOM Rate Amount
AS PER MR. NO.]
Specify Currency _______________
08.00 Supervision of erection and commissioning of items specified at item 1.00 Furnished, tag wise, charges for supervision of
above as per Material Requisition / RFQ Documents erection, testing and commissioning in Form-
1 diem rate
5A(Indigenous Bidders)/Form-5B (Foreign
Bidders)
09.00 Drawings and documents as per attached Vendor Data requirement for all
Included in the prices quoted against Sr.
supplies and services covered above in Sr.Nos.1.00 to Sr.No.8.00 of -- Lot
No.01.00 to Sr. No.08.00 above
Material Requisition / RFQ documents
GENERAL NOTES:
1) Bidders are required to submit a list of commissioning spares(As recommended by them) along with offer which shall be supplied with pump. Any commissioning spare consumed over and
above the recommended commissioning spares, during commission shall be supplied free of cost by vendor. Any leftover (unused) spares after commissioning, out those included by vendor in
his offer shall be handed over to the owner. Cost of such spares shall be included in base price
2) Bidders are required to submit a list of special tools/tackles (As recommended by them) shall be supplied along with the main equipment as per vendor recommendation. The list of such
recommended special tools/tackles shall be furnished along with offer. Cost of special tools and tackles shall be included by vendor in the base price. If no special tools & tackles are required for
normal operation and maintenance of the pumps, the same shall be categorically indicated in the bid.
3) Pumps with the drivers &accessories shall be erected & commissioned by the purchaser. Pump vendor shall provide his services (on need basis) for supervision during erection and
commissioning of the complete pump unit. Electrical engineers shall also be present along with vendor's erection and commissioning as required.
The supervisory cost of 5 mandays for each electric motor driven pump in a tag shall be considered for the purpose of commercial comparison (which he may decide between days for
supervisors and also discipline wise but total mandays per pump unit). For example: 0IY-PA-123 A/B, total 10 mandays shall be considered.
The vendor shall indicate in his proposal for the cost of providing above services on per diem rate basis. The presence of OEM vendor for erection and commissioning shall be on need basis and
criticality of the equipment as decided at site, based on site conditions. Per diem rates as quoted by vendor in his will be basis for actual payment at site

Page 5 of 15
Form - 2 : “CIF/CD”, Details of Built-In CIF Value of Import Content & Custom Duty (applicable only for Indian Bidders)
RFQ No. : PM/A307-IY-PA-MR-5862/5120
ITEM : PUMP-CENTRIFUGAL, VERTICAL (GENERAL WATER SERVICE)
Page 87 of 244

NAME OF BIDDER: M/s.___________________________________________

DETAILS OF BUILT-IN-CIF VALUE OF IMPORT CONTENT, ITEM DETAILS OF IMPORT CONTENT AND RATES OF IMPORTS DUTY CONSIDERED AND INCLUDED IN QUOTED FOT DESPATCH
POINT PRICES UNDER PRICE SCHEDULE

DESCRIPTION CIF value of Import RATE OF CUSTOM DUTY INCLUDED IN QUOTED SUPPLY PRICES
Content included in
For Item Sl . Description of Qty. quoted supply prices for CUSTOM BASIC CVD + EDU. EDU. CESS SAD (%) TOTAL CUSTOM DUTY (%)
No. /Tag No. as Imported Items (Unit____) column (2) Qty. TARIFF NO. CUSTOMS DUTY CESS ON CVD ON CUSTOM
per MR *(1) (In Rs) (%) (%) DUTY (%)
1 2 3 4 5 6 7 8 9
i)_____

ii)_____
01.01 /0IY-PA-
123A/B iii)_____
Total For Item
S.No. 01.01
i)_____

ii)_____
01.01 /0IY-PA-
124A/B iii)_____

Total For Item


S.No. 01.02
TOTAL CIF VALUE
NOTE:

1 Unit to be specified by the Bidder.


2 Bidder to furnish the above details separately for each item Sl. No. of MR.
3 Bidder to quote their prices after considering the benefit of CENVAT on CVD including Edu. Cess.
4 The above details are for the purpose of Statutory Variation in Import Content only.

Page 6 of 15
Form - 3 : Mandatory Spares as per Material Requisition
RFQ No. : PM/A307-IY-PA-MR-5862/5120
Page 88 of 244

ITEM : PUMP-CENTRIFUGAL, VERTICAL (GENERAL WATER SERVICE)


NAME OF BIDDER: M/s.___________________________________________
MANDATORY SPARE PARTS – CENTRIFUGAL VERTICAL PUMPS
Description of Mandatory spares
(Quantity per item tag no.)
Sl No. Part Description as per Material Requisition Rate Amount
(i.e. Total quantity for working
and standby units of item no)
Specify Currency ________________
1) Equipment Item Number: 0IY-P-123 A/B Total No. Of Units Installed: 2
A. ROTATING
PUMP
a.1 Shaft with keys (excluding driver shaft, column shaft/intermediate shaft) 1 set
a.2 Impeller 1 set
a.3 Mechanical seal 1 set
B. ELECTRICAL (As per Job Spec. document No.A307-0IY-16-50-SP-5862 Rev. B of Material Requisition/RFQ documents
Following Mandatory spares are required for MV motors having rating 37KW and above only
1 Bearing (DE & NDE) one each
2 Terminal/ bushing one no.
Total cost (Rotating, Electrical)
2) Equipment Item Number: 0IY-P-124 A/B Total No. Of Units Installed: 2
A. ROTATING
PUMP
a.1 Shaft with keys (excluding driver shaft, column shaft/intermediate shaft) 1 set
a.2 Impeller 1 set
a.3 Mechanical seal 1 set
B. ELECTRICAL (As per Job Spec. document No.A307-0IY-16-50-SP-5862 Rev. B of Material Requisition/RFQ documents
Following Mandatory spares are required for MV motors having rating 37KW and above only
1 Bearing (DE & NDE) one each
2 Terminal/ bushing one no.
Total cost (Rotating, Electrical)

Page 7 of 15
Notes:
Rotating:
i) The offers, not including the quotation for mandatory spare parts in the commercial section & the un priced quotation for mandatory parts in the technical section shall be considered as
Page 89 of 244

incomplete offers and shall be liable for prima-facia rejection. The Bidder is advised to furnish the above checklist, duly completed & consolidated, along with the techno-commercial offer (i.e.
both un priced & priced copies)
ii) The Bidder/Vendor shall quote for all the mandatory spares as defined above & as applicable to the proposed design of the equipment. In case, any spare which is listed above but not
applicable due to specific construction/design of the equipment, the same shall be highlighted as `Not Applicable' against that spare supported with proper technical explanation
iii) The cost of these Mandatory Spares shall be added to the `Total Cost' for commercial evaluation of the offer
iv) The word ‘Set’ means the quantity required for full replacement of that part in one machine
v) Spare parts shall be identical in all respects to the parts fitted on the main equipment, including dimensions, material of construction & heat treatment.
Electrical:
a) Above indicated mandatory spares are required for MV motors having rating 37KW and above only
b) The word ‘TYPE’ means the Make, Model no., Type, Range, Size/ Length, Rating, Material as applicable.
c) The terminology used under 'Item Description' is the commonly used name of the part and may vary from manufacturer to manufacturer
d) Mandatory spares as indicated above do not cover commissioning spares
e) Mandatory spares as indicated above do not cover two year O&M spares
f) Mandatory spares shall be applicable for electrical items of motors / sub-packages as per mandatory spares philosophy specified elsewhere in the bid document.

Page 8 of 15
FORM-4: TWO YEARS OPERATION & MAINTENANCE SPARES AS PER VENDOR RECOMMENDATIONS
RFQ No. : PM/A307-IY-PA-MR-5862/5120
ITEM : PUMP-CENTRIFUGAL, VERTICAL (GENERAL WATER SERVICE)
Page 90 of 244

NAME OF BIDDER: M/s.___________________________________________


Rate per Unit Amount
Sl. No. Description Qty Unit
Specify Currency _____________
1) TAG NO./ ITEM CODE [ID. NO.] : 0IY-PA-123A/B
A) Rotating (as recommended by vendor)

Page 9 of 15
FORM-4: TWO YEARS OPERATION & MAINTENANCE SPARES AS PER VENDOR RECOMMENDATIONS
RFQ No. : PM/A307-IY-PA-MR-5862/5120
ITEM : PUMP-CENTRIFUGAL, VERTICAL (GENERAL WATER SERVICE)
Page 91 of 244

NAME OF BIDDER: M/s.___________________________________________


Rate per Unit Amount
Sl. No. Description Qty Unit
Specify Currency _____________
B Electrical (Recommended list of maintenance spares for two years operation shall include the
following as a minimum for motors. Vendor shall ensure & quote for the same accordingly.)
b1 Bearing for DE/NDE-one set 1 Set
b2 Terminal box cover with screws
b3 Fan
b4 Terminal block

Page 10 of 15
FORM-4: TWO YEARS OPERATION & MAINTENANCE SPARES AS PER VENDOR RECOMMENDATIONS
RFQ No. : PM/A307-IY-PA-MR-5862/5120
ITEM : PUMP-CENTRIFUGAL, VERTICAL (GENERAL WATER SERVICE)
Page 92 of 244

NAME OF BIDDER: M/s.___________________________________________


Rate per Unit Amount
Sl. No. Description Qty Unit
Specify Currency _____________
2) TAG NO./ ITEM CODE [ID. NO.] : 0IY-PA-124A/B
A) Rotating (as recommended by vendor)

Page 11 of 15
FORM-4: TWO YEARS OPERATION & MAINTENANCE SPARES AS PER VENDOR RECOMMENDATIONS
RFQ No. : PM/A307-IY-PA-MR-5862/5120

ITEM : PUMP-CENTRIFUGAL, VERTICAL (GENERAL WATER SERVICE)


Page 93 of 244

NAME OF BIDDER: M/s.___________________________________________


Rate per Unit Amount
Sl. No. Description Qty Unit
Specify Currency _____________
B Electrical (Recommended list of maintenance spares for two years operation shall include the
following as a minimum for motors. Vendor shall ensure & quote for the same accordingly.)
b1 Bearing for DE/NDE-one set 1 Set
b2 Terminal box cover with screws
b3 Fan
b4 Terminal block

Page 12 of 15
FORM-4: TWO YEARS OPERATION & MAINTENANCE SPARES AS PER VENDOR RECOMMENDATIONS
RFQ No. : PM/A307-IY-PA-MR-5862/5120
ITEM : PUMP-CENTRIFUGAL, VERTICAL (GENERAL WATER SERVICE)
Page 94 of 244

NAME OF BIDDER: M/s.___________________________________________


Notes:-
1 Vendor’s quoted prices in Form-1 of Price Schedule shall be exclusive of vendor recommended two years spares. Vendor shall quote two years spares separately in the above proforma.
Indian Bidders
1 Firm freight charges exclusive of Ed. Cess and Service Tax extra applicable for two years spares ____________% (applicable only in case of two years spares ordered separately.
2 Ed. Cess and Service Tax extra applicable on freight charges for two years spares ____________% (applicable only in case of two years spares ordered separately.
3 Excise Duty (ED) applicable extra on two year spares _______________%.
4 Central Sales Tax (CST) against Form-C applicable extra on two year spares _______________%.
5 Kerala VAT, if applicable extra on two year spares _______________%
6 Delivery period for two years spares, if ordered separately : ____________ weeks from the date of Purchase Order on FOT-Despatch Point basis. Date of LR/GR shall be considered as the date of delivery.

Foreign Bidders
Ocean freight charges upto port of entry-Kochi(India) shall be applicable extra @ _____________ % on the rates quoted for two years spares in case they are ordered separately.
1
Delivery period for two years spares, if ordered separately : ____________ weeks from the date of Purchase Order on FOB-Port of Shipment basis. Date of clean bill of lading shall be considered as the date of
2 delivery.

Page 13 of 15
FORM-5A :TERMS & CONDITIONS FOR SUPERVISION OF ERECTION, TESTING AND COMMISSIONING FOR INDIGENOUS BIDDERS
RFQ No. : PM/A307-IY-PA-MR-5862/5120
ITEM : PUMP-CENTRIFUGAL, VERTICAL (GENERAL WATER SERVICE)
Page 95 of 244

NAME OF BIDDER: M/s.___________________________________________


1) Bidder shall quote per diem charges which shall include to & fro fare ,lodging, boarding, medical , local transport, all insurances including Bidder’s personnel and third party insurance , all taxes
including income tax etc. & all other incidental charges but exclude Service Tax which will be extra .
2) Per Diem rates shall apply from the day the supervisory personnel reach site and upto the day they leave site. No per Diem payment will be made for travel days / period.

3) Working hours as those prevailing at site – normally eight hours a day, Monday through Saturday and holidays as applicable to site personnel shall apply.
4) Supplier’s supervisory personnel to observe/abide by site working conditions prevailing in the existing refinery, safety codes & Indian laws.
5) A notice period of one month will be given for supervision of erection / testing / commissioning.
6) A tentative schedule for requirement of supervisory assistance will be given one month in advance so that Seller’s personnel reach site within 7 days from intimation for supervisory assistance.

CHARGES FOR SUPERVISION OF ERECTION/TESTING/COMMISSIONING


1) TAG NO./ ITEM CODE [ID. NO.]:- 0IY-PA-123A/B
Sl. No. Description Vendor’s Reply / information
1.0 Number of supervisory personnel required. ______ Persons
2.0 Per diem charges (per person) for 8 hours work on normal working days. INR _____________
3.0 Overtime rate/ hour beyond normal 8 hours work on normal working days. INR _____________
4.0 Overtime rate/ hour for work on weekly off days/ holidays (as applicable to Refinery site). INR _____________
5.0 Maximum estimated time (number of days) for job completion. _______ Days
6.0 Service tax excluded in the above rates & payable extra. @___________%
(Vendor shall provide cenvatable invoices in accordance with service tax rules)
NOTES: In case bidder recommends more than one category level of supervisory personnel the information desired at S.No. 1.0 to 6.0 shall be furnished separately for each category of supervisory personnel.
CHARGES FOR SUPERVISION OF ERECTION/TESTING/COMMISSIONING
2) TAG NO./ ITEM CODE [ID. NO.]:- 0IY-PA-124A/B
Sl. No. Description Vendor’s Reply / information
1.0 Number of supervisory personnel required. ______ Persons
2.0 Per diem charges (per person) for 8 hours work on normal working days. INR _____________
3.0 Overtime rate/ hour beyond normal 8 hours work on normal working days. INR _____________
4.0 Overtime rate/ hour for work on weekly off days/ holidays (as applicable to Refinery site). INR _____________
5.0 Maximum estimated time (number of days) for job completion. _______ Days
6.0 Service tax excluded in the above rates & payable extra. @___________%
(Vendor shall provide cenvatable invoices in accordance with service tax rules)
NOTES: In case bidder recommends more than one category level of supervisory personnel the information desired at S.No. 1.0 to 6.0 shall be furnished separately for each category of supervisory personnel.

Page 14 of 15
FORM-5B :TERMS & CONDITIONS FOR SUPERVISION OF ERECTION, TESTING AND COMMISSIONING FOR FOREIGN BIDDERS
RFQ No. : PM/A307-IY-PA-MR-5862/5120
ITEM : PUMP-CENTRIFUGAL, VERTICAL (GENERAL WATER SERVICE)
Page 96 of 244

NAME OF BIDDER: M/s.___________________________________________


1)
Bidder shall quote per diem charges which shall include lodging, boarding, medical , local transport, all insurances including Bidder’s personnel and third party insurance , all taxes including income tax etc. & all
other incidental charges but exclude Service Tax which will be paid extra by Owner .
2) Per Diem charges shall exclude to and fro airfare. Owner shall arrange economy class fare through Air India from the nearest International Airport in vendor’s country to International airport at Kochi. No further
transport charges shall be payable by owner.
3) Per Diem rates shall apply from the day the supervisory personnel reach site and upto the day they leave site. No per Diem payment will be made for travel days / period.
4) Working hours as those prevailing at site – normally eight hours a day, Monday through Saturday and holidays as applicable to site personnel shall apply.
5) Supplier’s supervisory personnel to observe/abide by site working conditions prevailing in the existing refinery, safety codes & Indian laws.
6) A notice period of one month will be given for supervision of erection / testing / commissioning.
7) A tentative schedule for requirement of supervisory assistance will be given one month in advance so that Seller’s personnel reach site within 7 days from intimation for supervisory assistance.
CHARGES FOR SUPERVISION OF ERECTION/TESTING/COMMISSIONING
1) TAG NO./ ITEM CODE [ID. NO.] : 0IY-PA-123A/B
Sl. No. Description Vendor’s Reply / information
1.0 Number of supervisory personnel required. _______ Person(s)
2.0 Per diem charges (per person) for 8 hours work on normal working days. Currency(to be specified by Bidder) __________
3.0 Overtime rate/ hour beyond normal 8 hours work on normal working days. Currency(to be specified by Bidder) __________
4.0 Overtime rate/ hour for work on weekly off days/ holidays (as applicable to Refinery site). Currency(to be specified by Bidder) __________
5.0 Maximum estimated time (number of days) for job completion. ____________ Days
(* ) The per diem charges shall be exclusive of service tax & education cess applicable thereupon , which shall be paid extra by Owner . The present Rate of Service tax is @ 12.36% .
NOTES: In case bidder recommends more than one category level of supervisory personnel the information desired at Sl. No. 1.0 to 5.0 shall be furnished separately for each category of supervisory personnel.
CHARGES FOR SUPERVISION OF ERECTION/TESTING/COMMISSIONING
2) TAG NO./ ITEM CODE [ID. NO.] : 0IY-PA-124A/B
Sl. No. Description Vendor’s Reply / information
1.0 Number of supervisory personnel required. _______ Person(s)
2.0 Per diem charges (per person) for 8 hours work on normal working days. Currency(to be specified by Bidder) __________
3.0 Overtime rate/ hour beyond normal 8 hours work on normal working days. Currency(to be specified by Bidder) __________
4.0 Overtime rate/ hour for work on weekly off days/ holidays (as applicable to Refinery site). Currency(to be specified by Bidder) __________
5.0 Maximum estimated time (number of days) for job completion. ____________ Days
(* ) The per diem charges shall be exclusive of service tax & education cess applicable thereupon , which shall be paid extra by Owner . The present Rate of Service tax is @ 12.36% .
NOTES: In case bidder recommends more than one category level of supervisory personnel the information desired at Sl. No. 1.0 to 5.0 shall be furnished separately for each category of supervisory personnel.

Page 15 of 15
MATERIAL REQUISITION (TOP SHEET)
ITEM DESCRIPTION: PUMP-CENTRIFUGAL.VERTICAL (GENERAL WATER SERVICE)
GROUP ITEM CODE: 04BC DESTINATION: As per Commercial Documents
This drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced,

MR CATEGORY: II DELIVERY PERIOD: As per Commercial Documents

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

A307 IY PA MR 5862 A 17/11/2014 16 45


copied, exhibited or used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL-1641-515 Rev.1 A4-210x297.

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

NOTES :
1 This page is a record of all the Revisions of this Requisition.
2 The nature of the Revision is briefly stated in the "Details" column below, the
Requisition in its entirety shall be considered for contractual purposes.
3 Vendor shall note the MR category and shall submit his offer in line with the
requirements included in attached 'Instructions to Bidders'.

REV. DATE BY CHK. APPD. DETAILS

A 17/11/2014 TP SPM PNR ISSUED FOR BIDS


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

Project: INTEGRATED REFINERY EXPANSION PROJECT


ENGINEERS INDIA LIMITED

RO CHENNAI Client: BPCL-KOCHI REFINERY


Sheet 1 of 4

Page 97 of 244
TAG NO/
SR. NO. DESCRIPTION QUANTITY
ITEM CODE/ [ ID. NO. ]
01.00 Design, engineering, manufacture,
procurement of materials and bought out
components, assembly at shop, inspection,
This drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced,

testing at manufacturer's works[INCULDING


THIRD PARTY INSPECTION FOR IMPORTED
CONTENT, IF ANY, FOR INDIAN BIDDERS]
packing , delivery of the following,
including supply of all commissioning
spares(GENERAL NOTE-1) & special tools
copied, exhibited or used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL-1641-515 Rev.1 A4-210x297.

and tackles(GENERAL NOTE-2) &


documentation as per the enclosed EIL
standard specifications, job
specification, data sheets etc. and other
codes and standards attached or
referred.[PRICES FOR MANDATORY SPARE, TWO
YEAR RECOMMENDED SPARES, THIRD PARTY
INSPECTION FOR FORGIEN BIDDERS ARE NOT
INCULDED IN THIS AND TO BE QUOTED
SEPERATLY]
01.01 0IY-PA-123A/B BLOW DOWN INTERMITTENT PUMPS(UCT-10, UCT- 2 Nos
210)
01.02 0IY-PA-124A/B BLOW DOWN INTERMITTENT PUMPS(HRSG & 2 Nos
BOILER)
02.00 << DELETED >>
03.00 Transportation from Vendors work/ shop to
site as per commercial terms & conditions
enclosed in inquiry.
03.01 {03}0IY-PA-123A/B For Sr. No. 01.01 2 Nos
03.02 {03}0IY-PA-124A/B For Sr. No. 01.02 2 Nos
04.00 Supply of Mandatory Spares as per
enclosed spare list(A307-0IY-16-45-SL-
5862)
04.01 {04}0IY-PA-123A/B For Sr. No. 01.01 1 Lot
04.02 {04}0IY-PA-124A/B For Sr. No. 01.02 1 Lot
05.00 Quote for Two Years Operation and Lot
Maintenance Spares(As recommended by
vendor) inculding electrical minimum
spare as per electrical specficaiton .
06.00 Unit Rates
06.01 Unit Rates for item no 0IY-PA-123 1 m
A/B(Addition/deletion purpose) as per job
specification cl.no 23.0
06.02 Unit Rates for item no 0IY-PA-124 1 m
A/B(Addition/deletion purpose) as per job
specification cl.no 23.0
07.00 Charges for Third Party
Inspection[APPLICABLE ONLY FOR FORGIEN
BIDDERS]
07.01 {07}0IY-PA-123A/B For Sr. No. 01.01 1 Lot
07.02 {07}0IY-PA-124A/B For Sr. No. 01.02 1 Lot
08.00 Supervision of erection and commissioning
of items specified at item 1.00 above

Project: INTEGRATED REFINERY EXPANSION PROJECT


ENGINEERS INDIA LIMITED REQUISITION NO. REV

RO CHENNAI Client: BPCL-KOCHI REFINERY A307-IY-PA-MR-5862 A


Sheet 2 of 4

Page 98 of 244
TAG NO/
SR. NO. DESCRIPTION QUANTITY
ITEM CODE/ [ ID. NO. ]
08.01 {08}0IY-PA-123A/B For Sr. No. 01.01 1 /diem rate
08.02 {08}0IY-PA-124A/B For Sr. No. 01.02 1 /diem rate
This drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced,

09.00 Drawings and documents as per attached Lot


Vendor Data requirement for all supplies
and services covered above in Sr.Nos.1.00
to Sr.No.8.00

Vendors shall quote prices in EIL Price Schedule except for Sr.No.9.00. Price for
documentation is implied to be included in the prices quoted against Sr.No.1.00 to
copied, exhibited or used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL-1641-515 Rev.1 A4-210x297.

Sr.No.8.00

Vendor to note that the numbers given in square '[]' and curly '{}' brackets are
not for their use and meant for store purpose only. Items shall be tagged as per
main equipment Tag No. only.

Project: INTEGRATED REFINERY EXPANSION PROJECT


ENGINEERS INDIA LIMITED REQUISITION NO. REV

RO CHENNAI Client: BPCL-KOCHI REFINERY A307-IY-PA-MR-5862 A


Sheet 3 of 4

Page 99 of 244
LIST OF ATTACHMENTS
REVISION
SL. REV. REV. REV. REV.
DOCUMENT TITLE DOCUMENT NO.
This drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced,

No.
DATE DATE DATE DATE
1 Format for Vendor Drawing/ EIL-1641-1923
Document Submission Schedule Rev.1
LIST
2 LIST OF ATTACHMENT FOR A307-0IY-16-45-LA- A
MATERIAL REQUISITION 5862 17/11/2014
copied, exhibited or used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL-1641-515 Rev.1 A4-210x297.

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:
1) Bidders are required to submit a list of commissioning spares(As recommended by
them) along with offer which shall be supplied with pump. Any commissioning spare
consumed over and above the recommended commissioning spares, during commission shall
be supplied free of cost by vendor. Any leftover (unused) spares after commissioning,
out those included by vendor in his offer shall be handed over to the owner. Cost of
such spares shall be included in base price.
2) Bidders are required to submit a list of special tools/tackles (As recommended by
them) shall be supplied along with the main equipment as per vendor recommendation.
The list of such recommended special tools/tackles shall be furnished along with
offer. Cost of special tools and tackles shall be included by vendor in the base
price. If no special tools & tackles are required for normal operation and
maintenance of the pumps, the same shall be categorically indicated in the bid.
3) Pumps with the drivers &accessories shall be erected & commissioned by the
purchaser. Pump vendor shall provide his services (on need basis) for supervision
during erection and commissioning of the complete pump unit. Electrical engineers
shall also be present along with vendor's erection and commissioning as required.
The supervisory cost of 5 mandays for each electric motor driven pump in a tag shall
be considered for the purpose of commercial comparison (which he may decide between
days for supervisors and also discipline wise but total mandays per pump unit).
For example: 0IY-PA-123 A/B, total 10 mandays shall be considered.
The vendor shall indicate in his proposal for the cost of providing above services
on per diem rate basis. The presence of OEM vendor for erection and commissioning
shall be on need basis and criticality of the equipment as decided at site, based on
site conditions. Per diem rates as quoted by vendor in his will be basis for actual
payment at site.

Project: INTEGRATED REFINERY EXPANSION PROJECT


ENGINEERS INDIA LIMITED REQUISITION NO. REV

RO CHENNAI Client: BPCL-KOCHI REFINERY A307-IY-PA-MR-5862 A


Sheet 4 of 4

Page 100 of 244


Format No.: EIL-1641-1923 Rev.1

Engineers India Limited Status


Vendor Drawing/ Document Submission Schedule Date
Client: BPCL-KOCHI REFINERY Project: INTEGRATED REFINERY EXPANSION PROJECT Vendor Name:

Item Description: PUMP- PR No.: Address:


CENTRIFUGAL.VERTICAL (GENERAL WATER
SERVICE) Date of LOI:

PO No.:

Page 101 of 244


Date of PO: City:
EIL Originating Department: ROTATING EQUIPMENT Contact Person(EIL): Contact Person: Fax:
Phone: Email:

Drg./ Doc. Nomenclature Category Scheduled Form


S.No. Equipment Number as per EIL Vendor Data Vendor Drg. / Doc. Number Vendor Drg./ Doc. Title Electronic Remarks
Review (R) / date of 1st
Requirement Records (I) Submission (E)/ Print (P)
LIST OF ATTACHMENTS Document No.
FOR A307-0IY-16-45-LA-5862
MATERIAL REQUISITION Rev A
Page 1 of 3

LIST OF ATTACHMENTS
FOR
MATERIAL REQUISITION

PROJECT : INTEGRATED REFINERY EXPANSION PROJECT

PLANT : KOCHI REFINERY UNIT, AMBALAMUGAL, KERALA

UNIT : OFFSITE (0IY)

CLIENT : M/S BPCL-KR

EIL JOB NO. : A307

A 17.11.2014 ISSUED FOR BIDS TP SPM PNR

Rev. Prepared Checked Approved


Date Purpose
No by by by

Template No. 5-0000-0001-T21 Rev. 1 Copyright EIL – All rights reserved


Page 102 of 244
LIST OF ATTACHMENTS Document No.
FOR A307-0IY-16-45-LA-5862
MATERIAL REQUIISTION Rev A
Page 2 of 3

Section- A: Rotating Equipment

REVISION
DOCUMENT NO. /
Sl. No. DOCUMENTS TITLE REV REV REV
(EDMS DOCUMENT NO.)
DATE DATE DATE
1.0 Section- A: Rotating Equipment
1.1 GENERAL
A
1.1.1 Technical compliance Statement A307-0IY-16-45-TCL-5862
17.11.2014
check list-scope of supply for centrifugal A
1.1.2 A307-0IY-16-45-CL-5862
vertical pumps (General water service) 17.11.2014
A
1.1.3 List of Deviations to Technical Specifications A307-0IY-16-45-BF-5862
17.11.2014
Mandatory Spare parts centrifugal Vertical A
1.1.4 A307-0IY-16-45-SL-5862
pumps (General water service) 17.11.2014
A
1.1.5 SAP Data Format A307-0IY-16-45-OD-SA62
17.11.2014
1.2 JOB SPECIFICATIONS
A
Job specification for centrifugal vertical
1.2.1 A307-0IY-16-45-SP-5862
pumps(General water service) 17.11.2014

1.3 DATASHEETS
A
1.3.1 Datasheet for pump item no. 0IY-PA-123 A/B A307-0IY-16-45-DS-0123
17.11.2014
Centrifugal vertical pumps (General water A
1.3.1.a service) A307-0IY-16-45-SK-0123
17.11.2014
sketch for pump tag no 0IY-PA-123 A/B
A
1.3.2 Datasheet for pump item no. 0IY-PA-124 A/B A307-0IY-16-45-DS-0124
17.11.2014
Centrifugal vertical pumps (General water A
1.3.2.a service) A307-0IY-16-45-SK-0124
17.11.2014
sketch for pump tag no 0IY-PA-124 A/B
1.4 VENDOR DATA REQUIREMENT
Vendor Data Requirement for centrifugal B
1.4.1 A307-0IY-16-45-VDR-5862
vertical pumps (General water service) 17.11.2014
1.5 EXPERIENCE RECORD PROFORMA
A
Experience Record Proforma centrifugal
1.5.1 A307-0IY-16-45-ER-5872
vertical Pump

1.6 STANDARD SPECIFICATIONS

Standard specification for centrifugal pumps 4


1.6.1 (General water service) 6-41-0003
18.10.2013

Section- B: Electrical

REVISION
DOCUMENT NO. /
Sl. No. DOCUMENTS TITLE REV REV REV
(EDMS DOCUMENT NO.)
DATE DATE DATE
2.0 Section- B: Electrical
2.1 GENERAL
B
2.1.1 Technical Check List (Electrical) A307-0IY-16-50-LL-5862
13.11.14
Template No. 5-0000-0001-T21 Rev. 1 Copyright EIL – All rights reserved
Page 103 of 244
LIST OF ATTACHMENTS Document No.
FOR A307-0IY-16-45-LA-5862
MATERIAL REQUIISTION Rev A
Page 3 of 3

REVISION
DOCUMENT NO. /
Sl. No. DOCUMENTS TITLE REV REV REV
(EDMS DOCUMENT NO.)
DATE DATE DATE
2.2 JOB SPECIFICATIONS
B
2.2.1 Job Specification (Electrical) A307-IY-16-50-SP-5862
14.11.14
2.3 DATASHEETS
B
2.3.1 Data Sheet – MV Motors A307-000-16-50-DS-0501
13.07.12
2.4 VENDOR DATA REQUIREMENT
A
2.4.1 Vendor Data Requirement (Electrical) A307-0IY-16-50-VDR-5862
13.11.14
2.5 STANDARD SPECIFICATIONS
4
2.5.1 Specification for MV Induction Motors 6-51-0032
26.09.07
2
2.5.2 Inspection & Test Plan for MV Motors 6-81-1032
15.07.11

Section- C: Quality Management System

REVISION
DOCUMENT NO. /
Sl. No. DOCUMENTS TITLE REV REV REV
(EDMS DOCUMENT NO.)
DATE DATE DATE
Section- E: Quality Management
4.0
System
4.1 QUALITY DATA REQUIREMENTS
Specification for quality management 0
4.1.1 6-78-0001
system requirements from bidders 04.06.09
Specification for documentation 0
4.1.2 6-78-0003
requirements from suppliers 04.06.09

Template No. 5-0000-0001-T21 Rev. 1 Copyright EIL – All rights reserved


Page 104 of 244
Doc. No. A307-0IY-16-45-TCL-5862 RevA dated 17.11.2014

TECHNICAL COMPLIANCE STATEMENT


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

I, ON BEHALF OF M/s CONFIRM THAT THE PROPOSAL OF ------------

----------------------------------------QUOTED BY M/s FOR INTEGRATED

REFINERY EXPANSION PROJECT, BPCL, KOCHI (INDIA) AGAINST MATERIAL

REQUISITION /TENDER/PACKAGE No. -------------------------------------------------- IS IN

TOTAL COMPLIANCE TO THE SCOPE AS WELL AS ALL THE TECHNICAL

SPECIFICATION AND NO DEVIATION, VARIATION OR RESERVATION

WHATSOEVER HAS BEEN MENTIONED IN THE TECHNICAL OFFER. IT IS FURTHER

AGREED THAT THE TECHNICAL DETAILS FURNISHED IN OUR OFFER WILL BE

REVIEWED BY EIL/BPCL DURING DETAILED ENGINEERING STAGE AFTER ORDER

AND ANY CHANGE REQUIRED TO MEET THE REQUIREMENTS OF ENQUIRY

SPECIFICATION INCLUDING AMENDMENT(S) (IF ANY) WILL BE INCORPORATED

BY US WITHOUT ANY PRICE AND TIME IMPLICATION.

(SIGNATURE WITH SEAL AND DATE)

Page 105 of 244


CHECKLIST-SCOPE OF SUPPLY SPECIFICATION No.
CENTRIFUGAL VERTICAL PUMP
A307-0IY-16-45-CL-5862 Rev. A
(GENERAL WATER SERVICE)

(Format Rev.1 Issue Date: 01/07/2009) Page 1 of 3

CHECKLIST-SCOPE OF SUPPLY
FOR
CENTRIFUGAL VERTICAL PUMP
(GENERAL WATER SERVICE)

PROJECT : INTEGRATED REFINERY EXPANSION PROJECT

UNIT : OFFSITES(0IY)

CLIENT : M/s BPCL

CONSULTANT : ENGINEERS INDIA LTD.

JOB NO. : A307

A 17/11/14 Issued With MR TP SPM PNR


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

Format No. 1645-CSS-151Rev. 1 Copyright EIL – All rights reserved

Page 106 of 244


CHECKLIST-SCOPE OF SUPPLY SPECIFICATION No.
CENTRIFUGAL VERTICAL PUMP
A307-0IY-16-45-CL-5862 Rev. A
(GENERAL WATER SERVICE)

(Format Rev.1 Issue Date: 01/07/2009) Page 2 of 3

CHECKLIST
Notes:
(i) Vendor shall furnish all equipment, drivers, auxiliary systems, instruments and
controls and safety devices as per the enquiry document. Anything required over
and above what is specified, for safe and satisfactory operation of the equipment
package shall be included by the vendor in his scope.

(ii) Vendor to write YES/NO against each item. Vendor is required to include
complete scope, as such 'NO' is not warranted. However, in case for any of the
items if vendor's reply is 'NO', vendor should give reasons for the same:

(iii) Vendor's scope of supply shall include but not be limited to the following:

Sr. Description Specified Included Remarks


No. by by
Purchaser Bidder
(Yes/No) (Yes/No)
1 Pump (Refer equipment data sheets and other
specs. for full details)
1.1 Centrifugal vertical Pumps with Electric motor Yes
drivers.
1.2 Couplings (non-lubricated type), spacers and Yes
non-spark guards
1.3 Mounting Plate along with bolts and nuts Yes
1.4 Dry running vapour seals (Non API Mechanical Yes
seal).
1.5 Cooling Water piping in Stainless Steel to guide Yes
bushing up to mounting plate top edge
2 Electrical Equipment
(Refer also electrical data sheet & related
specs. for full details)
2.1 Electric Motor driver for the pump Yes
2.2 Motor attachments/fixing bolts, base plates, Yes
anchor bolts, shims etc
2.3 All other items as per electrical data sheet & Yes
specs.
3 Spares & Tools/Tackles
3.1 Spares for the complete pump package
including Mechanical, Electrical, etc. :
- Mandatory spares, as specified in the "List Yes
for Mandatory Spares "
- Commissioning spares as recommended by As
the equipment manufacturer Recomme
nded
- Quote for vendor recommended spares for 2 As
year normal operation(Minimum spares as

Format No. 1645-CSS-151Rev. 1 Copyright EIL – All rights reserved

Page 107 of 244


CHECKLIST-SCOPE OF SUPPLY SPECIFICATION No.
CENTRIFUGAL VERTICAL PUMP
A307-0IY-16-45-CL-5862 Rev. A
(GENERAL WATER SERVICE)

(Format Rev.1 Issue Date: 01/07/2009) Page 3 of 3

Sr. Description Specified Included Remarks


No. by by
Purchaser Bidder
(Yes/No) (Yes/No)
required by Electrical specification shall be Recomme
quoted) nded
3.2 Special tools and tackles required for erection, As
site assembly and maintenance of each Recomme
equipment of pump package as recommended nded
by the equipment manufacturer
4 Inspection and Testing:
4.1 Hydrostatic test Yes
4.2 Witness Performance Test Yes
4.3 Witness NPSH/submergence test Yes
4.4 Witness dismantle & reassembly test Yes
4.5 Witness unitisation test Yes
4.6 Other tests as specified in the data sheets Yes
5 Vendor Data & Drawings
5.1 All data & drawings as required per Vendor data Yes
requirements, data sheets, specifications and
referenced codes and standards.
6 Erection & Commissioning
6.1 Supervision of Erection & Commissioning for Yes On per diem
pump package. Basis
7 Miscellaneous
7.1 All fixing and mounting bolts Yes
7.2 Companion Flanges : Discharge (With bolts and Yes
nuts, gaskets)
7.3 Pump installation depth may vary +/- 500 mm Yes
which will be communicated to vendor during
detail engineering stage. Vendor’s base price
shall include above tolerance. No price
implication is allowed for above change.

Format No. 1645-CSS-151Rev. 1 Copyright EIL – All rights reserved

Page 108 of 244


DOCUMENT No.
LIST OF DEVIATIONS TO TECHNICAL SPECIFICATIONS A307-0IY-16-45-BF-5862
REV. A DATED 1711.2014
Page 1 of 2

LIST OF DEVIATIONS
TO
TECHNICAL SPECIFICATIONS
PROJECT : IREP
UNIT : OFFSITES(0IY)
CLIENT : M/s BPCL-KR
JOB NO. : A307
RFQ NO. :
NAME OF THE VENDOR :
VENDOR’S REF. NO. :

NOTES:

1. Vendor shall note that only those deviations to specified standards & codes (if any), shall be permitted which are technically infeasible to be met, provided
suitable justification for the same is furnished. Deviations, which can be complied with extra cost and or time implication, shall not be permitted.

2. Any deviations/deletions/corrections made elsewhere in the body of the vendor’s proposal will not be taken cognisance of and all such deviations shall be
deemed to have been withdrawn by the vendor.

Template No. 5-0000-0001-T3


Page 109Rev. 1
of 244 Copyright EIL – All rights reserved
DOCUMENT No.
LIST OF DEVIATIONS TO TECHNICAL SPECIFICATIONS A307-0IY-16-45-BF-5862
REV. A DATED 17.11.2014
Page 2 of 2

TITLE OF THE DOCUMENT:_______________________________________________________________________________________________________________________

DOCUMENT NO.:______________________________________________________________________________________________________________________________

Sl. Clause Technical Requirements specified Deviation Technical Justification Remarks


No. No.

Template No. 5-0000-0001-T3


Page 110Rev. 1
of 244 Copyright EIL – All rights reserved
MANDATORY SPARE PARTS SPECIFICATION No.
CENTRIFUGAL VERTICAL PUMP A307-0IY-16-45-SL-5862 Rev. A
(GENERAL WATER SERVICE) Page 1 of 2

MANDATORY SPARE PARTS


CENTRIFUGAL VERTICAL PUMP
(General Water Service)

PROJECT : INTEGRATED REFINERY EXPANSION PROJECT

UNIT : OFFSITES(0IY)

CLIENT : M/s BPCL

CONSULTANT : ENGINEERS INDIA LTD.

JOB NO. : A307

A 17.11.2014 Issued with MR TP SPM PNR

Rev. Prepared Checked


Date Purpose Approved by
No by by

Format No. 1645-IS-101 Rev. 0 Copyright EIL – All rights reserved


Page 111 of 244
MANDATORY SPARE PARTS SPECIFICATION No.
CENTRIFUGAL VERTICAL PUMP A307-0IY-16-45-SL-5862 Rev. A
(GENERAL WATER SERVICE) Page 2 of 2

MANDATORY SPARE PARTS – CENTRIFUGAL VERTICAL PUMPS

1) Equipment Item Number: 0IY-P-123 A/B Total No. Of Units Installed: 2


Sl no Part Description Description of Mandatory spares Quoted (Yes/ No/
(Quantity per item tag no.) Not Appl)
(i.e. Total quantity for working
and standby units of item no)
A. ROTATING
PUMP
a.1 Shaft with keys (excluding driver 1 set
shaft, column shaft/intermediate
shaft)
a.2 Impeller 1 set
a.3 Mechanical seal 1 set
B. ELECTRICAL
b.1 Refer electrical specification
TOTAL COST OF MANDATORY SPARES (Rotating, Electrical)

2) Equipment Item Number: 0IY-P-124 A/B Total No. Of Units Installed: 2


Sl no Part Description Description of Mandatory spares Quoted (Yes/ No/
(Quantity per item tag no.) Not Appl)
(i.e. Total quantity for working
and standby units of item no)
A. ROTATING
PUMP
a.1 Shaft with keys (excluding driver 1 set
shaft, column shaft/intermediate
shaft)
a.2 Impeller 1 set
a.3 Mechanical seal 1 set
B. ELECTRICAL
b.1 Refer electrical specification
TOTAL COST OF MANDATORY SPARES (Rotating, Electrical)

Notes:
Rotating:
i. The offers, not including the quotation for mandatory spare parts in the commercial
section & the un priced quotation for mandatory parts in the technical section shall be
considered as incomplete offers and shall be liable for prima-facia rejection. The Bidder
is advised to furnish the above checklist, duly completed & consolidated, along with the
techno-commercial offer (i.e. both un priced & priced copies).
ii. The Bidder/Vendor shall quote for all the mandatory spares as defined above & as
applicable to the proposed design of the equipment. In case, any spare which is listed
above but not applicable due to specific construction/design of the equipment, the
same shall be highlighted as `Not Applicable' against that spare supported with proper
technical explanation.
iii. The cost of these Mandatory Spares shall be added to the `Total Cost' for commercial
evaluation of the offer.
iv. The word ‘Set’ means the quantity required for full replacement of that part in one
machine.
v. Spare parts shall be identical in all respects to the parts fitted on the main equipment,
including dimensions, material of construction & heat treatment.
Format No. 1645-IS-101 Rev. 0 Copyright EIL – All rights reserved
Page 112 of 244
Data Data to be filled by vendor Sample
Equipment System Generated
Functional loc. KRA-UTY-CPP-GT2-3RT
EquipCategory 1
Object type MMRTG
TechIdentNo. GT2
Description GT2 - GAS TURBINE
Gross Weight 70950
Weight unit KG
Size/dimens. 6950*3470*4028 MM
Acquistion date 40268
AcquistnValue 0
Currency
Manufacturer BHEL
ManufCountry IN
ConstructYear 2007
ConstructMth 05
Model number PG6581B
ManufPartNo.
ManufSerialNo. GT180
MaintPlant 6300
Location REFINERY
Plant section S12
Main WorkCtr RWC-A1
ABC indic. B
Sort field GT2
Cost Center 6352721
Planner group R13
Catalog profile MMRTG
AuthorizGroup RFMR
System status INST

Page 113 of 244


MMRB Blowers

MMRC Compressors

MMRCC Compressors - Centrifugal

MMRCR Compressors - Reciprocating

MMRCS Screw Compressor

MMRE Maint. Mech. Rotary Engines

MMRF Fans

MMRFC Cooling Tower Fans

MMRFF FD Fans

MMRM Miscellaneous Rotary

MMRP Pumps

MMRPC Pumps - Centrifugal

MMRPG Pumps - Gear

MMRPR Pumps - Reciprocating

MMRPS Pumps - Screw

MMRPV Pumps - Vane

MMRT Turbines

MMRTG Turbines - Gas

MMRTS Turbines - Steam

Page 114 of 244


Class Class Description Char. description Data to be filled by vendor Data Type No. of Char
MMRB Blowers Blower Bearing Type D CHAR 30
Blower Bearing Type N NUM 6
Blower Flow CHAR 25
Blower Coupling Type CHAR 25
Blower Coupling NUM 10
Driver Inboard Bearin CHAR 30
Driver Outboard Beari CHAR 30
Driver Make CHAR 30
Driver Power CHAR 30
Blower RPM CHAR 30
Temperature NUM 10
Bearing lubrication NUM 5
Driver RPM NUM 5

Page 115 of 244


Decimal Places Unit
0
0 RPM
0
0
3 m3/h
0
0
0
0
0
0 KW
0 RPM
0 °C

Page 116 of 244


Class Class Description Char. description To be filled by the vendor
MMRC Compressors
Compressor Bearing Type DE
Compressor Bearing Type NDE
Compressor Capacity
Compressor Discharge Pressure
Type of Oper in Compressor
Compressor Service
Compressor Suction Pressure
Driver Inboard Bearing
Driver Outboard Bearing
Driver Make
Driver Power
Coupling Make
Coupling Model
COMPRESSOR DISCHARGE TEMP
COMPRESSOR SUCTION TEMP
Bearing lubrication
Driver RPM

Page 117 of 244


Data Type No. of Char Decimal Places Unit

CHAR 30 0
CHAR 30 0
NUM 8 2 m3/h
NUM 5 2 Kg/cm2
CHAR 25 0
CHAR 25 0
NUM 5 2 Kg/cm2
CHAR 30 0
CHAR 30 0
CHAR 30 0
NUM 6 2 KW
CHAR 30 0
CHAR 30 0
NUM 4 1 cel
NUM 4 1 cel
CHAR 30 0
NUM 6 0 RPM

Page 118 of 244


Class Class Description Char. description Data Type No. of Char Dec.
MMRCC Compressors - Centrifugal
MAX. CONTINUOUS SPEED NUM 6 0
TOTAL POWER AT COUPLING NUM 5 0
DISCHARGE CP CV RATIO NUM 6 4
INLET VOLUME NUM 6 0
MOLECULAR WEIGHT NUM 5 3
NORMAL SPEED NUM 6 0
DIRECTION OF ROTATION CHAR 30 0
SUCTION CP CV RATIO NUM 6 4
Compressor Bearing Type DE CHAR 30 0
Compressor Bearing Type NDE CHAR 30 0
Compressor Capacity NUM 8 2
Compressor Discharge Pressure NUM 5 2
Type of Oper in Compressor CHAR 25 0
Compressor Service CHAR 25 0
Compressor Suction Pressure NUM 5 2
Driver Inboard Bearing CHAR 30 0
Driver Outboard Bearing CHAR 30 0
Driver Make CHAR 30 0
Driver Power NUM 6 2
Coupling Make CHAR 30 0
Coupling Model CHAR 30 0
COMPRESSOR DISCHARGE TEMP NUM 4 1
COMPRESSOR SUCTION TEMP NUM 4 1
Bearing lubrication CHAR 30 0
Driver RPM NUM 6 0

Page 119 of 244


Unit

RPM
KW

m3/h

RPM

m3/h
Kg/cm2

Kg/cm2

KW

cel
cel

RPM

Page 120 of 244


Class
Descriptio Data No. of Decimal
Class n Char. description Type Char Places Unit
MMRCR Compressors - Reciprocating
BAROMETRIC PRESSURE in psi NUM 3 1
BORE INCH MM CHAR 30 0
CYLINDER MATERIAL CHAR 30 0
CYLINDER TYPE CHAR 30 0
DRIVER CHAR 30 0
GEAR BOX MAKE CHAR 30 0
GEAR BOX MODEL CHAR 30 0
GEAR BOX RATIO CHAR 30 0
GEAR BOX TYPE CHAR 30 0
HYDROSTATIC TEST PRESSURE in p NUM 5 0
NO. OF STAGES NUM 1 0
STROKE INCH MM CHAR 30 0
TOTAL BHP in HP NUM 5 2
Compressor Bearing Type DE CHAR 30 0
Compressor Bearing Type NDE CHAR 30 0
Compressor Capacity NUM 8 2 m3/h
Compressor Discharge Pressure NUM 5 2 Kg/cm2
Type of Oper in Compressor CHAR 25 0
Compressor Service CHAR 25 0
Compressor Suction Pressur NUM 5 2 Kg/cm2
Driver Inboard Bearing CHAR 30 0
Driver Outboard Bearing CHAR 30 0
Driver Make CHAR 30 0
Driver Power NUM 6 2 KW
Coupling Make CHAR 30 0
Coupling Model CHAR 30 0
COMPRESSOR DISCHARGE TEMP NUM 4 1 cel
COMPRESSOR SUCTION TEMP NUM 4 1 cel
Bearing lubrication CHAR 30 0
Driver RPM NUM 6 0

Page 121 of 244


Class
Descriptio No. of Decimal
Class n Char. description Data Type Char Places
MMRCS Screw Compressor
COMPRESSOR COOLING WATERTEMPER NUM 3 0
COMPRESSOR HP INLETTEMPERATURE NUM 3 0
COMPRESSOR HP OIL TEMPERATURE NUM 3 0
COMPRESSOR INTER COOLER PRESSU NUM 3 1
COMPRESSOR LP OIL TEMPERATURE NUM 3 0
COMPRESSOR OIL PRESSURE NUM 4 2
COMPRESSOR OIL TEMPERATURE NUM 3 0
COMPRESSOR TYPE CHAR 30 0
Compressor Bearing Type DE CHAR 30 0
Compressor Bearing Type NDE CHAR 30 0
Compressor Capacity NUM 8 2
Compressor Discharge Pressure NUM 5 2
Type of Oper in Compressor CHAR 25 0
Compressor Service CHAR 25 0
Compressor Suction Pressure NUM 5 2
Driver Inboard Bearing CHAR 30 0
Driver Outboard Bearing CHAR 30 0
Driver Make CHAR 30 0
Driver Power NUM 6 2
Coupling Make CHAR 30 0
Coupling Model CHAR 30 0
COMPRESSOR DISCHARGE TEMP NUM 4 1
COMPRESSOR SUCTION TEMP NUM 4 1
Bearing lubrication CHAR 30 0
Driver RPM NUM 6 0

Page 122 of 244


Unit
cel
cel
cel

cel

m3/h
Kg/cm2

Kg/cm2

KW

cel
cel

RPM

Page 123 of 244


Class
Descriptio
Class n Char. description
MMRE Maint. Mech.
ENGINE
Rotary FUEL
Engines
PUMP MAKE
ENGINE GOVERNOR MAKE
ENGINE TURBOCHARGER MAKE
ENGINE WATER PUMP TYPE
Bearing lubrication
Driver RPM

Page 124 of 244


No. of Decimal
Data Type Char Places Unit
CHAR 30 0
CHAR 30 0
CHAR 30 0
CHAR 30 0
CHAR 30 0
NUM 6 0 RPM

Page 125 of 244


No. of Decimal
Class Class Description Char. description Data Type Char Places Unit
MMRF Fans Fan Bearing Type DE CHAR 25 0
Fan Bearing Type NDE CHAR 25 0
Fan Flow NUM 8 2 m3/h
Fan RPM NUM 4 0 RPM
Fan Type CHAR 25 0
Fan Coupling type CHAR 30 0
Fan Coupling CHAR 30 0
Driver Power NUM 7 3 KW
Driver Inboard Bearin CHAR 30 0
Driver Outboard Beari CHAR 30 0
Driver Make CHAR 30 0
Bearing lubrication CHAR 30 0
Driver RPM NUM 6 0 RPM

Page 126 of 244


Class
Descriptio No. of Decimal
Class n Char. description Data Type Char Places
MMRFC Cooling Tower
COOLING
Fans TOWER GEAR BOX MAKE CHAR 30 0
COOLING TOWER GEAR BOX MODEL CHAR 30 0
Fan Bearing Type DE CHAR 25 0
Fan Bearing Type NDE CHAR 25 0
Fan Flow NUM 8 2
Fan RPM NUM 4 0
Fan Type CHAR 25 0
Fan Coupling type CHAR 30 0
Fan Coupling CHAR 30 0
Driver Power NUM 7 3
Driver Inboard Bearing CHAR 30 0
Driver Outboard Bearing CHAR 30 0
Driver Make CHAR 30 0
Bearing lubrication CHAR 30 0
Driver RPM NUM 6 0

Page 127 of 244


Unit

m3/h
RPM

KW

RPM

Page 128 of 244


Class
Descriptio No. of Decimal
Class n Char. description Data Type Char Places
MMRFF FD Fans LOCKING ARRANGEMENT CHAR 30 0
Fan Bearing Type DE CHAR 25 0
Fan Bearing Type NDE CHAR 25 0
Fan Flow NUM 8 2
Fan RPM NUM 4 0
Fan Type CHAR 25 0
Fan Coupling type CHAR 30 0
Fan Coupling CHAR 30 0
Driver Power NUM 7 3
Driver Inboard Bearing CHAR 30 0
Driver Outboard Bearin CHAR 30 0
Driver Make CHAR 30 0
Bearing lubrication CHAR 30 0
Driver RPM NUM 6 0

Page 129 of 244


Unit

m3/h
RPM

KW

RPM

Page 130 of 244


No. of Decimal
Class Class Description Char. description Data Type Char Places Unit
MMRM Miscellaneous Rotary Bearing Type DE CHAR 15 0
Bearing Type Non DE CHAR 15 0
Driver Power NUM 7 2 KW
Driver RPM NUM 5 0 RPM
Driver Inboard Beari CHAR 30 0
Driver Outboard Bear CHAR 30 0
Driver Make CHAR 30 0
Speed NUM 5 0 RPM
Bearing lubrication CHAR 30 0
Driver RPM NUM 6 0 RPM

Page 131 of 244


Class
Descriptio No. of Decimal
Class n Char. description Data Type Char Places
MMRP Pumps Coupling Model CHAR 30 0
Coupling Make CHAR 30 0
Pump Discharge Pressure NUM 5 2
Pump Flow NUM 10 4
NPSH for pump NUM 4 2
Pump Service CHAR 30 0
Pump Suction Pressure NUM 7 4
Pump Service Temperature NUM 6 2
Driver Make CHAR 30 0
Driver Power in KW NUM 7 2
Driver Inboard Bearing CHAR 30 0
Driver Outboard Bearing CHAR 30 0
PUMP DISCHARGE CONNECTION SIZE CHAR 30 0
TOTAL HEAD FOR PUMP NUM 6 2
PUMP SUCTION CONNECTION SIZE CHAR 30 0
Bearing lubrication CHAR 30 0
Driver RPM NUM 6 0

Page 132 of 244


Unit

Kg/cm2
m3/h
m

Kg/cm2
cel

KW

RPM

Page 133 of 244


Class
Descriptio No. of Decimal
Class n Char. description Data Type Char Places
MMRPC Pump Inboard bearing type
Pumps - Centrifugal CHAR 30 0
Pump Outboard bearing type CHAR 30 0
Pump Impeller diameter NUM 6 2
Minimum Continous flow NUM 6 2
Pump Mounting type CHAR 30 0
Type of Packing in Centr.Pump CHAR 30 0
Centrifugal pump rpm NUM 6 0
Seal type CHAR 30 0
No of stages in pump NUM 2 0
Mechanical seal make CHAR 30 0
Additional radial bearing CHAR 30 0
Casing gasket material CHAR 30 0
Casing material CHAR 30 0
C.w.r material CHAR 30 0
Data sheet no CHAR 30 0
Distance between shaft end CHAR 30 0
Direction of rotation CHAR 30 0
Ib stuffing box length CHAR 30 0
Impeller material CHAR 30 0
Pump installation type CHAR 30 0
I.w.r material CHAR 30 0
Lubrication method CHAR 30 0
Packing no of rings CHAR 30 0
Ob stuffing box length CHAR 30 0
Type of packing in pump ib CHAR 30 0
Type of packing in pump ob CHAR 30 0
Packing group size CHAR 30 0
Performance curve no CHAR 30 0
Seal drg. No CHAR 30 0
Seal flush plan CHAR 30 0
Seal rotary face material CHAR 30 0
Seal secondarysealing material CHAR 30 0
Seal static face material CHAR 30 0
Sectional drg. No CHAR 30 0
Shaft material CHAR 30 0
Sleeve gasket material CHAR 30 0

Page 134 of 244


Sleeve material CHAR 30 0
Specific gravity NUM 10 3
Throat bush material CHAR 30 0
Equipment type CHAR 30 0
No. Of vanes in impeller NUM 3 0
Coupling model CHAR 30 0
Coupling make CHAR 30 0
Pump discharge pressure NUM 5 2
Pump flow NUM 10 4
NPSH for pump NUM 4 2
Pump service CHAR 30 0
Pump suction pressure NUM 7 4
Pump service temperature NUM 6 2
Driver make CHAR 30 0
Driver Power in KW NUM 7 2
Driver inboard bearing CHAR 30 0
Driver outboard bearing CHAR 30 0
Pump discharge connection size CHAR 30 0
Total head for pump NUM 6 2
Pump suction connection size CHAR 30 0
Bearing lubrication CHAR 30 0
Driver RPM NUM 6 0

Page 135 of 244


Unit

mm
m3/h

RPM

Page 136 of 244


Kg/cm2
m3/h
m

Kg/cm2
cel

KW

RPM

Page 137 of 244


Class
Descriptio No. of Decimal
Class n Char. description Data Type Char Places Unit
MMRPG Pumps - Gear
PCD of gears NUM 5 2 mm
Gear pump RPM NUM 6 0 RPM
Number of Teeth NUM 4 0
Coupling Model CHAR 30 0
Coupling Make CHAR 30 0
Pump Discharge Pressure NUM 5 2 Kg/cm2
Pump Flow NUM 10 4 m3/h
NPSH for pump NUM 4 2m
Pump Service CHAR 30 0
Pump Suction Pressure NUM 7 4 Kg/cm2
Pump Service Temperature NUM 6 2 cel
Driver Make CHAR 30 0
Driver Power in KW NUM 7 2 KW
Driver Inboard Bearing CHAR 30 0
Driver Outboard Bearing CHAR 30 0
PUMP DISCHARGE CONNECTION SIZE CHAR 30 0
TOTAL HEAD FOR PUMP NUM 6 2m
PUMP SUCTION CONNECTION SIZE CHAR 30 0
Bearing lubricat CHAR 30 0
Driver RPM NUM 6 0 RPM

Page 138 of 244


Class
Descriptio
Class n Char. description Data Type No. of Char Decimal Places
MMRPR Pumps - Reciprocating
Type of Operation in pump CHAR 25 0
Plunger Diameter NUM 6 2
Stroke Length NUM 6 2
Coupling Model CHAR 30 0
Coupling Make CHAR 30 0
Pump Discharge Pressure NUM 5 2
Pump Flow NUM 10 4
NPSH for pump NUM 4 2
Pump Service CHAR 30 0
Pump Suction Pressure NUM 7 4
Pump Service Temperature NUM 6 2
Driver Make CHAR 30 0
Driver Power in KW NUM 7 2
Driver Inboard Bearing CHAR 30 0
Driver Outboard Bearing CHAR 30 0
PUMP DISCHARGE CONNECTION SIZE CHAR 30 0
TOTAL HEAD FOR PUMP NUM 6 2
PUMP SUCTION CONNECTION SIZE CHAR 30 0
Bearing lubrication CHAR 30 0
Driver RPM NUM 6 0

Page 139 of 244


Unit

mm
mm

Kg/cm2
m3/h
m

Kg/cm2
cel

KW

RPM

Page 140 of 244


Class
Descriptio No. of Decimal
Class n Char. description Data Type Char Places
MMRPS Pumps - Screw
Number of Screws NUM 1 0
Screw pump RPM NUM 6 2
Diameter of screw NUM 6 2
Screw Pitch NUM 6 2
Seal type in screw pump CHAR 25 0
Coupling Model CHAR 30 0
Coupling Make CHAR 30 0
Pump Discharge Pressure NUM 5 2
Pump Flow NUM 10 4
NPSH for pump NUM 4 2
Pump Service CHAR 30 0
Pump Suction Pressure NUM 7 4
Pump Service Temperature NUM 6 2
Driver Make CHAR 30 0
Driver Power in KW NUM 7 2
Driver Inboard Bearing CHAR 30 0
Driver Outboard Bearing CHAR 30 0
PUMP DISCHARGE CONNECTION SIZE CHAR 30 0
TOTAL HEAD FOR PUMP NUM 6 2
PUMP SUCTION CONNECTION SIZE CHAR 30 0
Bearing lubrication CHAR 30 0
Driver RPM NUM 6 0

Page 141 of 244


Unit

RPM
mm
mm

Kg/cm2
m3/h
m

Kg/cm2
cel

KW

RPM

Page 142 of 244


Class No. of Decimal
Class Description Char. description Data Type Char Places Unit
MMRPV Pumps - Vane Casing Diameter NUM 6 2 mm
Number of Vanes NUM 1 0
Coupling Model CHAR 30 0
Coupling Make CHAR 30 0
Pump Discharge Pressure NUM 5 2 Kg/cm2
Pump Flow NUM 10 4 m3/h
NPSH for pump NUM 4 2m
Pump Service CHAR 30 0
Pump Suction Pressure NUM 7 4 Kg/cm2
Pump Service Temperature NUM 6 2 cel
Driver Make CHAR 30 0
Driver Power in KW NUM 7 2 KW
Driver Inboard Bearing CHAR 30 0
Driver Outboard Bearing CHAR 30 0
PUMP DISCHARGE CONNECTION SIZE CHAR 30 0
TOTAL HEAD FOR PUMP NUM 6 2m
PUMP SUCTION CONNECTION SIZE CHAR 30 0
Bearing lubrication CHAR 30 0
Driver RPM NUM 6 0 RPM

Page 143 of 244


Class
Descriptio No. of Decimal
Class n Char. description Data Type Char Places Unit
MMRT Turbines Turbine Bearing Type NDE CHAR 25 0
Turbine Exhaust Pressure NUM 4 2 Kg/cm2
TURBINE EXHAUST TEMPERATURE NUM 5 2 cel
Turbine Inlet Pressure NUM 4 2 Kg/cm2
TURBINE INLET TEMPERATURE NUM 5 2 cel
Turbine rating HP NUM 8 2
Turbine Service CHAR 25 0
TURBINE BEARING TYPE DE CHAR 25 0
Bearing lubrication CHAR 30 0
Driver RPM NUM 6 0 RPM

Page 144 of 244


Class
Descriptio No. of Decimal
Class n Char. description Data Type Char Places Unit
MMRTG Turbines - Gas
AIR COMPRESSOR TYPE CHAR 30 0
GE SERIAL NO. CHAR 30 0
TYPE OF GOVERNING CHAR 30 0
HEAT RATE CHAR 30 0
ISO RATING NUM 5 2 MW
NO. OF BURNERS NUM 2 0
NO. OF COMBUSTION CHAMBERS NUM 2 0
NO. OF FLAME DETECTORS NUM 1 0
NO. OF IGNITORS NUM 1 0
NO. OF STAGES OF GAS TURBINE NUM 1 0
OPERATING FREQUENCY CHAR 30 0
OVER SPEED TRIP NUM 5 0 RPM
PRESSURE RATIO CHAR 30 0
RATING AT SITE CONDITION NUM 5 2 MW
TURBINE SL.NO CHAR 30 0
STARTING DEVICE CHAR 30 0
Turbine Bearing Type NDE CHAR 25 0
Turbine Exhaust Pressure NUM 4 2 Kg/cm2
TURBINE EXHAUST TEMPERATURE NUM 5 2 cel
Turbine Inlet Pressure NUM 4 2 Kg/cm2
TURBINE INLET TEMPERATURE NUM 5 2 cel
Turbine rating HP NUM 8 2
Turbine Service CHAR 25 0
TURBINE BEARING TYPE DE CHAR 25 0
Bearing lubrica CHAR 30 0
Driver RPM NUM 6 0 RPM

Page 145 of 244


No. of Decimal
Class Class Description Char. description Data Type Char Places
MMRTS Turbines - Steam Direction of Rotation CHAR 15 0
Governor RPM NUM 6 1
Governor Type CHAR 20 0
COOLING WATER TEMERATURE NUM 3 0
PERMISBLE DEVIAT WITHOUT LIMIT NUM 5 2
PERM DEVIATON AT NOLOAD OPERN NUM 5 2
EXTRACTION PRESSURE CHAR 30 0
PERMIS DEVN INSTANTLY 12 HYR NUM 5 2
SPECIFIED INITIAL STEAM PRE NUM 5 2
MAXIMUM OUTPUT NUM 5 0
MAXIMUM SPEED NUM 5 0
MAX.PR.IN HPWHEL CMBR@MAX LOAD NUM 5 2
MAX.PR.IN LP WHEEL CHAMBER NUM 5 2
NORMAL OUTPUT NUM 5 0
NORMAL SPEED NUM 5 0
PRESSURE AT EXHAUST FLANGE NUM 5 2
SPECIFIED INITIAL STEAM TEMP. NUM 3 0
SPEED RANGE NUM 14 0
START UP TIME NUM 3 0
TEM.DEVN 80HRK NO LONG15 MT NUM 3 0
TEM.PERM DEVN 400HRS ANNUM NUM 3 0
TEM.PERM DEVN WITHOUT LIMIT NUM 3 0
TIME REQD FOR PLACE ON LOAD NUM 3 0
TURBINE TYPE CHAR 30 0
WORK ORDER NO. CHAR 30 0
Turbine Bearing Type NDE CHAR 25 0
Turbine Exhaust Pressure NUM 4 2
TURBINE EXHAUST TEMPERATURE NUM 5 2
Turbine Inlet Pressure NUM 4 2
TURBINE INLET TEMPERATURE NUM 5 2
Turbine rating HP NUM 8 2
Turbine Service CHAR 25 0
TURBINE BEARING TYPE DE CHAR 25 0
Bearing lubrication CHAR 30 0
Driver RPM NUM 6 0

Page 146 of 244


Unit

RPM

cel

KW
RPM

KW
RPM
Kg/cm2

RPM

Kg/cm2
cel
Kg/cm2
cel

RPM

Page 147 of 244


JOB SPECIFICATION FOR DOCUMENT No.
CENTRIFUGAL VERTICAL A307-0IY-16-45-SP-5862
PUMPS Rev. A
Page 1 of 8
(GENERAL WATER SERVICE)

JOB SPECIFICATION FOR


CENTRIFUGAL VERTICAL PUMPS
(GENERAL WATER SERVICE)

PROJECT : INTEGRATED REFINERY EXPANSION PROJECT

UNIT : OFFSITES(0IY)

CLIENT : M/s BPCL-KR

CONSULTANT : ENGINEERS INDIA LTD.

JOB NO. : A307

A 17.11.2014 ISSUED WITH MR TP SPM PNR


Rev. Prepared Checked Approved
Date Purpose
No by by by

Page
Format No. EIL 148 of 244
1641-1924 Rev. 1 Copyright EIL – All rights reserved
JOB SPECIFICATION FOR DOCUMENT No.
CENTRIFUGAL VERTICAL A307-0IY-16-45-SP-5862
PUMPS Rev. A
(GENERAL WATER SERVICE) Page 2 of 8

INSTRUCTIONS TO BIDDERS
(Category –II Equipment)

A. Bidders must follow the following guidelines while submitting their offer. Offers not complying to
these guidelines will be liable to be summarily rejected without any intimation or reference to the
Bidder.

MR specifications (i.e. Job Specification, Data sheets, Standard Specifications and other
attachments) shall be FULLY (Repeat FULLY) complied with.

The prices indicated in the price schedule shall include prices for all accessories, inspection,
testing and applicable statutory certificate requirements.

B. The bidder is responsible for selection of equipment and instruments including accessories and
their suitability to meet the requirements of MR in toto. If at any stage, till the completion of order,
the offered equipment, instruments and accessories are found to be defective/deficient in service
or not meeting MR requirements, vendor shall replace / rectify / modify the same to meet the MR
specifications without any time or cost implications to the Owner.

C. Vendor shall submit filled up Format for Vendor Drawings / Documents submission schedule on
receipt of the FOI

D. Vendor shall submit necessary drawings / documents as per Vendor Data Requirements, after
order.

E. Vendor to furnish quotation strictly as per MR specifications with no deviations including Scope of
Supply, Equipment Qualification criteria. Vendor to note that no correspondence shall be
entertained after bid submission.

Prices quoted in the offer shall be for complying to MR requirement in toto. No price
implication shall be acceptable after submission of offer, for complying to MR
requirements. In case, Vendor submits price implication later, for withdrawing their
deviations and for meeting MR requirements, his offer shall be REJECTED and shall
not be considered for evaluation.

Vendor take note of this point seriously and submit his offer and prices meeting MR
requirements in toto.

Page
Format No. EIL 149 of 244
1641-1924 Rev. 1 Copyright EIL – All rights reserved
JOB SPECIFICATION FOR DOCUMENT No.
CENTRIFUGAL VERTICAL A307-0IY-16-45-SP-5862
PUMPS Rev. A
(GENERAL WATER SERVICE) Page 3 of 8

1.0 SCOPE
1.1 This Job Specification, along with attached data sheet, standard specification etc. and
codes & standards referred to, describes the minimum requirements for design,
engineering, manufacturing, testing and supply of Blow down pumps (Tag no:– 0IY-PA-
123 A/B & 0IY-PA-124 A/B ) for Integrated Refinery Expansion Project(IREP), KOCHI
REFINERY.

1.2 In case of any conflict between the requirements specified in this specification & other
enquiry documents, following order of precedence shall be followed:
a) Equipment Data Sheets
b) This job specification
c) EIL Standard Specifications
d) International Codes / Standards, as applicable.

1.3 Bidder shall submit all relevant documents along with the offer. Incomplete bids will not
be considered for evaluation, as no technical memorandums are envisaged to be
issued for technical clarifications after receipt of bids.

2.0 UNIT RESPONSIBILITY


Unit responsibility shall rest with pump manufacturer who shall also be the single point
responsibility vendor(SPRV) for the complete equipment unit including driver , driven
equipment and all other associated auxiliary systems, instrumentation & controls etc.

3.0 UNITIZATION
Unitization of pump & driver shall be done in the pump manufacturer’s shop.

4.0 SELECTION AND SIZING CRITERIA


Selection of pump and its driver unit shall be based upon following condition unless
otherwise specified elsewhere.

a) Suitability for the specified duty conditions


b) Standard models under vendor’s regular range of manufacturer
c) Proven Track Record as specified under acceptance criteria

5.0 LOADING & PENALTY CRITERIA


Not applicable

6.0 SITE & UTILITY DATA


Refer “Site Data” in the last page of this specification.

7.0 EQUIPMENT QUALIFICATION CRITERIA


Equipment Qualification Criteria of pumps shall be as per Clause 1.4 of Standard
Specification for Centrifugal Pumps (General Water service), Document No. 6-41-0003
Rev. 4.

7.1 Proven Track Record


Bidder shall Enclose duly completed Experience record proforma against each offered
pump model/pump item meeting the specified EQC, supported by detailed reference list
and past test records witnessed/certified by third party for the pump model having
identical mechanical & hydraulic design. Please specify correct details of end user so that
feedbacks can be obtained from them.
[Note: No prototype or upgraded pump models shall be offered]

8.0 SEALING SYSTEM


The Pump shall be provided with Dry running vapor seals( Non API Mechanical seals)
s per vendor standard.

Page
Format No. EIL 150 of 244
1641-1924 Rev. 1 Copyright EIL – All rights reserved
JOB SPECIFICATION FOR DOCUMENT No.
CENTRIFUGAL VERTICAL A307-0IY-16-45-SP-5862
PUMPS Rev. A
(GENERAL WATER SERVICE) Page 4 of 8

Seal make shall be any of the following vendors:


i) EAGLEBURGMANN INDIA PVT LTD
iii) FLOWSERVE SANMAR LTD
ii) JOHN CRANE SEAL OL (1)LTD

9.0 DRIVE ARRAGNEMENT:


Electric motor driven pumps shall not be offered with gear box.

10.0 COUPLING
Coupling shall be of metallic, non lubricated, flexible element type (i.e. either diaphragm
or discs) with spacer between driver & the pump. Coupling shall be selected for minimum
service factor of 1.5 over driver rating.

Coupling make shall be one of the following or Equivalent


Rathi engg
Johncrane flexibox
Unique

11.0 ALLOWABLE NOISE LEVEL


Equipment noise level (Driver + Driven equipment train + auxiliaries) shall not exceed 88
dBA when measured at One-meter distance from the equipment skid in any direction.
Acoustic hoods shall not be used.

12.0 EQUIPMENT STORAGE


Equipments shall be packed for outside storage period of 12 months. Equipment vendor
to ensure following before dispatch.

-All openings shall be plugged and sealed conditions during dispatch.


- In addition to normal packing, the pump and driver skid shall be separately covered with
transparent polythene cover with opening for piping.

13.0 INTIAL FILL


The initial fill of lubricants, sealing fluids and other consumables shall not be included in
the scope of supply of vendor. However, vendor shall furnish list of recommended BPCL
make oils for bearing lubrication etc.

14.0 INSTALLTION CRETIERA


Pumps and driver shall be suitable for outdoor installation and shall be installed on
ground floor (i.e. on finished floor level). No equipment shelter is envisaged.

15.0 SAFETY
Thermal relief valves shall be provided for components that may be blocked in by
isolation valves (including any cooling water return circuit of cooler or jacket).
All electrical components & installations, instruments shall be suitable for electrical area
classifications and grouping in which the equipment installed.

16.0 INSPECTION AND TESTING


16.1 The scope of Inspection and tests shall be as per the data sheets and other referred
/specified standards and specifications forming part of this inquiry document.

16.2 For electric motor driven pumps, both Mechanical Run Test and Performance test shall
be carried out with shop/Job motor at pump manufacturer’s shop.

16.3 Electric motor, refer electrical specifications enclosed elsewhere.

Page
Format No. EIL 151 of 244
1641-1924 Rev. 1 Copyright EIL – All rights reserved
JOB SPECIFICATION FOR DOCUMENT No.
CENTRIFUGAL VERTICAL A307-0IY-16-45-SP-5862
PUMPS Rev. A
(GENERAL WATER SERVICE) Page 5 of 8

17.0 INTERFACES:
Vendor shall include in his scope discharge nozzle companion flanges with bolts, nuts,
gaskets, Reducer and terminate with next standard size flange. Gaskets shall be spiral
wound SS304. Bolts / Nuts materials shall be A 193 Gr B7 / A 194 Gr 2H.
All auxiliary piping interface connections shall be terminated with flanged valve at skid
edge (single point for each service). Piping within the skid is in Vendor’s scope. The
terminating points for purchaser’s further piping at the skid edge shall be min ¾” flanged
connection, RF –Smooth finish 125 AARH.

18.0 ERECTION OF EQUIPMENT


Erection of pump unit shall be carried out by mechanical contractor under supervision of
pump vendor (on need basis).

19.0 BASIC DESIGN


19.1 PUMPS

19.1.1 Impeller construction shall be of either NON CLOG /SEMI OPEN type. Closed Impellers
are not acceptable.

19.1.2 Standard performance / characteristic curves for centrifugal pumps indicating maximum,
rated & minimum impeller diameters over the complete operating range (viz. Q-H; Q-Eff.;
Q-Power; Q-NPSHR).
[Note: Computer generated print-outs shall be duly substantiated by the standard performance
curves and supported by duly certified test data. Truncated performance curves shall become the
basis for rejection.]

19.1.3 For achieving Head rise from Rated to shut off by using orifice plate is not acceptable.

20.0 SPARES / SPECIAL TOOLS & TACKELS

20.1 Mandatory spares

Mandatory spares for each pump item shall be as specified in the inquiry document.
Vendor shall quote for the mandatory spare parts for each pump item as specified in the
inquiry document. Cost of mandatory spares shall be added to the equipment cost for
commercial evaluation of the proposal.

Unit price of each of the listed spares shall be indicated separately in the Proposal.
These items shall have equipment Tag no, drawing no, Model no, part no, metallurgy,
etc. The details should be sufficient to create CMT (Catalogue Management Tool) code,
so that the mandatory spares can be stored with CMT code and will be easy for
identification. Vendor shall fill in all the required details in the CMT format attached with
the requisition during detailed engineering stage.

20.2 Quotation of Spares for 2 Years Normal Operation & maintenance

Vendor shall furnish along with the bid a quotation for minimum recommended spares for
2 years normal operation along with unit rates for each of the pump item. These may be
ordered separately at owner’s discretion.

The quote for the components shall have equipment Tag no, drawing no, Model no, part
no, metallurgy, etc. The details should be sufficient to create CMT code, so that the
mandatory spares can be stored with CMT code and will be easy for identification.
Vendor shall fill in all the required details in the CMT format attached with the requisiton
during detailed engineering stage.

20.3 Commissioning Spares


Page
Format No. EIL 152 of 244
1641-1924 Rev. 1 Copyright EIL – All rights reserved
JOB SPECIFICATION FOR DOCUMENT No.
CENTRIFUGAL VERTICAL A307-0IY-16-45-SP-5862
PUMPS Rev. A
(GENERAL WATER SERVICE) Page 6 of 8

Commissioning Spare Parts shall be procured along with the main equipment as per
equipment manufacturer’s recommendations. The list of such recommended spares shall
be obtained along with the offer. Any commissioning spare consumed over and above
the recommended commissioning spares, during commissioning shall be supplied free of
cost by the equipment vendor at site. Any leftover (unused) spares after commissioning,
out of those included by vendor in his offer, shall be handed over to the owner.

20.4 Special Tools and Tackles


Any special tools and tackles required for maintenance etc. of pump shall be included in
the vendor’s scope of supply for each pump item.
Vendor shall categorically confirm for each pump item, whether any special tools or
tackles are required or not.
If however, any special tools and tackles are required for maintenance etc. of pump,
motor etc, over and above the quoted special tools and tackles, the same shall be
supplied by the Vendor at site without any time and cost implication.

21.0 VENDOR DATA REQUIREMENTS


Vendor data and drawings shall be furnished in conformity with the relevant VDR
forms / requirements enclosed in the Material Requisition.

22.0 ERECTION & COMMISSIONING SUPERVISION


Pumps with the drivers & accessories shall be erected & commissioned by the
purchaser’s contractor. Pump vendor shall provide his services (on need basis) for
supervision during erection and commissioning of the complete pump unit. Electrical
engineers shall also be present along with vendor’s erection and commissioning
engineers, as required. The supervisory cost of 5 mandays for each blow down pump in
a tag shall be considered for the purpose of commercial comparison(which he may
decide between days for supervisors and also discipline wise but total of man days per
pump unit). For example: Pump tag no 0IY-PA-123 A/B, 10 mandays (i.e. 5 x 2 = 10
mandays) shall be considered.
The vendor shall indicate in his proposal for the cost of providing above services on per
diem rate basis. The presence of OEM vendor for erection and commissioning shall be
on need basis and criticality of equipment as decided at site, based on site conditions.
Per diem rates as quoted by vendor shall be the basis of payment based on actual
requirement.

23.0 SPECIAL INSTRUCTIONS – UNIT RATES :


Vendor shall quote separately Unit Rates for each meter Increase / Decrease of
Pump Installation Depth. This is to take care of any variation in quoted Installation depth
during detail engineering.

24.0 APPLICABLE CODES & STANDARDS


a) Standard specification for Centrifugal Pumps (General Water Service) [EIL spec no
6-41-0003 Rev 4]
b) Other codes / standards, as specified in Electrical specs

Vendor to note that this is a “ZERO DEVIATION bid” and any exception to the specified
scope and specifications shall render the bid as rejected. Deviations, which can be
complied with extra cost and/ or time implications, are not permitted. Vendor to
specifically take a note that TIME & COST IMPLICATIONS are NOT permitted on
account of withdrawal of deviations after submission of their bid. However, any deviations
to codes & standards which are either equipment specific or are technically infeasible to
be complied with shall only be listed in the offer at one place and Purchaser’s decision to
accept the same shall be FINAL.

25.0 SPECIAL REQUIREMENT:

Page
Format No. EIL 153 of 244
1641-1924 Rev. 1 Copyright EIL – All rights reserved
JOB SPECIFICATION FOR DOCUMENT No.
CENTRIFUGAL VERTICAL A307-0IY-16-45-SP-5862
PUMPS Rev. A
(GENERAL WATER SERVICE) Page 7 of 8

a. Pump guide bushes shall be cooled by external cooling water. Cooling water will
be made available at mounting plate edge by purchaser. Internal cooling water
piping from top of mounting plate to guide bushing is in vendor scope. Cooling
water conditions will be confirmed during detailed engineering stage. Cooling
water piping shall be stainless steel.

b. Canopy over motors shall be provided by vendor. For details refer Electrical
specifications.

c. All equipment shall be packed for an outside storage period of twelve (12)
months. Vendor shall ensure the following before dispatch:

 All openings shall be plugged & sealed condition during dispatch.

 In addition to normal packing the pump and motors skids shall be separately
covered with transparent polythene cover with opening for piping.

26.0 SIGNING JOB SPECIFICATION


Vendor shall sign and submit this Job Specification with the offers, without which offers
shall be considered as Incomplete.

27.0 SITE DATA INFORMATION

SITE LOCATION
State : Kerala
Nearest Important Town : Kochi
Nearest Railway Station : Tripunithura
Nearest Port : Kochi
Nearest Airport : Kochi International Airport
Source of Water : Fresh water from Periyar River
Rainy season (Monsoon) : Mid May-September

METEOROLOGICAL DESIGN DATA


Relevant meteorological design data towards preparing process engineering specifications
is as follows:
Sl# Parameter Minimum Normal / Maximum /
Average Design
(A) METEOROLOGICAL DATA
1 Barometric pressure, mmHg 750 754 757
0
2 Ambient temperature, C 20 35 38
3 Relative humidity, % 88% 95%
4 Rainfall (a) for 1-hour period (a) 179mm
data: (b) for 24-hour period (b) 250mm
5 Wind (a) wind velocity 4km/hr 8km/hr.
data Structural/mech
design as per IS-
875, whichever is
higher
(b) wind direction. North-East/East
in the Morning
and West &
North west in the
evening

Page
Format No. EIL 154 of 244
1641-1924 Rev. 1 Copyright EIL – All rights reserved
JOB SPECIFICATION FOR DOCUMENT No.
CENTRIFUGAL VERTICAL A307-0IY-16-45-SP-5862
PUMPS Rev. A
(GENERAL WATER SERVICE) Page 8 of 8

6 Earthquake Design Criteria Zone-3


(B) DATA FOR EQUIPMENT DESIGN
0
1 Design dry bulb temperature, C 22.5 (during
raining season)
38 (during
summer season)
0
2 Design wet bulb temperature, C 21(min)
28(max) (Note1)
0 15
3 Low ambient temperature for MDMT, C
air temperature for air Design air temperature for air cooled exchangers where followed by 40
0
4 water cooling, C
5 Design air temperature for air cooled exchangers 40
0
Where not followed by water cooling, C
o
6 Coincident temperature and relative humidity for Air Blower / Air 95% @ 30 C
Compressor design.
0
7 Min Design temperature for equipment, C 65

Note 1 : For cooling tower design, the temperature shall be considered as 29degC

Page
Format No. EIL 155 of 244
1641-1924 Rev. 1 Copyright EIL – All rights reserved
Document No.
DATASHEET A307-0IY-16-45-DS-0123
(VERTICAL-CENTRIFUGAL TYPE) Rev. No. A
Format Rev.1 Issue Date-01/07/2009
GENERAL WATER SERVICE Page 1 of 3

1 GENERAL
2 Project: INTEGRATED REFINERY EXPANSION PROJECT EIL Job No.: A 307
3 Owner: M/s BPCL, Kochi Refinery Site: KOCHI REFINERY
4 Purchaser: M/s BPCL, Kochi Refinery Unit: OFFSITES Unit No.: 0IY
5 Item No.: 0IY-PA-123 A/B Service: BLOW DOWN PUMPS(UCT-10,UCT-210)
6 No. Reqd: TWO (2) Working:ONE (1) Standby: ONE (1) Parallel Operation Required:  Yes No
7 2One
Applicable to  Proposal  Purchase  As Built
8  Scope, option & Info. specified by purchaser  Info. Required from & option left to vendor. Vendor to cross  the selected option.
9 Driver working: : E.Motor Standby: E.Motor Driver Supplied & Mounted By:  Pump Mfr.  Other
10 OPERATING CONDITIONS
11 Liquid Handled BLOW DOWN WATER Capacity (m3/hr): Min/Nor/Rated: --/30/30
12 Pumping Temperature (°C) Min./Nor./Max: Amb / 65 Discharge Pressure (kg/cm²,G): 2.0@ Disch. pipe flange
13 Specific Gravity at P.T: 1 Suction Pressure: Nor./ Max. (kg/cm²G): 0/0.3
14 Vap. Pressure at 20 C (kg/cm²,A): ATM Diff. Pressure (kg/cm²) @ Rated Capacity: 2.0
15 Viscosity at 20 C (cst): 1 Diff. Head (m) @ Rated Capacity: 20 @ Disch. pipe flange
16 Corr./Eros. Caused by:-- Yes Solids in Suspension : Yes NPSH Available (m): Flooded Suction
1mm-3mm Size :1mm-3mm
17 MANUFACTURER'S SPECIFICATIONS
18 Pump Manufacturer: Model No.:
19 CONSTRUCTION Bowl Head Calculations: (m) (Remark.-6)
20 20 m at discharge pipe
Pump Type: VS4 type Differential Head at Discharge Flange:
flange
21  Vertical Sump Turbine  Submerged Motor Diff. Between Min. Liquid Level / Min.
22  Vertical Double Casing Submergence Level (Whichever is higher):
23  Single Volute  Double Volute  Diffuser And bottom of support plate
24 Casing  Vent  Drain  Gauge Thickness of Support Plate: 0.048m
25 Connections:
Line Shaft: Diff. Between Support Plate Level and
26  Open  Enclosed Discharge. Flange Centerline/Top of Flange:
27 Shaft Dia. (mm): No. of Shaft Segments: Friction losses in Suction Strainer:
28 Spacing between Shaft Guide Bushing (mm): Friction losses in Column/Discharge Pipe:
29 Coupling: Make Total (Bowl) Differential Head (m):
30 Type: Flexible metallic with spacer
31 Non-spark Guard:  Yes  No PERFORMANCE
32 Line Shaft Coupling Type: Proposal Curve No.
33  Threaded  Muff-Type (only) Visc. Corr. Factor: C CQ CH
34 Column Type:  Threaded  Flanged NPSH Reqd. (Water) (m): F/L Speed (rpm):
35 Column NB (mm): No. of Col. No. of stages:
36 Nozzles Size ANSI Rating Segments:
Facing Position Efficiency (%):
37 Suction -- Bottom Rated BKW(0% Tol.) (kW):
38 Discharge 150# RF Top Max. BKW rated. Imp. (kW):
39 Imp. (mm) Max: Rated: Min: Type:
40 Guide Bushing: Material: No. Rec. Driver Rating (kW):
41 Guide Bushing Lubrication: (Remark 7) Max. head rated imp.(m):
42  Pumpage / Self  Oil  Other Cap @ BEP(m3/hr):
43  No Pre-lubrication Required MCF (m3/hr):Stable Thermal
44 Driver Half cplg. mtd. by:  Pump Mfr.  Others M.A.W.P @ 15°C/P.T./Design
45 Packing: Size: No. of rings: Temp.(kg/cm²,G):
Hydrostatic Test pressure (kg/cm²,G): 1.5 X MAWP
46 Mech. Seal: Make Mech seal (Remark-12) Rotation facing coupling end:  CW  CCW
47 Model: API Code: Seal flush/ Quench plan: Material:
48 Mounting Plate:  Yes  No Fnd. Bolts: Yes  C.W. Plan: Material:
49 Mtg Plate Gasket:  Yes  No Mntg. Bolts: Yes No  Ext. seal flush fluid: LPM: kg/cm²G/ °C
50 Motor Mtg Stool:  Yes  No No Seal Barrier fluid: LPM: kg/cm²G/ °C
@
51 Balancing Device:  Yes  No Ext. quench fluid: LPM: kg/cm²G/ °C
@
52 Suction Strainer:  Yes  No Material: SS 316 C.W. Reqmt. LPM: kg/cm²G/ °C
@
53 Type: Mesh Size: Thrust (kg) Up: Max. Min.
@
54 Thrust (kg) Down: Max. Min.
55 NOTES: WEIGHT DATA:
56 Weight of the Pump (kg):
57 Weight of the Mounting. Plate (kg):
58 Weight of the Mounting. Stool (kg):
59 Weight of the Driver (kg):
60 Total Weight of the Pump Unit (kg):

Format No. 1645-DS-105 Rev. 1 Copyrights EIL – All rights reserved


Page 156 of 244
Document No.
DATASHEET A307-0IY-16-45-DS-0123
(VERTICAL-CENTRIFUGAL TYPE) Rev. No. A
Format Rev.1 Issue Date-01/07/2009
GENERAL WATER SERVICE Page 2 of 3

61
62 INSPECTION & TESTS (EACH PUMP)
63 Witness Observe Witness Observe
64  Shop Test / Inspection    NPSH Test As Reqd  Per Spec.  Mandatory  
65  Material Certificates    Dismantle Inspection & Reassembly after Test  
66  Hydrostatic    Unitization/Dimensional Check  
67  Performance/Sound Level    Check for dirn. of rotation of pump & driver  
68 Materials Class (API 610): Remark 4
69 Materials: MOC ASTM Grades AUXILIARY PIPING INTERFACE
70 Casing (External) I (All interface conn. shall be termntd. with a flng. block valves)
CONNECTIONS
71 Impeller (Remark 8) B Size Rating(ANSI) Facing
72 Inner Case parts Lantern Ring Inlet/Outlet
73 Sleeve Packed / Stuffing Box Ext. flush fluid Inlet/Outlet
74 Sleeve Seal Seal Quench fluid Inlet
75 Casing wear ring -BHN Seal pot vent/ drain
76 Impeller wear ring 50(Min.) Casing vent/ drain
77 Shaft Driver C.W Inlet/ Outlet
78 Shaft Intermediate Base plate drain (only
79 Shaft Pump flanged)

80 Column / Column Flange Steam Inlet/Outlet for Jacket


81 Mounting Plate
82 Discharge Pipe
83 Throttle Bush
84 Legend: I-Cast Iron; B-Bronze; S-Carbon Steel; C-11 to 13% Chr Stl; h-Hardened; f-Faced; K-SS 304; L-SS 316; X-AISI 410;
85  Driver suitable for Pump starting with open Discharge Valve condition.
86 Applicable Specification: EIL Spec. 6-41-0003 Rev 4
87 REMARKS:- 1) Maximum allowable casing working pressure shall not be less than 3.6 kg/cm²,g @ 65 °C.
88 2) Down Stream Design Pressure is 3.6 kg/cm²,g. The same shall not be exceeded in any circumstance.
89 3) This pump item is to be installed in sump (Sump item no. ____HRSG & Boiler sump ______).
90 4) Material certificates shall be furnished for at least Casing, impeller, shaft, Casing & impeller wearing. Also, refer EIL std spec 6-41-0003
91 rev 4 for MOC
92 5) The pump & motor shall be designed for open discharge condition. The pump & motor shall be capable of auto start/auto operation.
93 6) Discharge pressure is supposed to be indicated at the pump discharge flange located above mounting plate. Vendor should calculate
94 bowl head based on the installation depth of the pump. Calculations for arriving at the bowl head shall be furnished along with the
95 data sheet.
96 7) Guide Bush (line shaft) bearings to be suitable for dry running and start-up. Guide bush Lubrication shall be from external clean water
97 Source (Details will be furnished during detail engineering stage) supplied at each mounting plate edge. Vendor to include internal piping
98 (stainless steel) distribution of water to each guide bushing in his scope.
99 8) Impeller construction shall be of either NON CLOG/ SEMI OPEN type. Closed Impellers are not acceptable.
100 9) Pump vibration velocity limits(ISO10816)
101 Pumps greater than 1500 rpm( Peak to peak ) = 7mm/sec RMS
102 Pumps upto & including 1500 rpm(Peak to Peak)= 5.1 mm/sec RMS
103 10) Pump installation depth = Top of slab of sump to minimum liquid level i.e. 3000 mm + minimum submergence i.e. ------- mm (by vendor)
104 + strainer i.e. ----------- mm = total installation depth of pump = --------- mm :Recommended sump bottom clearance from bottom of pump=-
105 ------mm.
vendor shall note that the pump installation depth may vary +/- 500 mm which will be communicated to vendor during detail engineering
106 stage. Vendor’s base price shall include above tolerance. No price implication is allowed for above change.
107 11) Vendor shall furnish filled in sketch ( Doc no A307-0IY-16-45-SK-0123) along with the offer.
108 12) Pump shall be provided with dry running vapour (Non API Mechanical) seals as per vendor’s standard.
109 13) Pump discharge matching flanges along with nuts, bolts, gaskets shall be supplied along with pumps by vendor.
110 14) Guide bush bearing material shall be carbon filled Teflon/glass filled Teflon
111 15) Refer page 3 of 3 of this datasheet for sump section drawing
112 16)Suction strainer is in vendor’s scope of supply
113 17) Rated conditions Flow=___ m3/hr head = m efficiency= BKW= kw
114 18) Eod of curve conditions Flow=___ m3/hr head = m efficiency= BKW= kw
115 19) MCF conditions Flow=___ m3/hr head = m efficiency= BKW= kw
116

Format No. 1645-DS-105 Rev. 1 Copyrights EIL – All rights reserved


Page 157 of 244
Document No.
DATASHEET A307-0IY-16-45-DS-0123
(VERTICAL-CENTRIFUGAL TYPE) Rev. No. A
Format Rev.1 Issue Date-01/07/2009
GENERAL WATER SERVICE Page 3 of 3

Above sump section is indicative only. Vendor shall quote VS4 type pump.

17.11.2014 A TP/SPM PNR


Date Rev Job Rev. & Approved
Engineer By

Format No. 1645-DS-105 Rev. 1 Copyrights EIL – All rights reserved


Page 158 of 244
CENTRIFUGAL VERTICAL
PUMPS(GENERAL WATER
Document no.
SERVICE) A307-0IY-16-45-SK-0123
REV 0
Format Rev 1 Issue Date : 01.07.2009

VERTICALLY SUSPENDED SINGLE CASING VOLUTE LINE- SHAFT DRIVEN SUMP PUMP (PIT MOUNTED), TYPE-VS4

17/11/14 0 TP/SPM PNR


Date Rev Prep By Rev & appr By

Format no. 1645-SK-105C Rev 1 Copyrights EIL- All Rights Reserved

Page 159 of 244


Document No.
DATASHEET A307-0IY-16-45-DS-0124
(VERTICAL-CENTRIFUGAL TYPE) Rev. No. A
Format Rev.1 Issue Date-01/07/2009
GENERAL WATER SERVICE Page 1 of 3

1 GENERAL
2 Project: INTEGRATED REFINERY EXPANSION PROJECT EIL Job No.: A 307
3 Owner: M/s BPCL, Kochi Refinery Site: KOCHI REFINERY
4 Purchaser: M/s BPCL, Kochi Refinery Unit: OFFSITES Unit No.: 0IY
5 Item No.: 0IY-PA-124 A/B Service: BLOW DOWN PUMPS(HRSG&BOILER)
6 No. Reqd: TWO (2) Working:ONE (1) Standby: ONE (1) Parallel Operation Required:  Yes No
7 2One
Applicable to  Proposal  Purchase  As Built
8  Scope, option & Info. specified by purchaser  Info. Required from & option left to vendor. Vendor to cross  the selected option.
9 Driver working: : E.Motor Standby: E.Motor Driver Supplied & Mounted By:  Pump Mfr.  Other
10 OPERATING CONDITIONS
11 Liquid Handled BLOW DOWN WATER Capacity (m3/hr): Min/Nor/Rated: --/10/10
12 Pumping Temperature (°C) Min./Nor./Max: Amb / 65 Discharge Pressure (kg/cm²,G): 2.0@ Disch. pipe flange
13 Specific Gravity at P.T: 1 Suction Pressure: Nor./ Max. (kg/cm²G): 0/0.3
14 Vap. Pressure at 20 C (kg/cm²,A): ATM Diff. Pressure (kg/cm²) @ Rated Capacity: 2.0
15 Viscosity at 20 C (cst): 1 Diff. Head (m) @ Rated Capacity: 20 @ Disch. pipe flange
16 Corr./Eros. Caused by:-- Yes Solids in Suspension : Yes NPSH Available (m): Flooded Suction
1mm-3mm Size :1mm-3mm
17 MANUFACTURER'S SPECIFICATIONS
18 Pump Manufacturer: Model No.:
19 CONSTRUCTION Bowl Head Calculations: (m) (Remark.-6)
20 20 m at discharge pipe
Pump Type: VS4 type Differential Head at Discharge Flange:
flange
21  Vertical Sump Turbine  Submerged Motor Diff. Between Min. Liquid Level / Min.
22  Vertical Double Casing Submergence Level (Whichever is higher):
23  Single Volute  Double Volute  Diffuser And bottom of support plate
24 Casing  Vent  Drain  Gauge Thickness of Support Plate: 0.048m
25 Connections:
Line Shaft: Diff. Between Support Plate Level and
26  Open  Enclosed Discharge. Flange Centreline/Top of Flange:
27 Shaft Dia. (mm): No. of Shaft Segments: Friction losses in Suction Strainer:
28 Spacing between Shaft Guide Bushing (mm): Friction losses in Column/Discharge Pipe:
29 Coupling: Make Total (Bowl) Differential Head (m):
30 Type: Flexible metallic with spacer
31 Non-spark Guard:  Yes  No PERFORMANCE
32 Line Shaft Coupling Type: Proposal Curve No.
33  Threaded  Muff-Type Visc. Corr. Factor: C CQ CH
34 Column Type:  Threaded  Flanged NPSH Reqd. (Water) (m): F/L Speed (rpm):
35 Column NB (mm): No. of Col. No. of stages:
36 Nozzles Size ANSI Rating Segments:
Facing Position Efficiency (%):
37 Suction -- Bottom Rated BKW(0% Tol.) (kW):
38 Discharge 150# RF Top Max. BKW rated. Imp. (kW):
39 Imp. (mm) Max: Rated: Min: Type:
40 Guide Bushing: Material: No. Rec. Driver Rating (kW):
41 Guide Bushing Lubrication: (Remark 7) Max. head rated imp.(m):
42  Pumpage / Self  Oil  Other Cap @ BEP(m3/hr):
43  No Pre-lubrication Required MCF (m3/hr):Stable Thermal
44 Driver Half cplg. mtd. by:  Pump Mfr.  Others M.A.W.P @ 15°C/P.T./Design
45 Packing: Size: No. of rings: Temp.(kg/cm²,G):
Hydrostatic Test pressure (kg/cm²,G): 1.5 X MAWP
46 Mech. Seal: Make Mech seal (Remark-12) Rotation facing coupling end:  CW  CCW
47 Model: API Code: Seal flush/ Quench plan: Material:
48 Mounting Plate:  Yes  No Fnd. Bolts: Yes  C.W. Plan: Material:
49 Mtg Plate Gasket:  Yes  No Mntg. Bolts: Yes No  Ext. seal flush fluid: LPM: kg/cm²G/ °C
50 Motor Mtg Stool:  Yes  No No Seal Barrier fluid: LPM: kg/cm²G/ °C
@
51 Balancing Device:  Yes  No Ext. quench fluid: LPM: kg/cm²G/ °C
@
52 Suction Strainer:  Yes  No Material: SS 316 C.W. Reqmt. LPM: kg/cm²G/ °C
@
53 Type: Mesh Size: Thrust (kg) Up: Max. Min.
@
54 Thrust (kg) Down: Max. Min.
55 NOTES: WEIGHT DATA:
56 Weight of the Pump (kg):
57 Weight of the Mounting. Plate (kg):
58 Weight of the Mounting. Stool (kg):
59 Weight of the Driver (kg):
60 Total Weight of the Pump Unit (kg):

Format No. 1645-DS-105 Rev. 1 Copyrights EIL – All rights reserved


Page 160 of 244
Document No.
DATASHEET A307-0IY-16-45-DS-0124
(VERTICAL-CENTRIFUGAL TYPE) Rev. No. A
Format Rev.1 Issue Date-01/07/2009
GENERAL WATER SERVICE Page 2 of 3

61
62 INSPECTION & TESTS (EACH PUMP)
63 Witness Observe Witness Observe
64  Shop Test / Inspection    NPSH Test As Reqd. Per Spec.   
65  Material Certificates    Dismantle Inspection & Reassembly after Test
Mandatory  
66  Hydrostatic    Unitisation/Dimensional Check  
67  Performance/Sound Level    Check for dirn. of rotation of pump & driver  
68 Materials Class (API 610): Remark 4
69 Materials: MOC ASTM Grades AUXILIARY PIPING INTERFACE
70 Casing (External) I (All interface conn. shall be termntd. with a flng. block valves)
CONNECTIONS
71 Impeller (Remark 8) B Size Rating(ANSI) Facing
72 Inner Case parts Lantern Ring Inlet/Outlet
73 Sleeve Packed / Stuffing Box Ext. flush fluid Inlet/Outlet
74 Sleeve Seal Seal Quench fluid Inlet
75 Casing wear ring -BHN Seal pot vent/ drain
76 Impeller wear ring 50(Min.) Casing vent/ drain
77 Shaft Driver C.W Inlet/ Outlet
78 Shaft Intermediate Base plate drain (only
79 Shaft Pump flanged)

80 Column / Column Flange Steam Inlet/Outlet for Jacket


81 Mounting Plate
82 Discharge Pipe
83 Throttle Bush
84
85 Legend: I-Cast Iron; B-Bronze; S-Carbon Steel; C-11 to 13% Chr Stl; h-Hardened; f-Faced; K-SS 304; L-SS 316; X-AISI 410;
86  Driver suitable for Pump starting with open Discharge Valve condition.
87 Applicable Specification: EIL Spec. 6-41-0003 Rev 4
88 REMARKS:- 1) Maximum allowable casing working pressure shall not be less than 3.6 kg/cm²,g @ 65 °C.
89 2) Down Stream Design Pressure is 3.6 kg/cm²,g. The same shall not be exceeded in any circumstance.
90 3) This pump item is to be installed in sump (Sump item no. ____HRSG & Boiler sump ______).
91 4) Material certificates shall be furnished for at least Casing, impeller, shaft, Casing & impeller wearing. Also, refer EIL std spec 6-41-0003
92 rev 4 for MOC
93 5) The pump & motor shall be designed for open discharge condition. The pump & motor shall be capable of auto start/auto operation.
94 6) Discharge pressure is supposed to be indicated at the pump discharge flange located above mounting plate. Vendor should calculate
95 bowl head based on the installation depth of the pump. Calculations for arriving at the bowl head shall be furnished along with the
96 data sheet.
97 7) Guide Bush (line shaft) bearings to be suitable for dry running and start-up. Guide bush Lubrication shall be from external clean water
98 Source (Details will be furnished during detail engineering stage) supplied at each mounting plate edge. Vendor to include internal piping
99 (stainless steel) distribution of water to each guide bushing in his scope.
100 8) Impeller construction shall be of either NON CLOG/ SEMI OPEN type. Closed Impellers are not acceptable.
101 9) Pump vibration velocity limits(ISO10816)
102 Pumps greater than 1500 rpm( Peak to peak ) = 7mm/sec RMS
103 Pumps upto & including 1500 rpm(Peak to Peak)= 5.1 mm/sec RMS
104 10) Pump installation depth = Top of slab of sump to minimum liquid level i.e. 3000 mm + minimum submergence i.e. ------- mm (by
105 vendor)+ strainer i.e. ----------- mm = total installation depth of pump = --------- mm :Recommended sump bottom clearance from
106 bottom of pump=-------mm. vendor shall note that the pump installation depth may vary +/- 500 mm which will be communicated to
107 vendor during detail engineering stage. Vendor’s base price shall include above tolerance. No price implication is allowed for above change.
108 11) Vendor shall furnish filled in sketch ( Doc no A307-0IY-16-45-SK-0124) along with the offer.
109 12) Pump shall be provided with dry running vapour (Non API Mechanical) seals as per vendor’s standard.
110 13) Pump discharge matching flanges along with nuts, bolts, gaskets shall be supplied along with pumps by vendor.
111 14) Guide bush bearing material shall be carbon filled Teflon/glass filled Teflon
112 15) Refer page 3 of 3 of this datasheet for sump section drawing
113 16)Suction strainer is in vendor’s scope of supply
114 17) Rated conditions Flow=___ m3/hr head = m efficiency= BKW= kw
115 18) Eod of curve conditions Flow=___ m3/hr head = m efficiency= BKW= kw
116 19) MCF conditions Flow=___ m3/hr head = m efficiency= BKW= kw

Format No. 1645-DS-105 Rev. 1 Copyrights EIL – All rights reserved


Page 161 of 244
Document No.
DATASHEET A307-0IY-16-45-DS-0124
(VERTICAL-CENTRIFUGAL TYPE) Rev. No. A
Format Rev.1 Issue Date-01/07/2009
GENERAL WATER SERVICE Page 3 of 3

Above sump section is indicative only. Vendor shall quote VS4 type pump.

17.11.2014 A TP/SPM PNR


Date Rev Job Rev. & Approved
Engineer By

Format No. 1645-DS-105 Rev. 1 Copyrights EIL – All rights reserved


Page 162 of 244
CENTRIFUGAL VERTICAL
PUMPS(GENERAL WATER
Document no.
SERVICE) A307-0IY-16-45-SK-0124
REV 0
Format Rev 1 Issue Date : 01.07.2009

VERTICALLY SUSPENDED SINGLE CASING VOLUTE LINE- SHAFT DRIVEN SUMP PUMP (PIT MOUNTED), TYPE-VS4

17/11/14 0 TP/SPM PNR


Date Rev Prep By Rev & appr By
Page 163 of 244
VENDOR DATA REQUIREMENTS Document No.
A307-0IY-16-45-VDR-5862
FOR Rev. B
CENTRIFUGAL VERTICAL PUMPS
(GENERAL WATER SERVICE) Page 1 of 4

VENDOR DATA REQUIREMENTS


FOR
CENTRIFUGAL VERTICAL PUMPS (GENERAL
WATER SERVICE)

B 17-NOV-2014 ISSUED WITH MR TP SPM PNR


A 13-NOV-2014 ISSUED WITH REQUISITION TP SPM PNR
Rev. Date Purpose Prepared by Checked by Approved by
No.

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

Page 164 of 244


VENDOR DATA REQUIREMENTS Document No.
A307-0IY-16-45-VDR-5862
FOR Rev. B
CENTRIFUGAL VERTICAL PUMPS
(GENERAL WATER SERVICE) Page 2 of 4

VENDOR DATA REQUIREMENTS

The following drawings/documents marked " " shall be furnished by the bidder.

CENTRIFUGAL PUMPS - VERTICAL

POST ORDER
S. WITH WITH
N DESCRIPTION FOR FOR DATA REMARKS
BID
O. REVIEW RECORD BOOK
(FINAL)
1. General Arrangement & Foundation drawing
showing arragement of main equipment skid as
well as all assosciated equipment along with
interface connections, maintenance space,
table of termination points etc. as well as
details of foundation bolts, their location,
foundation bolt pocket dimensions, foundation
load data (static & dynamic), recommended
grout thickness
2. Precommissioning & commissioning
procedures for the complete pump package
3. Data Sheets alongwith performance curves -
Pump
4. Data Sheets alongwith performance curves -
Steam turbine / Diesel engine / Gas engine (as
applicable)
5. Performance curves - parallel operation
(performance curve superimposed over system
resistance curve) / steam consumption / engine
performance
6. P&ID - Pump sealing system (Seal plan / Seal
flushing system)
7. GAD - Gear box / Couplings / Fluid coupling
8. GAD - Sealing system - Seal plan
9. Cross Sectional Drawings (with Bill of Materials
& Part Nos.) - Gear Box/Couplings/Fluid
Couplings
10. Cross Sectional Drawings (with Bill of Materials
& Part Nos.) - Sealing system - Mechanical
seal
11. Rotor mechanical and electrical runout for
driven equipment with noncontacting vibration
probes
12. General Arrangement - Pump along with
installation dimensions
13. General Arrangement - Steam turbine / Diesel
Engine
14. Cross Sectional Drawings (with Bill of Materials
7 Part Nos.) - Steam turbine / Diesel Engine
15. Test Procedure(s) : Performance Test, NPSH
Test
16. List of Mandatory Spares (indicating exact
name of the part, part no. and material of
construction)

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

Page 165 of 244


VENDOR DATA REQUIREMENTS Document No.
A307-0IY-16-45-VDR-5862
FOR Rev. B
CENTRIFUGAL VERTICAL PUMPS
(GENERAL WATER SERVICE) Page 3 of 4

POST ORDER
S. WITH WITH
N DESCRIPTION FOR FOR DATA REMARKS
BID
O. REVIEW RECORD BOOK
(FINAL)
17. Quotation for recommended spare parts for two
years of normal operation (indicating exact
name of the part, part no. and material of
construction)
18. List of recommended commissioning spares
(indicating exact name of the part, part no. and
material of construction)
19. List of recommended Special Tools & Tackles
(indicating exact name of the part and part no.)
20. List of Deviations to
specifications/datasheets/standards of MR
21. Filled in experience record proforma for main
equipment and its driver
22. Duly filled-in check list scope of supply (as
applicable)
23. Allowable thermal movements pump / steam
turbine suction and discharge nozzles
24. Tabulation of Utility consumption data including
electric load data, schedule of lubricants,
chemicals & consumables with specifications
25. List of loose supply items in vendor's scope, to
be installed in purchaser's piping
26. P&ID for Pump Cooling / Heating System
27. P&ID for Steam schematic for steam turbine
driver (as applicable)
28. P&ID for Fuel oil/ gas schematic for Engine
driver (as applicable)
29. Test Procedure(s) : Witness tests as specified
in data sheets / other specs enclosed in the
inquiry / MR or as required by approved
ITP/QAP
30. Curve for pump power-shaft speed v/s torque
31. Installation, Operation & Maintenance manuals
- Pump
32. Cross Sectional Drawings (with Bill of Materials
& Part Nos.) for Pump

Notes :
1. "TICK" denotes applicability.
2. Post order, drawing / document review shall commence only after approval of Document Control Index (DCI).
3. All post order documents shall be submitted / approved through EIL eDMS portal.
4. Final documentation shall be submitted in hard copy (Six prints) and soft ( two CDs/DVDs ) in addition to
submission through EIL eDMS.
5. Refer - 6-78-0001: Specification for quality management system from Bidders.
6. Refer - 6-78-0003: Specification for documentation requirement from Suppliers.
7. All drawings & documents shall be submitted in A4 or A3 paper sizes. Documents in higher paper size shall
be submitted in exceptional circumstances or as indicated in the MR/Tender.

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

Page 166 of 244


VENDOR DATA REQUIREMENTS Document No.
A307-0IY-16-45-VDR-5862
FOR Rev. B
CENTRIFUGAL VERTICAL PUMPS
(GENERAL WATER SERVICE) Page 4 of 4

8. Post order- The schedule of drawing / data submission shall be mutually agreed between EIL & the bidder /
contractor / supplier during finalization of Document Control Index (DCI).
9. "@" indicates submission of documents to Inspection Agency.
10. Bill of Material shall form part of the respective drawing.
11. Also refer other department's VDR :-
12. Electrical

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

Page 167 of 244


EXPERIENCE RECORD PROFORMA Document No.
A307-0IY-16-45-ER-5862 Rev A
CENTRIFUGAL VERTICAL PUMP
ITEM NO. :___________
Page 1 of 4
Format Rev 1 Issue Date: 01/07/2009

EXPERIENCE RECORD - CENTRIFUGAL VERTICAL PUMP

SERVICE :
ITEM NUMBER. :
VENDOR. :

INSTRUCTIONS TO THE VENDOR ( EQUIPMENT MANUFACTURER ):

1. This proforma duly filled in shall be submitted by Equipment manufacturer along with his bid.

2. Since the information requested in this proforma will be utilised to assess provenness of offered model, it is in the interest of the equipment
manufacturer to pick up those cases out of total list of references which most closely match with the offered model. The equipment
manufacturer shall also ensure that each & every information asked for is furnished and the same is correct and complete in all respects.

3. While furnishing the materials, where asked for, the equipment manufacturer shall furnish ASTM equivalents also.

4. For the referred installations, the equipment manufacturer shall indicate the name of the person (alongwith his address, telephone no., fax
no./email-id etc.) who may be contacted by the Purchaser / his representative, if felt necessary.

5. The equipment manufacturer shall also furnish along with the bid his standard reference list for the offered equipment model manufactured and
supplied by him.

6. The equipment manufacturer shall clarify the meaning of each letter / digit used in the model designation below:

Description of Model designation system :

Page 168 of 244


Format No 1645-ERP-105 Rev.1 Copyrights EIL – All rights reserved
EXPERIENCE RECORD PROFORMA Document No.
A307-0IY-16-45-ER-5862 Rev A
CENTRIFUGAL VERTICAL PUMP
ITEM NO. :___________
Page 2 of 4
Format Rev 1 Issue Date: 01/07/2009

PARAMETER INFORMATION ON INFORMATION ON REFERRED EXISTING INSTALLATIONS REMARKS


SL. PROPOSED MODEL Ref.- 1 Ref.-2 Ref.-3
NO.
1. 2. 3. 4. 5. 6. 7.
1 GENERAL
1.1 Cross reference to manufacturer's Standard Reference list ----
1.2 Make
1.3 Model Number
1.4 Number of units supplied
1.5 Type of driver
(Electric Motor / Steam Turbine / Gas Turbine / IC Engine)
1.6 Driver rated kW / Speed(rpm)
1.7 Shop where pump is designed, manufactured, packaged,
tested & supplied with address

2 OPERATING CONDITIONS
2.1 Fluid handled
2.2 Fluid temperature (Min / Max) C
3
2.3 Capacity (m /hr)
2.4 Maximum Suction pressure (kg/cm²,a)
2.5 Differential Head, Rated (m)
2.6 Differential Pressure, Rated (kg/cm²)
2.7 Minimum Submergence Required (mm)
2.8 Setting depth / Column Length (mm)
(distance between bottom face of the mounting flange /
plate and first stage impeller suction eye)

2.9 Efficiency
2.10 BKW, Rated (kW)
3
2.11 Minimum Continuous Stable Flow, (m /hr)

Page 169 of 244


Format No 1645-ERP-105 Rev.1 Copyrights EIL – All rights reserved
EXPERIENCE RECORD PROFORMA Document No.
A307-0IY-16-45-ER-5862 Rev A
CENTRIFUGAL VERTICAL PUMP
ITEM NO. :___________
Page 3 of 4
Format Rev 1 Issue Date: 01/07/2009

PARAMETER INFORMATION ON INFORMATION ON REFERRED EXISTING INSTALLATIONS REMARKS


SL. PROPOSED MODEL
Ref.- 1 Ref.-2 Ref.-3
NO.
1. 2. 3. 4. 5. 6. 7.
2.12 Rated Speed (rpm)
2.13 Speed range for variable speed drive (rpm)
2.14 MAWP casing (kg/cm²G)
@ 15 C
@
( pumping temperature
3 CONSTRUCTION
3.1 Type of Pump Discharge
(discharge through column / separate discharge )
3.2 Type of line shaft (open / close)
3.3 Line shaft lubrication (pumping medium / separate
lubricant)
3.4 Startup prelubrication required (yes / no)
3.5 No. of stages (single / two)
3.6 Impeller diameter - Rated/ Maximum / Minimum (mm)
3.7 Whether the proposed model and reference models have
identical hydraulic design (for impeller / diffuser / volute)
3.8 Sealing Element (packing / mechanical seal)
3.9 Type of mechanical seal (Single / Double)
3.10 API Sealing Plan No.
3.11 API Cooling Plan
4 MATERIAL OF CONSTRUCTION
4.1 API - 610 Material Code
4.2 Casing
4.3 Impellers
4.4 Line Shaft
4.5 Column
4.6 Line Shaft bearing

Page 170 of 244


Format No 1645-ERP-105 Rev.1 Copyrights EIL – All rights reserved
EXPERIENCE RECORD PROFORMA Document No.
A307-0IY-16-45-ER-5862 Rev A
CENTRIFUGAL VERTICAL PUMP
ITEM NO. :___________
Page 4 of 4
Format Rev 1 Issue Date: 01/07/2009

5 OTHER INFORMATION ON INSTALLATIONS


5.1 Date of supply of entire unit
5.2 Date of commissioning of entire unit
5.3 No. of operating hours completed as on the date of issue of
material requisition
5.4 Major Problems encountered

5.5 Name of plant


5.6 Purchaser's Name and Address
Name (Company / Organization)
Name of Contact Person
Address

Telephone No.
Fax No.
email-id

Page 171 of 244


Format No 1645-ERP-105 Rev.1 Copyrights EIL – All rights reserved
STANDARD SPECIFICATION STANDARD SPECIFICATION No.

31 ENGINEERS FOR INDUCED DRAFT/ 6-42-0003 Rev. 3
1.17,1
eg w INDIA LIMITED
QUI taffl- FORCED DRAFT FANS
IA Govl of Intha Undertakm9)
Page 1 of 23

rsv-s (91 1.

STANDARD SPECIFICATION FOR


INDUCED DRAFT/FORCED DRAFT
FANS

3 28.11.13 Revised & Issued as Standard Specification MG "' NK DB SC

2 13.05.08 Reaffirmed & Issued as Standard Specification JSD NK VKM VC

1 01.09.03 Revised & Issued as Standard Specification NK KDS RK SKG

0 17.03.98 Issued as Standard Specification PS KDS SKG AS


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

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

Page 172 of 244


STANDARD SPECIFICATION STANDARD SPECIFICATION No.
ENGINEERS
INDIA LIMITED FOR INDUCED DRAFT/ 6-42-0003 Rev. 3

.12'n In Go. of Ind. Underlakingf FORCED DRAFT FANS Page 2 of 23

Abbreviations:
AMCA Air Movement & Control Association
API American Petroleum Institute
ASME American Society of Mechanical Engineers
ASTM American Society for Testing and Materials
BIS Bureau of Indian Standards
BS British Standards
DCI Document Control Index
DCS Distributed Control System
EQC Equipment Qualification Criteria
FD Forced Draft
ID Induced Draft
ISA Instruments Society of America
ISO International Organization for Standardization
LCP Local Control Panel
LGB Local Gauge Board
MCR Maximum Continuous Rating
NACE National Association of Corrosion Engineers
P&ID Piping and Instrumentation Diagram
PTC Power Test Codes
PTR Proven Track Record
VDOCS Vendor Data Requirements
VFD Variable Frequency Drive
EDMS Electronic Document Management System

Rotating Equipment Standards Committee


Convenor: Mr Dinesh Bhatia

Members: Mr Nalin Kumar


Mr Tarun Kumar
Mr Anukul Mandal
Mr Rakesh Misra
Mr JS Duggal
Mr KVK Naidu (Projects)

Copyright EIL — All rights reserved


Format No. 8-00-0001-F1 Rev. 0
Page 173 of 244
STANDARD SPECIFICATION STANDARD SPECIFICATION No.
ENGINEERS
fs~rr farZ5 INDIA LIMITED FOR INDUCED DRAFT/ 6-42-0003 Rev. 3
1~1 F22,12,
1,1,1,1.«) IA Govt of Intlla UndertaMing)
FORCED DRAFT FANS Page 3 of 23

Contents

Page No.
General 4
1.1 Scope 4
1.2 Alternative designs 5
1.3 Conflicting requirements 5
1.4 Referenced publications 5
1.5 Equipment qualification criteria .5

Amendments to ANNEX E of API standard 560


E. 1 Definition of terms 7
E.2 General 7
E.2.2 Fan housing 9
E. 2.3 Fan housing connection 9
E.2.5 Rotating elements 9
E.2.6 Shaft sealing of fans 10
E.2.7 Critical speeds/resonance 10
E.2.8 Vibration and balancing 10
E.2.9 Bearings and bearing housings 10
E.2.1 0 Lubrication 10
E.2.11 Materials 10
E.3.2 Accessories 11
E.3.2 Drivers I1
E.3.3 Couplings and guards 11
E.3.4 Controls and instrumentation 12
E.3.4.3 Dampers or variable inlet vanes 12
E.3.5 Piping and appurtenances 12
E.3.6 Coatings, insulation and jacketting 12
E.4 Inspection and testing 13
E.4.3 Preparation for shipment 14
E.5 Vendor data 14

Appendix A - Fluid coupling 21

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

Page 174 of 244


STANDARD SPECIFICATION STANDARD SPECIFICATION No.
ENGINEERS
INDIA LIMITED FOR INDUCED DRAFT/ 6-42-0003 Rev. 3
2,2,7 151,05717 fF Govt of india Undertaking) FORCED DRAFT FANS Page 4 of 23

General

1.1 Scope

This specification together with the attendant data sheets and other specifications /
attachments to the inquiry document defines the minimum requirements for the design,
manufacture, inspection, testing and supply of Induced Draft (ID) and Forced Draft (FD)
Fans and their auxiliaries, for use in refinery based furnace/heater installations and other
process applications.

1.1.2 Vendor shall make all possible efforts to comply strictly to the requirements of this
specification and other specifications/attachments to inquiry/order.
1n case deviations are considered essential by the vendor (after exhausting all possible
efforts) these shall be separately listed in the vendor's proposal under separate section
titled as "List of deviations/exceptions to the inquiry document". Deviation shall be listed
separately for each document with cross-reference to Page No./Section/Clause No./Para
etc. of the respective document supported with proper reasons for the deviation for
purchaser's consideration. Any deviation not listed under the above section, even if
reflected in any other portion of the proposal shall not be considered applicable.
No deviation or exception shall be pennitted without the written approval of the purchaser.

1.1.3 Compliance with this specification shall not relieve the vendor of the responsibility of
furnishing equipment and accessories/auxiliaries of proper design, materials and
workmanship to meet the specified start up and operating conditions.
In case the vendor considers requirement of additional instrumentation, controls, safety
devices and any other accessories/auxiliaries essential for safe and satisfactory operation
of the equipment, he shall recommend the same along with reasons in a separate section
along with his proposal and include the same in his scope of supply.

1.1.4 Except as modified herein, the ID/FD Fans and their auxiliaries shall be designed,
manufactured, tested and supplied strictly in accordance with the Annex E of API
Standard 560, Fourth Edition, Aug 2007 "Fired Heaters for General Refinery
Service."

1.1.5 Except for new paragraphs, the number and title of the paragraphs in the following
Modifications to Annex E of API Standard 560correspond to the respective clauses and
sub-clauses of the above standard. Clauses not addressed in this specification shall be
strictly in accordance to Annex E of API Standard 560, Fourth Edition, Aug 2007
requirements.

The word in parenthesis following the number or title of a clause indicates the following:
(Addition) • An addition to a clause or sub-clause referred to.
(Modification) • An amplification or rewording has been made to a part of the
corresponding clause / sub-clause but not a substitution replacing
the entire clause/ sub-clause.
(substitution) • A substitution has been made for the corresponding clause / sub-
clause.
(New) • A new clause / sub-clause having no corresponding clause / sub-
clause in the Standard.
(Delete) This clause / sub-clause is deleted.

1.2 Alternative designs


The vendor shall not offer any alternative designs for proposal requirements.

Copyright EIL —All rights reserved


Format No. 8-00-0001-F1 Rev. 0
Page 175 of 244
-

STANDARD SPECIFICATION STANDARD SPECIFICATION No.


ENGINEER.S
5gi LIC INDIA LIMITED FOR INDUCED DRAFT/ 6-42-0003 Rev. 3

•ww-r, t-f,aadadvd,a) IA Govt of India Undertaking)
FORCED DRAFT FANS Page 5 of 23

1.3 Conflicting requirements


In case of conflict between this specification and the attendant data sheets, job
specifications (if any) and other attached specifications the following order of precedence
shall govern:
1. Equipment Data Sheets.
2. Job Specifications (if any)
3. P&ID's (if any)
4. This specification
5. Other specifications
6. Other referred codes and standards

1.4 Referenced publications


Unless otherwise specified, the editions of the following standards, codes and
specifications that are in effect at the time of issue of this specification shall, to the extent
specified herein form a part of this specification.

AMCA Air Movement and Control Association


Std. 210 - Laboratory Methods of Testing Fans for Rating Purposes
Std. 801 - Industrial Process / Power Generation Fans — Specification
Guidelines
Std. 802 - Industrial Process / Power Generation Fans — Establishing
Performance using Laboratory Models
Std. 803 Industrial Process / Power Generation Fans — Site Performance Test
Standard

API American Petroleum Institute


Std. 677 - General Purpose Gear Units for Petroleum, Chemical, and Gas
Industry Services

ASME The American Society of Mechanical Engineering


PTC-11 Large Industrial fans.

BSI British Standards Institution


BS:848 Fans for general purpose
Part-1 Methods for testing performance

BIS Bureau of Indian Standards


IS:4894 Specification for Centrifugal Fans

ISO International Organisation for Standardisation


ISO:1940 - Balancing qualities of Rotating rigid bodies.

NACE National Association of Corrosion Engineers


Std. MR0103 Materials Resistant to Sulfide Stress Cracking in Corrosive Petroleum
Refining Environments

1.5 EQUIPMENT QUALIFICATION CRITERIA

1.5.1 Unless otherwise specified elsewhere, the Equipment Qualification Criteria (EQC)
specified vide para 1.5.2 to 1.5.3 of this specification shall be applied for acceptance of the
offered Fan model and its manufacturer.

1.5.2 (a) The vendor shall be an established ID/FD Fan manufacturer having adequate design,
engineering, manufacturing and testing facilities for fans and shall be the single point
responsibility vendor for the complete fan package.

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

Page 176 of 244


STANDARD SPECIFICATION STANDARD SPECIFICATION No.

31 ENGINEERS
122es INDIA LIMITED FOR INDUCED DRAFT/ 6-42-0003 Rev. 3
,F,21,17 R.31 ,N,I,
T1 IA Go, of India Unde,taking)
FORCED DRAFT FANS Page 6 of 23

(b) The vendor shall have designed, engineered, packaged, tested and supplied, in the last
TEN (10) years, from the proposed manufacturing plant, at least ONE (1) ID/FD fan
package which is from the same model series with similar type of drive arrangement* &
type of driver having similar driver power. As a minimum, this package shall have
completed ONE Year of satisfactory operation at site, as on the bid due date.
(*.. dual drive, variable Irequeney drive, variable speed through fluid coupling etc.)

1.5.3 The ID/FD Fan model offered shall be from the existing regular manufacturing range of
the vendor. The offered ID/FD Fan model shall meet the following minimum service and
manufacturing experience requirements:
ID/FD Fan proposed shall be identical in terms of model and similar in terms of power
rating, flow rates, differential pressure, operating pressure & temperature, gas handled,
speed range, type of drive, impeller diameter, type of impeller blades, mechanical design,
materials, etc. as compared to at least ONE UNIT designed, manufactured, tested and
supplied from the proposed manufacturing plant in the last TEN years and as a minimum
this unit shall have completed ONE year of satisfactory operation at site, as on bid due
date.

More than one past supply reference can be cited to meet the qualification requirement.

1.5.4 In case, the vendor is a licensee and does not meet on his own the above criteria as per
1.5.3, he can substitute the references of his Collaborator (licensor) provided the following
conditions are met.

1.5.4.1 The vendor shall be regular & established manufacturer of ID/FD fans and shall have
supplied smaller & larger sizes of ID/FD fans from the proposed manufacturing plant and
proves to the satisfaction of the purchaser that he does possess the manufacturing & testing
facilities for the offered ID/FD fan(s).

1.5.4.2 His Collaborator (licensor) meets the criteria as per 1.5.3.

1.5.4.3 His license agreement is valid and continues to remain valid till, at-least TWO years after
the delivery of the ID/FD fans.

1.5.4.4 His Collaborator (licensor) furnishes a written back up guarantee regarding design,
mechanical integrity and performance of the equipment equivalent to as if the equipment
were manufactured & supplied by the Collaborator (licensor).

1.5.5 Proven Track Record

Vendor shall complete the Experience Record Proforma's enclosed with the inquiry
document to amply prove that the offered ID/FD Fans meet the EQC for technical
acceptance. Vendor may furnish additional information to justify that the EQC is being
met. In addition, manufacturer's catalogue and general reference list for ID/FD Fans shall
also be furnished along with the proposal.

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


Page 177 of 244
STANDARD SPECIFICATION STANDARD SPECIFICATION No.
ENGINEERS
INDIA LIMITED FOR INDUCED DRAFT/ 6-42-0003 Rev. 3
tatt-
,v-tv,
nrem.ittrsiml IA Govt of Indta Undettakingt FORCED DRAFT FANS Page 7 of 23

Amendments to Annex E of API standard 560

E.1 Definition of terms

E.1.4 (New)
Unless otherwise specified, fan vendor shall certify & guarantee the performance of the
fan at the rated point.

E.1.3 (Modification)
Note-1 of this clause stands deleted.

E.1.15 (New)
Witness Inspection and testing means that a hold shall be applied to the production
schedule and the test carried out with the purchaser/purchaser's representative in
attendance.

E.1.16 (New)
Observed Inspection and testing means that the purchaser requires notification of the test
timing. However, the test is performed as scheduled, and if the purchaser/purchaser's
representative is not present the vendor can conduct the test without waiting for the
purchaser/purchaser's representative.

E.2.1 General

E.2.1.1 (Addition)
The vendor shall develop arrangement of the fan & driver equipment including ducting
and auxiliaries in accordance with the purchaser's requirement particularly with regard to
the orientation of inlet & outlet connections of the fan. The arrangement shall provide
adequate clearance areas and safe access for operation, maintenance, and removal. The
vendor shall also indicate recommended location of operating/maintenance platforms,
around the fan-driver unit, if required.

E.2.1.4 (Substitution)
Motors & instruments shall be as per the electrical & instrumentation specifications
enclosed with inquiry / order.

E.2.1.5 (Modification)
The last sentence of the paragraph shall be modified to read as under:
If recommended by the vendor, the requirement of field dowelling (if required after final
alignment) shall be indicated on the General Arrangement Drawing.

E.2.1.7 (Modification)
The words "unless otherwise specified" stands deleted.

Fan design considerations

E.2.1.9 (Substitution)
The rated speed of the Forced Draft/Induced Draft fan shall not exceed 1000 rpm unless
otherwise approved by purchaser.

For fan selection, it should also be considered that


- Reduced speed is desirable for erosive service and for units subject to fouling deposit
on the rotor;

E.2.1 .1 0 (Substitution)
Unless otherwise specified in the data sheets, ID Fans arrangement and bearing support
shall be as per AMCA 801:2001, Arrangement 3, i.e. Double Inlet Double Width(DIDW)
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 178 of 244


STANDARD SPECIFICATION STANDARD SPECIFICATION No.
k_11 ENGINEERS
ig-ar faw5
$ INDIA LIMITED FOR INDUCED DRAFT/ 6-42-0003 Rev. 3
■+172,2t,742 ,7511,7 IA Gnvt of India Undertaktng)
FORCED DRAFT FANS Page 8 of 23

with fan impeller located between bearings.

Unless otherwise specified in the data sheets, FD Fans arrangement and bearing support
shall be as per AMCA 801:2001, Arrangement 7 design i.e. Single Inlet Single Width
(SISW) with fan impeller located between bearings.

For the above required arrangements, the indicated alternate arrangement as per AMCA
801:2001 i.e. separate sole plate mounted motor and bearings can only be accepted after
specific purchaser's approval.

The bearings shall be mounted independently of the fan housing on rigid pedestals and
sole plates, and the bearings shall be protected from air or gas streams.

E.2.1 .1 0(b) (Modification)


The words '1800 rpm' shall be replaced with the words '1000 rpm'.

E.2.1.11 (Modification)
The word Turchaser' shall be replaced with the words 'Fan vendor' in the second
sentence of the paragraph.

E.2.1 .12 (Substitution)


The head-capacity characteristic of the Fan shall rise continuously from the maximum
capacity to surge. The Fan shall, without the use of a bypass, be suitable for stable
operation at all capacities higher than the surge capacity shown in the proposal. Unless
other wise specified, fans shall have a continuously rising pressure characteristic (pressure
versus flow rate plot) from the rated capacity to 60% or less of rated flow. Performance
curves, corrected for the specified gas at the specified conditions, shall be based on
performance tests in accordance with AMCA 210, including, where applicable, evase and
inlet box(es). Application that include a variable-frequency drive (VFD) and/or a non-
parabolic system resistance curve shall be reviewed in details to ensure stable operation of
the fan over the intended operating range.

E.2.1 .1 5(b) (Modification)


The height of inlet stack for the FD fan shall be as a minimum 6 meter above grade. In
case a flow element (i.e. annubar, venturi etc.) is required, the inlet stack height shall be
increased to accommodate the straight length required upstream & downstream of the
proposed flow element to maintain the flow accuracies.

E.2.1.1 5(c) (Substitution)


The FD fan-inlet equipment shall include intake cap or rain-hood, trash-screen(s), inlet
filters (when specified), inlet stack / duct along with supports, inlet damper or guide vanes,
inlet boxes, silencer, flexible connection(s) etc. as required.

The vendor shall also provide necessary brackets welded to the inlet stack, for mounting a
platform(s) & access ladder(s) (both by purchaser) around the stack for maintenance of
flow element.

The 1D fan-inlet equipment shall include inlet duct along with supports (when specified),
inlet damper or guide vanes, inlet boxes, flexible connection(s), companion tlange(s) etc.
as required.

All components that are shipped separately shall be flanged for assembly. The inlet
equipment assembly shall be designed for the load(s) (i.e. wind, seismic, shear, over-
turning moments etc.) indicated in the inquiry.

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

Page 179 of 244


STANDARD SPECIFICATION STANDARD SPECIFICATION No.
ENGINEERS
5g-21
- [22- FOR INDUCED DRAFT/
II eg451 Jt0T-.1)
INDIA LIMITED
IA Govt of Incha Undellakingt FORCED DRAFT FANS
6-42-0003 Rev. 3
Page 9 of 23

E.2.1.16 (New)
The fan outlet equipment shall include flexible connection(s), companion flange(s), outlet
damper etc., as required. The type of outlet damper (i.e. slide gate type, multi-louver type,
slide plate type etc.) shall be as specified in the inquiry.

E.2.1 .17 (New)


When the gas handled contains matter that lends itself to accumulation on the internal
parts of Fan or may cause wear, a provision shall be made for injecting one or more
atomised sprays into the fan to prevent such effects. Unless otherwise specified, the
cleaning system shall be designed for cleaning in stand-still condition. The medium for
cleaning for FD fans shall be Water and for ID fans it shall be LP Steam. Elements of
blade cleaning system inside the fan housing shall be made of corrosion resistant material
and shall be adequately supported to resist damage due to vibration. The vendor shall
include in his proposal the complete details of such arrangements, when offered.

E.2.1 .18 (New)


Unless otherwise specified, the maximum permissible sound pressure Level of the train
shall not exceed 88 dBA measured at 1 meter from equipment surface for the
recommended range of operation.

E.2.2 Fan housing

E.2.2.1 (Addition)
Unless otherwise specified, Corrosion Allowance (CA) shall be as under:
(a) FD Fan: 3 mm
(b) ID Fan: 3 mm

E.2.2.2 (Addition)
If the fan housing/inlet box(es) size and construction does not permit such a size of access
door, the casing shall be equipped with removable panels to allow for inspection and
cleaning of impeller and casing internale.

E.2.3 Fan housing connection

E.2.3.1 (Substitution)
Inlet and outlet nozzles shall terminate in duct-type flanges suitable for interconnection
with the purchaser's system. The nozzle orientation shall be in accordance with the
information on the data sheets / arrangement drawings. Facings of all connections shall be
adequate to prevent leakage with proper gaskets and bolting.

E.2.3.2 (Substitution)
Accessible drain connection of minimum 50 mm (2 inch) size with block valve and blind
flange shall be provided at the lowest point of the casing and inlet box(es).

E.2.5 Rotating elements

E.2.5.1 (a) (Modification)


Hollow airfoil construction shall be used only for FD fans.

E.2.5.1 (b) (Delete)

E.2.5.1 (c) (Modification)


Single thickness having a non-airfoil shape, shall be us used only for ID Fans.

E.2.5.2 (Modification)
The words `Blade design shall be specified by the Purchaser' stand deleted.

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


Page 180 of 244
STANDARD SPECIFICATION STANDARD SPECIFICATION No.
(51-1 ENGINEERS
$'2-al2W5 INDIA LIMITED FOR INDUCED DRAFT/ 6-42-0003 Rev. 3
2f1C+12 iA Goof of inclA Unclerta■ong,
FORCED DRAFT FANS Page 10 of 23

E.2.5.5 (Modification)
Un-keyed fits are not acceptable however flanged mounted impellers can be offered. Cast
iron or Ductile iron hubs are not acceptable.

E.2.5.8 (Modification)
The words `If specified by the purchaser. stand deleted.

E.2.5.9 (New)
Fan manufacturer shall examine the need of providing a barring over mechanism. Where
required, the same shall be included in vendor's scope of supply.

E.2.6 Shaft sealing of fans

E.2.6.3 (New)
Unless otherwise specified, shaft seals shall be of asbestos free gland packing or labyrinth
type.

E.2.6.4 (New)
Shaft sleeve shall be of SS 316 in case of ID Fans.

E.2.7 Critical speeds/resonance

E.2.7.4 (Modification)
The words "If specified" stand deleted from the first line.

E.2.7.7 (New)
In case of fan trains incorporating gearbox and/or dual drive, vendor shall perform and
fumish torsional vibration analysis for the complete train. No torsional natural frequency
shall be within ±10 percent of any of the operating speed, including trip speed.

E.2.8 Vibration and balancing

E.2.8.3 (Modification)
The words specified by Purchaser" stand deleted.

E.2.9 Bearings and Bearing housings

E.2.9.6 (Addition)
Unless otherwise specified, bearing housings for ID fans shall be provided with water
cooling as a standard feature.

E.2.9.8 (New)
Bearing housings shall be provided with labyrinth type shaft seals to prevent oil leakage or
contamination.

E.2.10 Lubrication

E.2.1 0.5 (New)


The bearing housing shall be equipped with a reservoir of ample capacity, fitted with a
sight glass and a constant oil level device.

E.2.11 Materials

E.2.1 1.1.2 (Substitution)


The materials employed shall be selected with due regard to the gas handled, operating
and design conditions and the site conditions. Materials exposed to 1-12S service shall
comply with NACE MR 0175/NACE MR 0103 (as applicable).
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 181 of 244


STANDARD SPECIFICATION STANDARD SPECIFICATION No.
ENGINEERS
$
4g23 f12— g INDIA LIMITED FOR INDUCED DRAFT/ 6-42-0003 Rev. 3
IA Govt of Undenalortg)
FORCED DRAFT FANS Page 11 of 23

E.2.11.1.6 (New)
Damper or variable guide vane operating mechanisms, linkages, and other external parts
subject to rotary or sliding motions shall be corrosion resistant materials suitable for the
site environment. Internal operating parts subject to rotary or sliding motions shall be
stainless steel or other equally corrosion resistant material. Minor parts associated with
such mechanisms (bolts, nuts, springs, washers, gaskets and keys) shall have equal
corrosion resistance.

E.3.2 Accessories

E.3.2 Drivers

E.3.2.3 (Substitution)
For FD fans, the motor rating shall also be adequate for operation of FD fans at the
specified minimum ambient conditions at the rated speed in un-throttled conditions or the
start-up conditions specified on data sheets.

E.3.2.4 (Substitution)
For ID fans, the motor rating shall also be adequate for operation of ID fans at the
specified minimum flue gas temperature at the rated speed in un-throttled conditions or the
start-up conditions specified on data sheets.

E.3.2.7 (Substitution)
Electric motor drivers shall have a maximum continuous rating (MCR) (i.e. service factor
equal to 1) not lower than the following:

Fan Rated Power in KW Motor MCR (% of Fan Rated BKW)


(Including gear & coupling losses)
< 18.5 125%
> 18.5 to<55 115%
> 55 110%

Steam turbine driver rating shall be at-least 110% of the rated power required (including
gear & coupling losses) for any of the specified operating conditions.
As a minimum, steam turbine rating shall be equal to the selected motor rating.

E.3.2.10 (Delete)

E.3.2.1 1 Gear Box (New)


Speed Increasers and Reducers shall be in accordance with API Std. 677 (up to 1500 kW).
Beyond 1500 kW, Gear box shall be as per API 613.

E.3.2.12 Belt Drives (New)


Belt drives shall not be used for ID Fans & FD Fans.

E.3.2.13 Variable Frequency Drives (New)


Variable frequency drives (VFD) system shall be as per electrical specifications enclosed
with the inquiry/order.

E.3.2.14 Hydraulic/Fluid Coupling (New)


Refer Annexure A for complete details.

E.3.2.15 Tools (New)


When tools and fixtures not commercially available are required to disassemble, assemble,
or maintain the units, they shall be included in vendor's scope of supply and furnished as
part of the initial supply of the fans.

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

Page 182 of 244


STANDARD SPECIFICATION STANDARD SPECIFICATION No.
01 ENGINEERS
laW5 INDIA LIMITED FOR INDUCED DRAFT/ 6-42-0003 Rev. 3
.11, c`■ ■rT,P7,1,
71.1 in Govi of indo Underlaking)
FORCED DRAFT FANS Page 12 of 23

E.3.3 Couplings and guards

E.3.3.1 (Addition)
Vendor shall provide alI metallic, dry, flexible type couplings with spacer. The coupling
shall have a minimum service factor of 1.5 over driver rating.

E.3.3.4 (New)
Couplings and shaft ends shall be straight bored and not tapered fit up to a driver rating of
1500 KW. Above 1500 KW, Coupling & shaft ends can be tapered fit in accordance with
API Std. 671.

E.3.3.5 (New)
All exposed rotating parts shall be enclosed in removable, weather proof, metallic guards
of robust construction. The guards shall be made from non-sparking materials. Coupling
guard shall be supported from the baseplate. The Coupling Guard shall be sufficiently
rigid to withstand deflections as a result of bodily contact of nominally 100 kg.

E.3.4 Controls and instrumentation

E.3.4.1.3 General (New)


Instrumentation and their installation shall conform to the purchaser's instrumentation
specification referred in the inquiry document.

E.3.4.2.1 (Addition)
The fan flow shall be controlled through variable IGV's, Inlet Dampers, speed variation
through variable speed fluid coupling or variable speed driver as specified. In case
variable speed coupling is specified as a means to vary operating speed of the fan, the
vendor shall provide a fluid coupling and associated instrumentation and controls, which
shall conform to the requirements as specified in the Appendix-A of this specification and
shall be included in fan vendor's scope of supply.

E.3.4.3 Dampers

E.3.4.3.1 (Modification)
Unless otherwise specified in damper specification enclosed with inquiry document. The
damper shall have opposed blade construction in case of control dampers.

E.3.4.3.2 (Modification)
The words specified" stand deleted.

E.3.4.3.6 (New)
Outlet dampers and Flow control dampers, when provided, shall be capable of manual
operation with a force not exceeding 10 kgf. When specified on the data sheets, dampers
shall be equipped with actuators for remote operation. Damper panels shall be free from
flutter and shall be mounted in a manner that they can under no circumstances enter the
body of fan in the event of breakage.

E.3.4.3.7 (New)
If the ID fan is equipped with an inlet box damper, it shall be ensured by the fan vendor
that the inlet duct does not foul with each other and with either of the inlet box dampers &
their actuators. The inlet box dampers shall be easily approachable by ensuring that their
actuators are on the outer side of Y type transition piece.

E.3.5 Piping and appurtenances (New)

E.3.5.3 (New)
The supporting structure for the suction stack and rain-hood of the FD Fan shall be
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved
Page 183 of 244
STANDARD SPECIFICATION STANDARD SPECIFICATION No.
ENGINEEFZ.S
faaes
ii127f 0104, nSnQ0)
INDIA LIMITED
IA Govt ot InOia Undertaking)
FOR INDUCED DRAFT/
FORCED DRAFT FANS
6-42-0003 Rev. 3
Page 13 of 23

engineered by the fan vendor and supplied by purchaser / heater contractor (as applicable).

E.3.5.4 Base Plate (New)

E.3.5.4.1 Vendor shall furnish a common baseplate for the motor, gear reducers, variable speed fluid
coupling if any and the inboard bearing pedestals. Outboard Bearings shall be supported
on rigid independent pedestal and soleplate, outside the fan housing. Also the fan and
supporting structure for ducts shall be foundation mounted so as to be unaffected by
vibration or by other forces from the fan.

E.3.5.4.2 Baseplates shall be of fabricated construction and provided with grouting holes. Anchor
bolts shall be furnished along with the baseplate and outboard bearing pedestal. Baseplates
shall be provided with levelling pads, levelling and alignment screws and lifting lugs.

E.3.5.5 Blanking Plates (New)


In case, blanking plates at discharge of FD fans are required to be provided by the fan
vendor, then fan vendor to note that installation/removability of the same shall be carried
without disturbing the fan components. In addition the storage location on the fan body for
blanking plates shall be shown in the FD fan general arrangement drawing.

E.3.5.6 Vibration Isolators (New)


In case the ID/FD fans are mounted on furnace top as in case of cracker furnaces, vibration
isolators along with any positive holding arrangement like bolts shall be provided for the
mounting of the same.

E.3.6 Coatings, insulation and jacketting

E.3.6.2.1 (Modification)
Substitute "70°C" in place of "83°C".

(Addition)
The clips or studs shall be placed on 300 mm centers and drilled for holding wires for
installation of insulation having a thickness of minimum 50 mm.

E3.6.2.2 (Modification)
Substitute "70°C" in place of "83°C" and "Maximum ambient temperature" in place of
"27 °C".

E.4 Inspection & testing

E.4.1.6 Mechanical Inspection

(a) (Modification)
The words "If specified by the purchaser" stand deleted.

(c) (Modification)
The words "If specified by the purchaser" stands deleted in case the process gas contains
H2S.

E.4.2.1 (Modification)
Delete the words "Many fan such a requirement" from the paragraph.

(Modification)
The words 'five working days' shall be replaced by `thirty days (4 weeks)'.

E.4.2.2 (a) (Modification)


The words `two hours' shall be replaced with `four hours'.
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 184 of 244


STANDARD SPECIFICATION STANDARD SPECIFICATION No.
ENGINEERS
52Z1102e5 INDIA LIMITED FOR INDUCED DRAFT/ 6-42-0003 Rev. 3
IA Govt of indfa Undeftalong,
FORCED DRAFT FANS Page 14 of 23

(d) (Addition)
Refer E.2.8.3 for allowable vibration limits. The rise in bearing oil temperature with
continuous running of the fan shall be within the allowable limits, but shall not exceed
39°C above ambient.

E.4.2.4 Performance Test (New)

E.4.2.4.1 The vendor shall carry out performance test in his shop either as per AMCA Standard 210
or ASME PTC-11 or BS:848:Part-1 or IS:4894.

E.4.2.4.2 The measured performance of the fan shall fall within permissible tolerances of the quoted
performance for guaranteed case. Permissible tolerances are:
i) Capacity: No negative tolerance
ii) Static Differential Pressure: No negative tolerance
iii) Power absorbed: +0%

E.4.2.5 General (New)

E.4.2.5.1 The purchaser's inspector shall have access to the manufacturer's shop at all times during
which work on the equipment is in progress. The vendor shall have the responsibility of
providing the purchaser's inspector with all requisite facilities/equipment for carrying out
satisfactory inspection.

E.4.2.5.2 The purchaser shall receive a written notice at least 30 days before the date of the
equipment becoming ready for inspection and testing.

E.4.2.5.3 Witness Testing by purchaser's/purchaser's representative's participation in the testing


shall be as specified on the data sheet.

E.4.2.5.4 The purchaser/purchaser's representative shall have access to the vendor's Quality Control
Program for review.

E.4.2.5.5 Vendor shall furnish the following data for examination by the purchaser/purchaser's
representative during Shop Inspection and Testing.
i) All necessary material test certificates.
ii) Running Test Data to verify that the requirements of the specification are being met.
iii) Quality Assurance Records.

E.4.2.5.6 All coating/painting of surfaces shall be deferred until the specified inspection of that part
is completed.

E.4.2.5.7 All dimensions shall fall within the tolerances shown on the approved drawings. In the
absence of approved tolerances, the manufacturer's standard shall apply.

E.4.2.5.8 Acceptance of shop test does not constitute a waiver of requirements to supply equipment
as per order and to meet field performance ander specified operating conditions nor does
purchaser's shop inspection relieve the vendor from his responsibilities.

E.4.2.5.9 Steam turbine driven fans can be tested using the manufacturer's shop driver. Relevant
data of the shop driver, including efficiency and power factor for various loads, shall be
made available.

E.4.3 Preparation for shipment

E.4.3.1 (Modification)
Unless otherwise specified, the equipment shall be protected for a storage period of 12
months at site. If any extra precaution is to be taken by the Purchaser for storage beyond
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved
Page 185 of 244
STANDARD SPECIFICATION STANDARD SPECIFICATION No.
ENGINEEFZS
$'fgu fai&li
dg INDIA LIMITED FOR INDUCED DRAFT/ 6-42-0003 Rev. 3
2:2,r17 ,Yst,3,
7-415,71 IA Gool m maga Undertaking)
FORCED DRAFT FANS Page 15 of 23

12 months the same shall be explicitly indicated in the operation and maintenance
manuals.

E.4.3.3 (New)
The vendor shall, upon completion of inspection and tests, apply at least one coat of a
primer on all un-machined surfaces. Exposed machined surfaces and the interior of the fan
shall be sprayed with a suitable rust inhibitor.

E.4.3.4 (New)
All untapped openings shall be provided with 4 mm thick metal closures with full rubber
gaskets and bolted with not less than 4 bolts. Tapped openings, not otherwise closed, shall
be plugged.

E.4.3.5 (New)
The equipment shall be suitably packed, fastened to avoid damage during transit and
crated for shipment. Lifting, unpacking and handling instructions shall be securely
attached to the exterior of the largest packing in a well marked weather proof container.
The upright position, lifting points, gross weight and dimensions shall be clearly marked
on each package. Each package shall properly identify the equipment contained therein.

E.5 Vendor's data


(Substitution)
The entire clause is substituted by the following text.

E.5.1 Proposals
The vendor's proposals shall as a minimum include the following:
a) All data sheets, drawings and documents listed under "PRINTS WITH QUOTE" in
the enclosed Vendor Data Requirement Form.
b) List of recommended commissioning spares included in the offer.
c) List of mandatory spares (where specified by the purchaser) included in the offer.
d) List of Vendor's Standard Spare Parts For Two Years Normal Operation
This list shall be made separately for each items including auxiliaries and drivers in
the form of a table & shall show :
i) Part name, description and number.
ii) Quantity installed in one unit.
iii) Quantity recommended per unit for 2 years normal operation.
iv) Quantity recommended for number of units of an item as specified in the
inquiry.
v) Quantity recommended as insurance for the number of units of an item
specified in the inquiry.
e) An itemised list of special tools included in the offer.
f) Any start-up, shutdown or operating restrictions required to protect the integrity of the
equipment.
g) Any limitations of vendor's test-facility to carryout the specified tests.
h) A specific compliance statement that the scope of supply, the offered
equipment/systems and all its components are in strict accordance with the data
sheets, job specifications, this specifications and all other attachments, except for
specific deviations as listed in the proposal.

E.5.2 Contract Data

E.5.2.1 General

E.5.2.1.1 Drawings and data as required after purchase order has been specified in Vendor Data
Requirement. Vendor to note that the drawing/document descriptions/titles as given in
the Vendor Data Requirement are generic in nature. It is possible that against one
drawing/document specified there are several drawings to be furnished by the vendor or
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 186 of 244


STANDARD SPECIFICATION STANDARD SPECIFICATION No.
k31 ENGINEERS
I225 INDIA LIMITED FOR INDUCED DRAFT/ 6-42-0003 Rev. 3
,,, a.l ,RRT1-,11 IA Govt ot india Undertak.ngt
FORCED DRAFT FANS Page 16 of 23

vice versa. Vendor shall complete & forward a document "Vendor Data Index &
Schedule", Document Control Index (DCI) to the purchaser (Destination & contact
person as per order). This document shall list out in consolidated form all drawings and
documents required by purchaser (As specified in Data Sheets, Specifications and Vendor
Data Requirement forms enclosed with the order). Against each drawing/document
vendor shall indicate the vendor's drawing numbers, titles, Rev. No., category (whether
for information or approval) and schedule of submission.

This shall be the first document to be submitted by vendor within two weeks of order.
No drawing shall be taken up for review till DCI for the inquiry/order is finalized by
vendor.

E.5.2.1.2 A11 transmittal letters (covers), drawings and data shall have a title block (in addition to
vendor's standard title block) which shall as a minimum contain the following contract
information:
i) Purchaser's and Consultant's Corporate Name
ii) Project Name.
iii) Equipment Name and Item No.
iv) Purchase Order No.
v) Purchase Requisition No.
Title Block on drawings shall be placed on the lower right hand corner.

E.5.2.1.3 A1l vendor data/drawings/documents shall be in English Language and in Metric


Systems.

E.5.2.1.4 Data specified in the VDR is the minimum requirements of Purchaser. Any additional
document/data required or requested by Purchaser for engineering or construction shall
also be made available by the vendor.

E.5.2.1.5 Whether or not specified the vendor shall furnish the following, before shipment:
- As built running clearances and when applicable; thrust bearing, radial bearing and
seal running clearances.
- A supplementary list of spare parts other than those included in his original
proposal. The supplementary list shall include recommended spare parts, cross-
sectional or assembly type drawings, parts numbers, materials, prices and delivery
period. The vendor shall forward this supplementary list to the purchaser promptly
after receipt of the reviewed drawings and in time to permit order and delivery of
parts before field start-up.
- A parts list for all equipment supplied. The list shall include pattem, stock, or
production drawing numbers and materials of construction. The list shall
completely identify each part so that the purchaser may determine the
interchangability of the parts with other equipment furnished by the same
manufacturer. Standard purchased items shall be identified by the original
manufacturer's name and part number.
- At least 8 weeks before shipment, the vendor shall submit his preservation,
packaging and shipping procedures to the purchaser's for his review.

E.5.2.3 Co-ordination Meeting


When specified, a co-ordination meeting shall be field at Purchaser's office, preferably
within 4 weeks of order. An agenda shall be prepared for this meeting and would include
the following points related to technical aspects.

a. Any clarifications required by the vendor on purchaser's order.


b. Vendor Data Index & Schedule.
c. Vendor Data Review/approval modalities.
d. Sub-vendor lists proposed by vendor.
e. Utility requirements.
Copyright EIL — All rights reserved
Format No. 8-00-0001-F1 Rev. 0
Page 187 of 244
STANDARD SPECIFICATION STANDARD SPECIFICATION No.
5-12.1t4
1 ENGINEERS
g-a,v+r,r■r Ofard-g INDIA LIMITED FOR INDUCED DRAFT/ 6-42-0003 Rev. 3
IA Govt ol India Underfalong) FORCED DRAFT FANS Page 17 of 23

f. Preliminary General Arrangement & layout drawings & purchaser's interface


drawings.

E.5.2.4 Drawings

E.5.2.4.1 The number of prints and/or reproducible required and the times within which these are to
be submitted by vendor are specified in Purchaser's inquiry/order.
Drawing review shall be through EDMSNDOCS in soft, as per the details provided
elsewhere in inquiry document.

E.5.2.4.2 The purchaser's review of the vendor's drawings shall not constitute permission to deviate
from any requirements in the purchase order/specifications unless specifically agreed
upon in writing. After the drawings have been reviewed, the vendor shall furnish
certified copies in the quantity specified. All drawings shall preferably be in A4 or A3
size. All drawings must be clearly legible and shall be folded to 216 mm x 279 mm size.

E.5.2.4.3 General Arrangement Drawing


A general arrangement drawing shall contain as a minimum the following information:
i) Outline dimensions (minimum three views) (All principal dimensions).
ii) Allowable forces and moments on suction and discharge nozzles.
iii) Location (in all three planes), size, type, rating and identification of all
purchaser's interface connections including those of vents, drains lubricating oil,
sealing fluid, cooling water, steam & Electrical/Instrumentation.
iv) Direction of rotation viewing from the driving end.
v) Weight of each assembly/component.
vi) Weight & location of centre of gravity of the heaviest assembly/components
that must be handled for erection.
vii) Identification and weight, dimensions of the heaviest assembly / subassembly /
component required to be handled for maintenance.
viii) Maintenance clearances and dismantling clearances including clearances
required for removal/installation of rotor.
ix) Speeds of Driven Equipment and driver and driver rating. Location of driver
terminal box (in case of Electric Driver)
x) Layout of auxiliary equipment and operating platform.
xi) Make, Type and Size of couplings and the location of guards and their
coverage.
xii) A list of reference drawings if any.
xiii) A list of any special weather-protection and climatic features.

E.5.2.4.4 Foundation Drawings


A foundation drawing shall indicate complete information required for foundation
design by purchaser including the following:
i) Foundation bolt sizes & pipe sleeve details and pocket sizes & locations.
ii) Grouting thickness and other necessary technical details.
iii) Static weight of each independently grouted item (such as fan, fluid coupling,
gear-box, driver, change-over clutches, control panel etc.) and location of centre
of gravity of each of such items in all three planes.
iv) Weight distribution for each bolt/subsole-plate location and total static weight.
v) Dynamic loads, if any, caused due to various items grouted independently. (The
cause of generation of such loads shall also be indicated).
vi) The direction and magnitude of unbalance forces and moments (with their phase
angles) generated by the out of balance of the rotating / moving parts of the
machine at the relevant operating conditions. [These loads and their locations
are to be given in all three planes. These shall be utilised for computing the
amplitudes of vibration of the foundation].
vii) GD2 value of each item resolved to driver speed.

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

Page 188 of 244


STANDARD SPECIFICATION STANDARD SPECIFICATION No.
ENGINEERS
51gw fa2s INDIA LIMITED FOR INDUCED DRAFT/ 6-42-0003 Rev. 3
Govt of inda undertaking)
FORCED DRAFT FANS Page 18 of 23

viii) Maximum permissible amplitude of vibration on the foundation at the base


level. (The location of the points on the foundation base where such amplitudes
are not to be exceeded shall be given in all three planes). The reference of
relevant code, if any, shall also be indicated.
ix) Total mass of rotating parts.
x) Suggested dynamic factor and ratio of weight of foundation to weight of
machine.
xi) Short circuit loads caused in motor drivers.
xii) Operating speed of the machine and the driver.
xiii) Scope of Supply of the Foundation Bolts (unless otherwise specified, by
vendor).
xiv) Maximum permissible magnitude of the unbalance forces and moments
generated by the out of balance of the rotating / moving parts of the machine as
allowed by the relevant codes, if any. (The reference of such code, if any, shall
also be indicated).
xv) Recommended separation margin (if any), between the machine operating
speeds and the natural frequencies of the machine foundation system along with
the basis of such recommended separation margins.
[Note: Unless otherwise indicated by vendor, the dynamic forces as given in v) & xi)
above are considered as additional static loads for designing the foundations statically.
Such dynamic forces are not unbalance forces and therefore, these shall not be utilised
for computing the amplitudes of vibration.]

E.5.2.4.5 Layout Drawing (For multi-skid packages)


This drawing shall contain as a minimum the following information:
i) Layout of all skid/equipment and their auxiliaries, vessels, control panels,
exchangers etc. Vendor shall furnish an optimised layout (considering the space
allocated, site wind conditions, area classification, the type of equipment
located in the vicinity etc.) indicating elevation and dimension of
skids/equipment.
ii) Minimum spacing required between the various skids/equipment and between
the skids and the walls/columns/roof for an easy accessibility and maintenance.
iii) Layout for water piping, trenches for water piping, cable tray/trenches layout.
iv) Piping arrangement and piping support arrangement/location for piping in
vendor's scope.
v) Layout for auxiliary equipment and operating platform details.
vi) Specification for crane/mono rail (including suggested mono rail layout)
recommended for maintenance and height of the lifting hook from the centreline
of equipment.

E.5.2.4.6 Field Alignment Diagram


The diagram shall indicate the relative displacement to be kept between the
centrelines of various equipments at the time of installation, so that ander normal
running conditions the equipments get fully aligned. This relative displacement
should be decided on the basis of centreline temperature rise data of driver, gear
box/transmission system, driven equipment.

E,.5.2.4.7 P&I Diagrams (with Bill of Materials)


Vendor shall supply P&I Diagrams along with Bill of Materials of each system in the
vendor's scope of supply or specified in the order. P&I Diagram shall indicate the
system details, location of various auxiliaries, instruments, controls and safety devices
as required. Line sizes, piping class, valve sizes and class shall be clearly marked on
the P&ID. Vendor's scope and purchaser's scope shall be clearly demarcated. Each
item shall be identified by an item No./item tag no., which shall correspond to the
item no. shown on the bill of materials. The bill of materials shall include items
number, normal value, set value, range, quantity per unit, make and other
specifications as applicable. Legends adopted shall be indicated either at the bottom of
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL —All rights reserved
Page 189 of 244
STANDARD SPECIFICATION STANDARD SPECIFICATION No.
k_71 ENGINEERS
r 02- g
5fg-agxwmoleforton,3~ INDIA LIMITED FOR INDUCED DRAFT/ 6-42-0003 Rev. 3
IN GoN of Ind. Undertaking) FORCED DRAFT FANS Page 19 of 23

drawing or on a separate drawing. The legends shall be as per ISA.

E.5.2.4.8 Cross-sectional Drawing(with Bill of Materials)


The vendor shall supply cross-sectional or assembly type drawings for all equipment
furnished showing all parts, design assembly and running clearances, and balancing
data required for erection and maintenance. Each part shall be numbered which shall
correspond to the part number on the bill of materials. The bill of materials shall
include the part no., name of component, materials quantity installed per unit & sizes
where applicable (say for bolts, nuts, rings, gaskets etc.). A11 bought-out items shall
also be indicated with make and brief specifications. A separate cross-sectional
drawing showing installation and setting dimensions for the seals shall be furnished.

E.5.2.4.9 Installation Manual


The vendor shall provide sufficient written instructions, including a cross-reference
list of all drawings, to enable the purchaser to correctly install the equipment and
prepare the equipment for start-up. It shall include any special information required
for proper installation that is not on the drawings, special alignment or grouting
procedures, utility specifications (including quantity) and all installation data. It shall
also contain the following information:
(a) Instructions for erecting, piping, aligning (including the expected thermally
induced shaft centreline shift between normal site ambient temperature
position and that at normal equipment operating temperature).
(b) A description of rigging procedures, including the lifting of the assembled
equipment, and methods of disassembly, repair, adjustment, inspection and
reassembly of the equipment and auxiliaries.
(c) Pre-commissioning/commissioning/functional test procedures and acceptance
criterion.

E.5.2.4.10 Operation and Maintenance Manual

This manual shall provide sufficient written instructions and data to enable purchaser
to correctly operate and maintain the equipment ordered. It shall include a section to
cover special instructions for operation at extreme environmental and/or extreme
operating conditions. The following shall be included in this manual:
(a) Instructions covering start-up, normal shutdown, emergency shutdown,
operating limits and routine operational procedures.
(b) A description of equipment construction features and the functioning of
component parts or systems (such as control, lubrication, sealing systems etc.).
(c) Outline and sectional drawings, schematics and illustrative sketches in
sufficient details to identify all parts and clearly show the operation of all
equipment and components and the methods of inspection and repair.
Standardised sectional drawings are acceptable only if they represent the actual
construction of the equipment.
(d) The following maintenance information:
i. Maximum and minimum bearing, labyrinth and seal clearances
including any other clearance between moving and stationary parts of
the equipment affecting proper running and maintenance of the
equipment.
ü. Instructions for measuring and adjusting cold clearances, shaft run-out,
concentricity etc.
Rotor float allowance.
iv. Interference fits on parts that are required to be removed or replaced for
maintenance of normally consumable spares.
v. Balancing tolerances.
vi. Lubricating schedules indicating recommended grades of oil, their
properties, replacement period etc.
vii. Normal maintenance procedure.
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved
Page 190 of 244
STANDARD SPECIFICATION STANDARD SPECIFICATION No.
t31 ENGINEERS
$'gzir fa2s INDIA LIMITED FOR INDUCED DRAFT/ 6-42-0003 Rev. 3
GoN ol Ineha Undeitaking}
FORCED DRAFT FANS Page 20 of 23

viii. Preventive maintenance schedules and criterion for replacement of


parts.
ix. Trouble - shooting procedures.
(e) The following reassembly information:
i. Bolting sequence and torque values for all bolts affecting equipment
performance/integrity/safety.
ii. Reassembly sequences together with required inspection checks.
iii. Adjustment procedures to achieve required positions, clearances, float
and so forth.
iv. Detailed procedures for pre-operational checks, including settings and
adjustments.
v. Seals and coupling installation procedures.
vi. Parts list indicating cross-sectional drawings of various assemblies and
sub-assemblies, part numbers, materials of construction etc. to facilitate
identification of parts and for procurement of spares.

E.5.2.4.11 Performance Characteristic Curves

E.5.2.4.11.1 The vendor shall provide complete performance curves to encompass the map of
operations, with any limitations indicated thereon.

E.5.2.4.1 1.2 All curves submitted prior to final performance testing shall be marked
"PREDICTED". Any set of curves resulting from a test shall be marked "TESTED".

E.5.2.4.1 1.3 Certified test curves and data shall be submitted within 15 days after testing and shall
include STATIC PRESSURE, power recalculated to the proper operating speed and
efficiency plotted against capacity.

E.5.2.4.12 Data Sheet

E.5.2.4.12.1 The Vendor shall provide completely filled in data sheets, first for "AS
PURCHASED" and then for "AS BUILT". This shall be done by the vendor
correcting and filling out the data sheets and submitting copies to the purchaser.

E.5.2.4.1 3 Technical Data Manual/Mechanical Catalogue

E.5.2.4.13.1 Technical Data Manual/Mechanical catalogue is a compilation of "AS BU1LT"


drawings and data, manufacturing and test records, installation, operating and
maintenance instructions.

E.5.2.4.1 3.2 Not tater than two weeks after successful completion of all specified tests, the vendor
shall furnish the required number of technical data manual/mechanical catalogues for
the equipment, any auxiliaries and instruments that the vendor is providing. The
technical data manual/mechanical catalogue shall include the following documents as
a minimum:
i) All drawings and data as listed in the vendor data index & schedule. (For
drawings, where purchaser's approval is required, the final certified drawings shall
be attached.) Sections shall be organised in a manner that data & drawings related
to one subject is grouped together such as Mechanical, Electrical, Instrumentation
etc.
ii) All manufacturing, inspection and test data and records.
iii) Following information shall also be included in the Technical Data
Manual/Mechanical Catalogue:
1. Storage instructions for storing and preserving the equipment (including
driver and all the auxiliary units) at the plant site before installation of the
same.
2. Instructions for preserving the equipment after it has been installed. This is
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved
Page 191 of 244
STANDARD SPECIFICATION STANDARD SPECIFICATION No.
t31 ENGINEERS
$g-ar S w INDIA LIMITED FOR INDUCED DRAFT/ 6-42-0003 Rev. 3
1.7171,-(,nre,
1,1,3,7;A"Al) t ol Ind.. Unde(lAk,09(
(A G0, FORCED DRAFT FANS Page 21 of 23

particularly required in cases where a long time gap is expected between


equipment installation and commissioning.
3. Field performance test procedures and acceptance criterion.

E.5.2.4.13.3 Technical Data Manual/Mechanical Catalogue shall be in Hard board folder(s) of size
265 mm x 315 mm and shall not be more than 90 mm thickness; it may be of several
volumes and each volume shall have a volume number, index of volumes & index of
contents of that particular volume.

E.5.2.4.13.4 Title sheet (Top sheet) of each volume of Technical Data Manual/Mechanical
catalogue shall contain the contract information as defined under E.5.2.4.13.2 besides
the volume number.

E.5.2.4.13.5 In case order contains more than one item, separate dedicated Technical Data
Manual/Mechanical catalogues shall be submitted for each item.

E.2.2.4.14 Two (2) Sets of Final/As-Built drawings, documents shall also be submitted as
electronic files on secondary storage media (CD-ROM/DVD-ROM disks)

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

Page 192 of 244


STANDARD SPECIFICATION STANDARD SPECIFICATION No.
ENGINEERS
[[ 92e5 INDIA LIMITED FOR INDUCED DRAFT/ 6-42-0003 Rev. 3
171R, iYrm,l tbi,f4,1.V1 A Govt of inctio Undertakingf
FORCED DRAFT FANS Page 22 of 23

APPENDIX A - Fluid Coupling

A.1 General

A.1.1 Scope
This appendix describes the minimum requirements for the design, manufacture,
inspection, testing and supply of Fluid couplings and its auxiliaries, used for Fans.

A.1.2 Equipment Qualification Criteria

A.1.2.1 The fluid-coupling model offered shall be from the existing regular manufacturing range
of the fluid-coupling manufacturer. The offered fluid-coupling model shall meet the
following minimum service and manufacturing experience requirements.
Fluid coupling proposed shall be identical in terms of model series and similar in terms of
power rating, speed, mechanical design, materials etc. as compared to at least ONE UNIT
designed, manufactured, tested and supplied from the proposed manufacturing plant in the
last TEN years and as a minimum, this unit shall have completed ONE year of satisfactory
operation at site, as on bid due date.

A.2 Basic design

A.2.1 Fluid coupling shall be self-supporting on either side by bearing housing and shall be of
box type construction.

A.2.2 All metallic, dry, flexible type couplings with spacer shall be provided between the fluid
coupling and the driver/fan.

A.2.3 The fluid coupling and the driver shall be mounted on a common base plate.

A.2.4 The oil cooler shall have at least 20% on over design margin on heat duty.

A.3 Controls & instrumentation

A.3.1 Capacity of fan shall be regulated with a stepless variable speed-scoop tube controlled
fluid coupling.

A.3.2 For the control of scoop tube, the same shall be provided with pneumatic actuators,
positioners, all connecting linkages, air kit, dust cover, manual operator, air lock relay,
position transmitter for indicating the position of scoop tube etc. Provision shall also be
made available for manual operation. Speed indication of the coupling shall be provided.
In the event of instrument air, plant air or electric power failure, pneumatic actuator of the
scoop tube shall decouple the fluid coupling (i.e. zero speed).

A.3.3 The instrumentation & controls shall be suitable for the specified area classification.

A.3.4 Unless otherwise specified, as a minimum, for each fluid coupling, following indicating
instrument and instruments for alarm annunciation and shutdown annunciation/actuation
shall be provided by the vendor:

A.3.4.1 Temperature Indications:


• Circulation Oil to Fluid Coupling - Locally mounted Temperature Gauge
• Cooling Water Return from Oil Cooler - Locally mounted Temperature Gauge

A.3.4.2 Speed Indications :


• Fan Speed Indication on LGB/LCP.
• Potential free Repeat Contact for Fan Speed Indication on Remote panel/DCS.
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved
Page 193 of 244
STANDARD SPECIFICATION STANDARD SPECIFICATION No.
ENGINEERS
INDIA LIMITED FOR INDUCED DRAFT/ 6-42-0003 Rev. 3
fg-ar elemr, =rn
aiRry "KA, IA Govt ol Incha Undertaking) FORCED DRAFT FANS Page 23 of 23

A.3.4.3 Push Button Stations:


• Main Equipment Start on LGB/LCP
• Main Equipment Stop on LGB/LCP
• Potential free Repeat Contact for Main Equipment Stop from Remote
panel/DCS.

A.3.4.4 Alarm and Shutdown Annunciation:


• Low Cooling Water Flow from Oil Cooler - Alarm Annunciation on Remote
Panel/DCS.
• High Oil Temperature supply and/or return from Fluid Coupling - Alarm
Annunciation on Remote Panel/DCS.
• High-High Oil Temperature supply and/or return from Fluid Coupling -
Shutdown Annunciation on Remote Panel/DCS and Interlock to trip the fan.

A.3.4.5 Fan vendor shall wire and provide indicating lamps on the LGB/LCP for visual indication
of common alarms and common shutdown alarms. Potential Free Contacts for the same
shall be provided by the purchaser at the LGB/LCP. The LGB/LCP shall be suitable for
the specified area classification.

A 3.4.6 Other instrumentation & controls, as deemed necessary by the vendor, for safe operation
of the fluid coupling, shall be also provided by the vendor.

A.3.5 Fan vendor shall provide sight flow glasses on all oil lines and breather valve on oil
reservoir of fluid coupling.

A.4 Inspection & testing

A.4.1 The following Tests shall be conducted at the Fluid Coupling Manufacturer's shop. These
tests shall be witnessed by Purchaser/Purchaser's representative.
1. Heat Test / Temperature Rise Test.
2. Free Running Test.
3. Performance Test for all the operating conditions i.e. at different speeds of the
Fan.
4. Vibration Test.
5. Overspeed Test.

A.4.2 Vendor shall submit a detailed test procedure under all the above-mentioned headings, for
purchaser's review & approval during detailed engineering stage.

Copyright EIL — All rights reserved


Format No. 8-00-0001-F1 Rev. 0
Page 194 of 244
TECHNICAL CHECKLIST DOCUMENT No.
(ELECTRICAL)
BLOW DOWN PUMPS A307-0IY-16-50-LL-5862 Rev. B
INTEGRATED REFINERY EXPANSION PROJECT
BPCL-KR Page 1 of 1

BIDDER’S
S.No. CHECK POINT / QUERY
CONFIRMATION/ANSWERS
1. Have you noted the scope of supply as per Electrical Job
specification (Doc.No: A307-0IY-16-50-SP-5862 Rev-B) and
agree to supply materials and services according to that.
Please confirm compliance.
2. Have you noted that all electrical equipment shall be minimum
Ex-de suitable for zone-2 Gas Gr IIA/IIB Temp Class T3?
Please confirm compliance.
3. Have you filled up the datasheet for motors as per the
attached data sheets (Doc.No: A307-000-16-50-DS-0501
Rev-B) for motors?
Please confirm compliance.
4. DELETED.
5. DELETED.
6. Please inform if the offered equipment require any special
tools & tackles for maintenance. If yes, have you attached the
list of such tools & tackles being supplied for the package?
Please confirm compliance.
7. Please inform if the offered equipments require, spares for
two years of operation and maintenance than the minimum
requirement indicated in the Electrical Job Specification
(Doc.No:A307-0IY-16-50-SP-5862 REV-B). Have you
attached the list of all recommended spares (including the
minimum requirement as said above) for two years of
operation and maintenance with unit price?
Confirm compliance.
8. DELETED
9. Please confirm compliance to 6-51-0032 for technical
Specification for MV Induction Motors.

B 13.11.2014 ISSUED WITH MR SB GS PS

Rev. No Date Purpose Prepared by Checked by Approved by

Format No. EIL 1641-1924 Rev.


Page 195 of 2441 Copyright EIL – All rights reserved
JOB SPECIFICATION DOCUMENT No.
ELECTRICAL
BLOW DOWN PUMPS A307-0IY-16-50-SP-5862 Rev. B
INTEGRATED REFINERY EXPANSION PROJECT
BPCL-KR Page 1 of 4

JOB SPECIFICATION
(ELECTRICAL)
FOR
BLOW DOWN PUMPS
(MR No: – A307-0IY-PA-MR-5862)

PROJECT : INTEGRATED REFINERY EXPANSION PROJECT, KOCHI

OWNER : M/s BPCL-KR

JOB NO. : A307

B 14.11.14 ISSUED WITH MR SB GS PS


Rev.
Date Purpose Prepared by Checked by Approved by
No

Format No. EIL 1641-1924 Rev.


Page 196 of 2441 Copyright EIL – All rights reserved
JOB SPECIFICATION DOCUMENT No.
ELECTRICAL
BLOW DOWN PUMPS A307-0IY-16-50-SP-5862 Rev. B
INTEGRATED REFINERY EXPANSION PROJECT
BPCL-KR Page 2 of 4

1. GENERAL
1.1 The specification defines the basic requirements of the electrical works in vendor’s scope for the
Blow down pumps for Integrated Refinery Expansion Project, Kochi of M/s BPCL-KR. This job
specification shall be read in conjunction with EIL standard specifications, data sheets and
documents attached with the Material Requisition (MR). In case of any conflict amongst various
documents enclosed with MR, the most stringent requirement shall govern and Owner/EIL
decision in this regards shall be final.
1.2 The equipment shall conform to this specification, enclosed data sheets and standard
specifications.
2. SCOPE
2.1 Vendor’s scope, in each case, shall include sizing, design, engineering, manufacturing, supply,
testing at manufacturer’s works, packing and delivery at site of electrical equipment including
supply of all commissioning spares, mandatory spares, special tools & tackles and quotation for
two years recommended spares as per the specifications and data sheets enclosed with the
requisition. The major electrical equipments involved are:-
a.) Main Motors for pumps.
b.) Any other electrical equipment not specifically mentioned above but required for normal
operation of the pumps.
c.) Deleted.
2.2 Installation, testing & commissioning at site of the electrical items shall be done by others.
Supervision of Installation, testing and commissioning at site on per diem basis is included in
vendor’s scope as mentioned elsewhere. However supervision of testing and commissioning of
main motors shall be carried out by Original Equipment Manufacturer (OEM) i.e. motor
manufacturer. Vendor shall certify readiness of system fit for commissioning. Vendor’s scope
shall also include supply of all specialised tools & tackles / instruments required for above
service.
2.3 Vendor shall supply cable glands and tinned copper lugs for equipment supplied by them. For
outdoor equipment, double compression type Nickel plated brass FLP cable glands shall be
supplied.
3. EXCLUSIONS
3.1 Deleted.
3.2 Supply of 415V feeders for pump motors.
3.3 Supply and laying of all power, control, space heater, signal cables from field to Substation &
Control room.
3.4 Earthing grid outside pump skid.
4. UTILIZATION VOLTAGE
Utilization voltage for motor, anti-condensation heaters based on their ratings shall be as listed
below:
a.) Motors rated upto 160kW : 415V ± 10%
b.) Deleted.
c.) Anti-condensation heaters : 240V ± 10%
5. SPECIAL REQUIREMENTS
5.1 Motors shall fulfill the following requirements:-
a.) Deleted.
b.) MV motors (<1100V) shall conform to EIL Specification 6-51-0032 Rev 4 and motor data
sheet no. A307-000-16-50-DS-0501 Rev B.

Format No. EIL 1641-1924 Rev.


Page 197 of 2441 Copyright EIL – All rights reserved
JOB SPECIFICATION DOCUMENT No.
ELECTRICAL
BLOW DOWN PUMPS A307-0IY-16-50-SP-5862 Rev. B
INTEGRATED REFINERY EXPANSION PROJECT
BPCL-KR Page 3 of 4

5.2 The enclosure type / area classification / reacceleration requirement for motors and their
auxiliaries shall be as listed below:
S. No. Tag No. Enclosure Type Area Classification Reacceleration

1. IY-PA-123 A/B Ex-de Zone-II, IIA/IIB Not Required

2. IY-PA-124 A/B Ex-de Zone-II, IIA/IIB Not Required

5.3 Deleted.
5.4 Exact cable sizes of power and control cables shall be finalised during detailed engineering.
Provisions, as required in Vendor’s equipment for termination of the same, shall be made
accordingly without any cost & time implications to Owner.
5.5 Vendor to note that the motors supplied shall be of Energy efficient (Eff2) type.
5.6 Cable glands to be supplied with the motor shall meet all the requirement of IS/IEC-60079-1.
5.7 Deleted.
5.8 Deleted.
6. SPARES
6.1 Commissioning spares for all electrical equipments are included in Vendor’s scope of supply and
shall be included in the base price.
6.2 Mandatory Electrical spares for motors are as follows. Vendor shall quote for the same.

Sl. No. Item Description Quantity

1 Bearing (DE & NDE) one each.


2 Terminal /bushing one no.

a. Above indicated mandatory spares are required for MV motors having rating 37KW and
above only.
b. The word ‘TYPE’ means the Make, Model no., Type, Range, Size/ Length, Rating, Material
as applicable.
c. The terminology used under 'Item Description' is the commonly used name of the part and
may vary from manufacturer to manufacturer.
d. Mandatory spares as indicated above do not cover commissioning spares.
e. Mandatory spares as indicated above do not cover two year O&M spares.
f. Mandatory spares shall be applicable for electrical items of motors / sub-packages as per
mandatory spares philosophy specified elsewhere in the bid document.

6.3 Contractor shall submit a list with unit prices of recommended spares for two years of normal
operation for all electrical equipment along with their bid.
6.4 Recommended list of maintenance spares for two years operation shall include the following as a
minimum for motors. Vendor shall ensure & quote for the same accordingly.
a.) Bearing for DE/NDE-one set
b.) Terminal box cover with screws
c.) Fan
d.) Terminal block

7. MAKES OF EQUIPMENT AND COMPONENTS


7.1 List of approved vendors for Electrical equipment/components are as mentioned below.

Format No. EIL 1641-1924 Rev.


Page 198 of 2441 Copyright EIL – All rights reserved
JOB SPECIFICATION DOCUMENT No.
ELECTRICAL
BLOW DOWN PUMPS A307-0IY-16-50-SP-5862 Rev. B
INTEGRATED REFINERY EXPANSION PROJECT
BPCL-KR Page 4 of 4

7.2 List of approved imported vendors for HV & MV Motors shall be,

ANSALDO SISTEMI INDUSTRALI SPA


ASEA BROWN BOVERY LTD (ABB LTD)
CEMP SRL
FUJI ELECTRIC CO LTD
GENERAL ELECTRIC CANADA
HITACHI LTD
HYUNDAI HEAVY INDUSTRIES CO. LTD
JEUMONT SA / FRAMATONE ANP
LLOYD DYNAMOWERKE GMBH & CO. KG
LOHER GMBH
SIEMENS AG
TOSHIBA CORPORATION
WEG EQUIPAMENTOS ELETRICOS S.A.
WEGEURO - INDUSTRIA ELECTRICA S.A.

7.3 List of approved vendors for MV Motors (flame proof type) shall be,

BHARAT BIJLEE LTD


CROMPTON GREAVES LTD
KIRLOSKAR ELECTRIC CO LTD
LAXMI HYDRAULICS PVT LTD
MARATHON ELECTRIC MOTOR I LTD-FORM A350

7.4 Additional makes of imported items shall be subject to Owner/EIL’s approval during detailed
engineering.
7.5 Vendor may procure material from any of the listed vendors. However current validity and range of
approval as per EIL enlistment letter, workload, stability and solvency need to be verified by the
vendor before placement of order.
8. ATTACHMENTS:
Sr. No. Title Document No. Rev.
1. Deleted - -
2. Data Sheet – MV Motors A307-000-16-50-DS-0501 B
3. Deleted - -
4. Deleted - -
5. Vendor Data Requirement A307-0IY-16-50-VR-5862 A
6. Technical Check List (Electrical) A307-0IY-16-50-LL-5862 A
7. Deleted - -
8. Specification for energy efficient MV Induction
6-51-0032 4
Motors
9. Deleted - -
10. Inspection & Test Plan for MV Motors 6-81-1032 2

Format No. EIL 1641-1924 Rev.


Page 199 of 2441 Copyright EIL – All rights reserved
Datasheet No.
DATA SHEET
A307-000-16-50-DS-0501
MEDIUM VOLTAGE SQUIRREL CAGE
Rev : B
INDUCTION MOTOR
Page 1 of 1
PURCHASER's DATA
A. Site conditions
1 Ambient temperature, minimum: 1 °C 3 Atmospheric condition: Humid & highly corrosive
maximum: 46 °C 4 Altitude: Humid & highly corrosive
< 1000 m
design: 45 °C 5 Location: <Outdoor
1000 m
2 Relative humidity: 30-100 % 6 Outdoor
B. Technical particulars
1 Motor tag no.: 14 Insulation class: F (temp rise limited to class B)
2 Driven equipment name: 15 Hazardous area classification: Refer job spec
3 Voltage: 415 V ±10% 16 Gas group: Refer job spec
4 Phase: 415 V ±6%
Three 17 Type of explosion protection: Refer job spec
5 Frequency: Three
50 Hz ±3% 18 Type of ingress protection: IP 55
6 Fault level: 5050kAHz ±3% 19 Color shade: 632 as IP
per23IS 5
7 Method of starting: 50 kA
D.O.L. 20 Thermisters: Required 632 as Notper IS 5
required
8 Winding connection: D.O.L.
Delta 21 RTD: Required Not required
9 No.of terminals: Star
6 22 BTD: Required Not required
10 Cable size: 3Later mm² 23 RTD/BTD monitoring device: Required
11 Cable type: Cu/Al cond. PVC insulated Not required
12 Temperature rise: AYFY 75 °C 24 Applicable specification: EIL spec. 6-51-0032
13 Cooling: TEFC EIL spec. 6-51-0032
DRIVEN EQUIPMENT MANUFACTURER's DATA
1 Suggested motor rating: kW 9 Torque required, starting: mkg
2 Manufacturer: maximum: mkg
3 BkW at full load: kW 10 GD2 of eqpt., including flywheel: kgm2
4 kW at end of curve: kW excluding flywheel: kgm2
5 Speed: RPM 11 Thrust, up: kg
6 Rotation viewed from coupling end: down: kg
7 Driven equipment: 12 Starting condition:
8 Coupling type:
MOTOR MANUFACTURER's DATA
1 Rating: kW 16 Space heater-Voltage/Power (Note-2): 1Ph, 230V AC/
2 Manufacturer: 17 Efficiency at, 75% Load: %
3 No. of poles: 100% Load: %
4 Frame designation: 18 Power factor at, 75% Load:
5 Full load speed: RPM 100% load:
6 Mounting: 19 Moment of inertia, GD2: kgm2
7 Full load torque (FLT): mkg 20 NDE bearing type & no.:
8 Starting torque: % of FLT 21 DE bearing type & no.:
9 Break down or pull out torque: % 22 Type of lubrication:
10 Full load current (FLC): A 23 Weight of motor: kg
11 Starting current at 100% voltage: % of FLC 24 Thermisters, quantity: no.
12 Rotation viewed from coupling end: make: type:
13 Starting time at, 75% voltage: sec. 25 RTD, quantity: no.
100% voltage: sec. make: type:
14 Locked rotor withstand time (cold/hot) at, 26 BTD, quantity: no.
75% voltage: sec. make: type:
100% voltage: sec. 27 Shaft voltage: V
15 Time (Te) for Increased Safety motors sec. 28 Critical speed, 1st/2nd stage: RPM
at 100% Voltage 29 Canopy : Required Not required
Notes :
1 Starting time calculations shall be based on operating conditions specified on Material Requisition eg. open valve
condition/ closed valve condition, at no load/full load, as applicable.
2 For motors rated 30kW and above.

B 13.07.2012 Revised & Reissued with MR AKG SD BRB


A 11.06.2012 Issued with MR AKG SD BRB
Rev. No. Date Purpose Prepared by Checked by Approved by

Format No. 1650-687 Rev.3


Page 200 of 244 Copyrights EIL - All rights reserved
Document No.
VENDOR DATA REQUIREMENTS A307-0IY-16-50-VDR-5862
FOR Rev. A
BLOW DOWN PUMP MOTORS Page 1 of 3

VENDOR DATA REQUIREMENTS


FOR
BLOW DOWN PUMP MOTORS

A 13-NOV-2014 ISSUED WITH MR SB GS PS


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

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

Page 201 of 244


Document No.
VENDOR DATA REQUIREMENTS A307-0IY-16-50-VDR-5862
FOR Rev. A
BLOW DOWN PUMP MOTORS Page 2 of 3

VENDOR DATA REQUIREMENTS

The following drawings/documents marked " " shall be furnished by the bidder.

POST ORDER
S. WITH WITH
N DESCRIPTION FOR FOR DATA REMARKS
BID
O. REVIEW RECORD BOOK
(FINAL)
1. Performance Curves : P.f. & Efficiency Curves
2. Data Sheets (Duly filled-in)
3. Performance Curves : Speed-Current/Time
Curves
4. Performance Curves : Speed Torque Curves
5. Dimensional/Assembly Drawings : Terminal
Box Arrangement
6. Dimensional/Assembly Drawings : GA Drawing
For motors < 75kW
7. Dimensional/Assembly Drawings : Installation
Plan/Mounting Details
8. Inspection & Test Plan (ITP) -For review by
Inspection Dept.
9. Dimensional/Assembly Drawings : Name Plate
Drawing
10. Schedule of Vendor Documents
11. Equipment storage procedure at site
12. Data Books/ Manuals : Catalogues/ Brochures
13. Data Books/ Manuals : Operating/ Maintenance
Manual
14. Data Books/ Manuals : Installation Manual
15. List of Special Tools & Tackles
16. List of Maintenance Spares
17. List of Commissioning Spares
18. Type Test Certificates for similar equipment Statutory approval
certificates also shall
be furnished for
records and with final
documents.
19. Test Records
20. Performance Curves : Thermal Withstand
Curves (Hot & Cold)
21. List of Deviations (if any)
22. Dimenstional Drawing: Rotor Dimentional
drawing
23. Dimenstional Drawing: Sectional view drawing
24. Dimenstional / Assembly Drawing: Air/ Water
Cooler Drawing
25. Dimenstional / Assembly Drawing: Bearing
Assembly Drawing

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

Page 202 of 244


Document No.
VENDOR DATA REQUIREMENTS A307-0IY-16-50-VDR-5862
FOR Rev. A
BLOW DOWN PUMP MOTORS Page 3 of 3

POST ORDER
S. WITH WITH
N DESCRIPTION FOR FOR DATA REMARKS
BID
O. REVIEW RECORD BOOK
(FINAL)
26. CCOE / relevant approval certificates for
hazardous area equipment
27. Testing & Commissioning Procedure

Notes :
1. All technical details and documents furnished with bids shall be treated as data for engineering. These shall
however be subject to purchaser's review after order placement and bidder shall comply to MR/Tender
requirements without any cost & time implication to EIL/Owner.
2. "TICK" denotes applicability.
3. Post order, drawing / document review shall commence only after approval of Document Control Index (DCI).
4. All post order documents shall be submitted / approved through EIL eDMS portal.
5. Final documentation shall be submitted in hard copy (Six prints) and soft ( two CDs/DVDs ) in addition to
submission through EIL eDMS.
6. Refer - 6-78-0001: Specification for quality management system from Bidders.
7. Refer - 6-78-0003: Specification for documentation requirement from Suppliers.
8. All drawings & documents shall be submitted in A4 or A3 paper sizes. Documents in higher paper size shall
be submitted in exceptional circumstances or as indicated in the MR/Tender.
9. Post order- The schedule of drawing / data submission shall be mutually agreed between EIL & the bidder /
contractor / supplier during finalization of Document Control Index (DCI).
10. Bill of Material shall form part of the respective drawing.

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

Page 203 of 244


Page 204 of 244
Page 205 of 244
Page 206 of 244
Page 207 of 244
Page 208 of 244
Page 209 of 244
Page 210 of 244
Page 211 of 244
Page 212 of 244
Page 213 of 244
Page 214 of 244
Page 215 of 244
Page 216 of 244
Page 217 of 244
INSPECTION AND TEST PLAN STANDARD SPECIFICATION NO.
latfRzre? ENGINEERS
sil,—,ecrxe
&Reg awn-.
INDIA LIMITED
IA Govt of India Undertaking)
FOR 6-81-1032 Rev. 2
MEDIUM VOLTAGE MOTOR
e1,1

Page 1 of 6

it414Tur a -crttffur
INSPECTION AND TEST PLAN
FOR
MEDIUM VOLTAGE MOTORS

2 15.07.11 Revised and Re-issued GS


n2 AKC
2DM

1 24.12.07 Revised and Re-issued SA CRM MVKK VC


0 30.04.02 Issued for implementation RG AKC AKB GRR
Standards Committee Standards
Rev. Date Prepared Checked Convenor Bureau Chairman
No. Purpose
by by
Approved by

Format No. 8-00-0001-F7 Rev. 0 Copyright EIL — All rights reserved



Page 218 of 244
INSPECTION AND TEST PLAN STANDARD SPECIFICATION NO.
0 el ENGINEERS
0&11 faigteg INDIA LIMITED FOR 6-81-1032 Rev. 2
t NITA eivav, OLT:Walt (A Govt of India Undertaking)
MEDIUM VOLTAGE MOTORS Page 2 of 6

Abbreviations:

AS Alloy Steel MPT/MT : Magnetic Particle Testing


BASEEFA British Approval Service for Electrical Equipment in Flammable MRT • Mechanical Run Test
Atmospheres
BIS Bureau of Indian Standards MTC Material Test Certificate
CCE or CCOE Chief Controller of Explosives MOC Material of Construction
CEIL Certification Engineers International Limited NPSH Net Positive Suction Head
CIMFR Central Institute of Mining & Fuel Research NDT Non Destructive Testing
CE Carbon Equivalent NEMA National Electrical Manufacturers Association
DFT Dry Film Thickness PO Purchase Order
DT Destructive Testing PESO Petroleum Explosive Safety Organization
DPT Dye Penetrate Testing PQR Procedure Qualification Record
ERTL Electronics Regional Test Laboratory PR Purchase Requisition
FCRI Fluid Control Research Institute PMI Positive Material Identification
FM Factory Mutual PVC Poly Vinyl Chloride
FLP Flame Proof QC Quality Control
HIC Hydrogen Induced Cracking RT Radiography Testing
ITP Inspection and Test Plan TC Test Certificate
IP Ingress Protection TPI or TPIA Third Party Inspection Agency
IC Inspection Certification UT Ultrasonic Testing
IGC Inter Granular Corrosion UL Under writer Laboratories
IEC International Electro technical Commission VDR Vendor Data Requirement
JEC Japanese Electro technical Committee WPS Welding Procedure Specification
LPT Liquid Penetrate Testing WPQ Welders Performance Qualification
XLPE Cross Linked Poly Ethylene

Inspection Standards Committee

Convenor : Mr. A.K. Chaudhary

Members:

Mr. SS Lotay Mr. RK Singh Mr. Anoop Geol Mr. G. Poornachandra Rao
Mr. S.C. Gupta Mr. Rajeev Kumar Mr. G. Suresh Mr. MP Jain (Projects)

Format No. 8-00-0001-F7 Rev. 0 Copyright EIL — All rights reserved


Page 219 of 244
INSPECTION AND TEST PLAN STANDARD SPECIFICATION NO.
k5-1 Reitzi E
NGINEERS
$1g-ar tif5ieg INDIA
LIMITED FOR 6-81-1032 Rev. 2
oteav, OtIJO2R1, (A Govt of India Undeftalong)
MEDIUM VOLTAGE MOTORS Page 3 of 6

1.0 SCOPE:

This Inspection and Test Plan covers the minimum testing & inspection requirements of three phase medium voltage squirrel cage induction motors.

2.0 REFERENCE DOCUMENTS:

PO/PR & Standards referred there in /Job specifications / Approved documents.

3.0 INSPECTION AND TEST REQUIREMENTS:

SCOPE OF INSPECTION
SL QUANTUM
STAGE/ ACTIVITY CHARACTERISTICS RECORD SUB
NO. OF CHECK SUPPLIER EIL/TPIA
SUPPLIER

1.0 Procedures -- -- -- -- --

2.0 Material Inspection

Raw Material:
Body(casting or
fabrication), R
Material Test
Rotor shaft, Core Chemical, Physical properties , finish as per
2.1 100% Certificates / H H/R (For major
laminations, Copper, relevant standard
Test records items only)
Insulation material,
Bearings, Terminals, cable
boxes, Cable glands, etc.

Format No. 8-00-0001-F7 Rev. 0 Coovriaht EIL — All rig hts reserved
Page 220 of 244
1r, INSPECTION AND TEST PLAN STANDARD SPECIFICATION NO.
ENGINEERS
5.fg eji laReg INDIA LIMITED FOR 6-81-1032 Rev. 2
(Atria rireixt IA Govl of India Undertaking)
MEDIUM VOLTAGE MOTORS
73510415.1

Page 4 of 6

SCOPE OF INSPECTION
SL QUANTUM
STAGE/ ACTIVITY CHARACTERISTICS RECORD SUB
NO. OF CHECK SUPPLIER EIL/TPIA
SUPPLIER
3.0 Inprocess Inspection

Vacuum impregnation and bracing of winding,


core assembly, Rotor bars and end rings assembly,
3.1 Motor Assembly Rotor balancing, Terminal box mounting and 100% Test Records - H -
clearances in between, Bearing setting, etc as per
supplier's internal standards

4.0 Final Inspection

General visual check, nameplate details


Mounting, Shaft centre height dimensions
Terminal box location, clearances, size, entries,
space adequacy & gland size.
Terminals type for Type EX-e, EX-n, Ex-d
motors
Free rotation of Shaft, shaft centre height,
lubrication, fan mounting
Direction of rotation
Coupling, Bearing details Inspection test See Note
4.1 Motor (Routine Tests) 100% - H
Cable Glands, cable lugs size and no. of entries records 5&6
in Terminal Box
Winding Resistance
No load test and measurement of Voltage,
Speed, Current, Power Input
Locked Rotor test at reduced voltage by JEC
method and measurement of Voltage, Current
and Wattage.
Reduced voltage Starting and running

Format No. 8-00-0001-F7 Rev. 0 Copyright EIL — All rig hts reserved
Page 221 of 244
INSPECTION AND TEST PLAN STANDARD SPECIFICATION NO.
t_Siliae_ltsiENGINEERS
og e..11ia teg g INDIA LIMITED FOR 6-81-1032 Rev. 2
1.1128 eleane, CAJPtFA1 IA Goof of Intla UnaerfaIng)
MEDIUM VOLTAGE MOTORS Page 5 of 6

SCOPE OF INSPECTION
SL QUANTUM
STAGE/ ACTIVITY CHARACTERISTICS RECORD SUB
NO. OF CHECK SUPPLIER EIL/TPIA
SUPPLIER
Insulation resistance Before & after High
Voltage test
High Voltage
Vibration
Full load test and measurement of Voltage,
Current, Power, Slip, Power factor, Bearing
Noise.
Efficiency and Pf at 100%, 75% and 50% load
Temp Rise test One sample
Inspection test See Note
4.2 Motor (Type Tests) Momentary overload test from each - H
records 5&6
Vibration type/rating
Noise Level
Over speed
Measurement of Starting Torque, Starting
Current, Full Load Torque*
5.0 Painting
Pre treatment, primer and final paint, H --
5.1 Painting of Motor frames 100% Test records -
shade, thickness
6.0 Documentation and IC
Review of Internal Test Reports
Test certificate from recognized testing Supplier's Test
laboratory for area classification. Records /
BIS certificate for FLP motors and accessories Certificates
6.1 Documentation and IC as applicable. 100% from statutory - H H
CCOE/PESO approved certificates for motors bodies /
and accessories as applicable. Inspection
Degree of protection of enclosure Certificate (IC)
IC issuance
Measurements will be made in accordance with standard IEC (Logarithmic proportion method II)

Format No. 8-00-0001-F7 Rev. 0 Coovriaht EIL — All riahts reserved


Page 222 of 244
INSPECTION AND TEST PLAN STANDARD SPECIFICATION NO.
ENGINEERS
ogejliaaeg
MIETI FEA/R7CAJWITAI
INDIA LIMITED FOR 6-81-1032 Rev. 2
IA Govt of India Undertakingj
MEDIUM VOLTAGE MOTORS Page 6 of 6

Legends: H- Hold (Do not proceed without approval), Random -10% , R-Review, RW-Random witness, W- Witness (Give due notice, work may proceed
after scheduled date).

NOTES (As applicable):


Wherever W/R or H/W is indicated, Inspection Engineer shall decide the option to be exercised for the particular stage and supplier
In case of conflict between purchase specification, contract documents and ITP, more stringent conditions shall be applicable.
This document describes generally the requirements pertaining to all types of the item. Requirements specific to PO and the item are only applicable.
Acceptance Norms for all the activities shall be as per PO/PR/ Standards referred there in/ Job specifications /Approved documents
Motors up to 55 KW would be accepted based on Manufacturer's test certificates. Higher rating will have witness by EIL/TPIA appointed by OEM Supplier.
Motors ordered with integration test requirement as per PR shall be witnessed by EIL/TPIA (appointed by OEM supplier) for integration test (irrespective of rating)
at motor manufacturer's works.

Format No. 8-00-0001-F7 Rev. 0 Copyright EIL — All ri g hts reserved


Page 223 of 244
Page 224 of 244
Page 225 of 244
Page 226 of 244
Page 227 of 244
Page 228 of 244
Page 229 of 244
Page 230 of 244
Page 231 of 244
Page 232 of 244
Page 233 of 244
Page 234 of 244
Page 235 of 244
Page 236 of 244
Page 237 of 244
Page 238 of 244
Page 239 of 244
Page 240 of 244
Page 241 of 244
Page 242 of 244
Page 243 of 244
Page 244 of 244

Anda mungkin juga menyukai