Anda di halaman 1dari 422

RFQ DOCUMENT

FOR

CONTROL VALVES

(RFQ DOCUMENT NO.: AS/A927-000-YC-MR-1330/511)

PROJECT: BS-VI AUTO FUELS PROJECTS OF

M/S CPCL

(COMMERCIAL PART)

PREPARED & ISSUED BY:

CHECKED BY APPROVED BY
Name of Item: CONTROL VALVES Table of contents
RFQ No.: AS/A927-000-YC-MR-1330/511
Sheet 1 of 1

TABLE OF CONTENTS

S. NO. DESCRIPTION

1. MASTER INDEX (TABLE OF CONTENTS)

2. REQUEST FOR QUOTATION

3. CHECK LIST

4. BID DATA SHEET

5. INSTRUCTIONS TO BIDDERS (ITB)

6. ANNEXURE-I TO ITB (E-TENDERING INSTRUCTIONS)

7. ANNEXURE-II TO ITB (INTEGRITY PACT)

8. INSTRUCTIONS TO FOREIGN BIDDERS FOR OBTAINING DSC

9. BIDDING FORMS

10. SPECIAL PURCHASE CONDITIONS (SPC)


ANNEXURE-I to SPC - Terms & Conditions for Indian Sourced Components / Services by
11.
Foreign Bidder -
12. ANNEXURE-II to SPC - Clause for Alternative Dispute Resolution -
13.
GENERAL PURCHASE CONDITIONS (GPC) (FOR INDIAN & FOREIGN BIDDERS)
14.
FORMAT FOR PERFORMANCE BANK GUARANTEE AND BANK GUARANTEE FOR
ADVANCE (FOR INDIAN & FOREIGN BIDDERS)
15.
PACKING, MARKING, SHIPPING AND DOCUMENTATION SPECIFICATION (FOR INDIAN
& FOREIGN BIDDERS)
16.
PRICE SCHEDULE FORMATS (INDIAN & FOREIGN BIDDERS)

Page 1 of 1
Sector 16, Gurugram – 122001 (Haryana), INDIA
Tel. No. : 0124- 380 2000

REQUEST FOR QUOTATION (RFQ)


(e-Bidding)

RFQ No.: AS/A927-000-YC-MR-1330/511 Date: 05.06.2017


CLIENT : CHENNAI PETROCHEMICAL CORPORATION LIMITED CPCL)
:
PROJECT BS-VI AUTO FUELS PROJECTS
ITEM : CONTROL VALVES
CATEGORY : II
DUE DATE : Up to 1200 Hrs. (IST.) on 17.07.2017
Pre-bid meeting is not envisaged. However, bidder may submit their
PRE-BID MEETING
queries, if any, latest by 19.06.2017 to Mr. Pradeep Kumar Dwivedi
(2139) , Dy. Manager (SCM) at email id pk.dwivedi@eil.co.in with
copies to d.ganesh@eil.co.in , jaydip@eil.co.in,
The resolution will be uploaded on following link
https://eprocure.gov.in/eprocure/app
At 14:00 Hrs. (IST) on 18.07.2017 or the Next day of Final Bid Due
Date whichever is later.
UNPRICE BID
OPENING: Bid details can be viewed online on the Tender portal where bids are
submitted.
(In case the bid due date happens to fall on Holiday, the next working
day shall be deemed to be due date)
PRICED BID DATE, TIME AND VENUE SHALL BE INTIMATED LATER
OPENING
DEVIATIONS NOT PERMITTED
EIL has changed its procurement philosophy wherein bids are invited on “Zero deviation
Basis”. Accordingly offer is to be submitted in complete compliance to RFQ Terms &
Conditions without any deviation. Offer with deviation shall be liable for rejection.
Hence Bidder shall ensure submission of complete bid without any deviation as per
requirement of Enquiry document in first instance itself.

Gentlemen,
1. Chennai Petroleum Corporation Limited (CPCL) wants to upgrade the existing 10.5
MMTPA Manali refinery at Chennai under BS VI up-gradation Project. Manali refinery is
located near Chennai (about 15 km from the Chennai City) in the State of Tamil Nadu.
The following major facilities are planned as part of BS VI up-gradation Project:
i. New FCC GDS unit (Capacity 0.6 MMTPA)
ii. DHDT unit (Capacity Augmentation from 1.8 to 2.4 MMTPA)
iii. New Sulphur Recovery Unit (SRU) along with common TGTU
iv. New Amine Regeneration Unit (ARU)
v. New Sour Water Stripper Unit (SWS)
vi. Utilities and Offsite Facilities
Chennai Petroleum Corporation Limited (CPCL) have awarded the work “Execution of
BS-VI Auto Fuel Projects at CPCL, Manali Refinery” to Engineers India Limited (EIL) on
Open Book Estimation (OBE) method.
Page 1 of 5
2. E-bids under single stage two bid system are requested on behalf of Engineers India
Limited (EIL) for the captioned item in total compliance to technical specifications, scope
and terms & conditions of RFQ documents/attachments.
3. All amendments, time extension, clarifications etc. will be uploaded in CPP Portal only.
Bidders should regularly visit the e-tendering website of CPP portal
https://eprocure.gov.in/eprocure/app to keep themselves updated. No extension in the
bid due date / time shall be considered on account of delay in receipt of any document
by mail/Post.
4. Bidders are required to submit their bids complete in all respects in accordance with
Instructions to Bidders (ITB) only through e-tendering website of CPP portal
(https://eprocure.gov.in/eprocure/app) on or before the bid-submission date & time
as specified above. Bidder to carefully read and understand the instructions for e-
tendering as indicated in ITB to upload their bid on e-tendering website.
Physical Bids sent through Fax/E-mail/Courier/Post will not be accepted. However,
any specific document required to be submitted in physical form as per RFQ shall also
be submitted in physical form.
5. Bidders are required to register themselves at https://eprocure.gov.in/eprocure/app. No
registration fee would be charged from the bidders.
6. Bidders to refer E-Tendering methodology enclosed with this RFQ. Various links such as
“Help for Contractor”, “Information about DSC”, “FAQ”, “Resources Required”, “Bidders
Manual Kit” etc. are available on home page of https://eprocure.gov.in/eprocure/app
facilitating vendors to participate in the bidding process. Bidder are advised to download
& utilize the available information/documents under these links for activities like
Registration in CPPP, obtaining User ID & Password, uploading & submission of e-bids
etc. Bidders are advised in their own interest to carefully go through Instructions for E-
tendering and other related document available against various help links so as to
ensure that bids are uploaded in E-tendering website well before the closing date and
time of bid submission.
7. NIC Portal mandates that the bidders are to be registered on the portal before any
enquiry can be issued to them. In order to expedite issue of enquiries, the information of
enquiry is being issued through EIL Tender Portal, however, document shall be available
on Central Public Procurement Portal. The name of bidder whose NIC ID details are
submitted/available to EIL shall be issued the enquiry and enquiry to the balance bidders
can only be issued once they will register themselves on NIC portal and provide their
registration details to EIL.
Therefore, all those vendors who have still not registered on the NIC Portal are required
to register on the same (immediately after issue of enquiry) and inform the undersigned
the registration details for facilitating issue of enquiry to them on the NIC Portal failing
which it will not be possible for them to upload their bids.
All those bidders who have not complied with the above registration requirements will
not be issued this enquiry on NIC portal and will not be eligible to bid. Request for
extension in due date of submission of bids due to non-registration or delayed
registration in NIC portal shall not be entertained.
8. The bid has to be necessarily submitted on the NIC Portal and only those bidders who
are issued the enquiry through NIC Portal will be eligible to submit their bids. In case a
bidder does not register on the NIC Portal and as a consequence, cannot be issued the
enquiry through NIC Portal, it shall be deemed that he is not interested in bidding against
this enquiry and no further correspondence will be entertained. Therefore, it is in the
interest of the bidders that they register on the NIC Portal at the earliest.
9. The vendor registration on NIC Portal is a very user friendly process. However, in case
of any doubt, the vendor may contact the undersigned. In the event of failure in bidder’s
connectivity with EIL/NIC Portal during the last few hours on account of any problem and

Page 2 of 5
they are likely to miss the deadline for bid submission in such a case no request for
extension in bid due date will not be entertained.
10. In the event of failure in bidder’s connectivity with NIC Portal during the last few hours on
account of unforeseen problem in the website or due to last moment rush, the bidder
may likely to miss the deadline for bid submission. Due date extension request due to
this reason will not be entertained. In view of the same, bidders are advised to upload
their bid in advance
11. Please submit your Acknowledgement against the RFQ on EIL’s website
http://tenders.eil.co.in within the due date & time, with reason(s) of not participating in
the bidding process in case of regret/negative acknowledgment. In case there is no
response, the bidder shall be liable for suitable action including review of their enlistment
with EIL for the subject item.
12. PRE-BID MEETING

i. Pre-bid Meeting shall be held on the scheduled date and time and at the location as
mentioned above.
ii. Bidders or their competent authorized representatives are requested to attend the
Pre-Bid Meeting so that their queries, if any, related to the RFQ document and Scope
of Work etc. can be addressed during the pre-bid meeting to enable the bidder to
submit Zero Deviation Bid.
iii. Bidders shall treat the pre-bid meeting as utmost important for their own interest and
depute competent & senior persons to understand the requirement and capable of
taking spot decision to sort out all the technical, commercial and legal issues. Bidders
are also advised to attend the pre-bid meeting along with their technical, commercial
and legal representative, if so desired, to get clarified all issues for submission of
“Zero- Deviation bid” to meet the project time schedule.
iv. Bidder may note that Bid shall be submitted on the basis of “ZERO DEVIATION” and
shall be in full compliance to the requirements of RFQ document, failing which bid
shall be considered as non-responsive and may be liable for rejection.
v. Bidders who are not attending the pre-bid meeting, it shall be considered that the
bidder has a clear understanding of the scope, specifications, terms & conditions etc.
of the RFQ document and does not have any comments/ deviations to the
requirements of the RFQ document and their offer shall be strictly as per provisions of
the RFQ document without any deviation/clarification etc.
vi. Bidders to note that EIL reserves the right not to give any opportunity to the bidder
after the final bid submission date and time for seeking any clarification or submission
of balance documents not submitted earlier. Their bid shall be evaluated as per the
documents submitted along with their bids.
vii. To make the pre-bid conference effective and result-oriented, the bidders are
requested to send their queries/clarifications, if any, as per format included in the
RFQ document through e-mail to reach EIL Gurugram Office within the date as
mentioned above. The clarifications shall be provided during the pre-bid meeting.
13. Delivery Period/Completion Period:
i. For Supply:
(a) For Indian Bidder:
Within 9 (Nine) Months on FOT Despatch Point on freight pre-paid & door
delivery basis from the date of issue of LOA. Date of Lorry Receipt (LR) or
Inspection Release Note (whichever is later) shall be considered as date of
delivery.

Page 3 of 5
(b) For Foreign Bidder:

Within 8 (Eight) Months on FOB Port of Exit basis from the date of issue of
LOA. Date of Clean bill of lading shall be considered as date of delivery.
14. Submission of authentic documents is the prime responsibility of the bidder. Wherever
EIL has concern or apprehension regarding the authenticity/ correctness of any
document, EIL reserves a right of getting the document cross verified from the document
issuing authority
15. Bidder shall not be under liquidation, court receivership or similar proceedings. Bidder to
submit Self declaration.
16. Consortium/ Unincorporated Joint Venture/ Multiple/ alternative bids shall not be
acceptable.
17. Bidder shall quote only for those Items for which they are registered with EIL as
on the date of issuance of RFQ. Items quoted other than the approved range with
EIL shall not be considered for evaluation/award.
18. Bidder should not be black listed with any PSU and should not be on holiday list
of Owner/ EIL.
19. Bidders are mandatorily required to indicate their name on each page of excel file
/ pdf file of Price Schedule while uploading the price bid.
20. Owner / EIL reserves the right to allow Micro & Small enterprises as well as MSEs
owned by SC/ ST entrepreneur, price preference as admissible under the prevailing
procurement policy for MSEs as mentioned in the RFQ document.
21. EMD & Bid Document fee is not applicable for this RFQ.
22. EIL reserves the right to use in-house information for assessment of bidder’s capability
for consideration of bid.
23. The bidder shall bear all costs associated with the preparation and submission of its bid,
and the Purchaser/EIL shall in no case be responsible or liable for such costs regardless
of the conduct or outcome of the bidding process.
24. RFQ Document is non-transferable.
25. Any modification of the RFQ document, which may become necessary as a result
of the pre-bid queries / pre bid discussion, shall be intimated to all bidders
through the issue of an Addendum/Amendment.
26. EIL reserves the right to reject any or all the bids received and to annul the bidding
process at its discretion without assigning any reason whatsoever.
27. Bidder to note that no bid due date extension is possible. Bidders are requested
to adhere to bid due date and submit their bid within the original due date & time.
28. Canvassing in any form by the Bidder or by any other agency on their behalf may lead to
disqualification of their bid.
29. Bidder should ensure correctness of prices and no change is allowed after bid due date.
Please note that supplier shall be liable to put on holiday list for non-acceptance of
award on quoted prices.
30. Bidder shall submit only one bid in the same bidding process. Bidder who submits or
participates in more than one bid to be disqualified from the bidding process.
31. Bidder cannot change basis of their offer and currency of quote after opening of their
offer.
32. Bidder to note that the Inspection shall be carried out in line with Inspection Philosophy
mentioned in RFQ Documents.

Page 4 of 5
33. Bidders are also requested to submit following Networth details in their Login of EIL’s
Tender Portal (http://tenders.eil.co.in) before downloading the Enquiry:

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


_________________
b) Net worth (Positive/ Negative) ________________
c) Upload Audited Financial Statements (Browse/ Attach) :
______________________
34. Contact person for this RFQ :
i. Mr. D. Ganesh, Sr. Engineer (SCM)
Phone no. +91-0124-3802152
E-mail ID: d.ganesh@eil.co.in
ii. Mr. Pradeep Kumar Dwivedi, Dy. Manager (SCM)
Phone no. +91-0124-3802139
E-mail ID: pk.dwivedi@eil.co.in

iii. Mr. Jaydip Purkayastha, Sr. Manager (SCM),


Phone no. +91-0124-3802104
E-mail ID: jaydip@eil.co.in

*Please specify EIL’s e-Tender No. & RFQ No. in all correspondence

THIS IS NOT AN ORDER


Very truly yours,

(Asheesh Sengupta)
DGM (SCM)
Enclosures:
RFQ documents as specified below are available at CPP Portal
(https://eprocure.gov.in/eprocure/app)

• Check list
• Bid Data Sheet and its Annexure
• Instructions to Bidders and its Annexure
• Bidding Forms
• Special Purchase Conditions (SPC) and its Annexure
• General Purchase Conditions (GPC- INDIGENOUS & IMPORTS).
• Packing, Marking, Shipping And Documentation Specifications for Indigenous& Import
materials
• Format for Performance Bank Guarantee and Bank Guarantee for Advance (FOR
INDIAN & FOREIGN BIDDERS)
• Price Schedule Formats
MATERIAL REQUISITION NO. : A927-000-YC-MR-1330 REV.A

Page 5 of 5
CHECK LIST

RFQ NO. : AS/A927-000-YC-MR-1330/511

PROJECT : BS-VI AUTO FUEL PROJECTS OF CPCL

Bidders are requested to duly fill in the checklist. This checklist gives only certain important
items to facilitate the bidder to make sure that the necessary data/information as called for in
the IFB/ RFQ document has been Uploaded by them along with their offer. This, however,
does not relieve the bidder of his responsibilities to make sure that his offer is otherwise
complete in all respects.

Please ensure compliance and tick (√) against following points:

S. NO. DESCRIPTION STATUS


1. Confirm that the following details have been Uploaded in the
Un-priced part of E-Bid :

a) Covering Letter, Letter of Submission

b) Signed and stamped of addendum / amendments (if any)

c) Bidder’s declaration that they are not under any liquidation


court receivership or similar proceedings.

d) Bidder’s declaration that they have not been banned or


delisted by any Government or Quasi Government
agencies of PSUs.

2. Confirm that all forms & formats duly filled, signed &
stamped are enclosed with the bid duly signed by
authorised person(s)
3. Confirm that the price bid has been duly filled in for each
items/ Group, signed and stamped on each page
separately.
4. Confirm that prices for additional (extended) Guarantee
Period of 1 Year over and above the Guarantee as defined
in GPC (Indigenous) Clause No. 22.2 and GPC (Import)
Clause No. 20.2.(If specified in the Enquiry Document)
5. Confirm that proper page nos. have been given in
sequential way in all the documents submitted along with
your offer with Index.
6. Confirm that any correction in the Un-priced part has been
initialled and stamped by the authorised person.

7. Confirm that any correction in the “Price Part” part has


been signed in full and stamped by the authorised person.
S. NO. DESCRIPTION STATUS
8. Confirm that annual report for latest financial year is
enclosed in the offer for financial assessment.

9. Details of Built-in CIF value, details of Import duty


included in the prices are furnished under the format
attached for the same.

10. Unpriced Copy of Price Schedule with prices blanked out


mentioning “Quoted” / “Not Quoted” (as applicable) against
each item (s)/ Group quoted / not quoted along with other
details like rate of taxes and duties considered, etc.
11. Compliance to Bid Requirement Form-A duly filled-in
signed & stamped submitted as per requirement of bidding
document.
12. Duly filled in, signed and stamped Form-B submitted as per
requirement of bidding document.

13. Integrity Pact along with Affidavit duly filled in, signed &
stamped should be uploaded

14. MSE bidder shall also submit appropriate document as


mentioned under Bidding Documents

BIDDER’S SIGNATURE:
NAME:
DESIGNATION:
DATE:
SEAL/STAMP
RFQ No.: AS/A927-000-YC-MR-1330/511 Bid Data Sheet
Item: CONTROL VALVES
BS-VI AUTO FUELS PROJECTS OF M/S CPCL Sheet 1 of 4

BID DATA SHEET


(BDS)
RFQ No.: AS/A927-000-YC-MR-1330/511 Bid Data Sheet
Item: CONTROL VALVES
BS-VI AUTO FUELS PROJECTS OF M/S CPCL Sheet 2 of 4

BID DATA SHEET


(for Limited Enquiries)

S.NO. ITB CL. NO. CONTENT

1. ITB 2.1 Enquiry Basis is: Global

2. EIL COMMITMENTS VIS-A-VIS SUPPLIER COMMITMENTS:


8. CV/PSV/ORIFICE/FLOW METER
EIL INPUTS
PR 2 weeks
SUPPLIER COMMITMENTS
Document Control Index Within 2 weeks
Progress Schedule (Bar chart)/ material Within 2 weeks
control
GAD 6 weeks
Balance drawings as per VDR 10 weeks

3. Payment Term Payment Terms shall be as per following:


1. For Indian Bidder:
A. Supply

Where the MR is for supply of materials and calls for Vendor Data
requirement:
- 5% against approval of drawings, wherever required (identified in PO/ PR)
at least in Code-2.
- 15% against identification of raw materials at Supplier’s works and
against submission of ABG of equivalent amount.
- 55% (60% where drawing/doc approval not required) against despatch
documents (along with copy of LR/GR and IRN) directly to EIL together
with full taxes, duties and transportation charges.
- 10% against receipt of material at site.
- 5% on receipt of all Final/As built Drawings/Documents/Data/Manual in
requisite number of copies/sets/CDs as per VDR specified in Purchase
Requisition.
- 10% on receipt of all material at site and on submission of E1/E2 Form
(wherever applicable).

2 For Foreign Bidder


A. Supply:

Where the MR is for supply of materials and calls for Vendor Data
RFQ No.: AS/A927-000-YC-MR-1330/511 Bid Data Sheet
Item: CONTROL VALVES
BS-VI AUTO FUELS PROJECTS OF M/S CPCL Sheet 3 of 4

Requirement: (Without site work)


- 5% against approval of drawings, wherever required (identified in PO/ PR)
at least in Code-2.
- 15% thru wire transfer against identification of raw materials at Supplier’s
works and against submission of ABG of equivalent amount
- 75% (80% in cases where drawing approval is not required) along with
100% Ocean freight (in case of CFR contracts) against shipping
documents through irrevocable Letter of Credit.
- 5% on receipt of Final/ As built Drawings/Documents/Data/Manual in
requisite number of copies/sets/CDs as per VDR specified in Purchase
Requisition through wire transfer.

2. SPC 19 Applicable Group wise.


Part Order

4. SPC 19 Applicable
Repeat Order

5. -------- The detail of Contact Persons for any query/clarification/communication, Postal


address is:
Mr. Asheesh Sengupta, DGM(SCM)
DAK RECEIPT SECTION,
ENGINEERS INDIA LIMITED
R&D COMPLEX, SECTOR-16 (On N.H.-8)
TOWER-2 (GROUND FLOOR),
GURGAON-122 001
HARYANA (INDIA)
Phone no. +91-124- 380 2152/2139/2104
E-mail ID: d.ganesh@eil.co.in, pk.dwivedi@eil.co.in, jaydip@eil.co.in,

6. ITB 12.0 Applicable


INTEGRITY PACT Integrity pact is attached in bidding document. Bidder shall submit Integrity
Pact along with Affidavit confirming that he is not involved in any case of
transgression in terms of integrity pact duly signed. Non submission of
Integrity Pact and Affidavit shall lead to rejection of bid.

7. ITB 12.2 The following two Independent External Monitors (IEMs) have been appointed by
EIL, in terms of Integrity Pact (IP).
i) Shri Nirmal Singh, IAS (Retd.),
A-81, Sector-46,
Noida-201303
Uttar Pradesh
e-mail : singhnirmal48@yahoo.com
ii) Shri K. Sekar,
“SAKTHI ILLAM”
Plot No. 12, Malar Nagar
Darasuram-612702
RFQ No.: AS/A927-000-YC-MR-1330/511 Bid Data Sheet
Item: CONTROL VALVES
BS-VI AUTO FUELS PROJECTS OF M/S CPCL Sheet 4 of 4

TanjoreDist.,Tamil Nadu
e-mail: ushasekar_2@yahoo.com

8. ITB 15.1 The currency of Bid shall be as per Special Purchase Condition only.

9. ITB 16 BID SECURITY: Not Applicbale

10. ITB 18.0 Bid shall remain valid for a period of 4 months from final / extended due date of
submission of Bid.

11. ITB 32.0 Applicable


Price preference

12. Reverse Auction Not Applicable


A927 Instructions to Bidders (ITB)_Limited
Sheet 1 of 15

INSTRUCTIONS
TO
BIDDERS (ITB)
A927 Instructions to Bidders (ITB)_Limited
Sheet 2 of 15

TABLE OF CONTENTS
A GENERAL

1.0 SCOPE OF BID .................................................................................................................... 3


2.0 ELIGIBLE BIDDERS ............................................................................................................. 3
3.0 FRAUDULENT PRACTICES ................................................................................................. 3
B CONTENTS OF BIDDING DOCUMENT ................................................................................................... 4
4.0 BIDDING DOCUMENT ......................................................................................................... 4
5.0 SITE VISIT ........................................................................................................................... 5
6.0 CLARIFICATION OF BIDDING DOCUMENT & PRE-BID MEETING ...................................... 5
7.0 AMENDMENT OF BIDDING DOCUMENT ............................................................................. 5
8.0 ACKNOWLEDGEMENT & CONFIRMATION ......................................................................... 6
C PREPARATION OF BIDS......................................................................................................................... 6
9.0 COST OF BIDDING .............................................................................................................. 6
10.0 LANGUAGE OF BID ............................................................................................................. 6
11.0 DOCUMENTS COMPRISING THE BID ................................................................................. 6
12.0 INTEGRITY PACT ................................................................................................................ 7
13.0 MULTIPLE/ALTERNATIVE BIDS .......................................................................................... 7
14.0 BID PRICES AND DISCOUNTS ............................................................................................ 8
15.0 CURRENCIES OF BID AND PAYMENT ................................................................................ 8
16.0 DOCUMENTATION FOR MSE BIDDER ................................................................................ 8
17.0 CERTIFICATION OF DOCUMENTS / SPECIAL DOCUMENTATION REQUIREMENT .......... 9
18.0 PERIOD OF VALIDITY OF BIDS ........................................................................................... 9
19.0 SPECIAL INSTRUCTIONS TO FOREIGN BIDDERS ............................................................. 9
20.0 FORMAT AND SIGNING OF BID .......................................................................................... 9
21.0 SEALING AND MARKING OF BIDS ...................................... ERROR! BOOKMARK NOT DEFINED.
22.0 DEADLINE FOR SUBMISSION OF BIDS ............................................................................ 10
23.0 LATE BIDS ......................................................................................................................... 10
24.0 WITHDRAWAL, SUBSTITUTION, AND MODIFICATION OF BIDS ...................................... 10
25.0 BID OPENING .................................................................................................................... 10
D EVALUATION AND COMPARISON OF BIDS ........................................................................................ 11
26.0 CONFIDENTIALITY ............................................................................................................ 11
27.0 ZERO DEVIATION.............................................................................................................. 11
28.0 DETERMINATION OF RESPONSIVENESS........................................................................ 11
29.0 CLARIFICATION OF BIDS .................................................................................................. 11
30.0 EVALUATION OF TECHNO-COMMERCIAL BIDS .............................................................. 12
31.0 PREFERENCE TO MICRO OR SMALL ENTERPRISES...................................................... 12
32.0 OPENING OF PRICE BID ................................................................................................... 13
33.0 CORRECTION OF ARITHMETICAL ERRORS .................................................................... 13
34.0 CONVERSION TO SINGLE CURRENCY ............................................................................ 14
35.0 EVALUATION AND COMPARISON OF PRICE BIDS .......................................................... 14
36.0 EIL’S RIGHT TO ACCEPT ANY BID, AND TO REJECT ANY OR ALL BIDS ......................... 14
E AWARD OF CONTRACT ....................................................................................................................... 15
37.0 AWARD CRITERIA ............................................................................................................. 15
38.0 NOTIFICATION OF AWARD ............................................................................................... 15
39.0 CONTRACT PERFORMANCE BANK GUARANTEE ........................................................... 15
40.0 SINGLE POINT RESPONSIBILITY OF THE SUPPLIER ...................................................... 15
41.0 ADDITIONAL PROVISIONS FOR IMPORTS ....................................................................... 15
A927 Instructions to Bidders (ITB)_Limited
Sheet 3 of 15

A GENERAL
1.0 SCOPE OF BID
1.1 In connection with the Request for Quotation (RFQ), Engineers India Limited (EIL) invites e-Bid(s),
under single stage two bid system, for the scope of supply and services covered under the Bidding
Document.
1.2 Throughout the Bidding Document:
(a) The PURCHASER means Engineers India Limited, a company incorporated in India having
its registered office at Engineers India Bhawan, 1, Bhikaiji Cama Place, RK Puram, New
Delhi-110066 and shall include its successors and assignees.
(b) CLIENT/ OWNER: Client/ Owner means Project Owner as mentioned in RFQ.
(c) except where the context requires otherwise, words indicating the singular also include the
plural and words indicating the plural also include the singular; and word written in capital
or small letter or where the first letter capital have the same meaning; and
(d) “day” means calendar day.
2.0 ELIGIBLE BIDDERS
2.1 A bidder may be a firm or a company, who have been issued the Enquiry /RFQ Document on
Limited Competitive Basis.
2.2 The bidders who are on Holiday/ Negative list of Client / EIL on due date of submission of bid /
during-the process of evaluation of the bids, the offers of such bidders shall not be considered for
bid opening/evaluation/Award.
2.3 The bidding is open only to the bidders to whom Enquiry Document has been issued.
2.4 Further, in case of consortium (if applicable), if any of the member(s) of consortium is on holiday/
Negative list of Client / EIL on due date of submission of bid / during-the process of evaluation of
the bids, the offers of such consortium shall not be considered for bid opening/evaluation/Award.
2.5 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.
3.0 FRAUDULENT PRACTICES
3.1 The Owner requires that Bidders/ Vendors/ Supplier observe the highest standard of ethics during
the award/ execution of Contract. "Fraudulent Practice" means a misrepresentation of facts in
order to influence the award of a Contract to the detriment of the Owner, and includes collusive
practice among bidders (prior to or after bid submission) designed to establish bid prices at
artificial non-competitive levels and to deprive the owner of the benefits of free and open
competition.
3.2 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
Bid Security.
3.3 In case, the information/ document furnished by the Bidder/ Vendor/ Supplier 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
A927 Instructions to Bidders (ITB)_Limited
Sheet 4 of 15

Bidder/ Vendor/ Supplier without any prejudice to other rights available to Owner under the
contract such as forfeiture of CPBG/ Security Deposit, withholding of payment etc.
3.4 In case, this issue of submission of false documents comes to the notice after execution of
supply/work, Owner shall have full right to forfeit any amount due to the Bidder/ Vendor/ Supplier
along with forfeiture of CPBG / Security deposit furnished by the bidder/vendor/Supplier.
3.5 Further, such bidder/ vendor/ Supplier shall be put on Blacklist/ Holiday/ Negative List of Owner
debarring them from future business with Owner for a time period, as per the prevailing policy in
EIL.
B CONTENTS OF BIDDING DOCUMENT
4.0 BIDDING DOCUMENT
4.1 The Bidding Document shall in general consist of the following and should be read in conjunction
with any amendment issued in accordance with Clause No. 7.0 of ITB.
i. Request for Quotation (RFQ)
ii. Bid Data Sheet (BDS)
iii. Instructions to Bidders and its Annexures
iv. Bidding Forms
v. Special Purchase Conditions (SPC)
vi. General Purchase Conditions (GPC)
vii. Format for Performance Bank Guarantee and Bank Guarantee for Advance
viii. Packing, Marking, Shipping and Documentation Specification
ix. Additional Documents Mentioned in BDS
x. Price Schedule
xi. Material Requisition (MR)
4.2 Although all the details presented in this Bidding Document have been compiled with reasonable
care, the bidder is expected to examine the Bidding Document, including all instructions, forms,
terms, specifications and drawings in the Bidding Document and it includes all the documents as
per Table of Contents. In case of any ambiguity or incompleteness, the bidder must bring it to the
attention of EIL immediately and prior to submission of Bid.
4.3 Order of precedence
The documents forming the Purchase Order are to be taken as mutually explanatory of one
another. If there is an ambiguity or discrepancy in the Term & Conditions defined in the various
documents, the order of Precedence shall be as follows:
i. Purchase Order and its enclosures along with Purchase Requisition
ii. Amendment to Bidding Document, if any
iii. Request for Quotation (RFQ)
iv. Bid Data Sheet
v. Job Specifications
vi. Drawings
vii. Special Purchase Conditions (SPC)
viii. Technical specifications
A927 Instructions to Bidders (ITB)_Limited
Sheet 5 of 15

ix. Instructions to Bidders (ITB)


x. General Purchase Conditions (GPC) & Packing, Marking, Shipping and
Documentation Specification
xi. Other Documents
A variation or amendment issued after the execution of the formal contract shall take precedence
over respective clauses of the formal contract and its Annexure.
5.0 SITE VISIT
5.1 For Scope involving Site Work, bidder, if required, may visit and examine the Project Site and its
surroundings and obtain for itself on its own responsibility all information that may be necessary for
preparing the bid. All costs towards the same including the cost of visiting the Site shall be at the
bidder’s own expense.
5.2 Bidder and any of its personnel will be granted permission by EIL/Client to enter upon its premises
and lands/ Project Site for the purpose of such visit, but only upon the express condition that the
bidder and its personnel will relieve and indemnify EIL/Client and its personnel from and against all
liability in respect thereof, and will be responsible for death or personal injury, loss of or damage to
property, and any other loss, damage, costs, and expenses incurred as a result of the inspection.
6.0 CLARIFICATION OF BIDDING DOCUMENT & PRE-BID MEETING
6.1 The enquiry is issued on “Zero Deviation Bidding” basis wherein no post bid correspondence of
any nature may be entertained. Bidders in their own interest are advised to take part in the pre-bid
meeting seriously by issuing their genuine queries and also by attending the pre-bid meeting by
their competent personnel. This will help bidder not only to cut short of the evaluation time leading
to requirement of shorter bid validity but also enable them to submit their best prices based on the
clear techno-commercial scope.
6.2 Bidder shall submit their queries strictly within cut-off date after which, EIL shall reserve the right
not to entertain any queries.
6.3 Pre-bid meeting shall be attended by competent representative(s) of the bidder.
6.4 Conclusion agreed in this meeting shall be uploaded as “Record Notes of Pre-bid Meeting / Reply
to Pre-bid Queries” on EIL Tender portal. Record Notes of Pre-bid Meeting/Reply to Pre-bid
Queries shall be considered as part of Bidding Document.
6.5 The bidders may carry their qualification documents in case they desire them to be reviewed by
EIL officials during the pre-bid meeting.
6.6 Based on the pre-bid discussions, No-deviation form/techno-commercial compliance shall be
signed and submitted by the bidders as part of their offer. After pre-bid meeting, no deviation shall
be accepted and if any deviation is found in the bid of such bidder, their offer shall be liable to be
rejected without raising any technical/ commercial queries.
6.7 In case of group wise/basket evaluation, the final group/basket to be quoted by the bidders may be
revised post pre-bid meetings. In view of the same, along with the pre-bid queries, bidders may
submit the details of the equipment/items out of a group for which they can meet MR/Technical
specifications, enabling EIL to take suitable decision on revising group/basket.
7.0 AMENDMENT OF BIDDING DOCUMENT
7.1 At any time prior to the deadline for submission of bids, EIL may, for any reason whether at his
own initiative or in response to the clarification requested by the prospective bidder(s), issue
amendment in the form of Amendment/ Addendum.
7.2 Any addendum issued shall be part of the Bidding Documents and shall be uploaded on Tender
portal.
A927 Instructions to Bidders (ITB)_Limited
Sheet 6 of 15

7.3 To give bidders reasonable time in which to take an addendum into account in preparing their bids,
EIL may extend the deadline for the submission of bids, pursuant to Clause No. D 22.2 of ITB.
7.4 EIL may also for any reason issue amendment subsequent to receiving the bids. Any amendment
thus issued shall become part of Bidding Document. Bidder shall follow the instructions issued
along with Amendment with regard to submission of impact on quoted price / revised price, if any.
8.0 ACKNOWLEDGEMENT & CONFIRMATION
8.1 Within 3 days of downloading of Bidding Document, bidder shall acknowledge and confirm his
intention to bid for the requested item/work on EIL website http://tenders.eil.co.in.
8.2 Bidders should respond to this enquiry either by submitting their bids or by explaining the reason
for non-submission of the offer. In case there is no response either way continuously, the bidder
shall be liable for suitable action including review of their enlistment with EIL for that particular
item.
C PREPARATION OF BIDS
9.0 COST OF BIDDING
9.1 Bidder shall bear all costs associated with the preparation and submission of its Bid, and EIL shall
not be responsible or liable for those costs, regardless of the conduct or outcome of the bidding
process.
10.0 LANGUAGE OF BID
10.1 The Bid, as well as all correspondence and documents relating to the bid exchanged by the bidder
and EIL, shall be in the English language. Supporting documents and printed literature that are
part of the Bid may be in another language provided they are accompanied by an accurate
translation of the relevant passages in the English language, in which case, for purposes of
interpretation of the Bid, such translation shall govern.
11.0 DOCUMENTS COMPRISING THE BID
Electronic Bids (e-bid) in two parts i.e. PART-I (Techno-commercial part)& PART-II (Priced part) as
detailed below shall be submitted in e-tendering portal in accordance with the instructions and
terms & conditions of the Bidding Document.
11.1 PART - I -TECHNO-COMMERCIAL/ UNPRICED BID
(a) Offer Covering letter (in bidder’s letter head).
(b) Techno-Commercial compliance to terms & Conditions of Bidding Document (Form-A).
(c) Salient Feature of offer giving basic details and confirmation etc. (Form-B).
(d) Bank Certified Mandate Form as per Form-C, duly signed and stamped with the Banker’s
certification along with cancelled cheque.
(e) Unpriced copy of Price Schedule (available in the RAR format on Tender portal) Indicating
‘Quoted’ for the “Price” column and ‘NQ’ for “not quoted”.
(f) Scanned copy of MSE Documents, if applicable.
(g) Integrity Pact and affidavit in accordance with Clause 12.0 of ITB.
(h) Scanned copy of Addendum / Amendment (if any).
(i) Technical Compliance/ datasheets/ documents, required as per Material Requisition.
(j) Declaration by bidder regarding Black listing/ Holiday listing etc. (FORM–F)
(k) Compliance to requirement of PAN, Tax Residency Certificate and Form no.10F as per
relevant forms provided in Bidding Forms (applicable for foreign bidder in case of services in
India is required as per scope of Bidding Document);
A927 Instructions to Bidders (ITB)_Limited
Sheet 7 of 15

(l) Details of Built-in CIF Value of Import Content with itemwise details & rates of Customs Duty
considered as per FORMAT-CIF/CD, if applicable.
(m) Any other document required as per Technical Specifications; and
(n) Any other document as required in RFQ/ BDS.
Note: The above shall be uploaded in “PREQUAL/ TECHNICAL” folder in e-tendering portal.

11.2 PART-II (Priced Bid)


Containing only prices duly filled in the prescribed price schedule excel format and other formats
provided in the Bidding Document, consisting of the following:
(a) Prices in Price Schedule Format (available in the RAR format which is uploaded on
Tender portal).
Note: 1. Part-II shall be uploaded in “FINANCE” folder in e-tendering portal
2. Deviation to terms & conditions, presumptions etc. shall not be stipulated in Priced part of bid. In
case of any conditions stipulated in price bid, the bids of such bidders shall be summarily
rejected and shall not be considered for further evaluation. Evaluation shall be carried out
excluding such bidder(s).
3. Bids shall be submitted by the bidder through e-tendering portal using their digital signature.
However, in case foreign bidder not possessing the digital signature can authorize their Indian
representative to use the representative’s digital signature to download the bidding document
and upload the bid on behalf of foreign bidder.
4. All documents uploaded in the e-tendering portal shall be deemed considered digitally signed
documents by the authorized signatory of the bidder holding Power of Attorney.
12.0 INTEGRITY PACT
12.1 Bidder shall submit, the scanned copy of the Integrity Pact duly signed and stamped in token of
compliance in Part-I of the Bid (enclosed as Annexure-II to this ITB), wherever required as per
Bid Data Sheet. Non submission of Integrity pact shall lead to rejection of the bid. Copy of the
Integrity Pact is provided in Bidding Forms.
12.2 The detail of Independent External Monitors (IEMs), appointed by EIL, in terms of Integrity Pact
(IP) is specified in the BDS.
12.3 The bidder shall be required to furnish an affidavit confirming that he is not involved in any case of
transgression in terms of integrity pact on a non-judicial stamp paper of value Rs.10/-. Non
submission of the same shall lead to rejection of the bid.
13.0 MULTIPLE/ALTERNATIVE BIDS
13.1 A bidder (i.e., the bidding entity) shall, on no account submit more than one bid either directly (as a
single bidder or as a member of consortium) or indirectly (as a sub-contractor) failing which
following actions shall be initiated:
i) All bids submitted by such bidder (say ‘A’) directly or indirectly, shall stand rejected and
EMD, if any, in case of direct bid submitted by bidder ‘A’ shall be forfeited.
13.2 If another bidder (say ‘B’) has proposed bidder ‘A’ as a sub-contractor then bidder ‘B’’s bid shall
also be rejected. However, in case the bidder ‘B’ has also proposed an alternative sub-contractor
who is other than the bidder ‘A’, then bidder ‘B’’s bid shall be evaluated with the proposed
alternative sub-contractor only. Hence, every bidder shall ensure in his own interest that his
proposed sub-contractor is not submitting alternative/ multiple bids.
A927 Instructions to Bidders (ITB)_Limited
Sheet 8 of 15

14.0 BID PRICES AND DISCOUNTS


14.1 The prices must be quoted strictly in the format provided in the Bidding Document. Conditional
discount, if offered, shall not be considered for evaluation.
14.2 Rates/ prices quoted by the bidder shall remain FIRM, FIXED AND VALID till the completion of the
scope of supply/Works (as applicable) and will not be subject to variation on any account except
as otherwise specifically provided in the Bidding Documents.
14.3 All duties, taxes, and other levies payable shall be as per Special Purchase Conditions (SPC).
15.0 CURRENCIES OF BID AND PAYMENT
15.1 Currency of bid shall be as specified in Special Purchase Conditions. Payment shall be made in
respective currency of quote only.
16.0 DOCUMENTATION FOR MSE BIDDER
16.1 MSE bidder shall submit the following:
i) Documentary evidence that the Bidder is a Micro or Small Enterprises registered with District
Industries Centers or Khadi and Village Industries Commission or Khadi and Village Industries
Board or Coir Board or National Small Industries Corporation or Directorate of Handicrafts and
Handloom or UdyogAadhar Memorandum or any other body specified by Ministry of Micro,
Small and Medium Enterprises.
ii) If the MSE is owned by SC/ST Entrepreneurs, the bidder shall furnish appropriate
documentary evidence in this regard.
16.2 Definition of MSEs owned by SC/ST Entrepreneurs shall be specified as follows:
i) In case of proprietary MSE, proprietor should be SC/ST.
ii) In case of partnership MSE, the SC/ST partner(s) should be holding at least 51% shares in the
unit.
iii) In case of Private Limited Companies, at least 51% share shall be held by SC/ST promoters.
16.3 In order for MSE owned by SC/ST Entrepreneurs to qualify for benefits available under Public
Procurement Policy for MSEs order 2012, the MSE shall additionally submit a relevant SC/ ST
certificate in the name of SC/ ST proprietor or partner(s) holding minimum 51% shares in case of
partnership or person(s) holding minimum 51% shares in Private limited companies, issued by any
of the following:
i) District Magistrate/ Additional District Magistrate/ Collector/ Deputy Commissioner/ Deputy
Collector/ Ist Class Stipendiary Magistrate/ City Magistrate/ Sub-Divisional Magistrate/ Taluka
Magistrate/ Executive Magistrate/ Extra Assistant Commissioner (not below the rank of Ist
Class Stipendiary Magistrate).
ii) Chief Presidency Magistrate/ Additional Chief Presidency Magistrate/ Presidency Magistrate.
iii) Revenue Officers not below the rank of Tehsildar
iv) Sub-Divisional Officer of the area where the candidate and/ or his family normally resides.
v) Administrator/ Secretatry to Administrator/ Development Officer (Lakshdweep Islands)
16.4 If the MSE bidder does not provide the appropriate document or any evidence to substantiate the
above, then it will be presumed that he does not qualify for any preference admissible in the Public
Procurement Policy, 2012.
16.5 The scanned copy (duly certified) of the above shall be uploaded by the Bidder in e-tendering
website.
A927 Instructions to Bidders (ITB)_Limited
Sheet 9 of 15

17.0 CERTIFICATION OF DOCUMENTS / SPECIAL DOCUMENTATION REQUIREMENT


17.1 In the event of submission of any document/ certificate by the bidder in a language other than
English, the bidder shall also get the same translated into English and submit the same after
getting the translation duly authenticated by any one of the following:
a) Local chamber of commerce,
b) Indian embassy in bidder’s country,
c) Any government approved translator/agency,
d) Notary Public / Apostille in bidder’s country.
17.2 Submission of authentic documents is the prime responsibility of the bidder. Bidders should ensure
submission of complete information / documentation in the first instance itself.
17.3 Wherever EIL has concern or apprehension regarding the authenticity/ correctness of any
document, EIL reserves the rights of getting the document cross verified from the document
issuing authority.
18.0 PERIOD OF VALIDITY OF BIDS
18.1 Bids shall remain valid for the period specified in the BDS after the bid submission deadline date
prescribed by EIL in accordance with ITB. A bid with shorter validity period shall be rejected by EIL
as non-responsive. Bidders shall not be entitled during the above period, without the consent of
EIL in writing, to revoke or cancel their Bid or to vary the Bid given or any term thereof. In case of
bidders revoking or cancelling their Bid or varying any terms in regard thereof without the consent
of EIL in writing, EIL shall forfeit Bid security, submitted along with the bid and shall reject their
bids. Such Bidder may also be put on Holiday list/ Negative List.
18.2 In exceptional circumstances, prior to the expiration of the bid validity period, EIL may request
bidders to extend the period of validity of their bids. The request and the responses shall be made
in writing. A bidder may refuse the request after which their offer will not be considered for further
evaluation. A bidder granting the request shall not be permitted to modify its bid.
19.0 SPECIAL INSTRUCTIONS TO FOREIGN BIDDERS
19.1 The bidder must ascertain and confirm along with supporting documents in the bid, if any Customs
Duty exemption / waiver is applicable to the products being supplied by him under any multi-lateral
/ bi-lateraltrade agreement between India and bidder's country.
19.2 The bidder shall be liable to provide all documentation to ensure availment of the exemption /
waiver. In case, the bidder defaults on this due to any reason, whatsoever, he shall be liable to
bear the incremental Customs Duty applicable, if any.
19.3 Any Customs Duty applicability on account of any change in the bi-lateral / multi-lateral agreement
shall be to bidder's account.
19.4 Documentation to be furnished for availing the exemption / waiver of Customs Duty shall be
specifically listed in the Letter of Credit also as the pre-requisite for release of payment against
shipping documents and this documentation shall necessarily form a part of shipping documents.
20.0 FORMAT AND SIGNING OF BID
20.1 The e-bid shall be uploaded duly digitally signed (e-signed) using the digital signature of a person
duly authorized to sign on behalf of the bidder. The digital signature used for signing the bid shall
be issued in the name of such authorized person and the certificate details, available from the
signed documents, should indicate the details of the signatories.

D SUBMISSION AND OPENING OF BIDS


A927 Instructions to Bidders (ITB)_Limited
Sheet 10 of 15

.
21.0 DEADLINE FOR SUBMISSION OF BIDS
21.1 Bidders shall submit their bids (Part-I & Part-II) electronically in the e-tendering portal, within the
date and time specified in the RFQ Covering Letter or any extension thereof. Bidders submitting
bids electronically shall follow the electronic bid submission procedures enclosed as Annexure-I
to this ITB.
21.2 EIL may, at its discretion, extend the deadline for the submission of bids by amending the Bidding
Documents in accordance with Clause No.7.0 of ITB, in which case all rights and obligations of EIL
and bidders previously subject to the deadline shall thereafter be subject to the deadline as
extended.
22.0 LATE BIDS
22.1 E-tendering system shall close immediately after the deadline for submission of bid. Any bids
being submitted in physical form shall not be considered for opening / evaluation / award and will
be returned to such bidders.
23.0 WITHDRAWAL, SUBSTITUTION, AND MODIFICATION OF BIDS
23.1 The bidder may modify, re-submit or withdraw its e-bid after the bid submission, but, before the
due date and time for submission of Bid following the electronic bid submission procedures.
23.2 No bid shall be withdrawn, substituted, or modified in the interval between the deadline for
submission of bids and the expiration of the period of bid validity or any extension thereof.
24.0 BID OPENING
24.1 EIL shall open all bids received in the e-tendering portal except bidders who are on
holiday/negative list
24.2 The order of part wise opening of bids shall be as follows;
i. On scheduled date and time of UNPRICED bid opening,
ii. Opening of documents of part–I, submitted in electronic form shall be processed on the e-
Procurement module of the e-tendering portal.
iii. Part-II of bid of only those bidders whose bids is determined to be technically and
commercially acceptable by EIL shall be opened. Bidders selected for opening of their priced
bids shall be informed about the date, time and place of price bid opening.
24.3 If a supplier / an agency is placed on holiday/ negative/ suspension/ banning list of EIL or Client
after issue of enquiry but before unpriced bid opening, their bid will not be opened. If a supplier /
an agency is placed on holiday/ negative list/suspension/ banning after opening of unpriced bids
but before opening of priced bids, further evaluation shall be stopped and the corresponding priced
bid will not be opened.
If a supplier/ an agency is placed on holiday/ negative list/suspension/banning after opening of
priced bids and such a supplier/ agency happens to be the lowest bidder, the enquiry shall be
refloated for the items/ parts for which the bidder is lowest.
Also, a confirmation shall be obtained in the bid from the bidder that they are not on Holiday/
Negative/suspension/banning list of or black listed by any Central Government Department/
Central Public Sector on due date of submission of bid. However, this shall be for information only
and shall not be rejection criteria. In case, this information is not provided or provided falsely, the
bid shall be rejected
NOTE: The bidders who have submitted their bid will be able to view online the name & status of
all the bidders at their respective windows, after bid opening by EIL. Accordingly, online opening
A927 Instructions to Bidders (ITB)_Limited
Sheet 11 of 15

as above, will be deemed as opened in public and there will be no separate public opening.
Hence, bidders will not be called during opening of the bids.
D EVALUATION AND COMPARISON OF BIDS
25.0 CONFIDENTIALITY
25.1 A bidder may seek clarification regarding the Bidding Document provisions, bidding process and /
or rejection of his bid. EIL shall respond to such requests within a reasonable time. However, such
information relating to the evaluation of bids and recommendation of award shall not be disclosed
to any other persons not officially concerned with the bidding process.
25.2 Any attempt by a bidder to influence EIL in the evaluation of the bids or award decisions shall
render their Bid liable for rejection.
25.3 Notwithstanding Clause No.25.2 of ITB, from the time of bid opening to the time of placement of
Order, if a bidder wishes to contact EIL on any matter related to the bidding process, it shall done
so in writing only.
26.0 ZERO DEVIATION
26.1 Bid shall be submitted as “Zero deviation Basis”. Accordingly offer is to be submitted in complete
compliance to Terms & Conditions of Bidding Document without any deviation. Offer with deviation
may be liable for rejection without any further correspondence.
In view of this Bidder shall ensure submission of complete bid without any deviation as per
requirement of Bidding Document in first instance itself.
27.0 DETERMINATION OF RESPONSIVENESS
27.1 EIL’s determination of a bid’s responsiveness is to be based on the contents of the bid itself, as
defined in Clause 11.0 of ITB.
27.2 A substantially responsive bid is one that meets the requirements of the Bidding Documents
without deviation.
27.3 Bidder should not be under liquidation, court receivership or similar proceedings. Bidder
shall submit self-Declaration Form-F in this regard.
27.4 In case Bidder(s) affirms that present litigations/arbitrations have impact on their
obligations to perform the Contract or doesn’t provide the affirmations as above, their bids
shall be rejected.
28.0 CLARIFICATION OF BIDS
28.1 Bidders should ensure that the Bid submitted is substantially responsive Bid in the first instance
itself. Evaluation may be completed based on the content of the Bid itself without seeking any
subsequent additional information, which may result in rejection of Bid. However, EIL may, at its
discretion, may request bidder to submit the necessary information or documentation, within a
reasonable period of time, to withdraw deviation, reservation, or rectify omission in the bid related
to documentation requirements. Requesting information or documentation on such account shall
not be related to any aspect of the price of the Bid. EIL’s request for clarification and the response
shall be in writing.
28.2 No change, including any voluntary increase or decrease, in the prices or substance of the bid
shall be sought, offered, or permitted. Bidder shall not be allowed to submit any price implication or
revised price after submission of Bid unless the same is called for by EIL in writing.
28.3 If a bidder does not provide clarifications of its bid by the date and time set in EIL’s request for
clarification, its bid shall be evaluated with available information which may result in rejection of
their bid.
A927 Instructions to Bidders (ITB)_Limited
Sheet 12 of 15

29.0 EVALUATION OF TECHNO-COMMERCIAL BIDS


29.1 Prior to price opening of bids, EIL will determine whether each bid is accompanied with requisite
documents;
(i) Fulfils the technical, financial and other requirements as specified in the Bidding Document;
(ii) Bid’s responsivenessin accordance with Clause No. 27.0 of ITB and clarifications thereafter,
if any;
(iii) Any other relevant factor, if any that EIL deemed necessary or prudent to be taken into
consideration.
29.2 EIL reserves the right to use in-house information for assessment of capability of bidder and their
performance on jobs completed/ in progress for evaluation purpose.
29.3 Bidders who are enlisted with EIL are required to quote as per their capabilities registered with EIL
(applicable in case of limited enquiries)
29.4 Any unsolicited reduction in price offered by a bidder within the bid validity by way of discount or
revised prices, subsequent to the bid due date, shall not be taken into account for comparison.
However, such reduction in price shall be taken into account for ordering if such bidder happens to
be recommended as per the originally quoted prices.
29.5 In the event of any unsolicited price increase sought by any bidder, subsequent to the bid due
date, the bid of such a bidder shall be rejected, in case the bidder does not agree to withdraw the
price increase. In case, price increase is sought by the L1 bidder after priced bid opening and the
bidder does not agree to withdraw the price increase, the order shall not be placed with price
increase and the enquiry shall be re-floated.
29.6 Wherever, decision is taken to reject a bid, EMD, if submitted, by the Bidder, shall also be forfeited
and case shall be referred to PDD for appropriate action as per procedure.
30.0 PREFERENCE TO MICRO OR SMALL ENTERPRISES
30.1 Preference, if applicable to MSEs, shall be as per BDS.
a) For claiming price preference against enquiries in which provision of price preference
is to be extended to the MSE Bidders, the MSE certificate should be valid as on date of
un-priced bid opening.
b) In RFQs, participating Micro and Small Enterprises having evaluated price within price
brand of L1 (evaluated price) + 15% shall also be allowed to supply a portion of
requirement by bringing down their prices to L1 (evaluated) price in a situation where
L1 price is from someone other than a micro and small enterprises and such micro and
small enterprises shall be allowed to supply up to 20% of the total tendered value. In
case of more than one such Micro and Small Enterprises, the supply shall be shared
proportionately (to tendered quantity). Further, out of above 20%, 4% (20% of 20%)
shall be from MSEs owned by SC/ST entrepreneurs. This quota is to be transferred to
other MSEs in case of non-availability of MSEs owned by SC/ST entrepreneurs. It is
clarified that in case, 20% quantity works out to a fraction of quantity, MSEs shall be
considered for next higher quantity.
Accordingly, the quoted prices against various items of MR shall remain valid in case
of splitting of quantities of the items in view of the same.
However, in case where quantity against a line item cannot be split (i.e. minimum 20%
to MSEs) or items with single quantity or in group item, the complete line item/group
shall be awarded on MSE bidder within the price range of L1 bidder’s evaluated
price+15% subject to their matching L1 bidder’s price. First, the MSE Bidder next to the
price of L1 Bidder shall be considered for price preference. In case that MSE Bidder,
does not match the price, next MSE Bidder (within the price range of L1 Bidder + 15%)
A927 Instructions to Bidders (ITB)_Limited
Sheet 13 of 15

shall be considered for matching the L1 Bidder prices and so on. Accordingly, the MSE
Bidder who matches the price of L1 Bidder, shall be considered for award of contract.
30.2 If the MSE is owned by SC/ST Entrepreneurs, the bidder shall furnish appropriate documentary
evidence in this regard.
Definition of MSEs owned by SC/ST Entrepreneurs shall be specified as follows:
• In case of proprietary MSE, proprietor should be SC/ST.
• In case of partnership MSE, the SC/ST partner(s) should be holding at least 51% shares in
the unit.
• In case of Private Limited Companies, at least 51% share shall be held by SC/ST share
holder(s).
In order for MSE owned by SC/ST Entrepreneurs to qualify for benefits available under Public
Procurement Policy for MSEs order 2012, the MSE shall additionally submit a relevant SC/ ST
certificate in the name of SC/ ST proprietor or partner(s) holding minimum 51% shares in case
of partnership or person(s) holding minimum 51% shares in limited companies, issued by any
of the following:
• District Magistrate/ Additional District Magistrate/ Collector/ Deputy Commissioner/ Deputy
Collector/ Ist Class Stipendiary Magistrate/ City Magistrate/ Sub-Divisional Magistrate/
Taluka Magistrate/ Executive Magistrate/ Extra Assistant Commissioner (not below the
rank of Ist Class Stipendiary Magistrate).
• Chief Presidency Magistrate/ Additional Chief Presidency Magistrate/ Presidency
Magistrate.
• Revenue Officers not below the rank of Tehsildar
• Sub-Divisional Officer of the area where the candidate and/ or his family normally resides.
Administrator/ Secretatry to Administrator/ Development Officer (Lakshdweep Islands)
If the MSE bidder does not provide the appropriate document or any evidence to substantiate the
above, then it will be presumed that he does not qualify for any preference admissible in the Public
Procurement Policy, 2012.
30.3 Above preference to MSEs shall not be applicable to MRs where Site Work is also included in the
scope.
30.4 For facilitating promotion and development of micro and small enterprises, EIL is committed to
promote the procurement of supplies/ services from MSEs in Orders/ contracts awarded by EIL.
Accordingly, bidders are also encouraged to promote the same by considering MSE sub-
suppliers/Contractors to the extent possible under the Orders/ Contracts awarded on them by EIL.
After award of item/work, Supplier/Contractor shall furnish a statement along-with copies of orders/
FOAs placed by them on their sub-suppliers/ sub-Supplier/Contractors who are MSEs, to EIL
Project Manager/ RCM, as applicable.
31.0 OPENING OF PRICE BID
31.1 Priced Bid (Part-II) of only those bidders whose bids is determined to be technically and
commercially acceptable by EIL shall be opened. Bidders selected for opening of their priced bids
shall be informed about the date, time and place of price bid opening.
32.0 CORRECTION OF ARITHMETICAL ERRORS
32.1 EIL shall correct arithmetical errors on the following basis:
A927 Instructions to Bidders (ITB)_Limited
Sheet 14 of 15

The prices quoted by bidders shall be checked for arithmetic correction, if any, based on rate and
amount filled by the bidder in the price schedule formats. If some discrepancies are found between
the Unit rate and Total amount, the total amount shall be corrected as per the following procedure,
which shall be binding upon the bidder:
Where there is a discrepancy between the unit rate of line Item and total amount of the line item
resulting from multiplying the unit rate by the quantity, the unit rate as quoted shall prevail and the
total amount shall be corrected.
32.2 Bidders shall be requested to accept correction of arithmetical errors. Failure to accept the
correction in accordance with Clause No.32.1 of ITB, shall result in the rejection of the Bid and
forfeiture of Bid Security, if applicable.
33.0 CONVERSION TO SINGLE CURRENCY
33.1 Wherever BDS permits bidder to quote prices in more than one currency. For evaluation and
comparison purposes, the currency(ies) of the Bid shall be converted into a single currency, and
that will be Indian Rupees considering the SBI Bill selling exchange rate as per the provision
defined in Special Purchase Conditions/BDS.
34.0 EVALUATION AND COMPARISON OF PRICE BIDS
34.1 EIL shall compare the price bids based on the evaluation methodology and loading criteria, if any,
provided in SPC to determine the lowest evaluated bid.
34.2 Conditional discount, if offered, shall not be considered for evaluation.
34.3 Any uncalled for lump-sum/ percentage or adhoc reduction/ increase in prices, offered by the
Bidders after opening of the prices, shall not be considered. However, if reduction is from the
recommended Bidder, such reduction shall be taken into account for arriving at the order value
and not for evaluation purpose.
34.4 In view of zero deviation bidding, in case of MRs (group/ basket/ block/ itemwise) / Lumpsum
tenders, if a bidder has not quoted any part/component/ freight etc, the bid of such a bidder for the
corresponding group/ basket/ block/ item (or the entire MR/ lumpsum tender, in case there is only
one group/ block) shall stand rejected. However, EIL reserve the right to ask the bidder to absorb
the same.
34.5 SHIFTING OF ORDER
Based on the lowest evaluated item wise prices out of the techno-commercial acceptable bidders,
the shifting of order shall be carried out provided the following conditions are met:
a) Shifting shall be done only if shifting cost of each order is up to INR 2,00,000/-.
b) Shifting shall not be resorted to if the value is more than 25% of the total order value of the
recommendation. However, this ceiling will not be applicable where total order value of
recommendation is up to INR 8,00,000/-.
c) In case the order value on L1 bidder is more than INR 5,00,000/- then shifting shall not be
resorted.
With above shifting the selected bidder for award will be deemed to be L1 bidder.
34.6 Preference to MSEs, if applicable as per BDS, shall be carried out to distribute the item / quantity.
35.0 EIL’S RIGHT TO ACCEPT ANY BID, AND TO REJECT ANY OR ALL BIDS
35.1 EIL reserves the right to accept or reject any or all the bids at his discretion and may annul the
Bidding process, without thereby incurring any liability to bidders.
A927 Instructions to Bidders (ITB)_Limited
Sheet 15 of 15

E AWARD OF CONTRACT
36.0 AWARD CRITERIA
36.1 Pursuant to clause no. 34.0 and Clause 35.1 of ITB, the EIL shall place Purchase order to the
bidder(s) who has (have) been determined to be the lowest successful bidder(s) for item(s) /
Group(s) of MR as per the item wise / GroupWise ordering philosophy defined in MR / Price
Schedule. However, if in the opinion of EIL, the total price or certain item rates quoted by the
lowest evaluated bidder are considered high, EIL may invite such bidder for price negotiation.
Lowest quoted bidder shall attend such negotiation meetings and if requested by EIL shall provide
the analysis of rates/break-up of amount quoted by him for any or all items of Price Schedule
Format to demonstrate the reasonability. As a result of negotiation, bidder may offer rebate on his
earlier quoted Price(s).
37.0 NOTIFICATION OF AWARD
37.1 Prior to the expiration of the period of bid validity, the EIL shall notify the successful bidder, in
writing, that its bid has been accepted. The notification letter [hereinafter and in the General
Purchase Conditions called the “Letter of Acceptance (LOA)/ Purchase Order (PO)” shall
specify the sum that the EIL will pay the Supplier in consideration of the execution and completion
of the Supply/Works. The notification letter will constitute the formation of the contract.
38.0 CONTRACT PERFORMANCE BANK GUARANTEE
38.1 Within 30 days from the date of Purchase order/ Letter of Acceptance, whichever issued earlier,
the supplier shall furnish the Contract Performance Bank Guarantee for the required value, period
and in the proforma, inline with bidding document.
38.2 Failure of the successful bidder to submit the above-mentioned Contract Performance Bank
Guarantee shall constitute sufficient grounds for the annulment of the award.
39.0 SINGLE POINT RESPONSIBILITY OF THE SUPPLIER
In case of MRs containing supplies as well site work, a single order, covering the supply part as
well site work, shall be placed. Split ordering will not be permitted.
In case, a Foreign Supplier requests for a separate order on his Indian Sub-Supplier, the same
shall not be accepted. However, payment to Indian Sub- Supplier can be released directly in Indian
Rupees against invoices duly certified by the Foreign Supplier. For this purpose, the Indian Sub-
Supplier’s name, material and corresponding price in Indian Rupees, shall be clearly spelt out in
the purchase order on Foreign Supplier.
40.0 ADDITIONAL PROVISIONS FOR IMPORTS
Involvement of Indian Agents:
Foreign manufacturers / bidders shall submit direct offer without the involvement of an
intermediary as an Indian agent except for the purpose of submission of EMD (wherever
applicable) and Digital Signature.
Receipt of acceptance of Purchase Order & CPBG, wherever required, shall be a pre-condition for
arrangement of necessary foreign exchange and opening of the irrevocable L/C by EIL Accounts”.
Job No A927 Bidding Forms
Sheet 1 of 14

BIDDING FORMS
Job No A927 Bidding Forms
Sheet 2 of 14

TABLE OF CONTENTS

FORM NO. DESCRIPTION

A COMPLIANCE TO BID REQUIREMENT

B SALIENT FEATURE OF OFFER

C BANK MANDATE FORM

D FORMAT FOR BIDDERS’ QUERIES

E COMPLIANCE TO REQUIREMENT OF PAN NO., TAX RESIDENCY


CERTIFICATE AND FORM NO.10F

F SELF DECLARATION

K BANK GUARANTEE IN LIEU OF EARNEST MONEY DEPOSIT- -


NOT APPLICABLE
Job No A927 Bidding Forms
Sheet 3 of 14

FORM-A

COMPLIANCE TO BID REQUIREMENT


(AS PER ITB)

RFQ No.: ________________________________________________________________

We ……………………………………………………… (*) hereby agree to fully comply with, abide


by and accept without variation, deviation or reservation all technical, commercial and other
conditions of the RFQ Document and its Technical & Commercial Amendments, issued by EIL.

We confirm that during detailed engineering, we will review and recommend the required
Special tools & tackles and Commissioning spares, wherever specified in the enquiry document
and supply the same without any additional cost and time implication to Purchaser.

We further hereby waive, withdraw and abandon any and all assumptions, deviations,
variations, objections or reservations whatsoever hereto set out, given or indicated in our offer,
clarifications, correspondence, communications, or otherwise with a view that the price bid and
price implication (if any) submitted may be treated to conform to, in all respects, with the terms
and conditions of the said RFQ / Enquiry Document including all Technical and Commercial
Amendments, if any.

**

For and on behalf of

Authorised signatory

Date:

*Here fill in the name of bidder.

** The Letter of Waiver must be signed by the person (s) authorized to sign.
Job No A927 Bidding Forms
Sheet 4 of 14

FORM-B
SALIENT FEATURE OF OFFER
(FOR INDEGENOUS SUPPLIERS)
BIDDER’s NAME:M/s.______________________________________________________________
RFQ No.: _______________________________________________________________________
Bidder’s Offer Ref. No. : _____________________________Dated: _________________________
Tel No. : ________________________________ Fax No.: ________________________________
Contact Person: ___________________________Mobile No: _____________________________
E-Mail: ________________________________________________________________________
Bidder confirms the following:

1. DESPATCH POINT ___________________________

2. Freight Charges Extra Upto Project Site (Including Non-


Cenvatable Service Tax except Swachh Bharat Cess & Krishi
Kalyan Cess.) Quoted in Price Schedule.

a. Cenvatable Service Tax on Freight Charges Upto Project


Site (not to be included in the freight charges)
Note : Bidder shall be paid cenvatable service tax on freight
3.
only against issue of cenvatable invoice issued in
accordance with service tax rules Extra @___________%

b. Non Cenvatable Swachh Bharat Cess &Krishi Kalyan Cess


on freight charges Extra @___________%

a. Service Tax on Supervision Charges, 3D Modelling,


PWAMC & Hazop Study as applicable. Extra @___________%
4.
b. Swachh Bharat Cess & Krishi Kalyan Cess on
Supervision Charges, 3D Molding, PWAMC & Hazop
Study as applicable. Extra @___________%

5. Excise Duty : Tariff Sub Heading No. ___________________________

6. Applicable rate of Excise Duty (including Edu. Cess) Extra @___________%

7. Maximum rate of Excise Duty applicable (If present rate is nil


or concessional) Extra @___________%

8. Please indicate following break-up of Excise Duty a) ___________%


a) Cenvatable [Excise Duty]
b) ___________%
b) Non Cenvatable [Excise Duty]
(In case no option is selected, 100% Excise Duty shall be
considered as Cenvatable.)

9. Where invalidation letter are issued to Indian suppliers under


EPCG benefit by CPCL, bidder shall take the refund of
Confirmed
terminal Excise Duty themselves and EIL shall not reimburse
the same.

10. Excise Duty on freight charges (Tick one whichever is


APPLICABLE
applicable).
Job No A927 Bidding Forms
Sheet 5 of 14

(In case no option is selected, ED on Freight Charges


NOT APPLICABLE
shall be considered to be not applicable)

11. Central Sales Tax against form ‘C’ Extra @___________%

12. Tamilnadu VAT without concessional form.


(Applicable for supplies from Tamilnadu State) Extra @___________%

13. CST/ Tamilnadu VAT on freight charges (Tick one whichever


APPLICABLE
is applicable).
(In case no option is selected, CST/Tamilnadu VAT on NOT APPLICABLE
Freight Charges shall be considered to be not applicable)

14. Built-in import content in the offer (Tick one whichever is


APPLICABLE
applicable).
(In case no option is selected, Built-in import content NOT APPLICABLE
shall be considered to be not applicable)

15. If your offer is based on certain imported raw materials


required for equipments / materials offered, please specify the
following :
a. Please note that Owner will provide Invalidation letter a. Confirmed
applicable for supplies against EPCG licence. Also note
that Invalidation letter will not be provided for imports of
your sub Vendors.

b. Confirm whether Invalidation letter is required by you as b. REQUIRED/


per (a) above. NOT REQUIRED

(pls. tick whichever is appliable)

c. In case Invalidation letter is not required, indicate rate of c. Quoted in the Format
customs duty considered and included in the quoted “CIF/CD” of Price
prices. Schedule
d. Quoted in the Format
d. Indicate brief description/ specification with itemize CIF “CIF/CD” of Price
value and country of origin of imported material. Schedule
(to enable Owner to operate part order). e. Quoted in the Format
“CIF/CD” of Price
e. Also indicate classification with tariff no. under which Schedule
Bidder intends to import.

f. Confirm prices shall be firm on account of variation in f. Confirmed


foreign exchange rate.

g. Please note that Owner shall not provide any import


g. Confirmed
Licence.

h. The quoted prices are based on customs duty with issue


of Invalidation letter by Owner. Owner’s responsibility shall
be limited up to providing Invalidation letter. All
h. Confirmed
subsequent activities and expenses required for availing
EPCG benefits and Deemed Export benefit as per 7.03 of
FTP shall be on bidder’s account. Obtaining EPCG and
Deemed Export benefit is solely the Bidder’s
responsibility. Owner will not compensate Bidder for his
Job No A927 Bidding Forms
Sheet 6 of 14

failure to obtain EPCG benefit / failure to import under


EPCG benefit.
16.

a. If bidder has considered customs duty for import contents


other than the rate applicable for Project under EPCG
scheme under the EXIM policy of Govt of India, then
statutory variation on the customs duty shall not be a. Confirmed
payable extra on any increase in the customs duty rate.
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 Owner.

b. Quoted prices are after considering the benefit of b. Confirmed


CENVAT on CVD portion and Additional CVD.

c. Any upward variation due to change in Customs Duty


classifications shall be absorbed by the Bidder. However, c. Confirmed
any reduction in customs duty due to change in
classification shall be passed on to Owner. Please
confirm.

d. In Case invalidation letter cannot be issued by Owner,


Statutory variations, if any, in the rate of customs duty up d. Confirmed
to a maximum period of 2/3rd of the contractual delivery
period shall be to Owner’s account against documentary
evidence. Owner will not pay any variation on account of
CVD and Additional CVD. Please confirm.

e. Any increase in price due to increase in the rate of


Customs Duty, due to any reasons, whatsoever, beyond e. Confirmed
the above specified period i.e. 2/3rd of contractual delivery
period, shall be to Bidder’s account. However, any
decrease in custom duty rate at the time of actual
clearance of imported materials shall be passed on to
Owner.

f. The CIF Value(s) indicated by the Bidder shall be deemed


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

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


with separately after receipt of equipment at site, against g. Confirmed
documentary evidence
17. The bidder is a Micro or Small Enterprise under the Micro,
YES NO
Small & Medium Enterprises Development Act, 2006.
Documentary evidence required as per RFQ to avail SUBMITTED
preference to MSEs.
Note: Preference Shall Not be given if documentary evidence
not submitted
18. The MSEs is owned by SC/ST Entrepreneurs. YES NO
Supporting documentary evidence with respect to MSEs is
owned by SC/ST Entrepreneurs required as per RFQ to avail SUBMITTED
preference to MSEs owned by SC/ST.

BIDDER’S SIGNATURE: _______________________________ WITH SEAL/STAMP


Job No A927 Bidding Forms
Sheet 7 of 14

FORM-B
(Sheet 1 of 1)
SALIENT FEATURE OF OFFER
(FOR FOREIGN SUPPLIERS)
BIDDER’s NAME: M/s. _________________________________________________________________
RFQ No.: ____________________________________________________________________________
Bidder’s Offer Ref. No. : _______________________________ Dated: ___________________________
Tel No. : ____________________________________ Fax No.: _________________________________
Contact Person: ______________________________ Mobile No: _______________________________
E-Mail: ______________________________________________________________________________
Bidder confirms the following:

1. International Sea / Airport of Exit(As per


Transportation requirement mentioned in Price Schedule)

2. Manufacturer’s name & address

3. Country of Origin from where the goods have been


offered

4. Indicate shipping weight (net & gross) & volume of the


consignment.

5. Indicate Permanent Account Number (PAN)

6. Indicate name & address of your Bankers for L/C


opening, telephone/E-mail address.

BIDDER’S SIGNATURE: _______________________________ WITH SEAL/STAMP


Job No A927 Bidding Forms
Sheet 8 of 14

FORM-C

BANK MANDATE FORM


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

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

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

Official seal of the Bidder


Place :
Date :
BANK CERTIFICATION
Certified that the particulars furnished above are correct as per our records.
Place :
Date :

_____________________________________
Signature of the Authorised Official of the Bank

Bank’s Stamp
A927/507 Bidding Forms
Sheet 9 of 14

_____________________________________________________________________________________________________________________________________
FORM–D
FORMAT FOR BIDDERS’ QUERIES (PRE-BID)
(AS PER ITB)

SL. NO. REFERENCE OF ENQUIRY DOCUMENT BIDDER'S QUERY EIL REPLY

PART/VOL. PAGE NO. CLAUSE NO. SUBJECT

NOTE:
1. The Pre-Bid Queries will be sent by e-mail to concern persons, the details of which is provided in bidding document.
2. Also send the editable soft format through email.

SIGNATURE OF BIDDER : ___________________________

NAME OF BIDDER : ___________________________


Page 10 of 14

FORM –E
1 of 3
(AS PER ITB)

COMPLIANCE TO REQUIREMENT OF PAN NO. , TAX RESIDENCY CERTIFICATE AND FORM


NO.10F
(APPLICABLE FOR FOREIGN BIDDER IN CASE OF SERVICES IN INDIA IS REQUIRED AS PER
SCOPE OF ENQUIRY DOCUMENT)
It is mandatory for the foreign bidder to furnish the following information in case his receipts are
subject to tax deduction at source in India:

A. PAN No.
In case, where site services / site work is applicable, bidder shall furnish Indian Income Tax PAN
number and Tax Residency Certificate (TRC).
In case of payments in the nature of interest, royalty, fees for technical services and payment on
transfer of any capital asset, bidder has the option to submit the following details and PAN number is
not required:
1. Name, email id, contact number; and
2. Address in the country of which the deductee is a resident; and
3. Tax Residency Certificate (TRC) from the Government of that country; and
4. Tax Identification Number / unique number of the deductee in the country of his residence.
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

B. Tax Residency Certificate (TRC)


TRC containing prescribed particulars as per the Bidding Form -E 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.

C. Form 10F
In additional to TRC, bidder in order to claim the benefits of DTAA shall also submit additional
information in form no. 10F (Form –E1). Form 10F has to be signed & verified by the assessee
himself.
If some information is already contained in TRC, the bidder shall not be required to provide that
information in Form no. 10F but even then Form no. 10F is required to be provided by the bidder.
However, the bidder may write Not Applicable in the relevant column in case that information is
already contained in TRC.
The above shall be furnished before release of any payment or within one month of the release of
Order, whichever is earlier.
Failing submission of the above information, any additional tax liability on Owner, will be deducted
from the payment due to the Supplier/Contractor.
Page 11 of 14

FORM –E
2 of 3

TAX RESIDENCY CERTIFICATE

TRC obtained by the Non-resident from Government of foreign country shall contain the following
particulars:

i. Name of the assessee;


ii. Status (individual, company, firm etc.) of the assessee;
iii. Nationality (in case of individual);
iv. Country or specified territory of incorporation or registration (in case of others);
v. Assessee’s tax identification number in the country or specified territory of residence or in case
no such number, then, a unique number on the basis of which the person is identified by the
Government of the country or the specified territory;
vi. Residential status for the purposes of tax;
vii. Period for which the certificate is applicable; and
viii. Address of the applicant for the period for which the certificate is applicable;
Page 12 of 14

Form –E1
3 of 3
Page 13 of 14

FORM –F
SELF DECLARATION
(AS PER ITB

Bidder’s declaration as furnished in the here shall supersede the stipulations mentioned elsewhere in
their bid.

SL. NO. DESCRIPTION BIDDER'S DECLARATION

We confirm that we are not on holiday / negative


1. list of EIL/CLIENT as on date of submission of
our bid.

We confirm that we are not banned or delisted


or black listed by any government department/
2.
public sector as on date of submission of our
bid.

We confirm that we are not under liquidation,


3.
court receivership or similar proceedings.

We confirm that we are not involved in any


Litigation / Arbitration.
(or)
We confirm that the current Litigation /
4.
Arbitration, in which bidder is involved will not
have any impact in work being tendered or in
entering into contract during the validity of offer
and performing the contract till all the contractual
obligations under contract are performed.

Whether any of the directors of bidder is a


relative of any director of EIL or the bidder is a
5. firm in which any director of EIL or his relative is
a partner of the bidder or a private company in
which any director of EIL is a director.

We confirm that the content of the Enquiry


Document including Price Schedule and
6.
Corrigendum / Addendum (if any) have not been
altered or modified.

SIGNATURE OF BIDDER : _______________________

NAME OF BIDDER : _______________________

COMPANY SEAL : _______________________


Page 14 of 14

FORM –K

BANK GUARANTEE IN LIEU OF EARNEST MONEY DEPOSIT

NOT APPLICABLE
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
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
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
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 Foreign Nationals Version 1.0


 SPECIAL PURCHASE CONDITIONS Document No.
FOR A927-SPC-1841 Rev. 1
BS-VI AUTO FUEL PROJECTS OF
CPCL UNDER OBE ( JOB NO A927) Page 1 of 19

ENGINEERS INDIA LIMITED

SPECIAL PURCHASE CONDITIONS

FOR

BS-VI AUTO FUELS PROJECTS OF CPCL

Regd. Office : Engineers India Bhawan, 1, Bhikaiji Cama Place, New Delhi - 110066
 SPECIAL PURCHASE CONDITIONS Document No.
FOR A927-SPC-1841 Rev. 1
BS-VI AUTO FUEL PROJECTS OF
CPCL UNDER OBE ( JOB NO A927) Page 2 of 19


GLOSSARY

AMC Annual Maintenance Contract

AOW Award of Work

BDS Bid Data Sheet

CPBG Contract Performance Bank Guarantee

OWNER/ CLIENT CPCL

CONTRACTOR Engineers India Ltd.

Bidder/ Vendor Whom RFQ/ Tender has been issued/ who have submitted offer
against RFQ

SUPPLIER Successful BIDDER on whom order has been placed

CDD Contractual Delivery Date

CVD Counter Veiling Duty

DOP Sub Delegation of Power

EPCG Export Promotional Capital Goods

FOA / LOA Fax of Acceptance / Letter of Acceptance

FOB Free on Board

GST Goods & Service Tax

IRS Indian Register of Shipping

L/C Letter of Credit

MR Material Requisition

OBE Open Book Estimate

PAC Project Authority Certificate

PBG Performance Bank Guarantee

PO Purchase Order

PR Purchase Requisition

PRS Price Reduction Schedule for delayed Delivery

RCM Resident Construction Manager

RFQ Request for Quotations


 SPECIAL PURCHASE CONDITIONS Document No.
FOR A927-SPC-1841 Rev. 1
BS-VI AUTO FUEL PROJECTS OF
CPCL UNDER OBE ( JOB NO A927) Page 3 of 19


SAD Special Additional Duty

SOR/SOP Schedule of Rates / Price Schedule

TPI Third Party Inspection

VAT Value Added Tax


 SPECIAL PURCHASE CONDITIONS Document No.
FOR A927-SPC-1841 Rev. 1
BS-VI AUTO FUEL PROJECTS OF
CPCL UNDER OBE ( JOB NO A927) Page 4 of 19


MASTER INDEX

1.0 INTRODUCTION .............................................................................................................................5


2.0 PAYMENT TERMS ..........................................................................................................................5
3.0 TRANSPORTATION ........................................................................................................................6
4.0 CURRENCY OF QUOTE .................................................................................................................6
5.0 SINGLE POINT RESPONSIBILITY OF THE SUPPLIER ................................................................6
6.0 GUARANTEE PERIOD ....................................................................................................................7
7.0 CONTRACT CUM PERFORMANCE BANK GUARANTEE (CPBG) ..............................................7
8.0 CUSTOM DUTY/EPCG LICENSE ...................................................................................................7
9.0 INDIAN TAXES/DUTIES ..................................................................................................................8
10.0 FIRM PRICES ................................................................................................................................10
11.0 PRICE REDUCTION SCHEDULE .................................................................................................10
12.0 INSPECTION .................................................................................................................................11
13.0 COMPREHENSIVE MARINE-CUM-ERECTION INSURANCE.....................................................11
14.0 BASIS OF EVALUATION...............................................................................................................11
15.0 LOADING/REJECTION CRITERIA ...............................................................................................12
16.0 INVOICING INSTRUCTIONS ........................................................................................................12
17.0 PART ORDER CONDITION ..........................................................................................................12
18.0 REPEAT ORDER CONDITION .....................................................................................................12
19.0 Clause No. 31.0 (Arbitration) of GPC (Indigenous) stands replaced with Annexure-II to Special
Purchase Condition........................................................................................................................12
TERMS & CONDITIONS FOR INDIAN SOURCED COMPONENTS / SERVICES BY FOREIGN BIDDER13
Annexure-I ..................................................................................................................................................15

ANNEXURE-I & II TO SPECIAL PURCHASE CONDITIONS


 SPECIAL PURCHASE CONDITIONS Document No.
FOR A927-SPC-1841 Rev. 1
BS-VI AUTO FUEL PROJECTS OF
CPCL UNDER OBE ( JOB NO A927) Page 5 of 19


1.0 INTRODUCTION
1.1. These Special Purchase conditions (SPC) shall be read in conjunction with the General Purchase
Conditions (GPC), Material Requisition and any other document forming part of this RFQ wherever the
context so requires.
1.2. Where any portion of the GPC is repugnant to or at variance with any provisions of the SPC & Bid Data
Sheet then unless a different intention appears, the provision(s) of the SPC & Bid Data Sheet shall be
deemed to override the provision(s) of GPC only to the extent that such repugnancy of variations in the
SPC & Bid Data Sheet are not possible of being reconciled with the provisions of GPC.
2.0 PAYMENT TERMS
2.1 Payment Terms for the scope of supply/ services shall be as per Bid Data Sheet.
2.2 NOTES :
ST
(i) 1 Milestone payment shall be released only after receipt of CPBG (wherever applicable) and
manufacturing schedule (in template available on eDMS portal).

(ii) Prorata payments shall be applicable on dispatch of equipment. In case of equipment, prorata
shall not be on part of equipment.

(iii) In case of indigenous SUPPLIERs, wherever taxes/duties are separately indicated, the order
value shall be exclusive of taxes/duties. 100% payment of taxes/duties shall be paid along with
the payment released against dispatch documents on receipt of Cenvatable/Duplicate Copy of
Excise Invoice / vatable documents (wherever applicable).

(iv) Payment to indigenous SUPPLIERs shall be released through Electronic Clearing System (ECS)
and to foreign SUPPLIERs, payments other than against shipping documents, i.e., for Site Work
and Supervision/Training etc. shall be through wire transfer.

(v) Status of bills after submission can be viewed on EIL website http://www.engineersindia.com .

(vi) Irrevocable Letter of credit shall be acceptable from foreign Suppliers in place of Advance Bank
Guarantee as well as Contract cum Performance Bank Guarantee.

(vii) Irrevocable Letter of Credit for payment to Foreign SUPPLIERs shall be established in favour of
the supplier in a bank in his country, for an appropriate amount (in line with Payment Terms). L/C
shall be opened within 45 days of receipt of acknowledgement of LOA/PO and receipt of CPBG
(wherever applicable). In case confirmed L/C is insisted by supplier, L/C confirmation charges
shall be to supplier‟s account.

(viii) All payments (other than through L/C) shall be released within 30 days of receipt of invoice and
all requisite documents, complete in all respects.

(ix) All bank charges of respective bankers shall be to respective account.

(x) Supplier shall submit Billing Schedule within three weeks after placement of FOA/PO (whichever
is issued earlier) for EIL/OWNER‟s approval (wherever applicable). Suppliers requiring multiple
despatches will restrict the number of despatches to maximum three, unless agreed otherwise by
Project Manager.

(xi) In case of Annual Maintenance Contract (AMC), CPBG @ 5% of maximum annual AMC amount
shall be submitted within 2 weeks from the date of order and shall be valid for the entire AMC
period plus 2 months claim period.

(xii) In case of Columns/Vessels/Reactors where Template to be supplied by Supplier, 15% payment


against raw material identification shall be split in 1%+14% and it shall be specified that 1%
payment out of 15% shall be paid after receipt of templates at site. Supplier has to ensure supply
of templates within two month from the approval of drawings at least in code.
 SPECIAL PURCHASE CONDITIONS Document No.
FOR A927-SPC-1841 Rev. 1
BS-VI AUTO FUEL PROJECTS OF
CPCL UNDER OBE ( JOB NO A927) Page 6 of 19


(xiii) In case C form is not issued up to 4.5 months and/or site is not available up to 6 (Six) months
(wherever site work is applicable), after receipt of all supplies at site, the payment against the
same shall be released on submission of additional Bank Guarantee of equivalent amount valid
for 1 (One) year or such extended period as may be required.

(xiv) Certification for placement of sub-order and/or identification of major raw material, in the above
payment terms, shall be carried out by EIL/TPI agency, as applicable.
3.0 TRANSPORTATION
3.1 INDIGENOUS SUPPLIERS
Indigenous SUPPLIERs are required to dispatch the goods on door delivery basis through any of the
Indian Bank Association approved Transporters. Any deviation shall be subject to prior approval of
Project Manager with the consent of Shipping.
3.2 FOREIGN SUPPLIERS
3.2.1 Orders in case of foreign suppliers shall be on CFR port of entry (CPT airport of entry) in India basis,
wherein the ocean transportation (Air Transportation) from FOB Port of Exit (FCA Airport of Exit) to the
designated Indian Port ( Airport) shall be arranged by the suppliers. All shipments of break bulk material
and containerized cargo shall be made by suitable vessels certified for sea worthiness and complying
with National/ International safety regulations and age of the vessel being less than 25 years. Bidder to
coordinate with EIL nominated Customs House Agent for smooth discharge /delivery of the cargo at the
Port of arrival.
3.2.2 Bidder shall quote separate prices on FOB Port ( FCA Airport) of Exit basis and for Ocean (Air) Freight
transportation charges. Quoted Ocean freight for Break Bulk cargo delivery shall be on FLT (Full Liner
Terms), i.e., all charges at destination port shall be borne by the suppliers till the cargo is unloaded on
to the wharf /vehicle as the case may be. Trans-shipment shall be permitted only for containerized
Cargo and shall not be permitted on any other type of cargo including break bulk.
3.2.3 Bidder shall inform 07 days prior to the expected date of arrival of vessel in port of entry in India.
Detention & Demurrages, if any, due to early arrival of vessel, shall be to supplier‟s account.
3.2.4 Wherever, the foreign bidder does not accept the ocean transportation in his scope, offer of such bidder
shall be rejected.

4.0 CURRENCY OF QUOTE


4.1 FOREIGN SUPPLIERS
Foreign SUPPLIERs are required to submit prices only in USD/ EURO/ Pound Sterling / Japanese Yen.
In case a foreign SUPPLIER is sourcing part of equipment/ services from India, prices of such
equipment/ services shall be quoted in Indian Rupees only and terms & conditions applicable to Indian
portion shall be same as applicable to Indian Bidders.

4.2 INDIGENOUS SUPPLIERS


Indigenous SUPPLIERs are required to submit price in Indian Rupees.

5.0 SINGLE POINT RESPONSIBILITY OF THE SUPPLIER


In case of MRs containing supplies as well as site work/ services, a single order, covering the supply
part as well as site work/ services, shall be placed. Split ordering will not be permitted.
In case, a foreign SUPPLIER requests for a separate order on his Indian sub-SUPPLIER, the same
shall not be accepted. However, payment to Indian sub-SUPPLIER shall be released directly in Indian
Rupees against invoices duly certified by the Foreign SUPPLIER.
For this purpose, the Indian sub-SUPPLIER‟s name, material/ services and corresponding price in
Indian Rupees, shall be clearly spelt out in the purchase order placed on foreign SUPPLIER. In case a
 SPECIAL PURCHASE CONDITIONS Document No.
FOR A927-SPC-1841 Rev. 1
BS-VI AUTO FUEL PROJECTS OF
CPCL UNDER OBE ( JOB NO A927) Page 7 of 19


Foreign bidder sources supplies/ services within India, the applicable terms & conditions shall be
applicable to the extent as per Annexure-1 enclosed.
6.0 GUARANTEE PERIOD
15 months after the equipment/ material have been put in service or 30 months from the date of
shipment, whichever is earlier. For details refer General Purchase Conditions.

7.0 CONTRACT CUM PERFORMANCE BANK GUARANTEE (CPBG)


7.1 Provision for CPBG shall be as per General Purchase Conditions (GPC).
7.2 As an alternate to CPBG, bidder can furnish Demand Draft of 10% (or be 5% in case of bulk items as
listed in Annexure-I to GPC) of Total Order Value (TOV) (within 30 days from LOA).
7.3 Total Order Value shall mean supply price (FOT dispatch point price for Indian Suppliers and FOB/ FCA
price for foreign suppliers) plus site work (wherever applicable) but excluding taxes & duties,
transportation and supervision services.
8.0 CUSTOM DUTY/EPCG LICENSE

EPCG (Export Promotion Capital Goods) license is being obtained by CPCL.

Import of the goods from Foreign /Domestic supplier‟s directly consigned to CPCL, shall be under
EPCG Scheme.

8.1 CONCESSIONAL RATE OF CUSTOMS DUTY (APPLICABLE TO INDIAN BIDDERS ONLY)

For materials consigned to any domestic supplier, Invalidation Letter shall be issued by the Owner to
enable SUPPLIERS concerned:

(i) to avail Zero rate of customs Duty. For such imported materials, quoted prices shall be
inclusive of Customs Duty & Cess based on EPCG benefit.

(ii) CPCL is permitted under the FTP (Foreign Trade Policy), to procure capital goods from
domestic manufacturers also. In such a case, domestic manufacturers shall be eligible for
deemed export benefits under paragraph 7.03 of FTP.

As per the contract, CPCL shall obtain EPCG license for BS-VI Project at Zero custom duty wherein the
authorization holder, i.e., CPCL, is permitted under the FTP (Foreign Trade Policy), to procure capital
goods from domestic manufacturers also. In such a case, domestic manufacturers shall be eligible for
deemed export benefits under paragraph 7.03 of FTP.
In order to enable domestic manufacturers to avail deemed export benefits, CPCL shall issue an
invalidation letter to domestic manufacturers corresponding to the supplies to be made by the domestic
manufacturers. Other than this, all other procedural formalities and compliances regarding availing
deemed export benefits under paragraph 7.03 of FTP shall be the responsibility of the domestic
manufacturer. Further, the benefit under section 7.03 (c) shall be allowed only as refund of Terminal
Excise Duty.

However, if a domestic manufacturer does not want to avail deemed export benefit; it shall be
permissible provided that all additional taxes and duties spent on this account shall be to
manufacturer‟s account. In such an event, CPCL will not issue invalidation letter and wherever credit is
available to CPCL on CENVATABLE terminal excise duty, corresponding benefit shall be considered in
evaluation of such domestic manufacturer‟s offer.
 SPECIAL PURCHASE CONDITIONS Document No.
FOR A927-SPC-1841 Rev. 1
BS-VI AUTO FUEL PROJECTS OF
CPCL UNDER OBE ( JOB NO A927) Page 8 of 19


8.2 CONCESSIONAL RATE OF CUSTOMS DUTY (APPLICABLE TO FOREIGN BIDDERS ONLY)
8.1 For orders placed on foreign suppliers by EIL, CPCL will obtain EPCG license from DGFT and hand
over to EIL.
8.2 The vendor must ascertain and confirm along with supporting documents in the bid, if any Customs
Duty exemption / waiver is applicable to the products being supplied by him under any multi-lateral / bi-
lateral trade agreement between India and bidder‟s country.
8.3 The bidder shall be liable to provide all documentation to ensure availment of the exemption / waiver. In
case the bidder defaults on this due to any reason, whatsoever, he shall be liable to bear the
incremental Customs Duty applicable, if any.
8.4 Any Customs Duty applicability on account of any change in the bi-lateral / multi-lateral agreement shall
be to bidder‟s account.
8.5 Documentation to be furnished for availing the exemption / waiver of customs duty shall be specifically
listed in the Letter of Credit also as the pre-requisite for release of payment against shipping
documents and this documentation shall necessarily form part of shipping documents.

9.0 INDIAN TAXES/DUTIES


The quoted prices shall be exclusive of all Indian taxes/duties applicable on finished goods sold to EIL
and consigned to CPCL A/C EIL. These excluded taxes/duties shall be payable extra at actuals against
documentary evidence.
9.1 Excise Duty (ED):
Other than the Indian suppliers availing Invalidation Letter and Deemed export benefits as given above,
all other Indian suppliers‟ quoted prices shall be exclusive of Excise Duty on capital goods (as per
cenvat credit rules) directly consigned to CPCL A/C EIL.
Payments on account of Excise Duty on such goods shall be released at actual on receipt of
CENVATABLE copy of Excise invoice indicating CPCL A/C EIL, as the consignee of the goods, for
availing CENVAT credit by CPCL.
Cenvatable Excise Duty shall not be considered for evaluation purpose.
Where invalidation letter shall be issued to Indian suppliers by CPCL, as per clause 10.1, bidder shall
take the refund of terminal Excise Duty themselves and EIL shall not reimburse the same.
9.2 Central Sales Tax (CST):
Quoted prices of the bidder shall be exclusive of Central Sales Tax, for goods sold to EIL and
consigned to CPCL A/C EIL.
CPCL will issue C- form for all items except cement, Steel and construction material.
Wherever CST will be applicable on the goods sold to EIL and consigned to CPCL A/C EIL, EIL will
furnish the supplier, wherever applicable, Form “C” to qualify for concessional rate of CST.
Indigenous SUPPLIER‟s shall issue E1/E2 form on quarterly basis within 60 days after completion of
each quarter based on “C” form no. provided by EIL. EIL will provide original “C” form in exchange of
original E1/ E2 form.
CST shall be considered for evaluation at the applicable rate.

9.3 TAMILNADU VAT:


Quoted prices of the bidder shall be exclusive of TAMILNADU VAT on materials supplied to EIL.
No concessional form shall be provided for TAMILNADU VAT.
CPCL is eligible to take Input credit of 100% TAMILNADU VAT which shall not be considered for
bid evaluation.
TAMILNADU VAT amount shall be reimbursed at actuals to the Supplier on production of all related
documents including tax invoice enabling EIL to take TAMILNADU VAT input Credit in accordance with
the provisions of TAMILNADU VAT Act.
9.4 Service Tax on Transportation, Supervision, Site Work, Training, Annual Maintenance Contract (AMC)
etc:
Quoted Prices shall be exclusive of cenvatable Service tax and non-cenvatable Krishi Kalayan
Cess(KKC) and Swacch Bharat Cess(SBC). Non- cenvatable service tax shall be included in the quoted
 SPECIAL PURCHASE CONDITIONS Document No.
FOR A927-SPC-1841 Rev. 1
BS-VI AUTO FUEL PROJECTS OF
CPCL UNDER OBE ( JOB NO A927) Page 9 of 19


prices of services. Statutory variation on rates of service tax shall be payable extra at actual on
submission of documentary evidence.
Service Tax as billed by the Supplier shall be payable at actuals by EIL subject to supplier furnishing
the Proper tax invoice as per service tax rule to enable EIL to take cenvat credit on service tax paid.
Cenvatable Service Tax shall not be considered for evaluation.
9.5 Entry Tax
Entry Tax/ Octroi is not applicable in TAMILNADU. Road permits shall be issued by Owner for the
material consigned to CPCL A/C EIL, wherever applicable.
9.6 VAT on Works Contract, in case of Site Work
Where Purchase Order includes supply and site work, Purchase Order will be divided into supply and
Site work separately, no VAT on works contract on supply is envisaged. However VAT on works
contract on site work portion, if applicable shall be included in the bidder‟s quoted price & no statuary
variation is payable on the same.
9.7 Income Tax
9.7.1 Foreign (Expatriate) Supervisors
The supervision/ site work charges of foreign supplier shall be gross of income tax ,i.e., inclusive of
Income Tax at the prevailing rate as per Indian Income Tax rules. Owner/Purchaser shall deduct at
source the tax while making payments against each invoice for the services in India. Certificate for Tax
Deducted at Source (TDS) shall be provided to the Supplier.
In case the bidder provides his bid “Net off Taxes”, the case will be dealt as per the prevailing
procedure.
9.7.2 For Indian (Resident) supervisors
Supervision/ site work charges of Indian bidder shall be inclusive of income tax.
Tax shall be deducted at source by EIL from all sums due to an Indian tax resident bidder in
accordance with the provisions of the Income Tax Act, 1961, as in force at the relevant point of time
EIL shall issue a Tax deduction or withholding certificate to the bidder evidencing the Tax deducted or
withheld and deposited by EIL on payments made to the supplier to enable the supplier to claim the
credit of the Tax deducted or withheld by EIL.
9.8 Statutory Variations
Statutory Variations on Excise duty, CST, VAT, Service Tax which are quoted extra shall be payable
upto the contractual delivery date / extended contractual delivery date (due to reason attributable to EIL/
Owner) subject to submission of documentary evidence.
Any variation in Excise duty, CST, VAT, Service Tax at the time of supplies for any reasons including
interpretation, other than statutory, shall be borne by the bidder.
9.9 New Taxes & Duties
9.9.1 All new taxes/ duties/ cess/ levies notified after the date of unpriced bid opening, but within delivery
period / extended delivery period (due to reason attributable to EIL/ CPCL), shall be to EIL‟s account.
These shall be reimbursed against documentary evidence.
However, in case of delay attributable to supplier, any new or additional taxes and duties or statutory
variations on taxes which are extra as applicable imposed after Time for Completion, as above, shall be
to supplier‟s account.
9.9.2 BREAK-UP FOR GOODS AND SERVICE TAX (GST) (ON IMPLEMENTATION OF GST AT A LATER
DATE DURING THE CONTRACT PERIOD) :
a. On account of oncoming GST, it is envisaged that there will be merger of various taxes/duties like
Central and State taxes etc. As such, it the bidder/supplier‟s responsibility to critically review and
ascertain that the taxes / duties which are applicable as on the final date of submission of price bid
as per the MR Scope requirement and Terms and Conditions of the bidding/RFQ document, the
 SPECIAL PURCHASE CONDITIONS Document No.
FOR A927-SPC-1841 Rev. 1
BS-VI AUTO FUEL PROJECTS OF
CPCL UNDER OBE ( JOB NO A927) Page 10 of 19


break- up of all such taxes/duties shall be submitted wherever asked in the RFQ document , so that
on a later date during the execution of the Purchase Order for the period for which GST is
applicable after its enforcement by the Government of India, such taxes and duties etc. can be
adjusted, as applicable, to the benefit of the Contractor/Supplier/Client to the best extent possible
b. In case any taxes/duties are not specifically mentioned in the column provided in the Bidding Forms
but are applicable for the current scope of work as on the final date of price bid submission, the
Bidder shall indicate such taxes/duties in % applicable extra on quoted price indicating Cenvatable
/non-cenvatable separately as part of un-priced bid.

9.10 General
9.10.1 In case Excise Duty / CST / Tamilnadu VAT / Service Tax are stated as not applicable on freight
charges presently, and if they are applicable at the time of delivery due to any reasons other than
statutory, the same will be borne by the Supplier.
9.10.2 The benefit of any Tax exemption, concessions, rebate or any other incentives available when the
Supplier or its Sub supplier/ vendor are performing their obligations under the Purchase Order, shall be
passed on to EIL.
9.10.3 If CPCL / EIL is not able to avail the credit of Excise Duty, CVD, SAD, TVAT and Service Tax, partially
or entirely (as applicable) due to supplier‟s default, then EIL/CPCL shall stand indemnified for such loss
of Tax credit which would be otherwise available to EIL/CPCL. EIL/CPCL, in such case, may, in its sole
discretion, decide to recover such loss by way of deduction from payment due to the Supplier or
invoking the Contract Performance Bank Guarantee and/or any remedy as available.
9.10.4 Any error of interpretation of applicability of taxes/ duties by the supplier shall be to supplier‟s account.
9.10.5 The classification of goods as per Central Excise/ Customs Tariff and Tamilnadu VAT act should be
correctly done by the contractor to ensure that CENVAT/ VAT benefit is not lost to the CPCL/ EIL on
account of any error on the part of the supplier.
10.0 FIRM PRICES
10.1 The prices shall be firm and fixed and not subject to any variation, whatsoever. In case of Cables,
variation in prices shall be admissible as per IEEMA Price Variation Clause.
10.2 Bidders will be required to quote for their recommended two years operation and maintenance spares, if
applicable as per MR (with a price validity (2 years) from the date of award of main equipment, if not
otherwise specified in the Material Requisition) but the same will not be considered for price evaluation.
11.0 PRICE REDUCTION SCHEDULE

11.1 FOR BULK ITEMS: Accept delayed delivery at prices reduced by a sum equivalent to one half of one
percent (1/2%) of the total value of delayed item/quantity for every week of delay or part thereof, limited
to a maximum of five percent (5%) of the total order value.
11.2 FOR ITEMS OTHER THAN BULK ITEMS(WITH OR WITHOUT SITE WORK): Accept delayed delivery
at prices reduced by a sum equivalent to one half of one percent (1/2%) of the total order value for
every week of delay or part thereof, limited to a maximum of five percent (5%) of the total order value.
11.3 Wherever the supply period and site work are indicated as two separate periods and notice of site
readiness is required for site work, intervening period, if any, shall be excluded, while calculating the
price reduction for delay.
Note: - It shall be endeavor to split the period i.e a separate period for supply and site work.
11.4 Price reduction shall be effected in the Invoice value before presenting for payment.
11.5 For the purpose of determining PRS (refer para.13.1 and 13.2 above), part there of shall be considered
as one week. Further, total order value means total order value (Supplies + Site Work, if applicable) but
excluding all taxes & duties on completion of supplies (including any amendments/ change order) / site
work, if applicable, excluding cases of Short Closure/ cancellation. However in case of Short Closure/
cancellation, the order Value shall be executed/ supplied value plus the actual cost of work done at the
risk & cost of the supplier plus EIL overhead charges.
 SPECIAL PURCHASE CONDITIONS Document No.
FOR A927-SPC-1841 Rev. 1
BS-VI AUTO FUEL PROJECTS OF
CPCL UNDER OBE ( JOB NO A927) Page 11 of 19


12.0 INSPECTION
All items shall be inspected by a Third Party Inspection agency out of DNV, LRS & CEIL and the
charges for the same shall be included on the quoted prices.
13.0 COMPREHENSIVE MARINE-CUM-ERECTION INSURANCE
Comprehensive Insurance (Transit/ Marine cum storage, erection, till handing over of equipment) shall
be arranged by EIL. Therefore the same shall not be included in the quoted prices. However, all transit
insurance up to FOB / FCA International Sea / Air Port of Exit must be included in the quoted Price.
14.0 BASIS OF EVALUATION
14.1 WHERE ONLY INDIAN BIDS ARE UNDER COMPARISON
14.1.1 Bids shall be evaluated on the basis of landed cost at Site, including site work, if any, all duties, taxes,
transportation charges excluding Cenvatable Excise duty, Cenvatable Service tax & Vatable
TAMILNADU VAT.
14.1.2 Cost of mandatory spares, if identified in the Material Requisition, commissioning spares and special
tools & tackles will be included for price evaluation of bids, but cost of Spares for two years operation
shall be excluded.
14.1.3 AMC charges shall be considered for evaluation, wherever AMC is required.
14.1.4 Supervision (man days as indicated in MR) and Training charges shall be considered for evaluation
wherever supervision and training are required.
14.1.5 Technical loading, if any, shall be considered for evaluation of bids.
14.1.6 The prices for additional Guarantee period shall be considered for price evaluation
14.2 WHERE ONLY FOREIGN BIDS ARE UNDER COMPARISON
14.2.1 Bids shall be evaluated on the basis of CFR (Chennai) prices including third party inspection charges,
stowage charges wherever applicable (as quoted by bidders), and considering sea freight as quoted by
the bidder.
In case of pipes, if a foreign BIDDER has not quoted or not included stowage charges, the same shall
be loaded @ 10% of BIDDER‟s quoted Ocean Freight.
14.2.2 Cost of mandatory spares identified in the Material Requisition, Commissioning Spares and special
tools & tackles will be included for evaluation of bids, but costs of Spares for two years operation shall
be excluded.
14.2.3 AMC charges shall be considered for evaluation wherever AMC is required.
14.2.4 Site Work, wherever applicable, shall be considered for evaluation.
14.2.5 Supervision (man days as indicated in MR as well as TBA) and Training charges shall be considered for
evaluation, wherever supervision and training are required.
14.2.6 Service tax on Reverse charge and withholding tax (in case it is not included in bidder‟s price) basis,
wherever applicable shall be added for bid evaluation purpose only.
14.2.7 Technical loading, if any, shall be considered for evaluation of bids.
14.2.8 The prices for additional Guarantee period shall be considered for price evaluation
14.2.9 For global enquiries, evaluation shall be carried out on equivalent Indian Rupees basis considering Bill
Selling rates of Foreign Exchange as available from State Bank of India on the day of price bid opening.
In case the same is not available, the latest available rate prior to the day of price bid opening shall be
considered.

14.3 WHERE INDIAN AS WELL AS FOREIGN BIDS ARE UNDER COMPARISON


14.3.1 INDIGENOUS BIDDERS:
The evaluated price of indigenous BIDDERs shall be carried out on the basis of landed cost at Site, as
 SPECIAL PURCHASE CONDITIONS Document No.
FOR A927-SPC-1841 Rev. 1
BS-VI AUTO FUEL PROJECTS OF
CPCL UNDER OBE ( JOB NO A927) Page 12 of 19


per clause 14.1 above.
14.3.2 FOREIGN BIDDERS:
The evaluated price of foreign BIDDERs shall be on the basis of landed cost at Site, including the
following:
i) Evaluation shall be done as per clause 14.2 above plus marine insurance @ 1% of FOB Price.
ii) L/C charges @ 1% of FOB price.
iii) Applicable Customs duties [considering EPCG benefit] on CIF value plus Landing Charges @ 1%
of CIF Value.

iv) Custom clearance, Port Handling and Inland Freight (from Port of Entry (Chennai) to CPCL
project site) charges @ 3% of CIF value including L/C Charges, i.e., S. No. (i) plus (ii).
Landed Cost = Sum of Sl. No. (i) to (iv).
NOTE: Transit insurance for Indigenous and Foreign BIDDERs, will not be loaded (being in EIL
scope).

15.0 LOADING/REJECTION CRITERIA


No loading criteria on account of commercial deviation will be applicable.
Bids shall be submitted on Zero Deviation bidding basis. Deviation to terms & conditions to RFQ
shall lead to rejection of offer.
16.0 INVOICING INSTRUCTIONS
For imported goods, the Invoices shall be raised in the name of EIL A/C CPCL. Consignee on the
invoices and bill of lading/ Airway Bill shall be in the name of CPCL A/c EIL.
For Indigenous Goods, the invoices shall be billed to EIL A/c CPCL. Consignee in the tax invoices and
L/R shall be CPCL A/C EIL.
17.0 PART ORDER CONDITION
Bidder hereby agrees to accept part order at Purchasers option without any limitation whatsoever.
Any charges quoted extra as lumpsum shall be applicable prorata on value basis in the event of part
order.
18.0 REPEAT ORDER CONDITION
Repeat orders on same unit prices, terms & conditions will be applicable within a period of 6 months
from the date of Purchase Order.

19.0 Clause No. 31.0 (Arbitration) of GPC (Indigenous) stands replaced with Annexure-II to Special
Purchase Condition.
 SPECIAL PURCHASE CONDITIONS Document No.
FOR A927-SPC-1841 Rev. 1
BS-VI AUTO FUEL PROJECTS OF
CPCL UNDER OBE ( JOB NO A927) Page 13 of 19


ANNEXURE-I

TERMS & CONDITIONS FOR INDIAN SOURCED COMPONENTS / SERVICES BY FOREIGN BIDDER
Foreign bidder may source components / sub-supplies and services from India, if allowed as per
Material Requisition. For such sub-supplies / services, Commercial Terms & Conditions of the RFQ
shall stand modified to the following extent:
1.0 PRICING:
1.1.1 Unit and total price on FOT Despatch Point basis including packing and forwarding charges.
1.1.2 Details of Taxes and duties (rates) payable extra on the finished goods, applicable on Indian sub-
suppliers. EIL shall issue „C‟ form for Concessional rate of Central sales tax.
1.1.3 Separate and clear break-up of charges for inland transportation is to be quoted by the bidder.
1.1.4 Materials if ordered against the RFQ are required to be dispatched on door delivery basis through a
reliable bank approved Road Transport Company.
1.1.5 Transit insurance of Indian sub supplies shall be borne and arranged by the EIL.
2.0 CURRENCY OF QUOTE:
The quoted price of sub-supplies/ services shall be in Indian Rupees only.
3.0 AWARD OF ORDER:
Foreign Principal shall be the single point responsible Bidder and separate order on foreign supplier
and Indian sub-supplier / sub-contractor is not acceptable. Single Purchase order shall be issued on the
foreign principal clearly indicating the sub-supplier‟s / sub-contractor‟s name, material and
corresponding price in Indian Rupees.
4.0 DELIVERY:
The delivery period for sub-supplies shall be on FOT site basis within specified delivery period for
foreign bidder as per Terms and conditions of RFQ/Bidding document.
5.0 PRICE REDUCTION SCHEDULE:
PRS shall be applicable in totality on foreign scope + Indian sourced component / site work for delay in
supply of goods/ site work either by foreign principals or Indian counterpart.
6.0 PAYMENT TERMS:
Payment of Indian sub supplies/Services
i. 85% through E-Payment with taxes and duties will be paid against receipt of Indian sourced
goods/material at project site.
ii. 10% against receipt of Indian supplies at site and delivery of main equipment by foreign bidder,
as per Terms of bidding document and completion of site work, wherever applicable.
iii. 5% on submission of Final/As built Drawings/Documents/Data/Manual in requisite number of
copies/sets/CDs as per VDR specified in Purchase Requisition, by main bidder.
Note
i. Payment of Indian sub supplies/Services shall be released directly to Indian counterpart against
Invoices raised by Indian counterpart duly certified by foreign principal.
ii. In case of Foreign bids with Indian sub supplies, the payment terms of Foreign bidder against
shipping documents stands reduced by 5% which shall be released as follows:

5% payment shall be released through wire transfer, on delivery of main equipment/ materials by
foreign principal (as per terms & condition of enquiry document) as well as receipt of Indian
supplies at site.

 The payments shall be made after adjustment of Price Reduction Schedule.


 SPECIAL PURCHASE CONDITIONS Document No.
FOR A927-SPC-1841 Rev. 1
BS-VI AUTO FUEL PROJECTS OF
CPCL UNDER OBE ( JOB NO A927) Page 14 of 19


 If foreign principal delivers all their foreign sourced goods with Indian sourced delivery yet to be
completed and further requests for release of last 10% payment, then this last 10% shall be
released to foreign principal by EIL against the submission of bank guarantee for this 10% of order
value valid for 03 months from CDD plus 1 month claim period or till completion of Indian sourced
items, whichever is later.

7.0 CONTRACT PERFORMANCE BANK GUARANTEE:


Foreign principal shall submit the Contract performance bank guarantee for 10% of total order value
including value of foreign portion and Indian sourced components / site work.
 SPECIAL PURCHASE CONDITIONS Document No.
FOR A927-SPC-1841 Rev. 1
BS-VI AUTO FUEL PROJECTS OF
CPCL UNDER OBE ( JOB NO A927) Page 15 of 19

Annexure-II
Clause for Alternative Dispute Resolution

1.0 Alternative Dispute Resolution - Conciliation & Arbitration


1.1 If Any dispute or difference or disagreement arises between the parties out of any notified claim of the
SELLER/ CONTRACTOR included in his final bill and /or arising out of any amount claimed by the EIL
(whether or not the amount claimed by the PURCHASER or any part thereof shall have been deducted
from the Final bill of the supplier/ Contractor or any amount paid by the EIL to the SELLER/ Contractor
in respect of the work) or arises out of or in connection with the validity, application or interpretation of
the Contract/ Purchase order (the “Dispute”), the Parties shall endeavour in good faith to resolve the
Dispute through negotiation within 7 (seven) days of a written notice setting out the nature of such
Dispute.
1.2 In the event that any Dispute is not resolved between the Parties pursuant to Clause 1.1 within 21
(twenty-one) days of receipt of the notice under Clause 1.1, then such Dispute shall be referred to
Conciliation as per clause 1.3 below.
1.3 Dispute Resolution through Conciliation by Outside Expert Committee
1.3.1 Engineers India Limited has framed the EIL Conciliation Rules 2012 in conformity with Part – III of the
Indian Arbitration and Conciliation Act 1996 for speedier, cost effective and amicable settlement of
disputes through conciliation. A copy of the said rules has been made available on EIL‟s web site
www.engineersindia.com for reference.
1.3.2 Any dispute(s)/difference(s)/issue(s) of any kind whatsoever between/ amongst the Parties arising
under/ out of/ in connection with this contract, which cannot be mutually resolved within a reasonable
time, shall be settled in accordance with the aforesaid EIL Conciliation Rules 2012. This shall also
include all such issues where Engineer-in-Charge‟s decision is said to be final & binding on any issue
raised by the Contractor.
1.3.3 In case of any dispute(s)/ difference(s)/ issue(s), a Party shall notify the other Party (ies) in writing about
such a dispute(s) / difference(s) / issue(s) between / amongst the Parties and that such a Party wishes
to refer the dispute(s)/ difference(s)/ issue(s) to Conciliation. Such Invitation for Conciliation shall
contain sufficient information as to the dispute(s)/difference(s)/ issue(s) to enable the other Party (ies) to
be fully informed as to the nature of the dispute(s)/ difference(s)/ issue(s), the amount of monetary
claim, if any, and apparent cause(s) of action.
1.3.4 The Parties shall freeze claim(s) of interest, if any, and shall not claim the same during the pendency of
Conciliation proceedings. The Settlement Agreement, as and when reached/agreed upon, shall be
signed between the Parties and Conciliation proceedings shall stand concluded on the date of the
Settlement Agreement.
1.4 In the event that any Dispute between the Parties is not resolved pursuant to Clause 1.3, then such
Dispute shall be referred to Arbitration as per clause 1.5 below.
1.5 Dispute Resolution through Arbitration
1.5.1 The arbitration will be conducted as per the Arbitration & Conciliation Act, 1996. The arbitral tribunal
shall comprise of a sole arbitrator whom shall be appointed by EIL. The place of arbitration for any
Disputes and Related Disputes shall be Delhi (save and except where otherwise specified under the
Main Contract for the Related Dispute, in which event the place of arbitration shall be the place of
arbitration for such Related Dispute). The language to be used in the arbitral proceedings shall be
English. The arbitral award shall be final and binding upon both the Parties.
1.5.2 Responsibility of payment for all costs of arbitration, excepting counsel fees, shall be as per the
arbitration award.
 SPECIAL PURCHASE CONDITIONS Document No.
FOR A927-SPC-1841 Rev. 1
BS-VI AUTO FUEL PROJECTS OF
CPCL UNDER OBE ( JOB NO A927) Page 16 of 19


1.6 While any Dispute under this Contract/ Order is pending; and except where this Contract/ Order has
been terminated in accordance with the terms of this Contract/ Order, the Parties shall continue to
perform all of their respective obligations under this Contract/ Order without prejudice to the final
determination in accordance with the provisions under this clause 1.0.
1.7 Where, in EIL's absolute discretion, it is beneficial for the completion of the Facility for any Dispute
between EIL and the Contractor/ Seller, in respect of which an arbitration notice has been given, to be
resolved in the same arbitration proceedings as a dispute between EIL and any other party or parties
engaged in relation to the completion of the Facility (the “Related Dispute”) then:
(a) if a notice to concur in the appointment of an arbitrator has been served in the Related Dispute,
the Contractor/ Seller hereby agrees that, at EIL's sole option, the Dispute between EIL and the
Contractor/ Seller shall be referred to the arbitrator appointed or to be appointed in respect of the
Related Dispute and be determined at the same time as such Related Dispute;

(b) where an arbitrator has already been appointed in connection with the Related Dispute, the
Contractor/ Seller hereby agrees that, at EIL's sole option, the Dispute between EIL and the
Contractor/ Seller shall be referred to and be determined by the arbitrator so appointed
contemporaneously with the Related Dispute.

2.0 Settlement of dispute between Govt. Dept./ Public Sector Undertaking


2.1 If the Contractor/ seller is a CPSU or CPSE or is a Govt. Department, any disputes or differences between
the Contractor/ seller and EIL hereto arising out of any notified claim of the Contractor/ Seller in terms
hereof and/or arising out of any amount claimed by EIL (whether or not the amount claimed by EIL or
any part thereof shall have been deducted from the final bill of the Contractor or any amount paid by
EIL to the Contractor in respect of the work), then in suppression of the provisions of clause no. 1.0
above, the following provisions shall apply, namely; such disputes or differences shall be resolved
amicably by mutual consultation or Conciliation or through the good offices or empowered agencies of
the Government.
2.2 In the event that any Dispute does not resolved between the Parties is not resolved amicably by mutual
consultation, then such Dispute shall be referred to Conciliation as per clause 1.3 above.
2.3 If such resolution is not possible through conciliation, then the unresolved disputes or differences 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 inline with applicable DPE guidelines for settlement of commercial dispute between CPSEs
or CPSEs & Government Departments issued by Department of Public Enterprises and as modified
from time to time. The Arbitration Act shall not be applicable to the arbitrator under this clause. The
award of the arbitrator shall be binding upon 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 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.
2.4 Notwithstanding the existence of any dispute or arbitration in terms hereof or otherwise, the Contractor/
seller shall continue and be bound to continue and perform the Works to completion in all respects
according to the Contract (unless the Contract or Works be determined by EIL) and the Contractor/
seller shall remain liable and bound in all respects under the Contract.
GENERAL PURCHASE CONDITIONS Document No.
(INDIGENOUS) 7-1841-1002 Rev.0
Page 1 of 14

ENGINEERS INDIA LIMITED

GENERAL PURCHASE CONDITIONS


(INDIGENOUS)

Regd. Office : Engineers India Bhawan, 1, Bhikaiji Cama Place, New Delhi - 110066

Page 1 of 14
GENERAL PURCHASE CONDITIONS Document No.
(INDIGENOUS) 7-1841-1002 Rev.0
Page 2 of 14

INDEX

1.0 DEFINITIONS ............................................................................................................................ 3


2.0 REFERENCE FOR DOCUMENTATION .................................................................................... 3
3.0 CONFIRMATION OF ORDER .................................................................................................... 3
4.0 SALES CONDITIONS ................................................................................................................ 3
5.0 COMPLETE AGREEMENT ........................................................................................................ 4
6.0 INSPECTION-CHECKING-TESTING......................................................................................... 4
7.0 OFFICIAL INSTITUTIONAL TESTING ....................................................................................... 4
8.0 TRANSIT RISK INSURANCE ..................................................................................................... 5
9.0 DELIVERY DATES ..................................................................................................................... 5
10.0 DELAYED DELIVERY ................................................................................................................ 5
11.0 DELAYS DUE TO FORCE MAJEURE ........................................................................................ 5
12.0 REJECTION, REMOVAL OF REJECTED GOODS AND REPLACEMENT ................................ 6
13.0 TRANSFER OF PROPERTY FROM THE SELLER TO THE PURCHASER ............................... 7
14.0 PRICE ........................................................................................................................................ 7
15.0 TERMS OF PAYMENT ............................................................................................................... 7
16.0 RECOVERY OF SUMS DUE ...................................................................................................... 7
17.0 CHANGES ................................................................................................................................. 8
18.0 CANCELLATION........................................................................................................................ 8
19.0 PATENTS AND ROYALTIES ..................................................................................................... 8
20.0 CONTROL REGUALTIONS ....................................................................................................... 9
21.0 CONTRACT CUM PERFORMANCE BANK GUARANTEE (CPBG).......................................... 9
22.0 GUARANTEE ............................................................................................................................. 9
23.0 NON-WAIVER .......................................................................................................................... 10
24.0 NON ASSIGNMENT ................................................................................................................. 10
25.0 SELLER’S DRAWING AND DATA REQUIREMENT ................................................................ 10
26.0 TECHNICAL INFORMATION ................................................................................................... 10
27.0 PROGRESS SCHEDULE & EXPEDITING ............................................................................... 11
28.0 SELLER’S LIABILITIES ............................................................................................................ 11
29.0 PURCHASER’S MATERIAL ..................................................................................................... 12
30.0 HEADINGS .............................................................................................................................. 12
31.0 ARBITRATION ......................................................................................................................... 12
32.0 JURISDICTION ........................................................................................................................ 12
33.0 LIMITATION TO LIABILITY ...................................................................................................... 12
34.0 SETTLEMENT OF DISPUTE BETWEEN GOVERNMENT DEPARTMENT/ PUBLIC SECTOR
UNDERTAKING .................................................................................................................................. 13
ANNEXURE – I TO GPC (LIST OF BULK ITEMS) .................................................................................... 14

Page 2 of 14
GENERAL PURCHASE CONDITIONS Document No.
(INDIGENOUS) 7-1841-1002 Rev.0
Page 3 of 14

1.0 DEFINITIONS
1.1 The following expressions used in these General Purchase Conditions (GPC) and the
Purchase shall have the meaning indicated against each of these:
The PURCHASER / OWNER means Engineers India Limited, a company incorporated in
India having its registered office at Engineers India Bhawan, 1, BhikaijiCama Place, RK
Puram, New Delhi-110066 and shall include its successors and assignees.
“GOODS/MATERIALS”: Goods and/or materials shall mean any of the Articles,
Materials, Machinery, Equipment, Supplies, Drawings, Data and other property and all
services including but not limited to design, delivery, installation, inspection, testing and
commissioning specified to complete the order.
“SELLER”: Seller shall mean the Person, Firm or Corporation to whom the Fax of
Acceptance / Purchase Order is issued.
“Purchase Order”: Purchase Ordershall mean the Order placed on the Seller for
supply of material/services and shall include the general conditions, bidding conditions,
specific conditions, material requisition/Purchase requisition, drawings, Price schedule
and subsequent amendments mutually agreed upon. It may also be referred as order or
contract.
Contractual Delivery Date”: Contractual Delivery Date is the date on which goods shall
be delivered F.O.T dispatching point/destination in accordance with the terms of the
Purchase Order. The contractual delivery date/period is inclusive of all the lead time for
engineering, procurement of raw materials, manufacturing, inspection, testing packing and
any other activities whatsoever required to be accomplished for effecting the delivery at
the agreed delivery point.
“Procurement co-coordinators / Managers”: Purchaser’s authorized representative
appointed as procurement coordinators / manager.
“INSPECTORS”: Inspectors deputed / authorized by Purchaser including Third Party
Inspection Agency.
CLIENT: Client means Project Owner.

2.0 REFERENCE FOR DOCUMENTATION


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

3.0 CONFIRMATION OF ORDER


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

4.0 SALES CONDITIONS


4.1 With Seller’s acceptance of provision of the Purchase Order, he waives and considers as

Page 3 of 14
GENERAL PURCHASE CONDITIONS Document No.
(INDIGENOUS) 7-1841-1002 Rev.0
Page 4 of 14
cancelled any of his general sales conditions.

5.0 COMPLETE AGREEMENT


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

6.0 INSPECTION-CHECKING-TESTING
6.1 The equipment, materials and workmanship covered by the Purchase Order are subject to
inspection and testing at any time prior to shipment and/or despatch and to final inspection
within a reasonable time after arrival at the place of delivery. Inspectors shall have the
right to carry out the inspection and testing which will include the raw materials at
manufacturer’s shop, at fabricator’s shop and at the time of actual despatch before and
after completion of packing.
6.2 All tests, mechanical and others as specified in the Purchase Requisition and particularly
those required by codes will be performed at Seller’s expenses and in accordance with
Inspector’s instructions. The Seller will also bear the expenses concerning preparation and
rendering of tests required by Boiler Inspectorate or such other statutory testing agencies
or by Lloyds Register of Shipping and Industrial Services as may be required.
6.3 The salaries and fees of Inspectors and their travelling, lodging and boarding expenses
will not be borne by the Seller unless inspection becomes anfractuous due to any omission
or commission on the part of the Seller. Before shipping or despatch, the equipment
and/or materials will have to be checked and stamped by Inspectors who are authorized
also to forbid the use and despatch of any equipment and/or materials which during tests
and inspection fail to comply with the specification, codes and testing requirements.
6.4 The Seller shall:
a) Inform Procurement Coordinator/Managers at least eight days in advance of the exact
place, date and time of rendering the equipment or materials for required inspection.
b) Provide free access as required to Inspectors during normal and / or extended
working hours to Seller’s or his/its sub-Supplier’s works and place at their disposal all
useful means of performing, checking, marking, testing, inspection and final stamping.
6.5 Even if the Inspections and tests are fully carried out, Seller would not be absolved to any
degree from his responsibilities to ensure that all equipment and material supplied comply
strictly with requirements as per agreement both during manufacturing, at the time of
delivery, inspection, on arrival at site and after its erection or start-up and guarantee period
as stipulated in Clause 22 (GUARANTEE).
6.6 The Seller’s responsibility will not be lessened to any degree due to any comments made
by Procurement Coordinators/Managers and Inspectors on the Seller’s drawings or
specifications or by inspectors witnessing any chemical or physical tests. In any case, the
equipment must be in strict accordance with the Purchase Order and/or its attachments
failing which the Purchaser shall have the right to reject the goods and hold the Seller
liable for non-performance of contract.

7.0 OFFICIAL INSTITUTIONAL TESTING


7.1 In addition to testing and inspection by Inspectors mentioned above, Lloyds register
Industrial services or similar institutional agencies like Boiler-Inspectorate may be

Page 4 of 14
GENERAL PURCHASE CONDITIONS Document No.
(INDIGENOUS) 7-1841-1002 Rev.0
Page 5 of 14
assigned for official testing of all coded equipment. The Seller shall ensure that all
Procedures for preparation and Performance of test prescribed by such institution shall be
complied scrupulously.
7.2 The Seller is required to send to such institutions as may be designed by the Purchaser at
least three sets of fabricated / manufactured drawings for each equipment and
calculations. All manufacturer’s mill test certificates and analytical reports from material
laboratories in respect of all raw material and components employed shall have to be
presented to such Institution’s Inspectors in the number of copies required. Seller shall be
responsible for any delay in submission of necessary certificates. The Seller shall
maintain close liaison with procurement co-ordinators and Institution’s Inspectors to
maintain Schedule and delay, if any, in this process will not be taken into consideration as
a cause of Force Majeure.

8.0 TRANSIT RISK INSURANCE


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

9.0 DELIVERY DATES


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

10.0 DELAYED DELIVERY


10.1 The time and date of delivery of materials/ equipment as stipulated in the Purchase
Order shall be deemed to be the essence of the agreement. For any delay in delivery of
equipment / materials or part thereof beyond the delivery date stipulated, the Purchaser
may:
a) FOR BUILK ITEMS: Accept delayed delivery at prices reduced by a sum equivalent to
one half of one percent (1/2%) of the total value of delayed item/quantity for every
week of delay or part thereof, limited to a maximum of five percent (5%) of the total
order value.
b) FOR ITEMS OTHER THAN BULK ITEMS(WITH OR WITHOUT SITE WORK):
Accept delayed delivery at prices reduced by a sum equivalent to one half of one
percent (1/2%) of the total order value for every week of delay or part thereof, limited
to a maximum of five percent (5%) of the total order value.
10.2 The invoice shall be raised after equivalent reduction in the Invoice value before
presenting to Purchaser/ Bank for payment. The acceptance of delayed delivery is
without prejudice to Purchaser’s right of cancelling the purchase order wholly or in part
for any delay exceeding the period of maximum price reduction and the Seller shall be
liable for all consequences thereof.

11.0 DELAYS DUE TO FORCE MAJEURE


11.1 In the event of causes of Force Majeure occurring within the agreed delivery terms, the

Page 5 of 14
GENERAL PURCHASE CONDITIONS Document No.
(INDIGENOUS) 7-1841-1002 Rev.0
Page 6 of 14
delivery dates can be extended by the Purchaser on receipt of application from the Seller
without imposition of price reduction. Only the following shall be considered as force
majeure:
a) Act of terrorism;
b) Riot, war, invasion, act of foreign enemies, hostilities (whether war be declared or
not), civil war, rebellion, revolution, insurrection of military or usurped power;
c) Ionizing, radiation or contamination, radio activity from any nuclear fuel or from any
nuclear waste from the combustion of nuclear fuel, radioactive toxic explosive or
other hazardous properties of any explosive assembly or nuclear component;
d) Epidemics, earthquakes, flood, fire, hurricanes, typhoons or other physical natural
disaster, but excluding weather conditions regardless of severity; and
e) Freight embargoes, strikes at national or state-wide level or industrial disputes at a
national or state-wide level in any country where Works are performed, and which
affect an essential portion of the Works but excluding any industrial dispute which is
specific to the performance of the Purchase Order.
11.2 For the avoidance of doubt, inclement weather, third party breach, delay in supply of
materials (other than due to a nationwide transporters’ strike) or commercial hardship
shall not constitute a Force Majeure event.
11.3 The Seller must advise the Purchaser by a registered letter duly certified by a statutory
authorities, the beginning and the end of the delay immediately, but in no case later than
10 days of the beginning and end of each cause of Force Majeure condition as defined
above.
11.4 The extension of time shall be the sole remedy of the Seller for any delay under this
clause and the Seller shall not be entitled in addition to or in lieu of such extension to
claim any damages or compensation on any account whatsoever whether under the law
governing contracts or any other law in force, and the Seller hereby waives and
disclaims any and all contrary rights.
11.5 In case force majeure conditions persists for period exceeding 02 (Two) Months, the
Purchaser reserves the right to cancel the Purchase order or part of it.

12.0 REJECTION, REMOVAL OF REJECTED GOODS AND REPLACEMENT


12.1 In case the testing and inspection at any stage by Inspectors reveal that the equipment,
material and workmanship do not comply with the specification and requirements, the
Seller at his/its own expense and risk shall remove the same within the time allowed by
the Purchaser. The Purchaser shall be at liberty to dispose of such rejected goods in
such a manner, as he may think appropriate. In the event the Seller fails to remove the
rejected goods within the period as aforesaid, all expenses incurred by the Purchaser for
such disposal shall be to the account of the Seller. The freight paid by the Purchaser, if
any, on the inward journey of the rejected materials shall be reimbursed by the Seller to
the Purchaser before the rejected materials are removed by the Seller.
12.2 The Seller shall have to proceed with the replacement of that equipment or part of the
equipment at Purchaser’s stores / site, if so required by the Purchaser, without claiming
any extra payment. The time taken for replacement in such event will not be added to
the contractual delivery period.
12.3 Any rejection, removal of rejected goods/material and replacement shall be applicable

Page 6 of 14
GENERAL PURCHASE CONDITIONS Document No.
(INDIGENOUS) 7-1841-1002 Rev.0
Page 7 of 14
only up to guarantee period or extended guarantee period as applicable.

13.0 TRANSFER OF PROPERTY FROM THE SELLER TO THE PURCHASER


13.1 The transfer of property shall be deemed to have taken place as follows subject to the
provisions herein contained:
a) F.O.T. despatch point: On handing over the equipment to the carrier against
receipt and such receipt having been passed over to the Purchaser.
b) F.O.T. Project Site: on receipt of material at Project site.
c) Equipment sent freight/ carriage paid to the Refinery site: On receipt of goods at
site.
d) Equipment erected by the Seller: on acceptance at job site.
e) Equipment commissioned by the Seller: On taking over by the Purchaser for
regular operation after test run at maximum capacity for specified period
satisfactorily performed.
However, where the sale to or purchase by the Seller is deemed to take place in the
course of inter-state trade or commerce or by endorsement/transfer of Railway receipt or
Truck/Lorry or any receipt during transit, the sale to the OWNER of the same material
shall similarly be deemed to take place by endorsement/transfer during transit in the
course of inter-state trade or commerce in respect of which the OWNER will furnish the
Seller/Supplier, wherever applicable, Form “C” to qualify to concessional rate of tax.

14.0 PRICE
14.1 Unless otherwise agreed to in the terms of the Purchase Order, the price shall be:
a) Firm and not subject to escalation for any reasons whatsoever till the execution of
entire order even though it might be necessary for the order execution to take
longer than the delivery period specified in the order.
b) Inclusive of adequate road worthy packing and forwarding charges upto effecting
delivery at F.O.T. despatch point in all cases whenever F.O.T destination delivery
terms are agreed to but exclusive of transit insurance.
14.2 Exclusive of Central/State Sales Tax, Excise Duty and or such imposts which are
leviable by law on sales of finished goods to Purchaser and/or Octroi duty, if any,
leviable at destination/ project site. The nature and extent of such levies shall be shown
separately.

15.0 TERMS OF PAYMENT


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

16.0 RECOVERY OF SUMS DUE


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

Page 7 of 14
GENERAL PURCHASE CONDITIONS Document No.
(INDIGENOUS) 7-1841-1002 Rev.0
Page 8 of 14
17.0 CHANGES
17.1 The Purchaser has the option at any time to make changes in quantities ordered or in
specifications and drawings. If such changes cause an increase or decrease in the price or
in the time required for supply, a claim under this provision must be raised by Seller with
documentary evidence/back-up documents/calculations within 7 days from the date the
intimation for change is received from Purchaser. Seller shall execute the change only
after receipt of change order.

18.0 CANCELLATION
18.1 CANCELLATION FOR DEFAULT
18.1.1 The Purchaser reserves the right to cancel the Purchase Order or any part thereof and
shall be entitled to rescind the Purchase Order wholly or in part by a written notice of 10
days to the Seller if:
a) The Seller fails to comply with the terms of the Purchase Order.
b) The Seller fails to adhere to delivery schedule of manufacturing and fails to deliver
the goods on time and/or replace the rejected goods promptly.
c) The Seller becomes bankrupt or goes into liquidation.
d) The Seller makes a general assignment for the benefit of creditors.
e) A receiver is appointed for any of the property owned by the Seller.
18.1.2 Upon receipt of the said cancellation notice, the Seller shall discontinue all work on the
Purchase Order and matters connected with it.
18.1.3 The Purchaser in that event will be entitled to procure the material in the open market
and recover excess payment over the Seller’s agreed price, if any, from the Seller
reserving to itself the right to forfeit the /Contract Performance Bank Guarantee (CPBG),
if any.
18.2 CANCELLATION FOR CONVENIENCE
18.2.1 The PURCHASER may, by written notice of 10 days sent to the SELLER, Cancel the
CONTRACT, in whole or part, at any time for his convenience. The notice of cancellation
shall specify that cancellation is for the PURCHASER's convenience, the extent to which
performance of work under the CONTRACT is cancelled and the date upon which such
cancellation becomes effective.
18.2.2 The GOODS that are complete and ready for shipment within 30 days after the
SELLER's receipt of notice of cancellation shall be purchased by the PURCHASER at
the CONTRACT terms and prices. For the remaining GOODS, the PURCHASER may
opt:
a) to have any portion completed and delivered at the CONTRACT terms and prices,
and /or
b) to cancel the remainder and pay to the SELLER an agreed amount for partially
completed GOODS and for materials and parts previously procured by the
SELLER.

19.0 PATENTS AND ROYALTIES


19.1 On acceptance of this order, the Seller will be deemed to have entirely indemnified the
Purchaser and Procurement Coordinators/Managers from any legal action or claims

Page 8 of 14
GENERAL PURCHASE CONDITIONS Document No.
(INDIGENOUS) 7-1841-1002 Rev.0
Page 9 of 14
regarding compensation for breach of patent rights which the Seller deems necessary to
apply for manufacturing the ordered equipment and/or materials or which can in any way
be connected in the manufacture.

20.0 CONTROL REGUALTIONS


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

21.0 CONTRACT CUM PERFORMANCE BANK GUARANTEE (CPBG)


21.1 Within 30 days from the date of issue of Purchase order, the Seller shall furnish
Contracts cum performance guarantee in the form of Bank Guarantee as per the
purchaser’s proforma for an amount equivalent to 10% of the order value. This shall be 5%
in case of bulk items (as listed in Annexure 1 to GPC).
21.2 The proceeds of the CPBG shall be appropriated by the Purchaser as compensation for
any loss resulting from the Seller’s failure to complete his obligations under the Contract
without prejudice to any of the rights or remedies the PURCHASER may be entitled to
as per terms and conditions of CONTRACT.
21.3 This CPBG shall also govern the successful performance of Goods and Services during
the entire period of Contractual Warrantee/Guarantee.
21.4 The CPBG shall be denominated in the currency of the CONTRACT.
21.5 The Contracts cum Performance Guarantee shall be valid for the duration of 2 months
beyond the expiry of Warrantee/Guarantee period. The Bank Guarantee will be
discharged by PURCHASER not later than 2 months from the date of expiration of the
Seller’s entire obligations, including any warrantee obligations, under the CONTRACT.
21.6 In case of Reinforcement Bar, Structural steel, CPBG will be required for 5% of order
value having validity up to Contractual delivery period + 2 months claim period.
21.7 In case of limited enquiries, CPBG shall not be required for orders up to Rs. Twenty Five
(25) Lakhs in case of Pipes, Fittings, Flanges, Gaskets and Fasteners and for orders up
to Rs. Ten (10) Lakhs for all other items. However, in case of NIT, CPBG shall be
required for all orders irrespective of order value.
21.8 Bank Guarantee(s) shall be issued through Indian Nationalized Bank/ Indian Scheduled
bank (other than Co-operative Banks) / Indian branches of foreign banks registered with
Reserve Bank of India as a scheduled foreign bank.
21.9 It will be the responsibility of the Seller to keep the Bank Guarantee fully subscribed. Any
shortfall in the value of the Bank Guarantee as a result of encashment by the Purchaser
either in full or in part in terms of Seller’s Performance shall be replenished by the Seller
within two weeks thereof.

22.0 GUARANTEE
22.1 The Seller shall guarantee that any and all materials used in execution of the Purchase
Order shall be in strict compliance with characteristics, requirements and specifications
and that the same shall be free from any defects. Checking of the Seller’s drawings by
the Purchaser/Purchaser’s representatives and their approval and permission to ship or

Page 9 of 14
GENERAL PURCHASE CONDITIONS Document No.
(INDIGENOUS) 7-1841-1002 Rev.0
Page 10 of 14
despatch the equipment and materials granted by Inspectors shall not relieve the Seller
from any part of his/its responsibilities of proper fulfilment of the requirements.
22.2 The Seller will guarantee that all materials and equipments shall be repaired or replaced
as the case may be, at his own expense, in case the same have been found to be
defective in respect of material, workmanship or smooth and rated operation within a
period 15 months after the equipment/ material have been put in service or 30 months
from the date of shipment, whichever is earlier. Repaired or replaced equipment/
materials shall be similarly guaranteed by the SELLER for a period of fifteen (15)
months from the date of replacement/ repair subject to a maximum of 30 months from
the date,the main equipment/ material have been put in service. All expenses for such
replacement/ repair of equipment/ material shall be to the account of the Seller including
freight, if any.
22.3 Acceptance by the Purchaser or its Inspectors of any equipment and materials or its
replacement will not relieve the Seller of its responsibility of supplying the
equipment/materials strictly according to the specification and according to the
guarantees agreed by the Seller.

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

24.0 NON ASSIGNMENT


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

25.0 SELLER’S DRAWING AND DATA REQUIREMENT


25.1 The Seller shall submit drawings, data and documentation in accordance with but not
limited to what is specified in the requisition and/or in the Seller drawings and data form
attached to the Purchase Requisition and as called for in Clause 26 (PROGRESS
SCHEDULE & EXPEDITING). Types, quantities and time limits of submitting this must be
respected in its entirety failing which the Purchase Order shall not be deemed to have
been executed for all purposes including settlement of payment since the said submission
is an integral part of Purchase Order execution.

26.0 TECHNICAL INFORMATION


26.1 Drawings, specifications and details shall be the property of the Purchaser and shall be
returned by the Seller on demand. The Seller shall not make use of drawings and
specifications for any purpose at any time save and except for the purpose of the
Purchaser.
26.2 The Seller shall not disclose the technical information furnished to or gained by the Seller

Page 10 of 14
GENERAL PURCHASE CONDITIONS Document No.
(INDIGENOUS) 7-1841-1002 Rev.0
Page 11 of 14
under or by virtue of or as a result of the implementation of the Purchase Order to any
person, firm or body or Corporate authority and shall make all endeavors to ensure that
the technical information is kept CONFIDENTIAL. The technical information imparted and
supplied to the Seller by the Purchaser shall at all times remain the absolute property of
the Purchaser.

27.0 PROGRESS SCHEDULE & EXPEDITING


27.1 Template for progress reporting is available on EIL eDMS portal. SELLER within 2 weeks
of award shall submit to PURCHASER, his Delivery schedule regarding the
documentation, manufacture, testing, supply, erection and commissioning of the GOODS.
27.2 For items other than bulk, the Delivery schedule will be in the form of a network or a bar
chart clearly indicating all main or key events regarding documentation, supply of raw
materials, manufacturing, testing, delivery, erection and commissioning.
27.3 SELLER shall update the template online on monthly basis to keep PURCHASER
updated on the progress of the execution of Order and achievement of targets set out in
time bar chart.
27.4 The Procurement Co-coordinator/ Managers shall have the right to inspect SELLER’s
premises with a view to evaluating the actual progress of work on the basis of SELLER’s
Delivery schedule.
27.5 The Procurement Co-coordinator/ Managers shall have free access to Seller’s shop and/or
sub-Supplier’s shop at any time and they shall be provided all the necessary assistance
and information to help them perform their job.
27.6 Irrespective of such inspection, in case of any delay, Purchaser cannot be held
responsible. However, if delay is expected, at the earliest possible date, SELLER shall
advise Purchaser, of anticipated delay in the progress.
27.7 Notwithstanding the above, in case progress on the execution of order at various stages is
not as per phased Delivery schedule and is not satisfactory in the opinion of the
PURCHASER which shall be conclusive or SELLER shall neglect to execute the order
with due diligence and expedition or shall contravene the provisions of the order,
PURCHASER shall be entitled to take action in accordance with the provisions of the
Order.

28.0 SELLER’S LIABILITIES


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

Page 11 of 14
GENERAL PURCHASE CONDITIONS Document No.
(INDIGENOUS) 7-1841-1002 Rev.0
Page 12 of 14
29.0 PURCHASER’S MATERIAL
29.1 Purchaser’s materials shall be delivered to the Seller after the Seller submits the Bank
Guarantee for Indemnifying the full value thereof strictly in the manner and as per
Performa of Bank Guarantee approved by the Purchaser.
29.2 Wherever possible, the material shall be consigned to goods depot to be specifically
confirmed by Seller. The Seller at his responsibility and cost shall arrange
Loading/Unloading and any handling from the destination.
29.3 The Seller shall give a firm and binding list of Purchasers issue of materials which shall be
duly reviewed & approved by EIL and the desired schedule of its delivery to shop floor
strictly in accordance with the sequence of fabrication vis-a-vis the contractual delivery
period.
29.4 Unused materials or scrap from material supplied by the Purchaser to the Seller shall be
returned by the Seller to the Purchaser or if the Purchaser so directs the Seller may
dispose of the same by sale or otherwise on such terms and conditions as the Purchaser
may stipulate and the Seller shall pay to the Purchaser the sale proceeds of the material
so disposed off by sale deducting there from expenses incurred by the Seller on such sale,
the quantum of such deduction to be mutually agreed upon in advance between the
Purchaser and the Seller.

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

31.0 ARBITRATION
31.1 Any dispute or difference between the parties hereof arising out of any notified claim of the
SELLER included in his final bill and /or arising out of any amount claimed by the OWNER
(whether or not the amount claimed by the OWNER or any part thereof shall have been
deducted from the Final bill of the supplier or any amount paid by the OWNER to the
SELLER in respect of the work) shall be referred to arbitration in accordance with the
UNCITRAL Rules as adopted in India by the Arbitration & Conciliation Act, 1996.
31.2 The venue of the arbitration shall be New Delhi.
31.3 Notwithstanding the existence of any dispute or arbitration in terms hereof or otherwise,
the Seller shall continue and be bound to continue and perform the works to completion in
all respects according to the
31.4 Contract (unless the Contract or works be determined by the Owner or by the Seller under
the provisions of the Contract), and the Seller shall remain liable and bound in all respects
under the Contract.

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

33.0 LIMITATION TO LIABILITY


33.1 Notwithstanding anything contrary contained herein, the aggregate total liability of Seller,
excluding his liability towards infringement of patent, trade mark or industrial design rights,
breach of Confidentiality, Anti-Bribery, Corruption and Conflicts of Interest, under the
contract or otherwise shall be limited to 100% of value of Purchase order. However,

Page 12 of 14
GENERAL PURCHASE CONDITIONS Document No.
(INDIGENOUS) 7-1841-1002 Rev.0
Page 13 of 14
neither party shall be liable to the other party for any indirect and consequential damages,
loss of profits or loss of production.

34.0 SETTLEMENT OF DISPUTE BETWEEN GOVERNMENT DEPARTMENT/ PUBLIC


SECTOR UNDERTAKING
34.1 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.

Page 13 of 14
GENERAL PURCHASE CONDITIONS Document No.
(INDIGENOUS) 7-1841-1002 Rev.0
Page 14 of 14

Annexure – I to GPC (LIST OF BULK ITEMS)

a) Piping
i) Pipes
ii) Fittings
iii) Flanges (all kinds/ types)
iv) Strainers
v) Steam Traps
vi) Valves of all kind
vii) Steam and Condensate Manifolds
viii) Spring Hangers
ix) Hose & Hose Couplings
x) Gaskets
xi) Bolting

b) Electrical
i) LT Cable
ii) FLP Lighting Fixtures and Control Gears
iii) Communication Cables
iv) Junction Box

c) Instrumentation
i) Signal and Thermocouple cables
ii) Copper Tubes
iii) SS Tubes
iv) Tube Fittings
v) Instrument Valves and Manifolds
vi) Instrument junction Box
vii) Rupture Disc
viii) Gauge Glass and Cocks
ix) Pressure Gauges, Differential Pressure Gauges, Draft Pressure Gauges
x) RTD, Thermocouples and Thermowells
xi) Temperature Gauge
xii) Tank Level Indicators (Float Type)
xiii) Orifice Plates and Flanges

Page 14 of 14
GENERAL PURCHASE CONDITIONS Document No.
(IMPORTS) 7-1841-1003 Rev.0
Page 1 of 13

ENGINEERS INDIA LIMITED

GENERAL PURCHASE CONDITIONS


(IMPORTS)

Regd. Office : Engineers India Bhawan, 1, Bhikaiji Cama Place, New Delhi - 110066

Page 1 of 13
GENERAL PURCHASE CONDITIONS Document No.
(IMPORTS) 7-1841-1003 Rev.0
Page 2 of 13

INDEX

1.0 DEFINITIONS ............................................................................................................................ 3


2.0 REFERENCE FOR DOCUMENTATION ................................................................................... 3
3.0 IMPORT LICENCE ..................................................................................................................... 3
4.0 PURCHASE ORDER ACKNOWLEDGEMENT ......................................................................... 3
5.0 SALES CONDITIONS ................................................................................................................ 3
6.0 COMPLETE AGREEMENT........................................................................................................ 3
7.0 INSPECTION-CHECKING-TESTING ........................................................................................ 4
8.0 PROGRESS SCHEDULE & EXPEDITING ................................................................................ 4
9.0 DELIVERY DATES .................................................................................................................... 5
10.0 DELAYED DELIVERY................................................................................................................ 5
11.0 DELAYS DUE TO FORCE MAJEURE ...................................................................................... 5
12.0 REJECTION, REMOVAL OF REJECTED GOODS MATERIALAND REPLACEMENT ......... 6
13.0 PRICE ........................................................................................................................................ 7
14.0 TERMS OF PAYMENT .............................................................................................................. 7
15.0 RECOVERY OF SUMS DUE ..................................................................................................... 7
16.0 CHANGES ................................................................................................................................. 7
17.0 CANCELLATION........................................................................................................................ 7
18.0 PATENTS AND ROYALTIES ..................................................................................................... 8
19.0 CONTRACT CUM PERFORMANCE BANK GUARANTEE (CPBG) ......................................... 8
20.0 GUARANTEE ............................................................................................................................. 9
21.0 NON-WAIVER ............................................................................................................................ 9
22.0 NON ASSIGNMENT .................................................................................................................. 9
23.0 TECHNICAL INFORMATION .................................................................................................. 10
24.0 HEADINGS .............................................................................................................................. 10
25.0 ARBITRATION ......................................................................................................................... 10
26.0 FOREIGN LIABILITY CLAUSE ................................................................................................ 10
27.0 LAW AND JURISDICTION....................................................................................................... 11
28.0 LIMITATION TO LIABILITY ..................................................................................................... 11
29.0 REQUIREMENT OF PAN NO. & TRC FOR ALL CASES OTHER THAN SUPPLY ORDERS11
30.0 TRANSIT INSURANCE............................................................................................................ 11
31.0 TRANSFER OF PROPERTY FROM THE SELLER TO THE PURCHASER .......................... 12
Annexure – I to GPC (LIST OF BULK ITEMS) ................................................................................... 13

Page 2 of 13
GENERAL PURCHASE CONDITIONS Document No.
(IMPORTS) 7-1841-1003 Rev.0
Page 3 of 13
1.0 DEFINITIONS
1.1 The following expressions used in these General Purchase Conditions (GPC) and the
Purchase Order shall have the meaning indicated against each of them:
PURCHASER: The Purchaser means Engineers India Limited a company incorporated
in India having its registered office at Engineers India Bhawan, 1, BhikaijiCama Place,
RK Puram, New Delhi-110066, India and shall include its successors and assignees.
GOODS/MATERIALS: Goods and/or materials shall mean any of the articles, materials
such as, Machinery, Equipments, Supplies, drawing, data and other property and all
services including but not limited to design, delivery, installation, inspection and testing
and commissioning specified or required to complete the order.
SELLER/Seller: SELLER/Supplier shall mean the Person, firm or Corporation to whom
the Fax of Acceptance / Purchase Order is issued.
“Purchase Order”: Purchase Ordershall mean the Order placed on the Seller for
supply of material/services and shall include the general conditions, bidding conditions,
specific conditions, material requisition/Purchase requisition, drawings, Price schedule
and subsequent amendments mutually agreed upon. It may also be referred as order
or contract.
INSPECTORS: Inspectors deputed / authorized by Purchaser including Third Party
Inspection Agency.
CLIENT: Client means Project Owner

2.0 REFERENCE FOR DOCUMENTATION


2.1 Purchase Order / Purchase Requisition number” must appear on correspondence,
drawings, invoices, shipping notes, packing and on any document or paper connected
with the Order.

3.0 IMPORT LICENCE


3.1 If any, shall not be the seller’s responsibility.

4.0 PURCHASE ORDER ACKNOWLEDGEMENT


4.1 EIL shall issue firm Fax of Acceptance (FOA) / Purchase Order to the successful bidder
as a confirmation of award of order. The Seller shall acknowledge the Fax of
Acceptance (FOA) / Purchase Order within seven days following the date of FOA /
Purchase Order.

5.0 SALES CONDITIONS


5.1 With Seller’s acceptance of provisions of the Purchase Order he waives and considers
as cancelled any of his general sales conditions.

6.0 COMPLETE AGREEMENT


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

Page 3 of 13
GENERAL PURCHASE CONDITIONS Document No.
(IMPORTS) 7-1841-1003 Rev.0
Page 4 of 13
7.0 INSPECTION-CHECKING-TESTING
7.1 The equipment, materials and workmanship covered by the Purchase Order are subject
to inspection and testing at any time prior to shipment and/or despatch and to final
inspection within a reasonable time after arrival at site. Inspectors shall have the right
to carry out the inspection and testing which will include the raw materials at
manufacturer’s shop, at fabricator’s shop and at the time of actual despatch before and
after completion of packing.
7.2 All tests, mechanical and others and particularly those required by relevant codes will
be performed at the Seller’s expenses and in accordance with Inspector’s instructions.
The Seller will also bear the expenses concerning preparation and rendering of tests
required by Boiler Inspectorate or such other statutory testing agencies or by Lloyds
Register of Shipping as may be required.
7.3 Before shipping or despatch, the equipment and/or materials will have to be checked
and stamped by Inspectors who are authorized also to forbid the use and despatch of
any equipment and/or materials which during tests and inspection fail to comply with the
specification, codes and testing requirements.
7.4 The Seller will have to: -
a) Inform Purchaser at least two weeks in advance of the exact place, date and time
of rendering the equipment or materials for required inspection.
b) Provide free access to Inspectors during normal working hours to Seller’s or
his/its sub-Seller’s works and place at their disposal all useful means of
performing, checking, marking, testing, inspection and final stamping with prior
intimation.
7.5 Even if the inspection and tests are fully carried out, Seller is not absolved to any
degree from his responsibilities to ensure that all equipments and materials supplied
comply strictly with requirements as per agreement. both during manufacturing, at the
time of delivery, inspection, on arrival at site and after its erection or start-up and
guarantee period as stipulated in Clause 20 (GUARANTEE).
7.6 The Seller’s responsibility will not be lessened to any degree due to any comments
made by Purchaser/Purchaser’s representative and Inspectors on the Seller’s drawings
or specifications or by inspectors witnessing any chemical or physical tests. In any
case, the material equipment must be in strict accordance with the Purchase Order
and/or its attachments failing which the Purchaser shall have the right to reject the
goods and hold the Seller liable for non-performance of contract.

8.0 PROGRESS SCHEDULE & EXPEDITING


8.1 Template for progress reporting is available on EIL eDMS portal. SELLER within 2
weeks of award shall submit to PURCHASER, his Delivery schedule regarding the
documentation, manufacture, testing, supply, erection and commissioning of the
GOODS.
8.2 For items other than bulk, the Delivery schedule will be in the form of a network or a bar
chart clearly indicating all main or key events regarding documentation, supply of raw
materials, manufacturing, testing, delivery, erection and commissioning.
8.3 SELLER shall update the template online on monthly basis to keep PURCHASER
updated on the progress of the execution of Order and achievement of targets set out in
time bar chart.

Page 4 of 13
GENERAL PURCHASE CONDITIONS Document No.
(IMPORTS) 7-1841-1003 Rev.0
Page 5 of 13
8.4 The Purchaser representative shall have the right to inspect SELLER’s premises with a
view to evaluating the actual progress of work on the basis of SELLER’s Delivery
schedule.
8.5 The Procurement Co-coordinator/ Managers shall have free access to Seller’s shop
and/or sub-Supplier’s shop at any time and they shall be provided all the necessary
assistance and information to help them perform their job.
8.6 Irrespective of such inspection, in case of any delay, Purchaser cannot be held
responsible. However, if delay is expected, at the earliest possible date, SELLER shall
advise Purchaser, of anticipated delay in the progress.
8.7 Notwithstanding the above, in case progress on the execution of order at various stages
is not as per phased Delivery schedule and is not satisfactory in the opinion of the
PURCHASER which shall be conclusive or SELLER shall neglect to execute the order
with due diligence and expedition or shall contravene the provisions of the order,
PURCHASER shall be entitled to take action in accordance with the provisions of the
Order.

9.0 DELIVERY DATES


9.1 Time of delivery mentioned in the Purchase Order shall be the essence of agreement
and no variation shall be permitted except with prior authorization in writing from the
Purchaser. Goods should be delivered securely packed and in good order and
condition at the place and within the time specified in the Purchase Order for their
delivery. The time of delivery means the date of the Clean Bill of Lading/Airway Bill at
FOB/FCA International Sea Port/ Airport of Exit.

10.0 DELAYED DELIVERY


10.1 The time and date of delivery of materials/ equipment as stipulated in the Purchase
Order shall be deemed to be the essence of the agreement. For any delay in delivery of
equipment / materials or part thereof beyond the delivery date stipulated, the Purchaser
may:
a) FOR BUILK ITEMS: Accept delayed delivery at prices reduced by a sum
equivalent to one half of one percent (1/2%) of the total value of delayed
item/quantity for every week of delay or part thereof, limited to a maximum of five
percent (5%) of the total order value.
b) FOR ITEMS OTHER THAN BULK ITEMS (WITH OR WITHOUT SITE WORK):
Accept delayed delivery at prices reduced by a sum equivalent to one half of one
percent (1/2%) of the total order value for every week of delay or part thereof,
limited to a maximum of five percent (5%) of the total order value.
10.2 The invoice shall be raised after equivalent reduction in the Invoice value before
presenting to Purchaser/ Bank for payment. The acceptance of delayed delivery is
without prejudice to Purchaser’s right of cancelling the purchase order wholly or in part
for any delay exceeding the period of maximum price reduction and the Seller shall be
liable for all consequences thereof.

11.0 DELAYS DUE TO FORCE MAJEURE


11.1 In the event of causes of Force Majeure occurring within the agreed delivery terms, the
delivery dates can be extended by the Purchaser on receipt of application from the

Page 5 of 13
GENERAL PURCHASE CONDITIONS Document No.
(IMPORTS) 7-1841-1003 Rev.0
Page 6 of 13
Seller without imposition of price reduction. Only the following shall be considered as
force majeure:
a) Act of terrorism;
b) Riot, war, invasion, act of foreign enemies, hostilities (whether war be declared or
not), civil war, rebellion, revolution, insurrection of military or usurped power;
c) Ionising radiation or contamination, radio activity from any nuclear fuel or from
any nuclear waste from the combustion of nuclear fuel, radioactive toxic
explosive or other hazardous properties of any explosive assembly or nuclear
component;
d) Epidemics, earthquakes, flood, fire, hurricanes, typhoons or other physical
natural disaster, but excluding weather conditions regardless of severity; and
e) Freight embargoes, strikes at national or state-wide level or industrial disputes at
a national or state-wide level in any country where Works are performed, and
which affect an essential portion of the Works but excluding any industrial dispute
which is specific to the performance of the Purchase Order.
11.2 For the avoidance of doubt, inclement weather, third party breach, delay in supply of
materials (other than due to a nationwide transporters’ strike) or commercial hardship
shall not constitute a Force Majeure event.
11.3 The Seller must advise the Purchaser by a registered letter duly certified by a local
Chamber of Commerce or statutory authorities, the beginning and the end of the delay
immediately, but in no case later than within 10 days of the beginning and end of each
cause of Force Majeure condition as defined above.
11.4 The extension of time shall be the sole remedy of the Seller for any delay under this
clause and the Seller shall not be entitled in addition to or in lieu of such extension to
claim any damages or compensation on any account whatsoever whether under the law
governing contracts or any other law in force, and the Seller hereby waives and
disclaims any and all contrary rights.
11.5 In case force majeure conditions persists for period exceeding 02 (Two) Months, the
Purchaser reserves the right to cancel the Purchase order or part of it.

12.0 REJECTION, REMOVAL OF REJECTED GOODS MATERIALAND REPLACEMENT


12.1 In case the testing and inspection at any stage by Inspectors reveal that the equipment,
material and workmanship do not comply with the specification and requirements, the
Seller at his/its own expense and risk shall remove the same within the time allowed by
the Purchaser. The Purchaser shall be at liberty to dispose of such rejected goods
material in such a manner as he may think appropriate, in the event the Seller fails to
remove the rejected goods material within the period as aforesaid. All expenses
incurred by the Purchaser for such disposal shall be to the account of the Seller. The
freight paid by the Purchaser, if any, on the inward journey of the rejected materials
shall be reimbursed by the Seller .The Seller will have to proceed with the replacement
of that equipment, material or part of the equipment, material, if so required by the
Purchaser, without claiming any extra payment. The time taken for replacement in such
event will not be added to the contractual delivery period.
12.2 Any rejection, removal of rejected goods/material and replacement shall be applicable
only up to guarantee period or extended guarantee period as applicable.

Page 6 of 13
GENERAL PURCHASE CONDITIONS Document No.
(IMPORTS) 7-1841-1003 Rev.0
Page 7 of 13
13.0 PRICE
13.1 Unless otherwise agreed to in the terms of the Purchase Order, the price shall be Firm
and not subject to escalation for any reason whatsoever even though it might be
necessary for the order execution to take longer than the delivery period specified in the
order.

14.0 TERMS OF PAYMENT


14.1 Terms of payment shall be as spelt out in the Purchase Order.

15.0 RECOVERY OF SUMS DUE


15.1 Whenever any claim against the Seller for payment of sum(s) of money arises out of or
under the contract, the Purchaser shall be entitled to recover such sum(s) from any
sum(s) then due or which at any time thereafter may become due from the Seller under
this or any other contract with the Purchaser including right to en-cash the PBG. In the
event of encashment of PBG the Seller shall re-store the same to its original amount
and should this sum is not sufficient to cover the recoverable amount, the Seller shall
pay to the Purchaser on demand the balance remaining due.

16.0 CHANGES
16.1 The Purchaser has the option at any time to make changes in quantities ordered or in
specifications and drawings. If such changes cause an increase or decrease in the
price or in the time required for supply, a claim under this provision must be raised by
Seller with documentary evidence/back-up documents/calculations within 7 days from
the date the intimation for change is received from Purchaser. Seller shall execute the
change only after receipt of change order.

17.0 CANCELLATION
17.1 CANCELLATION FOR DEFAULT
17.1.1 The Purchaser reserves the right to cancel the Purchase Order or any part thereof and
shall be entitled to rescind the Purchase Order wholly or in part by a written notice of
10 days to the Seller if:
a) The Seller fails to comply with the terms of the Purchase Order.
b) The Seller fails to adhere to delivery schedule of manufacturing and fails to
deliver the goods on time and/or replace the rejected goods promptly.
c) The Seller becomes bankrupt or goes into liquidation.
d) The Seller makes a general assignment for the benefit of creditors.
e) A receiver is appointed for any of the property owned by the Seller.
17.1.2 Upon receipt of the said cancellation notice, the Seller shall discontinue all work on the
Purchase Order and matters connected with it.
17.1.3 The Purchaser in that event will be entitled to procure the material in the open market
and recover excess payment over the Seller’s agreed price, if any, from the Seller
reserving to itself the right to forfeit the /Contract Performance Bank Guarantee
(CPBG)), if any.

Page 7 of 13
GENERAL PURCHASE CONDITIONS Document No.
(IMPORTS) 7-1841-1003 Rev.0
Page 8 of 13
17.2 CANCELLATION FOR CONVENIENCE
17.2.1 The PURCHASER may, by written notice of 10 days sent to the SELLER, Cancel the
CONTRACT, in whole or part, at any time for his convenience. The notice of
cancellation shall specify that cancellation is for the PURCHASER's convenience, the
extent to which performance of work under the CONTRACT is cancelled and the date
upon which such cancellation becomes effective.
17.2.2 The GOODS that are complete and ready for shipment within 30 days after the
SELLER's receipt of notice of cancellation shall be purchased by the PURCHASER at
the CONTRACT terms and prices. For the remaining GOODS, the PURCHASER may
opt:
a) to have any portion completed and delivered at the CONTRACT terms and
prices, and /or
b) to cancel the remainder and pay to the SELLER an agreed amount for partially
completed GOODS and for materials and parts previously procured by the
SELLER.

18.0 PATENTS AND ROYALTIES


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

19.0 CONTRACT CUM PERFORMANCE BANK GUARANTEE (CPBG)


19.1 Within 30 days from the date of issue of Purchase order, the Seller shall furnish
Contracts cum performance guarantee in the form of Bank Guarantee as per the
purchaser’s proforma for an amount equivalent to 10% of the order value. This shall be
5% in case of bulk items (as listed in Annexure 1 to GPC).
19.2 The proceeds of the CPBG shall be appropriated by the Purchaser as compensation for
any loss resulting from the Seller’s failure to complete his obligations under the Contract
without prejudice to any of the rights or remedies the PURCHASER may be entitled to
as per terms and conditions of CONTRACT.
19.3 This CPBG shall also govern the successful performance of Goods and Services during
the entire period of Contractual Warrantee/Guarantee.
19.4 The CPBG shall be denominated in the currency of the CONTRACT.
19.5 The Contracts cum Performance Guarantee shall be valid for the duration of 2 months
beyond the expiry of Warrantee/Guarantee period. The Bank Guarantee will be
discharged by PURCHASER not later than 2 months from the date of expiration of the
Seller’s entire obligations, including any warrantee obligations, under the CONTRACT.
19.6 In case of Reinforcement Bar, Structural steel, CPBG will be required for 5% of order
value having validity up to Contractual delivery period + 2 months claim period.
19.7 In case of limited enquiries, CPBG shall not be required for orders up to Rs. Twenty
Five (25) Lakhs or equivalent foreign currency in case of Pipes, Fittings, Flanges,
Gaskets and Fasteners and for orders up to Rs. Ten (10) Lakhs or equivalent foreign

Page 8 of 13
GENERAL PURCHASE CONDITIONS Document No.
(IMPORTS) 7-1841-1003 Rev.0
Page 9 of 13
currency for all other items. However, in case of NIT, CPBG shall be required for all
orders irrespective of order value.
19.8 Bank Guarantee(s) shall be issued through Indian Nationalised Bank/ Indian Scheduled
bank (other than Co-operative Banks) / Indian branches of foreign banks registered with
Reserve Bank of India as a scheduled foreign bank.
19.9 It will be the responsibility of the Seller to keep the Bank Guarantee fully subscribed.
Any shortfall in the value of the Bank Guarantee as a result of encashment by the
Purchaser either in full or in part in terms of Seller’s Performance shall be replenished
by the Seller within two weeks thereof.

20.0 GUARANTEE
20.1 The Seller shall guarantee that any and all materials used in execution of the Purchase
Order shall be in strict compliance with characteristics, requirements and specifications
and that the same shall be free from any defects. Checking of the Seller’s drawings by
the Purchaser/Purchaser’s representatives and their approval and permission to ship or
despatch the equipment and materials granted by Inspectors shall not relieve the Seller
from any part of his/its responsibilities of proper fulfilment of the requirements.
20.2 The Seller will guarantee that all materials and equipments shall be repaired or
replaced as the case may be, at his own expense, in case the same have been found to
be defective in respect of material, workmanship or smooth and rated operation within a
period 15 months after the equipment/ material have been put in service or 30 months
from the date of shipment, whichever is earlier. Repaired or replaced equipment/
materials shall be similarly guaranteed by the SELLER for a period of fifteen (15)
months from the date of replacement/ repair subject to a maximum of 30 months from
the date, the main equipment/ material have been put in service. All expenses for such
replacement/ repair of equipment/ material shall be to the account of the Seller
including freight, if any.
20.3 Acceptance by the Purchaser or its Inspectors of any equipment and materials or its
replacement will not relieve the Seller of its responsibility of supplying the
equipment/materials strictly according to the specification and according to the
guarantees agreed by the Seller.

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

22.0 NON ASSIGNMENT


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

Page 9 of 13
GENERAL PURCHASE CONDITIONS Document No.
(IMPORTS) 7-1841-1003 Rev.0
Page 10 of 13
23.0 TECHNICAL INFORMATION
23.1 Drawings, specifications and details shall be the property of the Purchaser and shall be
returned by the Seller on demand. The Seller shall not make use of drawings and
specifications for any purpose at any time save and except for the purpose of the
Purchaser. The Seller shall not disclose the technical information furnished to or
gained by the Seller under or by virtue of or as a result of the implementation of the
Purchase Order to any person, firm or body or Corporate authority and shall make all
endeavours to ensure that the technical information is kept CONFIDENTIAL. The
technical information imparted and supplied to the Seller by the Purchaser shall at all
times remain the absolute property of the Purchaser.

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

25.0 ARBITRATION
25.1 Any dispute or difference between the parties hereof arising out of any notified claim of
the SELLER included in his final bill and /or arising out of any amount claimed by the
PURCHASER (whether or not the amount claimed by the PURCHASER or any part
thereof shall have been deducted from the Final bill of the supplier or any amount paid by
the PURCHASER to the SELLER in respect of the work) shall be referred to arbitration in
accordance with the UNCITRAL Rules as adopted in India by the Arbitration &
Conciliation Act, 1996.
25.2 The venue of the arbitration shall be New Delhi, India.
25.3 Notwithstanding the existence of any dispute or arbitration in terms hereof or otherwise,
the Seller shall continue and be bound to continue and perform the works to completion in
all respects according to the Contract (unless the Contract or works be determined by the
Purchaser or by the Seller under the provisions of the Contract), and the Seller shall
remain liable and bound in all respects under the Contract.

26.0 FOREIGN LIABILITY CLAUSE


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

Page 10 of 13
GENERAL PURCHASE CONDITIONS Document No.
(IMPORTS) 7-1841-1003 Rev.0
Page 11 of 13
27.0 LAW AND JURISDICTION
27.1 The Purchase Order shall be governed by Indian Laws. The Seller hereby agrees that the
Court situated at New Delhi, India alone shall have the jurisdiction to hear and determine
all action and proceedings arising out of this contract.

28.0 LIMITATION TO LIABILITY


28.1 Notwithstanding anything contrary contained herein, the aggregate total liability of Seller,
excluding his liability towards infringement of patent, trade mark or industrial design
rights, under the contract or otherwise shall be limited to 100% of value of Purchase
order. However, neither party shall be liable to the other party for any indirect and
consequential damages, loss of profits or loss of production.

29.0 REQUIREMENT OF PAN NO. & TRC FOR ALL CASES OTHER THAN SUPPLY
ORDERS
29.1 All prices must be gross of Indian Income Taxes.
29.2 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:
a) PAN No. as per the Indian Income Tax requirements failing which the
Supplier/Contractor/Consultant shall be responsible for any additional tax
deduction at source as per the provisions of the Indian Income Tax Act/Rules
and the same shall be deducted from the payment made to
supplier/contractor/consultant.
b) Tax Residency Certificate (TRC) containing prescribed particulars as per the
enclosed Annexure-B 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.
c) In additional to TRC, bidder in order to claim the benefits of DTAA shall also
submit additional information in form no. 10F. Form 10F has to be signed &
verified by the assessee himself.
29.3 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.
29.4 The above shall be furnished before release of any payment or within one month of the
release of Order, whichever is earlier.

30.0 TRANSIT INSURANCE


30.1 All goods supplied under the contract shall be fully insured in a freely convertible currency
against loss or damage incidental to manufacture or acquisition, transportation, storage
and delivery.
30.2 Where delivery is on FOB or CFR basis, marine insurance shall be the responsibility of
the Purchaser.

Page 11 of 13
GENERAL PURCHASE CONDITIONS Document No.
(IMPORTS) 7-1841-1003 Rev.0
Page 12 of 13
31.0 TRANSFER OF PROPERTY FROM THE SELLER TO THE PURCHASER
31.1 The transfer of property shall be deemed to have taken place as follows subject to the
provisions herein contained:
FOB/FCA/CFR Contracts: In the case of FOB/FCA, CFR & CIF Contracts, when the
Goods have been put on board of ship, at the specified port of loading and a clean Bill
of Lading / Airway Bill is obtained.

Page 12 of 13
GENERAL PURCHASE CONDITIONS Document No.
(IMPORTS) 7-1841-1003 Rev.0
Page 13 of 13

Annexure – I to GPC (LIST OF BULK ITEMS)

a) Piping
i) Pipes
ii) Fittings
iii) Flanges (all kinds/ types)
iv) Strainers
v) Steam Traps
vi) Valves of all kind
vii) Steam and Condensate Manifolds
viii) Spring Hangers
ix) Hose & Hose Couplings
x) Gaskets
xi) Bolting

b) Electrical
i) LT Cable
ii) FLP Lighting Fixtures and Control Gears
iii) Communication Cables
iv) Junction Box

c) Instrumentation
i) Signal and Thermocouple cables
ii) Copper Tubes
iii) SS Tubes
iv) Tube Fittings
v) Instrument Valves and Manifolds
vi) Instrument junction Box
vii) Rupture Disc
viii) Gauge Glass and Cocks
ix) Pressure Gauges, Differential Pressure Gauges, Draft Pressure Gauges
x) RTD, Thermocouples and Thermowells
xi) Temperature Gauge
xii) Tank Level Indicators (Float Type)
xiii) Orifice Plates and Flanges

Page 13 of 13
FORM OF CONTRACT CUM Document No.
` EQUIPMENT PERFORMANCE BANK 3-1841-4004 Rev.0
GUARANTEE Page 1 of 5

[ON APPROPRIATE STAMP PAPER]

Beneficiary: Engineers India Limited

Bank Guarantee No. [.............................................●]

THIS DEED OF GUARANTEE is executed on this [...............insert day] day of


[....................insert month and year] at [...................insert place] by
[.........................................INSERT NAME OF
BANK] having its head/registered office at [........................................................insert address],
(hereinafter referred to as the "Guarantor", which expression shall unless it is repugnant to the
subject or context thereof include successors and assigns)

IN FAVOUR OF:

ENGINEERS INDIA LIMITED, a public limited company incorporated under the Indian Companies
Act, 1956, having its registered office at [.............................................................■], (hereinafter
referred to as the "EIL", which expression shall unless it is repugnant to the subject or context
thereof include successors and assigns).

WHEREAS

A. EIL has entered into a Engineering, Procurement and Construction Contract dated
[............................■] (the "Contract") with [.............................................insert name of
Contractor], a company incorporated under the Indian Companies Act, 1956 and
having its registered office at [............................................................■] (the "Contractor",
which expression shall, unless it be repugnant to the context or meaning thereof,
include its successors-in-title and permitted assigns), for the Project.

B. In terms of the Contract, the Contractor is required to furnish to EIL, an unconditional,


irrevocable, on demand bank guarantee for an amount equal to 10% of the Contract
Price as security for due and punctual performance/discharge of the Contractor's
obligations under the Contract for the Contract Validity Period.

C. At the request of EIL and for sufficient consideration, the Guarantor has agreed to
provide an unconditional, irrevocable and on-demand bank guarantee, for the due and
punctual performance/discharge by the Contractor of its obligations under the Contract
during the Contract Validity Period.

NOW THEREFORE THIS DEED WITNESSETH AS FOLLOWS:

1. Capitalised terms used herein but not defined shall have the meaning ascribed to them
in the Contract.
FORM OF CONTRACT CUM Document No.
` EQUIPMENT PERFORMANCE BANK 3-1841-4004 Rev.0
GUARANTEE Page 2 of 5
2. The Guarantor hereby irrevocably and unconditionally guarantees and secures (as
primary obligor and not merely as guarantor) to EIL the payment in full of all amounts at
any time that may be due, owing or payable to EIL from the Contractor for the failure of
the Contractor to duly and punctually perform all of its obligations under the Contract (the
"Guarantee"), without any demur, reservation, protest or recourse, immediately on receipt
of a demand from EIL.
The Guarantee is given in consideration for consideration received from the Contractor
(the receipt and sufficiency of which is hereby acknowledged).
The Guarantor agrees that the value of the Guarantee shall at all times be maintained
at the amount of Rs. [................................................insert amount] (the "Guaranteed
Amount").
The Guarantor further agrees that this Guarantee does not limit the number of claims that
may be made by EIL against the Guarantee.
Any payment made hereunder shall be made free and clear of and without deduction for,
or on account of, any present or future Taxes, deductions or withholdings of any nature
whatsoever and by whomsoever imposed, and where any withholding on a payment is
required by any Applicable Law, the Guarantor shall comply with such withholding
obligations and shall pay such additional amount in respect of such payment such that
EIL receives the full amount due hereunder as if no such withholding had occurred.

3. The Guarantor shall, pay to EIL sums not exceeding the Guaranteed Amount, within 5
(five) Business Days of receipt of a written demand from EIL stating that the Contractor
has failed to meet its performance obligations under the Contract. The Guarantor shall not
be required to go into the veracity of any breach or failure on the part of the Contractor or
validity of demand so made by EIL and shall pay the amount specified in the demand
notwithstanding any direction to the contrary given or any dispute whatsoever raised by
the Contractor or any other Person. The Guarantor's obligations hereunder shall subsist
until all such demands are duly met and discharged in accordance with the provisions
hereof.

4. The obligations of the Guarantor herein are absolute and unconditional, irrespective of
the value, genuineness, validity, regularity or enforceability of the Contract or the
insolvency, bankruptcy, reorganization, dissolution or liquidation of the Contractor or any
change in ownership of the Contractor or any purported assignment by the Contractor or
any other circumstance whatsoever which might otherwise constitute a discharge or
defence of a guarantor or a surety.

Further, this Guarantee is in no way conditional upon any requirement that EIL first
attempt to procure the Guaranteed Amount from the Contractor, or any other Person, or
resort to any other means of obtaining payment of the Guaranteed Amount, prior to
make any recourse to this Guarantee.

5. In order to give effect to this Guarantee, EIL shall be entitled to treat the Guarantor as
the principal debtor. The obligations of the Guarantor under this Guarantee shall not be
FORM OF CONTRACT CUM Document No.
` EQUIPMENT PERFORMANCE BANK 3-1841-4004 Rev.0
GUARANTEE Page 3 of 5
affected by any act, omission, matter or thing which, but for this provision, would
reduce, release or prejudice the Guarantor from any of the Guaranteed Amount or
prejudice or diminish the Guaranteed Amount in whole or in part, including (whether or
not known to it, or EIL):

(a) any time or waiver granted to, or composition with, the Contractor or any other
Person;

(b) any incapacity or lack of powers, EIL or legal personality of or dissolutions, or


insolvency, or bankruptcy, or change in the status of the Contractor or any
other Person;

(c) any variation of the Contract so that references to the Contract in this Guarantee
shall include each variation;

(d) any unenforceability, illegality or invalidity of any obligation of any Person under
the Contract or any unenforceability, illegality or invalidity of the obligations of the
Guarantor under this Guarantee or the unenforceability, illegality or invalidity of
the obligations of any Person under any other document or guarantee, to the
extent that each obligation under this Guarantee shall remain in full force as a
separate, continuing and primary obligation, and its obligations be construed
accordingly, as if there were no unenforceability, illegality or invalidity;

(e) the partial or entire release of any Guarantor or other Person primarily or
secondarily liable or responsible for the performance, payment or observance of
any of the Contractor's obligations during the Construction Period; or by any
extension, waiver, or amendment whatsoever which may release a guarantor or
Guarantor (other than performance or indefeasible payment of a Guaranteed
Amount); or

(f) any part performance of the Contract by the Contractor or by any failure by EIL
to timely pay or perform any of its obligations under the Contract.

6. If, and to the extent that, for any reason the Contractor enters or threatens to enter into
any proceedings in bankruptcy or reorganization or otherwise, or if, for any other
reason whatsoever, the performance or payment by the Contractor of the Guaranteed
Amount becomes or may reasonably be expected to become impossible, then the
Guaranteed Amount shall be promptly paid by the Guarantor to EIL on demand.

7. So long as any sum remains owing by the Contractor to EIL, the Guarantor shall not
exercise any right of subrogation or any other rights of a guarantor or enforce any
guarantee or other right or claim against the Contractor (whether in respect of its liability
under this Guarantee or otherwise) or claim in the insolvency or liquidation of the
Contractor or any such other Person in competition with EIL. If the Guarantor receives
any payment or benefit in breach of this Clause 7, it shall hold the same upon trust for
EIL.
FORM OF CONTRACT CUM Document No.
` EQUIPMENT PERFORMANCE BANK 3-1841-4004 Rev.0
GUARANTEE Page 4 of 5
8. This Guarantee shall remain in full force and effect from the date hereof until the end of
the Contract Validity Period i.e., up to midnight of {.................... insert date} plus
additional 2 Months to enable claims to be made i.e., up to midnight of {....................
insert date}, unless discharged/ released earlier by EIL in accordance with the provisions
of the Contract. No claim made after such date shall be valid against the Guarantor.

Notwithstanding the foregoing, this Guarantee shall continue in effect upto mid night of
Guarantee period plus additional 2 Months claim period to enable claims to be made, upto
mid night of that day or any extended period thereof until the sums payable under this
Guarantee have been indefeasibly paid in full and the Guarantor receives written notice
thereof from EIL (such notice to be issued promptly upon such occurrence).

9. The Guarantor represents and warrants to EIL that:

(a) it has the power to execute, deliver and perform the terms and provisions of
this Guarantee and has taken all necessary action to authorize the execution,
delivery and performance by it of this Guarantee;

(b) the Guarantor has duly executed and delivered this Guarantee, and this
Guarantee constitutes its legal, valid and binding obligation enforceable in
accordance with its terms except as the enforceability thereof may be limited by
applicable bankruptcy, insolvency, moratorium or other similar laws affecting the
enforcement of creditors' rights generally and by general equitable principles;

(c) neither the execution, delivery or performance by the Guarantor of this Guarantee,
nor compliance by it with the terms and provisions hereof will: (i) contravene any
material provision of any law, statute, rule or regulations or any order, writ,
injunction or decree of any court or governmental instrumentality; (ii) conflict or
be inconsistent with or result in any breach of any of the material terms,
covenants, conditions or provisions of, or constitute a default under any
agreement, contract or instrument to which the Guarantor is a party of by which
it or any of its property or assets is bound; or (iii) violate any provision of the
Guarantor's constituent documents; and

(d) no order, consent, approval, license, authorization or validation of, or filing,


recording or registration with (except as have been obtained or made prior to the
date hereof), or exemption by, any governmental or public body or EIL, or any
subdivision thereof, is required to authorize, or is required in connection with: (i)
the execution, delivery and performance of this Guarantee; or (ii) the legality,
validity, binding effect or enforceability of this Guarantee.

10. This Guarantee is a continuing one and all liabilities to which it applies or may apply under
the terms hereof shall be conclusively presumed to have been created in reliance
hereon. No failure or delay on the part of EIL in exercising any right, power or privilege
hereunder and no course of dealing between EIL and the Guarantor, or the Contractor,
shall operate as a waiver thereof, nor shall any single or partial exercise of any right,
FORM OF CONTRACT CUM Document No.
` EQUIPMENT PERFORMANCE BANK 3-1841-4004 Rev.0
GUARANTEE Page 5 of 5
power or privilege hereunder preclude any other or further exercise thereof or the
exercise of any other right, power or privilege.

11. The rights, powers and remedies expressly provided in this Guarantee are cumulative
and not exclusive of any rights, powers or remedies which EIL would otherwise have. No
notice to or demand on the Guarantor in any case shall entitle the Guarantor to any other
further notice or demand in similar or other circumstances or constitute a waiver of the
rights of EIL to any other or further action in any circumstances without notice or demand.

12. If any one or more of the provisions contained in this Guarantee are or become invalid,
illegal or unenforceable in any respect, the validity, legality and enforceability of the
remaining provisions shall not in any way be affected or impaired thereby, and the
Guarantor shall enter into good faith negotiations with EIL to replace the invalid, illegal or
unenforceable provision.

13. The Guarantor hereby agrees to execute and deliver all such instruments and take all
such actions as may be necessary to make effective fully the purposes of this Guarantee.

14. This Guarantee may be executed in one or more duplicate counterparts, and when
executed and delivered by the Guarantor and EIL shall constitute a single binding
agreement.

15. Any notice, request or other communication to be given or made under this Guarante e
shall be in writing addressed to the Guarantor at the location set opposite its signature
hereto and in the manner as set out in respect of notices under the Contract.

16. This Guarantee shall be governed by, and construed in accordance with, the laws of India.
The Guarantor irrevocably agrees that any legal action, suit or proceeding arising out of
or relating to this Guarantee may be brought in the courts in Delhi.

17. The Guarantor may not assign or transfer any of its rights or obligations under this
Guarantee.

IN WITNESS WHEREOF the Guarantor has set its hands hereunto on the day, month and year
first hereinabove written.

Signed and delivered by [.............................................................insert name of Bank] Bank by hand


Name:
Designation:
PROFORMA OF BANK GUARANTEE
ADVANCE (INDIGENOUS)
(On non-judicial stamp paper of appropriate value)
To
Engineers India Limited
1 Bhikaiji Cama Place
New Delhi – 110 066
Attn.: Head (LSTK-Finance)
Project ______________________
RFQ No. _____________________
Dear Sirs,
Engineers India Limited, 1, Bhikaiji Cama Place, New Delhi-110066 (hereinafter called – “the Purchaser” which
expression shall include its successors and assigns) has awarded M/s
____________________________________ (hereinafter called “The Supplier” which expression shall include its
successors and assigns) the work of designing, manufacturing, fabricating and supply of
______________________ in terms of a contract as constituted by Purchase Order No. ____________________
dated _________________ issued by the Purchaser to the Supplier (hereinafter called “The Contract” which
expression include all the amendments and/or modifications of the Purchase Oder).
AND WHEREAS the Purchaser has agreed to advance the Supplier a sum of Rs._________________ (Rupees
_________________________________________________) hereinafter called “The Advance” as financial
assistance to the Supplier under the Contract on the condition, inter alia, that the advance shall be secured by a
Bank Guarantee as hereinafter appearing:
We ______________________________ Bank _____________________ a Bank incorporated/ constituted under
the laws of _____________________ and having it registered/principal office at
_________________________________ (hereinafter called “The Bank” which expression shall include our
successors and assigns) in consideration of the aforesaid promises and at the request of the Supplier DO HEREBY
bind ourselves and our successors and assigns, and irrevocable undertake to pay the Purchaser on first demand
in writing without protest or demur or proof or condition and without reference to the Supplier any and all amounts
at any time and from time to time claimed by you, as due to you under or in respect of the said advance, and
demanded by you from us, with reference to this undertaking for an aggregate limit of Rs. _____________ (Rupees
___________________________________________).
AND, we, the Bank DO HEREBY further agree as follows:
(i) The Purchaser shall have the fullest liberty without reference to the Bank and without affecting in any way
the liability of the Bank under this Guarantee/Undertaking, at any time and/or from time to time to anywise
vary the Contract and/or any of terms and conditions thereof or of or relative to the advance and to extend
time for the performance of the Contract and/or repayment of the advance or to postpone for any time or
from time to time the obligations of the Supplier and to waive or postpone exercise of any of the rights
available to the Purchaser against the Supplier or to forebear from enforcing any of the terms or conditions
of the Contract and/or the advance or any security(ies) available to the Purchaser, AND the liability of the
Bank shall remain in full force and effect notwithstanding any exercise by the Purchaser of the liberty with
reference to any or all the matters aforesaid or by reason of time being given to the Supplier or any
forbearance, waiver, act or omission on the part of the Purchaser or any indulgence by the Purchaser to
the Supplier or any other act, matter or thing whatsoever which under the law relating to sureties would
have the effect of releasing the Bank from its liability hereunder or any part thereof, AND the BANK DOTH
HEREBY waive all rights at any time inconsistent with the terms of this Guarantee/Undertaking.
(ii) It shall not be necessary for the Purchaser to proceed against the Supplier before proceeding against the
Bank and this guarantee/undertaking shall be enforceable against the Bank as principal debtor
notwithstanding the existence of any other security for any indebtedness of the Supplier to the Purchaser
(including relative to the advance) and notwithstanding that any such security shall at the time when claim
is made against the Bank or proceedings taken against the Bank be outstanding or unrealized.
(iii) As between the Bank and the Purchaser for the purpose of this guarantee/undertaking the amount claimed
by the Purchaser from the Bank with reference to this guarantee/ undertaking shall be final and binding
upon the bank as to the amount payable by the Bank to the Purchaser hereunder.

Page 1 of 2
(iv) The liability of the Bank to the Purchaser under this guarantee/undertaking shall remain in full force and
effect notwithstanding the existence of any difference or dispute between the Supplier and the Purchaser,
the Supplier and the Bank and/or the Bank and the Purchaser, or otherwise howsoever touching or
affecting these presents or the liability of the Supplier to the Purchaser, and notwithstanding the existence
of any instructions or purported instructions of the Supplier or any other person(s) to the Bank not to pay
or for any cause withhold or defer payment to the Purchaser under these presents with the intent that
notwithstanding the existence of such difference, dispute or instruction, the Bank shall be and remain
liable to make payment to the Purchaser.
(v) This guarantee/undertaking shall not be affected by any change in the constitution of the Bank or that of
the Supplier or the Purchaser, or any irregularity in the exercise of borrowing powers by or on behalf of
the Supplier.
(vi) This guarantee/undertaking shall be valid for all claims/demands made by the Purchaser to or upon us
upto ____________________ provided always that if for any reasons, the Supplier is unable to complete
supplies under the Contract, the Bank shall at the request of the Purchaser and without recourse to the
Supplier extend the validity of this guarantee/undertaking for a further period of six months. For the
purpose of this clause, the Purchaser’s statement that the Supplier is unable to complete supplies under
the contract shall be conclusive and final binding on us.
(vii) Notwithstanding anything contained herein:
(a) The Bank’s liability under this Guarantee/Undertaking shall not exceed Rs. _______ (Rupees
__________________________________only).
(b) This Guarantee/Undertaking shall remain in force upto ______________ and any extension(s)
thereof; and
(c) The Bank shall be released and discharged from all liability under this Guarantee/ Undertaking
unless a written claim or demand is issued to the Bank on or before ________ plus 3 months
claim period, or the date of expiry of any extension(s) thereof if this guarantee/undertaking has
been extended.
(viii) The Bank DOTH HEREBY declare that Mr. ______________ (name of the person signing on behalf of
the Bank) who is _____________ (his designation), is authorized to sign this guarantee/undertaking on
behalf of the Bank and to bind the Bank thereby.
Dated this ________________________ day of ______________

Yours faithfully,

For _____________________________________________

Signature ________________________________________

Name & Designation ________________________________

Name of the Branch ________________________________

NOTE

1. This Guarantee is required to be stamped as an agreement according to the Stamp Duty Act.
2. The Performance Bank Guarantee shall be strictly as per above proforma and shall be through Indian or
Foreign Branches of Indian Scheduled Banks (other than Cooperative Bank)/Nationalized Bank or Indian
Branches of Foreign Banks.
3. The bank shall provide details viz contact person, telephone number, fax number, e-mail address and
address of the Controlling/Regional Office of issuing bank for verification of authenticity of Bank
Guarantee.
4. This Guarantee is required to be sent by Seller’s Bankers directly to the Head (LSTK-Finance), ngineers
India Limited, EI Bhawan, 3rd Floor, 1, Bhikaiji Cama Place, New Delhi-110066.

Page 2 of 2
PROFORMA OF BANK GUARANTEE
ADVANCE (FOREIGN)
(On non-judicial stamp paper of appropriate value)
To
Engineers India Limited
1 Bhikaiji Cama Place
New Delhi – 110 066
Attn.: Head (LSTK-Finance)
RFQ. NO. :
OFFER NO. :
ITEM :
SUPPLIER’S NAME :

Dear Sirs,

Engineers India Limited, 1, Bhikaiji Cama Place, New Delhi-110066 (hereinafter called – “the Purchaser”
which expression shall include its successors and assigns) has awarded M/s
____________________________________ (hereinafter called “The Supplier” which expression shall
include its successors and assigns) the work of designing, manufacturing, fabricating and supply of
______________________ in terms of a contract as constituted by Purchase Order No.
____________________ dated _________________ issued by the Purchaser to the Supplier
(hereinafter called “The Contract” which expression include all the amendments and/or modifications of
the Purchase Oder).
AND WHEREAS the Purchaser has agreed to advance the Supplier a sum of (Currency in Figures)
_________________ (Currency in Words_________________________________________ only)
hereinafter called “The Advance” as financial assistance to the Supplier under the Contract on the
condition, inter alia, that the advance shall be secured by a Bank Guarantee as hereinafter appearing:
We ______________________________ Bank _____________________ a Bank incorporated/
constituted under the laws of _____________________ and having it registered/principal office at
_________________________________ (hereinafter called “The Bank” which expression shall include
our successors and assigns) in consideration of the aforesaid promises and at the request of the Supplier
DO HEREBY bind ourselves and our successors and assigns, and irrevocable undertake to pay the
Purchaser on first demand in writing without protest or demur or proof or condition and without reference
to the Supplier any and all amounts at any time and from time to time claimed by you, as due to you
under or in respect of the said advance, and demanded by you from us, with reference to this undertaking
for an aggregate limit of (Currency in Figures) _____________ (Currency in Words
__________________________only ).
AND, we, the Bank DO HEREBY further agree as follows:
(i) The Purchaser shall have the fullest liberty without reference to the Bank and without affecting in
any way the liability of the Bank under this Guarantee/Undertaking, at any time and/or from time
to time to anywise vary the Contract and/or any of terms and conditions thereof or of or relative
to the advance and to extend time for the performance of the Contract and/or repayment of the
advance or to postpone for any time or from time to time the obligations of the Supplier and to
waive or postpone exercise of any of the rights available to the Purchaser against the Supplier or
to forebear from enforcing any of the terms or conditions of the Contract and/or the advance or
any security(ies) available to the Purchaser, AND the liability of the Bank shall remain in full force
and effect notwithstanding any exercise by the Purchaser of the liberty with reference to any or
all the matters aforesaid or by reason of time being given to the Supplier or any forbearance,
waiver, act or omission on the part of the Purchaser or any indulgence by the Purchaser to the
Supplier or any other act, matter or thing whatsoever which under the law relating to sureties
would have the effect of releasing the Bank from its liability hereunder or any part thereof, AND
the BANK DOTH HEREBY waive all rights at any time inconsistent with the terms of this
Guarantee/Undertaking.
(ii) It shall not be necessary for the Purchaser to proceed against the Supplier before proceeding
against the Bank and this guarantee/undertaking shall be enforceable against the Bank as
principal debtor notwithstanding the existence of any other security for any indebtedness of the
Supplier to the Purchaser (including relative to the advance) and notwithstanding that any such
security shall at the time when claim is made against the Bank or proceedings taken against the
Bank be outstanding or unrealized.
(iii) As between the Bank and the Purchaser for the purpose of this guarantee/undertaking the
amount claimed by the Purchaser from the Bank with reference to this guarantee/ undertaking
shall be final and binding upon the bank as to the amount payable by the Bank to the Purchaser
hereunder.
(iv) The liability of the Bank to the Purchaser under this guarantee/undertaking shall remain in full
force and effect notwithstanding the existence of any difference or dispute between the Supplier
and the Purchaser, the Supplier and the Bank and/or the Bank and the Purchaser, or otherwise
howsoever touching or affecting these presents or the liability of the Supplier to the Purchaser,
and notwithstanding the existence of any instructions or purported instructions of the Supplier or
any other person(s) to the Bank not to pay or for any cause withhold or defer payment to the
Purchaser under these presents with the intent that notwithstanding the existence of such
difference, dispute or instruction, the Bank shall be and remain liable to make payment to the
Purchaser.

(v) This guarantee/undertaking shall not be affected by any change in the constitution of the Bank or
that of the Supplier or the Purchaser, or any irregularity in the exercise of borrowing powers by
or on behalf of the Supplier.
(vi) This guarantee/undertaking shall be valid for all claims/demands made by the Purchaser to or
upon us upto ____________________ provided always that if for any reasons, the Supplier is
unable to complete supplies under the Contract, the Bank shall at the request of the Purchaser
and without recourse to the Supplier extend the validity of this guarantee/undertaking for a further
period of six months. For the purpose of this clause, the Purchaser’s statement that the Supplier
is unable to complete supplies under the contract shall be conclusive and final binding on us.
(vii) Notwithstanding anything contained herein:
(a) The Bank’s liability under this Guarantee/Undertaking shall not exceed (Currency in
Figures)__________ (Currency in Words_______________________________ only).
(b) This Guarantee/Undertaking shall remain in force upto ______________ and any
extension(s) thereof; and
(c) The Bank shall be released and discharged from all liability under this Guarantee/
Undertaking unless a written claim or demand is issued to the Bank on or before ________
plus 3 months claim period, or the date of expiry of any extension(s) thereof, if this
guarantee/undertaking has been extended.

(viii) The Bank DOTH HEREBY declare that Mr. ______________ (name of the person signing on
behalf of the Bank) who is _____________ (his designation), is authorized to sign this
guarantee/undertaking on behalf of the Bank and to bind the Bank thereby.

Dated this ________________________ day of ______________

Page 2 of 3
Yours faithfully,

For _____________________________________________

Signature ________________________________________

Name & Designation ________________________________

Name of the Branch ________________________________

NOTE

1. This Guarantee is required to be stamped as an agreement according to the Stamp Duty Act.
2. The Performance Bank Guarantee shall be strictly as per above proforma and shall be through a
scheduled bank operating in India, including the Indian Branch of a Foreign Bank recognized as
a scheduled Bank in India.
3. BG from foreign branch will be accepted only if same is counter signed by their Indian Branch or
by any scheduled Indian Bank.
4. The bank shall provide details viz contact person, telephone number, fax number, e-mail address
and address of the Controlling/Regional Office of issuing bank for verification of authenticity of
Bank Guarantee.
5. This Guarantee is required to be sent by Seller’s Bankers directly to the Sr. Manager (F&A),
Engineers India Limited, 1, Bhikaiji Cama Place, New Delhi-110066.

Page 3 of 3
PREAMBLE TO PRICE SCHEDULE (FOR INDIAN BIDDERS)
RFQ NO: A927-000-YC-MR-1330/511
ITEM: - CONTROL VALVES
NAME OF BIDDER: M/S ………………………………………………………………………………………………………………..
1 Scope of supply including testing, inspection, documentation etc., shall be strictly as per Material Requisition and other
documents which are part of RFQ.
2 Bidder to clearly indicate 'Quoted' / 'Not Quoted' against each items in the price column in the unpriced Price Schedule.
Bidders to submit Price in the Price Schedule in their Priced Bid and Unpriced Part with indicating 'Quoted' / 'Not Quoted' in
the Unpriced Bid.
3 Bidder confirm that he has noted the contents of the Preamble to the Price Schedule, Price Schedule, RFQ, Material
Requisition etc and quoted his prices accordingly without any deviation.
4 Bidder must quote the price in enclosed Price Schedule formats only. The formats shall not be changed and/or retyped.
5 Charges for inspection and testing as per MR including Third party inspection charges shall be included by the Bidders in
their quoted prices. TPI shall be from any one of the following agencies for the project :
i. M/s Certification Engineers International Ltd. (CEIL)
ii. M/s Lloyds Register of Shipping.
iii.M/s Det Norske Veritas (DNV)
6 Quoted prices are firm and fixed till complete execution of the entire order and no variation on any account is allowed, unless
otherwise categorically specified in RFQ documents.
7 Prices to include for all mandatory spares, commissioning spares (if any), special tools and tackles (if any) & documentation as
per MR. Bidder to furnish itemised list of such Mandatory spares, Commissioning Spares and Special Tools and Tackles, as
appliacable, included in the supply price for main equipment.
8 Bidder to list alongwith quotation for Two Years Operation and Maintenance Spares,as per Vendor
recommendation.Separate list shall be provided by the Bidder for each item/ group in the format enclosed herewith with
itemized cost and Ordering of these spares may be done by the Purchaser separately on a later date and not alongwith main
equipment. The price of Two Years Operation and Maintenance Spares shall not be considered for commercial (price)
9 evaluationitems
Grouped of theshall
bid. not be split ordered. Bidder to note that evaluation and ordering shall be done on groupwise basis.
However, Bidder has to quote the prices on item-wise basis as specified in the Price Schedule.
10
Bidder has to Quote all the items in a specific group otherwise his bid would not be considered for that group

Bidder shall furnish built-in CIF value if any, against each quoted item, giving details of description of goods, qty. rate of
11 Custom Duty etc. in attached FORMAT-CIF/CD

Price Schedule_Indian Bidders Page 1 of 1


PRICE SCHEDULE FOR SUPPLY (FOR INDIAN BIDDERS)
RFQ NO: A927-000-YC-MR-1330/511
ITEM: - CONTROL VALVES

NAME OF BIDDER: M/S ………………………………………………………………………………………………………………..

TOTAL FREIGHT CHARGES EXCLUDING


Sr. No. TOTAL SUPPLY PRICE ON FOT DESPATCH POINT CENVATABLE SERVICE TAX PLUS NON-
Item Code/ Tag
Group No. as per DESCRIPTION QUANTITY BASIS INCLUDING P&F CHARGES CENVATABLE SWATCH BHARAT CESS & KRISHI
No. as per MR
MR (IN INDIAN RUPEES) KALYAN CESS THEREON UPTO PROJECT SITE
(IN INDIAN RUPEES)

1 2 3 4 5 6 7
SUPPLY OF FOLLOWING ITEMS AS PER SCOPE
MENTIONED IN MR. NO. A927-000-YC-MR-1330 Rev. A
AND SUBSEQUENT TECHNICAL AND COMMERCIAL
01.00 AMENDMENTS (IF ANY), COMPLETE IN ALL
RESPECTS.

Control Valve :-Globe ,Size 1" ,Body ASTM A216 Gr. WCB ,Trim 316 1 No
1.0003 031-PV-1201A SS Stellited

Control Valve :-Globe ,Size 1" ,Body ASTM A216 Gr. WCB ,Trim 316 1 No
1.0004 031-PV-1201B SS Stellited

Control Valve :-Globe ,Size 6" ,Body ASTM A216 Gr. WCB ,Trim 316 1 No
1.0005 031-FV-1301 SS

Control Valve :-Globe ,Size 6" ,Body ASTM A216 Gr. WCB ,Trim 316 1 No
1.0007 031-FV-1701 SS

Control Valve :-Globe ,Size 1" ,Body ASTM A216 Gr. WCB ,Trim 316 1 No
1.0008 031-PV-1601A SS Stellited

Control Valve :-Globe ,Size 1" ,Body ASTM A216 Gr. WCB ,Trim 316 1 No
1.0009 031-PV-1601B SS Stellited

Control Valve :-Globe ,Size 4" ,Body ASTM A216 Gr. WCB ,Trim 316 1 No
1.0011 031-FV-1802 SS

Control Valve :-Globe ,Size 4" ,Body ASTM A216 Gr. WCB ,Trim 316 1 No
1.0012 031-FV-1902 SS

Control Valve :-Globe ,Size 2" ,Body ASTM A351 Gr. CF8C ,Trim SS 1 No
1.0013 031-FV-2101 321 Stellited
Control Valve :-Globe ,Size 1" ,Body ASTM A216 Gr. WCB ,Trim SS
1 No
1.0017 031-FV-2502 316L Stellited

Control Valve :-Globe ,Size 1" ,Body ASTM A216 Gr. WCB ,Trim 316 1 No
1.0019 031-FV-2601 SS Stellited

Control Valve :-Globe ,Size 4" ,Body ASTM A216 Gr. WCB ,Trim 316 1 No
1.0021 031-FV-2702 SS

Control Valve :-Globe ,Size 2" ,Body ASTM A351 Gr. CF8C ,Trim SS 1 No
1.0022 031-FV-2901 321 Stellited

Control Valve :-Globe ,Size 4" ,Body ASTM A216 Gr. WCB ,Trim 316 1 No
1.0024 031-FV-3101 SS

Price Schedule_Indian Bidders Page 1 of 7


PRICE SCHEDULE FOR SUPPLY (FOR INDIAN BIDDERS)
RFQ NO: A927-000-YC-MR-1330/511
ITEM: - CONTROL VALVES

NAME OF BIDDER: M/S ………………………………………………………………………………………………………………..

TOTAL FREIGHT CHARGES EXCLUDING


Sr. No. TOTAL SUPPLY PRICE ON FOT DESPATCH POINT CENVATABLE SERVICE TAX PLUS NON-
Item Code/ Tag
Group No. as per DESCRIPTION QUANTITY BASIS INCLUDING P&F CHARGES CENVATABLE SWATCH BHARAT CESS & KRISHI
No. as per MR
MR (IN INDIAN RUPEES) KALYAN CESS THEREON UPTO PROJECT SITE
(IN INDIAN RUPEES)

1 2 3 4 5 6 7

Control Valve :-Globe ,Size 1 1/2" ,Body ASTM A216 Gr. WCB ,Trim 1 No
1.0025 031-FV-3301 SS 316L Stellited

Control Valve :-Globe ,Size 6" ,Body ASTM A216 Gr. WCB ,Trim 316 1 No
1.0026 031-PV-3401 SS

Control Valve :-Globe ,Size 1" ,Body ASTM A216 Gr. WCB ,Trim SS 1 No
1.0027 031-PV-3201 316L Stellited

Control Valve :-Globe ,Size 1" ,Body ASTM A216 Gr. WCB ,Trim SS 1 No
1.0028 031-LV-3601 316L Stellited

Control Valve :-Globe ,Size 1" ,Body ASTM A216 Gr. WCB ,Trim SS 1 No
1.0029 031-PV-3601A 316L Stellited

Control Valve :-Globe ,Size 1" ,Body ASTM A216 Gr. WCB ,Trim SS 1 No
1.0030 031-PV-3601B 316L Stellited

Control Valve :-Globe ,Size 4" ,Body ASTM A216 Gr. WCB ,Trim 316 1 No
1.0031 031-FV-4101 SS Stellited
Control Valve :-Globe ,Size 3" ,Body ASTM A216 Gr. WCB ,Trim 316
1 No
1.0033 031-FV-4103 SS Stellited
Control Valve :-Globe ,Size 1 1/2" ,Body ASTM A216 Gr. WCB ,Trim
1 No
1.0034 092-FV-1201 316 SS Stellited
Control Valve :-Globe ,Size 3" ,Body ASTM A216 Gr. WCB ,Trim 316
1 No
1.0035 092-PV-1203 SS

Control Valve :-Globe ,Size 1" ,Body ASTM A216 Gr. WCB ,Trim 316 1 No
1.0037 092-FV-1302 SS Stellited

Control Valve :-Globe ,Size 3" ,Body ASTM A216 Gr. WCB ,Trim 316 1 No
1.0041 093-FV-1701 SS
GROUP:A Control Valve :-Globe ,Size 1 1/2" ,Body ASTM A 351 GR CF3M ,Trim 1 No
Control valve up to 8" size & up to 600# 1.0042 093-FV-1302 316 SSL+STELLITED
rating Control Valve :-Globe ,Size 1 1/2" ,Body ASTM A 351 GR CF3M ,Trim 1 No
1.0043 093-FV-1401 316 SSL+STELLITED

1 No
1.0044 094-PV-0701 Control Valve :-Globe ,Size 6" ,Body ASTM A105 ,Trim SS 316

Control Valve :-Globe ,Size 1 1/2" ,Body ASTM A105 ,Trim SS 316 1 No
1.0047 094-PV-1402 Stellited

Control Valve :-Globe ,Size 1" ,Body ASTM A105 ,Trim SS 316 1 No
1.0055 094-FV-3102 Stellited

Price Schedule_Indian Bidders Page 2 of 7


PRICE SCHEDULE FOR SUPPLY (FOR INDIAN BIDDERS)
RFQ NO: A927-000-YC-MR-1330/511
ITEM: - CONTROL VALVES

NAME OF BIDDER: M/S ………………………………………………………………………………………………………………..

TOTAL FREIGHT CHARGES EXCLUDING


Sr. No. TOTAL SUPPLY PRICE ON FOT DESPATCH POINT CENVATABLE SERVICE TAX PLUS NON-
Item Code/ Tag
Group No. as per DESCRIPTION QUANTITY BASIS INCLUDING P&F CHARGES CENVATABLE SWATCH BHARAT CESS & KRISHI
No. as per MR
MR (IN INDIAN RUPEES) KALYAN CESS THEREON UPTO PROJECT SITE
(IN INDIAN RUPEES)

1 2 3 4 5 6 7

Control Valve :-Globe ,Size 4" ,Body ASTM A216 Gr. WCB ,Trim SS 1 No
1.0056 094-TV-3502 316 Stellited

Control Valve :-Globe ,Size 3" ,Body ASTM A216 Gr. WCB ,Trim SS 1 No
1.0057 094-FV-3501 316L Stellited

Control Valve :-Globe ,Size 1 1/2" ,Body ASTM A105 ,Trim SS 316 1 No
1.0058 094-PV-4401 Stellited

Control Valve :-Globe ,Size 2" ,Body ASTM A216 Gr.WCB ,Trim SS 1 No
1.0059 094-PV-4801A 316 Stellited

Control Valve :-Globe ,Size 8" ,Body refer note ,Trim SS 316L 1 No
1.0060 094-FV-3201 Stellited

Control Valve :-Globe ,Size 2" ,Body Refer Note ,Trim SS 316L 1 No
1.0065 094-LV-3202 Stellited

Control Valve :-Globe ,Size 6" ,Body ASTM A216 Gr. WCB ,Trim SS 1 No
1.0066 094-LV-3601 316L Stellited

Control Valve :-Globe ,Size 1" ,Body ASTM A105 ,Trim SS 316 1 No
1.0067 094-FV-1201 Stellited
Control Valve :-Globe ,Size 1" ,Body ASTM A105 ,Trim SS 316
1 No
1.0068 094-FV-1202 Stellited
Control Valve :-Globe ,Size 1" ,Body ASTM A105 ,Trim SS 316
1 No
1.0069 094-FV-1203 Stellited

Control Valve :-Globe ,Size 3" ,Body ASTM A216 Gr WCB ,Trim SS 1 No
1.0078 211-FV-1001 316L Stellited

Control Valve :-Globe ,Size 3" ,Body ASTM A216 Gr WCB ,Trim SS 1 No
1.0080 211-FV-1004 316L

Control Valve :-Globe ,Size 6" ,Body ASTM A216 Gr WCB ,Trim SS 1 No
1.0083 211-FV-1201 316L stellited

Control Valve :-Globe ,Size 4" ,Body ASTM A216 GR WCB ,Trim SS 1 No
1.0084 211-FV-1202 316L
Control Valve :-Globe ,Size 1 1/2" ,Body ASTM A216 GR. WCB ,Trim
1 No
1.0086 211-PV-1201A SS 316+STELLITED
Control Valve :-Globe ,Size 1 1/2" ,Body ASTM A216 GR. WCB ,Trim
1 No
1.0087 211-PV-1201B SS 316+STELLITED
Control Valve :-Globe ,Size 6" ,Body ASTM A216 GR. WCB ,Trim SS
1 No
1.0088 211-PV-1202 316 STELLITED

Price Schedule_Indian Bidders Page 3 of 7


PRICE SCHEDULE FOR SUPPLY (FOR INDIAN BIDDERS)
RFQ NO: A927-000-YC-MR-1330/511
ITEM: - CONTROL VALVES

NAME OF BIDDER: M/S ………………………………………………………………………………………………………………..

TOTAL FREIGHT CHARGES EXCLUDING


Sr. No. TOTAL SUPPLY PRICE ON FOT DESPATCH POINT CENVATABLE SERVICE TAX PLUS NON-
Item Code/ Tag
Group No. as per DESCRIPTION QUANTITY BASIS INCLUDING P&F CHARGES CENVATABLE SWATCH BHARAT CESS & KRISHI
No. as per MR
MR (IN INDIAN RUPEES) KALYAN CESS THEREON UPTO PROJECT SITE
(IN INDIAN RUPEES)

1 2 3 4 5 6 7
Control Valve :-Globe ,Size 1 1/2" ,Body ASTM A216 GR. WCB ,Trim
1 No
1.0089 211-LV-0501B SS 316L+STELLITED
Control Valve :-Globe ,Size 2" ,Body ASTM A216 Gr WCB ,Trim SS
1 No
1.0090 211-TDV-1301A 316L

Control Valve :-Globe ,Size 3" ,Body ASTM A216 Gr WCB ,Trim SS 1 No
1.0091 211-TDV-1301B 316L

Control Valve :-Globe ,Size 1" ,Body ASTM A216 Gr WCB ,Trim SS 1 No
1.0093 211-LV-1402 316L+STELLITED

Control Valve :-Globe ,Size 1 1/2" ,Body ASTM A216 Gr WCB ,Trim SS 1 No
1.0096 211-FV-0651N 316L+STELLITED

Control Valve :-Globe ,Size 6" ,Body ASTM A216 Gr WCB ,Trim 1 No
1.0097 211-LV-1351N SS316L

0 0
Total Group:A

Control Valve :-Globe ,Size 4" ,Body ASTM A216 Gr. WCB ,Trim 316 1 No
1.0006 031-PV-1501 SS Stellited

Control Valve :-Globe ,Size 4" ,Body ASTM A216 Gr. WCB ,Trim 316 1 No
1.0010 031-FV-1801 SS Stellited
Control Valve :-Globe ,Size 4" ,Body ASTM A216 Gr. WCB ,Trim 316
1 No
1.0014 031-FV-2201 SS Stellited

Price Schedule_Indian Bidders Page 4 of 7


PRICE SCHEDULE FOR SUPPLY (FOR INDIAN BIDDERS)
RFQ NO: A927-000-YC-MR-1330/511
ITEM: - CONTROL VALVES

NAME OF BIDDER: M/S ………………………………………………………………………………………………………………..

TOTAL FREIGHT CHARGES EXCLUDING


Sr. No. TOTAL SUPPLY PRICE ON FOT DESPATCH POINT CENVATABLE SERVICE TAX PLUS NON-
Item Code/ Tag
Group No. as per DESCRIPTION QUANTITY BASIS INCLUDING P&F CHARGES CENVATABLE SWATCH BHARAT CESS & KRISHI
No. as per MR
MR (IN INDIAN RUPEES) KALYAN CESS THEREON UPTO PROJECT SITE
(IN INDIAN RUPEES)

1 2 3 4 5 6 7
Control Valve :-Globe ,Size 3" ,Body ASTM A216 Gr. WCB ,Trim SS
1 No
1.0015 031-FV-2301 316L Stellited
Control Valve :-Globe ,Size 1 1/2" ,Body ASTM A351 Gr. CF8C ,Trim
1 No
1.0016 031-LV-2401 SS 321 Stellited
Control Valve :-Globe ,Size 4" ,Body ASTM A216 Gr. WCB ,Trim 316
1 No
1.0018 031-PV-2501 SS Stellited

Control Valve :-Globe ,Size 4" ,Body ASTM A216 Gr. WCB ,Trim 316 1 No
1.0020 031-FV-2602 SS Stellited

Control Valve :-Globe ,Size 4" ,Body ASTM A216 Gr. WCB ,Trim SS 1 No
1.0023 031-FV-3001 316L Stellited
Control Valve :-Globe ,Size 3" ,Body ASTM A216 Gr. WCB ,Trim 316
1 No
1.0032 031-FV-4102 SS Stellited
Control Valve :-Globe ,Size 4" ,Body ASTM A216 Gr. WCB ,Trim 316
1 No
1.0036 092-FV-1301 SS Stellited

Control Valve :-Globe ,Size 1" ,Body ASTM A216 Gr. WCB ,Trim 316 1 No
1.0038 092-LV-1401 SS Stellited

Control Valve :-Globe ,Size 1" ,Body ASTM A105 ,Trim SS 316 1 No
1.0045 094-LV-1303 Stellited

Control Valve :-Globe ,Size 1" ,Body ASTM A105 ,Trim SS 316 1 No
1.0046 094-LV-1304 Stellited

Control Valve :-Globe ,Size 1 1/2" ,Body ASTM A105 ,Trim SS 316 1 No
1.0048 094-LV-1401 Stellited

Control Valve :-Globe ,Size 6" ,Body ASTM A 216 GR.WCB ,Trim SS 1 No
1.0049 094-PV-1701 316 Stellited
Control Valve :-Globe ,Size 1" ,Body ASTM A105 ,Trim SS 316
1 No
GROUP:B 1.0050 094-LV-1801 Stellited
Control valve size up to 8" size & up to Control Valve :-Globe ,Size 1" ,Body ASTM A105 ,Trim SS 316
1 No
600# rating(Anti Cavitation/Low Noise Trim) 1.0051 094-LV-1902 Stellited
Control Valve :-Globe ,Size 6" ,Body ASTM A 216 GR.WCB ,Trim SS
1 No
1.0052 094-PV-2501 316 Stellited
Control Valve :-Globe ,Size 1" ,Body ASTM A105 ,Trim SS 316
1 No
1.0053 094-LV-2601 Stellited
Control Valve :-Globe ,Size 1" ,Body ASTM A105 ,Trim SS 316
1 No
1.0054 094-LV-3102 Stellited

Control Valve :-Globe ,Size 1" ,Body ASTM A105 ,Trim SS 316 1 No
1.0061 094-LV-2702 Stellited

Price Schedule_Indian Bidders Page 5 of 7


PRICE SCHEDULE FOR SUPPLY (FOR INDIAN BIDDERS)
RFQ NO: A927-000-YC-MR-1330/511
ITEM: - CONTROL VALVES

NAME OF BIDDER: M/S ………………………………………………………………………………………………………………..

TOTAL FREIGHT CHARGES EXCLUDING


Sr. No. TOTAL SUPPLY PRICE ON FOT DESPATCH POINT CENVATABLE SERVICE TAX PLUS NON-
Item Code/ Tag
Group No. as per DESCRIPTION QUANTITY BASIS INCLUDING P&F CHARGES CENVATABLE SWATCH BHARAT CESS & KRISHI
No. as per MR
MR (IN INDIAN RUPEES) KALYAN CESS THEREON UPTO PROJECT SITE
(IN INDIAN RUPEES)

1 2 3 4 5 6 7

Control Valve :-Globe ,Size 1" ,Body ASTM A105 ,Trim SS 316 1 No
1.0062 094-LV-3101 Stellited

Control Valve :-Globe ,Size 1" ,Body ASTM A105 ,Trim SS 316 1 No
1.0063 094-LV-3702 Stellited

Control Valve :-Globe ,Size 6" ,Body Refer Note ,Trim SS 316L 1 No
1.0064 094-FV-3202 Stellited

Control Valve :-Globe ,Size 8" ,Body ASTM A216 GR. WCB ,Trim SS 1 No
1.0077 211-FV-0602 316L Stellited

Control Valve :-Globe ,Size 8" ,Body ASTM A216 GR WCB ,Trim 1 No
1.0079 211-FV-1002 SS316+STELLITED

Control Valve :-Globe ,Size 6" ,Body ASTM A216 GR. WCB ,Trim 316 1 No
1.0081 211-TV-1002 SS + STELLITED

Control Valve :-Globe ,Size 4" ,Body ASTM A216 GR. WCB ,Trim SS 1 No
1.0082 211-FV-1107 316 STELLITED

Control Valve :-Globe ,Size 4" ,Body ASTM A216 Gr WCB ,Trim SS 1 No
1.0085 211-LV-1201 316L+STELLITED

Control Valve :-Globe ,Size 6" ,Body ASTM A216 Gr WCB ,Trim 1 No
1.0092 211-LV-1301 SS316L + STELLITED

Control Valve :-Globe ,Size 2" ,Body ASTM A216 GR. WCB ,Trim SS 1 No
1.0094 211-FV-1601 316+Stellited

Control Valve :-Globe ,Size 1 1/2" ,Body ASTM A216 GR. WCB ,Trim 1 No
1.0095 211-FV-1607 SS 316+STELLITED

0 0
Total Group:B

Control Valve :-Globe ,Size 10" ,Body ASTM A216 Gr. WCB ,Trim 316 1 No
1.0039 093-LV-1301 SS
GROUP:C
Control valve size Above 8" up to 16" & Control Valve :-Globe ,Size 10" ,Body ASTM A216 Gr. WCB ,Trim 316 1 No
1.0040 093-FV-1301 SS
300# rating
Control Valve :-Globe ,Size 10" ,Body ASTM A216 GR. WCB ,Trim SS
1 No
1.0070 211-FV-0101 316

0 0
Total Group:C

Price Schedule_Indian Bidders Page 6 of 7


PRICE SCHEDULE FOR SUPPLY (FOR INDIAN BIDDERS)
RFQ NO: A927-000-YC-MR-1330/511
ITEM: - CONTROL VALVES

NAME OF BIDDER: M/S ………………………………………………………………………………………………………………..

TOTAL FREIGHT CHARGES EXCLUDING


Sr. No. TOTAL SUPPLY PRICE ON FOT DESPATCH POINT CENVATABLE SERVICE TAX PLUS NON-
Item Code/ Tag
Group No. as per DESCRIPTION QUANTITY BASIS INCLUDING P&F CHARGES CENVATABLE SWATCH BHARAT CESS & KRISHI
No. as per MR
MR (IN INDIAN RUPEES) KALYAN CESS THEREON UPTO PROJECT SITE
(IN INDIAN RUPEES)

1 2 3 4 5 6 7

Control Valve :-Globe ,Size 1" ,Body ASTM A216 Gr. WCB ,Trim 316 1 No
1.0001 031-FV-1101 SS Stellited
GROUP:D Control Valve :-Globe ,Size 1" ,Body ASTM A216 Gr. WCB ,Trim 316 1 No
Control valve size up to 6" & 900# rating 1.0002 031-FV-1102 SS Stellited

Control Valve :-Globe ,Size 2" ,Body ASTM A216 GR. WCB ,Trim SS 1 No
1.0075 211-FV-0502A 316L STELLITED

0 0
Total Group:D
Control Valve :-Globe ,Size 3" ,Body ASTM A351 GR. CF8C ,Trim SS
1 No
1.0071 211-FV-0401 321 Stellited
Control Valve :-Globe ,Size 3" ,Body ASTM A351GR. CF8C ,Trim SS
1 No
1.0072 211-FV-0402 321 Stellited
GROUP:E
Control Valve :-Globe ,Size 3" ,Body ASTM A351GR. CF8C ,Trim SS 1 No
Control valve size up to 6" & 900# 1.0073 211-FV-0403 321 Stellited
rating(Anti Cavitation/Low Noise Trim)
Control Valve :-Globe ,Size 3" ,Body ASTM A351 GR. CF8C ,Trim SS 1 No
1.0074 211-FV-0404 321 Stellited

Control Valve :-Globe ,Size 4" ,Body ASTM A216 GR. WCB ,Trim SS 1 No
1.0076 211-FV-0601 316L Stellited

0 0
Total Group:E

supply of Two Years Operation and Maintenance Spares, as


05.00 Shall be quoted in a separate annexure as per "Form A" enclosed herewith.
per enclosed instructions to vendor (Clause No.B27)

6.00 Unit Rates

unit Rates of items for addition/deletion purpose, as per


1 Lot Shall be quoted in a separate annexure as per "Form B" enclosed herewith.
enclosed instructions to vendor (Clause No.B5)

Price Schedule_Indian Bidders Page 7 of 7


FORM-A
PRICE SCHEDULE FOR 2 YEARS OPERATION & MAINTENANCE SPARES (FOR INDIAN BIDDER)
RFQ NO: A927-000-YC-MR-1330/511
ITEM: - CONTROL VALVES

NAME OF BIDDER: M/S


………………………………………………………………………………………………………………..

S. NO. Item Tag Nos. Description of spare parts Qty (Unit_____)* Freight Charges from FOT Despatch
Point to Site (excluding cenvatable
Unit Price on FOT Despatch Point Service Tax and Non Cenvatable
including P&F Swatch Bharat Cess & Krishi Kalyan
(INR) Cess) in % (percentage) applicable
extra on Column No.5
(INR)

1 2 3 4 5 6

*UNIT TO BE SPECIFIED BY BIDDER


** FOR 2 YEAR O&M SPARES, PRICES SHALL BE KEPT VALID FOR A PERIOD OF TWO YEARS FROM THE DATE OF PLACEMENT OF ORDER.
BIDDER TO FURNISH THE ABOVE DETAILS SEPARATELY FOR EACH GROUP OF MR

Price Schedule_Indian Bidders Page 1 of 1


UNIT RATES FOR ADDITION/DELETION PURPOSE (FOR INDIAN BIDDERS) FORM-B
RFQ NO: A927-000-YC-MR-1330/511
ITEM: - CONTROL VALVES
NAME OF BIDDER: M/S: _________________________________________________________________________
Sr. No. Unit Rates for addition/deletion
as per DESCRIPTION QUANTITY (in Indian Rupees)
MR

unit Rates of items for addition/deletion purpose, as per enclosed


06.001 1 Lot
instructions to v endor (Clause No.B5)
FORMAT - "CIF/CD"
ENCLOSURE TO PRICE SCHEDULE FOR SUPPLY (INDIAN BIDDERS)
RFQ NO: A927-000-YC-MR-1330/511
ITEM: - CONTROL VALVES
NAME OF BIDDER: M/S
………………………………………………………………………………………………………………..

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

DESCRIPTION CIF value of Import Content CUSTOM DUTY INCLUDED IN QUOTED SUPPLY PRICES
included in quoted supply
prices for column (3) Qty. BASIC CUSTOMS
Qty. EDU. CESS ON
For Item Sl . No. Description of (In Rs) CUSTOM DUTY (%) TOTAL CUSTOM DUTY
(Unit____) CVD (%) CUSTOM SAD (%)
as per MR Imported Items TARRIF NO. (CONCESSIONAL (%)
*(1) DUTY (%)
RATE)
Price in Figures
1 2 3 4 5 6 7 8 9 10

Bidder to note
that T echnical

TOTAL CIF VALUE:

NOT E:
*(1) Unit to be specified by the Bidder.
(2) Bidder to furnish the above details separately for each group of MR.
(3) While quoting item rate, bidder to refer clause 8.0 of SPC

Price Schedule_Indian Bidders Page 1 of 1


PREAMBLE TO PRICE SCHEDULE (FOR FOREIGN BIDDERS)
RFQ NO: A927-000-YC-MR-1330/511
ITEM: CONTROL VALVES
NAME OF BIDDER:
M/S ………………………………………………………………………………………………………………..
1 Scope of supply including testing, inspection, documentation etc., shall be strictly as per Material Requisition and
other documents which are part of RFQ.
2 Bidder shall f urnish prices/details as abov e, in accordance with RFQ Document.
3 Bidder conf irm that he has noted the contents of the Preamble to the Price Schedule, Price Schedule, RFQ,
Material Requisition etc and quoted his prices accordingly without any dev iation.
4 Bidder must quote the price in enclosed Price Schedule f ormats only . The f ormats shall not be changed and/or
5 Bidder to clearly indicate 'Quoted' / 'Not Quoted' against each Group in the price column in the unpriced Price
Schedule. Bidders to submit Price in the Price Schedule in their Priced Bid and Unpriced Part with indicating
6 Bidder must quote Firm Ocean Freight charges in the space provided in the price schedule inline with
instructions provided in RFQ document which will be considered for evlaution and ordering .
7 Bidder to note that Inspection as per MR shall be carried out by approv ed Third Party Inspection Agency (TPIA)
only i.e. (DNV, LRS & CEIL) & the charges f or the same shall be included in the quoted prices against Sl. No.
8 Bidder's quoted prices are inclusiv e of Mandatory spares, Comissioning spares and Special Tools and Tackles (if
applicable as per MR). Bidder to f urnish itemised list of such Mandatory spares and Special Tools and Tackles
9 Quoted prices are f irm and f ixed till complete execution of the entire order and no v ariation on any account is
allowed, unless otherwise categorically specif ied in RFQ.
10 Bidder to list alongwith quotation f or Two Y ears Operation and Maintenance Spares,as per Vendor
recommendation.Separate list shall be prov ided by the Bidder f or each group in the f ormat enclosed herewith with
itemized cost and Ordering of these spares may be done by the Purchaser separately on a later date and not
alongwith main equipment. The price of Two Y ears Operation and Maintenance Spares shall not be considered f or
commercial (price) ev aluation of the bid.
11 If any items/ serv ices are sourced f rom India by the f oreign bidder, then the f oreign bidder must quote the prices
in the price schedule f or indigenous bidder f or item/ serv ices sourced f rom india.
12 Bidders to upload the Un-priced and Priced part of their bids strictly in the Un-priced & Priced f olders respectiv ely
in the e-tender (CPP/NIC) portal.
13 Foreign Bidder shall quote in US Dollars / EURO/ Pound sterling / Japanese Y en / Indian Rupees only . Bidder
must indicate Currecy of Quote in Unpriced Bid and Priced Bidder.
14 Grouped items shall not be split ordered. Bidder to note that ev aluation and ordering shall be done on groupwise
basis. Howev er, Bidder has to quote the prices on item-wise basis as specif ied in the Price Schedule.
15 Bidder has to Quote all the items in a specif ic group otherwise his bid would not be considered f or that group

Price Schedule_Foreign Bidders Page 1 of 1


PRICE SCHEDULE FOR SUPPLY (FOREIGN BIDDERS)
RFQ NO: A927-000-YC-MR-1330/511
ITEM: - CONTROL VALVES

NAME OF BIDDER: M/S ………………………………………………………………………………………………………………..

Sr.
TOTAL PRICE ON FOB INTERNATIONAL TOTAL FIRM OCEAN FREIGHT CHARGES FROM
No. Item Code/
QUANTIT SEAPORT OF EXIT BASIS AS PER FOB INTERNATIONAL SEAPORT OF EXIT TO SEA
Group No. as Tag No. as DESCRIPTION
Y INCOTERMS 2010 PORT OF ENTRY TO INDIA (CHENNAI)
per per MR
(Currency________________) (Currency__________________)
MR

1 2 3 4 5 6 7
SUPPLY OF FOLLOWING ITEMS AS PER
SCOPE MENTIONED IN MR. NO. A927-000-
YC-MR-1330 Rev. A AND SUBSEQUENT
TECHNICAL AND COMMERCIAL
01.00
AMENDMENTS (IF ANY), COMPLETE IN ALL
RESPECTS.

Control Valve :-Globe ,Size 1" ,Body ASTM A216 Gr.


1 No
1 031-PV-1201A WCB ,Trim 316 SS Stellited

Control Valve :-Globe ,Size 1" ,Body ASTM A216 Gr.


1 No
1 031-PV-1201B WCB ,Trim 316 SS Stellited

Control Valve :-Globe ,Size 6" ,Body ASTM A216 Gr.


1 No
1.0005 031-FV-1301 WCB ,Trim 316 SS

Control Valve :-Globe ,Size 6" ,Body ASTM A216 Gr.


1 No
1.0007 031-FV-1701 WCB ,Trim 316 SS

Control Valve :-Globe ,Size 1" ,Body ASTM A216 Gr.


1 No
1.0008 031-PV-1601A WCB ,Trim 316 SS Stellited

Control Valve :-Globe ,Size 1" ,Body ASTM A216 Gr.


1 No
1.0009 031-PV-1601B WCB ,Trim 316 SS Stellited

Control Valve :-Globe ,Size 4" ,Body ASTM A216 Gr.


1 No
1.0011 031-FV-1802 WCB ,Trim 316 SS

Control Valve :-Globe ,Size 4" ,Body ASTM A216 Gr.


1 No
1.0012 031-FV-1902 WCB ,Trim 316 SS

Control Valve :-Globe ,Size 2" ,Body ASTM A351 Gr.


1 No
1.0013 031-FV-2101 CF8C ,Trim SS 321 Stellited
Control Valve :-Globe ,Size 1" ,Body ASTM A216 Gr.
1 No
1.0017 031-FV-2502 WCB ,Trim SS 316L Stellited

Control Valve :-Globe ,Size 1" ,Body ASTM A216 Gr.


1 No
1.0019 031-FV-2601 WCB ,Trim 316 SS Stellited

Control Valve :-Globe ,Size 4" ,Body ASTM A216 Gr.


1 No
1.0021 031-FV-2702 WCB ,Trim 316 SS

Control Valve :-Globe ,Size 2" ,Body ASTM A351 Gr.


1 No
1.0022 031-FV-2901 CF8C ,Trim SS 321 Stellited

Control Valve :-Globe ,Size 4" ,Body ASTM A216 Gr.


1 No
1.0024 031-FV-3101 WCB ,Trim 316 SS

Control Valve :-Globe ,Size 1 1/2" ,Body ASTM A216


1 No
1.0025 031-FV-3301 Gr. WCB ,Trim SS 316L Stellited

Control Valve :-Globe ,Size 6" ,Body ASTM A216 Gr.


1 No
1.0026 031-PV-3401 WCB ,Trim 316 SS

Price Schedule_Indian Bidders Page 1 of 6


PRICE SCHEDULE FOR SUPPLY (FOREIGN BIDDERS)
RFQ NO: A927-000-YC-MR-1330/511
ITEM: - CONTROL VALVES

NAME OF BIDDER: M/S ………………………………………………………………………………………………………………..

Sr.
TOTAL PRICE ON FOB INTERNATIONAL TOTAL FIRM OCEAN FREIGHT CHARGES FROM
No. Item Code/
QUANTIT SEAPORT OF EXIT BASIS AS PER FOB INTERNATIONAL SEAPORT OF EXIT TO SEA
Group No. as Tag No. as DESCRIPTION
Y INCOTERMS 2010 PORT OF ENTRY TO INDIA (CHENNAI)
per per MR
(Currency________________) (Currency__________________)
MR

1 2 3 4 5 6 7

Control Valve :-Globe ,Size 1" ,Body ASTM A216 Gr.


1 No
1.0027 031-PV-3201 WCB ,Trim SS 316L Stellited

Control Valve :-Globe ,Size 1" ,Body ASTM A216 Gr.


1 No
1.0028 031-LV-3601 WCB ,Trim SS 316L Stellited

Control Valve :-Globe ,Size 1" ,Body ASTM A216 Gr.


1 No
1.0029 031-PV-3601A WCB ,Trim SS 316L Stellited

Control Valve :-Globe ,Size 1" ,Body ASTM A216 Gr.


1 No
1.0030 031-PV-3601B WCB ,Trim SS 316L Stellited

Control Valve :-Globe ,Size 4" ,Body ASTM A216 Gr.


1 No
1.0031 031-FV-4101 WCB ,Trim 316 SS Stellited
Control Valve :-Globe ,Size 3" ,Body ASTM A216 Gr.
1 No
1.0033 031-FV-4103 WCB ,Trim 316 SS Stellited
Control Valve :-Globe ,Size 1 1/2" ,Body ASTM A216
1 No
1.0034 092-FV-1201 Gr. WCB ,Trim 316 SS Stellited
Control Valve :-Globe ,Size 3" ,Body ASTM A216 Gr.
1 No
1.0035 092-PV-1203 WCB ,Trim 316 SS

Control Valve :-Globe ,Size 1" ,Body ASTM A216 Gr.


1 No
1.0037 092-FV-1302 WCB ,Trim 316 SS Stellited

Control Valve :-Globe ,Size 3" ,Body ASTM A216 Gr.


1 No
1.0041 093-FV-1701 WCB ,Trim 316 SS
GROUP:A Control Valve :-Globe ,Size 1 1/2" ,Body ASTM A 351
1 No
Control valve up to 8" size & up to 600#1.0042 093-FV-1302 GR CF3M ,Trim 316 SSL+STELLITED
rating Control Valve :-Globe ,Size 1 1/2" ,Body ASTM A 351
1 No
1.0043 093-FV-1401 GR CF3M ,Trim 316 SSL+STELLITED

Control Valve :-Globe ,Size 6" ,Body ASTM A105


1 No
1.0044 094-PV-0701 ,Trim SS 316

Control Valve :-Globe ,Size 1 1/2" ,Body ASTM A105


1 No
1.0047 094-PV-1402 ,Trim SS 316 Stellited

Control Valve :-Globe ,Size 1" ,Body ASTM A105


1 No
1.0055 094-FV-3102 ,Trim SS 316 Stellited

Control Valve :-Globe ,Size 4" ,Body ASTM A216 Gr.


1 No
1.0056 094-TV-3502 WCB ,Trim SS 316 Stellited

Control Valve :-Globe ,Size 3" ,Body ASTM A216 Gr.


1 No
1.0057 094-FV-3501 WCB ,Trim SS 316L Stellited

Control Valve :-Globe ,Size 1 1/2" ,Body ASTM A105


1 No
1.0058 094-PV-4401 ,Trim SS 316 Stellited

Control Valve :-Globe ,Size 2" ,Body ASTM A216


1 No
1.0059 094-PV-4801A Gr.WCB ,Trim SS 316 Stellited

Control Valve :-Globe ,Size 8" ,Body refer note ,Trim


1 No
1.0060 094-FV-3201 SS 316L Stellited

Price Schedule_Indian Bidders Page 2 of 6


PRICE SCHEDULE FOR SUPPLY (FOREIGN BIDDERS)
RFQ NO: A927-000-YC-MR-1330/511
ITEM: - CONTROL VALVES

NAME OF BIDDER: M/S ………………………………………………………………………………………………………………..

Sr.
TOTAL PRICE ON FOB INTERNATIONAL TOTAL FIRM OCEAN FREIGHT CHARGES FROM
No. Item Code/
QUANTIT SEAPORT OF EXIT BASIS AS PER FOB INTERNATIONAL SEAPORT OF EXIT TO SEA
Group No. as Tag No. as DESCRIPTION
Y INCOTERMS 2010 PORT OF ENTRY TO INDIA (CHENNAI)
per per MR
(Currency________________) (Currency__________________)
MR

1 2 3 4 5 6 7

Control Valve :-Globe ,Size 2" ,Body Refer Note ,Trim


1 No
1.0065 094-LV-3202 SS 316L Stellited

Control Valve :-Globe ,Size 6" ,Body ASTM A216 Gr.


1 No
1.0066 094-LV-3601 WCB ,Trim SS 316L Stellited

Control Valve :-Globe ,Size 1" ,Body ASTM A105


1 No
1.0067 094-FV-1201 ,Trim SS 316 Stellited
Control Valve :-Globe ,Size 1" ,Body ASTM A105
1 No
1.0068 094-FV-1202 ,Trim SS 316 Stellited
Control Valve :-Globe ,Size 1" ,Body ASTM A105
1 No
1.0069 094-FV-1203 ,Trim SS 316 Stellited

Control Valve :-Globe ,Size 3" ,Body ASTM A216 Gr


1 No
1.0078 211-FV-1001 WCB ,Trim SS 316L Stellited

Control Valve :-Globe ,Size 3" ,Body ASTM A216 Gr


1 No
1.0080 211-FV-1004 WCB ,Trim SS 316L

Control Valve :-Globe ,Size 6" ,Body ASTM A216 Gr


1 No
1.0083 211-FV-1201 WCB ,Trim SS 316L stellited

Control Valve :-Globe ,Size 4" ,Body ASTM A216 GR


1 No
1.0084 211-FV-1202 WCB ,Trim SS 316L
Control Valve :-Globe ,Size 1 1/2" ,Body ASTM A216
1 No
1.0086 211-PV-1201A GR. WCB ,Trim SS 316+STELLITED
Control Valve :-Globe ,Size 1 1/2" ,Body ASTM A216
1 No
1.0087 211-PV-1201B GR. WCB ,Trim SS 316+STELLITED
Control Valve :-Globe ,Size 6" ,Body ASTM A216 GR.
1 No
1.0088 211-PV-1202 WCB ,Trim SS 316 STELLITED
Control Valve :-Globe ,Size 1 1/2" ,Body ASTM A216
1 No
1.0089 211-LV-0501B GR. WCB ,Trim SS 316L+STELLITED
Control Valve :-Globe ,Size 2" ,Body ASTM A216 Gr
1 No
1.0090 211-TDV-1301A WCB ,Trim SS 316L

Control Valve :-Globe ,Size 3" ,Body ASTM A216 Gr


1 No
1.0091 211-TDV-1301B WCB ,Trim SS 316L

Control Valve :-Globe ,Size 1" ,Body ASTM A216 Gr


1 No
1.0093 211-LV-1402 WCB ,Trim SS 316L+STELLITED

Control Valve :-Globe ,Size 1 1/2" ,Body ASTM A216


1 No
1.0096 211-FV-0651N Gr WCB ,Trim SS 316L+STELLITED

Control Valve :-Globe ,Size 6" ,Body ASTM A216 Gr


1 No
1.0097 211-LV-1351N WCB ,Trim SS316L

0 0
Total Group:A

Control Valve :-Globe ,Size 4" ,Body ASTM A216 Gr.


1 No
1.0006 031-PV-1501 WCB ,Trim 316 SS Stellited

Control Valve :-Globe ,Size 4" ,Body ASTM A216 Gr.


1 No
1.0010 031-FV-1801 WCB ,Trim 316 SS Stellited

Price Schedule_Indian Bidders Page 3 of 6


PRICE SCHEDULE FOR SUPPLY (FOREIGN BIDDERS)
RFQ NO: A927-000-YC-MR-1330/511
ITEM: - CONTROL VALVES

NAME OF BIDDER: M/S ………………………………………………………………………………………………………………..

Sr.
TOTAL PRICE ON FOB INTERNATIONAL TOTAL FIRM OCEAN FREIGHT CHARGES FROM
No. Item Code/
QUANTIT SEAPORT OF EXIT BASIS AS PER FOB INTERNATIONAL SEAPORT OF EXIT TO SEA
Group No. as Tag No. as DESCRIPTION
Y INCOTERMS 2010 PORT OF ENTRY TO INDIA (CHENNAI)
per per MR
(Currency________________) (Currency__________________)
MR

1 2 3 4 5 6 7
Control Valve :-Globe ,Size 4" ,Body ASTM A216 Gr.
1 No
1.0014 031-FV-2201 WCB ,Trim 316 SS Stellited
Control Valve :-Globe ,Size 3" ,Body ASTM A216 Gr.
1 No
1.0015 031-FV-2301 WCB ,Trim SS 316L Stellited
Control Valve :-Globe ,Size 1 1/2" ,Body ASTM A351
1 No
1.0016 031-LV-2401 Gr. CF8C ,Trim SS 321 Stellited
Control Valve :-Globe ,Size 4" ,Body ASTM A216 Gr.
1 No
1.0018 031-PV-2501 WCB ,Trim 316 SS Stellited

Control Valve :-Globe ,Size 4" ,Body ASTM A216 Gr.


1 No
1.0020 031-FV-2602 WCB ,Trim 316 SS Stellited

Control Valve :-Globe ,Size 4" ,Body ASTM A216 Gr.


1 No
1.0023 031-FV-3001 WCB ,Trim SS 316L Stellited
Control Valve :-Globe ,Size 3" ,Body ASTM A216 Gr.
1 No
1.0032 031-FV-4102 WCB ,Trim 316 SS Stellited
Control Valve :-Globe ,Size 4" ,Body ASTM A216 Gr.
1 No
1.0036 092-FV-1301 WCB ,Trim 316 SS Stellited

Control Valve :-Globe ,Size 1" ,Body ASTM A216 Gr.


1 No
1.0038 092-LV-1401 WCB ,Trim 316 SS Stellited

Control Valve :-Globe ,Size 1" ,Body ASTM A105


1 No
1.0045 094-LV-1303 ,Trim SS 316 Stellited

Control Valve :-Globe ,Size 1" ,Body ASTM A105


1 No
1.0046 094-LV-1304 ,Trim SS 316 Stellited

Control Valve :-Globe ,Size 1 1/2" ,Body ASTM A105


1 No
1.0048 094-LV-1401 ,Trim SS 316 Stellited

Control Valve :-Globe ,Size 6" ,Body ASTM A 216


1 No
1.0049 094-PV-1701 GR.WCB ,Trim SS 316 Stellited
Control Valve :-Globe ,Size 1" ,Body ASTM A105
GROUP:B 1 No
1.0050 094-LV-1801 ,Trim SS 316 Stellited
Control valve size up to 8" size & up to Control Valve :-Globe ,Size 1" ,Body ASTM A105
600# rating(Anti Cavitation/Low Noise 1.0051 094-LV-1902 1 No
,Trim SS 316 Stellited
Trim) Control Valve :-Globe ,Size 6" ,Body ASTM A 216
1 No
1.0052 094-PV-2501 GR.WCB ,Trim SS 316 Stellited
Control Valve :-Globe ,Size 1" ,Body ASTM A105
1 No
1.0053 094-LV-2601 ,Trim SS 316 Stellited
Control Valve :-Globe ,Size 1" ,Body ASTM A105
1 No
1.0054 094-LV-3102 ,Trim SS 316 Stellited

Control Valve :-Globe ,Size 1" ,Body ASTM A105


1 No
1.0061 094-LV-2702 ,Trim SS 316 Stellited

Control Valve :-Globe ,Size 1" ,Body ASTM A105


1 No
1.0062 094-LV-3101 ,Trim SS 316 Stellited

Control Valve :-Globe ,Size 1" ,Body ASTM A105


1 No
1.0063 094-LV-3702 ,Trim SS 316 Stellited

Price Schedule_Indian Bidders Page 4 of 6


PRICE SCHEDULE FOR SUPPLY (FOREIGN BIDDERS)
RFQ NO: A927-000-YC-MR-1330/511
ITEM: - CONTROL VALVES

NAME OF BIDDER: M/S ………………………………………………………………………………………………………………..

Sr.
TOTAL PRICE ON FOB INTERNATIONAL TOTAL FIRM OCEAN FREIGHT CHARGES FROM
No. Item Code/
QUANTIT SEAPORT OF EXIT BASIS AS PER FOB INTERNATIONAL SEAPORT OF EXIT TO SEA
Group No. as Tag No. as DESCRIPTION
Y INCOTERMS 2010 PORT OF ENTRY TO INDIA (CHENNAI)
per per MR
(Currency________________) (Currency__________________)
MR

1 2 3 4 5 6 7

Control Valve :-Globe ,Size 6" ,Body Refer Note ,Trim


1 No
1.0064 094-FV-3202 SS 316L Stellited

Control Valve :-Globe ,Size 8" ,Body ASTM A216 GR.


1 No
1.0077 211-FV-0602 WCB ,Trim SS 316L Stellited

Control Valve :-Globe ,Size 8" ,Body ASTM A216 GR


1 No
1.0079 211-FV-1002 WCB ,Trim SS316+STELLITED

Control Valve :-Globe ,Size 6" ,Body ASTM A216 GR.


1 No
1.0081 211-TV-1002 WCB ,Trim 316 SS + STELLITED

Control Valve :-Globe ,Size 4" ,Body ASTM A216 GR.


1 No
1.0082 211-FV-1107 WCB ,Trim SS 316 STELLITED

Control Valve :-Globe ,Size 4" ,Body ASTM A216 Gr


1 No
1.0085 211-LV-1201 WCB ,Trim SS 316L+STELLITED

Control Valve :-Globe ,Size 6" ,Body ASTM A216 Gr


1 No
1.0092 211-LV-1301 WCB ,Trim SS316L + STELLITED

Control Valve :-Globe ,Size 2" ,Body ASTM A216 GR.


1 No
1.0094 211-FV-1601 WCB ,Trim SS 316+Stellited

Control Valve :-Globe ,Size 1 1/2" ,Body ASTM A216


1 No
1.0095 211-FV-1607 GR. WCB ,Trim SS 316+STELLITED

0 0
Total Group:B

Control Valve :-Globe ,Size 10" ,Body ASTM A216 Gr.


1 No
1.0039 093-LV-1301 WCB ,Trim 316 SS
GROUP:C
Control valve size Above 8" up to 16" & Control Valve :-Globe ,Size 10" ,Body ASTM A216 Gr.
1 No
300# rating 1.0040 093-FV-1301 WCB ,Trim 316 SS
Control Valve :-Globe ,Size 10" ,Body ASTM A216
1 No
1.0070 211-FV-0101 GR. WCB ,Trim SS 316

0 0
Total Group:C

Control Valve :-Globe ,Size 1" ,Body ASTM A216 Gr.


1 No
1.0001 031-FV-1101 WCB ,Trim 316 SS Stellited
GROUP:D Control Valve :-Globe ,Size 1" ,Body ASTM A216 Gr.
1 No
Control valve size up to 6" & 900# rating1.0002 031-FV-1102 WCB ,Trim 316 SS Stellited

Control Valve :-Globe ,Size 2" ,Body ASTM A216 GR.


1 No
1.0075 211-FV-0502A WCB ,Trim SS 316L STELLITED

0 0
Total Group:D
Control Valve :-Globe ,Size 3" ,Body ASTM A351 GR.
1 No
1.0071 211-FV-0401 CF8C ,Trim SS 321 Stellited
Control Valve :-Globe ,Size 3" ,Body ASTM A351GR.
1 No
1.0072 211-FV-0402 CF8C ,Trim SS 321 Stellited
GROUP:E

Price Schedule_Indian Bidders Page 5 of 6


PRICE SCHEDULE FOR SUPPLY (FOREIGN BIDDERS)
RFQ NO: A927-000-YC-MR-1330/511
ITEM: - CONTROL VALVES

NAME OF BIDDER: M/S ………………………………………………………………………………………………………………..

Sr.
TOTAL PRICE ON FOB INTERNATIONAL TOTAL FIRM OCEAN FREIGHT CHARGES FROM
No. Item Code/
QUANTIT SEAPORT OF EXIT BASIS AS PER FOB INTERNATIONAL SEAPORT OF EXIT TO SEA
Group No. as Tag No. as DESCRIPTION
Y INCOTERMS 2010 PORT OF ENTRY TO INDIA (CHENNAI)
per per MR
(Currency________________) (Currency__________________)
MR

1 2 3 4 5 6 7
GROUP:E Control Valve :-Globe ,Size 3" ,Body ASTM A351GR.
Control valve size up to 6" & 900# 1.0073 211-FV-0403 1 No
CF8C ,Trim SS 321 Stellited
rating(Anti Cavitation/Low Noise Trim)
Control Valve :-Globe ,Size 3" ,Body ASTM A351 GR.
1 No
1.0074 211-FV-0404 CF8C ,Trim SS 321 Stellited

Control Valve :-Globe ,Size 4" ,Body ASTM A216 GR.


1 No
1.0076 211-FV-0601 WCB ,Trim SS 316L Stellited

0 0
Total Group:E

s upply of Two Years Operation and

05.00 Maintenanc e Spares , as per enc los ed Shall be quoted in a separate annexure as per "Form A" enclosed herewith.
ins truc tions to v endor (Claus e No.B27)

6.00 Unit Rates

unit Rates of items for addition/deletion


purpos e, as per enc los ed ins truc tions to 1 Lot Shall be quoted in a separate annexure as per "Form B" enclosed herewith.
v endor (Claus e No.B5)

Price Schedule_Indian Bidders Page 6 of 6


FORM-A
PRICE SCHEDULE FOR 2 YEARS OPERATION & MAINTENANCE SPARES (FOR FOREIGN BIDDER)
RFQ NO: A927-000-YC-MR-1330/511

ITEM: CONTROL VALVES

BIDDER'S NAME

S. NO. Item Tag Nos. Description of spare parts Qty (Unit_____)* Firm Ocean Freight Charges from
Unit Price on FOB International Seaport of from FOB International Seaport of
Exit Basis as per INCOTERMS 2010 Exit to Sea Port of entry (Chennai) in
(Currency________________) INDIA in % applicable
extra on Column No.5
(Currency________________)

1 2 3 4 5 6

*UNIT TO BE SPECIFIED BY BIDDER


** FOR 2 YEAR O&M SPARES, PRICES SHALL BE KEPT VALID FOR A PERIOD OF TWO YEARS FROM THE DATE OF PLACEMENT OF ORDER..
BIDDER TO FURNISH THE ABOVE DETAILS SEPARATELY FOR EACH GROUP OF MR.

Price Schedule_Indian Bidders Page 1 of 1


UNIT RATES FOR ADDITION/DELETION PURPOSE (FOR FOREIGN BIDDERS) FORM-B
RFQ NO: A927-000-YC-MR-1330/511
ITEM: CONTROL VALVES
NAME OF BIDDER: M/S: _________________________________________________________________________
Sr. No. Unit Rates for addition/deletion
as per DESCRIPTION QUANTITY (Currency________________)
MR
unit Rates of items for addition/deletion purpose, as per enclosed
06.001 1 Lot
instructions to v endor (Clause No.B5)
Execution of BS VI Projects at CPCL Manali Refinery on OBE Method

Control Valves

(Document No : A927-000-YC-MR-1330)

Page 1 of 270
Click on the Document Title to go to that section of the document

Table of Contents
Document Number Rev. Document Title Page
Number
A927-000-YC-MR- A Control Valves 3
1330
A927-000-YC-VD- 0 VENDOR DATA REQUIREMENTS 11
1330
A927-000-YC-SI- 0 SPECIAL INSTRUCTIONS TO VENDOR 13
1330
A927-000-YC-TM- A TECHNICAL QUESTIONAIRE 27
1330
A927-000-YC-ID- 0 DATA SHEET INDEX 29
1330
6-78-0001 1 Specification for quality management system requirements from 185
bidders
6-78-0003 1 Specification for documentation requirement from suppliers 192
A927-6-44-0083. A Requirement for Wet H2S services 201
6-81-2031 3 ITP for control valves. 205
6-81-2034 2 ITP for solenoid valves 211
6-52-0031 4 Standard specification for control valves. 216
6-52-0034 4 Standard specification for solenoid valves. 239
.ANNEXURE-II 0 Format for Mandaory Information for SMART-HART device 245
.ANNEXURE-I 0 Compliance Statement 246
.ANNEXURE-III 0 Format for Mandaory Information for FF device 247
6-44-0052 6 Technical notes for valves. 248
A927-000-16-51-SP- 0 Control Valve Grouping details 268
1330

Page 2 of 270
MATERIAL REQUISITION (TOP SHEET)
ITEM DESCRIPTION: Control Valves
GROUP ITEM CODE 15EB DESTINATION : AS PER COMMERCIAL DOCUM
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be

ITEM CATEGORY: II DELIVERY PERIOD :


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

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

A927 000 YC MR 1330 A 17/05/2017 16 51


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

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

REV DATE BY CHK APPD DETAILS


A 17/05/2017 Ali SM SM Issued for Bids

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

Project : BS VI Upgradation Project


ENGINEERS INDIA LIMITED
Client : M/s CPCL Sheet 1 Of 8
NEW DELHI

Page 3 of 270
S.NO TAG NO . DESCRIPTION QUANTITY
/ ITEM CODE

1 Design ,engineering,manufacture,procurement of materials and


bought out components, assembly at shop,inspection,testing at
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be

manufacturer's works, packing, delivery, supply of mandatory


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

documentation as per the enclosed EIL standard specifications,


instructions to vendors, job specification, data sheets etc
GROUP: A Control valve upto 8" size & upto 600# rating
1.0003 031-PV-1201A Control Valve :-Globe ,Size 1" ,Body ASTM A216 Gr. WCB ,Trim 316 1 Nos
SS Stellited
1.0004 031-PV-1201B Control Valve :-Globe ,Size 1" ,Body ASTM A216 Gr. WCB ,Trim 316 1 Nos
SS Stellited
1.0005 031-FV-1301 Control Valve :-Globe ,Size 6" ,Body ASTM A216 Gr. WCB ,Trim 316 1 Nos
SS
1.0007 031-FV-1701 Control Valve :-Globe ,Size 6" ,Body ASTM A216 Gr. WCB ,Trim 316 1 Nos
SS
1.0008 031-PV-1601A Control Valve :-Globe ,Size 1" ,Body ASTM A216 Gr. WCB ,Trim 316 1 Nos
SS Stellited
1.0009 031-PV-1601B Control Valve :-Globe ,Size 1" ,Body ASTM A216 Gr. WCB ,Trim 316 1 Nos
SS Stellited
1.0011 031-FV-1802 Control Valve :-Globe ,Size 4" ,Body ASTM A216 Gr. WCB ,Trim 316 1 Nos
SS
1.0012 031-FV-1902 Control Valve :-Globe ,Size 4" ,Body ASTM A216 Gr. WCB ,Trim 316 1 Nos
SS
1.0013 031-FV-2101 Control Valve :-Globe ,Size 2" ,Body ASTM A351 Gr. CF8C ,Trim SS 1 Nos
321 Stellited
1.0017 031-FV-2502 Control Valve :-Globe ,Size 1" ,Body ASTM A216 Gr. WCB ,Trim SS 1 Nos
316L Stellited
1.0019 031-FV-2601 Control Valve :-Globe ,Size 1" ,Body ASTM A216 Gr. WCB ,Trim 316 1 Nos
SS Stellited
1.0021 031-FV-2702 Control Valve :-Globe ,Size 4" ,Body ASTM A216 Gr. WCB ,Trim 316 1 Nos
SS
1.0022 031-FV-2901 Control Valve :-Globe ,Size 2" ,Body ASTM A351 Gr. CF8C ,Trim SS 1 Nos
321 Stellited
1.0024 031-FV-3101 Control Valve :-Globe ,Size 4" ,Body ASTM A216 Gr. WCB ,Trim 316 1 Nos
SS
1.0025 031-FV-3301 Control Valve :-Globe ,Size 1 1/2" ,Body ASTM A216 Gr. WCB ,Trim 1 Nos
SS 316L Stellited
1.0026 031-PV-3401 Control Valve :-Globe ,Size 6" ,Body ASTM A216 Gr. WCB ,Trim 316 1 Nos
SS
1.0027 031-PV-3201 Control Valve :-Globe ,Size 1" ,Body ASTM A216 Gr. WCB ,Trim SS 1 Nos
316L Stellited
1.0028 031-LV-3601 Control Valve :-Globe ,Size 1" ,Body ASTM A216 Gr. WCB ,Trim SS 1 Nos
316L Stellited
1.0029 031-PV-3601A Control Valve :-Globe ,Size 1" ,Body ASTM A216 Gr. WCB ,Trim SS 1 Nos
316L Stellited
1.0030 031-PV-3601B Control Valve :-Globe ,Size 1" ,Body ASTM A216 Gr. WCB ,Trim SS 1 Nos
316L Stellited
1.0031 031-FV-4101 Control Valve :-Globe ,Size 4" ,Body ASTM A216 Gr. WCB ,Trim 316 1 Nos
SS Stellited
1.0033 031-FV-4103 Control Valve :-Globe ,Size 3" ,Body ASTM A216 Gr. WCB ,Trim 316 1 Nos

Project : BS VI Upgradation Project REQUISITION No. REV


ENGINEERS INDIA LIMITED
A927-000-YC-MR-1330 A
NEW DELHI Client : M/s CPCL
Sheet 2 Of 8

Page 4 of 270
S.NO TAG NO . DESCRIPTION QUANTITY
/ ITEM CODE
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be

SS Stellited
1.0034 092-FV-1201 Control Valve :-Globe ,Size 1 1/2" ,Body ASTM A216 Gr. WCB ,Trim 1 Nos
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1641-515 Rev.1 A4-210x297

316 SS Stellited
1.0035 092-PV-1203 Control Valve :-Globe ,Size 3" ,Body ASTM A216 Gr. WCB ,Trim 316 1 Nos
SS
1.0037 092-FV-1302 Control Valve :-Globe ,Size 1" ,Body ASTM A216 Gr. WCB ,Trim 316 1 Nos
SS Stellited
1.0041 093-FV-1701 Control Valve :-Globe ,Size 3" ,Body ASTM A216 Gr. WCB ,Trim 316 1 Nos
SS
1.0042 093-FV-1302 Control Valve :-Globe ,Size 1 1/2" ,Body ASTM A 351 GR CF3M ,Trim 1 Nos
316 SSL+STELLITED
1.0043 093-FV-1401 Control Valve :-Globe ,Size 1 1/2" ,Body ASTM A 351 GR CF3M ,Trim 1 Nos
316 SSL+STELLITED
1.0044 094-PV-0701 Control Valve :-Globe ,Size 6" ,Body ASTM A105 ,Trim SS 316 1 Nos
1.0047 094-PV-1402 Control Valve :-Globe ,Size 1 1/2" ,Body ASTM A105 ,Trim SS 316 1 Nos
Stellited
1.0055 094-FV-3102 Control Valve :-Globe ,Size 1" ,Body ASTM A105 ,Trim SS 316 Stellited 1 Nos
1.0056 094-TV-3502 Control Valve :-Globe ,Size 4" ,Body ASTM A216 Gr. WCB ,Trim SS 1 Nos
316 Stellited
1.0057 094-FV-3501 Control Valve :-Globe ,Size 3" ,Body ASTM A216 Gr. WCB ,Trim SS 1 Nos
316L Stellited
1.0058 094-PV-4401 Control Valve :-Globe ,Size 1 1/2" ,Body ASTM A105 ,Trim SS 316 1 Nos
Stellited
1.0059 094-PV-4801A Control Valve :-Globe ,Size 2" ,Body ASTM A216 Gr.WCB ,Trim SS 1 Nos
316 Stellited
1.0060 094-FV-3201 Control Valve :-Globe ,Size 8" ,Body refer note ,Trim SS 316L Stellited 1 Nos
1.0065 094-LV-3202 Control Valve :-Globe ,Size 2" ,Body Refer Note ,Trim SS 316L Stellited 1 Nos
1.0066 094-LV-3601 Control Valve :-Globe ,Size 6" ,Body ASTM A216 Gr. WCB ,Trim SS 1 Nos
316L Stellited
1.0067 094-FV-1201 Control Valve :-Globe ,Size 1" ,Body ASTM A105 ,Trim SS 316 Stellited 1 Nos
1.0068 094-FV-1202 Control Valve :-Globe ,Size 1" ,Body ASTM A105 ,Trim SS 316 Stellited 1 Nos
1.0069 094-FV-1203 Control Valve :-Globe ,Size 1" ,Body ASTM A105 ,Trim SS 316 Stellited 1 Nos
1.0078 211-FV-1001 Control Valve :-Globe ,Size 3" ,Body ASTM A216 Gr WCB ,Trim SS 1 Nos
316L Stellited
1.0080 211-FV-1004 Control Valve :-Globe ,Size 3" ,Body ASTM A216 Gr WCB ,Trim SS 1 Nos
316L
1.0083 211-FV-1201 Control Valve :-Globe ,Size 6" ,Body ASTM A216 Gr WCB ,Trim SS 1 Nos
316L stellited
1.0084 211-FV-1202 Control Valve :-Globe ,Size 4" ,Body ASTM A216 GR WCB ,Trim SS 1 Nos
316L
1.0086 211-PV-1201A Control Valve :-Globe ,Size 1 1/2" ,Body ASTM A216 GR. WCB ,Trim 1 Nos
SS 316+STELLITED
1.0087 211-PV-1201B Control Valve :-Globe ,Size 1 1/2" ,Body ASTM A216 GR. WCB ,Trim 1 Nos
SS 316+STELLITED
1.0088 211-PV-1202 Control Valve :-Globe ,Size 6" ,Body ASTM A216 GR. WCB ,Trim SS 1 Nos
316 STELLITED
1.0089 211-LV-0501B Control Valve :-Globe ,Size 1 1/2" ,Body ASTM A216 GR. WCB ,Trim 1 Nos

Project : BS VI Upgradation Project REQUISITION No. REV


ENGINEERS INDIA LIMITED
A927-000-YC-MR-1330 A
NEW DELHI Client : M/s CPCL
Sheet 3 Of 8

Page 5 of 270
S.NO TAG NO . DESCRIPTION QUANTITY
/ ITEM CODE
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be

SS 316L+STELLITED
1.0090 211-TDV-1301A Control Valve :-Globe ,Size 2" ,Body ASTM A216 Gr WCB ,Trim SS 1 Nos
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1641-515 Rev.1 A4-210x297

316L
1.0091 211-TDV-1301B Control Valve :-Globe ,Size 3" ,Body ASTM A216 Gr WCB ,Trim SS 1 Nos
316L
1.0093 211-LV-1402 Control Valve :-Globe ,Size 1" ,Body ASTM A216 Gr WCB ,Trim SS 1 Nos
316L+STELLITED
1.0096 211-FV-0651N Control Valve :-Globe ,Size 1 1/2" ,Body ASTM A216 Gr WCB ,Trim SS 1 Nos
316L+STELLITED
1.0097 211-LV-1351N Control Valve :-Globe ,Size 6" ,Body ASTM A216 Gr WCB ,Trim 1 Nos
SS316L
GROUP: B Control valve upto 8" size & upto 600# rating (Anti Cavitation/Low Noise Trim)
1.0006 031-PV-1501 Control Valve :-Globe ,Size 4" ,Body ASTM A216 Gr. WCB ,Trim 316 1 Nos
SS Stellited
1.0010 031-FV-1801 Control Valve :-Globe ,Size 4" ,Body ASTM A216 Gr. WCB ,Trim 316 1 Nos
SS Stellited
1.0014 031-FV-2201 Control Valve :-Globe ,Size 4" ,Body ASTM A216 Gr. WCB ,Trim 316 1 Nos
SS Stellited
1.0015 031-FV-2301 Control Valve :-Globe ,Size 3" ,Body ASTM A216 Gr. WCB ,Trim SS 1 Nos
316L Stellited
1.0016 031-LV-2401 Control Valve :-Globe ,Size 1 1/2" ,Body ASTM A351 Gr. CF8C ,Trim 1 Nos
SS 321 Stellited
1.0018 031-PV-2501 Control Valve :-Globe ,Size 4" ,Body ASTM A216 Gr. WCB ,Trim 316 1 Nos
SS Stellited
1.0020 031-FV-2602 Control Valve :-Globe ,Size 4" ,Body ASTM A216 Gr. WCB ,Trim 316 1 Nos
SS Stellited
1.0023 031-FV-3001 Control Valve :-Globe ,Size 4" ,Body ASTM A216 Gr. WCB ,Trim SS 1 Nos
316L Stellited
1.0032 031-FV-4102 Control Valve :-Globe ,Size 3" ,Body ASTM A216 Gr. WCB ,Trim 316 1 Nos
SS Stellited
1.0036 092-FV-1301 Control Valve :-Globe ,Size 4" ,Body ASTM A216 Gr. WCB ,Trim 316 1 Nos
SS Stellited
1.0038 092-LV-1401 Control Valve :-Globe ,Size 1" ,Body ASTM A216 Gr. WCB ,Trim 316 1 Nos
SS Stellited
1.0045 094-LV-1303 Control Valve :-Globe ,Size 1" ,Body ASTM A105 ,Trim SS 316 Stellited 1 Nos
1.0046 094-LV-1304 Control Valve :-Globe ,Size 1" ,Body ASTM A105 ,Trim SS 316 Stellited 1 Nos
1.0048 094-LV-1401 Control Valve :-Globe ,Size 1 1/2" ,Body ASTM A105 ,Trim SS 316 1 Nos
Stellited
1.0049 094-PV-1701 Control Valve :-Globe ,Size 6" ,Body ASTM A 216 GR.WCB ,Trim SS 1 Nos
316 Stellited
1.0050 094-LV-1801 Control Valve :-Globe ,Size 1" ,Body ASTM A105 ,Trim SS 316 Stellited 1 Nos
1.0051 094-LV-1902 Control Valve :-Globe ,Size 1" ,Body ASTM A105 ,Trim SS 316 Stellited 1 Nos
1.0052 094-PV-2501 Control Valve :-Globe ,Size 6" ,Body ASTM A 216 GR.WCB ,Trim SS 1 Nos
316 Stellited
1.0053 094-LV-2601 Control Valve :-Globe ,Size 1" ,Body ASTM A105 ,Trim SS 316 Stellited 1 Nos
1.0054 094-LV-3102 Control Valve :-Globe ,Size 1" ,Body ASTM A105 ,Trim SS 316 Stellited 1 Nos
1.0061 094-LV-2702 Control Valve :-Globe ,Size 1" ,Body ASTM A105 ,Trim SS 316 Stellited 1 Nos

Project : BS VI Upgradation Project REQUISITION No. REV


ENGINEERS INDIA LIMITED
A927-000-YC-MR-1330 A
NEW DELHI Client : M/s CPCL
Sheet 4 Of 8

Page 6 of 270
S.NO TAG NO . DESCRIPTION QUANTITY
/ ITEM CODE
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be

1.0062 094-LV-3101 Control Valve :-Globe ,Size 1" ,Body ASTM A105 ,Trim SS 316 Stellited 1 Nos
1.0063 094-LV-3702 Control Valve :-Globe ,Size 1" ,Body ASTM A105 ,Trim SS 316 Stellited 1 Nos
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1641-515 Rev.1 A4-210x297

1.0064 094-FV-3202 Control Valve :-Globe ,Size 6" ,Body Refer Note ,Trim SS 316L Stellited 1 Nos
1.0077 211-FV-0602 Control Valve :-Globe ,Size 8" ,Body ASTM A216 GR. WCB ,Trim SS 1 Nos
316L Stellited
1.0079 211-FV-1002 Control Valve :-Globe ,Size 8" ,Body ASTM A216 GR WCB ,Trim 1 Nos
SS316+STELLITED
1.0081 211-TV-1002 Control Valve :-Globe ,Size 6" ,Body ASTM A216 GR. WCB ,Trim 316 1 Nos
SS + STELLITED
1.0082 211-FV-1107 Control Valve :-Globe ,Size 4" ,Body ASTM A216 GR. WCB ,Trim SS 1 Nos
316 STELLITED
1.0085 211-LV-1201 Control Valve :-Globe ,Size 4" ,Body ASTM A216 Gr WCB ,Trim SS 1 Nos
316L+STELLITED
1.0092 211-LV-1301 Control Valve :-Globe ,Size 6" ,Body ASTM A216 Gr WCB ,Trim 1 Nos
SS316L + STELLITED
1.0094 211-FV-1601 Control Valve :-Globe ,Size 2" ,Body ASTM A216 GR. WCB ,Trim SS 1 Nos
316+Stellited
1.0095 211-FV-1607 Control Valve :-Globe ,Size 1 1/2" ,Body ASTM A216 GR. WCB ,Trim 1 Nos
SS 316+STELLITED
GROUP: C Control valve size above 8" upto 16" & 300# rating
1.0039 093-LV-1301 Control Valve :-Globe ,Size 10" ,Body ASTM A216 Gr. WCB ,Trim 316 1 Nos
SS
1.0040 093-FV-1301 Control Valve :-Globe ,Size 10" ,Body ASTM A216 Gr. WCB ,Trim 316 1 Nos
SS
1.0070 211-FV-0101 Control Valve :-Globe ,Size 10" ,Body ASTM A216 GR. WCB ,Trim SS 1 Nos
316
GROUP: D Control valve size upto 6" & 900# rating
1.0001 031-FV-1101 Control Valve :-Globe ,Size 1" ,Body ASTM A216 Gr. WCB ,Trim 316 1 Nos
SS Stellited
1.0002 031-FV-1102 Control Valve :-Globe ,Size 1" ,Body ASTM A216 Gr. WCB ,Trim 316 1 Nos
SS Stellited
1.0075 211-FV-0502A Control Valve :-Globe ,Size 2" ,Body ASTM A216 GR. WCB ,Trim SS 1 Nos
316L STELLITED
GROUP: E Control valve size upto 6" & 900# rating (Anti Cavitation/Low Noise Trim)
1.0071 211-FV-0401 Control Valve :-Globe ,Size 3" ,Body ASTM A351 GR. CF8C ,Trim SS 1 Nos
321 Stellited
1.0072 211-FV-0402 Control Valve :-Globe ,Size 3" ,Body ASTM A351GR. CF8C ,Trim SS 1 Nos
321 Stellited
1.0073 211-FV-0403 Control Valve :-Globe ,Size 3" ,Body ASTM A351GR. CF8C ,Trim SS 1 Nos
321 Stellited
1.0074 211-FV-0404 Control Valve :-Globe ,Size 3" ,Body ASTM A351 GR. CF8C ,Trim SS 1 Nos
321 Stellited
1.0076 211-FV-0601 Control Valve :-Globe ,Size 4" ,Body ASTM A216 GR. WCB ,Trim SS 1 Nos
316L Stellited

5 Supply of two years operation and Maintenance Spares,as per


enclosed instructions to vendor (Clause No. B27)

Project : BS VI Upgradation Project REQUISITION No. REV


ENGINEERS INDIA LIMITED
A927-000-YC-MR-1330 A
NEW DELHI Client : M/s CPCL
Sheet 5 Of 8

Page 7 of 270
S.NO TAG NO . DESCRIPTION QUANTITY
/ ITEM CODE
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be

6 Unit Rates
6.001 Unit Rates of items for addition/deletion purpose,as per the enclosed 1 Lot
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1641-515 Rev.1 A4-210x297

instructions to vendor (Clause No. B5)

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

Project : BS VI Upgradation Project REQUISITION No. REV


ENGINEERS INDIA LIMITED
A927-000-YC-MR-1330 A
NEW DELHI Client : M/s CPCL
Sheet 6 Of 8

Page 8 of 270
LIST OF ATTACHMENTS
S. No. DOCUMENT TITLE DOCUMENT NO. REV DATE SHEETS

1 Vendor Data Requirement A927-000-YC-VD-1330 0 17/05/2017 2

2 Special Instruction to Vendor A927-000-YC-SI-1330 0 17/05/2017 14


The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be

3 Technical Questionarrie A927-000-YC-TM-1330 A 17/05/2017 1


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

4 Data Sheet Index A927-000-YC-ID-1330 0 17/05/2017 3

5 Spec. for quality management sys.req. 6-78-0001 0 04/06/2009 9


from bidders
6 Spec. for documentation requirements 6-78-0003 0 04/06/2009 12
from supplier
7 Requirement for Wet H2S services A927-6-44-0083 A 20/04/2017 4

8 ITP for control valves 6-81-2031 2 22/03/2012 6

9 ITP for Solenoid valves 6-81-2034 1 22/03/2012 5

10 Standard specification for Control Valves 6-52-0031 3 11/04/2011 20

11 Standard specification for Solenoid valves 6-52-0034 3 29/11/2010 7

12 Format for Mandatory information for ANNEXURE-II 0 17/05/2017 1


SMART-HARTdevice
13 Compliance Statement ANNEXURE-I 0 17/05/2017 1

14 Format for Mandatory information for FF ANNEXURE-III 0 17/05/2017 1


device
15 Special Requirement for Hydrogen 6-44-0052-A4 6 04/08/2010 2
Services
16 Control Valve Grouping Details A927-000-16-51-SP-1330 0 17/05/2017 2

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:

Project : BS VI Upgradation Project REQUISITION No. REV


ENGINEERS INDIA LIMITED
A927-000-YC-MR-1330 A
NEW DELHI Client : M/s CPCL
Sheet 7 Of 8

Page 9 of 270
Engineers India Limited Vendor Drawing/ Document Submission Schedule

Page 10 of 270
Client/ Project:M/s CPCL/ BS VI Vendor's Name : Contact Person (Name/ Tel/ Fax/ email) : Status Date:
Upgradation Project

Item Description:Control Valves PR No.: Review Status Code:

Date of LOI: 1. No Comments


2. Proceed with manufacture/ fabrication as per commented document.
PO No.:
Revised document required.
3. Document does not conform to basic requirements as marked.
Date of PO:
Resubmit for Review. R: Retained for Reference V: Void
EIL Originating Department :Instrumentation Contact Person(EIL):

Anticipated (Ant) Date of submission by vendor


Schedule
Drg/ Doc. Nomenclature Vendor Drg/ Doc No. Category Date of 1st Actual (Act) Date of submission by vendor Form
S.No. as per EIL Vendor Data Review(R)/ Submission Date of Return (Rew) by EIL Electronic Remarks
Requirement Records(I) (Rev. 0)
Review Status (Code) (E)/ Print (P)
Title
Rev. 0 Rev. 1 Rev. 2 Rev. 3
Ant
Act
Rew
Code
Ant
Act
Rew
Code
Ant
Act
Rew
Code
Ant
Act
Rew
Code
Ant
Act
Rew
Code
Form No. EIL-1641-1923 Rev.1
not be reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-726 Rev.0 A4-210
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will VENDOR DATA REQUIRMENT

With Final
Description AFTER PURCHASE ORDER
Documentation
Proposal
(Prints) / As Built
Prints Date Needed
1. Compliance statement X
2. Proven Track Record
3. Catalogues in English X 6(W/S)
4. Recommended spare parts list ( for two years' operation) X
5. Filled in datasheet X X(i) 2W 6(W/S)
6. Dimensional details with mounting details and model X(i) 4W 6(W/S)
number
7. Wiring diagrams X(i) 4W 6(W/S)
8. Sizing calculations for control valve & actuator X X(i) 2W 6(W/S)
9. Tubing/hook-up drawing X(i) 4W 6(W/S)
10. List of Mandatory spares X(i) 4W 6(W/S)
11. Parts list 6(W/S)
12. Control valve operating signatures for smart / field bus 6(W/S)
positioners
13. Certificate from statutory body for valve/accessories 6(W/S)
14. Test certificates 6(W/S)
15. Assembly details 6(W/S)
16. Design data manual 6(W/S)
17. Installation manual 6(W/S)
18. Calibration and maintenance procedures 6(W/S)
19. Operation and maintenance manual 6(W/S)
20. Final documentation in editable soft copy(optical disc) 6(W/S)

0 17/05/2017 Ali SM SM REQ. NO. : A927-000-YC-MR-1330


ORDER NO. : Page 1 Of 2

REV DATE BY CHKDAPPVD VENDOR :

PLANT : BS VI Upgradation Project SPECIFICATION REV


ENGINEERS INDIA LIMITED
UNIT : 000
NEW DELHI A927-000-YC-VD-1330 0
CLIENT : M/s CPCL

Page 11 of 270
not be reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-726 Rev.0 A4-210
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will VENDOR DATA REQUIRMENT

NOTES :

1. Fold all drawings to 216mm X 279mm and roll transparencies.

2. Vendor to provide all printed matter to ENGINEERS INDIA LIMITED (EIL).


ATTENTION -

ENGINEERS INDIA LTD.


1,BHIKAJI CAMA PLACE
NEW DELHI-110066
LEGEND:

Categories preceeded with * will be approved for fabrication by Engineers India Limited.
The remaining drawings are needed for information only.

A/C = As compiled A/R = As required W/S = With shipment W = Weeks

IMPORTANT

While submittimg drawings and documents for review as indicated in vendor data requirement,
vendor must ensure the following :

1. A blank space measuring 75 mm W x 38 mm H shall be provided on all vendor drawings


(on the front side) for marking review codes etc. by ENGINEERS INDIA LIMITED.

2. The review of the drawings shall be done as applicable, under the following review codes :
a) Review Code 1 : No Comments.
b) Review Code 2 : Proceed with manufacture / fabrication as per commented drawing.
Revised drawing required.
c) Review Code 3 : Document does not conform to the basic requirements as marked.
Resubmit for review.

3. Review of the vendor drawings by EIL would be only to check compatibility with basic design and
concepts and would in no way absolve the manufacturer / fabricator of his responsibility to meet the
applicable codes, specifications and statutory rules and regulations.

4. For drawings / documents indicated as FOR INFORMATION in the vendor data requirement,
vendor must clearly mark FOR INFORMATION ONLY on the submitted drawings / documents.

0 17/05/2017 Ali SM SM REQ. NO. : A927-000-YC-MR-1330


ORDER NO. : Page 2 Of 2

REV DATE BY CHKDAPPVD VENDOR :

PLANT : BS VI Upgradation Project SPECIFICATION REV


ENGINEERS INDIA LIMITED
UNIT : 000
NEW DELHI A927-000-YC-VD-1330 0
CLIENT : M/s CPCL

Page 12 of 270
DOCUMENT No.
Special Instructions
A927-000-YC-SI-1330 Rev. 0
Page 1 of 14

Special Instructions to Vendor


(MR No. A927-000-YC-MR-1330)

0 17.05.2017 ISSUED FOR BIDS ALI SM SM


0
Rev. Prepared Checked Approved
Date Purpose
No by by by

Copyright EIL – All rights reserved


Format No. EIL 1641-1924 Rev. 1

Page 13 of 270
DOCUMENT No.
Special Instructions A927-000-YC-SI-1330 Rev. 0
Page 2 of 14

BIDDING INSTRUCTIONS:

A1. Bidder must follow the following guidelines while submitting their offer. Offers not complying
with these guidelines shall be rejected summarily without any intimation to the bidder.
a) The Material Requisition (MR) specifications (i.e.) data sheets, standard specifications and other
attachments to this MR shall be fully complied with. No deviations of any type are acceptable in
general.
b) Bidder shall follow clause 1.2 of the attached standard specifications for Control Valves 6-52-0031,
and SIV attached with MR.
c) In case of any contradiction between these bidding instructions and any other documents attached
with MR, this bidding instructions shall govern.
d) Bidder shall submit the Lump sum price for each group, covering all item & accessories, advance
diagnostics software, mandatory spares, testing, Inspection, documentation requirements and all
other requirements specified in this MR, as per the price schedule format of RFQ. No information /
description, technical or non-technical, other than what is required as per price format shall be filled
or submitted.
e) Unit rates for each valve with its accessories shall be provided separately for any addition/deletion
as per clause B5 of this SIV. Bidder shall note that these unit rates are only for addition/deletion at a
later date. Price for accessories, testing, Inspection required with each item/tag as per MR
specifications shall be included in the item price in pricing schedule.
f) Bidder to note that alternate quote shall not be furnished for any tag. As per project philosophy, an
offer with alternate quote shall be rejected.
g) Bidder shall furnish quotations only for those Control valve groups that bidder can supply strictly
as per MR specifications and for which their valves size, type & rating are approved by EIL/enlisted
with EIL.
A2. Bidder is responsible for meeting all technical requirements in this Material Requisition including
instrument data sheets. If at any stage, till the completion of order, the offered items and its
accessories are found unsuitable to meet the MR specification, bidder shall replace the same with
suitable items, without any time / cost implication.
A3. Bidder shall fill and furnish the following documents along with the offer:
1. Compliance statement
2. Technical Questionnaire duly filled in
3. Un-priced Offer (Without Prices) as per the RFQ FORMAT
4. Filled-in datasheets with catalogue
5. Sizing calculations
The above documents are the only basis of technical evaluation. OFFERS SHALL BE EVALUATED
BASED ON THE ABOVE MENTIONED DOCUMENTS ONLY.
A4. MUST COMPLY REQUIREMENTS
--------------------------------------------------------

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

Page 14 of 270
DOCUMENT No.
Special Instructions A927-000-YC-SI-1330 Rev. 0
Page 3 of 14

a) Bidder must indicate their contact person; email ID, fax number, telephone number and postal
address.
b) Offer must be complete in all respects complying fully with the MR requirements without
exception. No price change, whatsoever, shall be allowed to the bidder after submission of bid even
if it results from any technical clarification.
c) Any price change subsequent to the submission of the offer because of any technical query or any
other reason attributable to the bidder may lead to rejection of the offer.
d) Technical queries if necessary shall be forwarded either in email or by fax. Bidder shall be allowed
to forward their replies either by email or by fax, addressed directly to Purchase department
(addressed to the Purchase department from where the enquiry is issued) indicating the enquiry
number in each of such correspondence.
e) Any query raised on the email or fax must be replied within the specified period. Replies received
beyond the specified period may lead to ignoring any subsequent correspondence from the bidder.
f) BIDDER TO NOTE THAT “ZERO DEVIATION IS EXPECTED. ACCORDINGLY ALL
CLARIFICATIONS/CONFRMATIONS SHALL BE TAKEN UP IN PRE BID QUERIES. IF “ZERO DEVIATION”
BASIS IS NOT FOLLOWED BY BIDDER, THEIR OFFER IS LIABLE FOR REJECTION.
g) Bidder to note that Delivery will be reckoned from the date of issue of LOI. Filled in Data sheet
shall be submitted within 2 weeks of issue of LOI for timely release of PR.
Purchaser shall not be responsible for any delay in release of PR due to late submission of the Filled
in data sheet. Any resulting delay in delivery of the items shall be in bidder's account.

PART-B
SPECIFIC JOB REQUIREMENTS
--------------------------------------------------------
B1. The Globe type Control Valves covered in the MR shall be installed in the DHDT (Unit no. 211),
FCC-GDS (Unit no. 031), SWS (Unit no. 092), ARU (Unit No. 093) & SRU (Unit no. 094) unit of CPCL
Refinery, Manali, Chennai. Therefore bidder experience for the similar applications shall be most
appropriate.
B2. Each datasheet is provided with General notes & notes specific to that tag no. Bidder shall read
the datasheet specification together with these notes given at the bottom of datasheets.
B3. Offered Instrument shall be latest & proven model with minimum one year PTR in Refinery. All
instruments shall be of field proven quality both respect to design and materials. Prototype
instruments or instruments of an experimental nature shall not be offered or supplied. In general, all
the supplied items by supplier shall have well proven performance record of operating satisfactorily
in hydrocarbon industry like refinery, petrochemical, gas processing etc. for minimum of one year.
No instrument requiring special maintenance or operating facilities shall be offered or supplied as far
as possible.
B4. Bidder to note the following with regard to ordering of the valves mentioned in the requisition.
The Control valves are divided into the followings groups (TOTAL- 05 groups):
GROUP-A: Control valve up to 8" size & up to 600# rating, Qty: 54 Nos.
GROUP-B: Control valve up to 8" size & up to 600# rating (Anti Cavitation/Low Noise Trim), Qty: 32
nos.

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

Page 15 of 270
DOCUMENT No.
Special Instructions A927-000-YC-SI-1330 Rev. 0
Page 4 of 14

GROUP-C: Control valve size above 8" up to 16” & 300# rating, Qty: 3 nos.
GROUP-D: Control valve size up to 6” & 900# rating, Qty: 3 nos.
GROUP-E: Control valve size up to 6” & 900# rating (Anti Cavitation/Low Noise Trim), Qty: 5 nos.
Bidder to note that the evaluation shall be carried out on bottom line basis (lump sum basis) for all
the tags in a group including accessories, mandatory spares, advance diagnostic software, testing &
inspection, and all other requirements of MR.
Ordering shall be carried out GroupWise i.e. all valves, accessories, testing, Inspection requirements,
advance diagnostic software and Mandatory spares for one group shall be ordered together on one
bidder. Bidder must quote for all valves in a group so as to be considered for that group.
B5. Bidder shall furnish unit price of the following for addition/ deletion purpose wherever
applicable:
(i) Air Filter Regulator
(ii) Field Bus Positioner
(iii) HART Positioner
(iv) Solenoid Valve
(v) Limit switch
(vi) Other accessories (Pneumatic relays, volume boosters, quick exhaust valves etc.) - Each type as
applicable.
(vii) Advanced diagnostic software with 1 license to diagnose 100 nos. of positioners/control valves
from DCS platform for the offered make of positioner for DCS Makes specified in cl. B20 below.
However, Bidder to ensure that prices of advance diagnostic software is included in base lump sum
of each group and shall not be quoted separately.
(viii) Unit Price of each Valve along with all the accessories and testing & Inspection requirement.
Bidder to note that the unit rates quoted for these items shall be valid till the execution of order.
B6. The EIL standard specification 6-52-0031 for control valves shall be read in conjunction with this
‘special Instruction to vendor’ and the ‘data sheet’ enclosed in this Material Requisition. Wherever
any discrepancy exists between the above documents “special Instruction to vendor’ and the ‘data
sheet’ shall govern.
B7. SPECIFIC TEST REQUIREMENTS
Bidder to note that the charges for all the applicable testing requirements as per below shall be
included in the valve group price.
(I) RADIOGRAPHY REQUIREMENTS:
a) Valve castings and welds shall undergo Radiography as follows:
For all valve castings with ratings ANSI 600# & above or as specified in the respective valve data
sheets, 100% radiography testing shall be applied. The radiography procedure shall be as per ANSI
B16.34 and acceptance criteria shall be as per ANSI B16.34 Annexure-B. For areas of casting to be
radiographed for valves not covered as per ANSI B16.34, the Bidder shall furnish details of the areas
to be radiographed as per ANSI B16.34.
b) Post weld heat treatment (PWHT) shall be provided for welds, if any. Radiography shall be carried
out after completion of the PWHT/ Stress relieving operation for the welds if any.

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

Page 16 of 270
DOCUMENT No.
Special Instructions A927-000-YC-SI-1330 Rev. 0
Page 5 of 14

(II) IBR REQUIREMENTS:


(a) All valves under IBR service shall be tested and test certificate in Form-III C duly certified by the
local Boiler Inspecting Authority or his authorized representative.
(b) For valves under IBR service, carbon contents shall not exceed 0.25% for flanges etc. that may
require welding. Moreover, for flanges the sulphur and phosphorus shall also be limited to 0.05%
each.
(III) HYDROGEN SERVICE REQUIREMENTS
Valves in hydrogen service as indicated in datasheets shall comply with "Special Requirements for
hydrogen service valves", 6-44-0052-A4, Rev 6 attached along with the MR. Radiography for these
valves shall also be done as per the requirements given in this specification.
(IV) NACE+ HIC requirements:
a) Maximum Hardness in weld joints shall be limited to 200 BHN.
b) All girth weld joints shall be 100% radiographed and all types of welds including girth welds shall
be wet fluorescent MP tested.
c) All welds shall be PWHT irrespective of thickness.
d) Wetted parts shall conform to NACE MR 0103.Test certificates shall be provided.
e) HIC Design and testing requirements indicated for flanges and material as per the Document No.
A927-6-44-0083 (Requirement for wet H2S services) shall also be complied. Oxygen content 0.005%
is acceptable instead of 0.0025% as long as other HIC requirements (Including testing) as per
Document No. A927-6-44-0083 (Requirement for wet H2S services) are met.
(V) NACE+ Hydrogen service with wet H2S requirements:
a) Maximum Hardness in weld joints shall be limited to 200 BHN.
b) All girth weld joints shall be 100% radiographed and all types of welds including girth welds shall
be wet fluorescent MP tested.
c) All welds shall be PWHT irrespective of thickness.
d) Wetted parts shall conform to NACE MR 0103.Test certificates shall be provided.
e) Wet H2S requirements for flange and material as per the Document No. A927-6-44-0083
(Requirement for wet H2S services) shall also be complied.
f) "Special requirements for Hydrogen services valves" as mentioned in above point (clause no. B7)
shall also be complied with.
(VI) NACE, HIC and H2 service Requirements:
Valves in NACE, HIC and H2 services shall meet the following requirements:
a) Maximum Hardness in weld joints shall be limited to 200 BHN.
b) All girth weld joints shall be 100% radiographed and all types of welds including girth welds shall
be wet fluorescent MP tested.
c) All welds shall be PWHT irrespective of thickness.
d) Wetted part material shall conform to NACE MR 0103 and compliance certificate shall be
furnished.

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

Page 17 of 270
DOCUMENT No.
Special Instructions A927-000-YC-SI-1330 Rev. 0
Page 6 of 14

e) "Special requirements for Hydrogen services valves" as mentioned in above point (Clause no. B7)
shall also be complied with.
f) HIC Design and testing requirements indicated for flanges and material as per the Document No.
A927-6-44-0083 (Requirement for wet H2S services) shall also be complied. Oxygen content 0.005%
is acceptable instead of 0.0025% as long as other HIC requirements (Including testing) as per
Document No. A927-6-44-0083 (Requirement for wet H2S services) are met.
(VII) NACE service Requirements:
Valves in NACE services shall meet the following requirements:
a) Maximum Hardness in weld joints shall be limited to 200 BHN.
b) All girth weld joints shall be 100% radiographed and all types of welds including girth welds shall
be wet fluorescent MP tested.
c) All welds shall be PWHT irrespective of thickness.
d) Wetted part material shall conform to NACE MR 0103 and compliance certificate shall be
furnished.
B8. Following specification of MR data sheets are minimum acceptable requirements:
i) Leakage Class
ii) Trim Material/ Soft Seat Material.
iii) Low noise trim / Anti-cavitation trim
B9. Control Valve accessories like Air Filter Regulators, Positioners, SOVs, Limit switches, Hand wheel
etc. (Wherever applicable) shall be supplied in fully assembled conditions. Valve Tubing for the valve
& Actuator assemblies shall be 6mm OD, 1 mm thick size, ASTM A269/AISI SS316 Tube as a
minimum. Tubing of higher size of 12 mm OD min 1.2 mm thick (if required) for proper actuation of
actuator / control valve shall be furnished by bidder during detailed engineering. Accessories like AFR
shall be selected to match the air tubing requirements by bidder. However bidder to ensure that
purchaser's termination point connection is provided with 6 mm size. This shall have no price or
delivery implication.
Vendor shall supply Tubes from following makes:
i) Heavy Metals & Tubes Limited (Mehsana)
ii) Jindal Saw Ltd. (Nasik works)
iii) Ratnamani Metals & Tubes Ltd.
iv) TK Fujikin Corporation
Tube fittings (male connectors) shall be ANSI SS316, flareless compression type. The fitting/ ferrule
hardness shall be in the range of RB 85-90 so as to ensure a minimum difference of RB 5 to 10
between tube and fitting. The ferrule shall also be made of stainless steel (SS 316). Vendor shall
supply Tube fittings from the following Make:
1. ASTEC VALVES & FITTINGS PVT LTD
2. ARYA CRAFTS & ENGINEERING PVT LTD
3. AUTOCLAVE ENGINEERS FLUID OMPONENTS
4. COMFIT & VALVES PVT LTD

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

Page 18 of 270
DOCUMENT No.
Special Instructions A927-000-YC-SI-1330 Rev. 0
Page 7 of 14

5. CIRCOR INSTR. TECHNOLOGIES INC


6. EXCELSIOR ENGG. WORKS
7. EXCEL HYDRO PNEUMATICS PVT LTD
8. FLUID CONTROLS PVT LTD
9. MULTIMETAL INDUSTRIES
10. PRECISION ENGINEERING INDUSTRIES
11. PRIME ENGINEERS
12. PANAM ENGINEERS
13. PARKER HANNIFIN CORPORATION
14. RELIANCE ENGINEERING & ELECTRICALS CORPN
15. SWASTIK ENGINEERING WORKS
16. SWAGELOK CO.
17. SSP FITTINGS CORPORATION
18. SEALEXCEL (INDIA) PVT. LTD.
19. TK FUJIKIN CORPORATION
B10.The actuator offered shall be pneumatically operated type working on instrument air pressure of
3.5 kg/cm²g. Bidder shall size these actuators based on minimum air supply pressure of 3.5 kg/cm2
g. Available instrument air supply pressure is 4.0 kg/cm2G (Min) , 5.0 kg/cm2G (Nor), 8.0 kg/cm2G
(Max) & 10.0 kg/cm2 G (Design).
Bidder shall be responsible for the sizing of the actuator based on process data provided in the data
sheet and supply air pressure indicated above. Bidder shall submit sizing calculations as per VDR.
Any change in actuator model number necessary to meet MR/PR requirements during detail
engineering shall be carried out by bidder without any implication.
B11. Bidder shall indicate the recommended actuator orientation direction. In addition other
allowable orientations shall also be provided along with the offer. The orientation of the actuator
may be changed after order. The bidder shall do the same without any price implication.
B12. a) Vendor to note that where ever anti-cavitation trim has been specified in the data sheet,
same must be offered without exception. In addition in case vendor's calculation indicates cavitation
for any valve, vendor must offer anti-cavitation valve irrespective of whether anti-cavitation trim has
been specified or not.
b) Vendor to note that where ever low noise trim has been specified in the datasheet, same must be
offered without exception. In addition in case vendor's calculation indicate noise more than 85 dB for
any valve, vendor must offer low noise trim irrespective of whether low noise trim has been specified
or not unless mentioned otherwise in respective datasheet. Control valves where noise is expected,
bidder shall follow clause 2.4 of Standard Specification for Control Valves (6-52-0031).
c) Vendor to note that for anti-cavitation valves/ low - noise trim valves, cage guided valve is also
acceptable in case top guided valve is indicated in the datasheet
B13. Vendor to note that Linear characteristics is also acceptable in place of Mod Equal % wherever
mentioned in the datasheets.

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

Page 19 of 270
DOCUMENT No.
Special Instructions A927-000-YC-SI-1330 Rev. 0
Page 8 of 14

B14. The sizing, selection, manufacturing and assembly of control valves shall be from the facilities
which are enlisted with EIL/Approved by EIL.
B15. In case any of the Valves (size, rating, type) is beyond the range of valves for which bidder is
enlisted with EIL, bidder shall supply such valves from any of the project approved bidders. Bidder
shall ensure that other bidder from whom the valve is being sourced is enlisted with EIL for the
subject range of the valve (i.e. size, rating and type). At any stage during execution of order, if it is
found that the valves supplied by bidder is not as per make and size, type & rating enlisted with EIL
for the valve, bidder shall replace the valve with make and size, type & rating enlisted with EIL for
that particular valve without any cost and time implications.
B16. Bidder to offer only standard product out of their manufacturing range as listed out in their
product catalogues including valves model nos., sizes and CV values for the indicated sizes etc. valves
with non-standard model nos., CV’s and size shall not be provided.
B17. Wherever solenoid valves have been asked for control valves in modulating services, the control
valves are for modulating cum shutdown application. For all such cases, solenoid valve shall be
installed between positioner output and actuator. The de-energisation of solenoid valve shall bring
the control valve to failure position by venting the actuator.
B18. SMART POSITIONER (FIELDBUS POSITIONER/SMART-HART POSITIONER):
The control Valve positioner shall be SMART (FF/HART) and minimum SIL-2 certified and must have
corrosion resistant linkages/rugged brackets and shall be provided along with smart positioner
diagnostics software for enabling advanced diagnostics with valve signature. The control valve
position feedback shall be configured in the DCS with trend recording. Valve signature software shall
be provided for all control valves.
The Positioner sensor and sensing mechanism shall be rugged and shall not be affected by line/valve
vibration. The positioned performance shall be immune to above vibration.
Smart positioner shall be capable of performing online diagnostics and alert operator for any kind
maintenance/failed alarms.
In addition to operational and maintenance data provided by the positioner like actual stem position,
instrument input signal, pneumatic pressure to the actuator etc. the positioner shall also provide the
cycle counting and store accumulation data to help keep control valve stem leakage in control. The
positioner shall also have built-in manual stroke button for stroke open or close the valve for quick
verification
Positioner shall be provided with necessary hardware/software for maintenance, diagnostics,
programming etc.
Positioner shall have in built position feedback signal.
Smart positioner shall be weatherproof to IP-65 and shall be certified for the area classification
specified in the datasheet.
Valve positioner make shall be:
(1) M/s Dresser
(2) M/s Fisher Emerson Process Management
(3) M/s Metso Automation

FF/HART Positioners shall be provided for each control valve as specified in the datasheets.
SMART (HART PROTOCOL) POSITIONER:

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

Page 20 of 270
DOCUMENT No.
Special Instructions A927-000-YC-SI-1330 Rev. 0
Page 9 of 14

Control valve shall be provided with Smart positioner (with HART protocol), wherever specified in the
Datasheet. Smart positioner shall meet the specifications as per the clause no. 2.7.1, 2.7.2 of
standard specification for control valves 6-52-0031
Bidder to ensure that for SMART Positioner following data is furnished after placement of order in
excel format attached with MR.
(i) Tag No.
(ii) Device Hardware Revision
(iii) DD Revision No.
(iv) DTM Revision No.
FIELDBUS POSITIONER:
Control valve shall be provided with FF positioner, wherever specified in the Datasheet. Signal shall
be suitable for Fieldbus Foundation Protocol (FF Protocol). For remaining portion of spec. refer clause
no. 2.7.1, 2.7.2 of the Std. spec. for Control Valve (6-52-0031). FF positioner shall also meet following
requirements.
a) Capability to become device link master required for each fieldbus positioner.
b) Vendor shall indicate clearly in the offer whether the offered device support EDDL or FDT/DTM.
Vendor shall also submit filled up datasheets for offered positioners, in attached format along with
model no. and model decoding detail along with the offer.
c) Vendor to ensure that for Fieldbus positioners DD files and Device support files shall be in native
format. Vendor shall configure node address before shipment.
d) Vendor to ensure that for Fieldbus positioners following minimum data shall be filled in excel
format.
i) Tag No.
ii) FF Registered product code
iii) Device Type
iv) Manufacturing ID number
v) ITK revision
vi) Firmware revision
vii) Device Revision
viii) DD File Revision
ix) CF file Revision
x) Hist Test Completion
Actual format shall be provided during detail engineering. Also positioner vendor to clarify whether
output splitter (OS) block is available.
e) Device Descriptor (DD) files for configuring the FF device parameters and Common File Format
(CFF) files for integrating the device into the system shall be provided by the vendor for offline
configuration by DCS vendor and the same shall match with the device configuration details of the
positioner.

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

Page 21 of 270
DOCUMENT No.
Special Instructions A927-000-YC-SI-1330 Rev. 0
Page 10 of 14

f) Back-up LAS functionality shall be disabled at the time of shipment. All FF & HART devices shall be
shipped in the "Ready -to-Run" mode.
B19. Bidder to ensure that valve Fieldbus positioners and HART Positioners shall be able to
communicate to Universal Hand Held communicator (HHC Model no.:475 or equivalent, not in
Bidder's scope). In case Bidder's positioner is not able to accept commands from HHC and vendor has
his own proprietary communicator, vendor shall supply his proprietary communicator (one no. each
type FF & HART for each group) as a part of their base offer. Price of same shall be included in base
price of the group.
B20. ADVANCED DIAGNOSTIC SOFTWARE
The Software necessary for advance control valve diagnostics like seat ring condition, gland packing
condition, actuator leakage, device checks, maintenance etc. shall be supplied by bidder. Any such
diagnostic software related to Smart/Fieldbus positioner shall be of "plug-in" type and the software
shall be easily integrated with Asset Management System Platform supplied by DCS vendor. These
advance diagnostic software shall be of latest release or version with advanced features. Vendor
shall indicate software seamless integration with the available make of DCS (like ABB, Emerson,
Honeywell, Yokogawa, Schneider). The software shall be licensed for all the items in each group.
Price for the advance diagnostic software with 1 license for 100 tags or total quantity of tags of a
group, whichever is higher, shall be included as a part of the base offer against each group. Any
additional software required for meeting the functional requirement of fieldbus positioner shall also
be supplied by the bidder.
Bidders, who have not offered advanced diagnostics software as per the above requirements, may
not be considered for evaluation.
B21. The requirement of statutory approvals for usage of equipment/instruments/ systems in
electrically hazardous shall be as follows:
a) The bidder shall be responsible for obtaining all statutory approvals, as applicable for all
instruments.
b) Equipment/instrument/systems located in electrically hazardous areas shall be certified for use by
statutory authorities for their use in the area of their installation. In general, the following
certification shall be provided by the bidder:
(i) For all intrinsically safe/ flameproof/ protected by other methods, equipment/
instrument/systems, which are manufactured abroad (outside India) and certified by any approving
authority like BASEEFA, FM, UL, PTB,LCIE etc., certification by the Indian authorities - Petroleum
Explosives safety organization(PESO)/Chief Controller of Explosives (CCE), Nagpur, India is
mandatory.
(ii) For all flameproof equipment manufactured locally (within India), the testing shall be carried out
by any of the approved testing houses – PESO/Central Mining Research Institute (CMRI) / ERTL etc.
The item shall in addition bear the valid certification from PESO/CCE and also the manufacturer shall
hold a valid Bureau of Indian Standards (BIS) license.
(iii) For all intrinsically safe equipment manufactured locally (within India), the testing shall be carried
out by any of the approved testing houses - Central Mining Research Institute (CMRI) / ERTL etc. The
item shall in addition bear the valid certification from PESO/CCE.
B22. Bidder shall supply air filter regulators as per datasheet no. A927-000-YC-DS-3001 attached with
this MR. Quantity shall be as per individual data sheet only. Air filter regulators shall be supplied from
the following bidders only.

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

Page 22 of 270
DOCUMENT No.
Special Instructions A927-000-YC-SI-1330 Rev. 0
Page 11 of 14

a. DIVYA CONTROL ELEMENTS PVT LTD INDIA


b. JANATICS INDIA PVT LTD INDIA
c. MARSH BELLOFRAM INDIA
d. PLACKA INSTRUMENTS INDIA P LTD INDIA
e. SCHRADER DUNCAN LIMITED INDIA
f. SHAH PNEUMATICS INDIA
g. SHAVO NORGREN (I) PVT LTD INDIA
h. THOMPSON VALVES LTD U.K.
i. VELJAN HYDRAIR PVT LTD INDIA
B23. Bidder shall supply Solenoid valves as per datasheet no. A927-000-YS-DS-3001 attached with
this MR. Solenoid valve shall be from one of the approved makes. Quantity shall be as specified in
control valve datasheet:
a. ALCON ALEXANDER CONTROLS LIMITED U.K.
b. ASCO JOUCOMATIC LTD INDIA
c. ASCO JOUCOMATIC SA FRANCE
d. ASCO NUMATICS (INDIA) P. LIMITED INDIA
e. AVCON CONTROLS PVT. LTD. INDIA
f. HERION WERKE GERMANY
g. ROTEX AUTOMATION LTD. INDIA
h. SCHRADER DUNCAN LIMITED INDIA
i. THOMPSON VALVES LTD U.K.
j. VERSA BV NETHERLANDS
K. PRECISION INSTRUMENT COMPANY INDIA
B24. Limit Switches
(i) Limit switches shall be inductive proximity type and these shall meet NAMUR (DIN-19234)
requirements. Refer datasheet no. A927-000-YI-DS-7001 for detailed specification of limit switches.
(ii) All limit switches in the electrically classified hazardous area in the field shall be certified
intrinsically safe & Proximity type. Also, all limit switches shall be certified weather proof to IP-65 as a
minimum.
(iii) Separate limit switches shall be provided for open and close position as specified in the
datasheets
(iv) Limit switch Box, with local Open / Close indication shall be provided (The limit switches shall be
with status LED indication to show the status of proximity switch).
(iv) Limit Switch make shall be P&F or Equivalent.

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

Page 23 of 270
DOCUMENT No.
Special Instructions A927-000-YC-SI-1330 Rev. 0
Page 12 of 14

B25. For valves with Bellow seal type bonnet, Vendor's standard design considering extra gland
packing with equivalent sealing characteristics for minimizing the leakage to the external
environment from the valve bonnet is also acceptable.
B26. Inspection and Test requirements:
a) All the items supplied / integrated by the bidder at his works shall be subject to inspection at
bidder's works as defined elsewhere. Wherever third party inspection is applicable, EIL indicated in
ITP, shall be read as TPIA.
For inspection agency & charges, refer commercial documents.
b) As a minimum, the inspection and testing requirements as per Standard Specification for Control
Valves (6-52-0031), Standard Specification for Solenoid Valves (6-52-0034) and Inspection Test Plan
for Control Valves (6-81-2031) and Inspection Test Plan for Solenoid Valves Doc. no.( 6-81-2034)
attached along with the MR shall be adhered to.
B27. Recommended spare parts for 2 Years Operation & Maintenance:
Bidder shall furnish a separate quote (with unit rates) for spare parts for the control valves and their
accessories for 2 years of normal operation and Maintenance for each group separately as
recommended by Bidder. Bidder shall provide list in tabular form indicating the common spares size,
materials, model no. wise applicable for offered tags for each combination. The price shall be valid
at-least for two years from the date of placement of order.
B28. MANDATORY SPARES
Bidder shall supply the following mandatory spares for each group. Price for the same shall be
included in the base price of each group.
a). As per clause 1.2.7 of 6-52-0031 for each Tag.
b) 10 % or minimum 1 no. of each type, size, rating of Trim set consisting of seat, seat ring / seal ring,
plug with stem, cage or special trim (wherever applicable) for each group
c) 20% or minimum one number of Soft seat of each type, material, rating and size for each group
d) 10% (subject to minimum of 2) of Positioners (Smart / FF) with links & gauges of each type and
make. For each group
e) 10% (subject to minimum of 2) of Diaphragm of each type for each group.
f) 10% (subject to minimum of 2) of Air filter regulators of each make with regulator output gauges
for each group
g) 10% (subject to minimum of 1) of Bonnet Gaskets, gland packings, Actutator repair kit, piston O-
rings, bearing & liner (of butter-fly valves) for all types of valves for each group.
h) 10% (subject to minimum of 1) of any special accessories provided along with the control valve like
boosters, position transmitters (wherever applicable), air lock relay, NRV, quick exhaust valve,
proximity switches, I/P converters, etc. for each group.
The list of mandatory spares shall not be reviewed during offer/evaluation stage. It is vendor's
responsibility to meet the above requirement.
B29. Bidder to note that the drawing/documents to be submitted by bidder after purchase order as
per VDR shall be for information category and for reference for further engineering by owner and
bidder shall be responsible for completeness and correctness of the same. The specifications shall be
as per MR only.

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

Page 24 of 270
DOCUMENT No.
Special Instructions A927-000-YC-SI-1330 Rev. 0
Page 13 of 14

B30. The failure position of valves shall be indicated in the data sheet, bidder shall confirm that
change in failure position if intimated after placement of order shall not have any implication.
B31. Material of body Bonnet Bolt and Nuts & Gaskets shall be as per Std Spec 6-52-0031. For Pipe
classes not available in 6-52-0031 bidder to refer respective valve data sheet for MOC of bolt and
nuts & gaskets.
B32. Wherever control valve full open flow rates are required as indicated in the datasheets, vendor
shall provide the same with the offer.
B33. BIDDER SHALL ENSURE THAT MAXIMUM AND MINIMUM OPENING OF THE CONTROL VALVES
SHALL BE BETWEEN 80% AND 20% OF FULL STROKE AT MAXIMUM AND MINIMUM FLOW
CONDITION. BIDDER SHALL STRICTLY COMPLY THE ABOVE REQUIREMENT.
B34. Compressed asbestos fibre (CAF) gaskets shall not be used.
B35. Packing & Soft seat materials specified in the datasheets are minimum acceptable requirement.
However, Bidder shall provide better Packing & Soft seat materials wherever required to suit the
Maximum temperature and process conditions specified in the data sheets.
B36. All Electrical cable entries shall be 1/2" NPT (F) and Pneumatic connections shall be 1/4" NPT (F).
B37 TRIM Material:
The term 'trim' specified in the control valve data sheets covers those parts of valve assembly
(excluding the body, bonnet and bottom flange) which are exposed to and in contact with the line
medium consisting of but not limited to the seat ring, valve stem, valve plug, valve plug guide, guide
bushing and cage. Hence, trim material indicated in data sheet is applicable for the above parts.
B38. Bidder to ensure that submission of all drawings / documents mentioned in VDR shall be in soft
copies through EIL eDMS portal only during detail engineering & no document shall be submitted
through hard copies. However, as built document shall be submitted in hard copy along with soft
copy.
B39. Vendor shall furnish soft copies of all as built drawings and datasheets in Autocad/ MS excel
formats for loading in Owner's Documentation Node.
B40. Actuator Painting for control valves shall be as follows:
Actuator with Air Fail to Open-Green
Actuator with Air Fail to close-Red
Actuator with Air Fail to Lock-Yellow
B41. Bidder to note that wherever more than one case is specified in data sheet, bidder to size the
control valves for all cases and select the valve based on the governing case. Bidder to ensure that,
the offered valve shall be suitable for all the specified cases.
B42. All Control valves Positioners will be provided with FRP Canopy by Purchaser. Bidder shall
develop detail FRP canopy drawing (typical and uniform for all control valves covering three sides
protection for positioner) and provide mounting arrangement for installation of canopy supplied by
purchaser. SS bolts/nuts for mounting of canopy shall be pre-installed in the control valves assembly
by bidder. Bidder GA drawing of each control valves must indicate the arrangement of FRP canopy
without exception. Bidder shall also note that in case bidder indicated canopy arrangement in control
valves is not suitable for mounting canopy at a later date, any modification in control valves assembly
for mounting the canopy shall be carried out by bidder without any implications.

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

Page 25 of 270
DOCUMENT No.
Special Instructions A927-000-YC-SI-1330 Rev. 0
Page 14 of 14

B43. Metallic cap/accessories on actuator shall be provided. Plastic cap/accessories is not acceptable.
B44. The actuator and its yoke shall be rugged, thick-walled, cast/forged iron and steel
construction proving increased stability, corrosion protection, and protection from deformation
due-to over-pressurization. Yoke construction using rod or pipe type arrangement shall not be
accepted.

Materials of the Actuator shall be minimum Steel, Aluminium MOC is not acceptable. The actuator
body and springs shall be with corrosion protection.

Actuator diaphragm shall be preferably made of nylon reinforced nitrile. The stem connection shall
be split block type. Actuator Casings/Diaphragms shall be designed for minimum twice the
maximum pneumatic operating pressure of the control valve and instrument air pressure of
maximum 8 kg/cm2g.

The valve and actuator assembly shall be designed to avoid build-up of process fluid pressure
between the valve and the actuator due to stem seal leakage and to avoid ingress of the leaking
process fluid into the actuator.

Direction of flow indication shall be permanently indicated on the valve body and shall be clearly
visible in the final installed position and shall only be stamped or cast on the valve body.

B45. SITE CONDITIONS:


The Valves and accessories covered in the MR shall be suitable for unprotected installation in Hot,
Humid and Corrosive environment having following ambient condition.
The site environmental conditions at CPCL, Chennai are as follows:
Ambient temperature (Max//min.): 45 deg C /18 deg C.
Relative Humidity: 80% (max) @45 deg C
Rainfall data: : 100 mm in 1 hour & 450mm 24 hours period.

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

Page 26 of 270
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will
TECHNICAL QUESTIONNAIRE
This questionnaire shall be duly filled in and submitted along with unpriced sets of offers to avoid further
queries and to ensure proper evaluation of your offer in time. If this is not complied with, your offer is liable to be rejected.
not be reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-TEQ

-------------------------------------------------------------------------------------------------------------------------------------------------------------------------
ANSWER 'YES' 'NO' OR 'NOT APPLICABLE'

DESCRIPTION BIDDER'S RESPONSE


-------------------------------------------------------------------------------------------------------------------------------------------------------------------------

1. Have you any deviations to the following:


i) General Specifications (clausewise)
ii) Special requirements (clausewise)
iii) Instrument specifications indicated in the data sheets.
iv) The scope of supply as indicated in the material requisition. If `yes' have you included
the list of deviations? (If no deviations are furnished, it will be assumed that all
the specifications and requirements of the subject requisition are complied with and
no deviations whatever will be accepted after the placement of order.)
-------------------------------------------------------------------------------------------------------------------------------------------------------------
2. Have you quoted for the spare parts including consumable items required for the startup
and 2 years normal operation/maintenance of the Instruments?
-------------------------------------------------------------------------------------------------------------------------------------------------------------
3. Have you quoted for the mounting accessories, special calibration kits and equipments
(complete with technical details) required if any, for the erection, commissioning and
maintenance of the instruments?
-------------------------------------------------------------------------------------------------------------------------------------------------------------
4. A) Have you enclosed the relevant technical catalogue/Literature in ENGLISH language including
model decoding details, drawings etc. necessary for the evaluation of your offer?
(NOTE: In case of line mounted instruments, viz. control valves, positive displacement meters,
Pressure relief valves etc., for all the lines quoted, relevant dimensional details required for
the installation must be furnished along with the offer.)
B) Have you confirmed that the documents required as per vendor data Requirements will be
supplied after the placement of order.
C) If so, have you indicated the extra price applicable, if any?
-------------------------------------------------------------------------------------------------------------------------------------------------------------
5. Have you furnished sizing, noise level calculations and certified capacity curves for the
instruments, wherever applicable?
-------------------------------------------------------------------------------------------------------------------------------------------------------------
6. Have you furnished, separately the `Shop inspection charges, if any, for inspection at
your works by EIL/Third party? (The details of the tests to be carried out on the instruments
during shop inspection are to be furnished)
-------------------------------------------------------------------------------------------------------------------------------------------------------------
7. Have you furnished the certificates from statutory bodies vis. BASEEFA, FM, CSA etc. for the
Explosion proof construction / intrinsically safe design of the instruments, wherever specified?
-------------------------------------------------------------------------------------------------------------------------------------------------------------
8. Have you furnished the certificates from statutory authority i.e., CCOE certificate for all electrical
equipments for intrinsically safe/ explosion proof design wherever specified?
-------------------------------------------------------------------------------------------------------------------------------------------------------------
9. Have you confirmed that IBR certification in Form III(C) or equivalent certification from statutory
bodies viz. Lloyds, Bureau veritas, TUV etc. will be furnished wherever specified?
-------------------------------------------------------------------------------------------------------------------------------------------------------------
10. Have you indicated separately the installation and commissioning charges, in case the same
are included in your scope of work?
-------------------------------------------------------------------------------------------------------------------------------------------------------------
11. Have you furnished the estimated power / utility consumptions and special cable requirements,
--------------------------------------------------------------------------------------------------------------------------------------------------------------------------
NOTE : If the answer is 'NO' , then furnish reasons thereof.
[ ] Deviation [ ] No Deviation Vendor Seal And Signature

A 17/05/2017 Ali SM SM REQ. NO. : A927-000-YC-MR-1330


ORDER NO. : Page 1 Of 2

REV DATE BY CHKD APPVD VENDOR :

PLANT : BS VI Upgradation Project SPECIFICATION REV


ENGINEERS INDIA LIMITED
UNIT : 000
NEW DELHI A927-000-YC-TM-1330 A
CLIENT : M/s CPCL

Page 27 of 270
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will
TECHNICAL QUESTIONNAIRE
This questionnaire shall be duly filled in and submitted along with unpriced sets of offers to avoid further
queries and to ensure proper evaluation of your offer in time. If this is not complied with, your offer is liable to be rejected.
not be reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-TEQ

-------------------------------------------------------------------------------------------------------------------------------------------------------------------------
ANSWER 'YES' 'NO' OR 'NOT APPLICABLE'

DESCRIPTION BIDDER'S RESPONSE


-------------------------------------------------------------------------------------------------------------------------------------------------------------------------

if any, for the instruments quoted?


-------------------------------------------------------------------------------------------------------------------------------------------------------------
12. Have you furnished the customer reference list in India/Abroad.

--------------------------------------------------------------------------------------------------------------------------------------------------------------------------
NOTE : If the answer is 'NO' , then furnish reasons thereof.
[ ] Deviation [ ] No Deviation Vendor Seal And Signature

A 17/05/2017 Ali SM SM REQ. NO. : A927-000-YC-MR-1330


ORDER NO. : Page 2 Of 2

REV DATE BY CHKD APPVD VENDOR :

PLANT : BS VI Upgradation Project SPECIFICATION REV


ENGINEERS INDIA LIMITED
UNIT : 000
NEW DELHI A927-000-YC-TM-1330 A
CLIENT : M/s CPCL

Page 28 of 270
DATA SHEET INDEX
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be reproduced,

S.NO. DESCRIPTION DATA SHEET NO. REV DATE

1 Air Filter Regulator-Non Tag Item A927-000-YC-DS-3001 0 17/05/2017


2 Control Valve A927-031-YC-DS-3001 0 17/05/2017
3 Control Valve A927-031-YC-DS-3002 0 17/05/2017
4 Control Valve A927-031-YC-DS-3003 0 17/05/2017
5 Control Valve A927-031-YC-DS-3004 0 17/05/2017
6 Control Valve A927-031-YC-DS-3005 0 17/05/2017
7 Control Valve A927-031-YC-DS-3006 0 17/05/2017
8 Control Valve A927-031-YC-DS-3007 0 17/05/2017
9 Control Valve A927-031-YC-DS-3008 0 17/05/2017
10 Control Valve A927-031-YC-DS-3009 0 17/05/2017
11 Control Valve A927-031-YC-DS-3010 0 17/05/2017
12 Control Valve A927-031-YC-DS-3011 0 17/05/2017
13 Control Valve A927-031-YC-DS-3012 0 17/05/2017
copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use.

14 Control Valve A927-031-YC-DS-3013 0 17/05/2017


15 Control Valve A927-031-YC-DS-3014 0 17/05/2017
16 Control Valve A927-031-YC-DS-3015 0 17/05/2017
17 Control Valve A927-031-YC-DS-3016 0 17/05/2017
18 Control Valve A927-031-YC-DS-3017 0 17/05/2017
19 Control Valve A927-031-YC-DS-3018 0 17/05/2017
20 Control Valve A927-031-YC-DS-3019 0 17/05/2017
21 Control Valve A927-031-YC-DS-3020 0 17/05/2017
22 Control Valve A927-031-YC-DS-3021 0 17/05/2017
23 Control Valve A927-031-YC-DS-3022 0 17/05/2017
24 Control Valve A927-031-YC-DS-3023 0 17/05/2017
25 Control Valve A927-031-YC-DS-3024 0 17/05/2017
26 Control Valve A927-031-YC-DS-3025 0 17/05/2017
27 Control Valve A927-031-YC-DS-3026 0 17/05/2017
28 Control Valve A927-031-YC-DS-3027 0 17/05/2017
29 Control Valve A927-031-YC-DS-3028 0 17/05/2017
30 Control Valve A927-031-YC-DS-3029 0 17/05/2017
31 Control Valve A927-031-YC-DS-3030 0 17/05/2017
32 Control Valve A927-031-YC-DS-3031 0 17/05/2017
33 Control Valve A927-031-YC-DS-3032 0 17/05/2017
34 Control Valve A927-031-YC-DS-3033 0 17/05/2017
35 Control Valve A927-092-YC-DS-3001 0 17/05/2017
36 Control Valve A927-092-YC-DS-3002 0 17/05/2017
37 Control Valve A927-092-YC-DS-3003 0 17/05/2017
38 Control Valve A927-092-YC-DS-3004 0 17/05/2017
39 Control Valve A927-092-YC-DS-3005 0 17/05/2017
EIL-1651-593 Rev.1 A4-210x297

40 Control Valve A927-093-YC-DS-3001 0 17/05/2017


41 Control Valve A927-093-YC-DS-3002 0 17/05/2017

A927-000-YC-MR-1330
0 17/05/2017 Ali SM SM REQ. NO.:
Page 1 Of 3
ORDER NO.:

REV DATE BY CHKD APPVD VENDOR:


PLANT BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT 000
A927-000-YC-ID-1330 0
NEW DELHI CLIENT M/s CPCL

Page 29 of 270
DATA SHEET INDEX
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be reproduced,

S.NO. DESCRIPTION DATA SHEET NO. REV DATE

42 Control Valve A927-093-YC-DS-3003 0 17/05/2017


43 Control Valve A927-093-YC-DS-3004 0 17/05/2017
44 Control Valve A927-093-YC-DS-3005 0 17/05/2017
45 Control Valve A927-094-YC-DS-3001 0 17/05/2017
46 Control Valve A927-094-YC-DS-3002 0 17/05/2017
47 Control Valve A927-094-YC-DS-3003 0 17/05/2017
48 Control Valve A927-094-YC-DS-3004 0 17/05/2017
49 Control Valve A927-094-YC-DS-3005 0 17/05/2017
50 Control Valve A927-094-YC-DS-3006 0 17/05/2017
51 Control Valve A927-094-YC-DS-3007 0 17/05/2017
52 Control Valve A927-094-YC-DS-3008 0 17/05/2017
53 Control Valve A927-094-YC-DS-3009 0 17/05/2017
54 Control Valve A927-094-YC-DS-3010 0 17/05/2017
copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use.

55 Control Valve A927-094-YC-DS-3011 0 17/05/2017


56 Control Valve A927-094-YC-DS-3012 0 17/05/2017
57 Control Valve A927-094-YC-DS-3013 0 17/05/2017
58 Control Valve A927-094-YC-DS-3014 0 17/05/2017
59 Control Valve A927-094-YC-DS-3015 0 17/05/2017
60 Control Valve A927-094-YC-DS-3016 0 17/05/2017
61 Control Valve A927-094-YC-DS-3017 0 17/05/2017
62 Control Valve A927-094-YC-DS-3018 0 17/05/2017
63 Control Valve A927-094-YC-DS-3019 0 17/05/2017
64 Control Valve A927-094-YC-DS-3020 0 17/05/2017
65 Control Valve A927-094-YC-DS-3021 0 17/05/2017
66 Control Valve A927-094-YC-DS-3022 0 17/05/2017
67 Control Valve A927-094-YC-DS-3023 0 17/05/2017
68 Control Valve A927-094-YC-DS-3024 0 17/05/2017
69 Control Valve A927-094-YC-DS-3025 0 17/05/2017
70 Control Valve A927-094-YC-DS-3026 0 17/05/2017
71 Control Valve A927-211-YC-DS-3001 0 17/05/2017
72 Control Valve A927-211-YC-DS-3002 0 17/05/2017
73 Control Valve A927-211-YC-DS-3003 0 17/05/2017
74 Control Valve A927-211-YC-DS-3004 0 17/05/2017
75 Control Valve A927-211-YC-DS-3005 0 17/05/2017
76 Control Valve A927-211-YC-DS-3006 0 17/05/2017
77 Control Valve A927-211-YC-DS-3007 0 17/05/2017
78 Control Valve A927-211-YC-DS-3008 0 17/05/2017
79 Control Valve A927-211-YC-DS-3010 0 17/05/2017
80 Control Valve A927-211-YC-DS-3011 0 17/05/2017
EIL-1651-593 Rev.1 A4-210x297

81 Control Valve A927-211-YC-DS-3013 0 17/05/2017


82 Control Valve A927-211-YC-DS-3014 0 17/05/2017

A927-000-YC-MR-1330
0 17/05/2017 Ali SM SM REQ. NO.:
Page 2 Of 3
ORDER NO.:

REV DATE BY CHKD APPVD VENDOR:


PLANT BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT 000
A927-000-YC-ID-1330 0
NEW DELHI CLIENT M/s CPCL

Page 30 of 270
DATA SHEET INDEX
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be reproduced,

S.NO. DESCRIPTION DATA SHEET NO. REV DATE

83 Control Valve A927-211-YC-DS-3015 0 17/05/2017


84 Control Valve A927-211-YC-DS-3016 0 17/05/2017
85 Control Valve A927-211-YC-DS-3017 0 17/05/2017
86 Control Valve A927-211-YC-DS-3018 0 17/05/2017
87 Control Valve A927-211-YC-DS-3019 0 17/05/2017
88 Control Valve A927-211-YC-DS-3020 0 17/05/2017
89 Control Valve A927-211-YC-DS-3021 0 17/05/2017
90 Control Valve A927-211-YC-DS-3022 0 17/05/2017
91 Control Valve A927-211-YC-DS-3023 0 17/05/2017
92 Control Valve A927-211-YC-DS-3024 0 17/05/2017
93 Control Valve A927-211-YC-DS-3025 0 17/05/2017
94 Control Valve A927-211-YC-DS-3026 0 17/05/2017
95 Control Valve A927-211-YC-DS-3027 0 17/05/2017
copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use.

96 Control Valve A927-211-YC-DS-3028 0 17/05/2017


97 Control Valve A927-211-YC-DS-3029 0 17/05/2017
98 Control Valve A927-211-YC-DS-3030 0 17/05/2017
99 Limit Switches - Non Tag Item A927-000-YI-DS-7001 0 17/05/2017
100 Solenoid Valve - Non Tag Item A927-000-YS-DS-3001 0 17/05/2017
EIL-1651-593 Rev.1 A4-210x297

A927-000-YC-MR-1330
0 17/05/2017 Ali SM SM REQ. NO.:
Page 3 Of 3
ORDER NO.:

REV DATE BY CHKD APPVD VENDOR:


PLANT BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT 000
A927-000-YC-ID-1330 0
NEW DELHI CLIENT M/s CPCL

Page 31 of 270
Air Filter Regulator-Non Tag Item
1. Regulator Requirement Filter Regulator with Gauge Self Reg., Intermittent Bl
2. Fluid Instrument Air
3. Inlet Pressure Min Max kg/cm²(g) *
4. Outlet Pressure Normal kg/cm²(g) *
5. Adjustable Range Min Max
6. Output Gauge Required
Output Gauge Size mm 50
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be

7. Range of the Gauge Min Max


8. Range Adjustment Hand wheel with Lock Nut
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-581 Rev.1 A4-210x297

GENERAL 9. Drain Cock Required


10. Connection Size 1/4" NPT(F)
11. Enclosure IP65
12. Regulation Charactestics
Type
Outlet Pressure Limit % 10
For Flow variations
Minimum
Maximum
For inlet Pressure variations
Minimum *
Maximum *
13. Body SS
Bowl Metallic
MATERIAL Filter 5 µm Sintered Bronze
Diaphragm Reinforced Neoprene
Inner Valve Assembly SS 316
Spring Nickel Plated Steel
14. Mounting Accessories Required
OPTIONS
15. Drain plug / Spindle Required
16. Manufacturer *
OTHERS
17. Model No *

NOTES:
General: 1 Quanitity shall be as per Control Valve Data sheets attached with this MR.
2. Air Filter Regulator body construction shall be totally metallic and SS moc.
S. No. 3 : Inlet pressure Minimum/Normal/Maximum : 4.0/ 5.0/10.0 Kg/cm2(g) respectively.
S. No. 4 : Outlet Pressure for Air filter Regulators (AFR) shall be as required by Control Valve Vendor.
S. No. 5 : As per the requirements indicated against S.No.4.
S. No. 7 : As per requirements indicated against S. No 5.
S. No.12 :Downstream regulator type to be provided. Minimum & Maximum Flow variation are 3 & 300 L/min respectively.

Sheet 1 Of 1

0 17/05/2017 Ali SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO. : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised

PLANT : BS VI Upgradation Project SPECIFICATION REV


ENGINEERS INDIA LIMITED
UNIT : 000
NEW DELHI A927-000-YC-DS-3001 0
CLIENT: M/s CPCL

Page 32 of 270
Control Valve

1. TAG NUMBER : 031-FV-1101 REV: 0


2. Fluid Fluid State H2 Vapour
3. Flow Min Nor Max kg/h 17.6 44 48.4
4. D.P.at flow Min Nor Max kg/cm² 34.6 34.4 34.3
5. Inlet Pressure Min Nor kg/cm²(g) 64 63.9
SERVICE CONDITIONS

6. D.P. shutoff kg/cm² 101.2


7. Inlet Temp. Oper Max °C 40 180
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be

8. Deg. Of Superheat(Steam) °C
9. Specific Gravity
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

10. Rel.Mol. Mass Comp.Factor 2.09 1.034


11. Viscosity cP .0083
12. Specific Heat Ratio Cp/Cv 1.418
13. Specific Volume kg/cm²
14. Vapour Pressure kg/cm²
15. Critical Pressure kg/cm²
16. % flash % Solids
17. Required Cv Min Nor Max .048 .122 .151 *
18. Inlet Velocity m/s *
19. Predicted Sound Pr. Level dBA *
20. .Service Hydrogen 47. Type Pneumatic Diaphragm

21. Inlet Line No. 2"-P-031-1103-E5A 48. Control Modulating


LINE

22. Line Size Sch. In 2" XS 49. Spring Action Close

ACTUATOR
23. Line Size Sch. Out 2" XS 50. Failure Position Closed
24. Inlet Line I.D. mm 49.3 51. Available Air Pressure kg/cm² 3.5
25. Outlet Line I.D. mm 49.3 52. Range kg/cm² *
26. Type Of Body Globe 53. Hand Wheel Not Required
54. Location
27. Body Size 1" 55. Air Failure Valve Not Required
28. Body/Bonnet Material ASTM A216 Gr. WCB 56. Set at kg/cm²
BODY / BONNET

29. End Connection(Flange) 1" 57. Type SMART HART


POSITIONER

30. Rating ANSI Class 900# 58. Air Supply Pr. kg/cm² 3.5
31. Facing and Finish RTJ/63AARH 59. Input Signal kg/cm² 4-20 mA (HART)
32. Type Of Bonnet Bellow Seal 60. Output Signal kg/cm² *
33. Lubricator Not Required 61. Gauges Required, 2 Nos.
34. Isolating Valve Not Required 62. Bypass Not Required
35. Packing Material PTFE 63. Limit Switches Qty Not Require
36. Trim Type Single Seat 64. Actuation Points
ACCESSORIES

37. Port Size * 65. Filter Regulator+Gauges Required,1 No.


38. Rated Travel * 66. Stroke time to Open Close
39. Characterstic Equal % 67. Pneumatic Lock Relay Volume Boos Not Required
40. Guiding Top 68. Silencer Expander, Baffle Plate etc Not Required
41. Number of Ports Single
TRIM

69. I/P Convertor Not Required


42. Rated Cv .4 * 70. Solenoid Valve Type Not Require
43. Trim Material 316 SS Stellited 71. Haz. Area Classification IEC Zone 1 Gr-IIC
CERT

44. Other Wetted Parts 316 SS Stellited 72. ANSI/FCI leakage Class Class IV
45. Soft Seat Not Required 73. IBR Certification Not Required
46. Soft Seat Material NA 74. Valve Model No. *
MODEL

75. Actuator Model No. *


76. Positioner Model No. *
77. Solenoid/ I/P Converter Model No.
Notes:
"*" indicates data to be furnished by vendor

1. Sl. No. 05: Inlet pressure at Min. / Nor. / Max. flow: 64.0 / 63.9 / 63.9 Kg/cm2(g)
2. Hydrogen (H2) Service Requirement as per Special instructions to vendor (SIV) shall be complied.
3. Radiography requirements as per Special Instructions to Vendor (SIV) shall be complied.

Sheet 1 Of 2

0 17/05/2017 PR SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 031
NEW DELHI A927-031-YC-DS-3001 0
CLIENT: M/s CPCL

Page 33 of 270
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

Page 34 of 270
REV
Notes:

DATE
0 17/05/2017
PR

BY

NEW DELHI
SM

CHKD
4. Bonnet shall be Bellow seal Type

ENGINEERS INDIA LIMITED


SM

APPVD

UNIT
VENDOR
ORDER NO

: 031
:
:

CLIENT: M/s CPCL


Control Valve

PLANT : BS VI Upgradation Project


REQUISITION NO : A927-000-YC-MR-1330
LEGEND
:

SPECIFICATION
¤ Hold
Sheet

A927-031-YC-DS-3001
* By Vendor
2

^ Data Revised
Of
2

0
REV
Control Valve

1. TAG NUMBER : 031-FV-1102 REV: 0


2. Fluid Fluid State H2 Vapour
3. Flow Min Nor Max kg/h 17.6 44 48.4
4. D.P.at flow Min Nor Max kg/cm² 5.6 5.4 5.3
5. Inlet Pressure Min Nor kg/cm²(g) 35 34.9
SERVICE CONDITIONS

6. D.P. shutoff kg/cm² 101.2


7. Inlet Temp. Oper Max °C 40 180
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be

8. Deg. Of Superheat(Steam) °C
9. Specific Gravity
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

10. Rel.Mol. Mass Comp.Factor 2.09 1.018


11. Viscosity cP .0083
12. Specific Heat Ratio Cp/Cv 1.413
13. Specific Volume kg/cm²
14. Vapour Pressure kg/cm²
15. Critical Pressure kg/cm²
16. % flash % Solids
17. Required Cv Min Nor Max .157 .399 .455 *
18. Inlet Velocity m/s *
19. Predicted Sound Pr. Level dBA *
20. .Service Hydrogen 47. Type Pneumatic Diaphragm

21. Inlet Line No. 2"-P-031-1101-E5A 48. Control Modulating


LINE

22. Line Size Sch. In 2" XS 49. Spring Action Close

ACTUATOR
23. Line Size Sch. Out 2" XS 50. Failure Position Closed
24. Inlet Line I.D. mm 49.3 51. Available Air Pressure kg/cm² 3.5
25. Outlet Line I.D. mm 49.3 52. Range kg/cm² *
26. Type Of Body Globe 53. Hand Wheel Not Required
54. Location
27. Body Size 1" 55. Air Failure Valve Not Required
28. Body/Bonnet Material ASTM A216 Gr. WCB 56. Set at kg/cm²
BODY / BONNET

29. End Connection(Flange) 1" 57. Type SMART HART


POSITIONER

30. Rating ANSI Class 900# 58. Air Supply Pr. kg/cm² 3.5
31. Facing and Finish RTJ/63AARH 59. Input Signal kg/cm² 4-20 mA (HART)
32. Type Of Bonnet Bellow Seal 60. Output Signal kg/cm² *
33. Lubricator Not Required 61. Gauges Required, 2 Nos.
34. Isolating Valve Not Required 62. Bypass Not Required
35. Packing Material PTFE 63. Limit Switches Qty Not Require
36. Trim Type Single Seat 64. Actuation Points
ACCESSORIES

37. Port Size * 65. Filter Regulator+Gauges Required,1 No.


38. Rated Travel * 66. Stroke time to Open Close
39. Characterstic Equal % 67. Pneumatic Lock Relay Volume Boos Not Required
40. Guiding Top 68. Silencer Expander, Baffle Plate etc Not Required
41. Number of Ports Single
TRIM

69. I/P Convertor Not Required


42. Rated Cv 1 * 70. Solenoid Valve Type Not Require
43. Trim Material 316 SS Stellited 71. Haz. Area Classification IEC Zone 1 Gr-IIC
CERT

44. Other Wetted Parts 316 SS Stellited 72. ANSI/FCI leakage Class Class IV
45. Soft Seat Not Required 73. IBR Certification Not Required
46. Soft Seat Material NA 74. Valve Model No. *
MODEL

75. Actuator Model No. *


76. Positioner Model No. *
77. Solenoid/ I/P Converter Model No.
Notes:
"*" indicates data to be furnished by vendor

1. Sl. No. 05: Inlet pressure at Min. / Nor. / Max. flow: 35 / 34.9 / 34.9 Kg/cm2(g)
2. Hydrogen (H2) Service Requirement as per Special instructions to vendor (SIV) shall be complied.
3. Design pressure and Design temperature to be reconfirmed during detail engineering.

Sheet 1 Of 2

0 17/05/2017 PR SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 031
NEW DELHI A927-031-YC-DS-3002 0
CLIENT: M/s CPCL

Page 35 of 270
Control Valve
Notes:
4. Radiography requirements as per Special Instructions to Vendor (SIV) shall be complied.
5. Bonnet shall be Bellow seal Type
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

Sheet 2 Of 2

0 17/05/2017 PR SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 031
NEW DELHI A927-031-YC-DS-3002 0
CLIENT: M/s CPCL

Page 36 of 270
Control Valve

1. TAG NUMBER : 031-PV-1201A REV: 0


2. Fluid Fluid State H2 Vapour
3. Flow Min Nor Max kg/h 34 37.4
4. D.P.at flow Min Nor Max kg/cm² 16.3 15.7 15.7
5. Inlet Pressure Min Nor kg/cm²(g) 19.5 18.9
SERVICE CONDITIONS

6. D.P. shutoff kg/cm² 26


7. Inlet Temp. Oper Max °C 40 80
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be

8. Deg. Of Superheat(Steam) °C
9. Specific Gravity
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

10. Rel.Mol. Mass Comp.Factor 2.09 1.01


11. Viscosity cP .0082
12. Specific Heat Ratio Cp/Cv 1.409
13. Specific Volume kg/cm²
14. Vapour Pressure kg/cm²
15. Critical Pressure kg/cm²
16. % flash % Solids
17. Required Cv Min Nor Max .238 .243 .267 *
18. Inlet Velocity m/s *
19. Predicted Sound Pr. Level dBA *
20. .Service Hydrogen 47. Type Pneumatic Diaphragm

21. Inlet Line No. 2''-P-031-3704-B5A 48. Control Modulating


LINE

22. Line Size Sch. In 2" XS 49. Spring Action Close

ACTUATOR
23. Line Size Sch. Out 2" XS 50. Failure Position Closed
24. Inlet Line I.D. mm 49.3 51. Available Air Pressure kg/cm² 3.5
25. Outlet Line I.D. mm 49.3 52. Range kg/cm² *
26. Type Of Body Globe 53. Hand Wheel Not Required
54. Location
27. Body Size 1" 55. Air Failure Valve Not Required
28. Body/Bonnet Material ASTM A216 Gr. WCB 56. Set at kg/cm²
BODY / BONNET

29. End Connection(Flange) 1" 57. Type SMART HART


POSITIONER

30. Rating ANSI Class 300# 58. Air Supply Pr. kg/cm² 3.5
31. Facing and Finish RF 125 AARH 59. Input Signal kg/cm² 4-20 mA (HART)
32. Type Of Bonnet Bellow Seal 60. Output Signal kg/cm² *
33. Lubricator Not Required 61. Gauges Required, 2 Nos.
34. Isolating Valve Not Required 62. Bypass Not Required
35. Packing Material PTFE 63. Limit Switches Qty Not Require
36. Trim Type Single Seat 64. Actuation Points
ACCESSORIES

37. Port Size * 65. Filter Regulator+Gauges Required,1 No.


38. Rated Travel * 66. Stroke time to Open Close
39. Characterstic Equal % 67. Pneumatic Lock Relay Volume Boos Not Required
40. Guiding Top 68. Silencer Expander, Baffle Plate etc Not Required
41. Number of Ports Single
TRIM

69. I/P Convertor Not Required


42. Rated Cv .63 * 70. Solenoid Valve Type Not Require
43. Trim Material 316 SS Stellited 71. Haz. Area Classification IEC Zone 1 Gr-IIC
CERT

44. Other Wetted Parts 316 SS Stellited 72. ANSI/FCI leakage Class Class V (TSO)
45. Soft Seat Not Required 73. IBR Certification Not Required
46. Soft Seat Material 74. Valve Model No. *
MODEL

75. Actuator Model No. *


76. Positioner Model No. *
77. Solenoid/ I/P Converter Model No.
Notes:
"*" indicates data to be furnished by vendor

1. Sl. No. 05: Inlet pressure at Min. /Nor. / Max. flow: 19.5 / 18.9 / 18.9 Kg/cm2(g)
2. Hydrogen (H2) Service Requirement as per Special instructions to vendor (SIV) shall be complied.
3. Flowrate @ minimum conditions:- minimum.

Sheet 1 Of 2

0 17/05/2017 PR SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 031
NEW DELHI A927-031-YC-DS-3003 0
CLIENT: M/s CPCL

Page 37 of 270
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

Page 38 of 270
REV
Notes:

DATE
0 17/05/2017
PR

BY

NEW DELHI
SM

CHKD
4. Bonnet shall be Bellow seal Type

ENGINEERS INDIA LIMITED


SM

APPVD

UNIT
VENDOR
ORDER NO

: 031
:
:

CLIENT: M/s CPCL


Control Valve

PLANT : BS VI Upgradation Project


REQUISITION NO : A927-000-YC-MR-1330
LEGEND
:

SPECIFICATION
¤ Hold
Sheet

A927-031-YC-DS-3003
* By Vendor
2

^ Data Revised
Of
2

0
REV
Control Valve

1. TAG NUMBER : 031-PV-1201B REV: 0


2. Fluid Fluid State H2+HC Vapour
3. Flow Min Nor Max kg/h 34 36.3
4. D.P.at flow Min Nor Max kg/cm² 2.7 2.4 2.3
5. Inlet Pressure Min Nor kg/cm²(g) 3
SERVICE CONDITIONS

6. D.P. shutoff kg/cm² 5


7. Inlet Temp. Oper Max °C 55 80
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be

8. Deg. Of Superheat(Steam) °C
9. Specific Gravity
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

10. Rel.Mol. Mass Comp.Factor 2.09 1.002


11. Viscosity cP .0084
12. Specific Heat Ratio Cp/Cv 1.403
13. Specific Volume kg/cm²
14. Vapour Pressure kg/cm²
15. Critical Pressure kg/cm²
16. % flash % Solids
17. Required Cv Min Nor Max 1.526 1.618 1.818 *
18. Inlet Velocity m/s *
19. Predicted Sound Pr. Level dBA *
20. .Service H2+HC 47. Type Pneumatic Diaphragm

21. Inlet Line No. 2''-P-031-1212-A1A-IS 48. Control Modulating


LINE

22. Line Size Sch. In 2" XS 49. Spring Action Close

ACTUATOR
23. Line Size Sch. Out 2" XS 50. Failure Position Closed
24. Inlet Line I.D. mm 49.3 51. Available Air Pressure kg/cm² 3.5
25. Outlet Line I.D. mm 49.3 52. Range kg/cm² *
26. Type Of Body Globe 53. Hand Wheel Not Required
54. Location
27. Body Size 1" 55. Air Failure Valve Not Required
28. Body/Bonnet Material ASTM A216 Gr. WCB 56. Set at kg/cm²
BODY / BONNET

29. End Connection(Flange) 1" 57. Type SMART HART


POSITIONER

30. Rating ANSI Class 300# 58. Air Supply Pr. kg/cm² 3.5
31. Facing and Finish RF 125 AARH 59. Input Signal kg/cm² 4-20 mA (HART)
32. Type Of Bonnet Plain 60. Output Signal kg/cm² *
33. Lubricator Not Required 61. Gauges Required, 2 Nos.
34. Isolating Valve Not Required 62. Bypass Not Required
35. Packing Material PTFE 63. Limit Switches Qty Not Require
36. Trim Type Single Seat 64. Actuation Points
ACCESSORIES

37. Port Size * 65. Filter Regulator+Gauges Required,1 No.


38. Rated Travel * 66. Stroke time to Open Close
39. Characterstic Equal % 67. Pneumatic Lock Relay Volume Boos Not Required
40. Guiding Top 68. Silencer Expander, Baffle Plate etc Not Required
41. Number of Ports Single
TRIM

69. I/P Convertor Not Required


42. Rated Cv 4 * 70. Solenoid Valve Type Not Require
43. Trim Material 316 SS Stellited 71. Haz. Area Classification IEC Zone 1 Gr-IIC
CERT

44. Other Wetted Parts 316 SS Stellited 72. ANSI/FCI leakage Class Class IV
45. Soft Seat Not Required 73. IBR Certification Not Required
46. Soft Seat Material 74. Valve Model No. *
MODEL

75. Actuator Model No. *


76. Positioner Model No. *
77. Solenoid/ I/P Converter Model No.
Notes:
"*" indicates data to be furnished by vendor

1. Sl. No. 05: Inlet pressure at Min. /Nor. / Max. flow: 3.0 /3.0 / 3.0 Kg/cm2(g)
2. Flowrate @ minimum conditions:- minimum.

Sheet 1 Of 1

0 17/05/2017 PR SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 031
NEW DELHI A927-031-YC-DS-3004 0
CLIENT: M/s CPCL

Page 39 of 270
Control Valve

1. TAG NUMBER : 031-FV-1301 REV: 0


2. Fluid Fluid State HC Liquid
3. Flow Min Nor Max kg/h 52500 75000 82500
4. D.P.at flow Min Nor Max kg/cm² 5.4 2 1
5. Inlet Pressure Min Nor kg/cm²(g) 33.6 30.6
SERVICE CONDITIONS

6. D.P. shutoff kg/cm² 39.7


7. Inlet Temp. Oper Max °C 54 80
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be

8. Deg. Of Superheat(Steam) °C
9. Specific Gravity .694
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

10. Rel.Mol. Mass Comp.Factor


11. Viscosity cP .29
12. Specific Heat Ratio Cp/Cv
13. Specific Volume kg/cm²
14. Vapour Pressure kg/cm²(abs) 4.03
15. Critical Pressure kg/cm²(abs) 39.5
16. % flash % Solids
17. Required Cv Min Nor Max 31.459 73.846 114.877 *
18. Inlet Velocity m/s *
19. Predicted Sound Pr. Level dBA *
20. .Service HC 47. Type Pneumatic Diaphragm

21. Inlet Line No. 6''-P-031-1302-B1A-IS 48. Control Modulating


LINE

22. Line Size Sch. In 6" STD 49. Spring Action Close

ACTUATOR
23. Line Size Sch. Out 6" STD 50. Failure Position Closed
24. Inlet Line I.D. mm 154.1 51. Available Air Pressure kg/cm² 3.5
25. Outlet Line I.D. mm 154.1 52. Range kg/cm² *
26. Type Of Body Globe 53. Hand Wheel Not Required
54. Location
27. Body Size 6" 55. Air Failure Valve Not Required
28. Body/Bonnet Material ASTM A216 Gr. WCB 56. Set at kg/cm²
BODY / BONNET

29. End Connection(Flange) 6" 57. Type SMART HART


POSITIONER

30. Rating ANSI Class 300# 58. Air Supply Pr. kg/cm² 3.5
31. Facing and Finish RF 125 AARH 59. Input Signal kg/cm² 4-20 mA (HART)
32. Type Of Bonnet Plain 60. Output Signal kg/cm² *
33. Lubricator Not Required 61. Gauges Required, 2 Nos.
34. Isolating Valve Not Required 62. Bypass Not Required
35. Packing Material PTFE 63. Limit Switches Qty Not Require
36. Trim Type Single Seat 64. Actuation Points
ACCESSORIES

37. Port Size * 65. Filter Regulator+Gauges Required,1 No.


38. Rated Travel * 66. Stroke time to Open Close
39. Characterstic Equal % 67. Pneumatic Lock Relay Volume Boos Not Required
40. Guiding Cage 68. Silencer Expander, Baffle Plate etc Not Required
41. Number of Ports Single
TRIM

69. I/P Convertor Not Required


42. Rated Cv 275 * 70. Solenoid Valve Type Not Require
43. Trim Material 316 SS 71. Haz. Area Classification IEC Zone 1 Gr-IIC
CERT

44. Other Wetted Parts 316 SS 72. ANSI/FCI leakage Class Class IV
45. Soft Seat Not Required 73. IBR Certification Not Required
46. Soft Seat Material NA 74. Valve Model No. *
MODEL

75. Actuator Model No. *


76. Positioner Model No. *
77. Solenoid/ I/P Converter Model No.
Notes:
"*" indicates data to be furnished by vendor

1. Sl. No. 05: Inlet pressure at Min. / Nor. / Max. flow: 33.6 / 30.6 / 30.4 Kg/cm2(g)
2. Design pressure to be reconfirmed during detail engineering.
3. Bidder shall supply 1 No. of spare Air Filter Regulator (000-AFR-SP01) as loose supplied spare with specification same as specified in Air

Sheet 1 Of 2

0 17/05/2017 PR SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 031
NEW DELHI A927-031-YC-DS-3005 0
CLIENT: M/s CPCL

Page 40 of 270
Control Valve
Notes:
Filter Regulator (AFR) Data sheet & in valve data sheet. The price for this AFR shall be included in the quoted price of the valve.
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

Sheet 2 Of 2

0 17/05/2017 PR SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 031
NEW DELHI A927-031-YC-DS-3005 0
CLIENT: M/s CPCL

Page 41 of 270
Control Valve

1. TAG NUMBER : 031-PV-1501 REV: 0


2. Fluid Fluid State H2+HC Liquid
3. Flow Min Nor Max kg/h 52530.8 75044 82548.4
4. D.P.at flow Min Nor Max kg/cm² 16.3 14.1 12.5
5. Inlet Pressure Min Nor kg/cm²(g) 24.5 22.9
SERVICE CONDITIONS

6. D.P. shutoff kg/cm² 39.7


7. Inlet Temp. Oper Max °C 168 193
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be

8. Deg. Of Superheat(Steam) °C
9. Specific Gravity .563
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

10. Rel.Mol. Mass Comp.Factor


11. Viscosity cP .11
12. Specific Heat Ratio Cp/Cv
13. Specific Volume kg/cm²
14. Vapour Pressure kg/cm²(abs) 18.7
15. Critical Pressure kg/cm²(abs) 39.5
16. % flash % Solids
17. Required Cv Min Nor Max 27.406 39.151 43.066 *
18. Inlet Velocity m/s *
19. Predicted Sound Pr. Level dBA *
20. .Service H2+HC 47. Type Pneumatic Diaphragm

21. Inlet Line No. 6''-P-031-1403-B1A-IH 48. Control Modulating


LINE

22. Line Size Sch. In 6" STD 49. Spring Action Close

ACTUATOR
23. Line Size Sch. Out 6" STD 50. Failure Position Closed
24. Inlet Line I.D. mm 154.1 51. Available Air Pressure kg/cm² 3.5
25. Outlet Line I.D. mm 154.1 52. Range kg/cm² *
26. Type Of Body Globe 53. Hand Wheel Not Required
54. Location
27. Body Size 4" 55. Air Failure Valve Not Required
28. Body/Bonnet Material ASTM A216 Gr. WCB 56. Set at kg/cm²
BODY / BONNET

29. End Connection(Flange) 4" 57. Type SMART HART


POSITIONER

30. Rating ANSI Class 300# 58. Air Supply Pr. kg/cm² 3.5
31. Facing and Finish RF 125 AARH 59. Input Signal kg/cm² 4-20 mA (HART)
32. Type Of Bonnet Plain 60. Output Signal kg/cm² *
33. Lubricator Not Required 61. Gauges Required, 2 Nos.
34. Isolating Valve Not Required 62. Bypass Not Required
35. Packing Material PTFE 63. Limit Switches Qty Not Require
36. Trim Type Anticavitation 64. Actuation Points
ACCESSORIES

37. Port Size * 65. Filter Regulator+Gauges Required,1 No.


38. Rated Travel * 66. Stroke time to Open Close
39. Characterstic Mod. Equal % 67. Pneumatic Lock Relay Volume Boos Not Required
40. Guiding Cage 68. Silencer Expander, Baffle Plate etc Not Required
41. Number of Ports Single
TRIM

69. I/P Convertor Not Required


42. Rated Cv 96 * 70. Solenoid Valve Type Not Require
43. Trim Material 316 SS Stellited 71. Haz. Area Classification IEC Zone 1 Gr-IIC
CERT

44. Other Wetted Parts 316 SS Stellited 72. ANSI/FCI leakage Class Class IV
45. Soft Seat Not Required 73. IBR Certification Not Required
46. Soft Seat Material NA 74. Valve Model No. *
MODEL

75. Actuator Model No. *


76. Positioner Model No. *
77. Solenoid/ I/P Converter Model No.
Notes:
"*" indicates data to be furnished by vendor

1. Sl. No. 05: Inlet pressure at Min. / Nor. / Max. flow: 24.5 / 22.9 / 22.2 Kg/cm2(g)
2. Design pressure to be reconfirmed during detail engineering.
3. Weight % Vapor at Inlet 0.0 / Weight % Vapor at Outlet 0.2. Average density at Inlet 563.3 Kg/m3 / Average density at Outet 104.5

Sheet 1 Of 2

0 17/05/2017 PR SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 031
NEW DELHI A927-031-YC-DS-3006 0
CLIENT: M/s CPCL

Page 42 of 270
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

Page 43 of 270
REV
Notes:
Kg/m3.

DATE
0 17/05/2017
PR

BY

NEW DELHI
SM

CHKD

ENGINEERS INDIA LIMITED


SM

APPVD

UNIT
VENDOR
ORDER NO

: 031
:
:

CLIENT: M/s CPCL


Control Valve

PLANT : BS VI Upgradation Project


REQUISITION NO : A927-000-YC-MR-1330
LEGEND
:

SPECIFICATION
¤ Hold
Sheet

A927-031-YC-DS-3006
* By Vendor
2

^ Data Revised
Of
2

0
REV
Control Valve

1. TAG NUMBER : 031-FV-1701 REV: 0


2. Fluid Fluid State H2+HC Liquid
3. Flow Min Nor Max kg/h 33796.2 56327 67592.4
4. D.P.at flow Min Nor Max kg/cm² 3.7 1.5 1
5. Inlet Pressure Min Nor kg/cm²(g) 13.4 11.1
SERVICE CONDITIONS

6. D.P. shutoff kg/cm² 17


7. Inlet Temp. Oper Max °C 55 80
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be

8. Deg. Of Superheat(Steam) °C
9. Specific Gravity .586
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

10. Rel.Mol. Mass Comp.Factor


11. Viscosity cP .16
12. Specific Heat Ratio Cp/Cv
13. Specific Volume kg/cm²
14. Vapour Pressure kg/cm²(abs) 7.7
15. Critical Pressure kg/cm²(abs) 37
16. % flash % Solids
17. Required Cv Min Nor Max 26.624 69.692 102.425 *
18. Inlet Velocity m/s *
19. Predicted Sound Pr. Level dBA *
20. .Service H2+HC 47. Type Pneumatic Diaphragm

21. Inlet Line No. 6''-P-031-1704-A1A-IS 48. Control Modulating


LINE

22. Line Size Sch. In 6" STD 49. Spring Action Open

ACTUATOR
23. Line Size Sch. Out 6" STD 50. Failure Position Open
24. Inlet Line I.D. mm 154.1 51. Available Air Pressure kg/cm² 3.5
25. Outlet Line I.D. mm 154.1 52. Range kg/cm² *
26. Type Of Body Globe 53. Hand Wheel Not Required
54. Location
27. Body Size 6" 55. Air Failure Valve Not Required
28. Body/Bonnet Material ASTM A216 Gr. WCB 56. Set at kg/cm²
BODY / BONNET

29. End Connection(Flange) 6" 57. Type SMART HART


POSITIONER

30. Rating ANSI Class 300# 58. Air Supply Pr. kg/cm² 3.5
31. Facing and Finish RF 125 AARH 59. Input Signal kg/cm² 4-20 mA (HART)
32. Type Of Bonnet Plain 60. Output Signal kg/cm² *
33. Lubricator Not Required 61. Gauges Required, 2 Nos.
34. Isolating Valve Not Required 62. Bypass Not Required
35. Packing Material PTFE 63. Limit Switches Qty Not Require
36. Trim Type Single Seat 64. Actuation Points
ACCESSORIES

37. Port Size * 65. Filter Regulator+Gauges Required,1 No.


38. Rated Travel * 66. Stroke time to Open Close
39. Characterstic Equal % 67. Pneumatic Lock Relay Volume Boos Not Required
40. Guiding Cage 68. Silencer Expander, Baffle Plate etc Not Required
41. Number of Ports Single
TRIM

69. I/P Convertor Not Required


42. Rated Cv 275 * 70. Solenoid Valve Type Not Require
43. Trim Material 316 SS 71. Haz. Area Classification IEC Zone 1 Gr-IIC
CERT

44. Other Wetted Parts 316 SS 72. ANSI/FCI leakage Class Class IV
45. Soft Seat Not Required 73. IBR Certification Not Required
46. Soft Seat Material NA 74. Valve Model No. *
MODEL

75. Actuator Model No. *


76. Positioner Model No. *
77. Solenoid/ I/P Converter Model No.
Notes:
"*" indicates data to be furnished by vendor

1. Sl. No. 05: Inlet pressure at Min. / Nor. / Max. flow: 13.4 / 11.1 / 10.7 Kg/cm2(g)

Sheet 1 Of 1

0 17/05/2017 PR SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 031
NEW DELHI A927-031-YC-DS-3007 0
CLIENT: M/s CPCL

Page 44 of 270
Control Valve

1. TAG NUMBER : 031-PV-1601A REV: 0


2. Fluid Fluid State H2+HC Vapour
3. Flow Min Nor Max kg/h 53 63.6
4. D.P.at flow Min Nor Max kg/cm² 2.6 2.4 2.3
5. Inlet Pressure Min Nor kg/cm²(g) 6.7 6.5
SERVICE CONDITIONS

6. D.P. shutoff kg/cm² 10


7. Inlet Temp. Oper Max °C 40 88
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be

8. Deg. Of Superheat(Steam) °C
9. Specific Gravity
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

10. Rel.Mol. Mass Comp.Factor 2.09 1.004


11. Viscosity cP .0082
12. Specific Heat Ratio Cp/Cv 1.406
13. Specific Volume kg/cm²
14. Vapour Pressure kg/cm²
15. Critical Pressure kg/cm²
16. % flash % Solids
17. Required Cv Min Nor Max 1.514 1.576 1.932 *
18. Inlet Velocity m/s *
19. Predicted Sound Pr. Level dBA *
20. .Service H2+HC 47. Type Pneumatic Diaphragm

21. Inlet Line No. 3''-P-031-1708-A5A 48. Control Modulating


LINE

22. Line Size Sch. In 3" STD 49. Spring Action Close

ACTUATOR
23. Line Size Sch. Out 3" STD 50. Failure Position Closed
24. Inlet Line I.D. mm 77.9 51. Available Air Pressure kg/cm² 3.5
25. Outlet Line I.D. mm 77.9 52. Range kg/cm² *
26. Type Of Body Globe 53. Hand Wheel Not Required
54. Location
27. Body Size 1" 55. Air Failure Valve Not Required
28. Body/Bonnet Material ASTM A216 Gr. WCB 56. Set at kg/cm²
BODY / BONNET

29. End Connection(Flange) 1" 57. Type SMART HART


POSITIONER

30. Rating ANSI Class 300# 58. Air Supply Pr. kg/cm² 3.5
31. Facing and Finish RF 125 AARH 59. Input Signal kg/cm² 4-20 mA (HART)
32. Type Of Bonnet Bellow Seal 60. Output Signal kg/cm² *
33. Lubricator Not Required 61. Gauges Required, 2 Nos.
34. Isolating Valve Not Required 62. Bypass Not Required
35. Packing Material PTFE 63. Limit Switches Qty Required 1
36. Trim Type Single Seat 64. Actuation Points Full Closed
ACCESSORIES

37. Port Size * 65. Filter Regulator+Gauges Required,1 No.


38. Rated Travel * 66. Stroke time to Open Close
39. Characterstic Equal % 67. Pneumatic Lock Relay Volume Boos Not Required
40. Guiding Top 68. Silencer Expander, Baffle Plate etc Not Required
41. Number of Ports Single
TRIM

69. I/P Convertor Not Required


42. Rated Cv 4 * 70. Solenoid Valve Type Required 3-Way
43. Trim Material 316 SS Stellited 71. Haz. Area Classification IEC Zone 1 Gr-IIC
CERT

44. Other Wetted Parts 316 SS Stellited 72. ANSI/FCI leakage Class Class IV
45. Soft Seat Not Required 73. IBR Certification Not Required
46. Soft Seat Material 74. Valve Model No. *
MODEL

75. Actuator Model No. *


76. Positioner Model No. *
77. Solenoid/ I/P Converter Model No. *
Notes:
"*" indicates data to be furnished by vendor

1. Sl. No. 05: Inlet pressure at Min. /Nor. / Max. flow: 6.7 /6.5 / 6.4 Kg/cm2(g)
2. Flowrate @ minimum conditions:- minimum.
3. H2 service requirements as per Special Instructions to Vendor (SIV) shall be complied.

Sheet 1 Of 2

0 17/05/2017 PR SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 031
NEW DELHI A927-031-YC-DS-3008 0
CLIENT: M/s CPCL

Page 45 of 270
Control Valve
Notes:
4. Tag no. of solenoid valve shall be 031-PY-1601A. Tag no. of Limit switch shall be 031-ZSL-1601A.
5. Bidder shall supply 1 no. of spare solenoid valve (Tag no. 031-UY-SP01)) as loose supplied spare with specification same as specified in SOV
datasheet. Price of this SOV shall be included in the quoted price of the valve.
6. Bonnet shall be Bellow seal Type
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

Sheet 2 Of 2

0 17/05/2017 PR SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 031
NEW DELHI A927-031-YC-DS-3008 0
CLIENT: M/s CPCL

Page 46 of 270
Control Valve

1. TAG NUMBER : 031-PV-1601B REV: 0


2. Fluid Fluid State H2 Vapour
3. Flow Min Nor Max kg/h 12.8 55 66
4. D.P.at flow Min Nor Max kg/cm² 19.5 12.2 12.2
5. Inlet Pressure Min Nor kg/cm²(g) 18.9
SERVICE CONDITIONS

6. D.P. shutoff kg/cm² 26


7. Inlet Temp. Oper Max °C 40 80
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be

8. Deg. Of Superheat(Steam) °C
9. Specific Gravity
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

10. Rel.Mol. Mass Comp.Factor 2.09 1.01


11. Viscosity cP .0082
12. Specific Heat Ratio Cp/Cv 1.409
13. Specific Volume kg/cm²
14. Vapour Pressure kg/cm²
15. Critical Pressure kg/cm²
16. % flash % Solids
17. Required Cv Min Nor Max .433 .444 .533 *
18. Inlet Velocity m/s *
19. Predicted Sound Pr. Level dBA *
20. .Service H2 47. Type Pneumatic Diaphragm

21. Inlet Line No. 2''-P-031-3705-B5A 48. Control Modulating


LINE

22. Line Size Sch. In 2" XS 49. Spring Action Close

ACTUATOR
23. Line Size Sch. Out 2" XS 50. Failure Position Closed
24. Inlet Line I.D. mm 49.3 51. Available Air Pressure kg/cm² 3.5
25. Outlet Line I.D. mm 49.3 52. Range kg/cm² *
26. Type Of Body Globe 53. Hand Wheel Not Required
54. Location
27. Body Size 1" 55. Air Failure Valve Not Required
28. Body/Bonnet Material ASTM A216 Gr. WCB 56. Set at kg/cm²
BODY / BONNET

29. End Connection(Flange) 1" 57. Type SMART HART


POSITIONER

30. Rating ANSI Class 300# 58. Air Supply Pr. kg/cm² 3.5
31. Facing and Finish RF 125 AARH 59. Input Signal kg/cm² 4-20 mA (HART)
32. Type Of Bonnet Bellow Seal 60. Output Signal kg/cm² *
33. Lubricator Not Required 61. Gauges Required, 2 Nos.
34. Isolating Valve Not Required 62. Bypass Not Required
35. Packing Material PTFE 63. Limit Switches Qty Required 1
36. Trim Type Single Seat 64. Actuation Points Full Closed
ACCESSORIES

37. Port Size * 65. Filter Regulator+Gauges Required,1 No.


38. Rated Travel * 66. Stroke time to Open Close
39. Characterstic Equal % 67. Pneumatic Lock Relay Volume Boos Not Required
40. Guiding Top 68. Silencer Expander, Baffle Plate etc Not Required
41. Number of Ports Single
TRIM

69. I/P Convertor Not Required


42. Rated Cv 1 * 70. Solenoid Valve Type Required 3-Way
43. Trim Material 316 SS Stellited 71. Haz. Area Classification IEC Zone 1 Gr-IIC
CERT

44. Other Wetted Parts 316 SS Stellited 72. ANSI/FCI leakage Class Class V (TSO)
45. Soft Seat Not Required 73. IBR Certification Not Required
46. Soft Seat Material 74. Valve Model No. *
MODEL

75. Actuator Model No. *


76. Positioner Model No. *
77. Solenoid/ I/P Converter Model No. *
Notes:
"*" indicates data to be furnished by vendor

1. Sl. No. 05: Inlet pressure at Min. / Nor. / Max. flow: 19.5/ 18.9 / 18.9 Kg/cm2(g)
2. Minimum Inlet pressure and DP shall be reconfirmed during detail engineering.
3. H2 service requirements as per Special Instructions to Vendor (SIV) shall be complied.

Sheet 1 Of 2

0 17/05/2017 PR SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 031
NEW DELHI A927-031-YC-DS-3009 0
CLIENT: M/s CPCL

Page 47 of 270
Control Valve
Notes:
4. Tag no. of solenoid valve shall be 031-PY-1601B. Tag no. of Limit switch shall be 031-ZSL-1601B.
5. Flowrate @ minimum conditions:- minimum.
6. Bidder shall supply 1 no. of spare solenoid valve (Tag no. 031-UY-SP02) as loose supplied spare with specification same as specified in SOV
datasheet. Price of this SOV shall be included in the quoted price of the valve.
7. Bidder shall supply 1 No. of spare Limit Switch (031-ZSL-SP01) as loose supplied spare with specification same as specified in Limit Switch
& in
valve data sheet. The price for this Limit Switch shall be included in the quoted price of the valve.
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be

8. Bonnet shall be Bellow seal Type


reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

Sheet 2 Of 2

0 17/05/2017 PR SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 031
NEW DELHI A927-031-YC-DS-3009 0
CLIENT: M/s CPCL

Page 48 of 270
Control Valve

1. TAG NUMBER : 031-FV-1801 REV: 0


2. Fluid Fluid State HC Liquid
3. Flow Min Nor Max kg/h 12800 32000 35200
4. D.P.at flow Min Nor Max kg/cm² 6.1 1.9 1.3
5. Inlet Pressure Min Nor kg/cm²(g) 13.6 9.9
SERVICE CONDITIONS

6. D.P. shutoff kg/cm² 15.7


7. Inlet Temp. Oper Max °C 117 133
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be

8. Deg. Of Superheat(Steam) °C
9. Specific Gravity .536
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

10. Rel.Mol. Mass Comp.Factor


11. Viscosity cP .11
12. Specific Heat Ratio Cp/Cv
13. Specific Volume kg/cm²
14. Vapour Pressure kg/cm²(abs) 8
15. Critical Pressure kg/cm²(abs) 35.3
16. % flash % Solids
17. Required Cv Min Nor Max 8.205 36.752 48.874 *
18. Inlet Velocity m/s *
19. Predicted Sound Pr. Level dBA *
20. .Service HC 47. Type Pneumatic Diaphragm

21. Inlet Line No. 4''-P-031-1802-A1A-IS 48. Control Modulating


LINE

22. Line Size Sch. In 4" STD 49. Spring Action Close

ACTUATOR
23. Line Size Sch. Out 4" STD 50. Failure Position Closed
24. Inlet Line I.D. mm 102.3 51. Available Air Pressure kg/cm² 3.5
25. Outlet Line I.D. mm 102.3 52. Range kg/cm² *
26. Type Of Body Globe 53. Hand Wheel Not Required
54. Location
27. Body Size 4" 55. Air Failure Valve Not Required
28. Body/Bonnet Material ASTM A216 Gr. WCB 56. Set at kg/cm²
BODY / BONNET

29. End Connection(Flange) 4" 57. Type SMART HART


POSITIONER

30. Rating ANSI Class 300# 58. Air Supply Pr. kg/cm² 3.5
31. Facing and Finish RF 125 AARH 59. Input Signal kg/cm² 4-20 mA (HART)
32. Type Of Bonnet Plain 60. Output Signal kg/cm² *
33. Lubricator Not Required 61. Gauges Required, 2 Nos.
34. Isolating Valve Not Required 62. Bypass Not Required
35. Packing Material PTFE 63. Limit Switches Qty Not Require
36. Trim Type Anticavitation 64. Actuation Points
ACCESSORIES

37. Port Size * 65. Filter Regulator+Gauges Required,1 No.


38. Rated Travel * 66. Stroke time to Open Close
39. Characterstic Mod. Equal % 67. Pneumatic Lock Relay Volume Boos Not Required
40. Guiding Cage 68. Silencer Expander, Baffle Plate etc Not Required
41. Number of Ports Single
TRIM

69. I/P Convertor Not Required


42. Rated Cv 96 * 70. Solenoid Valve Type Not Require
43. Trim Material 316 SS Stellited 71. Haz. Area Classification IEC Zone 1 Gr-IIC
CERT

44. Other Wetted Parts 316 SS Stellited 72. ANSI/FCI leakage Class Class IV
45. Soft Seat Not Required 73. IBR Certification Not Required
46. Soft Seat Material NA 74. Valve Model No. *
MODEL

75. Actuator Model No. *


76. Positioner Model No. *
77. Solenoid/ I/P Converter Model No.
Notes:
"*" indicates data to be furnished by vendor

1. Sl. No. 05: Inlet pressure at Min. / Nor. / Max. flow: 13.6 / 9.9 / 9.7 Kg/cm2(g)
2. Design pressure to be reconfirmed during detail engineering.

Sheet 1 Of 1

0 17/05/2017 PR SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 031
NEW DELHI A927-031-YC-DS-3010 0
CLIENT: M/s CPCL

Page 49 of 270
Control Valve

1. TAG NUMBER : 031-FV-1802 REV: 0


2. Fluid Fluid State HC Liquid
3. Flow Min Nor Max kg/h 30168.9 52928 58220.8
4. D.P.at flow Min Nor Max kg/cm² 9.5 3.1 1.3
5. Inlet Pressure Min Nor kg/cm²(g) 26.3 22.4
SERVICE CONDITIONS

6. D.P. shutoff kg/cm² 32.5


7. Inlet Temp. Oper Max °C 201 238
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be

8. Deg. Of Superheat(Steam) °C
9. Specific Gravity .589
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

10. Rel.Mol. Mass Comp.Factor


11. Viscosity cP .12
12. Specific Heat Ratio Cp/Cv
13. Specific Volume kg/cm²
14. Vapour Pressure kg/cm²(abs) 8.5
15. Critical Pressure kg/cm²(abs) 34.1
16. % flash % Solids
17. Required Cv Min Nor Max 15.248 46.829 79.54 *
18. Inlet Velocity m/s *
19. Predicted Sound Pr. Level dBA *
20. .Service HC 47. Type Pneumatic Diaphragm

21. Inlet Line No. 6''-P-031-1806-B1A-IH 48. Control Modulating


LINE

22. Line Size Sch. In 6" STD 49. Spring Action Close

ACTUATOR
23. Line Size Sch. Out 6" STD 50. Failure Position Closed
24. Inlet Line I.D. mm 154.1 51. Available Air Pressure kg/cm² 3.5
25. Outlet Line I.D. mm 154.1 52. Range kg/cm² *
26. Type Of Body Globe 53. Hand Wheel Not Required
54. Location
27. Body Size 4" 55. Air Failure Valve Not Required
28. Body/Bonnet Material ASTM A216 Gr. WCB 56. Set at kg/cm²
BODY / BONNET

29. End Connection(Flange) 4" 57. Type SMART HART


POSITIONER

30. Rating ANSI Class 300# 58. Air Supply Pr. kg/cm² 3.5
31. Facing and Finish RF 125 AARH 59. Input Signal kg/cm² 4-20 mA (HART)
32. Type Of Bonnet Radiation Fins 60. Output Signal kg/cm² *
33. Lubricator Not Required 61. Gauges Required, 2 Nos.
34. Isolating Valve Not Required 62. Bypass Not Required
35. Packing Material Grafoil 63. Limit Switches Qty Not Require
36. Trim Type Single Seat 64. Actuation Points
ACCESSORIES

37. Port Size * 65. Filter Regulator+Gauges Required,1 No.


38. Rated Travel * 66. Stroke time to Open Close
39. Characterstic Equal % 67. Pneumatic Lock Relay Volume Boos Not Required
40. Guiding Cage 68. Silencer Expander, Baffle Plate etc Not Required
41. Number of Ports Single
TRIM

69. I/P Convertor Not Required


42. Rated Cv 175 * 70. Solenoid Valve Type Not Require
43. Trim Material 316 SS 71. Haz. Area Classification IEC Zone 1 Gr-IIC
CERT

44. Other Wetted Parts 316 SS 72. ANSI/FCI leakage Class Class IV
45. Soft Seat Not Required 73. IBR Certification Not Required
46. Soft Seat Material NA 74. Valve Model No. *
MODEL

75. Actuator Model No. *


76. Positioner Model No. *
77. Solenoid/ I/P Converter Model No.
Notes:
"*" indicates data to be furnished by vendor
1. Sl. No. 05: Inlet pressure at Min. / Nor. / Max. flow: 26.3 / 22.4 / 22.2 Kg/cm2(g)
2. Bidder shall supply 1 No. of spare Air Filter Regulator (000-AFR-SP02) as loose supplied spare with specification same as specified in Air
Filter Regulator (AFR) Data sheet & in valve data sheet. The price for this AFR shall be included in the quoted price of the valve.

Sheet 1 Of 1

0 17/05/2017 PR SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 031
NEW DELHI A927-031-YC-DS-3011 0
CLIENT: M/s CPCL

Page 50 of 270
Control Valve

1. TAG NUMBER : 031-FV-1902 REV: 0


2. Fluid Fluid State H2+HC+H2S Vapour
3. Flow Min Nor Max kg/h 1173.9 1806 2401.98
4. D.P.at flow Min Nor Max kg/cm² 4.2 3.2 .5
5. Inlet Pressure Min Nor kg/cm²(g) 20.9 21
SERVICE CONDITIONS

6. D.P. shutoff kg/cm² 26.1


7. Inlet Temp. Oper Max °C 84 150
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be

8. Deg. Of Superheat(Steam) °C
9. Specific Gravity
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

10. Rel.Mol. Mass Comp.Factor 3.4 1.01


11. Viscosity cP .0105
12. Specific Heat Ratio Cp/Cv 1.375
13. Specific Volume kg/cm²
14. Vapour Pressure kg/cm²
15. Critical Pressure kg/cm²
16. % flash % Solids
17. Required Cv Min Nor Max 13.242 23.35 78.644 *
18. Inlet Velocity m/s *
19. Predicted Sound Pr. Level dBA *
20. .Service H2+HC+H2S 47. Type Pneumatic Diaphragm

21. Inlet Line No. 6''-P-031-2508-B5A-IH 48. Control Modulating


LINE

22. Line Size Sch. In 6" XS 49. Spring Action Open

ACTUATOR
23. Line Size Sch. Out 6" XS 50. Failure Position Open
24. Inlet Line I.D. mm 154.1 51. Available Air Pressure kg/cm² 3.5
25. Outlet Line I.D. mm 154.1 52. Range kg/cm² *
26. Type Of Body Globe 53. Hand Wheel Not Required
54. Location
27. Body Size 4" 55. Air Failure Valve Not Required
28. Body/Bonnet Material ASTM A216 Gr. WCB 56. Set at kg/cm²
BODY / BONNET

29. End Connection(Flange) 4" 57. Type SMART HART


POSITIONER

30. Rating ANSI Class 300# 58. Air Supply Pr. kg/cm² 3.5
31. Facing and Finish RF 125 AARH 59. Input Signal kg/cm² 4-20 mA (HART)
32. Type Of Bonnet Bellow Seal 60. Output Signal kg/cm² *
33. Lubricator Not Required 61. Gauges Required, 2 Nos.
34. Isolating Valve Not Required 62. Bypass Not Required
35. Packing Material PTFE 63. Limit Switches Qty Not Require
36. Trim Type Single Seat 64. Actuation Points
ACCESSORIES

37. Port Size * 65. Filter Regulator+Gauges Required,1 No.


38. Rated Travel * 66. Stroke time to Open Close
39. Characterstic Equal % 67. Pneumatic Lock Relay Volume Boos Not Required
40. Guiding Cage 68. Silencer Expander, Baffle Plate etc Not Required
41. Number of Ports Single
TRIM

69. I/P Convertor Not Required


42. Rated Cv 175 * 70. Solenoid Valve Type Not Require
43. Trim Material 316 SS 71. Haz. Area Classification IEC Zone 1 Gr-IIC
CERT

44. Other Wetted Parts 316 SS 72. ANSI/FCI leakage Class Class IV
45. Soft Seat Not Required 73. IBR Certification Not Required
46. Soft Seat Material NA 74. Valve Model No. *
MODEL

75. Actuator Model No. *


76. Positioner Model No. *
77. Solenoid/ I/P Converter Model No.
Notes:
"*" indicates data to be furnished by vendor

1. Sl. No. 05: Inlet pressure at Min. / Nor. / Max. flow: 21.4 / 21 / 20.9 Kg/cm2(g)
2. Hydrogen (H2) Service Requirement as per Special instructions to vendor (SIV) shall be complied.
3. Bonnet shall be Bellow seal Type

Sheet 1 Of 1

0 17/05/2017 PR SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 031
NEW DELHI A927-031-YC-DS-3012 0
CLIENT: M/s CPCL

Page 51 of 270
Page 52 of 270
Page 53 of 270
Control Valve

1. TAG NUMBER : 031-FV-2201 REV: 0


2. Fluid Fluid State H2+HC+H2O+H2S Liquid
3. Flow Min Nor Max kg/h 11309.2 28273 31100.3
4. D.P.at flow Min Nor Max kg/cm² 4.8 1.5 1.2
5. Inlet Pressure Min Nor kg/cm²(g) 21.7 18.3
SERVICE CONDITIONS

6. D.P. shutoff kg/cm² 24.5


7. Inlet Temp. Oper Max °C 190 220
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be

8. Deg. Of Superheat(Steam) °C
9. Specific Gravity .626
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

10. Rel.Mol. Mass Comp.Factor


11. Viscosity cP .14
12. Specific Heat Ratio Cp/Cv
13. Specific Volume kg/cm²
14. Vapour Pressure kg/cm²(abs) 16.8
15. Critical Pressure kg/cm²(abs) 33.2
16. % flash % Solids
17. Required Cv Min Nor Max 7.568 33.845 41.624 *
18. Inlet Velocity m/s *
19. Predicted Sound Pr. Level dBA *
20. .Service H2+HC+H2O+H2S 47. Type Pneumatic Diaphragm

21. Inlet Line No. 4''-P-031-2204-B1A-IH 48. Control Modulating


LINE

22. Line Size Sch. In 4" STD 49. Spring Action Close

ACTUATOR
23. Line Size Sch. Out 4" STD 50. Failure Position Closed
24. Inlet Line I.D. mm 102.3 51. Available Air Pressure kg/cm² 3.5
25. Outlet Line I.D. mm 102.3 52. Range kg/cm² *
26. Type Of Body Globe 53. Hand Wheel Not Required
54. Location
27. Body Size 4" 55. Air Failure Valve Not Required
28. Body/Bonnet Material ASTM A216 Gr. WCB 56. Set at kg/cm²
BODY / BONNET

29. End Connection(Flange) 4" 57. Type SMART HART


POSITIONER

30. Rating ANSI Class 300# 58. Air Supply Pr. kg/cm² 3.5
31. Facing and Finish RF 125 AARH 59. Input Signal kg/cm² 4-20 mA (HART)
32. Type Of Bonnet Radiation Fins 60. Output Signal kg/cm² *
33. Lubricator Not Required 61. Gauges Required, 2 Nos.
34. Isolating Valve Not Required 62. Bypass Not Required
35. Packing Material Grafoil 63. Limit Switches Qty Not Require
36. Trim Type Anticavitation 64. Actuation Points
ACCESSORIES

37. Port Size * 65. Filter Regulator+Gauges Required,1 No.


38. Rated Travel * 66. Stroke time to Open Close
39. Characterstic Mod. Equal % 67. Pneumatic Lock Relay Volume Boos Not Required
40. Guiding Cage 68. Silencer Expander, Baffle Plate etc Not Required
41. Number of Ports Single
TRIM

69. I/P Convertor Not Required


42. Rated Cv 96 * 70. Solenoid Valve Type Not Require
43. Trim Material 316 SS Stellited 71. Haz. Area Classification IEC Zone 1 Gr-IIC
CERT

44. Other Wetted Parts 316 SS Stellited 72. ANSI/FCI leakage Class Class IV
45. Soft Seat Not Required 73. IBR Certification Not Required
46. Soft Seat Material NA 74. Valve Model No. *
MODEL

75. Actuator Model No. *


76. Positioner Model No. *
77. Solenoid/ I/P Converter Model No.
Notes:
"*" indicates data to be furnished by vendor

1. Sl. No. 05: Inlet pressure at Min. / Nor. / Max. flow: 21.7 / 18.3 / 18.1 Kg/cm2(g)
2. Inlet pressure and DP shall be reconfirmed during detail engineering.

Sheet 1 Of 1

0 17/05/2017 PR SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 031
NEW DELHI A927-031-YC-DS-3014 0
CLIENT: M/s CPCL

Page 54 of 270
Control Valve

1. TAG NUMBER : 031-FV-2301 REV: 0


2. Fluid Fluid State H2+HC+H2O+H2S Liquid
3. Flow Min Nor Max kg/h 15251.28 28776 31653.6
4. D.P.at flow Min Nor Max kg/cm² 4.3 1.7 1.4
5. Inlet Pressure Min Nor kg/cm²(g) 21.1 18.5
SERVICE CONDITIONS

6. D.P. shutoff kg/cm² 24.3


7. Inlet Temp. Oper Max °C 54 80
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be

8. Deg. Of Superheat(Steam) °C
9. Specific Gravity .711
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

10. Rel.Mol. Mass Comp.Factor


11. Viscosity cP .32
12. Specific Heat Ratio Cp/Cv
13. Specific Volume kg/cm²
14. Vapour Pressure kg/cm²(abs) 16
15. Critical Pressure kg/cm²(abs) 34.3
16. % flash % Solids
17. Required Cv Min Nor Max 10.166 30.507 36.978 *
18. Inlet Velocity m/s *
19. Predicted Sound Pr. Level dBA *
20. .Service H2+HC+H2O+H2S 47. Type Pneumatic Diaphragm

21. Inlet Line No. 4''-P-031-2306-B66A-IH 48. Control Modulating


LINE

22. Line Size Sch. In 4" STD 49. Spring Action Close

ACTUATOR
23. Line Size Sch. Out 4" STD 50. Failure Position Closed
24. Inlet Line I.D. mm 102.3 51. Available Air Pressure kg/cm² 3.5
25. Outlet Line I.D. mm 102.3 52. Range kg/cm² *
26. Type Of Body Globe 53. Hand Wheel Not Required
54. Location
27. Body Size 3" 55. Air Failure Valve Not Required
28. Body/Bonnet Material ASTM A216 Gr. WCB 56. Set at kg/cm²
BODY / BONNET

29. End Connection(Flange) 3" 57. Type SMART HART


POSITIONER

30. Rating ANSI Class 300# 58. Air Supply Pr. kg/cm² 3.5
31. Facing and Finish RF 125 AARH 59. Input Signal kg/cm² 4-20 mA (HART)
32. Type Of Bonnet Plain 60. Output Signal kg/cm² *
33. Lubricator Not Required 61. Gauges Required, 2 Nos.
34. Isolating Valve Not Required 62. Bypass Not Required
35. Packing Material PTFE 63. Limit Switches Qty Not Require
36. Trim Type Anticavitation 64. Actuation Points
ACCESSORIES

37. Port Size * 65. Filter Regulator+Gauges Required,1 No.


38. Rated Travel * 66. Stroke time to Open Close
39. Characterstic Mod. Equal % 67. Pneumatic Lock Relay Volume Boos Not Required
40. Guiding Cage 68. Silencer Expander, Baffle Plate etc Not Required
41. Number of Ports Single
TRIM

69. I/P Convertor Not Required


42. Rated Cv 54 * 70. Solenoid Valve Type Not Require
43. Trim Material SS 316L Stellited 71. Haz. Area Classification IEC Zone 1 Gr-IIC
CERT

44. Other Wetted Parts SS 316L Stellited 72. ANSI/FCI leakage Class Class IV
45. Soft Seat Not Required 73. IBR Certification Not Required
46. Soft Seat Material NA 74. Valve Model No. *
MODEL

75. Actuator Model No. *


76. Positioner Model No. *
77. Solenoid/ I/P Converter Model No.
Notes:
"*" indicates data to be furnished by vendor

1. Sl. No. 05: Inlet pressure at Min. / Nor. / Max. flow: 21.2 / 18.5 / 18.3 Kg/cm2(g)
2. Stem Material shall be SS 316L
3. DP and inlet pressure consitions shall be reconfirmed during detail engineering.

Sheet 1 Of 2

0 17/05/2017 PR SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 031
NEW DELHI A927-031-YC-DS-3015 0
CLIENT: M/s CPCL

Page 55 of 270
Control Valve
Notes:
4. NACE + HIC requirements as per SIV shall be complied.
5. Gasket material shall be Sp.Wnd SS316L + Grafil .
6. Bolt material is A193 Gr. B7M and Nut material is A194 Gr.2HM
7. Radiography & PWHT requirements shall be applicable. Special Instructions to Vendor (SIV) shall be complied
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

Sheet 2 Of 2

0 17/05/2017 PR SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 031
NEW DELHI A927-031-YC-DS-3015 0
CLIENT: M/s CPCL

Page 56 of 270
Page 57 of 270
Page 58 of 270
Control Valve

1. TAG NUMBER : 031-FV-2502 REV: 0


2. Fluid Fluid State H2+HC+H2O+H2S Vapour
3. Flow Min Nor Max kg/h 490 490
4. D.P.at flow Min Nor Max kg/cm² 10.3 10.3
5. Inlet Pressure Min Nor kg/cm²(g) 14.3
SERVICE CONDITIONS

6. D.P. shutoff kg/cm² 18


7. Inlet Temp. Oper Max °C 48 80
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be

8. Deg. Of Superheat(Steam) °C
9. Specific Gravity
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

10. Rel.Mol. Mass Comp.Factor 4.07 1.007


11. Viscosity cP .01
12. Specific Heat Ratio Cp/Cv 1.366
13. Specific Volume kg/cm²
14. Vapour Pressure kg/cm²(abs)
15. Critical Pressure kg/cm²(abs)
16. % flash % Solids
17. Required Cv Min Nor Max 3.773 3.773 *
18. Inlet Velocity m/s *
19. Predicted Sound Pr. Level dBA *
20. .Service H2+HC+H2O+H2S 47. Type Pneumatic Diaphragm

21. Inlet Line No. 3''-P-031-2502-A67A 48. Control Modulating


LINE

22. Line Size Sch. In 3" STD 49. Spring Action Close

ACTUATOR
23. Line Size Sch. Out 3" STD 50. Failure Position Closed
24. Inlet Line I.D. mm 77.9 51. Available Air Pressure kg/cm² 3.5
25. Outlet Line I.D. mm 77.9 52. Range kg/cm² *
26. Type Of Body Globe 53. Hand Wheel Not Required
54. Location
27. Body Size 1" 55. Air Failure Valve Not Required
28. Body/Bonnet Material ASTM A216 Gr. WCB 56. Set at kg/cm²
BODY / BONNET

29. End Connection(Flange) 1" 57. Type SMART HART


POSITIONER

30. Rating ANSI Class 300# 58. Air Supply Pr. kg/cm² 3.5
31. Facing and Finish RF 125 AARH 59. Input Signal kg/cm² 4-20 mA (HART)
32. Type Of Bonnet Plain 60. Output Signal kg/cm² *
33. Lubricator Not Required 61. Gauges Required, 2 Nos.
34. Isolating Valve Not Required 62. Bypass Not Required
35. Packing Material PTFE 63. Limit Switches Qty Required 1
36. Trim Type Single Seat 64. Actuation Points Full Closed
ACCESSORIES

37. Port Size * 65. Filter Regulator+Gauges Required,1 No.


38. Rated Travel * 66. Stroke time to Open Close
39. Characterstic Equal % 67. Pneumatic Lock Relay Volume Boos Not Required
40. Guiding Top 68. Silencer Expander, Baffle Plate etc Not Required
41. Number of Ports Single
TRIM

69. I/P Convertor Not Required


42. Rated Cv 10 * 70. Solenoid Valve Type Required 3-Way
43. Trim Material SS 316L Stellited 71. Haz. Area Classification IEC Zone 1 Gr-IIC
CERT

44. Other Wetted Parts SS 316L Stellited 72. ANSI/FCI leakage Class Class IV
45. Soft Seat Not Required 73. IBR Certification Not Required
46. Soft Seat Material NA 74. Valve Model No. *
MODEL

75. Actuator Model No. *


76. Positioner Model No. *
77. Solenoid/ I/P Converter Model No.
Notes:
"*" indicates data to be furnished by vendor

1. Sl. No. 05: Inlet pressure at Nor. / Max. flow: 14.3 / 14.3 Kg/cm2(g)
2. Flowrate @ minimum conditions:- minimum.
3. DP and flow at minimum conditions shall be confirmed during detail engineering.

Sheet 1 Of 2

0 17/05/2017 PR SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 031
NEW DELHI A927-031-YC-DS-3017 0
CLIENT: M/s CPCL

Page 59 of 270
Control Valve
Notes:
4. Tag no. of solenoid valve shall be 031-FY-2502. Tag no. of Limit switch shall be 031-ZSL-2502.
5. NACE + HIC + H2 requirements as per SIV shall be complied
7. Gasket material shall be Sp.Wnd SS316L + Grafil + I Ring.
8. Bolt material is A193 Gr. B7M and Nut material is A194 Gr.2HM
9. Radiography & PWHT requirements shall be applicable. Special Instructions to Vendor (SIV) shall be complied
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

Sheet 2 Of 2

0 17/05/2017 PR SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 031
NEW DELHI A927-031-YC-DS-3017 0
CLIENT: M/s CPCL

Page 60 of 270
Control Valve

1. TAG NUMBER : 031-PV-2501 REV: 0


2. Fluid Fluid State H2+HC+H2O+H2S Vapour
3. Flow Min Nor Max kg/h 5829 5829
4. D.P.at flow Min Nor Max kg/cm² 5.5 6.1 6.1
5. Inlet Pressure Min Nor kg/cm²(g) 20.9 21.5
SERVICE CONDITIONS

6. D.P. shutoff kg/cm² 26.1


7. Inlet Temp. Oper Max °C 84 150
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be

8. Deg. Of Superheat(Steam) °C
9. Specific Gravity
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

10. Rel.Mol. Mass Comp.Factor 3.96 1.01


11. Viscosity cP .011
12. Specific Heat Ratio Cp/Cv 1.362
13. Specific Volume kg/cm²
14. Vapour Pressure kg/cm²(abs)
15. Critical Pressure kg/cm²(abs)
16. % flash % Solids
17. Required Cv Min Nor Max 49.21 49.21 *
18. Inlet Velocity m/s *
19. Predicted Sound Pr. Level dBA *
20. .Service H2+HC+H2O+H2S 47. Type Pneumatic Diaphragm

21. Inlet Line No. 8''-P-031-2513-B5A-IS 48. Control Modulating


LINE

22. Line Size Sch. In 8" STD 49. Spring Action Open

ACTUATOR
23. Line Size Sch. Out 8" STD 50. Failure Position Open
24. Inlet Line I.D. mm 202.7 51. Available Air Pressure kg/cm² 3.5
25. Outlet Line I.D. mm 202.7 52. Range kg/cm² *
26. Type Of Body Globe 53. Hand Wheel Not Required
54. Location
27. Body Size 4" 55. Air Failure Valve Not Required
28. Body/Bonnet Material ASTM A216 Gr. WCB 56. Set at kg/cm²
BODY / BONNET

29. End Connection(Flange) 4" 57. Type SMART HART


POSITIONER

30. Rating ANSI Class 300# 58. Air Supply Pr. kg/cm² 3.5
31. Facing and Finish RF 125 AARH 59. Input Signal kg/cm² 4-20 mA (HART)
32. Type Of Bonnet Bellow Seal 60. Output Signal kg/cm² *
33. Lubricator Not Required 61. Gauges Required, 2 Nos.
34. Isolating Valve Not Required 62. Bypass Not Required
35. Packing Material PTFE 63. Limit Switches Qty Required 1
36. Trim Type Low Noise Trim 64. Actuation Points Full Closed
ACCESSORIES

37. Port Size * 65. Filter Regulator+Gauges Required,1 No.


38. Rated Travel * 66. Stroke time to Open Close
39. Characterstic Mod. Equal % 67. Pneumatic Lock Relay Volume Boos Not Required
40. Guiding Cage 68. Silencer Expander, Baffle Plate etc Not Required
41. Number of Ports Single
TRIM

69. I/P Convertor Not Required


42. Rated Cv 96 * 70. Solenoid Valve Type Required 3-Way
43. Trim Material 316 SS Stellited 71. Haz. Area Classification IEC Zone 1 Gr-IIC
CERT

44. Other Wetted Parts 316 SS Stellited 72. ANSI/FCI leakage Class Class IV
45. Soft Seat Not Required 73. IBR Certification Not Required
46. Soft Seat Material NA 74. Valve Model No. *
MODEL

75. Actuator Model No. *


76. Positioner Model No. *
77. Solenoid/ I/P Converter Model No.
Notes:
"*" indicates data to be furnished by vendor

1. Sl. No. 05: Inlet pressure at Min. / Nor. / Max. flow: 20.9 / 21.5 / 21.5 Kg/cm2(g)
2. DP and inlet pressure at minimum conditions shall be reconfirmed during detail engineering.
3. H2 service requirements as per Special Instructions to Vendor (SIV) shall be complied.

Sheet 1 Of 2

0 17/05/2017 PR SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 031
NEW DELHI A927-031-YC-DS-3018 0
CLIENT: M/s CPCL

Page 61 of 270
Control Valve
Notes:
4. Bonnet shall be Bellow seal Type
5. Bidder shall supply 1 No. of spare Air Filter Regulator (000-AFR-SP07) as loose supplied spare with specification same as specified in Air
Filter Regulator (AFR) Data sheet & in valve data sheet. The price for this AFR shall be included in the quoted price of the valve.
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

Sheet 2 Of 2

0 17/05/2017 PR SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 031
NEW DELHI A927-031-YC-DS-3018 0
CLIENT: M/s CPCL

Page 62 of 270
Control Valve

1. TAG NUMBER : 031-FV-2601 REV: 0


2. Fluid Fluid State H2+HC+H2O Vapour
3. Flow Min Nor Max kg/h 177.54 269 371.22
4. D.P.at flow Min Nor Max kg/cm² 6.1 6 5.9
5. Inlet Pressure Min Nor kg/cm²(g) 21.7 21.6
SERVICE CONDITIONS

6. D.P. shutoff kg/cm² 26.1


7. Inlet Temp. Oper Max °C 84 150
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be

8. Deg. Of Superheat(Steam) °C
9. Specific Gravity
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

10. Rel.Mol. Mass Comp.Factor 3.96 1.01


11. Viscosity cP .011
12. Specific Heat Ratio Cp/Cv 1.362
13. Specific Volume kg/cm²
14. Vapour Pressure kg/cm²(abs)
15. Critical Pressure kg/cm²(abs)
16. % flash % Solids
17. Required Cv Min Nor Max 1.818 2.777 3.866 *
18. Inlet Velocity m/s *
19. Predicted Sound Pr. Level dBA *
20. .Service H2+HC+H2O 47. Type Pneumatic Diaphragm

21. Inlet Line No. 3''-P-031-2511-B5A-IH 48. Control Modulating


LINE

22. Line Size Sch. In 3" STD 49. Spring Action Open

ACTUATOR
23. Line Size Sch. Out 3" STD 50. Failure Position Open
24. Inlet Line I.D. mm 77.9 51. Available Air Pressure kg/cm² 3.5
25. Outlet Line I.D. mm 77.9 52. Range kg/cm² *
26. Type Of Body Globe 53. Hand Wheel Not Required
54. Location
27. Body Size 1" 55. Air Failure Valve Not Required
28. Body/Bonnet Material ASTM A216 Gr. WCB 56. Set at kg/cm²
BODY / BONNET

29. End Connection(Flange) 1" 57. Type SMART HART


POSITIONER

30. Rating ANSI Class 300# 58. Air Supply Pr. kg/cm² 3.5
31. Facing and Finish RF 125 AARH 59. Input Signal kg/cm² 4-20 mA (HART)
32. Type Of Bonnet Bellow Seal 60. Output Signal kg/cm² *
33. Lubricator Not Required 61. Gauges Required, 2 Nos.
34. Isolating Valve Not Required 62. Bypass Not Required
35. Packing Material PTFE 63. Limit Switches Qty Not Require
36. Trim Type Single Seat 64. Actuation Points
ACCESSORIES

37. Port Size * 65. Filter Regulator+Gauges Required,1 No.


38. Rated Travel * 66. Stroke time to Open Close
39. Characterstic Equal % 67. Pneumatic Lock Relay Volume Boos Not Required
40. Guiding Top 68. Silencer Expander, Baffle Plate etc Not Required
41. Number of Ports Single
TRIM

69. I/P Convertor Not Required


42. Rated Cv 10 * 70. Solenoid Valve Type Not Require
43. Trim Material 316 SS Stellited 71. Haz. Area Classification IEC Zone 1 Gr-IIC
CERT

44. Other Wetted Parts 316 SS Stellited 72. ANSI/FCI leakage Class Class IV
45. Soft Seat Not Required 73. IBR Certification Not Required
46. Soft Seat Material NA 74. Valve Model No. *
MODEL

75. Actuator Model No. *


76. Positioner Model No. *
77. Solenoid/ I/P Converter Model No.
Notes:
"*" indicates data to be furnished by vendor

1. Sl. No. 05: Inlet pressure at Min. / Nor. / Max. flow: 21.7 / 21.6 / 21.5 Kg/cm2(g)
2. H2 service requirements as per Special Instructions to Vendor (SIV) shall be complied
3. Bonnet shall be Bellow seal Type

Sheet 1 Of 1

0 17/05/2017 PR SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 031
NEW DELHI A927-031-YC-DS-3019 0
CLIENT: M/s CPCL

Page 63 of 270
Control Valve

1. TAG NUMBER : 031-FV-2602 REV: 0


2. Fluid Fluid State H2+HC+H2O+H2S Liquid
3. Flow Min Nor Max kg/h 28647.54 53051 58356.1
4. D.P.at flow Min Nor Max kg/cm² 8.4 2.2 1.5
5. Inlet Pressure Min Nor kg/cm²(g) 26.2 22.6
SERVICE CONDITIONS

6. D.P. shutoff kg/cm² 30.9


7. Inlet Temp. Oper Max °C 124 142
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be

8. Deg. Of Superheat(Steam) °C
9. Specific Gravity .671
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

10. Rel.Mol. Mass Comp.Factor


11. Viscosity cP .21
12. Specific Heat Ratio Cp/Cv
13. Specific Volume kg/cm²
14. Vapour Pressure kg/cm²(abs) 16.6
15. Critical Pressure kg/cm²(abs) 34.2
16. % flash % Solids
17. Required Cv Min Nor Max 13.997 50.65 67.474 *
18. Inlet Velocity m/s *
19. Predicted Sound Pr. Level dBA *
20. .Service H2+HC+H2O+H2S 47. Type Pneumatic Diaphragm

21. Inlet Line No. 6''-P-031-2606-B1A-IH 48. Control Modulating


LINE

22. Line Size Sch. In 6" STD 49. Spring Action Close

ACTUATOR
23. Line Size Sch. Out 6" STD 50. Failure Position Closed
24. Inlet Line I.D. mm 154.1 51. Available Air Pressure kg/cm² 3.5
25. Outlet Line I.D. mm 154.1 52. Range kg/cm² *
26. Type Of Body Globe 53. Hand Wheel Not Required
54. Location
27. Body Size 4" 55. Air Failure Valve Not Required
28. Body/Bonnet Material ASTM A216 Gr. WCB 56. Set at kg/cm²
BODY / BONNET

29. End Connection(Flange) 4" 57. Type SMART HART


POSITIONER

30. Rating ANSI Class 300# 58. Air Supply Pr. kg/cm² 3.5
31. Facing and Finish RF 125 AARH 59. Input Signal kg/cm² 4-20 mA (HART)
32. Type Of Bonnet Plain 60. Output Signal kg/cm² *
33. Lubricator Not Required 61. Gauges Required, 2 Nos.
34. Isolating Valve Not Required 62. Bypass Not Required
35. Packing Material PTFE 63. Limit Switches Qty Not Require
36. Trim Type Anticavitation 64. Actuation Points
ACCESSORIES

37. Port Size * 65. Filter Regulator+Gauges Required,1 No.


38. Rated Travel * 66. Stroke time to Open Close
39. Characterstic Mod. Equal % 67. Pneumatic Lock Relay Volume Boos Not Required
40. Guiding Cage 68. Silencer Expander, Baffle Plate etc Not Required
41. Number of Ports Single
TRIM

69. I/P Convertor Not Required


42. Rated Cv 96 * 70. Solenoid Valve Type Not Require
43. Trim Material 316 SS Stellited 71. Haz. Area Classification IEC Zone 1 Gr-IIC
CERT

44. Other Wetted Parts 316 SS Stellited 72. ANSI/FCI leakage Class Class IV
45. Soft Seat Not Required 73. IBR Certification Not Required
46. Soft Seat Material NA 74. Valve Model No. *
MODEL

75. Actuator Model No. *


76. Positioner Model No. *
77. Solenoid/ I/P Converter Model No.
Notes:
"*" indicates data to be furnished by vendor

1. Sl. No. 05: Inlet pressure at Min. / Nor. / Max. flow: 26.2 / 22.6 / 22.4 Kg/cm2(g)

Sheet 1 Of 1

0 17/05/2017 PR SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 031
NEW DELHI A927-031-YC-DS-3020 0
CLIENT: M/s CPCL

Page 64 of 270
Control Valve

1. TAG NUMBER : 031-FV-2702 REV: 0


2. Fluid Fluid State H2+HC+H2O+H2S Vapour
3. Flow Min Nor Max kg/h 1149.2 1768 2351.44
4. D.P.at flow Min Nor Max kg/cm² 4.2 3.2 .5
5. Inlet Pressure Min Nor kg/cm²(g) 21.7 21.6
SERVICE CONDITIONS

6. D.P. shutoff kg/cm² 26.1


7. Inlet Temp. Oper Max °C 83 150
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be

8. Deg. Of Superheat(Steam) °C
9. Specific Gravity
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

10. Rel.Mol. Mass Comp.Factor 3.4 1.01


11. Viscosity cP .0105
12. Specific Heat Ratio Cp/Cv 1.375
13. Specific Volume kg/cm²
14. Vapour Pressure kg/cm²(abs)
15. Critical Pressure kg/cm²(abs)
16. % flash % Solids
17. Required Cv Min Nor Max 12.8 22.571 76.028 *
18. Inlet Velocity m/s *
19. Predicted Sound Pr. Level dBA *
20. .Service H2+HC+H2O+H2S 47. Type Pneumatic Diaphragm

21. Inlet Line No. 6''-P-031-2510-B5A-IH 48. Control Modulating


LINE

22. Line Size Sch. In 6" STD 49. Spring Action Open

ACTUATOR
23. Line Size Sch. Out 6" STD 50. Failure Position Open
24. Inlet Line I.D. mm 154.1 51. Available Air Pressure kg/cm² 3.5
25. Outlet Line I.D. mm 154.1 52. Range kg/cm² *
26. Type Of Body Globe 53. Hand Wheel Not Required
54. Location
27. Body Size 4" 55. Air Failure Valve Not Required
28. Body/Bonnet Material ASTM A216 Gr. WCB 56. Set at kg/cm²
BODY / BONNET

29. End Connection(Flange) 4" 57. Type SMART HART


POSITIONER

30. Rating ANSI Class 300# 58. Air Supply Pr. kg/cm² 3.5
31. Facing and Finish RF 125 AARH 59. Input Signal kg/cm² 4-20 mA (HART)
32. Type Of Bonnet Bellow Seal 60. Output Signal kg/cm² *
33. Lubricator Not Required 61. Gauges Required, 2 Nos.
34. Isolating Valve Not Required 62. Bypass Not Required
35. Packing Material PTFE 63. Limit Switches Qty Not Require
36. Trim Type Single Seat 64. Actuation Points
ACCESSORIES

37. Port Size * 65. Filter Regulator+Gauges Required,1 No.


38. Rated Travel * 66. Stroke time to Open Close
39. Characterstic Equal % 67. Pneumatic Lock Relay Volume Boos Not Required
40. Guiding Cage 68. Silencer Expander, Baffle Plate etc Not Required
41. Number of Ports Single
TRIM

69. I/P Convertor Not Required


42. Rated Cv 175 * 70. Solenoid Valve Type Not Require
43. Trim Material 316 SS 71. Haz. Area Classification IEC Zone 1 Gr-IIC
CERT

44. Other Wetted Parts 316 SS 72. ANSI/FCI leakage Class Class IV
45. Soft Seat Not Required 73. IBR Certification Not Required
46. Soft Seat Material NA 74. Valve Model No. *
MODEL

75. Actuator Model No. *


76. Positioner Model No. *
77. Solenoid/ I/P Converter Model No.
Notes:
"*" indicates data to be furnished by vendor

1. Sl. No. 05: Inlet pressure at Min. / Nor. / Max. flow: 21.7 / 21.6 / 21.4 Kg/cm2(g)
2.Inlet pressure to be reconfirmed during detail engineering.
3. H2 service requirements as per Special Instructions to Vendor (SIV) shall be complied

Sheet 1 Of 2

0 17/05/2017 PR SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 031
NEW DELHI A927-031-YC-DS-3021 0
CLIENT: M/s CPCL

Page 65 of 270
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

Page 66 of 270
REV
Notes:

DATE
0 17/05/2017
PR

BY

NEW DELHI
SM

CHKD
4. Bonnet shall be Bellow seal Type

ENGINEERS INDIA LIMITED


SM

APPVD

UNIT
VENDOR
ORDER NO

: 031
:
:

CLIENT: M/s CPCL


Control Valve

PLANT : BS VI Upgradation Project


REQUISITION NO : A927-000-YC-MR-1330
LEGEND
:

SPECIFICATION
¤ Hold
Sheet

A927-031-YC-DS-3021
* By Vendor
2

^ Data Revised
Of
2

0
REV
Page 67 of 270
Page 68 of 270
Control Valve

1. TAG NUMBER : 031-FV-3001 REV: 0


2. Fluid Fluid State H2+HC+H2O+H2S Liquid
3. Flow Min Nor Max kg/h 29179.15 53053 58358.3
4. D.P.at flow Min Nor Max kg/cm² 3.6 2.5 2.1
5. Inlet Pressure Min Nor kg/cm²(g) 15.2 15
SERVICE CONDITIONS

6. D.P. shutoff kg/cm² 18.3


7. Inlet Temp. Oper Max °C 55 80
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be

8. Deg. Of Superheat(Steam) °C
9. Specific Gravity .733
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

10. Rel.Mol. Mass Comp.Factor


11. Viscosity cP .35
12. Specific Heat Ratio Cp/Cv
13. Specific Volume kg/cm²
14. Vapour Pressure kg/cm²(abs) 15.9
15. Critical Pressure kg/cm²(abs) 34.3
16. % flash % Solids
17. Required Cv Min Nor Max 22.406 46.231 55.486 *
18. Inlet Velocity m/s *
19. Predicted Sound Pr. Level dBA *
20. .Service H2+HC+H2O+H2S 47. Type Pneumatic Diaphragm

21. Inlet Line No. 8''-P-031-3003-B67A-IS 48. Control Modulating


LINE

22. Line Size Sch. In 8" STD 49. Spring Action Close

ACTUATOR
23. Line Size Sch. Out 8" STD 50. Failure Position Closed
24. Inlet Line I.D. mm 202.7 51. Available Air Pressure kg/cm² 3.5
25. Outlet Line I.D. mm 202.7 52. Range kg/cm² *
26. Type Of Body Globe 53. Hand Wheel Not Required
54. Location
27. Body Size 4" 55. Air Failure Valve Not Required
28. Body/Bonnet Material ASTM A216 Gr. WCB 56. Set at kg/cm²
BODY / BONNET

29. End Connection(Flange) 4" 57. Type SMART HART


POSITIONER

30. Rating ANSI Class 300# 58. Air Supply Pr. kg/cm² 3.5
31. Facing and Finish RF 125 AARH 59. Input Signal kg/cm² 4-20 mA (HART)
32. Type Of Bonnet Plain 60. Output Signal kg/cm² *
33. Lubricator Not Required 61. Gauges Required, 2 Nos.
34. Isolating Valve Not Required 62. Bypass Not Required
35. Packing Material PTFE 63. Limit Switches Qty Not Require
36. Trim Type Anticavitation 64. Actuation Points
ACCESSORIES

37. Port Size * 65. Filter Regulator+Gauges Required,1 No.


38. Rated Travel * 66. Stroke time to Open Close
39. Characterstic Mod. Equal % 67. Pneumatic Lock Relay Volume Boos Not Required
40. Guiding Cage 68. Silencer Expander, Baffle Plate etc Not Required
41. Number of Ports Single
TRIM

69. I/P Convertor Not Required


42. Rated Cv 96 * 70. Solenoid Valve Type Not Require
43. Trim Material SS 316L Stellited 71. Haz. Area Classification IEC Zone 1 Gr-IIC
CERT

44. Other Wetted Parts SS 316L Stellited 72. ANSI/FCI leakage Class Class IV
45. Soft Seat Not Required 73. IBR Certification Not Required
46. Soft Seat Material NA 74. Valve Model No. *
MODEL

75. Actuator Model No. *


76. Positioner Model No. *
77. Solenoid/ I/P Converter Model No.
Notes:
"*" indicates data to be furnished by vendor

1. Sl. No. 05: Inlet pressure at Min. / Nor. / Max. flow: 15.2 / 15.0 / 15.0 Kg/cm2(g)
2. NACE + HIC + H2 requirements as per SIV shall be complied
3. Gasket material shall be Sp.Wnd SS316L + Grafil + I Ring

Sheet 1 Of 2

0 17/05/2017 PR SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 031
NEW DELHI A927-031-YC-DS-3023 0
CLIENT: M/s CPCL

Page 69 of 270
Control Valve
Notes:
4. Bolt material is A193 Gr. B7M and Nut material is A194 Gr.2HM.
5. Weight % Vapor at Inlet 0.0 / Weight % Vapor at Outlet 0.0001. Average density at Inlet 733 Kg/m3 / Average density at Outet 719.2
Kg/m3
6. Radiography & PWHT requirements shall be applicable. Special Instructions to Vendor (SIV) shall be complied
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

Sheet 2 Of 2

0 17/05/2017 PR SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 031
NEW DELHI A927-031-YC-DS-3023 0
CLIENT: M/s CPCL

Page 70 of 270
Control Valve

1. TAG NUMBER : 031-FV-3101 REV: 0


2. Fluid Fluid State HC Liquid
3. Flow Min Nor Max kg/h 29119.2 52944 58238.4
4. D.P.at flow Min Nor Max kg/cm² 2.6 .8 .9
5. Inlet Pressure Min Nor kg/cm²(g) 10.1 9.3
SERVICE CONDITIONS

6. D.P. shutoff kg/cm² 13.2


7. Inlet Temp. Oper Max °C 94 241
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be

8. Deg. Of Superheat(Steam) °C
9. Specific Gravity .701
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

10. Rel.Mol. Mass Comp.Factor


11. Viscosity cP .27
12. Specific Heat Ratio Cp/Cv
13. Specific Volume kg/cm²
14. Vapour Pressure kg/cm²(abs) .86
15. Critical Pressure kg/cm²(abs) 34.1
16. % flash % Solids
17. Required Cv Min Nor Max 25.787 84.524 87.659 *
18. Inlet Velocity m/s *
19. Predicted Sound Pr. Level dBA *
20. .Service HC 47. Type Pneumatic Diaphragm

21. Inlet Line No. 6''-P-031-3108-B1A-IS 48. Control Modulating


LINE

22. Line Size Sch. In 6" STD 49. Spring Action Close

ACTUATOR
23. Line Size Sch. Out 6" STD 50. Failure Position Closed
24. Inlet Line I.D. mm 154.1 51. Available Air Pressure kg/cm² 3.5
25. Outlet Line I.D. mm 154.1 52. Range kg/cm² *
26. Type Of Body Globe 53. Hand Wheel Not Required
54. Location
27. Body Size 4" 55. Air Failure Valve Not Required
28. Body/Bonnet Material ASTM A216 Gr. WCB 56. Set at kg/cm²
BODY / BONNET

29. End Connection(Flange) 4" 57. Type SMART HART


POSITIONER

30. Rating ANSI Class 300# 58. Air Supply Pr. kg/cm² 3.5
31. Facing and Finish RF 125 AARH 59. Input Signal kg/cm² 4-20 mA (HART)
32. Type Of Bonnet Radiation Fins 60. Output Signal kg/cm² *
33. Lubricator Not Required 61. Gauges Required, 2 Nos.
34. Isolating Valve Not Required 62. Bypass Not Required
35. Packing Material Grafoil 63. Limit Switches Qty Not Require
36. Trim Type Single Seat 64. Actuation Points
ACCESSORIES

37. Port Size * 65. Filter Regulator+Gauges Required,1 No.


38. Rated Travel * 66. Stroke time to Open Close
39. Characterstic Equal % 67. Pneumatic Lock Relay Volume Boos Not Required
40. Guiding Cage 68. Silencer Expander, Baffle Plate etc Not Required
41. Number of Ports Single
TRIM

69. I/P Convertor Not Required


42. Rated Cv 175 * 70. Solenoid Valve Type Not Require
43. Trim Material 316 SS 71. Haz. Area Classification IEC Zone 1 Gr-IIC
CERT

44. Other Wetted Parts 316 SS 72. ANSI/FCI leakage Class Class IV
45. Soft Seat Not Required 73. IBR Certification Not Required
46. Soft Seat Material NA 74. Valve Model No. *
MODEL

75. Actuator Model No. *


76. Positioner Model No. *
77. Solenoid/ I/P Converter Model No.
Notes:
"*" indicates data to be furnished by vendor

1. Sl. No. 05: Inlet pressure at Min. / Nor. / Max. flow: 10.1 / 9.3 / 9.1 Kg/cm2(g)
2. DP shall be reconfirmed during detail engineering.

Sheet 1 Of 1

0 17/05/2017 PR SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 031
NEW DELHI A927-031-YC-DS-3024 0
CLIENT: M/s CPCL

Page 71 of 270
Control Valve

1. TAG NUMBER : 031-FV-3301 REV: 0


2. Fluid Fluid State H2+HC+H2O+H2S Liquid
3. Flow Min Nor Max kg/h 2864.7 5305 6366
4. D.P.at flow Min Nor Max kg/cm² 3.9 1.4 1
5. Inlet Pressure Min Nor kg/cm²(g) 15.3 12.8
SERVICE CONDITIONS

6. D.P. shutoff kg/cm² 18


7. Inlet Temp. Oper Max °C 55 80
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be

8. Deg. Of Superheat(Steam) °C
9. Specific Gravity .636
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

10. Rel.Mol. Mass Comp.Factor


11. Viscosity cP .22
12. Specific Heat Ratio Cp/Cv
13. Specific Volume kg/cm²
14. Vapour Pressure kg/cm²(abs) 10.7
15. Critical Pressure kg/cm²(abs) 36.3
16. % flash % Solids
17. Required Cv Min Nor Max 2.303 7.119 10.109 *
18. Inlet Velocity m/s *
19. Predicted Sound Pr. Level dBA *
20. .Service H2+HC+H2O+H2S 47. Type Pneumatic Diaphragm

21. Inlet Line No. 3''-P-031-3305-A66A-IS 48. Control Modulating


LINE

22. Line Size Sch. In 3" STD 49. Spring Action Open

ACTUATOR
23. Line Size Sch. Out 3" STD 50. Failure Position Open
24. Inlet Line I.D. mm 77.9 51. Available Air Pressure kg/cm² 3.5
25. Outlet Line I.D. mm 77.9 52. Range kg/cm² *
26. Type Of Body Globe 53. Hand Wheel Not Required
54. Location
27. Body Size 1 1/2" 55. Air Failure Valve Not Required
28. Body/Bonnet Material ASTM A216 Gr. WCB 56. Set at kg/cm²
BODY / BONNET

29. End Connection(Flange) 1 1/2" 57. Type SMART HART


POSITIONER

30. Rating ANSI Class 300# 58. Air Supply Pr. kg/cm² 3.5
31. Facing and Finish RF 125 AARH 59. Input Signal kg/cm² 4-20 mA (HART)
32. Type Of Bonnet Plain 60. Output Signal kg/cm² *
33. Lubricator Not Required 61. Gauges Required, 2 Nos.
34. Isolating Valve Not Required 62. Bypass Not Required
35. Packing Material PTFE 63. Limit Switches Qty Not Require
36. Trim Type Single Seat 64. Actuation Points
ACCESSORIES

37. Port Size * 65. Filter Regulator+Gauges Required,1 No.


38. Rated Travel * 66. Stroke time to Open Close
39. Characterstic Equal % 67. Pneumatic Lock Relay Volume Boos Not Required
40. Guiding Top And Bottom 68. Silencer Expander, Baffle Plate etc Not Required
41. Number of Ports Single
TRIM

69. I/P Convertor Not Required


42. Rated Cv 32 * 70. Solenoid Valve Type Not Require
43. Trim Material SS 316L Stellited 71. Haz. Area Classification IEC Zone 1 Gr-IIC
CERT

44. Other Wetted Parts SS 316L Stellited 72. ANSI/FCI leakage Class Class IV
45. Soft Seat Not Required 73. IBR Certification Not Required
46. Soft Seat Material NA 74. Valve Model No. *
MODEL

75. Actuator Model No. *


76. Positioner Model No. *
77. Solenoid/ I/P Converter Model No.
Notes:
"*" indicates data to be furnished by vendor

1. Sl. No. 05: Inlet pressure at Min. / Nor. / Max. flow: 15.3 / 12.8 / 12.4 Kg/cm2(g)
2. NACE + HIC requirements as per SIV shall be complied
3. Gasket material shall be Sp.Wnd SS316 + Grafil .

Sheet 1 Of 2

0 17/05/2017 PR SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 031
NEW DELHI A927-031-YC-DS-3025 0
CLIENT: M/s CPCL

Page 72 of 270
Control Valve
Notes:
4. Bolt material is A193 Gr. B7M and Nut material is A194 Gr.2HM
5. Radiography & PWHT requirements shall be applicable. Special Instructions to Vendor (SIV) shall be complied
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

Sheet 2 Of 2

0 17/05/2017 PR SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 031
NEW DELHI A927-031-YC-DS-3025 0
CLIENT: M/s CPCL

Page 73 of 270
Control Valve

1. TAG NUMBER : 031-PV-3401 REV: 0


2. Fluid Fluid State HC Liquid
3. Flow Min Nor Max kg/h 50214.49 74947 82441.7
4. D.P.at flow Min Nor Max kg/cm² 1.1 1 1
5. Inlet Pressure Min Nor kg/cm²(g) 7.1 7.1
SERVICE CONDITIONS

6. D.P. shutoff kg/cm² 15.7


7. Inlet Temp. Oper Max °C 40 132
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be

8. Deg. Of Superheat(Steam) °C
9. Specific Gravity .704
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

10. Rel.Mol. Mass Comp.Factor


11. Viscosity cP .31
12. Specific Heat Ratio Cp/Cv
13. Specific Volume kg/cm²
14. Vapour Pressure kg/cm²(abs) .66
15. Critical Pressure kg/cm²(abs) 39.4
16. % flash % Solids
17. Required Cv Min Nor Max 66.192 103.616 113.977 *
18. Inlet Velocity m/s *
19. Predicted Sound Pr. Level dBA *
20. .Service HC 47. Type Pneumatic Diaphragm

21. Inlet Line No. 8''-P-031-3404-A1A 48. Control Modulating


LINE

22. Line Size Sch. In 8" STD 49. Spring Action Close

ACTUATOR
23. Line Size Sch. Out 8" STD 50. Failure Position Closed
24. Inlet Line I.D. mm 154.1 51. Available Air Pressure kg/cm² 3.5
25. Outlet Line I.D. mm 154.1 52. Range kg/cm² *
26. Type Of Body Globe 53. Hand Wheel Not Required
54. Location
27. Body Size 6" 55. Air Failure Valve Not Required
28. Body/Bonnet Material ASTM A216 Gr. WCB 56. Set at kg/cm²
BODY / BONNET

29. End Connection(Flange) 6" 57. Type SMART HART


POSITIONER

30. Rating ANSI Class 300# 58. Air Supply Pr. kg/cm² 3.5
31. Facing and Finish RF 125 AARH 59. Input Signal kg/cm² 4-20 mA (HART)
32. Type Of Bonnet Plain 60. Output Signal kg/cm² *
33. Lubricator Not Required 61. Gauges Required, 2 Nos.
34. Isolating Valve Not Required 62. Bypass Not Required
35. Packing Material PTFE 63. Limit Switches Qty Not Require
36. Trim Type Single Seat 64. Actuation Points
ACCESSORIES

37. Port Size * 65. Filter Regulator+Gauges Required,1 No.


38. Rated Travel * 66. Stroke time to Open Close
39. Characterstic Equal % 67. Pneumatic Lock Relay Volume Boos Not Required
40. Guiding Cage 68. Silencer Expander, Baffle Plate etc Not Required
41. Number of Ports Single
TRIM

69. I/P Convertor Not Required


42. Rated Cv 275 * 70. Solenoid Valve Type Not Require
43. Trim Material 316 SS 71. Haz. Area Classification IEC Zone 1 Gr-IIC
CERT

44. Other Wetted Parts 316 SS 72. ANSI/FCI leakage Class Class IV
45. Soft Seat Not Required 73. IBR Certification Not Required
46. Soft Seat Material NA 74. Valve Model No. *
MODEL

75. Actuator Model No. *


76. Positioner Model No. *
77. Solenoid/ I/P Converter Model No.
Notes:
"*" indicates data to be furnished by vendor

1. Sl. No. 05: Inlet pressure at Min. / Nor. / Max. flow: 7.1 / 7.1 / 7.1 Kg/cm2(g)

Sheet 1 Of 1

0 17/05/2017 PR SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 031
NEW DELHI A927-031-YC-DS-3026 0
CLIENT: M/s CPCL

Page 74 of 270
Control Valve

1. TAG NUMBER : 031-PV-3201 REV: 0


2. Fluid Fluid State H2+HC+H2O+H2S Vapour
3. Flow Min Nor Max kg/h 51.51 101 111.1
4. D.P.at flow Min Nor Max kg/cm² 5.1 5 5
5. Inlet Pressure Min Nor kg/cm²(g) 9.1 9.1
SERVICE CONDITIONS

6. D.P. shutoff kg/cm² 11.2


7. Inlet Temp. Oper Max °C 49 166
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be

8. Deg. Of Superheat(Steam) °C
9. Specific Gravity
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

10. Rel.Mol. Mass Comp.Factor 12.96 .997


11. Viscosity cP .02
12. Specific Heat Ratio Cp/Cv 1.257
13. Specific Volume kg/cm²
14. Vapour Pressure kg/cm²(abs)
15. Critical Pressure kg/cm²(abs)
16. % flash % Solids
17. Required Cv Min Nor Max .362 .722 .796 *
18. Inlet Velocity m/s *
19. Predicted Sound Pr. Level dBA *
20. .Service H2+HC+H2O+H2S 47. Type Pneumatic Diaphragm

21. Inlet Line No. 2''-P-031-3503-A67A 48. Control Modulating


LINE

22. Line Size Sch. In 2" XS 49. Spring Action Close

ACTUATOR
23. Line Size Sch. Out 2" XS 50. Failure Position Closed
24. Inlet Line I.D. mm 49.3 51. Available Air Pressure kg/cm² 3.5
25. Outlet Line I.D. mm 49.3 52. Range kg/cm² *
26. Type Of Body Globe 53. Hand Wheel Not Required
54. Location
27. Body Size 1" 55. Air Failure Valve Not Required
28. Body/Bonnet Material ASTM A216 Gr. WCB 56. Set at kg/cm²
BODY / BONNET

29. End Connection(Flange) 1" 57. Type SMART HART


POSITIONER

30. Rating ANSI Class 300# 58. Air Supply Pr. kg/cm² 3.5
31. Facing and Finish RF 125 AARH 59. Input Signal kg/cm² 4-20 mA (HART)
32. Type Of Bonnet Plain 60. Output Signal kg/cm² *
33. Lubricator Not Required 61. Gauges Required, 2 Nos.
34. Isolating Valve Not Required 62. Bypass Not Required
35. Packing Material PTFE 63. Limit Switches Qty Not Require
36. Trim Type Single Seat 64. Actuation Points
ACCESSORIES

37. Port Size * 65. Filter Regulator+Gauges Required,1 No.


38. Rated Travel * 66. Stroke time to Open Close
39. Characterstic Equal % 67. Pneumatic Lock Relay Volume Boos Not Required
40. Guiding Top 68. Silencer Expander, Baffle Plate etc Not Required
41. Number of Ports Single
TRIM

69. I/P Convertor Not Required


42. Rated Cv 1.6 * 70. Solenoid Valve Type Not Require
43. Trim Material SS 316L Stellited 71. Haz. Area Classification IEC Zone 1 Gr-IIC
CERT

44. Other Wetted Parts SS 316L Stellited 72. ANSI/FCI leakage Class Class IV
45. Soft Seat Not Required 73. IBR Certification Not Required
46. Soft Seat Material NA 74. Valve Model No. *
MODEL

75. Actuator Model No. *


76. Positioner Model No. *
77. Solenoid/ I/P Converter Model No.
Notes:
"*" indicates data to be furnished by vendor

1. Sl. No. 05: Inlet pressure at Min. / Nor. / Max. flow: 9.1 / 9.1 / 9.1 Kg/cm2(g)
2. NACE + HIC +H2 requirements as per SIV shall be complied.
3. Gasket material shall be Sp.Wnd SS316L + Grafil +I Ring.

Sheet 1 Of 2

0 17/05/2017 PR SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 031
NEW DELHI A927-031-YC-DS-3027 0
CLIENT: M/s CPCL

Page 75 of 270
Control Valve
Notes:
4. Bolt material is A193 Gr. B7M and Nut material is A194 Gr.2HM
5. Radiography & PWHT requirements shall be applicable. Special Instructions to Vendor (SIV) shall be complied
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

Sheet 2 Of 2

0 17/05/2017 PR SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 031
NEW DELHI A927-031-YC-DS-3027 0
CLIENT: M/s CPCL

Page 76 of 270
Control Valve

1. TAG NUMBER : 031-LV-3601 REV: 0


2. Fluid Fluid State LEAN AMINE Liquid
3. Flow Min Nor Max kg/h 2139 9300 10230
4. D.P.at flow Min Nor Max kg/cm² 8 7.4 7.3
5. Inlet Pressure Min Nor kg/cm²(g) 11.5 10.9
SERVICE CONDITIONS

6. D.P. shutoff kg/cm² 19


7. Inlet Temp. Oper Max °C 40 65
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be

8. Deg. Of Superheat(Steam) °C
9. Specific Gravity 1.024
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

10. Rel.Mol. Mass Comp.Factor


11. Viscosity cP 3.3
12. Specific Heat Ratio Cp/Cv
13. Specific Volume kg/cm²
14. Vapour Pressure kg/cm²(abs) .1
15. Critical Pressure kg/cm²(abs) 40.8
16. % flash % Solids
17. Required Cv Min Nor Max .945 4.274 4.733 *
18. Inlet Velocity m/s *
19. Predicted Sound Pr. Level dBA *
20. .Service LEAN AMINE 47. Type Pneumatic Diaphragm

21. Inlet Line No. 3''-P-031-3601-A66A 48. Control Modulating


LINE

22. Line Size Sch. In 3" STD 49. Spring Action Close

ACTUATOR
23. Line Size Sch. Out 3" STD 50. Failure Position Closed
24. Inlet Line I.D. mm 77.9 51. Available Air Pressure kg/cm² 3.5
25. Outlet Line I.D. mm 77.9 52. Range kg/cm² *
26. Type Of Body Globe 53. Hand Wheel Not Required
54. Location
27. Body Size 1" 55. Air Failure Valve Not Required
28. Body/Bonnet Material ASTM A216 Gr. WCB 56. Set at kg/cm²
BODY / BONNET

29. End Connection(Flange) 1" 57. Type SMART HART


POSITIONER

30. Rating ANSI Class 300# 58. Air Supply Pr. kg/cm² 3.5
31. Facing and Finish RF 125 AARH 59. Input Signal kg/cm² 4-20 mA (HART)
32. Type Of Bonnet Plain 60. Output Signal kg/cm² *
33. Lubricator Not Required 61. Gauges Required, 2 Nos.
34. Isolating Valve Not Required 62. Bypass Not Required
35. Packing Material PTFE 63. Limit Switches Qty Not Require
36. Trim Type Single Seat 64. Actuation Points
ACCESSORIES

37. Port Size * 65. Filter Regulator+Gauges Required,1 No.


38. Rated Travel * 66. Stroke time to Open Close
39. Characterstic Equal % 67. Pneumatic Lock Relay Volume Boos Not Required
40. Guiding Top 68. Silencer Expander, Baffle Plate etc Not Required
41. Number of Ports Single
TRIM

69. I/P Convertor Not Required


42. Rated Cv 10 * 70. Solenoid Valve Type Not Require
43. Trim Material SS 316L Stellited 71. Haz. Area Classification IEC Zone 1 Gr-IIC
CERT

44. Other Wetted Parts SS 316L Stellited 72. ANSI/FCI leakage Class Class IV
45. Soft Seat Not Required 73. IBR Certification Not Required
46. Soft Seat Material NA 74. Valve Model No. *
MODEL

75. Actuator Model No. *


76. Positioner Model No. *
77. Solenoid/ I/P Converter Model No.
Notes:
"*" indicates data to be furnished by vendor

1. Sl. No. 05: Inlet pressure at Min. / Nor. / Max. flow: 11.5 / 10.9 / 10.8 Kg/cm2(g)
2. NACE + HIC requirements as per SIV shall be complied.
3. Gasket material shall be Sp.Wnd SS316L + Grafil .

Sheet 1 Of 2

0 17/05/2017 PR SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 031
NEW DELHI A927-031-YC-DS-3028 0
CLIENT: M/s CPCL

Page 77 of 270
Control Valve
Notes:
4. Bolt material is A193 Gr. B7M and Nut material is A194 Gr.2HM
5. Radiography & PWHT requirements shall be applicable. Special Instructions to Vendor (SIV) shall be complied
6. Bidder shall supply 1 No. of spare Air Filter Regulator (000-AFR-SP03) as loose supplied spare with specification same as specified in Air
Filter Regulator (AFR) Data sheet & in valve data sheet. The price for this AFR shall be included in the quoted price of the valve.
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

Sheet 2 Of 2

0 17/05/2017 PR SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 031
NEW DELHI A927-031-YC-DS-3028 0
CLIENT: M/s CPCL

Page 78 of 270
Control Valve

1. TAG NUMBER : 031-PV-3601A REV: 0


2. Fluid Fluid State N2 Vapour
3. Flow Min Nor Max kg/h 39 42.9
4. D.P.at flow Min Nor Max kg/cm² 2 1 1
5. Inlet Pressure Min Nor kg/cm²(g) 5 4
SERVICE CONDITIONS

6. D.P. shutoff kg/cm² 19


7. Inlet Temp. Oper Max °C 35 65
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be

8. Deg. Of Superheat(Steam) °C
9. Specific Gravity
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

10. Rel.Mol. Mass Comp.Factor 28.01 1


11. Viscosity cP .018
12. Specific Heat Ratio Cp/Cv 1.408
13. Specific Volume kg/cm²
14. Vapour Pressure kg/cm²(abs)
15. Critical Pressure kg/cm²(abs)
16. % flash % Solids
17. Required Cv Min Nor Max .417 .59 .65 *
18. Inlet Velocity m/s *
19. Predicted Sound Pr. Level dBA *
20. .Service N2 47. Type Pneumatic Diaphragm

21. Inlet Line No. 2''-P-031-3611-A66A 48. Control Modulating


LINE

22. Line Size Sch. In 2" XS 49. Spring Action Close

ACTUATOR
23. Line Size Sch. Out 2" XS 50. Failure Position Closed
24. Inlet Line I.D. mm 49.3 51. Available Air Pressure kg/cm² 3.5
25. Outlet Line I.D. mm 49.3 52. Range kg/cm² *
26. Type Of Body Globe 53. Hand Wheel Not Required
54. Location
27. Body Size 1" 55. Air Failure Valve Not Required
28. Body/Bonnet Material ASTM A216 Gr. WCB 56. Set at kg/cm²
BODY / BONNET

29. End Connection(Flange) 1" 57. Type SMART HART


POSITIONER

30. Rating ANSI Class 300# 58. Air Supply Pr. kg/cm² 3.5
31. Facing and Finish RF 125 AARH 59. Input Signal kg/cm² 4-20 mA (HART)
32. Type Of Bonnet Plain 60. Output Signal kg/cm² *
33. Lubricator Not Required 61. Gauges Required, 2 Nos.
34. Isolating Valve Not Required 62. Bypass Not Required
35. Packing Material PTFE 63. Limit Switches Qty Not Require
36. Trim Type Single Seat 64. Actuation Points
ACCESSORIES

37. Port Size * 65. Filter Regulator+Gauges Required,1 No.


38. Rated Travel * 66. Stroke time to Open Close
39. Characterstic Equal % 67. Pneumatic Lock Relay Volume Boos Not Required
40. Guiding Top 68. Silencer Expander, Baffle Plate etc Not Required
41. Number of Ports Single
TRIM

69. I/P Convertor Not Required


42. Rated Cv 1.6 * 70. Solenoid Valve Type Not Require
43. Trim Material SS 316L Stellited 71. Haz. Area Classification IEC Zone 1 Gr-IIC
CERT

44. Other Wetted Parts SS 316L Stellited 72. ANSI/FCI leakage Class Class IV
45. Soft Seat Not Required 73. IBR Certification Not Required
46. Soft Seat Material NA 74. Valve Model No. *
MODEL

75. Actuator Model No. *


76. Positioner Model No. *
77. Solenoid/ I/P Converter Model No.
Notes:
"*" indicates data to be furnished by vendor

1. Sl. No. 05: Inlet pressure at Min. / Nor. / Max. flow: 5 / 4 / 4 Kg/cm2(g)
2. NACE + HIC requirements as per SIV shall be complied.
3. Gasket material shall be Sp.Wnd SS316L + Grafil .

Sheet 1 Of 2

0 17/05/2017 PR SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 031
NEW DELHI A927-031-YC-DS-3029 0
CLIENT: M/s CPCL

Page 79 of 270
Control Valve
Notes:
4. Bolt material is A193 Gr. B7M and Nut material is A194 Gr.2HM
5. Radiography & PWHT requirements shall be applicable. Special Instructions to Vendor (SIV) shall be complied
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

Sheet 2 Of 2

0 17/05/2017 PR SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 031
NEW DELHI A927-031-YC-DS-3029 0
CLIENT: M/s CPCL

Page 80 of 270
Control Valve

1. TAG NUMBER : 031-PV-3601B REV: 0


2. Fluid Fluid State N2+MDEA+H2S Vapour
3. Flow Min Nor Max kg/h 39 42.9
4. D.P.at flow Min Nor Max kg/cm² 2.4 2.3
5. Inlet Pressure Min Nor kg/cm²(g) 3 3
SERVICE CONDITIONS

6. D.P. shutoff kg/cm² 19


7. Inlet Temp. Oper Max °C 40 80
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be

8. Deg. Of Superheat(Steam) °C
9. Specific Gravity
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

10. Rel.Mol. Mass Comp.Factor 28.01 1


11. Viscosity cP .019
12. Specific Heat Ratio Cp/Cv 1.406
13. Specific Volume kg/cm²
14. Vapour Pressure kg/cm²(abs)
15. Critical Pressure kg/cm²(abs)
16. % flash % Solids
17. Required Cv Min Nor Max .429 .429 .482 *
18. Inlet Velocity m/s *
19. Predicted Sound Pr. Level dBA *
20. .Service N2+MDEA+H2S 47. Type Pneumatic Diaphragm

21. Inlet Line No. 2''-P-031-3610-A66A 48. Control Modulating


LINE

22. Line Size Sch. In 2" XS 49. Spring Action Close

ACTUATOR
23. Line Size Sch. Out 2" XS 50. Failure Position Closed
24. Inlet Line I.D. mm 49.3 51. Available Air Pressure kg/cm² 3.5
25. Outlet Line I.D. mm 49.3 52. Range kg/cm² *
26. Type Of Body Globe 53. Hand Wheel Not Required
54. Location
27. Body Size 1" 55. Air Failure Valve Not Required
28. Body/Bonnet Material ASTM A216 Gr. WCB 56. Set at kg/cm²
BODY / BONNET

29. End Connection(Flange) 1" 57. Type SMART HART


POSITIONER

30. Rating ANSI Class 300# 58. Air Supply Pr. kg/cm² 3.5
31. Facing and Finish RF 125 AARH 59. Input Signal kg/cm² 4-20 mA (HART)
32. Type Of Bonnet Plain 60. Output Signal kg/cm² *
33. Lubricator Not Required 61. Gauges Required, 2 Nos.
34. Isolating Valve Not Required 62. Bypass Not Required
35. Packing Material PTFE 63. Limit Switches Qty Not Require
36. Trim Type Single Seat 64. Actuation Points
ACCESSORIES

37. Port Size * 65. Filter Regulator+Gauges Required,1 No.


38. Rated Travel * 66. Stroke time to Open Close
39. Characterstic Equal % 67. Pneumatic Lock Relay Volume Boos Not Required
40. Guiding Top 68. Silencer Expander, Baffle Plate etc Not Required
41. Number of Ports Single
TRIM

69. I/P Convertor Not Required


42. Rated Cv 1 * 70. Solenoid Valve Type Not Require
43. Trim Material SS 316L Stellited 71. Haz. Area Classification IEC Zone 1 Gr-IIC
CERT

44. Other Wetted Parts SS 316L Stellited 72. ANSI/FCI leakage Class Class IV
45. Soft Seat Not Required 73. IBR Certification Not Required
46. Soft Seat Material NA 74. Valve Model No. *
MODEL

75. Actuator Model No. *


76. Positioner Model No. *
77. Solenoid/ I/P Converter Model No.
Notes:
"*" indicates data to be furnished by vendor

1. Sl. No. 05: Inlet pressure at Min./ Nor. / Max. flow: 3 / 3 / 3 Kg/cm2(g)
2. NACE + HIC requirements as per SIV shall be complied.
3. DP at minimum conditions shall be reconfirmed during detail engineering.

Sheet 1 Of 2

0 17/05/2017 PR SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 031
NEW DELHI A927-031-YC-DS-3030 0
CLIENT: M/s CPCL

Page 81 of 270
Control Valve
Notes:
4. Gasket material shall be Sp.Wnd SS316L + Grafil .
5. Bolt material is A193 Gr. B7M and Nut material is A194 Gr.2HM
6. Radiography & PWHT requirements shall be applicable. Special Instructions to Vendor (SIV) shall be complied
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

Sheet 2 Of 2

0 17/05/2017 PR SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 031
NEW DELHI A927-031-YC-DS-3030 0
CLIENT: M/s CPCL

Page 82 of 270
Control Valve

1. TAG NUMBER : 031-FV-4101 REV: 0


2. Fluid Fluid State Air Vapour
3. Flow Min Nor Max kg/h 946.08 3504 3504
4. D.P.at flow Min Nor Max kg/cm² 2.8 .3 .3
5. Inlet Pressure Min Nor kg/cm²(g) 5 3.8
SERVICE CONDITIONS

6. D.P. shutoff kg/cm² 10


7. Inlet Temp. Oper Max °C 18 65
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be

8. Deg. Of Superheat(Steam) °C
9. Specific Gravity
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

10. Rel.Mol. Mass Comp.Factor 29 .999


11. Viscosity cP .018
12. Specific Heat Ratio Cp/Cv 1.409
13. Specific Volume kg/cm²
14. Vapour Pressure kg/cm²(abs)
15. Critical Pressure kg/cm²(abs)
16. % flash % Solids
17. Required Cv Min Nor Max 8.563 96.889 97.076 *
18. Inlet Velocity m/s *
19. Predicted Sound Pr. Level dBA *
20. .Service Air 47. Type Pneumatic Diaphragm

21. Inlet Line No. 6''-PA-031-4101-A2A 48. Control Modulating


LINE

22. Line Size Sch. In 6" STD 49. Spring Action Close

ACTUATOR
23. Line Size Sch. Out 6" STD 50. Failure Position Closed
24. Inlet Line I.D. mm 154.1 51. Available Air Pressure kg/cm² 3.5
25. Outlet Line I.D. mm 154.1 52. Range kg/cm² *
26. Type Of Body Globe 53. Hand Wheel Not Required
54. Location
27. Body Size 4" 55. Air Failure Valve Not Required
28. Body/Bonnet Material ASTM A216 Gr. WCB 56. Set at kg/cm²
BODY / BONNET

29. End Connection(Flange) 4" 57. Type SMART HART


POSITIONER

30. Rating ANSI Class 300# 58. Air Supply Pr. kg/cm² 3.5
31. Facing and Finish RF 125 AARH 59. Input Signal kg/cm² 4-20 mA (HART)
32. Type Of Bonnet Plain 60. Output Signal kg/cm² *
33. Lubricator Not Required 61. Gauges Required, 2 Nos.
34. Isolating Valve Not Required 62. Bypass Not Required
35. Packing Material PTFE 63. Limit Switches Qty Not Require
36. Trim Type Single Seat 64. Actuation Points
ACCESSORIES

37. Port Size * 65. Filter Regulator+Gauges Required,1 No.


38. Rated Travel * 66. Stroke time to Open Close
39. Characterstic Equal % 67. Pneumatic Lock Relay Volume Boos Not Required
40. Guiding Cage 68. Silencer Expander, Baffle Plate etc Not Required
41. Number of Ports Single
TRIM

69. I/P Convertor Not Required


42. Rated Cv 175 * 70. Solenoid Valve Type Not Require
43. Trim Material 316 SS Stellited 71. Haz. Area Classification IEC Zone 1 Gr-IIC
CERT

44. Other Wetted Parts 316 SS Stellited 72. ANSI/FCI leakage Class Class IV
45. Soft Seat Not Required 73. IBR Certification Not Required
46. Soft Seat Material NA 74. Valve Model No. *
MODEL

75. Actuator Model No. *


76. Positioner Model No. *
77. Solenoid/ I/P Converter Model No.
Notes:
"*" indicates data to be furnished by vendor

1. Sl. No. 05: Inlet pressure at Min. / Nor. / Max. flow: 5.0 / 3.8 / 3.8 Kg/cm2(g)
2. IBR service requirements as per Special Instructions to Vendor (SIV) shall be complied.
3. Above mentioned operating process conditions are for SHU regeneration case. Valve shall also be sized for HDS regeneration case. Operating

Sheet 1 Of 2

0 17/05/2017 PR SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 031
NEW DELHI A927-031-YC-DS-3031 0
CLIENT: M/s CPCL

Page 83 of 270
Control Valve
Notes:
process conditions for the same are as below:
Flow @ Min. / Norm. / Max. - 1518.12 / 4217 / 4217 Kg/hr
DP @ Min. / Norm. / Max. - 3.0 / 1.5 / 1.5 Kg/cm2
Inlet Pressure Min. / Norm. / Max.- 5.0 / 3.8 / 3.8
All other parameters shall be same as mentioned above for SHU regeneration case.
Stringent valve size shall be selected.
4. Gasket material shall be Sp.Wnd SS316 + Grafil .
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be

5. Bolt material is A193 Gr. B7 and Nut material is A194 Gr.2H


reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

Sheet 2 Of 2

0 17/05/2017 PR SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 031
NEW DELHI A927-031-YC-DS-3031 0
CLIENT: M/s CPCL

Page 84 of 270
Control Valve

1. TAG NUMBER : 031-FV-4102 REV: 0


2. Fluid Fluid State H2O Vapour
3. Flow Min Nor Max kg/h 4256.25 5671 5671
4. D.P.at flow Min Nor Max kg/cm² 9.8 7.7 7
5. Inlet Pressure Min Nor kg/cm²(g) 10 9.3
SERVICE CONDITIONS

6. D.P. shutoff kg/cm² 15


7. Inlet Temp. Oper Max °C 200 280
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be

8. Deg. Of Superheat(Steam) °C
9. Specific Gravity
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

10. Rel.Mol. Mass Comp.Factor 18.02 .943


11. Viscosity cP .016
12. Specific Heat Ratio Cp/Cv 1.391
13. Specific Volume kg/cm²
14. Vapour Pressure kg/cm²(abs)
15. Critical Pressure kg/cm²(abs)
16. % flash % Solids
17. Required Cv Min Nor Max 22.038 33.12 34.74 *
18. Inlet Velocity m/s *
19. Predicted Sound Pr. Level dBA *
20. .Service H2O 47. Type Pneumatic Diaphragm

21. Inlet Line No. 6''-SM-031-4101-A22A- 48. Control Modulating


LINE

22. Line Size Sch. In 6" STD 49. Spring Action Close

ACTUATOR
23. Line Size Sch. Out 6" STD 50. Failure Position Closed
24. Inlet Line I.D. mm 154.1 51. Available Air Pressure kg/cm² 3.5
25. Outlet Line I.D. mm 154.1 52. Range kg/cm² *
26. Type Of Body Globe 53. Hand Wheel Not Required
54. Location
27. Body Size 3" 55. Air Failure Valve Not Required
28. Body/Bonnet Material ASTM A216 Gr. WCB 56. Set at kg/cm²
BODY / BONNET

29. End Connection(Flange) 3" 57. Type SMART HART


POSITIONER

30. Rating ANSI Class 300# 58. Air Supply Pr. kg/cm² 3.5
31. Facing and Finish RF 125 AARH 59. Input Signal kg/cm² 4-20 mA (HART)
32. Type Of Bonnet Radiation Fins 60. Output Signal kg/cm² *
33. Lubricator Not Required 61. Gauges Required, 2 Nos.
34. Isolating Valve Not Required 62. Bypass Not Required
35. Packing Material Grafoil (Dual) 63. Limit Switches Qty Not Require
36. Trim Type Low Noise Trim 64. Actuation Points
ACCESSORIES

37. Port Size * 65. Filter Regulator+Gauges Required,1 No.


38. Rated Travel * 66. Stroke time to Open Close
39. Characterstic Mod. Equal % 67. Pneumatic Lock Relay Volume Boos Not Required
40. Guiding Cage 68. Silencer Expander, Baffle Plate etc Not Required
41. Number of Ports Single
TRIM

69. I/P Convertor Not Required


42. Rated Cv 54 * 70. Solenoid Valve Type Not Require
43. Trim Material 316 SS Stellited 71. Haz. Area Classification IEC Zone 1 Gr-IIC
CERT

44. Other Wetted Parts 316 SS Stellited 72. ANSI/FCI leakage Class Class IV
45. Soft Seat Not Required 73. IBR Certification Not Required
46. Soft Seat Material NA 74. Valve Model No. *
MODEL

75. Actuator Model No. *


76. Positioner Model No. *
77. Solenoid/ I/P Converter Model No.
Notes:
"*" indicates data to be furnished by vendor

1. Sl. No. 05: Inlet pressure at Min. / Nor. / Max. flow: 10 / 9.3 / 9.3 Kg/cm2(g)
2. Design pressure shall be 15 Kg/cm2 / FV.
3. Double Packing suitable for full vacuum to be provided

Sheet 1 Of 2

0 17/05/2017 PR SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 031
NEW DELHI A927-031-YC-DS-3032 0
CLIENT: M/s CPCL

Page 85 of 270
Control Valve
Notes:
4. IBR service requirements as per Special Instructions to Vendor (SIV) shall be complied.
5. Above mentioned operating process conditions are for HDS regeneration case. Valve shall also be sized for SHU regeneration case. Operating
process conditions for the same are as below:
Flow @ Min. / Norm. / Max. - 3534 / 3534 / 3534 Kg/hr
DP @ Min. / Norm. / Max. - 8.7 / 7.1 / 5.8 Kg/cm2
Inlet Pressure Min. / Norm. / Max.- 10.4 / 9.3 / 9.3
All other parameters shall be same as mentioned above for HDS regeneration case.
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be

Stringent valve size shall be selected.


reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

Sheet 2 Of 2

0 17/05/2017 PR SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 031
NEW DELHI A927-031-YC-DS-3032 0
CLIENT: M/s CPCL

Page 86 of 270
Control Valve

1. TAG NUMBER : 031-FV-4103 REV: 0


2. Fluid Fluid State N2 Vapour
3. Flow Min Nor Max kg/h 2428 4856 4856
4. D.P.at flow Min Nor Max kg/cm² 4.7 2.4 2.2
5. Inlet Pressure Min Nor kg/cm²(g) 5 3.8
SERVICE CONDITIONS

6. D.P. shutoff kg/cm² 9.5


7. Inlet Temp. Oper Max °C 18 65
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be

8. Deg. Of Superheat(Steam) °C
9. Specific Gravity
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

10. Rel.Mol. Mass Comp.Factor 28.01 1


11. Viscosity cP .017
12. Specific Heat Ratio Cp/Cv 1.409
13. Specific Volume kg/cm²
14. Vapour Pressure kg/cm²(abs)
15. Critical Pressure kg/cm²(abs)
16. % flash % Solids
17. Required Cv Min Nor Max 17.508 49.003 51.186 *
18. Inlet Velocity m/s *
19. Predicted Sound Pr. Level dBA *
20. .Service N2 47. Type Pneumatic Diaphragm

21. Inlet Line No. 6''-IG-031-4101-A2A 48. Control Modulating


LINE

22. Line Size Sch. In 6" STD 49. Spring Action Close

ACTUATOR
23. Line Size Sch. Out 6" STD 50. Failure Position Closed
24. Inlet Line I.D. mm 154.1 51. Available Air Pressure kg/cm² 3.5
25. Outlet Line I.D. mm 154.1 52. Range kg/cm² *
26. Type Of Body Globe 53. Hand Wheel Not Required
54. Location
27. Body Size 3" 55. Air Failure Valve Not Required
28. Body/Bonnet Material ASTM A216 Gr. WCB 56. Set at kg/cm²
BODY / BONNET

29. End Connection(Flange) 3" 57. Type SMART HART


POSITIONER

30. Rating ANSI Class 300# 58. Air Supply Pr. kg/cm² 3.5
31. Facing and Finish RF 125 AARH 59. Input Signal kg/cm² 4-20 mA (HART)
32. Type Of Bonnet Plain 60. Output Signal kg/cm² *
33. Lubricator Not Required 61. Gauges Required, 2 Nos.
34. Isolating Valve Not Required 62. Bypass Not Required
35. Packing Material PTFE 63. Limit Switches Qty Not Require
36. Trim Type Single Seat 64. Actuation Points
ACCESSORIES

37. Port Size * 65. Filter Regulator+Gauges Required,1 No.


38. Rated Travel * 66. Stroke time to Open Close
39. Characterstic Equal % 67. Pneumatic Lock Relay Volume Boos Not Required
40. Guiding Cage 68. Silencer Expander, Baffle Plate etc Not Required
41. Number of Ports Single
TRIM

69. I/P Convertor Not Required


42. Rated Cv 99 * 70. Solenoid Valve Type Not Require
43. Trim Material 316 SS Stellited 71. Haz. Area Classification IEC Zone 1 Gr-IIC
CERT

44. Other Wetted Parts 316 SS Stellited 72. ANSI/FCI leakage Class Class IV
45. Soft Seat Not Required 73. IBR Certification Not Required
46. Soft Seat Material NA 74. Valve Model No. *
MODEL

75. Actuator Model No. *


76. Positioner Model No. *
77. Solenoid/ I/P Converter Model No.
Notes:
"*" indicates data to be furnished by vendor
1. Sl. No. 05: Inlet pressure at Min. / Nor. / Max. flow: 5 / 3.8 / 3.8 Kg/cm2(g)
2. IBR service requirements as per Special Instructions to Vendor (SIV) shall be complied.
3. Bidder shall supply 1 No. of spare Air Filter Regulator (000-AFR-SP04) as loose supplied spare with specification same as specified in Air
Filter Regulator (AFR) Data sheet & in valve data sheet. The price for this AFR shall be included in the quoted price of the valve.

Sheet 1 Of 1

0 17/05/2017 PR SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 031
NEW DELHI A927-031-YC-DS-3033 0
CLIENT: M/s CPCL

Page 87 of 270
Control Valve

1. TAG NUMBER : 092-FV-1201 REV: 0


2. Fluid Fluid State STRIPPED WATER Liquid
3. Flow Min Nor Max m³/h 4.3 8.6 9.5
4. D.P.at flow Min Nor Max kg/cm² 1.9 1.3 1.2
5. Inlet Pressure Min Nor kg/cm²(g) 7.9 7.4
SERVICE CONDITIONS

6. D.P. shutoff kg/cm² 18.5


7. Inlet Temp. Oper Max °C 70 150
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be

8. Deg. Of Superheat(Steam) °C
9. Specific Gravity .976
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

10. Rel.Mol. Mass Comp.Factor


11. Viscosity cP .4
12. Specific Heat Ratio Cp/Cv
13. Specific Volume kg/cm²
14. Vapour Pressure kg/cm²(abs)
15. Critical Pressure kg/cm²(abs)
16. % flash % Solids
17. Required Cv Min Nor Max 3.64 8.801 10.119 *
18. Inlet Velocity m/s *
19. Predicted Sound Pr. Level dBA *
20. .Service STRIPPED WATER 47. Type Pneumatic Diaphragm

21. Inlet Line No. 2"-P-092-1208-B19A 48. Control Modulating


LINE

22. Line Size Sch. In 2" XS 49. Spring Action Close

ACTUATOR
23. Line Size Sch. Out 2" XS 50. Failure Position Closed
24. Inlet Line I.D. mm 49.3 51. Available Air Pressure kg/cm² 3.5
25. Outlet Line I.D. mm 49.3 52. Range kg/cm² *
26. Type Of Body Globe 53. Hand Wheel Not Required
54. Location
27. Body Size 1 1/2" 55. Air Failure Valve Not Required
28. Body/Bonnet Material ASTM A216 Gr. WCB 56. Set at kg/cm²
BODY / BONNET

29. End Connection(Flange) 1 1/2" 57. Type Fieldbus Positioner


POSITIONER

30. Rating ANSI Class 300# 58. Air Supply Pr. kg/cm² 3.5
31. Facing and Finish RF 125 AARH 59. Input Signal kg/cm² FF
32. Type Of Bonnet Plain 60. Output Signal kg/cm² *
33. Lubricator Not Required 61. Gauges Required, 2 Nos.
34. Isolating Valve Not Required 62. Bypass Not Required
35. Packing Material PTFE 63. Limit Switches Qty Not Require
36. Trim Type Single Seat 64. Actuation Points
ACCESSORIES

37. Port Size * 65. Filter Regulator+Gauges Required,1 No.


38. Rated Travel * 66. Stroke time to Open Close
39. Characterstic Equal % 67. Pneumatic Lock Relay Volume Boos Not Required
40. Guiding Top 68. Silencer Expander, Baffle Plate etc Not Required
41. Number of Ports Single
TRIM

69. I/P Convertor Not Required


42. Rated Cv 24 * 70. Solenoid Valve Type Not Require
43. Trim Material 316 SS Stellited 71. Haz. Area Classification IEC Zone 1 Gr-IIC
CERT

44. Other Wetted Parts 316 SS Stellited 72. ANSI/FCI leakage Class Class IV
45. Soft Seat Not Required 73. IBR Certification Not Required
46. Soft Seat Material NA 74. Valve Model No. *
MODEL

75. Actuator Model No. *


76. Positioner Model No. *
77. Solenoid/ I/P Converter Model No.
Notes:
"*" indicates data to be furnished by vendor
1. Sl. No. 05: Inlet pressure at Min. / Nor. / Max. flow: 7.9 / 7.4 / 7.3 Kg/cm2(g)
2. PWHT requirements as per SIV shall be complied.

Sheet 1 Of 1

0 17/05/2017 PR SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 092
NEW DELHI A927-092-YC-DS-3001 0
CLIENT: M/s CPCL

Page 88 of 270
Control Valve

1. TAG NUMBER : 092-PV-1203 REV: 0


2. Fluid Fluid State STRIPPED WATER Liquid
3. Flow Min Nor Max m³/h 10.7 21.4 30
4. D.P.at flow Min Nor Max kg/cm² 1.9 1.3 .7
5. Inlet Pressure Min Nor kg/cm²(g) 7.9 7.4
SERVICE CONDITIONS

6. D.P. shutoff kg/cm² 18.5


7. Inlet Temp. Oper Max °C 40 150
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be

8. Deg. Of Superheat(Steam) °C
9. Specific Gravity .976
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

10. Rel.Mol. Mass Comp.Factor


11. Viscosity cP .4
12. Specific Heat Ratio Cp/Cv
13. Specific Volume kg/cm²
14. Vapour Pressure kg/cm²(abs)
15. Critical Pressure kg/cm²(abs)
16. % flash % Solids
17. Required Cv Min Nor Max 9.068 21.925 41.886 *
18. Inlet Velocity m/s *
19. Predicted Sound Pr. Level dBA *
20. .Service STRIPPED WATER 47. Type Pneumatic Diaphragm

21. Inlet Line No. 4"-P-092-1207-B19A 48. Control Modulating


LINE

22. Line Size Sch. In 4" STD 49. Spring Action Close

ACTUATOR
23. Line Size Sch. Out 4" STD 50. Failure Position Closed
24. Inlet Line I.D. mm 102.3 51. Available Air Pressure kg/cm² 3.5
25. Outlet Line I.D. mm 102.3 52. Range kg/cm² *
26. Type Of Body Globe 53. Hand Wheel Not Required
54. Location
27. Body Size 3" 55. Air Failure Valve Not Required
28. Body/Bonnet Material ASTM A216 Gr. WCB 56. Set at kg/cm²
BODY / BONNET

29. End Connection(Flange) 3" 57. Type Fieldbus Positioner


POSITIONER

30. Rating ANSI Class 300# 58. Air Supply Pr. kg/cm² 3.5
31. Facing and Finish RF 125 AARH 59. Input Signal kg/cm² FF
32. Type Of Bonnet Plain 60. Output Signal kg/cm² *
33. Lubricator Not Required 61. Gauges Required, 2 Nos.
34. Isolating Valve Not Required 62. Bypass Not Required
35. Packing Material PTFE 63. Limit Switches Qty Not Require
36. Trim Type Single Seat 64. Actuation Points
ACCESSORIES

37. Port Size * 65. Filter Regulator+Gauges Required,1 No.


38. Rated Travel * 66. Stroke time to Open Close
39. Characterstic Equal % 67. Pneumatic Lock Relay Volume Boos Not Required
40. Guiding Cage 68. Silencer Expander, Baffle Plate etc Not Required
41. Number of Ports Single
TRIM

69. I/P Convertor Not Required


42. Rated Cv 99 * 70. Solenoid Valve Type Not Require
43. Trim Material 316 SS 71. Haz. Area Classification IEC Zone 1 Gr-IIC
CERT

44. Other Wetted Parts 316 SS 72. ANSI/FCI leakage Class Class IV
45. Soft Seat Not Required 73. IBR Certification Not Required
46. Soft Seat Material NA 74. Valve Model No. *
MODEL

75. Actuator Model No. *


76. Positioner Model No. *
77. Solenoid/ I/P Converter Model No.
Notes:
"*" indicates data to be furnished by vendor

1. Sl. No. 05: Inlet pressure at Min. / Nor. / Max. flow: 7.9 / 7.4 / 7.3 Kg/cm2(g).
2. PWHT requirements as per SIV shall be complied.

Sheet 1 Of 1

0 17/05/2017 PR SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 092
NEW DELHI A927-092-YC-DS-3002 0
CLIENT: M/s CPCL

Page 89 of 270
Control Valve

1. TAG NUMBER : 092-FV-1301 REV: 0


2. Fluid Fluid State STRIPPED WATER Liquid
3. Flow Min Nor Max m³/h 16.2 32.4 35.6
4. D.P.at flow Min Nor Max kg/cm² 5.5 1.7 .7
5. Inlet Pressure Min Nor kg/cm²(g) 12.7 9
SERVICE CONDITIONS

6. D.P. shutoff kg/cm² 20.3


7. Inlet Temp. Oper Max °C 143.5 160
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be

8. Deg. Of Superheat(Steam) °C
9. Specific Gravity .988
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

10. Rel.Mol. Mass Comp.Factor


11. Viscosity cP .5
12. Specific Heat Ratio Cp/Cv
13. Specific Volume kg/cm²
14. Vapour Pressure kg/cm²(abs) 18.9
15. Critical Pressure kg/cm²(abs) 225.2
16. % flash % Solids
17. Required Cv Min Nor Max 7.965 28.652 49.061 *
18. Inlet Velocity m/s *
19. Predicted Sound Pr. Level dBA *
20. .Service STRIPPED WATER 47. Type Pneumatic Diaphragm

21. Inlet Line No. 4"-P-092-1302-B19A 48. Control Modulating


LINE

22. Line Size Sch. In 4" STD 49. Spring Action Close

ACTUATOR
23. Line Size Sch. Out 4" STD 50. Failure Position Closed
24. Inlet Line I.D. mm 102.3 51. Available Air Pressure kg/cm² 3.5
25. Outlet Line I.D. mm 102.3 52. Range kg/cm² *
26. Type Of Body Globe 53. Hand Wheel Not Required
54. Location
27. Body Size 4" 55. Air Failure Valve Not Required
28. Body/Bonnet Material ASTM A216 Gr. WCB 56. Set at kg/cm²
BODY / BONNET

29. End Connection(Flange) 4" 57. Type SMART HART


POSITIONER

30. Rating ANSI Class 300# 58. Air Supply Pr. kg/cm² 3.5
31. Facing and Finish RF 125 AARH 59. Input Signal kg/cm² 4-20mA (HART)
32. Type Of Bonnet Plain 60. Output Signal kg/cm² *
33. Lubricator Not Required 61. Gauges Required, 2 Nos.
34. Isolating Valve Not Required 62. Bypass Not Required
35. Packing Material PTFE 63. Limit Switches Qty Not Require
36. Trim Type Anticavitation 64. Actuation Points
ACCESSORIES

37. Port Size * 65. Filter Regulator+Gauges Required,1 No.


38. Rated Travel * 66. Stroke time to Open Close
39. Characterstic Mod. Equal % 67. Pneumatic Lock Relay Volume Boos Not Required
40. Guiding Cage 68. Silencer Expander, Baffle Plate etc Not Required
41. Number of Ports Single
TRIM

69. I/P Convertor Not Required


42. Rated Cv 96 * 70. Solenoid Valve Type Not Require
43. Trim Material 316 SS Stellited 71. Haz. Area Classification IEC Zone 1 Gr-IIC
CERT

44. Other Wetted Parts 316 SS Stellited 72. ANSI/FCI leakage Class Class IV
45. Soft Seat Not Required 73. IBR Certification Not Required
46. Soft Seat Material NA 74. Valve Model No. *
MODEL

75. Actuator Model No. *


76. Positioner Model No. *
77. Solenoid/ I/P Converter Model No.
Notes:
"*" indicates data to be furnished by vendor

1. Sl. No. 05: Inlet pressure at Min. / Nor. / Max. flow: 12.7 / 9 / 8.1 Kg/cm2(g).
2. PWHT requirements as per SIV shall be complied.

Sheet 1 Of 1

0 17/05/2017 PR SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 092
NEW DELHI A927-092-YC-DS-3003 0
CLIENT: M/s CPCL

Page 90 of 270
Control Valve

1. TAG NUMBER : 092-FV-1302 REV: 0


2. Fluid Fluid State SOUR WATER Liquid
3. Flow Min Nor Max m³/h 10.7
4. D.P.at flow Min Nor Max kg/cm² 10
5. Inlet Pressure Min Nor kg/cm²(g)
SERVICE CONDITIONS

6. D.P. shutoff kg/cm² 20.3


7. Inlet Temp. Oper Max °C 45 65
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be

8. Deg. Of Superheat(Steam) °C
9. Specific Gravity .988
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

10. Rel.Mol. Mass Comp.Factor


11. Viscosity cP .5
12. Specific Heat Ratio Cp/Cv
13. Specific Volume kg/cm²
14. Vapour Pressure kg/cm²(abs)
15. Critical Pressure kg/cm²(abs)
16. % flash % Solids
17. Required Cv Min Nor Max 4.153 *
18. Inlet Velocity m/s *
19. Predicted Sound Pr. Level dBA *
20. .Service SOUR WATER 47. Type Pneumatic Diaphragm

21. Inlet Line No. 3"-P-092-1324-B19A 48. Control Modulating


LINE

22. Line Size Sch. In 3" STD 49. Spring Action Open

ACTUATOR
23. Line Size Sch. Out 3" STD 50. Failure Position Open
24. Inlet Line I.D. mm 77.9 51. Available Air Pressure kg/cm² 3.5
25. Outlet Line I.D. mm 77.9 52. Range kg/cm² *
26. Type Of Body Globe 53. Hand Wheel Not Required
54. Location
27. Body Size 1" 55. Air Failure Valve Not Required
28. Body/Bonnet Material ASTM A216 Gr. WCB 56. Set at kg/cm²
BODY / BONNET

29. End Connection(Flange) 1" 57. Type Fieldbus Positioner


POSITIONER

30. Rating ANSI Class 300# 58. Air Supply Pr. kg/cm² 3.5
31. Facing and Finish RF 125 AARH 59. Input Signal kg/cm² FF
32. Type Of Bonnet Plain 60. Output Signal kg/cm² *
33. Lubricator Not Required 61. Gauges Required, 2 Nos.
34. Isolating Valve Not Required 62. Bypass Not Required
35. Packing Material PTFE 63. Limit Switches Qty Not Require
36. Trim Type Single Seat 64. Actuation Points
ACCESSORIES

37. Port Size * 65. Filter Regulator+Gauges Required,1 No.


38. Rated Travel * 66. Stroke time to Open Close
39. Characterstic Equal % 67. Pneumatic Lock Relay Volume Boos Not Required
40. Guiding Top 68. Silencer Expander, Baffle Plate etc Not Required
41. Number of Ports Single
TRIM

69. I/P Convertor Not Required


42. Rated Cv 10 * 70. Solenoid Valve Type Not Require
43. Trim Material 316 SS Stellited 71. Haz. Area Classification IEC Zone 1 Gr-IIC
CERT

44. Other Wetted Parts 316 SS Stellited 72. ANSI/FCI leakage Class Class IV
45. Soft Seat Not Required 73. IBR Certification Not Required
46. Soft Seat Material NA 74. Valve Model No. *
MODEL

75. Actuator Model No. *


76. Positioner Model No. *
77. Solenoid/ I/P Converter Model No.
Notes:
"*" indicates data to be furnished by vendor

1. Sl. No. 05: Inlet pressure at Max. flow: 14.4 Kg/cm2(g)


2. Flow and DP shall be reconfirmed during detail engineering.
3. PWHT requirements as per SIV shall be complied.

Sheet 1 Of 1

0 17/05/2017 PR SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 092
NEW DELHI A927-092-YC-DS-3004 0
CLIENT: M/s CPCL

Page 91 of 270
Control Valve

1. TAG NUMBER : 092-LV-1401 REV: 0


2. Fluid Fluid State MP CONDENSATE Liquid
3. Flow Min Nor Max m³/h 1.3 2.6 3.3
4. D.P.at flow Min Nor Max kg/cm² 6 5.8 5.7
5. Inlet Pressure Min Nor kg/cm²(g) 10 10
SERVICE CONDITIONS

6. D.P. shutoff kg/cm² 15


7. Inlet Temp. Oper Max °C 183.2 190
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be

8. Deg. Of Superheat(Steam) °C
9. Specific Gravity .8832
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

10. Rel.Mol. Mass Comp.Factor


11. Viscosity cP .2
12. Specific Heat Ratio Cp/Cv
13. Specific Volume kg/cm²
14. Vapour Pressure kg/cm²(abs) 11
15. Critical Pressure kg/cm²(abs) 225.2
16. % flash % Solids
17. Required Cv Min Nor Max 1.5 2.99 3.807 *
18. Inlet Velocity m/s *
19. Predicted Sound Pr. Level dBA *
20. .Service MP CONDENSATE 47. Type Pneumatic Diaphragm

21. Inlet Line No. 2"-CM-092-1401-B2A-I 48. Control Modulating


LINE

22. Line Size Sch. In 2" XS 49. Spring Action Close

ACTUATOR
23. Line Size Sch. Out 2" XS 50. Failure Position Closed
24. Inlet Line I.D. mm 49.3 51. Available Air Pressure kg/cm² 3.5
25. Outlet Line I.D. mm 49.3 52. Range kg/cm² *
26. Type Of Body Globe 53. Hand Wheel Not Required
54. Location
27. Body Size 1" 55. Air Failure Valve Not Required
28. Body/Bonnet Material ASTM A216 Gr. WCB 56. Set at kg/cm²
BODY / BONNET

29. End Connection(Flange) 1" 57. Type Fieldbus Positioner


POSITIONER

30. Rating ANSI Class 300# 58. Air Supply Pr. kg/cm² 3.5
31. Facing and Finish RF 125 AARH 59. Input Signal kg/cm² FF
32. Type Of Bonnet Plain 60. Output Signal kg/cm² *
33. Lubricator Not Required 61. Gauges Required, 2 Nos.
34. Isolating Valve Not Required 62. Bypass Not Required
35. Packing Material PTFE 63. Limit Switches Qty Not Require
36. Trim Type Anticavitation 64. Actuation Points
ACCESSORIES

37. Port Size * 65. Filter Regulator+Gauges Required,1 No.


38. Rated Travel * 66. Stroke time to Open Close
39. Characterstic Mod. Equal % 67. Pneumatic Lock Relay Volume Boos Not Required
40. Guiding Top 68. Silencer Expander, Baffle Plate etc Not Required
41. Number of Ports Single
TRIM

69. I/P Convertor Not Required


42. Rated Cv 6.3 * 70. Solenoid Valve Type Not Require
43. Trim Material 316 SS Stellited 71. Haz. Area Classification IEC Zone 1 Gr-IIC
CERT

44. Other Wetted Parts 316 SS Stellited 72. ANSI/FCI leakage Class Class IV
45. Soft Seat Not Required 73. IBR Certification Not Required
46. Soft Seat Material NA 74. Valve Model No. *
MODEL

75. Actuator Model No. *


76. Positioner Model No. *
77. Solenoid/ I/P Converter Model No.
Notes:
"*" indicates data to be furnished by vendor

1. Sl. No. 05: Inlet pressure at Min. / Nor. / Max. flow: 10 / 10 / 10 Kg/cm2(g)
2. IBR service requirements as per Special Instructions to Vendor (SIV) shall be complied
3. Bidder shall supply 1 No. of spare Air Filter Regulator (000-AFR-SP08) as loose supplied spare with specification same as specified in Air

Sheet 1 Of 2

0 17/05/2017 PR SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 092
NEW DELHI A927-092-YC-DS-3005 0
CLIENT: M/s CPCL

Page 92 of 270
Control Valve
Notes:
Filter Regulator (AFR) Data sheet & in valve data sheet. The price for this AFR shall be included in the quoted price of the valve.
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

Sheet 2 Of 2

0 17/05/2017 PR SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 092
NEW DELHI A927-092-YC-DS-3005 0
CLIENT: M/s CPCL

Page 93 of 270
Control Valve

1. TAG NUMBER : 093-LV-1301 REV: 0


2. Fluid Fluid State LEAN AMINE Liquid
3. Flow Min Nor Max m³/h 144.7 289.3 318.3
4. D.P.at flow Min Nor Max kg/cm² 4.6 1.5 .7
5. Inlet Pressure Min Nor kg/cm²(g)
SERVICE CONDITIONS

6. D.P. shutoff kg/cm² 19


7. Inlet Temp. Oper Max °C 40 65
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be

8. Deg. Of Superheat(Steam) °C
9. Specific Gravity 1.0076
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

10. Rel.Mol. Mass Comp.Factor


11. Viscosity cP 3.1
12. Specific Heat Ratio Cp/Cv
13. Specific Volume kg/cm²
14. Vapour Pressure kg/cm²(abs)
15. Critical Pressure kg/cm²(abs)
16. % flash % Solids
17. Required Cv Min Nor Max 79.174 277.201 446.457 *
18. Inlet Velocity m/s *
19. Predicted Sound Pr. Level dBA *
20. .Service LEAN AMINE 47. Type Pneumatic Diaphragm

21. Inlet Line No. 12"-P-093-1203-A19A 48. Control Modulating


LINE

22. Line Size Sch. In 12" STD 49. Spring Action Close

ACTUATOR
23. Line Size Sch. Out 12" STD 50. Failure Position Closed
24. Inlet Line I.D. mm 304.8 51. Available Air Pressure kg/cm² 3.5
25. Outlet Line I.D. mm 304.8 52. Range kg/cm² *
26. Type Of Body Globe 53. Hand Wheel Not Required
54. Location
27. Body Size 10" 55. Air Failure Valve Not Required
28. Body/Bonnet Material ASTM A216 Gr. WCB 56. Set at kg/cm²
BODY / BONNET

29. End Connection(Flange) 10" 57. Type Fieldbus Positioner


POSITIONER

30. Rating ANSI Class 300# 58. Air Supply Pr. kg/cm² 3.5
31. Facing and Finish RF 125 AARH 59. Input Signal kg/cm² FF
32. Type Of Bonnet Plain 60. Output Signal kg/cm² *
33. Lubricator Not Required 61. Gauges Required, 2 Nos.
34. Isolating Valve Not Required 62. Bypass Not Required
35. Packing Material PTFE 63. Limit Switches Qty Not Require
36. Trim Type Single Seat 64. Actuation Points
ACCESSORIES

37. Port Size * 65. Filter Regulator+Gauges Required,1 No.


38. Rated Travel Mfr. Std. 66. Stroke time to Open Close
39. Characterstic Equal % 67. Pneumatic Lock Relay Volume Boos Not Required
40. Guiding Cage 68. Silencer Expander, Baffle Plate etc Not Required
41. Number of Ports Single
TRIM

69. I/P Convertor Not Required


42. Rated Cv 1000 * 70. Solenoid Valve Type Not Require
43. Trim Material 316 SS 71. Haz. Area Classification IEC Zone 1 Gr-IIC
CERT

44. Other Wetted Parts 316 SS 72. ANSI/FCI leakage Class Class IV
45. Soft Seat Not Required 73. IBR Certification Not Required
46. Soft Seat Material NA 74. Valve Model No. *
MODEL

75. Actuator Model No. *


76. Positioner Model No. *
77. Solenoid/ I/P Converter Model No.
Notes:
"*" indicates data to be furnished by vendor
1. Sl. No. 05: Inlet pressure at Min. / Nor. / Max. flow: 5.6 / 2.8 / 2.1 Kg/cm2(g)
2. PWHT requirements as per SIV shall be complied.

Sheet 1 Of 1

0 17/05/2017 Ali SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 093
NEW DELHI A927-093-YC-DS-3001 0
CLIENT: M/s CPCL

Page 94 of 270
Control Valve

1. TAG NUMBER : 093-FV-1301 REV: 0


2. Fluid Fluid State RICH AMINE Liquid
3. Flow Min Nor Max m³/h 163 326 358.5
4. D.P.at flow Min Nor Max kg/cm² 4.1 1.4 .7
5. Inlet Pressure Min Nor kg/cm²(g)
SERVICE CONDITIONS

6. D.P. shutoff kg/cm² 20.6


7. Inlet Temp. Oper Max °C 95 150
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be

8. Deg. Of Superheat(Steam) °C
9. Specific Gravity .928
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

10. Rel.Mol. Mass Comp.Factor


11. Viscosity cP .7
12. Specific Heat Ratio Cp/Cv
13. Specific Volume kg/cm²
14. Vapour Pressure kg/cm²(abs)
15. Critical Pressure kg/cm²(abs)
16. % flash % Solids
17. Required Cv Min Nor Max 90.66 310.296 482.572 *
18. Inlet Velocity m/s *
19. Predicted Sound Pr. Level dBA *
20. .Service RICH AMINE 47. Type Pneumatic Diaphragm

21. Inlet Line No. 12"-P-093-1114-B19A 48. Control Modulating


LINE

22. Line Size Sch. In 12" STD 49. Spring Action Close

ACTUATOR
23. Line Size Sch. Out 12" STD 50. Failure Position Closed
24. Inlet Line I.D. mm 304.8 51. Available Air Pressure kg/cm² 3.5
25. Outlet Line I.D. mm 304.8 52. Range kg/cm² *
26. Type Of Body Globe 53. Hand Wheel Not Required
54. Location
27. Body Size 10" 55. Air Failure Valve Not Required
28. Body/Bonnet Material ASTM A216 Gr. WCB 56. Set at kg/cm²
BODY / BONNET

29. End Connection(Flange) 10" 57. Type Fieldbus Positioner


POSITIONER

30. Rating ANSI Class 300# 58. Air Supply Pr. kg/cm² 3.5
31. Facing and Finish RF 125 AARH 59. Input Signal kg/cm² FF
32. Type Of Bonnet Plain 60. Output Signal kg/cm² *
33. Lubricator Not Required 61. Gauges Required, 2 Nos.
34. Isolating Valve Not Required 62. Bypass Not Required
35. Packing Material PTFE 63. Limit Switches Qty Not Require
36. Trim Type Single Seat 64. Actuation Points
ACCESSORIES

37. Port Size * 65. Filter Regulator+Gauges Required,1 No.


38. Rated Travel * 66. Stroke time to Open Close
39. Characterstic Equal % 67. Pneumatic Lock Relay Volume Boos Not Required
40. Guiding Cage 68. Silencer Expander, Baffle Plate etc Not Required
41. Number of Ports Single
TRIM

69. I/P Convertor Not Required


42. Rated Cv 1000 * 70. Solenoid Valve Type Not Require
43. Trim Material 316 SS 71. Haz. Area Classification IEC Zone 1 Gr-IIC
CERT

44. Other Wetted Parts 316 SS 72. ANSI/FCI leakage Class Class IV
45. Soft Seat Not Required 73. IBR Certification Not Required
46. Soft Seat Material NA 74. Valve Model No. *
MODEL

75. Actuator Model No. *


76. Positioner Model No. *
77. Solenoid/ I/P Converter Model No.
Notes:
"*" indicates data to be furnished by vendor
1. Sl. No. 05: Inlet pressure at Max/ Nor. / Min flow: 2.3 / 3.0/ 5.4 Kg/cm2(g)
2. PWHT requirements as per SIV shall be complied.

Sheet 1 Of 1

0 17/05/2017 Ali SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 093
NEW DELHI A927-093-YC-DS-3002 0
CLIENT: M/s CPCL

Page 95 of 270
Control Valve

1. TAG NUMBER : 093-FV-1701 REV: 0


2. Fluid Fluid State LEAN AMINE Liquid
3. Flow Min Nor Max m³/h 43 87 100
4. D.P.at flow Min Nor Max kg/cm² 15.9 12.8 12
5. Inlet Pressure Min Nor kg/cm²(g)
SERVICE CONDITIONS

6. D.P. shutoff kg/cm² 19


7. Inlet Temp. Oper Max °C 40 65
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be

8. Deg. Of Superheat(Steam) °C
9. Specific Gravity 1.0076
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

10. Rel.Mol. Mass Comp.Factor


11. Viscosity cP 3
12. Specific Heat Ratio Cp/Cv
13. Specific Volume kg/cm²
14. Vapour Pressure kg/cm²(abs)
15. Critical Pressure kg/cm²(abs)
16. % flash % Solids
17. Required Cv Min Nor Max 12.995 29.304 34.387 *
18. Inlet Velocity m/s *
19. Predicted Sound Pr. Level dBA *
20. .Service LEAN AMINE 47. Type Pneumatic Diaphragm

21. Inlet Line No. 8"-P-093-1706-A19A 48. Control Modulating


LINE

22. Line Size Sch. In 8" STD 49. Spring Action Close

ACTUATOR
23. Line Size Sch. Out 8" STD 50. Failure Position Closed
24. Inlet Line I.D. mm 202.7 51. Available Air Pressure kg/cm² 3.5
25. Outlet Line I.D. mm 202.7 52. Range kg/cm² *
26. Type Of Body Globe 53. Hand Wheel Not Required
54. Location
27. Body Size 3" 55. Air Failure Valve Not Required
28. Body/Bonnet Material ASTM A216 Gr. WCB 56. Set at kg/cm²
BODY / BONNET

29. End Connection(Flange) 3" 57. Type Fieldbus Positioner


POSITIONER

30. Rating ANSI Class 300# 58. Air Supply Pr. kg/cm² 3.5
31. Facing and Finish RF 125 AARH 59. Input Signal kg/cm² FF
32. Type Of Bonnet Plain 60. Output Signal kg/cm² *
33. Lubricator Not Required 61. Gauges Required, 2 Nos.
34. Isolating Valve Not Required 62. Bypass Not Required
35. Packing Material PTFE 63. Limit Switches Qty Not Require
36. Trim Type Single Seat 64. Actuation Points
ACCESSORIES

37. Port Size * 65. Filter Regulator+Gauges Required,1 No.


38. Rated Travel Mfr. Std. 66. Stroke time to Open Close
39. Characterstic Equal % 67. Pneumatic Lock Relay Volume Boos Not Required
40. Guiding Cage 68. Silencer Expander, Baffle Plate etc Not Required
41. Number of Ports Single
TRIM

69. I/P Convertor Not Required


42. Rated Cv 68 * 70. Solenoid Valve Type Not Require
43. Trim Material 316 SS 71. Haz. Area Classification IEC Zone 1 Gr-IIC
CERT

44. Other Wetted Parts 316 SS 72. ANSI/FCI leakage Class Class IV
45. Soft Seat Not Required 73. IBR Certification Not Required
46. Soft Seat Material NA 74. Valve Model No. *
MODEL

75. Actuator Model No. *


76. Positioner Model No. *
77. Solenoid/ I/P Converter Model No.
Notes:
"*" indicates data to be furnished by vendor
1. Sl. No. 05: Inlet pressure at Min. / Nor. / Max. flow: 16.0 / 12.9 / 12.1 Kg/cm2(g)
2. PWHT requirements as per SIV shall be complied.

Sheet 1 Of 1

0 17/05/2017 Ali SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 093
NEW DELHI A927-093-YC-DS-3003 0
CLIENT: M/s CPCL

Page 96 of 270
Control Valve

1. TAG NUMBER : 093-FV-1302 REV: 0


2. Fluid Fluid State RICH AMINE Liquid
3. Flow Min Nor Max m³/h 4 8.1 8.9
4. D.P.at flow Min Nor Max kg/cm² 4.6 1.45 .7
5. Inlet Pressure Min Nor kg/cm²(g)
SERVICE CONDITIONS

6. D.P. shutoff kg/cm² 12.3


7. Inlet Temp. Oper Max °C 40 155
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be

8. Deg. Of Superheat(Steam) °C
9. Specific Gravity .9912
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

10. Rel.Mol. Mass Comp.Factor


11. Viscosity cP 3
12. Specific Heat Ratio Cp/Cv
13. Specific Volume kg/cm²
14. Vapour Pressure kg/cm²(abs)
15. Critical Pressure kg/cm²(abs)
16. % flash % Solids
17. Required Cv Min Nor Max 2.267 8.177 12.931 *
18. Inlet Velocity m/s *
19. Predicted Sound Pr. Level dBA *
20. .Service RICH AMINE 47. Type Pneumatic Diaphragm
REFLUX
21. Inlet Line No. 3"-P-093-1407-A1N 48. Control Modulating
LINE

22. Line Size Sch. In 3" 10S 49. Spring Action Open

ACTUATOR
23. Line Size Sch. Out 3" 10S 50. Failure Position Open
24. Inlet Line I.D. mm 82.8 51. Available Air Pressure kg/cm² 3.5
25. Outlet Line I.D. mm 82.8 52. Range kg/cm² *
26. Type Of Body Globe 53. Hand Wheel Not Required
54. Location
27. Body Size 1 1/2" 55. Air Failure Valve Not Required
28. Body/Bonnet Material ASTM A 351 GR CF3M 56. Set at kg/cm²
BODY / BONNET

29. End Connection(Flange) 1 1/2" 57. Type Fieldbus Positioner


POSITIONER

30. Rating ANSI Class 300# 58. Air Supply Pr. kg/cm² 3.5
31. Facing and Finish RF 125 AARH 59. Input Signal kg/cm² FF
32. Type Of Bonnet Plain 60. Output Signal kg/cm² *
33. Lubricator Not Required 61. Gauges Required, 2 Nos.
34. Isolating Valve Not Required 62. Bypass Not Required
35. Packing Material PTFE 63. Limit Switches Qty Not Require
36. Trim Type Single Seat 64. Actuation Points
ACCESSORIES

37. Port Size * 65. Filter Regulator+Gauges Required,1 No.


38. Rated Travel Mfr. Std. 66. Stroke time to Open Close
39. Characterstic Equal % 67. Pneumatic Lock Relay Volume Boos Not Required
40. Guiding Top 68. Silencer Expander, Baffle Plate etc Not Required
41. Number of Ports Single
TRIM

69. I/P Convertor Not Required


42. Rated Cv 24 * 70. Solenoid Valve Type Not Require
43. Trim Material 316 SSL+STELLITED 71. Haz. Area Classification IEC Zone 1 Gr-IIC
CERT

44. Other Wetted Parts 316 SSL+STELLITED 72. ANSI/FCI leakage Class Class IV
45. Soft Seat Not Required 73. IBR Certification Not Required
46. Soft Seat Material NA 74. Valve Model No. *
MODEL

75. Actuator Model No. *


76. Positioner Model No. *
77. Solenoid/ I/P Converter Model No.
Notes:
"*" indicates data to be furnished by vendor
1. Sl. No. 05: Inlet pressure at Max. / Nor. / Min. flow: 5.4 / 6 /8.6 Kg/cm2(g)

Sheet 1 Of 1

0 17/05/2017 Ali SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 093
NEW DELHI A927-093-YC-DS-3004 0
CLIENT: M/s CPCL

Page 97 of 270
Control Valve

1. TAG NUMBER : 093-FV-1401 REV: 0


2. Fluid Fluid State DM WATER Liquid
3. Flow Min Nor Max m³/h .8 2 5
4. D.P.at flow Min Nor Max kg/cm² 7.3 6 4.6
5. Inlet Pressure Min Nor kg/cm²(g)
SERVICE CONDITIONS

6. D.P. shutoff kg/cm² 12.3


7. Inlet Temp. Oper Max °C 35 65
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be

8. Deg. Of Superheat(Steam) °C
9. Specific Gravity .9925
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

10. Rel.Mol. Mass Comp.Factor


11. Viscosity cP .72
12. Specific Heat Ratio Cp/Cv
13. Specific Volume kg/cm²
14. Vapour Pressure kg/cm²(abs)
15. Critical Pressure kg/cm²(abs)
16. % flash % Solids
17. Required Cv Min Nor Max .343 .945 2.698 *
18. Inlet Velocity m/s *
19. Predicted Sound Pr. Level dBA *
20. .Service DM WATER TO 47. Type Pneumatic Diaphragm
REFLUX
21. Inlet Line No. 2"-WDM-093-1401-A1 48. Control Modulating
LINE

22. Line Size Sch. In 2" 40S 49. Spring Action Close

ACTUATOR
23. Line Size Sch. Out 2" 40S 50. Failure Position Closed
24. Inlet Line I.D. mm 52.5 51. Available Air Pressure kg/cm² 3.5
25. Outlet Line I.D. mm 52.5 52. Range kg/cm² *
26. Type Of Body Globe 53. Hand Wheel Not Required
54. Location
27. Body Size 1 1/2" 55. Air Failure Valve Not Required
28. Body/Bonnet Material ASTM A 351 GR CF3M 56. Set at kg/cm²
BODY / BONNET

29. End Connection(Flange) 1 1/2" 57. Type Fieldbus Positioner


POSITIONER

30. Rating ANSI Class 300# 58. Air Supply Pr. kg/cm² 3.5
31. Facing and Finish RF 125 AARH 59. Input Signal kg/cm² FF
32. Type Of Bonnet Plain 60. Output Signal kg/cm² *
33. Lubricator Not Required 61. Gauges Required, 2 Nos.
34. Isolating Valve Not Required 62. Bypass Not Required
35. Packing Material PTFE 63. Limit Switches Qty Not Require
36. Trim Type Single Seat 64. Actuation Points
ACCESSORIES

37. Port Size * 65. Filter Regulator+Gauges Required,1 No.


38. Rated Travel Mfr. Std. 66. Stroke time to Open Close
39. Characterstic Equal % 67. Pneumatic Lock Relay Volume Boos Not Required
40. Guiding Top 68. Silencer Expander, Baffle Plate etc Not Required
41. Number of Ports Single
TRIM

69. I/P Convertor Not Required


42. Rated Cv 6.3 * 70. Solenoid Valve Type Not Require
43. Trim Material 316 SSL+STELLITED 71. Haz. Area Classification IEC Zone 1 Gr-IIC
CERT

44. Other Wetted Parts 316 SSL+STELLITED 72. ANSI/FCI leakage Class Class IV
45. Soft Seat Not Required 73. IBR Certification Not Required
46. Soft Seat Material NA 74. Valve Model No. *
MODEL

75. Actuator Model No. *


76. Positioner Model No. *
77. Solenoid/ I/P Converter Model No.
Notes:
"*" indicates data to be furnished by vendor
1. Sl. No. 05: Inlet pressure at Max. / Nor. / Min. flow: 6.6 / 7.7 /9.0 Kg/cm2(g)

Sheet 1 Of 1

0 17/05/2017 Ali SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 093
NEW DELHI A927-093-YC-DS-3005 0
CLIENT: M/s CPCL

Page 98 of 270
Control Valve

1. TAG NUMBER : 094-PV-0701 REV: 0


2. Fluid Fluid State ARU ACID GAS Gas
3. Flow Min Nor Max kg/h 2225
4. D.P.at flow Min Nor Max kg/cm² .45
5. Inlet Pressure Min Nor kg/cm²(g) 1
SERVICE CONDITIONS

6. D.P. shutoff kg/cm²


7. Inlet Temp. Oper Max °C 40
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be

8. Deg. Of Superheat(Steam) °C
9. Specific Gravity
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

10. Rel.Mol. Mass Comp.Factor 33.23 1


11. Viscosity cP .01
12. Specific Heat Ratio Cp/Cv 1.3
13. Specific Volume kg/cm²
14. Vapour Pressure kg/cm²
15. Critical Pressure kg/cm²
16. % flash % Solids
17. Required Cv Min Nor Max 111.4
18. Inlet Velocity m/s *
19. Predicted Sound Pr. Level dBA *
20. .Service ARU ACID GAS TO 47. Type Pneumatic Diaphragm
ACID BLOWDOWN
21. Inlet Line No. 6"-P2-094-0003-A96A- 48. Control Modulating
LINE

22. Line Size Sch. In 6" XS 49. Spring Action Close

ACTUATOR
23. Line Size Sch. Out 6" XS 50. Failure Position Closed
24. Inlet Line I.D. mm 146.3 51. Available Air Pressure kg/cm² 3.5
25. Outlet Line I.D. mm 146.3 52. Range kg/cm² *
26. Type Of Body Globe 53. Hand Wheel Required
54. Location Side
27. Body Size 6" 55. Air Failure Valve
28. Body/Bonnet Material ASTM A105 56. Set at kg/cm²
BODY / BONNET

29. End Connection(Flange) 6" 57. Type Fieldbus Positioner


POSITIONER

30. Rating ANSI Class 300# 58. Air Supply Pr. kg/cm²(g) *
31. Facing and Finish RF 125 AARH 59. Input Signal kg/cm² FF
32. Type Of Bonnet Bellows Seal 60. Output Signal kg/cm² *
33. Lubricator Not Required 61. Gauges Required, 2 Nos.
34. Isolating Valve Not Required 62. Bypass Not Required
35. Packing Material PTFE 63. Limit Switches Qty Required 2
36. Trim Type Single Seat 64. Actuation Points
ACCESSORIES

37. Port Size * 65. Filter Regulator+Gauges Required, 1 Nos.


38. Rated Travel Mfr. Std. 66. Stroke time to Open Close
39. Characterstic Equal % 67. Pneumatic Lock Relay Volume Boos
40. Guiding Cage 68. Silencer Expander, Baffle Plate etc
41. Number of Ports Single
TRIM

69. I/P Convertor


42. Rated Cv 395 70. Solenoid Valve Type
43. Trim Material SS 316 71. Haz. Area Classification IEC Zone 1 Gr-IIC,T3
CERT

44. Other Wetted Parts SS 316 72. ANSI/FCI leakage Class Class VI
45. Soft Seat Required 73. IBR Certification Not Required
46. Soft Seat Material RPTFE 74. Valve Model No. *
MODEL

75. Actuator Model No. *


76. Positioner Model No. *
77. Solenoid/ I/P Converter Model No. *
Notes:
1."*" indicates data to be furnished by vendor.
2.Sl. No. 05: Inlet pressure corresponds to Max flow is 1 Kg/cm2(g) .
3.Design temperature Min/Max :18 / 160 Deg.C
4.Sl. No. 06: Diff. Pressure Shut-off & Design Pressure is 3.5 Kg/cm2/Full Vacuum.
5.Control Valve shall be suitable for H2S CONTENT 92.8 % wt and NH3 CONTENT 0.6 % wt.

Sheet 1 Of 2

0 17/05/2017 AT SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 094
NEW DELHI A927-094-YC-DS-3001 0
CLIENT: M/s CPCL

Page 99 of 270
Control Valve
Notes:
6.The Gasket material shall be Sp.Wnd SS316 + Grafil .
7.Bolt material is A193 Gr. B7M and Nut material is A194 Gr.2HM
8. NACE service requirements as per Special Instructions to Vendor (SIV) shall be complied.
9.Double Packing suitable for full vacuum to be provided.
10. Tag no. of Limit switch shall be 094-ZSL-0701 & 094-ZSH-0701. Refer Limit switch datasheet for specifications.
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

Sheet 2 Of 2

0 17/05/2017 AT SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 094
NEW DELHI A927-094-YC-DS-3001 0
CLIENT: M/s CPCL

Page 100 of 270


Control Valve

1. TAG NUMBER : 094-LV-1303 REV: 0


2. Fluid Fluid State STEAM CONDENSATE Liquid
3. Flow Min Nor Max m³/h .45 1.3 1.44
4. D.P.at flow Min Nor Max kg/cm² 8.2 8.1 8
5. Inlet Pressure Min Nor kg/cm²(g)
SERVICE CONDITIONS

6. D.P. shutoff kg/cm²


7. Inlet Temp. Oper Max °C 194
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be

8. Deg. Of Superheat(Steam) °C
9. Specific Gravity .871
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

10. Rel.Mol. Mass Comp.Factor 18


11. Viscosity cP .14
12. Specific Heat Ratio Cp/Cv
13. Specific Volume kg/cm²
14. Vapour Pressure kg/cm²(abs) 14
15. Critical Pressure kg/cm²(abs) 225.25
16. % flash % Solids
17. Required Cv Min Nor Max .17 .5 .55
18. Inlet Velocity m/s *
19. Predicted Sound Pr. Level dBA *
20. .Service CONDENSATE FROM 47. Type Pneumatic Diaphragm
090-C-104
21. Inlet Line No. 1"-MBW2-090-1002-B2 48. Control Modulating
LINE

22. Line Size Sch. In 1" 160 49. Spring Action Close

ACTUATOR
23. Line Size Sch. Out 1" 160 50. Failure Position Closed
24. Inlet Line I.D. mm 20.6 51. Available Air Pressure kg/cm² 3.5
25. Outlet Line I.D. mm 20.6 52. Range kg/cm² *
26. Type Of Body Globe 53. Hand Wheel Not Required
54. Location NA
27. Body Size 1" 55. Air Failure Valve
28. Body/Bonnet Material ASTM A105 56. Set at kg/cm²
BODY / BONNET

29. End Connection(Flange) 1" 57. Type Fieldbus Positioner


POSITIONER

30. Rating ANSI Class 300# 58. Air Supply Pr. kg/cm²(g) *
31. Facing and Finish RF 125 AARH 59. Input Signal kg/cm² FF
32. Type Of Bonnet Radiation Fins 60. Output Signal kg/cm² *
33. Lubricator Not Required 61. Gauges Required, 2 Nos.
34. Isolating Valve Not Required 62. Bypass Not Required
35. Packing Material Grafoil 63. Limit Switches Qty Not Require
36. Trim Type Anticavitation 64. Actuation Points
ACCESSORIES

37. Port Size * 65. Filter Regulator+Gauges Required, 1 Nos.


38. Rated Travel Mfr. Std. 66. Stroke time to Open Close
39. Characterstic Mod.Equal % 67. Pneumatic Lock Relay Volume Boos
40. Guiding Top 68. Silencer Expander, Baffle Plate etc
41. Number of Ports Single
TRIM

69. I/P Convertor


42. Rated Cv 2.5 70. Solenoid Valve Type
43. Trim Material SS 316 Stellited 71. Haz. Area Classification IEC Zone 1 Gr-IIC,T3
CERT

44. Other Wetted Parts SS 316 Stellited 72. ANSI/FCI leakage Class Class IV
45. Soft Seat Not Required 73. IBR Certification Required
46. Soft Seat Material 74. Valve Model No. *
MODEL

75. Actuator Model No. *


76. Positioner Model No. *
77. Solenoid/ I/P Converter Model No. *
Notes:

1."*" indicates data to be furnished by vendor.


2.Inlet pressure corresponds to Min/ Nor/ Max flow are 13.10/13.10/13.00 Kg/cm2(g) respectively.
3.Design temperature Min/Max :18 / 280 Deg.C
4.Sl. No. 06: Diff. Pressure Shut-off & Design Pressure is 15 Kg/cm2/Full Vacuum.

Sheet 1 Of 2

0 17/05/2017 AT SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 094
NEW DELHI A927-094-YC-DS-3002 0
CLIENT: M/s CPCL

Page 101 of 270


Control Valve
Notes:
5.The Gasket material shall be Sp.Wnd SS316 + Grafil .
6.Bolt material is A193 Gr. B7 and Nut material is A194 Gr.2H
7. Double Packing suitable for full vacuum to be provided.
8.IBR service requirements as per Special Instructions to Vendor (SIV) shall be complied.
9.FLASHING %: 8.2 % wt.
10.CONDENSATE AT EQUILIBRIUM CONDITIONS AT VALVE INLET, FLASHING ACROSS THE VALVE.
CONDITIONS DOWNSTREAM:
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be

VAPOUR DENSITY = 3.12 kg/m3


VAPOUR VISCOSITY = 0.014 cP
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

COMPRESSIBILITY FACTOR = 0.95


Cp/Cv = 1.38

Sheet 2 Of 2

0 17/05/2017 AT SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 094
NEW DELHI A927-094-YC-DS-3002 0
CLIENT: M/s CPCL

Page 102 of 270


Control Valve

1. TAG NUMBER : 094-LV-1304 REV: 0


2. Fluid Fluid State STEAM CONDENSATE Liquid
3. Flow Min Nor Max m³/h .45 1.3 1.44
4. D.P.at flow Min Nor Max kg/cm² 8.2 8.1 8
5. Inlet Pressure Min Nor kg/cm²(g)
SERVICE CONDITIONS

6. D.P. shutoff kg/cm²


7. Inlet Temp. Oper Max °C 194
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be

8. Deg. Of Superheat(Steam) °C
9. Specific Gravity .871
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

10. Rel.Mol. Mass Comp.Factor 18


11. Viscosity cP .14
12. Specific Heat Ratio Cp/Cv
13. Specific Volume kg/cm²
14. Vapour Pressure kg/cm²(abs) 14
15. Critical Pressure kg/cm²(abs) 225.25
16. % flash % Solids
17. Required Cv Min Nor Max .549 1.69 1.88
18. Inlet Velocity m/s *
19. Predicted Sound Pr. Level dBA *
20. .Service CONDENSATE FROM 47. Type Pneumatic Diaphragm
090-C-204
21. Inlet Line No. 1"-MBW2-090-1002-B2 48. Control Modulating
LINE

22. Line Size Sch. In 1" 160 49. Spring Action Close

ACTUATOR
23. Line Size Sch. Out 1" 160 50. Failure Position Closed
24. Inlet Line I.D. mm 20.6 51. Available Air Pressure kg/cm² 3.5
25. Outlet Line I.D. mm 20.6 52. Range kg/cm² *
26. Type Of Body Globe 53. Hand Wheel Not Required
54. Location NA
27. Body Size 1" 55. Air Failure Valve
28. Body/Bonnet Material ASTM A105 56. Set at kg/cm²
BODY / BONNET

29. End Connection(Flange) 1" 57. Type Fieldbus Positioner


POSITIONER

30. Rating ANSI Class 300# 58. Air Supply Pr. kg/cm²(g) *
31. Facing and Finish RF 125 AARH 59. Input Signal kg/cm² FF
32. Type Of Bonnet Radiation Fins 60. Output Signal kg/cm² *
33. Lubricator Not Required 61. Gauges Required, 2 Nos.
34. Isolating Valve Not Required 62. Bypass Not Required
35. Packing Material Grafoil 63. Limit Switches Qty Not Require
36. Trim Type Anticavitation 64. Actuation Points
ACCESSORIES

37. Port Size * 65. Filter Regulator+Gauges Required, 1 Nos.


38. Rated Travel Mfr. Std. 66. Stroke time to Open Close
39. Characterstic Mod. Equal % 67. Pneumatic Lock Relay Volume Boos
40. Guiding Top 68. Silencer Expander, Baffle Plate etc
41. Number of Ports Single
TRIM

69. I/P Convertor


42. Rated Cv 2.5 70. Solenoid Valve Type
43. Trim Material SS 316 Stellited 71. Haz. Area Classification IEC Zone 1 Gr-IIC,T3
CERT

44. Other Wetted Parts SS 316 Stellited 72. ANSI/FCI leakage Class Class IV
45. Soft Seat Not Required 73. IBR Certification Required
46. Soft Seat Material 74. Valve Model No. *
MODEL

75. Actuator Model No. *


76. Positioner Model No. *
77. Solenoid/ I/P Converter Model No. *
Notes:
1."*" indicates data to be furnished by vendor.
2.Inlet pressure corresponds to Min/ Nor/ Max flow are 13.10/13.10/13.00 Kg/cm2(g) respectively.
3.Design temperature Min/Max :18 / 280 Deg.C
4.Sl. No. 06: Diff. Pressure Shut-off & Design Pressure is 15 Kg/cm2/Full Vacuum.
5.The Gasket material shall be Sp.Wnd SS316 + Grafil .

Sheet 1 Of 2

0 17/05/2017 AT SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 094
NEW DELHI A927-094-YC-DS-3003 0
CLIENT: M/s CPCL

Page 103 of 270


Control Valve
Notes:
6.Bolt material is A193 Gr. B7 and Nut material is A194 Gr.2H
7. Double Packing suitable for full vacuum to be provided.
8.IBR service requirements as per Special Instructions to Vendor (SIV) shall be complied.
9.FLASHING %: 8.2 % wt.
10.CONDENSATE AT EQUILIBRIUM CONDITIONS AT VALVE INLET, FLASHING ACROSS THE VALVE.
CONDITIONS DOWNSTREAM:
VAPOUR DENSITY = 3.12 kg/m3
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be

VAPOUR VISCOSITY = 0.014 cP


COMPRESSIBILITY FACTOR = 0.95
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

Cp/Cv = 1.38

Sheet 2 Of 2

0 17/05/2017 AT SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 094
NEW DELHI A927-094-YC-DS-3003 0
CLIENT: M/s CPCL

Page 104 of 270


Control Valve

1. TAG NUMBER : 094-PV-1402 REV: 0


2. Fluid Fluid State LOW PRESSURE STEAM Steam
3. Flow Min Nor Max kg/h 144 234 260
4. D.P.at flow Min Nor Max kg/cm² .5 .4 .4
5. Inlet Pressure Min Nor kg/cm²(g)
SERVICE CONDITIONS

6. D.P. shutoff kg/cm²


7. Inlet Temp. Oper Max °C 155
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be

8. Deg. Of Superheat(Steam) °C
9. Specific Gravity
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

10. Rel.Mol. Mass Comp.Factor 18 .95


11. Viscosity cP .014
12. Specific Heat Ratio Cp/Cv 1.38
13. Specific Volume kg/cm²
14. Vapour Pressure kg/cm²
15. Critical Pressure kg/cm²
16. % flash % Solids
17. Required Cv Min Nor Max 4.512 8.197 9.11
18. Inlet Velocity m/s *
19. Predicted Sound Pr. Level dBA *
20. .Service LOW PRESSURE 47. Type Pneumatic Diaphragm
STEAM FROM 090-C-
21. Inlet Line No. 2"-LS-094-0043-A22A- 48. Control Modulating
LINE

22. Line Size Sch. In 2" XS 49. Spring Action Close

ACTUATOR
23. Line Size Sch. Out 2" XS 50. Failure Position Closed
24. Inlet Line I.D. mm 49.3 51. Available Air Pressure kg/cm² 3.5
25. Outlet Line I.D. mm 49.3 52. Range kg/cm² *
26. Type Of Body Globe 53. Hand Wheel Not Required
54. Location NA
27. Body Size 1 1/2" 55. Air Failure Valve
28. Body/Bonnet Material ASTM A105 56. Set at kg/cm²
BODY / BONNET

29. End Connection(Flange) 1 1/2" 57. Type Fieldbus Positioner


POSITIONER

30. Rating ANSI Class 300# 58. Air Supply Pr. kg/cm²(g) *
31. Facing and Finish RF 125 AARH 59. Input Signal kg/cm² FF
32. Type Of Bonnet Radiation Fins 60. Output Signal kg/cm² *
33. Lubricator Not Required 61. Gauges Required, 2 Nos.
34. Isolating Valve Not Required 62. Bypass Not Required
35. Packing Material Grafoil 63. Limit Switches Qty Not Require
36. Trim Type Single Seat 64. Actuation Points
ACCESSORIES

37. Port Size * 65. Filter Regulator+Gauges Required, 1 Nos.


38. Rated Travel Mfr. Std. 66. Stroke time to Open Close
39. Characterstic Equal % 67. Pneumatic Lock Relay Volume Boos
40. Guiding Top 68. Silencer Expander, Baffle Plate etc
41. Number of Ports Single
TRIM

69. I/P Convertor


42. Rated Cv 24 70. Solenoid Valve Type
43. Trim Material SS 316 Stellited 71. Haz. Area Classification IEC Zone 1 Gr-IIC,T3
CERT

44. Other Wetted Parts SS 316 Stellited 72. ANSI/FCI leakage Class Class IV
45. Soft Seat Not Required 73. IBR Certification Required
46. Soft Seat Material NA 74. Valve Model No. *
MODEL

75. Actuator Model No. *


76. Positioner Model No. *
77. Solenoid/ I/P Converter Model No. *
Notes:
1."*" indicates data to be furnished by vendor.
2. Inlet pressure corresponds to Min/ Nor/ Max flow are 4.5/4.5/4.5 Kg/cm2(g) respectively.
3.Design temperature Min/Max :18 / 240 Deg.C
4.Sl. No. 06: Diff. Pressure Shut-off & Design Pressure is 7.5 Kg/cm2/Full Vacuum.
5.The Gasket material shall be Sp.Wnd SS316 + Grafil .

Sheet 1 Of 2

0 17/05/2017 AT SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 094
NEW DELHI A927-094-YC-DS-3004 0
CLIENT: M/s CPCL

Page 105 of 270


Control Valve
Notes:
6.Bolt material is A193 Gr. B7 and Nut material is A194 Gr.2H
7.IBR service requirements as per Special Instructions to Vendor (SIV) shall be complied.
8. Double Packing suitable for full vacuum to be provided.
9. Bidder shall supply 1 No. of spare Air Filter Regulator (000-AFR-SP05) as loose supplied spare with specification same as specified in Air
Filter Regulator (AFR) Data sheet & in valve data sheet. The price for this AFR shall be included in the quoted price of the valve.
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

Sheet 2 Of 2

0 17/05/2017 AT SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 094
NEW DELHI A927-094-YC-DS-3004 0
CLIENT: M/s CPCL

Page 106 of 270


Control Valve

1. TAG NUMBER : 094-LV-1401 REV: 0


2. Fluid Fluid State STEAM CONDENSATE Liquid
3. Flow Min Nor Max m³/h 1.86 3.02 3.32
4. D.P.at flow Min Nor Max kg/cm² 4.4 4.3 4.3
5. Inlet Pressure Min Nor kg/cm²(g)
SERVICE CONDITIONS

6. D.P. shutoff kg/cm²


7. Inlet Temp. Oper Max °C 155
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be

8. Deg. Of Superheat(Steam) °C
9. Specific Gravity .911
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

10. Rel.Mol. Mass Comp.Factor 18


11. Viscosity cP .17
12. Specific Heat Ratio Cp/Cv
13. Specific Volume kg/cm²
14. Vapour Pressure kg/cm²(abs) 5.5
15. Critical Pressure kg/cm²(abs) 225.25
16. % flash % Solids
17. Required Cv Min Nor Max 3.01 4.89 5.4
18. Inlet Velocity m/s *
19. Predicted Sound Pr. Level dBA *
20. .Service CONDENSATE FROM 47. Type Pneumatic Diaphragm
090-C-009
21. Inlet Line No. 1 1/2"-LS-094-0047-A2 48. Control Modulating
LINE

22. Line Size Sch. In 1 1/2" XS 49. Spring Action Close

ACTUATOR
23. Line Size Sch. Out 1 1/2" XS 50. Failure Position Closed
24. Inlet Line I.D. mm 38.1 51. Available Air Pressure kg/cm² 3.5
25. Outlet Line I.D. mm 38.1 52. Range kg/cm² *
26. Type Of Body Globe 53. Hand Wheel Not Required
54. Location NA
27. Body Size 1 1/2" 55. Air Failure Valve
28. Body/Bonnet Material ASTM A105 56. Set at kg/cm²
BODY / BONNET

29. End Connection(Flange) 1 1/2" 57. Type Fieldbus Positioner


POSITIONER

30. Rating ANSI Class 300# 58. Air Supply Pr. kg/cm²(g) *
31. Facing and Finish RF 125 AARH 59. Input Signal kg/cm² FF
32. Type Of Bonnet Radiation Fins 60. Output Signal kg/cm² *
33. Lubricator Not Required 61. Gauges Required, 2 Nos.
34. Isolating Valve Not Required 62. Bypass Not Required
35. Packing Material Grafoil 63. Limit Switches Qty Not Require
36. Trim Type Anticavitation 64. Actuation Points
ACCESSORIES

37. Port Size * 65. Filter Regulator+Gauges Required, 1 Nos.


38. Rated Travel Mfr. Std. 66. Stroke time to Open Close
39. Characterstic Mod.Equal % 67. Pneumatic Lock Relay Volume Boos
40. Guiding Top 68. Silencer Expander, Baffle Plate etc
41. Number of Ports Single
TRIM

69. I/P Convertor


42. Rated Cv 11 70. Solenoid Valve Type
43. Trim Material SS 316 Stellited 71. Haz. Area Classification IEC Zone 1 Gr-IIC,T3
CERT

44. Other Wetted Parts SS 316 Stellited 72. ANSI/FCI leakage Class Class IV
45. Soft Seat Not Required 73. IBR Certification Required
46. Soft Seat Material 74. Valve Model No. *
MODEL

75. Actuator Model No. *


76. Positioner Model No. *
77. Solenoid/ I/P Converter Model No. *
Notes:
1."*" indicates data to be furnished by vendor.
2.Inlet pressure corresponds to Min/ Nor/ Max flow are 4.6/4.6/4.6 Kg/cm2(g) respectively.
3.Design temperature Min/Max :18 / 240 Deg.C
4.Sl. No. 06: Diff. Pressure Shut-off & Design Pressure is 7 Kg/cm2/Full Vacuum.
5.The Gasket material shall be Sp.Wnd SS316 + Grafil .

Sheet 1 Of 2

0 17/05/2017 AT SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 094
NEW DELHI A927-094-YC-DS-3005 0
CLIENT: M/s CPCL

Page 107 of 270


Control Valve
Notes:
6.Bolt material is A193 Gr. B7 and Nut material is A194 Gr.2H
7.Radiography requirements as per Special Instructions to Vendor (SIV) shall be complied.
8.IBR service requirements as per Special Instructions to Vendor (SIV) shall be complied.
9. Double Packing suitable for full vacuum to be provided.
10.FLASHING %: 10.4 % wt.
10. CONDENSATE AT EQUILIBRIUM CONDITIONS AT VALVE INLET, FLASHING ACROSS THE VALVE.
CONDITIONS DOWNSTREAM:
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be

VAPOUR DENSITY = 0.72 kg/m3


VAPOUR VISCOSITY = 0.012 cP
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

COMPRESSIBILITY FACTOR = 0.98


Cp/Cv = 1.35

Sheet 2 Of 2

0 17/05/2017 AT SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 094
NEW DELHI A927-094-YC-DS-3005 0
CLIENT: M/s CPCL

Page 108 of 270


Control Valve

1. TAG NUMBER : 094-PV-1701 REV: 0


2. Fluid Fluid State VERY HIGH PRESSURE S Steam
3. Flow Min Nor Max kg/h 3928 12978 14280
4. D.P.at flow Min Nor Max kg/cm² 1 .8 .8
5. Inlet Pressure Min Nor kg/cm²(g)
SERVICE CONDITIONS

6. D.P. shutoff kg/cm²


7. Inlet Temp. Oper Max °C 263
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be

8. Deg. Of Superheat(Steam) °C
9. Specific Gravity
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

10. Rel.Mol. Mass Comp.Factor 18 .8


11. Viscosity cP .018
12. Specific Heat Ratio Cp/Cv 1.7
13. Specific Volume kg/cm²
14. Vapour Pressure kg/cm²
15. Critical Pressure kg/cm²
16. % flash % Solids
17. Required Cv Min Nor Max 30.11 111.24 122.44
18. Inlet Velocity m/s *
19. Predicted Sound Pr. Level dBA *
20. .Service VHP STEAM FROM 47. Type Pneumatic Diaphragm
090-C-101
21. Inlet Line No. 6"-VHS1-094-1007-D22 48. Control Modulating
LINE

22. Line Size Sch. In 6" XS 49. Spring Action Close

ACTUATOR
23. Line Size Sch. Out 6" XS 50. Failure Position Closed
24. Inlet Line I.D. mm 146.3 51. Available Air Pressure kg/cm² 3.5
25. Outlet Line I.D. mm 146.3 52. Range kg/cm² *
26. Type Of Body Globe 53. Hand Wheel Not Required
54. Location NA
27. Body Size 6" 55. Air Failure Valve
28. Body/Bonnet Material ASTM A 216 GR.WCB 56. Set at kg/cm²
BODY / BONNET

29. End Connection(Flange) 6" 57. Type Smart Positioner


POSITIONER

30. Rating ANSI Class 600# 58. Air Supply Pr. kg/cm²(g) *
31. Facing and Finish RF 125 AARH 59. Input Signal kg/cm² 4-20mA HART
32. Type Of Bonnet Radiation Fins 60. Output Signal kg/cm² *
33. Lubricator Not Required 61. Gauges Required, 2 Nos.
34. Isolating Valve Not Required 62. Bypass Not Required
35. Packing Material Grafoil 63. Limit Switches Qty Not Require
36. Trim Type Low Noise 64. Actuation Points
ACCESSORIES

37. Port Size * 65. Filter Regulator+Gauges Required, 1 Nos.


38. Rated Travel Mfr. Std. 66. Stroke time to Open Close
39. Characterstic Modified Equal % 67. Pneumatic Lock Relay Volume Boos
40. Guiding Cage 68. Silencer Expander, Baffle Plate etc
41. Number of Ports Single
TRIM

69. I/P Convertor


42. Rated Cv 210 70. Solenoid Valve Type
43. Trim Material SS 316 Stellited 71. Haz. Area Classification IEC Zone 1 Gr-IIC,T3
CERT

44. Other Wetted Parts SS 316 Stellited 72. ANSI/FCI leakage Class Class IV
45. Soft Seat Not Required 73. IBR Certification Required
46. Soft Seat Material NA 74. Valve Model No. *
MODEL

75. Actuator Model No. *


76. Positioner Model No. *
77. Solenoid/ I/P Converter Model No. *
Notes:
1."*" indicates data to be furnished by vendor.
2.Inlet pressure corresponds to Min/ Nor/ Max flow are 48.90/48.80/48.80 Kg/cm2(g) respectively.
3.Design temperature Min/Max :18 / 285 Deg.C
4.Sl. No. 06: Diff. Pressure Shut-off & Design Pressure is 54 Kg/cm2/Full Vacuum.
5.The Gasket material shall be Sp.Wnd SS316 + Grafil .

Sheet 1 Of 2

0 17/05/2017 AT SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 094
NEW DELHI A927-094-YC-DS-3006 0
CLIENT: M/s CPCL

Page 109 of 270


Control Valve
Notes:
6.Bolt material is A193 Gr. B7 and Nut material is A194 Gr.2H
7.Radiography requirements as per Special Instructions to Vendor (SIV) shall be complied.
8.IBR service requirements as per Special Instructions to Vendor (SIV) shall be complied.
9. Noise is expected. Low Noise trim Required.
10. Double Packing suitable for full vacuum to be provided.
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

Sheet 2 Of 2

0 17/05/2017 AT SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 094
NEW DELHI A927-094-YC-DS-3006 0
CLIENT: M/s CPCL

Page 110 of 270


Control Valve

1. TAG NUMBER : 094-LV-1801 REV: 0


2. Fluid Fluid State BOILER FEED WATER Liquid
3. Flow Min Nor Max m³/h .74 3.2 3.5
4. D.P.at flow Min Nor Max kg/cm² 14.2 13.6 9.5
5. Inlet Pressure Min Nor kg/cm²(g)
SERVICE CONDITIONS

6. D.P. shutoff kg/cm²


7. Inlet Temp. Oper Max °C 110
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be

8. Deg. Of Superheat(Steam) °C
9. Specific Gravity .951
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

10. Rel.Mol. Mass Comp.Factor 18


11. Viscosity cP .25
12. Specific Heat Ratio Cp/Cv
13. Specific Volume kg/cm²
14. Vapour Pressure kg/cm²(abs) 1
15. Critical Pressure kg/cm²(abs) 225.25
16. % flash % Solids
17. Required Cv Min Nor Max .24 1.036 1.3
18. Inlet Velocity m/s *
19. Predicted Sound Pr. Level dBA *
20. .Service MP BOILER FEED 47. Type Pneumatic Diaphragm
WATER TO 090-E-
21. Inlet Line No. 2"-MBW1-094-1001-B2 48. Control Modulating
LINE

22. Line Size Sch. In 2" XS 49. Spring Action Fail Lock (Close)

ACTUATOR
23. Line Size Sch. Out 2" XS 50. Failure Position Fail Lock (Close)
24. Inlet Line I.D. mm 49.3 51. Available Air Pressure kg/cm² 3.5
25. Outlet Line I.D. mm 49.3 52. Range kg/cm² *
26. Type Of Body Globe 53. Hand Wheel Not Required
54. Location NA
27. Body Size 1" 55. Air Failure Valve
28. Body/Bonnet Material ASTM A105 56. Set at kg/cm²
BODY / BONNET

29. End Connection(Flange) 1" 57. Type Smart Positioner


POSITIONER

30. Rating ANSI Class 300# 58. Air Supply Pr. kg/cm²(g) *
31. Facing and Finish RF 125 AARH 59. Input Signal kg/cm² 4 - 20 mA HART
32. Type Of Bonnet Standard 60. Output Signal kg/cm² *
33. Lubricator Not Required 61. Gauges Required, 2 Nos.
34. Isolating Valve Not Required 62. Bypass Not Required
35. Packing Material PTFE 63. Limit Switches Qty Not Require
36. Trim Type Anticavitation 64. Actuation Points
ACCESSORIES

37. Port Size * 65. Filter Regulator+Gauges Required, 1 Nos.


38. Rated Travel Mfr. Std. 66. Stroke time to Open Close
39. Characterstic Mod.Equal % 67. Pneumatic Lock Relay Volume Boos Refer Note
40. Guiding Top 68. Silencer Expander, Baffle Plate etc
41. Number of Ports Single
TRIM

69. I/P Convertor


42. Rated Cv 1.6 70. Solenoid Valve Type
43. Trim Material SS 316 Stellited 71. Haz. Area Classification IEC Zone 1 Gr-IIC,T3
CERT

44. Other Wetted Parts SS 316 Stellited 72. ANSI/FCI leakage Class Class IV
45. Soft Seat Not Required 73. IBR Certification Required
46. Soft Seat Material 74. Valve Model No. *
MODEL

75. Actuator Model No. *


76. Positioner Model No. *
77. Solenoid/ I/P Converter Model No. *
Notes:
1."*" indicates data to be furnished by vendor.
2.Inlet pressure corresponds to Min/ Nor/ Max flow are 19.00/18.40/16.50 Kg/cm2(g) respectively.
3.Design temperature:150 Deg.C
4.Sl. No. 06: Diff. Pressure Shut-off & Design Pressure is 29Kg/cm2.
5.The Gasket material shall be Sp.Wnd SS316 + Grafil .

Sheet 1 Of 2

0 17/05/2017 AT SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 094
NEW DELHI A927-094-YC-DS-3007 0
CLIENT: M/s CPCL

Page 111 of 270


Control Valve
Notes:
6.Bolt material is A193 Gr. B7 and Nut material is A194 Gr.2H
7.IBR service requirements as per Special Instructions to Vendor (SIV) shall be complied.
8. Suitable Air Lock Relays shall be provided to maintain ''Fail Lock'' position.
9. Bidder shall supply 1 No. of spare Air Filter Regulator (000-AFR-SP09) as loose supplied spare with specification same as specified in Air
Filter Regulator (AFR) Data sheet & in valve data sheet. The price for this AFR shall be included in the quoted price of the valve.
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

Sheet 2 Of 2

0 17/05/2017 AT SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 094
NEW DELHI A927-094-YC-DS-3007 0
CLIENT: M/s CPCL

Page 112 of 270


Control Valve

1. TAG NUMBER : 094-LV-1902 REV: 0


2. Fluid Fluid State STEAM CONDENSATE Liquid
3. Flow Min Nor Max m³/h .6 .7 1.9
4. D.P.at flow Min Nor Max kg/cm² 35.7 35.6 35.6
5. Inlet Pressure Min Nor kg/cm²(g)
SERVICE CONDITIONS

6. D.P. shutoff kg/cm²


7. Inlet Temp. Oper Max °C 263
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be

8. Deg. Of Superheat(Steam) °C
9. Specific Gravity .78
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

10. Rel.Mol. Mass Comp.Factor 18


11. Viscosity cP .1
12. Specific Heat Ratio Cp/Cv
13. Specific Volume kg/cm²
14. Vapour Pressure kg/cm²(abs) 49.4
15. Critical Pressure kg/cm²(abs) 225.25
16. % flash % Solids
17. Required Cv Min Nor Max .2 .7 .76
18. Inlet Velocity m/s *
19. Predicted Sound Pr. Level dBA *
20. .Service CONDENSATE FROM 47. Type Pneumatic Diaphragm
090-C-103
21. Inlet Line No. 2"-HBW4-094-1007-D2 48. Control Modulating
LINE

22. Line Size Sch. In 2" XS 49. Spring Action Close

ACTUATOR
23. Line Size Sch. Out 2" XS 50. Failure Position Closed
24. Inlet Line I.D. mm 49.3 51. Available Air Pressure kg/cm² 3.5
25. Outlet Line I.D. mm 49.3 52. Range kg/cm² *
26. Type Of Body Globe 53. Hand Wheel Not Required
54. Location NA
27. Body Size 1" 55. Air Failure Valve
28. Body/Bonnet Material ASTM A105 56. Set at kg/cm²
BODY / BONNET

29. End Connection(Flange) 1" 57. Type Fieldbus Positioner


POSITIONER

30. Rating ANSI Class 600# 58. Air Supply Pr. kg/cm²(g) *
31. Facing and Finish RF 125 AARH 59. Input Signal kg/cm² FF
32. Type Of Bonnet Standard 60. Output Signal kg/cm² *
33. Lubricator Not Required 61. Gauges Required, 2 Nos.
34. Isolating Valve Not Required 62. Bypass Not Required
35. Packing Material PTFE 63. Limit Switches Qty Not Require
36. Trim Type Anticvitation 64. Actuation Points
ACCESSORIES

37. Port Size * 65. Filter Regulator+Gauges Required, 1 Nos.


38. Rated Travel Mfr. Std. 66. Stroke time to Open Close
39. Characterstic Modified Equal % 67. Pneumatic Lock Relay Volume Boos Refer Note
40. Guiding Top 68. Silencer Expander, Baffle Plate etc
41. Number of Ports Single
TRIM

69. I/P Convertor


42. Rated Cv 1 70. Solenoid Valve Type
43. Trim Material SS 316 Stellited 71. Haz. Area Classification IEC Zone 1 Gr-IIC,T3
CERT

44. Other Wetted Parts SS 316 Stellited 72. ANSI/FCI leakage Class Class IV
45. Soft Seat Not Required 73. IBR Certification Required
46. Soft Seat Material 74. Valve Model No. *
MODEL

75. Actuator Model No. *


76. Positioner Model No. *
77. Solenoid/ I/P Converter Model No. *
Notes:
1."*" indicates data to be furnished by vendor.
2.Inlet pressure corresponds to Min/ Nor/ Max flow are 48.9/48.8/48.8 Kg/cm2(g) respectively.
3.Design temperature: 18 / 285 Deg.C
4.Sl. No. 06: Diff. Pressure Shut-off is 54 Kg/cm2/Full Vacuum
5.The Gasket material shall be Sp.Wnd SS316 + Grafil .

Sheet 1 Of 2

0 17/05/2017 AT SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 094
NEW DELHI A927-094-YC-DS-3008 0
CLIENT: M/s CPCL

Page 113 of 270


Control Valve
Notes:
6.Bolt material is A193 Gr. B7 and Nut material is A194 Gr.2H
7.Radiography requirements as per Special Instructions to Vendor (SIV) shall be complied.
8.IBR service requirements as per Special Instructions to Vendor (SIV) shall be complied.
9. Double Packing suitable for full vacuum to be provided.
10. FLASHING %: 19 % wt.
11. Gas Blow-by Flowrate for LV-1902 Fail Open condition to be furnish by vendor for selected valve considering following Gas properties:
Mol. Wt:18,Cp/Cv:1.29, Comp. factor:0.9, operating pressure /temp. refer above control valve datasheet, Downstream Pressure: 15 kg/cm2g.
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be

12. CONDENSATE AT EQUILIBRIUM CONDITIONS AT VALVE INLET, FLASHING ACROSS THE VALVE.
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

CONDITIONS DOWNSTREAM:
VAPOUR DENSITY = 7.08 kg/m3
VAPOUR VISCOSITY = 0.015 cP
COMPRESSIBILITY FACTOR = 0.91
Cp/Cv = 1.44

Sheet 2 Of 2

0 17/05/2017 AT SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 094
NEW DELHI A927-094-YC-DS-3008 0
CLIENT: M/s CPCL

Page 114 of 270


Control Valve

1. TAG NUMBER : 094-PV-2501 REV: 0


2. Fluid Fluid State VERY HIGH PRESSURE S Steam
3. Flow Min Nor Max kg/h 3928 12978 14280
4. D.P.at flow Min Nor Max kg/cm² 1 .8 .8
5. Inlet Pressure Min Nor kg/cm²(g)
SERVICE CONDITIONS

6. D.P. shutoff kg/cm²


7. Inlet Temp. Oper Max °C 263
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be

8. Deg. Of Superheat(Steam) °C
9. Specific Gravity
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

10. Rel.Mol. Mass Comp.Factor 18 .8


11. Viscosity cP .018
12. Specific Heat Ratio Cp/Cv 1.7
13. Specific Volume kg/cm²
14. Vapour Pressure kg/cm²
15. Critical Pressure kg/cm²
16. % flash % Solids
17. Required Cv Min Nor Max 30.11 111.24 122.44
18. Inlet Velocity m/s *
19. Predicted Sound Pr. Level dBA *
20. .Service VHP STEAM FROM 47. Type Pneumatic Diaphragm
090-C-201
21. Inlet Line No. 6"-VHS1-094-2007-D22 48. Control Modulating
LINE

22. Line Size Sch. In 6" XS 49. Spring Action Close

ACTUATOR
23. Line Size Sch. Out 6" XS 50. Failure Position Closed
24. Inlet Line I.D. mm 146.3 51. Available Air Pressure kg/cm² 3.5
25. Outlet Line I.D. mm 146.3 52. Range kg/cm² *
26. Type Of Body Globe 53. Hand Wheel Not Required
54. Location NA
27. Body Size 6" 55. Air Failure Valve
28. Body/Bonnet Material ASTM A 216 GR.WCB 56. Set at kg/cm²
BODY / BONNET

29. End Connection(Flange) 6" 57. Type Smart Positioner


POSITIONER

30. Rating ANSI Class 600# 58. Air Supply Pr. kg/cm²(g) *
31. Facing and Finish RF 125 AARH 59. Input Signal kg/cm² 4-20mA HART
32. Type Of Bonnet Radiation Fins 60. Output Signal kg/cm² *
33. Lubricator Not Required 61. Gauges Required, 2 Nos.
34. Isolating Valve Not Required 62. Bypass Not Required
35. Packing Material Grafoil 63. Limit Switches Qty Not Require
36. Trim Type Low Noise 64. Actuation Points
ACCESSORIES

37. Port Size * 65. Filter Regulator+Gauges Required, 1 Nos.


38. Rated Travel Mfr. Std. 66. Stroke time to Open Close
39. Characterstic Modified Equal % 67. Pneumatic Lock Relay Volume Boos
40. Guiding Cage 68. Silencer Expander, Baffle Plate etc
41. Number of Ports Single
TRIM

69. I/P Convertor


42. Rated Cv 210 70. Solenoid Valve Type
43. Trim Material SS 316 Stellited 71. Haz. Area Classification IEC Zone 1 Gr-IIC,T3
CERT

44. Other Wetted Parts SS 316 Stellited 72. ANSI/FCI leakage Class Class IV
45. Soft Seat Not Required 73. IBR Certification Required
46. Soft Seat Material NA 74. Valve Model No. *
MODEL

75. Actuator Model No. *


76. Positioner Model No. *
77. Solenoid/ I/P Converter Model No. *
Notes:
1."*" indicates data to be furnished by vendor.
2.Inlet pressure corresponds to Min/ Nor/ Max flow are 48.90/48.80/48.80 Kg/cm2(g) respectively.
3.Design temperature Min/Max :18 / 285 Deg.C
4.Sl. No. 06: Diff. Pressure Shut-off is 54 Kg/cm2/Full Vacuum.
5.The Gasket material shall be Sp.Wnd SS316 + Grafil .

Sheet 1 Of 2

0 17/05/2017 AT SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 094
NEW DELHI A927-094-YC-DS-3009 0
CLIENT: M/s CPCL

Page 115 of 270


Control Valve
Notes:
6.Bolt material is A193 Gr. B7 and Nut material is A194 Gr.2H
7.Radiography requirements as per Special Instructions to Vendor (SIV) shall be complied.
8.IBR service requirements as per Special Instructions to Vendor (SIV) shall be complied.
9. Noise is expected. Low Noise trim Required.
10. Double Packing suitable for full vacuum to be provided.
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

Sheet 2 Of 2

0 17/05/2017 AT SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 094
NEW DELHI A927-094-YC-DS-3009 0
CLIENT: M/s CPCL

Page 116 of 270


Control Valve

1. TAG NUMBER : 094-LV-2601 REV: 0


2. Fluid Fluid State BOILER FEED WATER Liquid
3. Flow Min Nor Max m³/h .74 3.2 3.5
4. D.P.at flow Min Nor Max kg/cm² 14.2 13.6 9.5
5. Inlet Pressure Min Nor kg/cm²(g)
SERVICE CONDITIONS

6. D.P. shutoff kg/cm²


7. Inlet Temp. Oper Max °C 110
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be

8. Deg. Of Superheat(Steam) °C
9. Specific Gravity .951
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

10. Rel.Mol. Mass Comp.Factor 18


11. Viscosity cP .25
12. Specific Heat Ratio Cp/Cv
13. Specific Volume kg/cm²
14. Vapour Pressure kg/cm²(abs) 1
15. Critical Pressure kg/cm²(abs) 225.25
16. % flash % Solids
17. Required Cv Min Nor Max .22 .99 1.305
18. Inlet Velocity m/s *
19. Predicted Sound Pr. Level dBA *
20. .Service HP BOILER FEED 47. Type Pneumatic Diaphragm
WATER TO 090-C-
21. Inlet Line No. 2"-MBW1-094-2001-B2 48. Control Modulating
LINE

22. Line Size Sch. In 2" XS 49. Spring Action Fail Lock (Close)

ACTUATOR
23. Line Size Sch. Out 2" XS 50. Failure Position Fail Lock (Close)
24. Inlet Line I.D. mm 49.3 51. Available Air Pressure kg/cm² 3.5
25. Outlet Line I.D. mm 49.3 52. Range kg/cm² *
26. Type Of Body Globe 53. Hand Wheel Not Required
54. Location NA
27. Body Size 1" 55. Air Failure Valve
28. Body/Bonnet Material ASTM A105 56. Set at kg/cm²
BODY / BONNET

29. End Connection(Flange) 1" 57. Type Smart Positioner


POSITIONER

30. Rating ANSI Class 300# 58. Air Supply Pr. kg/cm²(g) *
31. Facing and Finish RF 125 AARH 59. Input Signal kg/cm² 4-20mA HART
32. Type Of Bonnet Standard 60. Output Signal kg/cm² *
33. Lubricator Not Required 61. Gauges Required, 2 Nos.
34. Isolating Valve Not Required 62. Bypass Not Required
35. Packing Material PTFE 63. Limit Switches Qty Not Require
36. Trim Type Anticavitation 64. Actuation Points
ACCESSORIES

37. Port Size * 65. Filter Regulator+Gauges Required, 1 Nos.


38. Rated Travel Mfr. Std. 66. Stroke time to Open Close
39. Characterstic Mod.Equal % 67. Pneumatic Lock Relay Volume Boos Refer Note
40. Guiding Top 68. Silencer Expander, Baffle Plate etc
41. Number of Ports Single
TRIM

69. I/P Convertor


42. Rated Cv 1.6 70. Solenoid Valve Type
43. Trim Material SS 316 Stellited 71. Haz. Area Classification IEC Zone 1 Gr-IIC,T3
CERT

44. Other Wetted Parts SS 316 Stellited 72. ANSI/FCI leakage Class Class IV
45. Soft Seat Not Required 73. IBR Certification Required
46. Soft Seat Material 74. Valve Model No. *
MODEL

75. Actuator Model No. *


76. Positioner Model No. *
77. Solenoid/ I/P Converter Model No. *
Notes:
1."*" indicates data to be furnished by vendor.
2.Inlet pressure corresponds to Min/ Nor/ Max flow are 19.00/18.40/16.50 Kg/cm2(g) respectively.
3.Design temperature:150 Deg.C
4.Sl. No. 06: Diff. Pressure Shut-off is 29Kg/cm2.
5.The Gasket material shall be Sp.Wnd SS316 + Grafil .

Sheet 1 Of 2

0 17/05/2017 AT SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 094
NEW DELHI A927-094-YC-DS-3010 0
CLIENT: M/s CPCL

Page 117 of 270


Control Valve
Notes:
6.Bolt material is A193 Gr. B7 and Nut material is A194 Gr.2H
7.IBR service requirements as per Special Instructions to Vendor (SIV) shall be complied.
8. Suitable Air Lock Relays shall be provided to maintain ''Fail Lock'' position.
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

Sheet 2 Of 2

0 17/05/2017 AT SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 094
NEW DELHI A927-094-YC-DS-3010 0
CLIENT: M/s CPCL

Page 118 of 270


Control Valve

1. TAG NUMBER : 094-LV-3102 REV: 0


2. Fluid Fluid State BOILER FEED WATER Liquid
3. Flow Min Nor Max m³/h .73 2 2.2
4. D.P.at flow Min Nor Max kg/cm² 14.2 13.6 11.2
5. Inlet Pressure Min Nor kg/cm²(g)
SERVICE CONDITIONS

6. D.P. shutoff kg/cm²


7. Inlet Temp. Oper Max °C 110
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be

8. Deg. Of Superheat(Steam) °C
9. Specific Gravity .951
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

10. Rel.Mol. Mass Comp.Factor 18


11. Viscosity cP .25
12. Specific Heat Ratio Cp/Cv
13. Specific Volume kg/cm²
14. Vapour Pressure kg/cm²(abs) 1.4
15. Critical Pressure kg/cm²(abs) 225.25
16. % flash % Solids
17. Required Cv Min Nor Max .22 .66 .75
18. Inlet Velocity m/s *
19. Predicted Sound Pr. Level dBA *
20. .Service MP BOILER FEED 47. Type Pneumatic Diaphragm
WATER TO E-302
21. Inlet Line No. 2"-MBW1-094-3001-B2 48. Control Modulating
LINE

22. Line Size Sch. In 2" XS 49. Spring Action Fail Lock (Close)

ACTUATOR
23. Line Size Sch. Out 2" XS 50. Failure Position Fail Lock (Close)
24. Inlet Line I.D. mm 49.3 51. Available Air Pressure kg/cm² 3.5
25. Outlet Line I.D. mm 49.3 52. Range kg/cm² *
26. Type Of Body Globe 53. Hand Wheel Not Required
54. Location NA
27. Body Size 1" 55. Air Failure Valve
28. Body/Bonnet Material ASTM A105 56. Set at kg/cm²
BODY / BONNET

29. End Connection(Flange) 1" 57. Type Fieldbus Positioner


POSITIONER

30. Rating ANSI Class 300# 58. Air Supply Pr. kg/cm²(g) *
31. Facing and Finish RF 125 AARH 59. Input Signal kg/cm² FF
32. Type Of Bonnet Standard 60. Output Signal kg/cm² *
33. Lubricator Not Required 61. Gauges Required, 2 Nos.
34. Isolating Valve Not Required 62. Bypass Not Required
35. Packing Material PTFE 63. Limit Switches Qty Not Require
36. Trim Type Anticavitation 64. Actuation Points
ACCESSORIES

37. Port Size * 65. Filter Regulator+Gauges Required, 1 Nos.


38. Rated Travel Mfr. Std. 66. Stroke time to Open Close
39. Characterstic Equal % 67. Pneumatic Lock Relay Volume Boos Refer Note
40. Guiding Top 68. Silencer Expander, Baffle Plate etc
41. Number of Ports Single
TRIM

69. I/P Convertor


42. Rated Cv 1 70. Solenoid Valve Type
43. Trim Material SS 316 Stellited 71. Haz. Area Classification IEC Zone 1 Gr-IIC,T3
CERT

44. Other Wetted Parts SS 316 Stellited 72. ANSI/FCI leakage Class Class IV
45. Soft Seat Not Required 73. IBR Certification Required
46. Soft Seat Material 74. Valve Model No. *
MODEL

75. Actuator Model No. *


76. Positioner Model No. *
77. Solenoid/ I/P Converter Model No. *
Notes:
1."*" indicates data to be furnished by vendor.
2.Inlet pressure corresponds to Min/ Nor/ Max flow are 19.00/18.40/18.20 Kg/cm2(g) respectively.
3. Design temperature Min/Max :18 / 150 Deg.C
4.Sl. No. 06: Diff. Pressure Shut-off is 29Kg/cm2.
5.The Gasket material shall be Sp.Wnd SS316 + Grafil .

Sheet 1 Of 2

0 17/05/2017 AT SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 094
NEW DELHI A927-094-YC-DS-3011 0
CLIENT: M/s CPCL

Page 119 of 270


Control Valve
Notes:
6.Bolt material is A193 Gr. B7 and Nut material is A194 Gr.2H
8.IBR service requirements as per Special Instructions to Vendor (SIV) shall be complied.
9. Suitable Air Lock Relays shall be provided to maintain ''Fail Lock'' position.
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

Sheet 2 Of 2

0 17/05/2017 AT SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 094
NEW DELHI A927-094-YC-DS-3011 0
CLIENT: M/s CPCL

Page 120 of 270


Control Valve

1. TAG NUMBER : 094-FV-3102 REV: 0


2. Fluid Fluid State Hydrogen Gas
3. Flow Min Nor Max m³/h(nor) 155 390
4. D.P.at flow Min Nor Max kg/cm² 3.4 2.9
5. Inlet Pressure Min Nor kg/cm²(g)
SERVICE CONDITIONS

6. D.P. shutoff kg/cm²


7. Inlet Temp. Oper Max °C 45
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be

8. Deg. Of Superheat(Steam) °C
9. Specific Gravity
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

10. Rel.Mol. Mass Comp.Factor 2.02 1


11. Viscosity mPa.s .009
12. Specific Heat Ratio Cp/Cv 1.41
13. Specific Volume kg/cm²
14. Vapour Pressure kg/cm²
15. Critical Pressure kg/cm²
16. % flash % Solids
17. Required Cv Min Nor Max .46 1.25
18. Inlet Velocity m/s *
19. Predicted Sound Pr. Level dBA *
20. .Service HYDROGEN TO 094- 47. Type Pneumatic Diaphragm
E-301
21. Inlet Line No. 1 1/2"-HY2-094-5004-A 48. Control Modulating
LINE

22. Line Size Sch. In 1 1/2" XS 49. Spring Action Close

ACTUATOR
23. Line Size Sch. Out 1 1/2" XS 50. Failure Position Closed
24. Inlet Line I.D. mm 38.1 51. Available Air Pressure kg/cm² 3.5
25. Outlet Line I.D. mm 38.1 52. Range kg/cm² *
26. Type Of Body Globe 53. Hand Wheel Not Required
54. Location NA
27. Body Size 1" 55. Air Failure Valve
28. Body/Bonnet Material ASTM A105 56. Set at kg/cm²
BODY / BONNET

29. End Connection(Flange) 1" 57. Type Smart Positioner


POSITIONER

30. Rating ANSI Class 300# 58. Air Supply Pr. kg/cm²(g) *
31. Facing and Finish RF 125 AARH 59. Input Signal kg/cm² 4 - 20 mA HART
32. Type Of Bonnet Bellows Seal 60. Output Signal kg/cm² *
33. Lubricator Not Required 61. Gauges Required, 2 Nos.
34. Isolating Valve Not Required 62. Bypass Not Required
35. Packing Material PTFE 63. Limit Switches Qty Required 2
36. Trim Type Single Seat 64. Actuation Points
ACCESSORIES

37. Port Size * 65. Filter Regulator+Gauges Required, 1 Nos.


38. Rated Travel Mfr. Std. 66. Stroke time to Open Close
39. Characterstic Equal % 67. Pneumatic Lock Relay Volume Boos
40. Guiding Top 68. Silencer Expander, Baffle Plate etc
41. Number of Ports Single
TRIM

69. I/P Convertor


42. Rated Cv 2.5 70. Solenoid Valve Type Required 3-Way
43. Trim Material SS 316 Stellited 71. Haz. Area Classification IEC Zone 1 Gr-IIC,T3
CERT

44. Other Wetted Parts SS 316 Stellited 72. ANSI/FCI leakage Class Class IV
45. Soft Seat Not Required 73. IBR Certification Not Required
46. Soft Seat Material NA 74. Valve Model No. *
MODEL

75. Actuator Model No. *


76. Positioner Model No. *
77. Solenoid/ I/P Converter Model No. *
Notes:
1."*" indicates data to be furnished by vendor.
2.Inlet pressure corresponds to Min/ Max flow are 3.45/3.20 Kg/cm2(g) respectively.
3. Design temperature Min/Max :18 / 75 Deg.C
4.Sl. No. 06: Diff. Pressure Shut-off is 5.3Kg/cm2.
5.The Gasket material shall be Sp.Wnd SS316L + Grafil +I Ring

Sheet 1 Of 2

0 17/05/2017 AT SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 094
NEW DELHI A927-094-YC-DS-3012 0
CLIENT: M/s CPCL

Page 121 of 270


Control Valve
Notes:
6.Bolt material is A193 Gr. B7M and Nut material is A194 Gr.2HM
7. NACE+HIC+H2 service requirements as per Special instructions to vendor shall be complied
8.Tag no. of solenoid valve shall be 094-UY-3102. Tag no. of Limit switch shall be 094-ZSL-3102 and 094-ZSH-3102
9.Bidder shall supply 1 no. of spare solenoid valve (Tag no. 094-UY-SP01) as loose supplied spare with specification same as specified in SOV
datasheet. Price of this SOV shall be included in the quoted price of the valve.
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

Sheet 2 Of 2

0 17/05/2017 AT SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 094
NEW DELHI A927-094-YC-DS-3012 0
CLIENT: M/s CPCL

Page 122 of 270


Control Valve

1. TAG NUMBER : 094-TV-3502 REV: 0


2. Fluid Fluid State COOLING WATER Liquid
3. Flow Min Nor Max m³/h 41.5 69.1 76
4. D.P.at flow Min Nor Max kg/cm² 1.8 1.5 1.4
5. Inlet Pressure Min Nor kg/cm²(g)
SERVICE CONDITIONS

6. D.P. shutoff kg/cm²


7. Inlet Temp. Oper Max °C 38
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be

8. Deg. Of Superheat(Steam) °C
9. Specific Gravity .993
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

10. Rel.Mol. Mass Comp.Factor 18


11. Viscosity cP .68
12. Specific Heat Ratio Cp/Cv
13. Specific Volume kg/cm²
14. Vapour Pressure kg/cm²
15. Critical Pressure kg/cm²
16. % flash % Solids
17. Required Cv Min Nor Max 36.85 67.22 76.52
18. Inlet Velocity m/s *
19. Predicted Sound Pr. Level dBA *
20. .Service COOLING WATER 47. Type Pneumatic Diaphragm
FROM 094-E-304
21. Inlet Line No. 6"-CWR-090-3007-A91 48. Control Modulating
LINE

22. Line Size Sch. In 6" STD 49. Spring Action Open

ACTUATOR
23. Line Size Sch. Out 6" STD 50. Failure Position Open
24. Inlet Line I.D. mm 154.1 51. Available Air Pressure kg/cm² 3.5
25. Outlet Line I.D. mm 154.1 52. Range kg/cm² *
26. Type Of Body Globe 53. Hand Wheel Not Required
54. Location NA
27. Body Size 4" 55. Air Failure Valve
28. Body/Bonnet Material ASTM A216 Gr. WCB 56. Set at kg/cm²
BODY / BONNET

29. End Connection(Flange) 4" 57. Type Fieldbus Positioner


POSITIONER

30. Rating ANSI Class 300# 58. Air Supply Pr. kg/cm²(g) *
31. Facing and Finish RF 125 AARH 59. Input Signal kg/cm² FF
32. Type Of Bonnet Standard 60. Output Signal kg/cm² *
33. Lubricator Not Required 61. Gauges Required, 2 Nos.
34. Isolating Valve Not Required 62. Bypass Not Required
35. Packing Material PTFE 63. Limit Switches Qty Not Require
36. Trim Type Single Seat 64. Actuation Points
ACCESSORIES

37. Port Size * 65. Filter Regulator+Gauges Required, 1 Nos.


38. Rated Travel Mfr. Std. 66. Stroke time to Open Close
39. Characterstic Equal % 67. Pneumatic Lock Relay Volume Boos Refer Note
40. Guiding Cage 68. Silencer Expander, Baffle Plate etc
41. Number of Ports Single
TRIM

69. I/P Convertor


42. Rated Cv 175 70. Solenoid Valve Type
43. Trim Material SS 316 Stellited 71. Haz. Area Classification IEC Zone 1 Gr-IIC,T3
CERT

44. Other Wetted Parts SS 316 Stellited 72. ANSI/FCI leakage Class Class IV
45. Soft Seat Not Required 73. IBR Certification Required
46. Soft Seat Material 74. Valve Model No. *
MODEL

75. Actuator Model No. *


76. Positioner Model No. *
77. Solenoid/ I/P Converter Model No. *
Notes:
1."*" indicates data to be furnished by vendor.
2.Inlet pressure corresponds to Min/ Nor/ Max flow are 4.3/4.0/3.9 Kg/cm2(g) respectively.
3. Design temperature Min/Max :18 / 65 Deg.C
4.Sl. No. 06: Diff. Pressure Shut-off is 8 Kg/cm2.
5.The Gasket material shall be Sp.Wnd SS316 + Grafil .

Sheet 1 Of 2

0 17/05/2017 AT SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 094
NEW DELHI A927-094-YC-DS-3013 0
CLIENT: M/s CPCL

Page 123 of 270


The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

Page 124 of 270


REV
Notes:

DATE
0 17/05/2017
AT

BY

NEW DELHI
SM

CHKD

ENGINEERS INDIA LIMITED


SM

APPVD

UNIT
VENDOR
ORDER NO

: 094
6.Bolt material is A193 Gr. B7 and Nut material is A194 Gr.2H

:
:

CLIENT: M/s CPCL


Control Valve

PLANT : BS VI Upgradation Project


REQUISITION NO : A927-000-YC-MR-1330
LEGEND
:

SPECIFICATION
¤ Hold
Sheet

A927-094-YC-DS-3013
* By Vendor
2

^ Data Revised
Of
2

0
REV
Control Valve

1. TAG NUMBER : 094-FV-3501 REV: 0


2. Fluid Fluid State LEAN MDEA Liquid
3. Flow Min Nor Max m³/h 35.3 58.9 64.8
4. D.P.at flow Min Nor Max kg/cm² 10.31 9.5 9.3
5. Inlet Pressure Min Nor kg/cm²(g)
SERVICE CONDITIONS

6. D.P. shutoff kg/cm²


7. Inlet Temp. Oper Max °C 38
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be

8. Deg. Of Superheat(Steam) °C
9. Specific Gravity 1.019
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

10. Rel.Mol. Mass Comp.Factor 27.31


11. Viscosity cP 3.89
12. Specific Heat Ratio Cp/Cv
13. Specific Volume kg/cm²
14. Vapour Pressure kg/cm²(abs)
15. Critical Pressure kg/cm²(abs)
16. % flash % Solids
17. Required Cv Min Nor Max 13.59 23.63 26.27 *
18. Inlet Velocity m/s *
19. Predicted Sound Pr. Level dBA *
20. .Service LEAN MDEA TO 094- 47. Type Pneumatic Diaphragm
C-302
21. Inlet Line No. 6"-EA4-090-3001-A92A 48. Control Modulating
LINE

22. Line Size Sch. In 6" STD 49. Spring Action Close

ACTUATOR
23. Line Size Sch. Out 6" STD 50. Failure Position Closed
24. Inlet Line I.D. mm 154.1 51. Available Air Pressure kg/cm² 3.5
25. Outlet Line I.D. mm 154.1 52. Range kg/cm² *
26. Type Of Body Globe 53. Hand Wheel Not Required
54. Location
27. Body Size 3" 55. Air Failure Valve Not Required
28. Body/Bonnet Material ASTM A216 Gr. WCB 56. Set at kg/cm²
BODY / BONNET

29. End Connection(Flange) 3" 57. Type Fieldbus Positioner


POSITIONER

30. Rating ANSI Class 300# 58. Air Supply Pr. kg/cm² 3.5
31. Facing and Finish RF 125 AARH 59. Input Signal kg/cm² FF
32. Type Of Bonnet Bellows Seal 60. Output Signal kg/cm² *
33. Lubricator Not Required 61. Gauges Required, 2 Nos.
34. Isolating Valve Not Required 62. Bypass Not Required
35. Packing Material PTFE 63. Limit Switches Qty Not Require
36. Trim Type Single Seat 64. Actuation Points
ACCESSORIES

37. Port Size * 65. Filter Regulator+Gauges Required,1 No.


38. Rated Travel * 66. Stroke time to Open Close
39. Characterstic Equal % 67. Pneumatic Lock Relay Volume Boos Not Required
40. Guiding Top 68. Silencer Expander, Baffle Plate etc Not Required
41. Number of Ports Single
TRIM

69. I/P Convertor Not Required


42. Rated Cv 99 * 70. Solenoid Valve Type Not Require
43. Trim Material SS 316L Stellited 71. Haz. Area Classification IEC Zone 1 Gr-IIC
CERT

44. Other Wetted Parts SS 316L Stellited 72. ANSI/FCI leakage Class Class IV
45. Soft Seat Not Required 73. IBR Certification Not Required
46. Soft Seat Material NA 74. Valve Model No. *
MODEL

75. Actuator Model No. *


76. Positioner Model No. *
77. Solenoid/ I/P Converter Model No.
Notes:
1."*" indicates data to be furnished by vendor.
2.Inlet pressure corresponds to Min/ Nor/ Max flow are 12.0/11.5/11.3 Kg/cm2(g) respectively.
3. Design temperature Min/Max :18 / 160 Deg.C
4.Sl. No. 06: Diff. Pressure Shut-off & Design Pressure is 18.5 Kg/cm2/Full Vacuum.
5. The gsaket material shall be Sp.Wnd SS316L + Grafil

Sheet 1 Of 2

0 17/05/2017 AT SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 094
NEW DELHI A927-094-YC-DS-3014 0
CLIENT: M/s CPCL

Page 125 of 270


Control Valve
Notes:
6. Bolt material is A193 Gr. B7M and Nut material is A194 Gr.2HM
8.Radiography requirements as per Special Instructions to Vendor (SIV) shall be complied.
9.NACE + HIC service requirements as per Special Instructions to Vendor (SIV) shall be complied.
10. PWHT/Stress Reliving requirements as per Special Instructions to Vendor (SIV) shall be complied.
11.Double Packing suitable for full vacuum to be provided.
12. Sl. No. 02: MDEA 40 % wt. IN WATER; H2S LOADING: 0.015 mol H2S/mol MDEA MAX.
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

Sheet 2 Of 2

0 17/05/2017 AT SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 094
NEW DELHI A927-094-YC-DS-3014 0
CLIENT: M/s CPCL

Page 126 of 270


Control Valve

1. TAG NUMBER : 094-PV-4401 REV: 0


2. Fluid Fluid State LOW PRESSURE STEAM Steam
3. Flow Min Nor Max kg/h 26 157 175
4. D.P.at flow Min Nor Max kg/cm² .5 .5 .4
5. Inlet Pressure Min Nor kg/cm²(g)
SERVICE CONDITIONS

6. D.P. shutoff kg/cm²


7. Inlet Temp. Oper Max °C 155
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be

8. Deg. Of Superheat(Steam) °C
9. Specific Gravity
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

10. Rel.Mol. Mass Comp.Factor 18 .95


11. Viscosity cP .014
12. Specific Heat Ratio Cp/Cv 1.38
13. Specific Volume kg/cm²
14. Vapour Pressure kg/cm²
15. Critical Pressure kg/cm²
16. % flash % Solids
17. Required Cv Min Nor Max .803 4.851 6.105
18. Inlet Velocity m/s *
19. Predicted Sound Pr. Level dBA *
20. .Service LOW PRESSURE 47. Type Pneumatic Diaphragm
STEAM FROM 090-C-
21. Inlet Line No. 2"-LS-090-0016-A22A- 48. Control Modulating
LINE

22. Line Size Sch. In 2" XS 49. Spring Action Close

ACTUATOR
23. Line Size Sch. Out 2" XS 50. Failure Position Closed
24. Inlet Line I.D. mm 49.3 51. Available Air Pressure kg/cm² 3.5
25. Outlet Line I.D. mm 49.3 52. Range kg/cm² *
26. Type Of Body Globe 53. Hand Wheel Not Required
54. Location NA
27. Body Size 1 1/2" 55. Air Failure Valve
28. Body/Bonnet Material ASTM A105 56. Set at kg/cm²
BODY / BONNET

29. End Connection(Flange) 1 1/2" 57. Type Fieldbus Positioner


POSITIONER

30. Rating ANSI Class 300# 58. Air Supply Pr. kg/cm²(g) *
31. Facing and Finish RF 125 AARH 59. Input Signal kg/cm² FF
32. Type Of Bonnet Radiation Fins 60. Output Signal kg/cm² *
33. Lubricator Not Required 61. Gauges Required, 2 Nos.
34. Isolating Valve Not Required 62. Bypass Not Required
35. Packing Material Grafoil 63. Limit Switches Qty Not Require
36. Trim Type Single Seat 64. Actuation Points
ACCESSORIES

37. Port Size * 65. Filter Regulator+Gauges Required, 1 Nos.


38. Rated Travel Mfr. Std. 66. Stroke time to Open Close
39. Characterstic Equal % 67. Pneumatic Lock Relay Volume Boos
40. Guiding Top 68. Silencer Expander, Baffle Plate etc
41. Number of Ports Single
TRIM

69. I/P Convertor


42. Rated Cv 11 70. Solenoid Valve Type
43. Trim Material SS 316 Stellited 71. Haz. Area Classification IEC Zone 1 Gr-IIC,T3
CERT

44. Other Wetted Parts SS 316 Stellited 72. ANSI/FCI leakage Class Class IV
45. Soft Seat Not Required 73. IBR Certification Required
46. Soft Seat Material NA 74. Valve Model No. *
MODEL

75. Actuator Model No. *


76. Positioner Model No. *
77. Solenoid/ I/P Converter Model No. *
Notes:

1."*" indicates data to be furnished by vendor.


2. Inlet pressure corresponds to Min/ Nor/ Max flow are 4.5/4.5/4.5 Kg/cm2(g) respectively.
3.Design temperature Min/Max :18 / 240 Deg.C
4.Sl. No. 06: Diff. Pressure Shut-off & Design Pressure is 7.0 Kg/cm2/Full Vacuum.

Sheet 1 Of 2

0 17/05/2017 AT SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 094
NEW DELHI A927-094-YC-DS-3015 0
CLIENT: M/s CPCL

Page 127 of 270


Control Valve
Notes:
5.The Gasket material shall be Sp.Wnd SS316 + Grafil .
6.Bolt material is A193 Gr. B7 and Nut material is A194 Gr.2H
7.IBR service requirements as per Special Instructions to Vendor (SIV) shall be complied.
8.Double Packing suitable for full vacuum to be provided.
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

Sheet 2 Of 2

0 17/05/2017 AT SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 094
NEW DELHI A927-094-YC-DS-3015 0
CLIENT: M/s CPCL

Page 128 of 270


Control Valve

1. TAG NUMBER : 094-PV-4801A REV: 0


2. Fluid Fluid State MEDIUM PRESS. STEAM Steam
3. Flow Min Nor Max kg/h 615 2000
4. D.P.at flow Min Nor Max kg/cm² 8.4 5.3
5. Inlet Pressure Min Nor kg/cm²(g)
SERVICE CONDITIONS

6. D.P. shutoff kg/cm²


7. Inlet Temp. Oper Max °C
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be

8. Deg. Of Superheat(Steam) °C
9. Specific Gravity
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

10. Rel.Mol. Mass Comp.Factor 18 .9


11. Viscosity cP
12. Specific Heat Ratio Cp/Cv 1.4
13. Specific Volume kg/cm²
14. Vapour Pressure kg/cm²
15. Critical Pressure kg/cm²
16. % flash % Solids
17. Required Cv Min Nor Max 3.47 14.208 14.218
18. Inlet Velocity m/s *
19. Predicted Sound Pr. Level dBA *
20. .Service MP STEAM TO 094- 47. Type Pneumatic Diaphragm
X-001
21. Inlet Line No. 3"-MS-094-0001-B22A- 48. Control Modulating
LINE

22. Line Size Sch. In 3" XS 49. Spring Action Close

ACTUATOR
23. Line Size Sch. Out 3" XS 50. Failure Position Closed
24. Inlet Line I.D. mm 77.9 51. Available Air Pressure kg/cm² 3.5
25. Outlet Line I.D. mm 77.9 52. Range kg/cm² *
26. Type Of Body Globe 53. Hand Wheel Not Required
54. Location NA
27. Body Size 2" 55. Air Failure Valve
28. Body/Bonnet Material ASTM A216 Gr.WCB 56. Set at kg/cm²
BODY / BONNET

29. End Connection(Flange) 2" 57. Type Fieldbus Positioner


POSITIONER

30. Rating ANSI Class 300# 58. Air Supply Pr. kg/cm²(g) *
31. Facing and Finish RF 125 AARH 59. Input Signal kg/cm² FF
32. Type Of Bonnet Radiation Fins 60. Output Signal kg/cm² *
33. Lubricator Not Required 61. Gauges Required, 2 Nos.
34. Isolating Valve Not Required 62. Bypass Not Required
35. Packing Material Grafoil 63. Limit Switches Qty Not Require
36. Trim Type Single Seat 64. Actuation Points
ACCESSORIES

37. Port Size * 65. Filter Regulator+Gauges Required, 1 Nos.


38. Rated Travel Mfr. Std. 66. Stroke time to Open Close
39. Characterstic Equal % 67. Pneumatic Lock Relay Volume Boos
40. Guiding Top 68. Silencer Expander, Baffle Plate etc
41. Number of Ports Single
TRIM

69. I/P Convertor


42. Rated Cv 44 70. Solenoid Valve Type
43. Trim Material SS 316 Stellited 71. Haz. Area Classification IEC Zone 1 Gr-IIC,T3
CERT

44. Other Wetted Parts SS 316 Stellited 72. ANSI/FCI leakage Class Class IV
45. Soft Seat Not Required 73. IBR Certification Required
46. Soft Seat Material NA 74. Valve Model No. *
MODEL

75. Actuator Model No. *


76. Positioner Model No. *
77. Solenoid/ I/P Converter Model No. *
Notes:
1."*" indicates data to be furnished by vendor.
2. Inlet pressure corresponds to Min/ Max flow are 12.50/9.40 Kg/cm2(g) respectively.
3.Design temperature Min/Max :18 / 280 Deg.C
4. Inlet temperature corresponds to Min/ Max flow are:230/180 Deg.C
5.Sl. No. 06: Diff. Pressure Shut-off & Design Pressure is 15 Kg/cm2/Full Vacuum.

Sheet 1 Of 2

0 17/05/2017 AT SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 094
NEW DELHI A927-094-YC-DS-3016 0
CLIENT: M/s CPCL

Page 129 of 270


Control Valve
Notes:
6.The Gasket material shall be Sp.Wnd SS316 + Grafil .
7.Bolt material is A193 Gr. B7 and Nut material is A194 Gr.2H
8.IBR service requirements as per Special Instructions to Vendor (SIV) shall be complied.
9.Double Packing suitable for full vacuum to be provided.
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

Sheet 2 Of 2

0 17/05/2017 AT SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 094
NEW DELHI A927-094-YC-DS-3016 0
CLIENT: M/s CPCL

Page 130 of 270


Control Valve

1. TAG NUMBER : 094-FV-3201 REV: 0


2. Fluid Fluid State WATER Liquid
3. Flow Min Nor Max m³/h 100.5 167.5 201.1
4. D.P.at flow Min Nor Max kg/cm² 2.1 1.4 .8
5. Inlet Pressure Min Nor kg/cm²(g)
SERVICE CONDITIONS

6. D.P. shutoff kg/cm²


7. Inlet Temp. Oper Max °C 38
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be

8. Deg. Of Superheat(Steam) °C
9. Specific Gravity .992
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

10. Rel.Mol. Mass Comp.Factor 18


11. Viscosity cP .67
12. Specific Heat Ratio Cp/Cv
13. Specific Volume kg/cm²
14. Vapour Pressure kg/cm²
15. Critical Pressure kg/cm²
16. % flash % Solids
17. Required Cv Min Nor Max 80.13 163.56 259.77
18. Inlet Velocity m/s *
19. Predicted Sound Pr. Level dBA *
20. .Service PUMPAROUND TO 47. Type Pneumatic Diaphragm
094-C-301
21. Inlet Line No. 8"-P5B-090-3003-A9M 48. Control Modulating
LINE

22. Line Size Sch. In 8" 10S 49. Spring Action Open

ACTUATOR
23. Line Size Sch. Out 8" 10S 50. Failure Position Open
24. Inlet Line I.D. mm 211.6 51. Available Air Pressure kg/cm² 3.5
25. Outlet Line I.D. mm 211.6 52. Range kg/cm² *
26. Type Of Body Globe 53. Hand Wheel Not Required
54. Location NA
27. Body Size 8" 55. Air Failure Valve
28. Body/Bonnet Material refer note 56. Set at kg/cm²
BODY / BONNET

29. End Connection(Flange) 8" 57. Type Fieldbus Positioner


POSITIONER

30. Rating ANSI Class 300# 58. Air Supply Pr. kg/cm²(g) *
31. Facing and Finish RF 125 AARH 59. Input Signal kg/cm² FF
32. Type Of Bonnet Bellows Seal 60. Output Signal kg/cm² *
33. Lubricator Not Required 61. Gauges Required, 2 Nos.
34. Isolating Valve Not Required 62. Bypass Not Required
35. Packing Material PTFE 63. Limit Switches Qty Not Require
36. Trim Type Single Seat 64. Actuation Points
ACCESSORIES

37. Port Size * 65. Filter Regulator+Gauges Required, 1 Nos.


38. Rated Travel Mfr. Std. 66. Stroke time to Open Close
39. Characterstic Equal % 67. Pneumatic Lock Relay Volume Boos Refer Note
40. Guiding Cage 68. Silencer Expander, Baffle Plate etc
41. Number of Ports Single
TRIM

69. I/P Convertor


42. Rated Cv 640 70. Solenoid Valve Type
43. Trim Material SS 316L Stellited 71. Haz. Area Classification IEC Zone 1 Gr-IIC,T3
CERT

44. Other Wetted Parts SS 316L Stellited 72. ANSI/FCI leakage Class Class IV
45. Soft Seat Not Required 73. IBR Certification Required
46. Soft Seat Material 74. Valve Model No. *
MODEL

75. Actuator Model No. *


76. Positioner Model No. *
77. Solenoid/ I/P Converter Model No. *
Notes:
1."*" indicates data to be furnished by vendor.
2.Inlet pressure corresponds to Min/ Nor/ Max flow are 4.2/3.6/3.0 Kg/cm2(g) respectively.
3. Design temperature Min/Max :18 / 90 Deg.C
4. Sl. No. 06: Diff. Pressure Shut-off & Design Pressure is 10.7 Kg/cm2/Full Vacuum. (Same shall be confirmed during detailed engineering after
pump 094-G-302 A/B selection.)

Sheet 1 Of 2

0 17/05/2017 AT SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 094
NEW DELHI A927-094-YC-DS-3017 0
CLIENT: M/s CPCL

Page 131 of 270


Control Valve
Notes:
5.The Gasket material shall be Sp.Wnd SS316 + Grafil .
6.Bolt material is A193 Gr. B7 and Nut material is A194 Gr.2H
7. Control Valve shall be suitable for H2S content 42 ppm wt.
8.Double Packing suitable for full vacuum to be provided.
9.Body Material/bonnet:ASTM A 351GR.CF8M/CF3M DUAL GRADE.
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

Sheet 2 Of 2

0 17/05/2017 AT SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 094
NEW DELHI A927-094-YC-DS-3017 0
CLIENT: M/s CPCL

Page 132 of 270


Control Valve

1. TAG NUMBER : 094-LV-2702 REV: 0


2. Fluid Fluid State STEAM CONDENSATE Liquid
3. Flow Min Nor Max m³/h .6 1.7 1.9
4. D.P.at flow Min Nor Max kg/cm² 35.7 35.6 35.6
5. Inlet Pressure Min Nor kg/cm²(g)
SERVICE CONDITIONS

6. D.P. shutoff kg/cm²


7. Inlet Temp. Oper Max °C 263
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be

8. Deg. Of Superheat(Steam) °C
9. Specific Gravity .78
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

10. Rel.Mol. Mass Comp.Factor 18


11. Viscosity cP .1
12. Specific Heat Ratio Cp/Cv
13. Specific Volume kg/cm²
14. Vapour Pressure kg/cm²(abs) 49.4
15. Critical Pressure kg/cm²(abs) 225.25
16. % flash % Solids
17. Required Cv Min Nor Max .1 .29 .33
18. Inlet Velocity m/s *
19. Predicted Sound Pr. Level dBA *
20. .Service CONDENSATE FROM 47. Type Pneumatic Diaphragm
094-C-203
21. Inlet Line No. 2"-HBW4-094-2007-D2 48. Control Modulating
LINE

22. Line Size Sch. In 2" XS 49. Spring Action Close

ACTUATOR
23. Line Size Sch. Out 2" XS 50. Failure Position Closed
24. Inlet Line I.D. mm 49.3 51. Available Air Pressure kg/cm² 3.5
25. Outlet Line I.D. mm 49.3 52. Range kg/cm² *
26. Type Of Body Globe 53. Hand Wheel Not Required
54. Location NA
27. Body Size 1" 55. Air Failure Valve
28. Body/Bonnet Material ASTM A105 56. Set at kg/cm²
BODY / BONNET

29. End Connection(Flange) 1" 57. Type Fieldbus Positioner


POSITIONER

30. Rating ANSI Class 600# 58. Air Supply Pr. kg/cm²(g) *
31. Facing and Finish RF 125 AARH 59. Input Signal kg/cm² FF
32. Type Of Bonnet Radiation Fins 60. Output Signal kg/cm² *
33. Lubricator Not Required 61. Gauges Required, 2 Nos.
34. Isolating Valve Not Required 62. Bypass Not Required
35. Packing Material Grafoil 63. Limit Switches Qty Not Require
36. Trim Type Anticavitation 64. Actuation Points
ACCESSORIES

37. Port Size * 65. Filter Regulator+Gauges Required, 1 Nos.


38. Rated Travel Mfr. Std. 66. Stroke time to Open Close
39. Characterstic Mod.Equal % 67. Pneumatic Lock Relay Volume Boos
40. Guiding Top 68. Silencer Expander, Baffle Plate etc
41. Number of Ports Single
TRIM

69. I/P Convertor


42. Rated Cv .4 70. Solenoid Valve Type
43. Trim Material SS 316 Stellited 71. Haz. Area Classification IEC Zone 1 Gr-IIC,T3
CERT

44. Other Wetted Parts SS 316 Stellited 72. ANSI/FCI leakage Class Class IV
45. Soft Seat Not Required 73. IBR Certification Required
46. Soft Seat Material 74. Valve Model No. *
MODEL

75. Actuator Model No. *


76. Positioner Model No. *
77. Solenoid/ I/P Converter Model No. *
Notes:
1."*" indicates data to be furnished by vendor.
2.Inlet pressure corresponds to Min/ Nor/ Max flow are 48.90/48.80/48.80 Kg/cm2(g) respectively.
3.Design temperature Min/Max :18 / 285 Deg.C
4.Sl. No. 06: Diff. Pressure Shut-off & Design Pressure is 54 Kg/cm2/Full Vacuum.
5.The Gasket material shall be Sp.Wnd SS316 + Grafil .

Sheet 1 Of 2

0 17/05/2017 AT SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 094
NEW DELHI A927-094-YC-DS-3018 0
CLIENT: M/s CPCL

Page 133 of 270


Control Valve
Notes:
6.Bolt material is A193 Gr. B7 and Nut material is A194 Gr.2H
7.Radiography requirements as per Special Instructions to Vendor (SIV) shall be complied.
8.IBR service requirements as per Special Instructions to Vendor (SIV) shall be complied.
9. Double Packing suitable for full vacuum to be provided.
10.Gas Blow-by Flowrate for LV-2702 Fail Open condition to be furnish by vendor for selected valve considering following Gas properties:
Mol. Wt:18,Cp/Cv:1.29, Comp. factor:0.9, operating pressure /temp. refer above control valve datasheet, Downstream Pressure: 15 kg/cm2g.
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be

11.FLASHING %: 19 % wt.
10. CONDENSATE AT EQUILIBRIUM CONDITIONS AT VALVE INLET, FLASHING ACROSS THE VALVE.
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

CONDITIONS DOWNSTREAM:
VAPOUR DENSITY = 7.08 kg/m3
VAPOUR VISCOSITY = 0.015 cP
COMPRESSIBILITY FACTOR = 0.91
Cp/Cv = 1.44

Sheet 2 Of 2

0 17/05/2017 AT SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 094
NEW DELHI A927-094-YC-DS-3018 0
CLIENT: M/s CPCL

Page 134 of 270


Control Valve

1. TAG NUMBER : 094-LV-3101 REV: 0


2. Fluid Fluid State STEAM CONDENSATE Liquid
3. Flow Min Nor Max m³/h 2.3 3.1 3.4
4. D.P.at flow Min Nor Max kg/cm² 34.6 34.5 34.5
5. Inlet Pressure Min Nor kg/cm²(g)
SERVICE CONDITIONS

6. D.P. shutoff kg/cm²


7. Inlet Temp. Oper Max °C 263
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be

8. Deg. Of Superheat(Steam) °C
9. Specific Gravity .78
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

10. Rel.Mol. Mass Comp.Factor 18


11. Viscosity cP .1
12. Specific Heat Ratio Cp/Cv
13. Specific Volume kg/cm²
14. Vapour Pressure kg/cm²(abs) 49.4
15. Critical Pressure kg/cm²(abs) 225.25
16. % flash % Solids
17. Required Cv Min Nor Max .936 1.262 1.384
18. Inlet Velocity m/s *
19. Predicted Sound Pr. Level dBA *
20. .Service CONDENSATE FROM 47. Type Pneumatic Diaphragm
094-C-305
21. Inlet Line No. 2"-HBW4-094-3002-D2 48. Control Modulating
LINE

22. Line Size Sch. In 2" XS 49. Spring Action Close

ACTUATOR
23. Line Size Sch. Out 2" XS 50. Failure Position Closed
24. Inlet Line I.D. mm 49.3 51. Available Air Pressure kg/cm² 3.5
25. Outlet Line I.D. mm 49.3 52. Range kg/cm² *
26. Type Of Body Globe 53. Hand Wheel Not Required
54. Location NA
27. Body Size 1" 55. Air Failure Valve
28. Body/Bonnet Material ASTM A105 56. Set at kg/cm²
BODY / BONNET

29. End Connection(Flange) 1" 57. Type Fieldbus Positioner


POSITIONER

30. Rating ANSI Class 600# 58. Air Supply Pr. kg/cm²(g) *
31. Facing and Finish RF 125 AARH 59. Input Signal kg/cm² FF
32. Type Of Bonnet Radiation Fins 60. Output Signal kg/cm² *
33. Lubricator Not Required 61. Gauges Required, 2 Nos.
34. Isolating Valve Not Required 62. Bypass Not Required
35. Packing Material Grafoil 63. Limit Switches Qty Not Require
36. Trim Type Anticavitation 64. Actuation Points
ACCESSORIES

37. Port Size * 65. Filter Regulator+Gauges Required, 1 Nos.


38. Rated Travel Mfr. Std. 66. Stroke time to Open Close
39. Characterstic Mod.Equal % 67. Pneumatic Lock Relay Volume Boos
40. Guiding Top 68. Silencer Expander, Baffle Plate etc
41. Number of Ports Single
TRIM

69. I/P Convertor


42. Rated Cv 4 70. Solenoid Valve Type
43. Trim Material SS 316 Stellited 71. Haz. Area Classification IEC Zone 1 Gr-IIC,T3
CERT

44. Other Wetted Parts SS 316 Stellited 72. ANSI/FCI leakage Class Class IV
45. Soft Seat Not Required 73. IBR Certification Required
46. Soft Seat Material 74. Valve Model No. *
MODEL

75. Actuator Model No. *


76. Positioner Model No. *
77. Solenoid/ I/P Converter Model No. *
Notes:
1."*" indicates data to be furnished by vendor.
2.Inlet pressure corresponds to Min/ Nor/ Max flow are 47.90/47.8/47.8 Kg/cm2(g) respectively.
3.Design temperature Min/Max :18 / 285 Deg.C
4.Sl. No. 06: Diff. Pressure Shut-off & Design Pressure is 54 Kg/cm2/Full Vacuum.
5.The Gasket material shall be Sp.Wnd SS316 + Grafil .

Sheet 1 Of 2

0 17/05/2017 AT SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 094
NEW DELHI A927-094-YC-DS-3019 0
CLIENT: M/s CPCL

Page 135 of 270


Control Valve
Notes:
6.Bolt material is A193 Gr. B7 and Nut material is A194 Gr.2H
7.Radiography requirements as per Special Instructions to Vendor (SIV) shall be complied.
8.IBR service requirements as per Special Instructions to Vendor (SIV) shall be complied.
9.Double Packing suitable for full vacuum to be provided.
10. Gas Blow-by Flowrate for LV-3101 Fail Open condition to be furnish by vendor for selected valve considering following Gas properties:
Mol. Wt:18,Cp/Cv:1.29, Comp. factor:0.9, operating pressure /temp. refer above control valve datasheet, Downstream Pressure: 15 kg/cm2g.
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be

11. CONDENSATE AT EQUILIBRIUM CONDITIONS AT VALVE INLET, FLASHING ACROSS THE VALVE.
CONDITIONS DOWNSTREAM:
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

VAPOUR DENSITY = 7.12 kg/m3


VAPOUR VISCOSITY = 0.015 cP
COMPRESSIBILITY FACTOR = 0.91
Cp/Cv = 1.44

Sheet 2 Of 2

0 17/05/2017 AT SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 094
NEW DELHI A927-094-YC-DS-3019 0
CLIENT: M/s CPCL

Page 136 of 270


Control Valve

1. TAG NUMBER : 094-LV-3702 REV: 0


2. Fluid Fluid State STEAM CONDENSATE Liquid
3. Flow Min Nor Max m³/h 1.7 2.8 3.1
4. D.P.at flow Min Nor Max kg/cm² 8.6 8.5 8.5
5. Inlet Pressure Min Nor kg/cm²(g)
SERVICE CONDITIONS

6. D.P. shutoff kg/cm²


7. Inlet Temp. Oper Max °C 194
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be

8. Deg. Of Superheat(Steam) °C
9. Specific Gravity .87
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

10. Rel.Mol. Mass Comp.Factor 18


11. Viscosity cP .14
12. Specific Heat Ratio Cp/Cv
13. Specific Volume kg/cm²
14. Vapour Pressure kg/cm²(abs) 13.9
15. Critical Pressure kg/cm²(abs) 225.25
16. % flash % Solids
17. Required Cv Min Nor Max 2.11 3.642 4.032
18. Inlet Velocity m/s *
19. Predicted Sound Pr. Level dBA *
20. .Service CONDENSATE FROM 47. Type Pneumatic Diaphragm
094-C-306
21. Inlet Line No. 1 1/2"-MBW2-090-3002 48. Control Modulating
LINE

22. Line Size Sch. In 1 1/2" 160 49. Spring Action Close

ACTUATOR
23. Line Size Sch. Out 1 1/2" 160 50. Failure Position Closed
24. Inlet Line I.D. mm 34 51. Available Air Pressure kg/cm² 3.5
25. Outlet Line I.D. mm 34 52. Range kg/cm² *
26. Type Of Body Globe 53. Hand Wheel Not Required
54. Location NA
27. Body Size 1" 55. Air Failure Valve
28. Body/Bonnet Material ASTM A105 56. Set at kg/cm²
BODY / BONNET

29. End Connection(Flange) 1" 57. Type Fieldbus Positioner


POSITIONER

30. Rating ANSI Class 300# 58. Air Supply Pr. kg/cm²(g) *
31. Facing and Finish RF 125 AARH 59. Input Signal kg/cm² FF
32. Type Of Bonnet Radiation Fins 60. Output Signal kg/cm² *
33. Lubricator Not Required 61. Gauges Required, 2 Nos.
34. Isolating Valve Not Required 62. Bypass Not Required
35. Packing Material Grafoil 63. Limit Switches Qty Not Require
36. Trim Type Anticavitation 64. Actuation Points
ACCESSORIES

37. Port Size * 65. Filter Regulator+Gauges Required, 1 Nos.


38. Rated Travel Mfr. Std. 66. Stroke time to Open Close
39. Characterstic Mod.Equal % 67. Pneumatic Lock Relay Volume Boos
40. Guiding Top 68. Silencer Expander, Baffle Plate etc
41. Number of Ports Single
TRIM

69. I/P Convertor


42. Rated Cv 6.3 70. Solenoid Valve Type
43. Trim Material SS 316 Stellited 71. Haz. Area Classification IEC Zone 1 Gr-IIC,T3
CERT

44. Other Wetted Parts SS 316 Stellited 72. ANSI/FCI leakage Class Class IV
45. Soft Seat Not Required 73. IBR Certification Required
46. Soft Seat Material 74. Valve Model No. *
MODEL

75. Actuator Model No. *


76. Positioner Model No. *
77. Solenoid/ I/P Converter Model No. *
Notes:
1."*" indicates data to be furnished by vendor.
2.Inlet pressure corresponds to Min/ Nor/ Max flow are 13.1/13.1/13.1 Kg/cm2(g) respectively.
3.Design temperature Min/Max :18 / 280 Deg.C
4.Sl. No. 06: Diff. Pressure Shut-off & Design Pressure is 15 Kg/cm2/Full Vacuum.
5.The Gasket material shall be Sp.Wnd SS316 + Grafil .

Sheet 1 Of 2

0 17/05/2017 AT SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 094
NEW DELHI A927-094-YC-DS-3020 0
CLIENT: M/s CPCL

Page 137 of 270


Control Valve
Notes:
6.Bolt material is A193 Gr. B7 and Nut material is A194 Gr.2H
7.IBR service requirements as per Special Instructions to Vendor (SIV) shall be complied.
8. Double Packing suitable for full vacuum to be provided.
9.FLASHING %: 8.8 % wt.
10. CONDENSATE AT EQUILIBRIUM CONDITIONS AT VALVE INLET, FLASHING ACROSS THE VALVE.
CONDITIONS DOWNSTREAM:
VAPOUR DENSITY = 2.93 kg/m3
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be

VAPOUR VISCOSITY = 0.014 cP


COMPRESSIBILITY FACTOR = 0.95
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

Cp/Cv = 1.38

Sheet 2 Of 2

0 17/05/2017 AT SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 094
NEW DELHI A927-094-YC-DS-3020 0
CLIENT: M/s CPCL

Page 138 of 270


Control Valve

1. TAG NUMBER : 094-FV-3202 REV: 0


2. Fluid Fluid State WATER Liquid
3. Flow Min Nor Max m³/h 85 170 187
4. D.P.at flow Min Nor Max kg/cm² 7.7 6.31 6
5. Inlet Pressure Min Nor kg/cm²(g)
SERVICE CONDITIONS

6. D.P. shutoff kg/cm²


7. Inlet Temp. Oper Max °C 81
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be

8. Deg. Of Superheat(Steam) °C
9. Specific Gravity .971
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

10. Rel.Mol. Mass Comp.Factor 18


11. Viscosity cP .34
12. Specific Heat Ratio Cp/Cv
13. Specific Volume kg/cm²
14. Vapour Pressure kg/cm²(abs) 1.23
15. Critical Pressure kg/cm²(abs) 225.25
16. % flash % Solids
17. Required Cv Min Nor Max 37.76 77.5 87.5
18. Inlet Velocity m/s *
19. Predicted Sound Pr. Level dBA *
20. .Service RECYCLE WATER 47. Type Pneumatic Diaphragm
TO 094-C-301
21. Inlet Line No. 8"-P5B-094-3006-A9M 48. Control Modulating
LINE

22. Line Size Sch. In 8" 10S 49. Spring Action Open

ACTUATOR
23. Line Size Sch. Out 8" 10S 50. Failure Position Open
24. Inlet Line I.D. mm 211.6 51. Available Air Pressure kg/cm² 3.5
25. Outlet Line I.D. mm 211.6 52. Range kg/cm² *
26. Type Of Body Globe 53. Hand Wheel Not Required
54. Location NA
27. Body Size 6" 55. Air Failure Valve
28. Body/Bonnet Material Refer Note 56. Set at kg/cm²
BODY / BONNET

29. End Connection(Flange) 6" 57. Type Fieldbus Positioner


POSITIONER

30. Rating ANSI Class 300# 58. Air Supply Pr. kg/cm²(g) *
31. Facing and Finish RF 125 AARH 59. Input Signal kg/cm² FF
32. Type Of Bonnet Bellows Seal 60. Output Signal kg/cm² *
33. Lubricator Not Required 61. Gauges Required, 2 Nos.
34. Isolating Valve Not Required 62. Bypass Not Required
35. Packing Material PTFE 63. Limit Switches Qty Not Require
36. Trim Type Anticavitation 64. Actuation Points
ACCESSORIES

37. Port Size * 65. Filter Regulator+Gauges Required, 1 Nos.


38. Rated Travel Mfr. Std. 66. Stroke time to Open Close
39. Characterstic Mod. Equal % 67. Pneumatic Lock Relay Volume Boos Refer Note
40. Guiding Cage 68. Silencer Expander, Baffle Plate etc
41. Number of Ports Single
TRIM

69. I/P Convertor


42. Rated Cv 150 70. Solenoid Valve Type
43. Trim Material SS 316L Stellited 71. Haz. Area Classification IEC Zone 1 Gr-IIC,T3
CERT

44. Other Wetted Parts SS 316L Stellited 72. ANSI/FCI leakage Class Class IV
45. Soft Seat Not Required 73. IBR Certification Not Required
46. Soft Seat Material 74. Valve Model No. *
MODEL

75. Actuator Model No. *


76. Positioner Model No. *
77. Solenoid/ I/P Converter Model No. *
Notes:
1."*" indicates data to be furnished by vendor.
2.Inlet pressure corresponds to Min/ Nor/ Max flow are 9.1/8.6/8.4 Kg/cm2(g) respectively.
3. Design temperature Min/Max :18 / 100 Deg.C
4. Sl. No. 06: Diff. Pressure Shut-off & Design Pressure is 16.2 Kg/cm2/Full Vacuum. (Same shall be confirmed during detailed engineering after
pump 094-G-301 A/B selection.)

Sheet 1 Of 2

0 17/05/2017 AT SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 094
NEW DELHI A927-094-YC-DS-3021 0
CLIENT: M/s CPCL

Page 139 of 270


Control Valve
Notes:
5.The Gasket material shall be Sp.Wnd SS316 + Grafil .
6.Bolt material is A193 Gr. B7 and Nut material is A194 Gr.2H
7. Double Packing suitable for full vacuum to be provided.
8. Control Valve shall be suitable for H2S content 31 ppm wt.
9.Body Material/bonnet:ASTM A 351GR.CF8M/CF3M DUAL GRADE.
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

Sheet 2 Of 2

0 17/05/2017 AT SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 094
NEW DELHI A927-094-YC-DS-3021 0
CLIENT: M/s CPCL

Page 140 of 270


Control Valve

1. TAG NUMBER : 094-LV-3202 REV: 0


2. Fluid Fluid State WASTE WATER Liquid
3. Flow Min Nor Max m³/h 4 8 8.8
4. D.P.at flow Min Nor Max kg/cm² 2.2 1.1 .8
5. Inlet Pressure Min Nor kg/cm²(g)
SERVICE CONDITIONS

6. D.P. shutoff kg/cm²


7. Inlet Temp. Oper Max °C 81
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be

8. Deg. Of Superheat(Steam) °C
9. Specific Gravity .971
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

10. Rel.Mol. Mass Comp.Factor 18


11. Viscosity cP .34
12. Specific Heat Ratio Cp/Cv
13. Specific Volume kg/cm²
14. Vapour Pressure kg/cm²(abs) 1.2
15. Critical Pressure kg/cm²(abs) 225.25
16. % flash % Solids
17. Required Cv Min Nor Max 3.083 8.71 11.246
18. Inlet Velocity m/s *
19. Predicted Sound Pr. Level dBA *
20. .Service WASTE WATER TO 47. Type Pneumatic Diaphragm
BATTERY LIMITS
21. Inlet Line No. 2"-P5B-094-3007-A9M 48. Control Modulating
LINE

22. Line Size Sch. In 2" 10S 49. Spring Action Open

ACTUATOR
23. Line Size Sch. Out 2" 10S 50. Failure Position Open
24. Inlet Line I.D. mm 54.8 51. Available Air Pressure kg/cm² 3.5
25. Outlet Line I.D. mm 54.8 52. Range kg/cm² *
26. Type Of Body Globe 53. Hand Wheel Not Required
54. Location NA
27. Body Size 2" 55. Air Failure Valve
28. Body/Bonnet Material Refer Note 56. Set at kg/cm²
BODY / BONNET

29. End Connection(Flange) 2" 57. Type Smart Positioner


POSITIONER

30. Rating ANSI Class 300# 58. Air Supply Pr. kg/cm²(g) *
31. Facing and Finish RF 125 AARH 59. Input Signal kg/cm² 4-20mA HART
32. Type Of Bonnet Bellows Seal 60. Output Signal kg/cm² *
33. Lubricator Not Required 61. Gauges Required, 2 Nos.
34. Isolating Valve Not Required 62. Bypass Not Required
35. Packing Material PTFE 63. Limit Switches Qty Required 2
36. Trim Type Single Seat 64. Actuation Points
ACCESSORIES

37. Port Size * 65. Filter Regulator+Gauges Required, 1 Nos.


38. Rated Travel Mfr. Std. 66. Stroke time to Open Close
39. Characterstic Equal % 67. Pneumatic Lock Relay Volume Boos Refer Note
40. Guiding Top 68. Silencer Expander, Baffle Plate etc
41. Number of Ports Single
TRIM

69. I/P Convertor


42. Rated Cv 24 70. Solenoid Valve Type Required 3-Way
43. Trim Material SS 316L Stellited 71. Haz. Area Classification IEC Zone 1 Gr-IIC,T3
CERT

44. Other Wetted Parts SS 316L Stellited 72. ANSI/FCI leakage Class Class IV
45. Soft Seat Not Required 73. IBR Certification Not Required
46. Soft Seat Material 74. Valve Model No. *
MODEL

75. Actuator Model No. *


76. Positioner Model No. *
77. Solenoid/ I/P Converter Model No. *
Notes:
1."*" indicates data to be furnished by vendor.
2.Inlet pressure corresponds to Min/ Nor/ Max flow are 9.1/8.6/8.4 Kg/cm2(g) respectively.
3. Design temperature Min/Max :18 / 100 Deg.C
4. Sl. No. 06: Diff. Pressure Shut-off & Design Pressure is 16.2 Kg/cm2/Full Vacuum. (Same shall be confirmed during detailed engineering after
pump 094-G-301 A/B selection.)

Sheet 1 Of 2

0 17/05/2017 AT SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 094
NEW DELHI A927-094-YC-DS-3022 0
CLIENT: M/s CPCL

Page 141 of 270


Control Valve
Notes:
5.The Gasket material shall be Sp.Wnd SS316 + Grafil .
6.Bolt material is A193 Gr. B7 and Nut material is A194 Gr.2H
8. Control Valve shall be suitable for H2S content 31 ppm wt.
9.Body Material/bonnet:ASTM A 351GR.CF8M/CF3M DUAL GRADE.
10. Tag no. of solenoid valve shall be 094-UY-3202. Tag no. of Limit switch shall be 094-ZSL-3202 and 094-ZSH-3202.
11. Double Packing suitable for full vacuum to be provided.
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

Sheet 2 Of 2

0 17/05/2017 AT SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 094
NEW DELHI A927-094-YC-DS-3022 0
CLIENT: M/s CPCL

Page 142 of 270


Control Valve

1. TAG NUMBER : 094-LV-3601 REV: 0


2. Fluid Fluid State RICH MDEA Liquid
3. Flow Min Nor Max m³/h 30 60 66.1
4. D.P.at flow Min Nor Max kg/cm² .8 .7 .6
5. Inlet Pressure Min Nor kg/cm²(g)
SERVICE CONDITIONS

6. D.P. shutoff kg/cm²


7. Inlet Temp. Oper Max °C 43
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be

8. Deg. Of Superheat(Steam) °C
9. Specific Gravity 1.014
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

10. Rel.Mol. Mass Comp.Factor 27.39


11. Viscosity cP 3.02
12. Specific Heat Ratio Cp/Cv
13. Specific Volume kg/cm²
14. Vapour Pressure kg/cm²(abs) 1.2
15. Critical Pressure kg/cm²(abs)
16. % flash % Solids
17. Required Cv Min Nor Max 39.17 83.76 99.68 *
18. Inlet Velocity m/s *
19. Predicted Sound Pr. Level dBA *
20. .Service RICH MDEA TO 47. Type Pneumatic Diaphragm
BATTERY LIMITS
21. Inlet Line No. 6"-EA2-090-3001-A92A 48. Control Modulating
LINE

22. Line Size Sch. In 6" STD 49. Spring Action Close

ACTUATOR
23. Line Size Sch. Out 6" STD 50. Failure Position Closed
24. Inlet Line I.D. mm 154.1 51. Available Air Pressure kg/cm² 3.5
25. Outlet Line I.D. mm 154.1 52. Range kg/cm² *
26. Type Of Body Globe 53. Hand Wheel Not Required
54. Location
27. Body Size 6" 55. Air Failure Valve Not Required
28. Body/Bonnet Material ASTM A216 Gr. WCB 56. Set at kg/cm²
BODY / BONNET

29. End Connection(Flange) 6" 57. Type Smart Positioner


POSITIONER

30. Rating ANSI Class 300# 58. Air Supply Pr. kg/cm² 3.5
31. Facing and Finish RF 125 AARH 59. Input Signal kg/cm² 4-20mA HART
32. Type Of Bonnet Bellows Seal 60. Output Signal kg/cm² *
33. Lubricator Not Required 61. Gauges Required, 2 Nos.
34. Isolating Valve Not Required 62. Bypass Not Required
35. Packing Material PTFE 63. Limit Switches Qty Required 2
36. Trim Type Single Seat 64. Actuation Points
ACCESSORIES

37. Port Size * 65. Filter Regulator+Gauges Required,1 No.


38. Rated Travel * 66. Stroke time to Open Close
39. Characterstic Equal % 67. Pneumatic Lock Relay Volume Boos Not Required
40. Guiding Cage 68. Silencer Expander, Baffle Plate etc Not Required
41. Number of Ports Single
TRIM

69. I/P Convertor Not Required


42. Rated Cv 275 * 70. Solenoid Valve Type Required 3-Way
43. Trim Material SS 316L Stellited 71. Haz. Area Classification IEC Zone 1 Gr-IIC
CERT

44. Other Wetted Parts SS 316L Stellited 72. ANSI/FCI leakage Class Class IV
45. Soft Seat Not Required 73. IBR Certification Not Required
46. Soft Seat Material NA 74. Valve Model No. *
MODEL

75. Actuator Model No. *


76. Positioner Model No. *
77. Solenoid/ I/P Converter Model No.
Notes:
1."*" indicates data to be furnished by vendor.
2.Inlet pressure corresponds to Min/ Nor/ Max flow are 7.6/7.6/7.5 Kg/cm2(g) respectively.
3. Design temperature Min/Max :18 / 65 Deg.C
4.Sl. No. 06: Diff. Pressure Shut-off & Design Pressure is 14.6 Kg/cm2. (Diff. Pressure Shut-off & Design Pressure shall be confirmed during
detailed engineering after pump 094-G-303 A/B selection.)

Sheet 1 Of 2

0 17/05/2017 AT SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 094
NEW DELHI A927-094-YC-DS-3023 0
CLIENT: M/s CPCL

Page 143 of 270


Control Valve
Notes:
5. The gsaket material shall be Sp.Wnd SS316L + Grafil
6. Bolt material is A193 Gr. B7M and Nut material is A194 Gr.2HM
8.Radiography requirements as per Special Instructions to Vendor (SIV) shall be complied.
9. NACE+HIC service requirements as per Special Instructions to Vendor (SIV) shall be complied.
10. PWHT/Stress Reliving requirements as per Special Instructions to Vendor (SIV) shall be complied.
11. Sl. No. 02: H2S LOADING: 0.135 mol H2S/mol AMINE
12 Tag no. of solenoid valve shall be 094-UY-3601. Tag no. of Limit switch shall be 094-ZSL-3601 & 094-ZSH-3601
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

Sheet 2 Of 2

0 17/05/2017 AT SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 094
NEW DELHI A927-094-YC-DS-3023 0
CLIENT: M/s CPCL

Page 144 of 270


Control Valve

1. TAG NUMBER : 094-FV-1201 REV: 0


2. Fluid Fluid State BOILER FEED WATER Liquid
3. Flow Min Nor Max m³/h 7
4. D.P.at flow Min Nor Max kg/cm² 19.1
5. Inlet Pressure Min Nor kg/cm²(g)
SERVICE CONDITIONS

6. D.P. shutoff kg/cm²


7. Inlet Temp. Oper Max °C 110
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be

8. Deg. Of Superheat(Steam) °C
9. Specific Gravity .953
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

10. Rel.Mol. Mass Comp.Factor 18


11. Viscosity cP .25
12. Specific Heat Ratio Cp/Cv
13. Specific Volume kg/cm²
14. Vapour Pressure kg/cm²(abs) 1.4
15. Critical Pressure kg/cm²
16. % flash % Solids
17. Required Cv Min Nor Max 1.82
18. Inlet Velocity m/s *
19. Predicted Sound Pr. Level dBA *
20. .Service PUMP G-001A MIN 47. Type Pneumatic Diaphragm
FLOW PROTECTIO
21. Inlet Line No. 2"-MBW1-094-1001-B2 48. Control Modulating
LINE

22. Line Size Sch. In 1 1/2" 160 49. Spring Action Open

ACTUATOR
23. Line Size Sch. Out 1 1/2" 160 50. Failure Position Open
24. Inlet Line I.D. mm 34 51. Available Air Pressure kg/cm² 3.5
25. Outlet Line I.D. mm 34 52. Range kg/cm² *
26. Type Of Body Globe 53. Hand Wheel Not Required
54. Location NA
27. Body Size 1" 55. Air Failure Valve
28. Body/Bonnet Material ASTM A105 56. Set at kg/cm²
BODY / BONNET

29. End Connection(Flange) 1" 57. Type Fieldbus Positioner


POSITIONER

30. Rating ANSI Class 600# 58. Air Supply Pr. kg/cm²(g) *
31. Facing and Finish RF 125 AARH 59. Input Signal kg/cm² FF
32. Type Of Bonnet Standard 60. Output Signal kg/cm² *
33. Lubricator Not Required 61. Gauges Required, 2 Nos.
34. Isolating Valve Not Required 62. Bypass Not Required
35. Packing Material PTFE 63. Limit Switches Qty Not Require
36. Trim Type Single Seat 64. Actuation Points
ACCESSORIES

37. Port Size * 65. Filter Regulator+Gauges Required, 1 Nos.


38. Rated Travel Mfr. Std. 66. Stroke time to Open Close
39. Characterstic Equal % 67. Pneumatic Lock Relay Volume Boos Refer Note
40. Guiding Top 68. Silencer Expander, Baffle Plate etc
41. Number of Ports Single
TRIM

69. I/P Convertor


42. Rated Cv 4 70. Solenoid Valve Type
43. Trim Material SS 316 Stellited 71. Haz. Area Classification IEC Zone 1 Gr-IIC,T3
CERT

44. Other Wetted Parts SS 316 Stellited 72. ANSI/FCI leakage Class Class IV
45. Soft Seat Not Required 73. IBR Certification Required
46. Soft Seat Material 74. Valve Model No. *
MODEL

75. Actuator Model No. *


76. Positioner Model No. *
77. Solenoid/ I/P Converter Model No. *
Notes:
1."*" indicates data to be furnished by vendor.
2.Flowrate & Line Size shall be confirmed during detailed engineering after pump 094-G-001 A/B/C selection.
3.Inlet pressure corresponds to Max flow is 57.4 Kg/cm2(g) .
4.Design temperature: 18 / 150 Deg.C
5.Sl. No. 06: Diff. Pressure Shut-off & Design Pressure is 78.5Kg/cm2. (Same shall be confirmed during detailed engineering after pump 094-G-

Sheet 1 Of 2

0 17/05/2017 AT SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 094
NEW DELHI A927-094-YC-DS-3024 0
CLIENT: M/s CPCL

Page 145 of 270


Control Valve
Notes:
001 A/B/C selection.)
6.The Gasket material shall be Sp.Wnd SS316 + Grafil .
7.Bolt material is A193 Gr. B7 and Nut material is A194 Gr.2H
8.Radiography requirements as per Special Instructions to Vendor (SIV) shall be complied.
9.IBR service requirements as per Special Instructions to Vendor (SIV) shall be complied.
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

Sheet 2 Of 2

0 17/05/2017 AT SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 094
NEW DELHI A927-094-YC-DS-3024 0
CLIENT: M/s CPCL

Page 146 of 270


Control Valve

1. TAG NUMBER : 094-FV-1202 REV: 0


2. Fluid Fluid State BOILER FEED WATER Liquid
3. Flow Min Nor Max m³/h 7
4. D.P.at flow Min Nor Max kg/cm² 19.1
5. Inlet Pressure Min Nor kg/cm²(g)
SERVICE CONDITIONS

6. D.P. shutoff kg/cm²


7. Inlet Temp. Oper Max °C 110
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be

8. Deg. Of Superheat(Steam) °C
9. Specific Gravity .953
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

10. Rel.Mol. Mass Comp.Factor 18


11. Viscosity cP .25
12. Specific Heat Ratio Cp/Cv
13. Specific Volume kg/cm²
14. Vapour Pressure kg/cm²(abs) 1.4
15. Critical Pressure kg/cm²
16. % flash % Solids
17. Required Cv Min Nor Max 1.82
18. Inlet Velocity m/s *
19. Predicted Sound Pr. Level dBA *
20. .Service PUMP G-001B MIN 47. Type Pneumatic Diaphragm
FLOW PROTECTIO
21. Inlet Line No. 1 1/2"(H)-HBW2-094-0 48. Control Modulating
LINE

22. Line Size Sch. In 1 1/2" 160 49. Spring Action Open

ACTUATOR
23. Line Size Sch. Out 1 1/2" 160 50. Failure Position Open
24. Inlet Line I.D. mm 34 51. Available Air Pressure kg/cm² 3.5
25. Outlet Line I.D. mm 34 52. Range kg/cm² *
26. Type Of Body Globe 53. Hand Wheel Not Required
54. Location NA
27. Body Size 1" 55. Air Failure Valve
28. Body/Bonnet Material ASTM A105 56. Set at kg/cm²
BODY / BONNET

29. End Connection(Flange) 1" 57. Type Fieldbus Positioner


POSITIONER

30. Rating ANSI Class 600# 58. Air Supply Pr. kg/cm²(g) *
31. Facing and Finish RF 125 AARH 59. Input Signal kg/cm² FF
32. Type Of Bonnet Standard 60. Output Signal kg/cm² *
33. Lubricator Not Required 61. Gauges Required, 2 Nos.
34. Isolating Valve Not Required 62. Bypass Not Required
35. Packing Material PTFE 63. Limit Switches Qty Not Require
36. Trim Type Single Seat 64. Actuation Points
ACCESSORIES

37. Port Size * 65. Filter Regulator+Gauges Required, 1 Nos.


38. Rated Travel Mfr. Std. 66. Stroke time to Open Close
39. Characterstic Equal % 67. Pneumatic Lock Relay Volume Boos Refer Note
40. Guiding Top 68. Silencer Expander, Baffle Plate etc
41. Number of Ports Single
TRIM

69. I/P Convertor


42. Rated Cv 4 70. Solenoid Valve Type
43. Trim Material SS 316 Stellited 71. Haz. Area Classification IEC Zone 1 Gr-IIC,T3
CERT

44. Other Wetted Parts SS 316 Stellited 72. ANSI/FCI leakage Class Class IV
45. Soft Seat Not Required 73. IBR Certification Required
46. Soft Seat Material 74. Valve Model No. *
MODEL

75. Actuator Model No. *


76. Positioner Model No. *
77. Solenoid/ I/P Converter Model No. *
Notes:
1."*" indicates data to be furnished by vendor.
2.Flowrate & Line Size shall be confirmed during detailed engineering after pump 094-G-001 A/B/C selection.
3.Inlet pressure corresponds to Max flow is 57.4 Kg/cm2(g) .
4.Design temperature: 18 / 150 Deg.C
5.Sl. No. 06: Diff. Pressure Shut-off & Design Pressure is 78.5Kg/cm2. (Same shall be confirmed during detailed engineering after pump 094-G-

Sheet 1 Of 2

0 17/05/2017 AT SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 094
NEW DELHI A927-094-YC-DS-3025 0
CLIENT: M/s CPCL

Page 147 of 270


Control Valve
Notes:
001 A/B/C selection.)
6.The Gasket material shall be Sp.Wnd SS316 + Grafil .
7.Bolt material is A193 Gr. B7 and Nut material is A194 Gr.2H
8.Radiography requirements as per Special Instructions to Vendor (SIV) shall be complied.
9.IBR service requirements as per Special Instructions to Vendor (SIV) shall be complied.
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

Sheet 2 Of 2

0 17/05/2017 AT SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 094
NEW DELHI A927-094-YC-DS-3025 0
CLIENT: M/s CPCL

Page 148 of 270


Control Valve

1. TAG NUMBER : 094-FV-1203 REV: 0


2. Fluid Fluid State BOILER FEED WATER Liquid
3. Flow Min Nor Max m³/h 7
4. D.P.at flow Min Nor Max kg/cm² 19.1
5. Inlet Pressure Min Nor kg/cm²(g)
SERVICE CONDITIONS

6. D.P. shutoff kg/cm²


7. Inlet Temp. Oper Max °C 110
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be

8. Deg. Of Superheat(Steam) °C
9. Specific Gravity .953
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

10. Rel.Mol. Mass Comp.Factor 18


11. Viscosity cP .25
12. Specific Heat Ratio Cp/Cv
13. Specific Volume kg/cm²
14. Vapour Pressure kg/cm²(abs) 1.4
15. Critical Pressure kg/cm²
16. % flash % Solids
17. Required Cv Min Nor Max 1.82
18. Inlet Velocity m/s *
19. Predicted Sound Pr. Level dBA *
20. .Service PUMP G-001C MIN 47. Type Pneumatic Diaphragm
FLOW PROTECTIO
21. Inlet Line No. 1 1/2"(H)-HBW2-094-0 48. Control Modulating
LINE

22. Line Size Sch. In 1 1/2" 160 49. Spring Action Open

ACTUATOR
23. Line Size Sch. Out 1 1/2" 160 50. Failure Position Open
24. Inlet Line I.D. mm 34 51. Available Air Pressure kg/cm² 3.5
25. Outlet Line I.D. mm 34 52. Range kg/cm² *
26. Type Of Body Globe 53. Hand Wheel Not Required
54. Location NA
27. Body Size 1" 55. Air Failure Valve
28. Body/Bonnet Material ASTM A105 56. Set at kg/cm²
BODY / BONNET

29. End Connection(Flange) 1" 57. Type Fieldbus Positioner


POSITIONER

30. Rating ANSI Class 600# 58. Air Supply Pr. kg/cm²(g) *
31. Facing and Finish RF 125 AARH 59. Input Signal kg/cm² FF
32. Type Of Bonnet Standard 60. Output Signal kg/cm² *
33. Lubricator Not Required 61. Gauges Required, 2 Nos.
34. Isolating Valve Not Required 62. Bypass Not Required
35. Packing Material PTFE 63. Limit Switches Qty Not Require
36. Trim Type Single Seat 64. Actuation Points
ACCESSORIES

37. Port Size * 65. Filter Regulator+Gauges Required, 1 Nos.


38. Rated Travel Mfr. Std. 66. Stroke time to Open Close
39. Characterstic Equal % 67. Pneumatic Lock Relay Volume Boos Refer Note
40. Guiding Top 68. Silencer Expander, Baffle Plate etc
41. Number of Ports Single
TRIM

69. I/P Convertor


42. Rated Cv 4 70. Solenoid Valve Type
43. Trim Material SS 316 Stellited 71. Haz. Area Classification IEC Zone 1 Gr-IIC,T3
CERT

44. Other Wetted Parts SS 316 Stellited 72. ANSI/FCI leakage Class Class IV
45. Soft Seat Not Required 73. IBR Certification Required
46. Soft Seat Material 74. Valve Model No. *
MODEL

75. Actuator Model No. *


76. Positioner Model No. *
77. Solenoid/ I/P Converter Model No. *
Notes:
1."*" indicates data to be furnished by vendor.
2.Flowrate & Line Size shall be confirmed during detailed engineering after pump 094-G-001 A/B/C selection.
3.Inlet pressure corresponds to Max flow is 57.4 Kg/cm2(g) .
4.Design temperature: 18 / 150 Deg.C
5.Sl. No. 06: Diff. Pressure Shut-off & Design Pressure is 78.5Kg/cm2. (Same shall be confirmed during detailed engineering after pump 094-G-

Sheet 1 Of 2

0 17/05/2017 AT SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 094
NEW DELHI A927-094-YC-DS-3026 0
CLIENT: M/s CPCL

Page 149 of 270


Control Valve
Notes:
001 A/B/C selection.)
6.The Gasket material shall be Sp.Wnd SS316 + Grafil .
7.Bolt material is A193 Gr. B7 and Nut material is A194 Gr.2H
8.Radiography requirements as per Special Instructions to Vendor (SIV) shall be complied.
9.IBR service requirements as per Special Instructions to Vendor (SIV) shall be complied.
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

Sheet 2 Of 2

0 17/05/2017 AT SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 094
NEW DELHI A927-094-YC-DS-3026 0
CLIENT: M/s CPCL

Page 150 of 270


Control Valve

1. TAG NUMBER : 211-FV-0101 REV: 0


2. Fluid Fluid State HC Liquid
3. Flow Min Nor Max kg/h 150000 300000 300000
4. D.P.at flow Min Nor Max kg/cm² 2.3 1 1
5. Inlet Pressure Min Nor kg/cm²(g)
SERVICE CONDITIONS

6. D.P. shutoff kg/cm² 38


7. Inlet Temp. Oper Max °C 40 65
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be

8. Deg. Of Superheat(Steam) °C
9. Specific Gravity .867
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

10. Rel.Mol. Mass Comp.Factor


11. Viscosity cP 5.18
12. Specific Heat Ratio Cp/Cv
13. Specific Volume kg/cm²
14. Vapour Pressure kg/cm²(abs) .0001
15. Critical Pressure kg/cm²(abs) 17.6
16. % flash % Solids
17. Required Cv Min Nor Max 123.218 373.74 373.74 *
18. Inlet Velocity m/s *
19. Predicted Sound Pr. Level dBA *
20. .Service HC 47. Type Pneumatic Diaphragm

21. Inlet Line No. 10"-P-211-0101-B1A 48. Control Modulating


LINE

22. Line Size Sch. In 10" STD 49. Spring Action Close

ACTUATOR
23. Line Size Sch. Out 10" STD 50. Failure Position Closed
24. Inlet Line I.D. mm 254.5 51. Available Air Pressure kg/cm²(g) 3.5
25. Outlet Line I.D. mm 254.5 52. Range kg/cm²(g) *
26. Type Of Body Globe 53. Hand Wheel Not Required
54. Location NA
27. Body Size 10" 55. Air Failure Valve -
28. Body/Bonnet Material ASTM A216 GR. WCB 56. Set at kg/cm²
BODY / BONNET

29. End Connection(Flange) 10" 57. Type Smart,HART


POSITIONER

30. Rating ANSI Class 300# 58. Air Supply Pr. kg/cm²(g) 3.5
31. Facing and Finish RF 125 AARH 59. Input Signal 4-20mA
32. Type Of Bonnet Plain 60. Output Signal kg/cm² *
33. Lubricator Not Required 61. Gauges Required,2nos.
34. Isolating Valve Not Required 62. Bypass Not Required
35. Packing Material PTFE 63. Limit Switches Qty Not Require
36. Trim Type Single Seat 64. Actuation Points NA
ACCESSORIES

37. Port Size * 65. Filter Regulator+Gauges Required,1no.


38. Rated Travel Mfr. Std. 66. Stroke time to Open Close Not Required
39. Characterstic Equal % 67. Pneumatic Lock Relay Volume Boos Not Required
40. Guiding Cage 68. Silencer Expander, Baffle Plate etc Not Required
41. Number of Ports Single
TRIM

69. I/P Convertor Not Required


42. Rated Cv 1000 * 70. Solenoid Valve Type Not Require NA
43. Trim Material SS 316 71. Haz. Area Classification IEC Zone 1 Gr-IIC,T3
CERT

44. Other Wetted Parts SS 316 72. ANSI/FCI leakage Class Class IV
45. Soft Seat Not Required 73. IBR Certification Not Required
46. Soft Seat Material Not Applicable 74. Valve Model No. *
MODEL

75. Actuator Model No. *


76. Positioner Model No. *
77. Solenoid/ I/P Converter Model No. -
Notes:
S.No.5 : Inlet Pressure at Flow Min / Nor / Max : 6.2 / 5.7 / 5.7 kg/cm2g
1. Bidder shall supply 1 No. of spare Air Filter Regulator (000-AFR-SP11) as loose supplied spare with specification same as specified in Air
Filter Regulator (AFR) Data sheet & in valve data sheet. The price for this AFR shall be included in the quoted price of the valve.

Sheet 1 Of 1

0 17/05/2017 Ali SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 211
NEW DELHI A927-211-YC-DS-3001 0
CLIENT: M/s CPCL

Page 151 of 270


Control Valve

1. TAG NUMBER : 211-FV-0401 REV: 0


2. Fluid Fluid State HC+H2S+H2+H2O Vapour
3. Flow Min Nor Max kg/h 2636.92 5993 8989.5
4. D.P.at flow Min Nor Max kg/cm² 11.1 10.6 9.8
5. Inlet Pressure Min Nor kg/cm²(g)
SERVICE CONDITIONS

6. D.P. shutoff kg/cm² 103.1


7. Inlet Temp. Oper Max °C 105 130
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be

8. Deg. Of Superheat(Steam) °C
9. Specific Gravity
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

10. Rel.Mol. Mass Comp.Factor 2.5 1.0352


11. Viscosity cP .0098
12. Specific Heat Ratio Cp/Cv 1.3959
13. Specific Volume kg/cm²
14. Vapour Pressure kg/cm²(abs)
15. Critical Pressure kg/cm²(abs)
16. % flash % Solids
17. Required Cv Min Nor Max 11.133 25.894 40.416 *
18. Inlet Velocity m/s *
19. Predicted Sound Pr. Level dBA *
20. .Service HC+H2S+H2+H2O 47. Type Pneumatic Diaphragm

21. Inlet Line No. 6"-P-211-0401-E95M-I 48. Control Modulating


LINE

22. Line Size Sch. In 6" 80 49. Spring Action Spring to open

ACTUATOR
23. Line Size Sch. Out 6" 80 50. Failure Position Fail open
24. Inlet Line I.D. mm 146.3 51. Available Air Pressure kg/cm²(g) 3.5
25. Outlet Line I.D. mm 146.3 52. Range kg/cm²(g) *
26. Type Of Body Globe 53. Hand Wheel Not Required
54. Location NA
27. Body Size 3" 55. Air Failure Valve -
28. Body/Bonnet Material ASTM A351 GR. CF8C 56. Set at kg/cm²
BODY / BONNET

29. End Connection(Flange) 3" 57. Type Smart,HART


POSITIONER

30. Rating ANSI Class 900# 58. Air Supply Pr. kg/cm²(g) 3.5
31. Facing and Finish RTJ/63AARH 59. Input Signal 4-20mA
32. Type Of Bonnet Plain 60. Output Signal kg/cm² *
33. Lubricator Not Required 61. Gauges Required,2nos.
34. Isolating Valve Not Required 62. Bypass Not Required
35. Packing Material PTFE 63. Limit Switches Qty Not Require
36. Trim Type Low Noise 64. Actuation Points NA
ACCESSORIES

37. Port Size * 65. Filter Regulator+Gauges Required,1no.


38. Rated Travel Mfr. Std. 66. Stroke time to Open Close Not Required
39. Characterstic modified Equal % 67. Pneumatic Lock Relay Volume Boos Not Required
40. Guiding Cage 68. Silencer Expander, Baffle Plate etc Not Required
41. Number of Ports Single
TRIM

69. I/P Convertor Not Required


42. Rated Cv 54 * 70. Solenoid Valve Type Not Require NA
43. Trim Material SS 321 Stellited 71. Haz. Area Classification IEC Zone 1 Gr-IIC,T3
CERT

44. Other Wetted Parts SS 321 Stellited 72. ANSI/FCI leakage Class Class IV
45. Soft Seat Not Required 73. IBR Certification Not Required
46. Soft Seat Material Not Applicable 74. Valve Model No. *
MODEL

75. Actuator Model No. *


76. Positioner Model No. *
77. Solenoid/ I/P Converter Model No. -
Notes:
S.No.5 : Inlet Pressure at Flow Min / Nor / Max : 87.9 / 87.4 / 86.6 kg/cm2g
1.Hydrogen service requirements as per SIV shall be complied.
2. BOLT/NUT material: A453GR.660CL.A / A453GR.660CL.A
3. Gasket material: SS347 (130 BHN MAX)
4. Bidder shall supply 1 No. of spare Air Filter Regulator (000-AFR-SP13) as loose supplied spare with specification same as specified in Air

Sheet 1 Of 2

0 17/05/2017 Ali SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 211
NEW DELHI A927-211-YC-DS-3002 0
CLIENT: M/s CPCL

Page 152 of 270


Control Valve
Notes:
Filter Regulator (AFR) Data sheet & in valve data sheet. The price for this AFR shall be included in the quoted price of the valve.
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

Sheet 2 Of 2

0 17/05/2017 Ali SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 211
NEW DELHI A927-211-YC-DS-3002 0
CLIENT: M/s CPCL

Page 153 of 270


Control Valve

1. TAG NUMBER : 211-FV-0402 REV: 0


2. Fluid Fluid State HC+H2S+H2+H2O Vapour
3. Flow Min Nor Max kg/h 3039.3 6754 10131
4. D.P.at flow Min Nor Max kg/cm² 10.1 9.6 8.8
5. Inlet Pressure Min Nor kg/cm²(g)
SERVICE CONDITIONS

6. D.P. shutoff kg/cm² 103.1


7. Inlet Temp. Oper Max °C 105 130
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be

8. Deg. Of Superheat(Steam) °C
9. Specific Gravity
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

10. Rel.Mol. Mass Comp.Factor 2.5 1.0352


11. Viscosity cP .0098
12. Specific Heat Ratio Cp/Cv 1.3959
13. Specific Volume kg/cm²
14. Vapour Pressure kg/cm²(abs)
15. Critical Pressure kg/cm²(abs)
16. % flash % Solids
17. Required Cv Min Nor Max 13.452 30.664 48.057 *
18. Inlet Velocity m/s *
19. Predicted Sound Pr. Level dBA *
20. .Service HC+H2S+H2+H2O 47. Type Pneumatic Diaphragm

21. Inlet Line No. 6"-P-211-0403-E95M-I 48. Control Modulating


LINE

22. Line Size Sch. In 6" 80S 49. Spring Action Open

ACTUATOR
23. Line Size Sch. Out 6" 80S 50. Failure Position Open
24. Inlet Line I.D. mm 146.3 51. Available Air Pressure kg/cm²(g) 3.5
25. Outlet Line I.D. mm 146.3 52. Range psi *
26. Type Of Body Globe 53. Hand Wheel Not Required
54. Location NA
27. Body Size 3" 55. Air Failure Valve -
28. Body/Bonnet Material ASTM A351GR. CF8C 56. Set at kg/cm²
BODY / BONNET

29. End Connection(Flange) 3" 57. Type Smart


POSITIONER

30. Rating ANSI Class 900# 58. Air Supply Pr. kg/cm²(g) 3.5
31. Facing and Finish RTJ/63AARH 59. Input Signal 4-20mA
32. Type Of Bonnet Plain 60. Output Signal kg/cm² *
33. Lubricator Not Required 61. Gauges Required,2nos.
34. Isolating Valve Not Required 62. Bypass Not Required
35. Packing Material PTFE 63. Limit Switches Qty Not Require
36. Trim Type Low Noise 64. Actuation Points NA
ACCESSORIES

37. Port Size * 65. Filter Regulator+Gauges Required,1no.


38. Rated Travel Mfr. Std. 66. Stroke time to Open Close Not Required
39. Characterstic modified Equal % 67. Pneumatic Lock Relay Volume Boos Not Required
40. Guiding Cage 68. Silencer Expander, Baffle Plate etc Not Required
41. Number of Ports Single
TRIM

69. I/P Convertor Not Required


42. Rated Cv 54 * 70. Solenoid Valve Type Not Require NA
43. Trim Material SS 321 Stellited 71. Haz. Area Classification IEC Zone 1 Gr-IIC,T3
CERT

44. Other Wetted Parts SS 321 Stellited 72. ANSI/FCI leakage Class Class IV
45. Soft Seat Not Required 73. IBR Certification Not Required
46. Soft Seat Material Not Applicable 74. Valve Model No. *
MODEL

75. Actuator Model No. *


76. Positioner Model No. *
77. Solenoid/ I/P Converter Model No. -
Notes:
S.No.5 : Inlet Pressure at Flow Min / Nor / Max : 87.9/ 87.4 / 86.6 kg/cm2g
1.Hydrogen service requirements as per SIV shall be complied.
2. BOLT/NUT material: A453GR.660CL.A / A453GR.660CL.A
3. Gasket material: SS347 (130 BHN MAX)

Sheet 1 Of 1

0 17/05/2017 Ali SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 211
NEW DELHI A927-211-YC-DS-3003 0
CLIENT: M/s CPCL

Page 154 of 270


Control Valve

1. TAG NUMBER : 211-FV-0403 REV: 0


2. Fluid Fluid State HC+H2S+H2+H2O Vapour
3. Flow Min Nor Max kg/h 3039.3 6754 10131
4. D.P.at flow Min Nor Max kg/cm² 10.1 9.6 8.8
5. Inlet Pressure Min Nor kg/cm²(g)
SERVICE CONDITIONS

6. D.P. shutoff kg/cm² 103.1


7. Inlet Temp. Oper Max °C 105 130
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be

8. Deg. Of Superheat(Steam) °C
9. Specific Gravity
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

10. Rel.Mol. Mass Comp.Factor 2.5 1.0352


11. Viscosity cP .0098
12. Specific Heat Ratio Cp/Cv 1.3959
13. Specific Volume kg/cm²
14. Vapour Pressure kg/cm²(abs)
15. Critical Pressure kg/cm²(abs)
16. % flash % Solids
17. Required Cv Min Nor Max 13.452 30.664 48.057 *
18. Inlet Velocity m/s *
19. Predicted Sound Pr. Level dBA *
20. .Service HC+H2S+H2+H2O 47. Type Pneumatic Diaphragm

21. Inlet Line No. 6"-P-211-0403-E95M-I 48. Control Modulating


LINE

22. Line Size Sch. In 6" 80S 49. Spring Action Open

ACTUATOR
23. Line Size Sch. Out 6" 80S 50. Failure Position Open
24. Inlet Line I.D. mm 146.3 51. Available Air Pressure kg/cm²(g) 3.5
25. Outlet Line I.D. mm 146.3 52. Range psi *
26. Type Of Body Globe 53. Hand Wheel Not Required
54. Location NA
27. Body Size 3" 55. Air Failure Valve -
28. Body/Bonnet Material ASTM A351GR. CF8C 56. Set at kg/cm²
BODY / BONNET

29. End Connection(Flange) 3" 57. Type Smart


POSITIONER

30. Rating ANSI Class 900# 58. Air Supply Pr. kg/cm²(g) 3.5
31. Facing and Finish RTJ/63AARH 59. Input Signal 4-20mA
32. Type Of Bonnet Plain 60. Output Signal kg/cm² *
33. Lubricator Not Required 61. Gauges Required,2nos.
34. Isolating Valve Not Required 62. Bypass Not Required
35. Packing Material PTFE 63. Limit Switches Qty Not Require
36. Trim Type Low Noise 64. Actuation Points NA
ACCESSORIES

37. Port Size * 65. Filter Regulator+Gauges Required,1no.


38. Rated Travel Mfr. Std. 66. Stroke time to Open Close Not Required
39. Characterstic modified Equal % 67. Pneumatic Lock Relay Volume Boos Not Required
40. Guiding Cage 68. Silencer Expander, Baffle Plate etc Not Required
41. Number of Ports Single
TRIM

69. I/P Convertor Not Required


42. Rated Cv 54 * 70. Solenoid Valve Type Not Require NA
43. Trim Material SS 321 Stellited 71. Haz. Area Classification IEC Zone 1 Gr-IIC,T3
CERT

44. Other Wetted Parts SS 321 Stellited 72. ANSI/FCI leakage Class Class IV
45. Soft Seat Not Required 73. IBR Certification Not Required
46. Soft Seat Material Not Applicable 74. Valve Model No. *
MODEL

75. Actuator Model No. *


76. Positioner Model No. *
77. Solenoid/ I/P Converter Model No. -
Notes:
S.No.5 : Inlet Pressure at Flow Min / Nor / Max : 87.9/ 87.4 / 86.6 kg/cm2g
1.Hydrogen service requirements as per SIV shall be complied.
2. BOLT/NUT material: A453GR.660CL.A / A453GR.660CL.A
3. Gasket material: SS347 (130 BHN MAX)

Sheet 1 Of 1

0 17/05/2017 Ali SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 211
NEW DELHI A927-211-YC-DS-3004 0
CLIENT: M/s CPCL

Page 155 of 270


Control Valve

1. TAG NUMBER : 211-FV-0404 REV: 0


2. Fluid Fluid State HC+H2S+H2+H2O Vapour
3. Flow Min Nor Max kg/h 2636.92 5993 8989.5
4. D.P.at flow Min Nor Max kg/cm² 11.1 10.6 9.8
5. Inlet Pressure Min Nor kg/cm²(g)
SERVICE CONDITIONS

6. D.P. shutoff kg/cm² 103.1


7. Inlet Temp. Oper Max °C 105 130
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be

8. Deg. Of Superheat(Steam) °C
9. Specific Gravity
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

10. Rel.Mol. Mass Comp.Factor 2.5 1.0352


11. Viscosity cP .0098
12. Specific Heat Ratio Cp/Cv 1.3959
13. Specific Volume kg/cm²
14. Vapour Pressure kg/cm²(abs)
15. Critical Pressure kg/cm²(abs)
16. % flash % Solids
17. Required Cv Min Nor Max 11.133 25.894 40.416 *
18. Inlet Velocity m/s *
19. Predicted Sound Pr. Level dBA *
20. .Service HC+H2S+H2+H2O 47. Type Pneumatic Diaphragm

21. Inlet Line No. 6"-P-211-0401-E95M-I 48. Control Modulating


LINE

22. Line Size Sch. In 6" 80S 49. Spring Action Open

ACTUATOR
23. Line Size Sch. Out 6" 80S 50. Failure Position Open
24. Inlet Line I.D. mm 146.3 51. Available Air Pressure kg/cm²(g) 3.5
25. Outlet Line I.D. mm 146.3 52. Range kg/cm²(g) *
26. Type Of Body Globe 53. Hand Wheel Not Required
54. Location NA
27. Body Size 3" 55. Air Failure Valve -
28. Body/Bonnet Material ASTM A351 GR. CF8C 56. Set at kg/cm²
BODY / BONNET

29. End Connection(Flange) 3" 57. Type Smart,HART


POSITIONER

30. Rating ANSI Class 900# 58. Air Supply Pr. kg/cm²(g) 3.5
31. Facing and Finish RTJ/63AARH 59. Input Signal 4-20mA
32. Type Of Bonnet Plain 60. Output Signal kg/cm² *
33. Lubricator Not Required 61. Gauges Required,2nos.
34. Isolating Valve Not Required 62. Bypass Not Required
35. Packing Material PTFE 63. Limit Switches Qty Not Require
36. Trim Type Low Noise 64. Actuation Points NA
ACCESSORIES

37. Port Size * 65. Filter Regulator+Gauges Required,1no.


38. Rated Travel Mfr. Std. 66. Stroke time to Open Close Not Required
39. Characterstic modified Equal % 67. Pneumatic Lock Relay Volume Boos Not Required
40. Guiding Cage 68. Silencer Expander, Baffle Plate etc Not Required
41. Number of Ports Single
TRIM

69. I/P Convertor Not Required


42. Rated Cv 54 * 70. Solenoid Valve Type Not Require NA
43. Trim Material SS 321 Stellited 71. Haz. Area Classification IEC Zone 1 Gr-IIC,T3
CERT

44. Other Wetted Parts SS 321 Stellited 72. ANSI/FCI leakage Class Class IV
45. Soft Seat Not Required 73. IBR Certification Not Required
46. Soft Seat Material Not Applicable 74. Valve Model No. *
MODEL

75. Actuator Model No. *


76. Positioner Model No. *
77. Solenoid/ I/P Converter Model No. -
Notes:
S.No.5 : Inlet Pressure at Flow Min / Nor / Max : 87.9 / 87.4 / 86.6 kg/cm2g
1.Hydrogen service requirements as per SIV shall be complied.
2. BOLT/NUT material: A453GR.660CL.A / A453GR.660CL.A
3. Gasket material: SS347 (130 BHN MAX)

Sheet 1 Of 1

0 17/05/2017 Ali SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 211
NEW DELHI A927-211-YC-DS-3005 0
CLIENT: M/s CPCL

Page 156 of 270


Control Valve

1. TAG NUMBER : 211-FV-0502A REV: 0


2. Fluid Fluid State H2O+H2S Liquid
3. Flow Min Nor Max kg/h 5929 12100 12100
4. D.P.at flow Min Nor Max kg/cm² 18.6 2.4 2.4
5. Inlet Pressure Min Nor kg/cm²(g)
SERVICE CONDITIONS

6. D.P. shutoff kg/cm² 107


7. Inlet Temp. Oper Max °C 64 150
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be

8. Deg. Of Superheat(Steam) °C
9. Specific Gravity .9996
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

10. Rel.Mol. Mass Comp.Factor


11. Viscosity cP .44
12. Specific Heat Ratio Cp/Cv
13. Specific Volume kg/cm²
14. Vapour Pressure kg/cm²(abs) .247
15. Critical Pressure kg/cm²(abs) 225.5
16. % flash % Solids
17. Required Cv Min Nor Max 1.603 9.104 9.104 *
18. Inlet Velocity m/s *
19. Predicted Sound Pr. Level dBA *
20. .Service H2O+H2S+NH3 47. Type Pneumatic Diaphragm

21. Inlet Line No. 3"-P-211-0505-E46A-IS 48. Control Modulating


LINE

22. Line Size Sch. In 3" 160 49. Spring Action Close

ACTUATOR
23. Line Size Sch. Out 3" 160 50. Failure Position Closed
24. Inlet Line I.D. mm 66.7 51. Available Air Pressure kg/cm²(g) 3.5
25. Outlet Line I.D. mm 66.7 52. Range kg/cm²(g) *
26. Type Of Body Globe 53. Hand Wheel Not Required
54. Location NA
27. Body Size 2" 55. Air Failure Valve -
28. Body/Bonnet Material ASTM A216 GR. WCB 56. Set at kg/cm²
BODY / BONNET

29. End Connection(Flange) 2" 57. Type Smart,HART


POSITIONER

30. Rating ANSI Class 900# 58. Air Supply Pr. kg/cm²(g) 3.5
31. Facing and Finish RTJ, 63 AARH 59. Input Signal 4-20mA
32. Type Of Bonnet Plain 60. Output Signal kg/cm² *
33. Lubricator Not Required 61. Gauges Required,2nos.
34. Isolating Valve Not Required 62. Bypass Not Required
35. Packing Material PTFE 63. Limit Switches Qty Not Require
36. Trim Type Single Seat 64. Actuation Points NA
ACCESSORIES

37. Port Size * 65. Filter Regulator+Gauges Required,1no.


38. Rated Travel Mfr. Std. 66. Stroke time to Open Close Not Required
39. Characterstic Equal % 67. Pneumatic Lock Relay Volume Boos Not Required
40. Guiding Top 68. Silencer Expander, Baffle Plate etc Not Required
41. Number of Ports Single
TRIM

69. I/P Convertor Not Required


42. Rated Cv 17 * 70. Solenoid Valve Type Not Require NA
43. Trim Material SS 316L STELLITED 71. Haz. Area Classification IEC Zone 1 Gr-IIC,T3
CERT

44. Other Wetted Parts SS 316L STELLITED 72. ANSI/FCI leakage Class Class IV
45. Soft Seat Not Required 73. IBR Certification Not Required
46. Soft Seat Material Not Applicable 74. Valve Model No. *
MODEL

75. Actuator Model No. *


76. Positioner Model No. *
77. Solenoid/ I/P Converter Model No. -
Notes:
1. NACE and HIC Requirements as per SIV shall be complied.
2. Nut/Bolt material-A-193 Gr. B7M/ A-194 Gr. 2HM
3. Gasket material- SOFT IRON
S.No.5 : Inlet Pressure at Flow Min / Nor / Max : 89.7 / 77.2 / 77.2 kg/cm2g
4. Bidder shall supply 1 No. of spare Air Filter Regulator (000-AFR-SP12) as loose supplied spare with specification same as specified in Air

Sheet 1 Of 2

0 17/05/2017 Ali SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 211
NEW DELHI A927-211-YC-DS-3006 0
CLIENT: M/s CPCL

Page 157 of 270


Control Valve
Notes:
Filter Regulator (AFR) Data sheet & in valve data sheet. The price for this AFR shall be included in the quoted price of the valve.
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

Sheet 2 Of 2

0 17/05/2017 Ali SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 211
NEW DELHI A927-211-YC-DS-3006 0
CLIENT: M/s CPCL

Page 158 of 270


Control Valve

1. TAG NUMBER : 211-FV-0601 REV: 0


2. Fluid Fluid State HC+H2S+H2+H20 Vapour
3. Flow Min Nor Max kg/h 12746 12746
4. D.P.at flow Min Nor Max kg/cm² 22.6 18.7
5. Inlet Pressure Min Nor kg/cm²(g)
SERVICE CONDITIONS

6. D.P. shutoff kg/cm² 103.1


7. Inlet Temp. Oper Max °C 105 130
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be

8. Deg. Of Superheat(Steam) °C
9. Specific Gravity
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

10. Rel.Mol. Mass Comp.Factor 2.5 1.0345


11. Viscosity cP
12. Specific Heat Ratio Cp/Cv 1.3958
13. Specific Volume kg/cm²
14. Vapour Pressure kg/cm²(abs)
15. Critical Pressure kg/cm²(abs)
16. % flash % Solids
17. Required Cv Min Nor Max 37.133 40.822 *
18. Inlet Velocity m/s *
19. Predicted Sound Pr. Level dBA *
20. .Service HC+H2S+H2+H20 47. Type Pneumatic Diaphragm

21. Inlet Line No. 8"-P-211-0628-E27A-IH 48. Control Modulating


LINE

22. Line Size Sch. In 8" 120 49. Spring Action Close

ACTUATOR
23. Line Size Sch. Out 8" 120 50. Failure Position Closed
24. Inlet Line I.D. mm 182.6 51. Available Air Pressure kg/cm²(g) 3.5
25. Outlet Line I.D. mm 182.6 52. Range kg/cm²(g) *
26. Type Of Body Globe 53. Hand Wheel Not Required
54. Location NA
27. Body Size 4" 55. Air Failure Valve -
28. Body/Bonnet Material ASTM A216 GR. WCB 56. Set at kg/cm²
BODY / BONNET

29. End Connection(Flange) 4" 57. Type Smart,HART


POSITIONER

30. Rating ANSI Class 900# 58. Air Supply Pr. kg/cm²(g) 3.5
31. Facing and Finish RTJ/63AARH 59. Input Signal 4-20mA
32. Type Of Bonnet Plain 60. Output Signal kg/cm² *
33. Lubricator Not Required 61. Gauges Required,2nos.
34. Isolating Valve Not Required 62. Bypass Not Required
35. Packing Material PTFE 63. Limit Switches Qty Not Require
36. Trim Type Low Noise 64. Actuation Points NA
ACCESSORIES

37. Port Size * 65. Filter Regulator+Gauges Required,1no.


38. Rated Travel Mfr. Std. 66. Stroke time to Open Close Not Required
39. Characterstic modified Equal % 67. Pneumatic Lock Relay Volume Boos Not Required
40. Guiding Cage 68. Silencer Expander, Baffle Plate etc Not Required
41. Number of Ports Single
TRIM

69. I/P Convertor Not Required


42. Rated Cv 96 * 70. Solenoid Valve Type Not Require NA
43. Trim Material SS 316L Stellited 71. Haz. Area Classification IEC Zone 1 Gr-IIC
CERT

44. Other Wetted Parts SS 316L Stellited 72. ANSI/FCI leakage Class Class IV
45. Soft Seat Not Required 73. IBR Certification Not Required
46. Soft Seat Material Not Applicable 74. Valve Model No. *
MODEL

75. Actuator Model No. *


76. Positioner Model No. *
77. Solenoid/ I/P Converter Model No. -
Notes:
S.No.5 : Inlet Pressure at Nor / Max : 91.4 / 87.6 kg/cm2g
1. NACE and Hydrogen service with wet H2S requirements as per SIV shall be complied.
2.Nut/Bolt material-A-193 Gr. B7M/ A-194 Gr. 2HM
3.Gasket material-SOFT IRON

Sheet 1 Of 1

0 17/05/2017 Ali SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 211
NEW DELHI A927-211-YC-DS-3007 0
CLIENT: M/s CPCL

Page 159 of 270


Control Valve

1. TAG NUMBER : 211-FV-0602 REV: 0


2. Fluid Fluid State HC+H2S+H2+H2O+NH3 Liquid
3. Flow Min Nor Max kg/h 95964 191928 211120.8
4. D.P.at flow Min Nor Max kg/cm² 2.6 2.6 2.6
5. Inlet Pressure Min Nor kg/cm²(g)
SERVICE CONDITIONS

6. D.P. shutoff kg/cm² 80.2


7. Inlet Temp. Oper Max °C 55 75
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be

8. Deg. Of Superheat(Steam) °C
9. Specific Gravity .8165
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

10. Rel.Mol. Mass Comp.Factor


11. Viscosity cP .81
12. Specific Heat Ratio Cp/Cv
13. Specific Volume kg/cm²
14. Vapour Pressure kg/cm²(abs) 69.2
15. Critical Pressure kg/cm²(abs) 33.4
16. % flash % Solids
17. Required Cv Min Nor Max 76.544 153.089 168.398 *
18. Inlet Velocity m/s *
19. Predicted Sound Pr. Level dBA *
20. .Service HC+H2S+H2+H2O+NH 47. Type Pneumatic Diaphragm
3
21. Inlet Line No. 10"-P-211-0613-D27A 48. Control Modulating
LINE

22. Line Size Sch. In 10" 80 49. Spring Action Close

ACTUATOR
23. Line Size Sch. Out 10" 80 50. Failure Position Closed
24. Inlet Line I.D. mm 242.9 51. Available Air Pressure kg/cm²(g) 3.5
25. Outlet Line I.D. mm 242.9 52. Range kg/cm²(g) *
26. Type Of Body Globe 53. Hand Wheel Not Required
54. Location NA
27. Body Size 8" 55. Air Failure Valve -
28. Body/Bonnet Material ASTM A216 GR. WCB 56. Set at psi(g)
BODY / BONNET

29. End Connection(Flange) 8" 57. Type Smart,HART


POSITIONER

30. Rating ANSI Class 600# 58. Air Supply Pr. kg/cm²(g) 3.5
31. Facing and Finish RF 125 AARH 59. Input Signal 4-20mA
32. Type Of Bonnet Plain 60. Output Signal psi(g) *
33. Lubricator Not Required 61. Gauges Required,2nos.
34. Isolating Valve Not Required 62. Bypass Not Required
35. Packing Material PTFE 63. Limit Switches Qty Required 2
36. Trim Type Anti cavitation trim 64. Actuation Points NA
ACCESSORIES

37. Port Size * 65. Filter Regulator+Gauges Required,1no.


38. Rated Travel Mfr. Std. 66. Stroke time to Open Close Not Required
39. Characterstic modified Equal % 67. Pneumatic Lock Relay Volume Boos Not Required
40. Guiding Cage 68. Silencer Expander, Baffle Plate etc Not Required
41. Number of Ports Single
TRIM

69. I/P Convertor Not Required


42. Rated Cv 265 * 70. Solenoid Valve Type Required 3-Way
43. Trim Material SS 316L Stellited 71. Haz. Area Classification IEC Zone 1 Gr-IIC
CERT

44. Other Wetted Parts SS 316L Stellited 72. ANSI/FCI leakage Class Class V
45. Soft Seat Not Required 73. IBR Certification Not Required
46. Soft Seat Material Not Applicable 74. Valve Model No. *
MODEL

75. Actuator Model No. *


76. Positioner Model No. *
77. Solenoid/ I/P Converter Model No. *
Notes:
S No. 63: Two nos. limit switches shall be supplied and installed. One no. for open position and one no. for close position. Tag nos. for limit
siwtches shall be 211-ZSO-0602A (open position) and 211-ZSC-0602A (close position).
S.NO.70: One No. SOV shall be supplied and installed. Tag no. of the SOV shall be 211-FSOV-0602.
S.No.5. Inlet Pressure-Min/Nor/max-69.1/68.9/68.9 (kg/cm2g)
1. NACE and Hydrogen service with wet H2S requirements as per SIV shall be complied.

Sheet 1 Of 2

0 17/05/2017 Ali SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 211
NEW DELHI A927-211-YC-DS-3008 0
CLIENT: M/s CPCL

Page 160 of 270


Control Valve
Notes:
2. Nut/Bolt material-A-193 Gr. B7M/ A-194 Gr. 2HM
3. Gasket material- SP.WND SS316L+GRAFIL+ I RING
4. Bidder shall supply 2 Nos. of spare Limit Switch (211-ZSH-SP01 & 211-ZSL-SP01 corresponding to Full open & Full Close Position
respectively) as loose supplied spare with specification same as specified in Limit Switch & in valve data sheet. The price for this Limit Switch
shall be included in the quoted price of the valve.
5. Bidder shall supply 1 no. of spare solenoid valve (Tag no. 211-UY-SP01)) as loose supplied spare with specification same as specified in
SOV datasheet. Price of this SOV shall be included in the quoted price of the valve.
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

Sheet 2 Of 2

0 17/05/2017 Ali SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 211
NEW DELHI A927-211-YC-DS-3008 0
CLIENT: M/s CPCL

Page 161 of 270


Page 162 of 270
Page 163 of 270
Control Valve

1. TAG NUMBER : 211-FV-1002 REV: 0


2. Fluid Fluid State HC+H2O Liquid
3. Flow Min Nor Max kg/h 99702.26 203474 203474
4. D.P.at flow Min Nor Max kg/cm² 6.4 4.1 4.1
5. Inlet Pressure Min Nor kg/cm²(g)
SERVICE CONDITIONS

6. D.P. shutoff kg/cm² 12.5


7. Inlet Temp. Oper Max °C 95 124
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be

8. Deg. Of Superheat(Steam) °C
9. Specific Gravity .8335
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

10. Rel.Mol. Mass Comp.Factor


11. Viscosity cP .93
12. Specific Heat Ratio Cp/Cv
13. Specific Volume kg/cm²
14. Vapour Pressure kg/cm²(abs) .91
15. Critical Pressure kg/cm²(abs) 20.9
16. % flash % Solids
17. Required Cv Min Nor Max 67.731 138.226 138.226 *
18. Inlet Velocity m/s *
19. Predicted Sound Pr. Level dBA *
20. .Service HC+H2O 47. Type Pneumatic Diaphragm

21. Inlet Line No. 10"-P-211-1037-B1A-IH 48. Control Modulating


LINE

22. Line Size Sch. In 10" STD 49. Spring Action Open

ACTUATOR
23. Line Size Sch. Out 18" XS 50. Failure Position Open
24. Inlet Line I.D. mm 254.5 51. Available Air Pressure kg/cm²(g) 3.5
25. Outlet Line I.D. mm 431.8 52. Range KG/CM2 G *
26. Type Of Body Globe 53. Hand Wheel Not Required
54. Location NA
27. Body Size 8" 55. Air Failure Valve -
28. Body/Bonnet Material ASTM A216 GR WCB 56. Set at kg/cm²
BODY / BONNET

29. End Connection(Flange) 8" 57. Type Smart,HART


POSITIONER

30. Rating ANSI Class 300# 58. Air Supply Pr. kg/cm²(g) 3.5
31. Facing and Finish RF 125 AARH 59. Input Signal 4-20mA
32. Type Of Bonnet Plain 60. Output Signal kg/cm² *
33. Lubricator Not Required 61. Gauges Required,2nos.
34. Isolating Valve Not Required 62. Bypass Not Required
35. Packing Material PTFE 63. Limit Switches Qty Not Require
36. Trim Type Anti Cavitation Trim 64. Actuation Points NA
ACCESSORIES

37. Port Size * 65. Filter Regulator+Gauges Required,1no.


38. Rated Travel Mfr. Std. 66. Stroke time to Open Close Not Required
39. Characterstic Modified Equal % 67. Pneumatic Lock Relay Volume Boos Not Required
40. Guiding Cage 68. Silencer Expander, Baffle Plate etc Not Required
41. Number of Ports Single
TRIM

69. I/P Convertor Not Required


42. Rated Cv 380 * 70. Solenoid Valve Type Not Require NA
43. Trim Material SS316+STELLITED 71. Haz. Area Classification IEC Zone 1 Gr-IIC,T3
CERT

44. Other Wetted Parts SS316+STELLITED 72. ANSI/FCI leakage Class Class IV
45. Soft Seat Not Required 73. IBR Certification Not Required
46. Soft Seat Material Not Applicable 74. Valve Model No. *
MODEL

75. Actuator Model No. *


76. Positioner Model No. *
77. Solenoid/ I/P Converter Model No. -
Notes:
S.No.5 : Inlet Pressure at Min / Nor / Max : 6.5 / 4.2 / 4.2 kg/cm2g
1. Bidder shall supply 1 No. of spare Air Filter Regulator (000-AFR-SP10) as loose supplied spare with specification same as specified in Air
Filter Regulator (AFR) Data sheet & in valve data sheet. The price for this AFR shall be included in the quoted price of the valve.

Sheet 1 Of 1

0 17/05/2017 Ali SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 211
NEW DELHI A927-211-YC-DS-3011 0
CLIENT: M/s CPCL

Page 164 of 270


Control Valve

1. TAG NUMBER : 211-TV-1002 REV: 0


2. Fluid Fluid State HC+H2S+H2+H2O Liquid
3. Flow Min Nor Max kg/h 35476 72400 72400
4. D.P.at flow Min Nor Max kg/cm² 8.9 8.7 8.7
5. Inlet Pressure Min Nor kg/cm²(g)
SERVICE CONDITIONS

6. D.P. shutoff kg/cm² 10.1


7. Inlet Temp. Oper Max °C 244 244
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be

8. Deg. Of Superheat(Steam) °C
9. Specific Gravity .8335
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

10. Rel.Mol. Mass Comp.Factor


11. Viscosity cP .248
12. Specific Heat Ratio Cp/Cv
13. Specific Volume kg/cm²
14. Vapour Pressure kg/cm²(abs) 9
15. Critical Pressure kg/cm²(abs) 21
16. % flash % Solids
17. Required Cv Min Nor Max 35.365 72.173 72.173 *
18. Inlet Velocity m/s *
19. Predicted Sound Pr. Level dBA *
20. .Service HC+H2S+H2+H2O 47. Type Pneumatic Diaphragm

21. Inlet Line No. 10"-P-211-1027-B1A-IH 48. Control Modulating


LINE

22. Line Size Sch. In 10" STD 49. Spring Action Close

ACTUATOR
23. Line Size Sch. Out 18" XS 50. Failure Position Closed
24. Inlet Line I.D. mm 254.5 51. Available Air Pressure kg/cm²(g) 3.5
25. Outlet Line I.D. mm 431.8 52. Range psi *
26. Type Of Body Globe 53. Hand Wheel Not Required
54. Location NA
27. Body Size 6" 55. Air Failure Valve -
28. Body/Bonnet Material ASTM A216 GR. WCB 56. Set at kg/cm²
BODY / BONNET

29. End Connection(Flange) 6" 57. Type Smart,HART


POSITIONER

30. Rating ANSI Class 300# 58. Air Supply Pr. kg/cm²(g) 3.5
31. Facing and Finish RF 125 AARH 59. Input Signal 4-20mA
32. Type Of Bonnet Radiation Fins 60. Output Signal kg/cm² *
33. Lubricator Not Required 61. Gauges Required,2nos.
34. Isolating Valve Not Required 62. Bypass Not Required
35. Packing Material Grafoil 63. Limit Switches Qty Not Require
36. Trim Type Anti Cavitation Trim 64. Actuation Points NA
ACCESSORIES

37. Port Size * 65. Filter Regulator+Gauges Required,1no.


38. Rated Travel Mfr. Std. 66. Stroke time to Open Close Not Required
39. Characterstic Modified Equal % 67. Pneumatic Lock Relay Volume Boos Not Required
40. Guiding Cage 68. Silencer Expander, Baffle Plate etc Not Required
41. Number of Ports Single
TRIM

69. I/P Convertor Not Required


42. Rated Cv 150 * 70. Solenoid Valve Type Not Require NA
43. Trim Material 316 SS + STELLITED 71. Haz. Area Classification IEC Zone 1 Gr-IIC,T3
CERT

44. Other Wetted Parts 316 SS + STELLITED 72. ANSI/FCI leakage Class Class IV
45. Soft Seat Not Required 73. IBR Certification Not Required
46. Soft Seat Material Not Applicable 74. Valve Model No. *
MODEL

75. Actuator Model No. *


76. Positioner Model No. *
77. Solenoid/ I/P Converter Model No. -
Notes:
S.No.5 : Inlet Pressure at Min / Nor / Max : 8.2 / 8.0 / 8.0 kg/cm2g.

Sheet 1 Of 1

0 17/05/2017 Ali SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 211
NEW DELHI A927-211-YC-DS-3014 0
CLIENT: M/s CPCL

Page 165 of 270


Control Valve

1. TAG NUMBER : 211-FV-1107 REV: 0


2. Fluid Fluid State HC Liquid
3. Flow Min Nor Max kg/h 113835 113835
4. D.P.at flow Min Nor Max kg/cm² 16.1 14.1
5. Inlet Pressure Min Nor kg/cm²(g)
SERVICE CONDITIONS

6. D.P. shutoff kg/cm² 17.9


7. Inlet Temp. Oper Max °C 127 147
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be

8. Deg. Of Superheat(Steam) °C
9. Specific Gravity .8302
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

10. Rel.Mol. Mass Comp.Factor


11. Viscosity cP .67
12. Specific Heat Ratio Cp/Cv
13. Specific Volume kg/cm²
14. Vapour Pressure kg/cm²(abs) .19
15. Critical Pressure kg/cm²(abs) 20.8
16. % flash % Solids
17. Required Cv Min Nor Max 42.868 42.868 *
18. Inlet Velocity m/s *
19. Predicted Sound Pr. Level dBA *
20. .Service HC 47. Type Pneumatic Diaphragm

21. Inlet Line No. 6"-P-211-1162-B1A-IH 48. Control Modulating


LINE

22. Line Size Sch. In 6" STD 49. Spring Action Open

ACTUATOR
23. Line Size Sch. Out 6" STD 50. Failure Position Open
24. Inlet Line I.D. mm 154.1 51. Available Air Pressure kg/cm²(g) 3.5
25. Outlet Line I.D. mm 154.1 52. Range kg/cm²(g) *
26. Type Of Body Globe 53. Hand Wheel Not Required
54. Location NA
27. Body Size 4" 55. Air Failure Valve -
28. Body/Bonnet Material ASTM A216 GR. WCB 56. Set at kg/cm²
BODY / BONNET

29. End Connection(Flange) 4" 57. Type Smart,HART


POSITIONER

30. Rating ANSI Class 300# 58. Air Supply Pr. kg/cm²(g) 3.5
31. Facing and Finish RF 125 AARH 59. Input Signal 4-20mA
32. Type Of Bonnet Plain 60. Output Signal kg/cm² *
33. Lubricator Not Required 61. Gauges Required,2nos.
34. Isolating Valve Not Required 62. Bypass Not Required
35. Packing Material PTFE 63. Limit Switches Qty Not Require
36. Trim Type Anti Cavitation Trim 64. Actuation Points NA
ACCESSORIES

37. Port Size * 65. Filter Regulator+Gauges Required,1no.


38. Rated Travel Mfr. Std. 66. Stroke time to Open Close Not Required
39. Characterstic Modified Equal % 67. Pneumatic Lock Relay Volume Boos Not Required
40. Guiding Cage 68. Silencer Expander, Baffle Plate etc Not Required
41. Number of Ports Single
TRIM

69. I/P Convertor Not Required


42. Rated Cv 96 * 70. Solenoid Valve Type Not Require NA
43. Trim Material SS 316 STELLITED 71. Haz. Area Classification IEC Zone 1 Gr-IIC,T3
CERT

44. Other Wetted Parts SS 316 STELLITED 72. ANSI/FCI leakage Class Class IV
45. Soft Seat Not Required 73. IBR Certification Not Required
46. Soft Seat Material Not Applicable 74. Valve Model No. *
MODEL

75. Actuator Model No. *


76. Positioner Model No. *
77. Solenoid/ I/P Converter Model No. -
Notes:
S.No.5 : Inlet Pressure : Nor/max-15.7/13.7 Kg/cm2(g).

Sheet 1 Of 1

0 17/05/2017 Ali SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 211
NEW DELHI A927-211-YC-DS-3015 0
CLIENT: M/s CPCL

Page 166 of 270


Control Valve

1. TAG NUMBER : 211-FV-1201 REV: 0


2. Fluid Fluid State MDEA+H2O+H2S Liquid
3. Flow Min Nor Max kg/h 59941 124877 124877
4. D.P.at flow Min Nor Max kg/cm² 13.5 .8 .8
5. Inlet Pressure Min Nor kg/cm²(g)
SERVICE CONDITIONS

6. D.P. shutoff kg/cm² 97


7. Inlet Temp. Oper Max °C 65 85
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be

8. Deg. Of Superheat(Steam) °C
9. Specific Gravity 1.0166
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

10. Rel.Mol. Mass Comp.Factor


11. Viscosity cP .48
12. Specific Heat Ratio Cp/Cv
13. Specific Volume kg/cm²
14. Vapour Pressure kg/cm²(abs) .2
15. Critical Pressure kg/cm²(abs) 208.4
16. % flash % Solids
17. Required Cv Min Nor Max 18.769 160.628 160.628 *
18. Inlet Velocity m/s *
19. Predicted Sound Pr. Level dBA *
20. .Service MDEA+H2O+H2S 47. Type Pneumatic Diaphragm

21. Inlet Line No. 6"-P-211-1215-D46A-I 48. Control Modulating


LINE

22. Line Size Sch. In 6" XS 49. Spring Action Close

ACTUATOR
23. Line Size Sch. Out 6" XS 50. Failure Position Closed
24. Inlet Line I.D. mm 146.3 51. Available Air Pressure kg/cm²(g) 3.5
25. Outlet Line I.D. mm 146.3 52. Range psi *
26. Type Of Body Globe 53. Hand Wheel Not Required
54. Location NA
27. Body Size 6" 55. Air Failure Valve -
28. Body/Bonnet Material ASTM A216 Gr WCB 56. Set at kg/cm²
BODY / BONNET

29. End Connection(Flange) 6" 57. Type Smart,HART


POSITIONER

30. Rating ANSI Class 600# 58. Air Supply Pr. kg/cm²(g) 3.5
31. Facing and Finish RF 125 AARH 59. Input Signal 4-20mA
32. Type Of Bonnet Plain 60. Output Signal kg/cm² *
33. Lubricator Not Required 61. Gauges Required,2nos.
34. Isolating Valve Not Required 62. Bypass Not Required
35. Packing Material PTFE 63. Limit Switches Qty Not Require
36. Trim Type Single Seat 64. Actuation Points NA
ACCESSORIES

37. Port Size * 65. Filter Regulator+Gauges Required,1no.


38. Rated Travel Mfr. Std. 66. Stroke time to Open Close Not Required
39. Characterstic Equal % 67. Pneumatic Lock Relay Volume Boos Not Required
40. Guiding Cage 68. Silencer Expander, Baffle Plate etc Not Required
41. Number of Ports Single
TRIM

69. I/P Convertor Not Required


42. Rated Cv 275 * 70. Solenoid Valve Type Not Require NA
43. Trim Material SS 316L stellited 71. Haz. Area Classification IEC Zone 1 Gr-IIC,T3
CERT

44. Other Wetted Parts SS 316L stellited 72. ANSI/FCI leakage Class Class IV
45. Soft Seat Not Required 73. IBR Certification Not Required
46. Soft Seat Material Not Applicable 74. Valve Model No. *
MODEL

75. Actuator Model No. *


76. Positioner Model No. *
77. Solenoid/ I/P Converter Model No. -
Notes:
S.No.5 : Inlet Pressure at Min / Nor / Max : 85.0/ 72.8 / 72.8 kg/cm2g
1. NACE and HIC service requirements as per SIV shall be complied.
2. Nut/Bolt material-A-193 Gr. B7M/ A-194 Gr. 2HM
3. Gasket material- SP.WND SS316L+GRAFIL

Sheet 1 Of 1

0 17/05/2017 Ali SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 211
NEW DELHI A927-211-YC-DS-3016 0
CLIENT: M/s CPCL

Page 167 of 270


Page 168 of 270
Page 169 of 270
Page 170 of 270
Page 171 of 270
Page 172 of 270
Page 173 of 270
Control Valve

1. TAG NUMBER : 211-LV-1201 REV: 0


2. Fluid Fluid State MDEA+H2O+H2S Liquid
3. Flow Min Nor Max kg/h 59941 124877 124877
4. D.P.at flow Min Nor Max kg/cm² 8.6 7.7 7.7
5. Inlet Pressure Min Nor kg/cm²(g)
SERVICE CONDITIONS

6. D.P. shutoff kg/cm² 19


7. Inlet Temp. Oper Max °C 65 85
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be

8. Deg. Of Superheat(Steam) °C
9. Specific Gravity 1.0166
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

10. Rel.Mol. Mass Comp.Factor


11. Viscosity cP .48
12. Specific Heat Ratio Cp/Cv
13. Specific Volume kg/cm²
14. Vapour Pressure kg/cm²(abs) .2
15. Critical Pressure kg/cm²(abs) 208.4
16. % flash % Solids
17. Required Cv Min Nor Max 23.735 52.258 52.258 *
18. Inlet Velocity m/s *
19. Predicted Sound Pr. Level dBA *
20. .Service MDEA+H2O+H2S 47. Type Pneumatic Diaphragm

21. Inlet Line No. 6"-P-211-1209-B46A-IS 48. Control Modulating


LINE

22. Line Size Sch. In 6" STD 49. Spring Action Close

ACTUATOR
23. Line Size Sch. Out 6" STD 50. Failure Position Closed
24. Inlet Line I.D. mm 154.1 51. Available Air Pressure kg/cm²(g) 3.5
25. Outlet Line I.D. mm 154.1 52. Range psi *
26. Type Of Body Globe 53. Hand Wheel Not Required
54. Location NA
27. Body Size 4" 55. Air Failure Valve -
28. Body/Bonnet Material ASTM A216 Gr WCB 56. Set at kg/cm²
BODY / BONNET

29. End Connection(Flange) 4" 57. Type Smart,HART


POSITIONER

30. Rating ANSI Class 300# 58. Air Supply Pr. kg/cm²(g) 3.5
31. Facing and Finish RF 125 AARH 59. Input Signal 4-20mA
32. Type Of Bonnet Plain 60. Output Signal kg/cm² *
33. Lubricator Not Required 61. Gauges Required,2nos.
34. Isolating Valve Not Required 62. Bypass Not Required
35. Packing Material PTFE 63. Limit Switches Qty Not Require
36. Trim Type Anti-Cavitation 64. Actuation Points NA
ACCESSORIES

37. Port Size * 65. Filter Regulator+Gauges Required,1no.


38. Rated Travel Mfr. Std. 66. Stroke time to Open Close Not Required
39. Characterstic Modified Equal% 67. Pneumatic Lock Relay Volume Boos Not Required
40. Guiding Cage 68. Silencer Expander, Baffle Plate etc Not Required
41. Number of Ports Single
TRIM

69. I/P Convertor Not Required


42. Rated Cv 96 * 70. Solenoid Valve Type Not Require NA
43. Trim Material SS 316L+STELLITED 71. Haz. Area Classification IEC Zone 1 Gr-IIC,T3
CERT

44. Other Wetted Parts SS 316L+STELLITED 72. ANSI/FCI leakage Class Class IV
45. Soft Seat Not Required 73. IBR Certification Not Required
46. Soft Seat Material Not Applicable 74. Valve Model No. *
MODEL

75. Actuator Model No. *


76. Positioner Model No. *
77. Solenoid/ I/P Converter Model No. -
Notes:
S.No.5 : Inlet Pressure at Min / Nor / Max : 11.2 / 10.3 / 10.3 kg/cm2g
1. NACE and HIC service requirements as per SIV shall be complied.
2. Nut/Bolt material-A-193 Gr. B7M/ A-194 Gr. 2HM
3. Gasket material- SP.WND SS316L+GRAFIL

Sheet 1 Of 1

0 17/05/2017 Ali SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 211
NEW DELHI A927-211-YC-DS-3018 0
CLIENT: M/s CPCL

Page 174 of 270


Control Valve

1. TAG NUMBER : 211-TDV-1301A REV: 0


2. Fluid Fluid State MDEA+H2O+H2S Liquid
3. Flow Min Nor Max kg/h 9941.28 20711 20711
4. D.P.at flow Min Nor Max kg/cm² 1.5 1 1
5. Inlet Pressure Min Nor kg/cm²(g)
SERVICE CONDITIONS

6. D.P. shutoff kg/cm² 19


7. Inlet Temp. Oper Max °C 65 85
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be

8. Deg. Of Superheat(Steam) °C
9. Specific Gravity 1.0166
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

10. Rel.Mol. Mass Comp.Factor


11. Viscosity cP .45
12. Specific Heat Ratio Cp/Cv
13. Specific Volume kg/cm²
14. Vapour Pressure kg/cm²(abs) .23
15. Critical Pressure kg/cm²(abs) 208.4
16. % flash % Solids
17. Required Cv Min Nor Max 9.628 24.566 24.566 *
18. Inlet Velocity m/s *
19. Predicted Sound Pr. Level dBA *
20. .Service MDEA+H2O+H2S 47. Type Pneumatic Diaphragm

21. Inlet Line No. 3"-P-211-1205-B46A-IS 48. Control Modulating


LINE

22. Line Size Sch. In 3" STD 49. Spring Action Close

ACTUATOR
23. Line Size Sch. Out 3" STD 50. Failure Position Closed
24. Inlet Line I.D. mm 77.9 51. Available Air Pressure kg/cm²(g) 3.5
25. Outlet Line I.D. mm 77.9 52. Range psi *
26. Type Of Body Globe 53. Hand Wheel Not Required
54. Location NA
27. Body Size 2" 55. Air Failure Valve -
28. Body/Bonnet Material ASTM A216 Gr WCB 56. Set at kg/cm²
BODY / BONNET

29. End Connection(Flange) 2" 57. Type Smart,HART


POSITIONER

30. Rating ANSI Class 300# 58. Air Supply Pr. kg/cm²(g) 3.5
31. Facing and Finish RF 125 AARH 59. Input Signal 4-20mA
32. Type Of Bonnet Plain 60. Output Signal kg/cm² *
33. Lubricator Not Required 61. Gauges Required,2nos.
34. Isolating Valve Not Required 62. Bypass Not Required
35. Packing Material PTFE 63. Limit Switches Qty Not Require
36. Trim Type Single Seat 64. Actuation Points NA
ACCESSORIES

37. Port Size * 65. Filter Regulator+Gauges Required,1no.


38. Rated Travel Mfr. Std. 66. Stroke time to Open Close Not Required
39. Characterstic Equal % 67. Pneumatic Lock Relay Volume Boos Not Required
40. Guiding Top 68. Silencer Expander, Baffle Plate etc Not Required
41. Number of Ports Single
TRIM

69. I/P Convertor Not Required


42. Rated Cv 44 * 70. Solenoid Valve Type Not Require NA
43. Trim Material SS 316L 71. Haz. Area Classification IEC Zone 1 Gr-IIC,T3
CERT

44. Other Wetted Parts SS 316L 72. ANSI/FCI leakage Class Class IV
45. Soft Seat Not Required 73. IBR Certification Not Required
46. Soft Seat Material Not Applicable 74. Valve Model No. *
MODEL

75. Actuator Model No. *


76. Positioner Model No. *
77. Solenoid/ I/P Converter Model No. -
Notes:
S.No.5 : Inlet Pressure at Min / Nor / Max : 11.2 / 10.3 / 10.3 kg/cm2g
1. NACE and HIC service requirements as per SIV shall be complied.
2. Nut/Bolt material-A-193 Gr. B7M/ A-194 Gr. 2HM
3. Gasket material- SP.WND SS316L+GRAFIL

Sheet 1 Of 1

0 17/05/2017 Ali SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 211
NEW DELHI A927-211-YC-DS-3023 0
CLIENT: M/s CPCL

Page 175 of 270


Control Valve

1. TAG NUMBER : 211-FV-1601 REV: 0


2. Fluid Fluid State HC Liquid
3. Flow Min Nor Max kg/h 3316 6632 6632
4. D.P.at flow Min Nor Max kg/cm² 2.1 1.3 1.3
5. Inlet Pressure Min Nor kg/cm²(g)
SERVICE CONDITIONS

6. D.P. shutoff kg/cm² 14.4


7. Inlet Temp. Oper Max °C 166 224
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be

8. Deg. Of Superheat(Steam) °C
9. Specific Gravity .7287
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

10. Rel.Mol. Mass Comp.Factor


11. Viscosity cP .13
12. Specific Heat Ratio Cp/Cv
13. Specific Volume kg/cm²
14. Vapour Pressure kg/cm²(abs) 9.4
15. Critical Pressure kg/cm²(abs) 36
16. % flash % Solids
17. Required Cv Min Nor Max 3.118 7.926 7.926 *
18. Inlet Velocity m/s *
19. Predicted Sound Pr. Level dBA *
20. .Service HC 47. Type Pneumatic Diaphragm

21. Inlet Line No. 3"-P-211-1610-B1A-IH 48. Control Modulating


LINE

22. Line Size Sch. In 3" STD 49. Spring Action Close

ACTUATOR
23. Line Size Sch. Out 3" STD 50. Failure Position Closed
24. Inlet Line I.D. mm 77.9 51. Available Air Pressure kg/cm²(g) 3.5
25. Outlet Line I.D. mm 77.9 52. Range psi *
26. Type Of Body Globe 53. Hand Wheel Not Required
54. Location NA
27. Body Size 2" 55. Air Failure Valve -
28. Body/Bonnet Material ASTM A216 GR. WCB 56. Set at kg/cm²
BODY / BONNET

29. End Connection(Flange) 2" 57. Type Smart,HART


POSITIONER

30. Rating ANSI Class 300# 58. Air Supply Pr. kg/cm²(g) 3.5
31. Facing and Finish RF 125 AARH 59. Input Signal 4-20mA
32. Type Of Bonnet Plain 60. Output Signal kg/cm² *
33. Lubricator Not Required 61. Gauges Required,2nos.
34. Isolating Valve Not Required 62. Bypass Not Required
35. Packing Material Grafoil 63. Limit Switches Qty Not Require
36. Trim Type Anti-Cavitation 64. Actuation Points NA
ACCESSORIES

37. Port Size * 65. Filter Regulator+Gauges Required,1no.


38. Rated Travel Mfr. Std. 66. Stroke time to Open Close Not Required
39. Characterstic modified Equal % 67. Pneumatic Lock Relay Volume Boos Not Required
40. Guiding Top 68. Silencer Expander, Baffle Plate etc Not Required
41. Number of Ports Single
TRIM

69. I/P Convertor Not Required


42. Rated Cv 13 * 70. Solenoid Valve Type Not Require NA
43. Trim Material SS 316+Stellited 71. Haz. Area Classification IEC Zone 1 Gr-IIC,T3
CERT

44. Other Wetted Parts SS 316+Stellited 72. ANSI/FCI leakage Class Class IV
45. Soft Seat Not Required 73. IBR Certification Not Required
46. Soft Seat Material Not Applicable 74. Valve Model No. *
MODEL

75. Actuator Model No. *


76. Positioner Model No. *
77. Solenoid/ I/P Converter Model No. -
Notes:
S.No.5 : Inlet Pressure at Min / Nor / Max : 11.7/ 10.9 / 10.9 kg/cm2g

Sheet 1 Of 1

0 17/05/2017 Ali SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 211
NEW DELHI A927-211-YC-DS-3027 0
CLIENT: M/s CPCL

Page 176 of 270


Control Valve

1. TAG NUMBER : 211-FV-1607 REV: 0


2. Fluid Fluid State HC Liquid
3. Flow Min Nor Max kg/h 3316 6632 6632
4. D.P.at flow Min Nor Max kg/cm² 3 2.4 2.4
5. Inlet Pressure Min Nor kg/cm²(g)
SERVICE CONDITIONS

6. D.P. shutoff kg/cm² 14.4


7. Inlet Temp. Oper Max °C 166 224
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be

8. Deg. Of Superheat(Steam) °C
9. Specific Gravity .7287
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-587 Rev.2 A4-210x297

10. Rel.Mol. Mass Comp.Factor


11. Viscosity cP .13
12. Specific Heat Ratio Cp/Cv
13. Specific Volume kg/cm²
14. Vapour Pressure kg/cm²(abs) 9.4
15. Critical Pressure kg/cm²(abs) 36
16. % flash % Solids
17. Required Cv Min Nor Max 2.623 5.865 5.865 *
18. Inlet Velocity m/s *
19. Predicted Sound Pr. Level dBA *
20. .Service HC 47. Type Pneumatic Diaphragm

21. Inlet Line No. 3"-P-211-1635-B1A-IH 48. Control Modulating


LINE

22. Line Size Sch. In 3" STD 49. Spring Action Open

ACTUATOR
23. Line Size Sch. Out 3" STD 50. Failure Position Open
24. Inlet Line I.D. mm 77.9 51. Available Air Pressure kg/cm²(g) 3.5
25. Outlet Line I.D. mm 77.9 52. Range kg/cm²(g) *
26. Type Of Body Globe 53. Hand Wheel Not Required
54. Location NA
27. Body Size 1 1/2" 55. Air Failure Valve -
28. Body/Bonnet Material ASTM A216 GR. WCB 56. Set at kg/cm²
BODY / BONNET

29. End Connection(Flange) 1 1/2" 57. Type Smart,HART


POSITIONER

30. Rating ANSI Class 300# 58. Air Supply Pr. kg/cm²(g) 3.5
31. Facing and Finish RF 125 AARH 59. Input Signal 4-20mA
32. Type Of Bonnet Plain 60. Output Signal kg/cm² *
33. Lubricator Not Required 61. Gauges Required,2nos.
34. Isolating Valve Not Required 62. Bypass Not Required
35. Packing Material Grafoil 63. Limit Switches Qty Not Require
36. Trim Type Anti Cavitation Trim 64. Actuation Points NA
ACCESSORIES

37. Port Size * 65. Filter Regulator+Gauges Required,1no.


38. Rated Travel Mfr. Std. 66. Stroke time to Open Close Not Required
39. Characterstic modified Equal % 67. Pneumatic Lock Relay Volume Boos Not Required
40. Guiding Top 68. Silencer Expander, Baffle Plate etc Not Required
41. Number of Ports Single
TRIM

69. I/P Convertor Not Required


42. Rated Cv 11 * 70. Solenoid Valve Type Not Require NA
43. Trim Material SS 316+STELLITED 71. Haz. Area Classification IEC Zone 1 Gr-IIC,T3
CERT

44. Other Wetted Parts SS 316+STELLITED 72. ANSI/FCI leakage Class Class IV
45. Soft Seat Not Required 73. IBR Certification Not Required
46. Soft Seat Material Not Applicable 74. Valve Model No. *
MODEL

75. Actuator Model No. *


76. Positioner Model No. *
77. Solenoid/ I/P Converter Model No. -
Notes:
S.No.5 : Inlet Pressure (min/nor/maax) : 11.7/11.1/11.1 Kg/cm2(g).

Sheet 1 Of 1

0 17/05/2017 Ali SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 211
NEW DELHI A927-211-YC-DS-3028 0
CLIENT: M/s CPCL

Page 177 of 270


Page 178 of 270
Page 179 of 270
Page 180 of 270
Page 181 of 270
Page 182 of 270
Limit Switches - Non Tag Item

General 1. Type Unit Proximity type switches as per DIN 19234


Haz.Location 2. Electrical Area Classification Ref. valve Datasheet

3. Hysterisis *

Proximty
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be

4. Form

5. Enclosure Type IP 65

6. Mounting On Control Valve.


Switch
7. Type of Protection Intrinsically safe

8. Power Supply 24VDC(thru IS barrier cum Amp)

9. Contact Rating 0.5 A

10. Cable Entry Power Signal 1/2" NPTF 1/2" NPTF


reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use.

BY PURCHASER NA
11. IS Barrier Type

12. Switching Amplifier -

Type Contact Rating NA NA

Options 13. Contact Status Before Actuation

14. Contact Status After Actuation

15. Mounting Accessories

16. Statutory CCOE


Certification
17. Others

Others 18. Model No *

19. Make *

Notes :

1. Quantity and Tag Nos. shall be as per Individual Control Valve Data Sheet attached with this MR.
2. Vendor shall provide separate switches for open and close positions wherever applicable as per datasheet.
3. For cable connections, flying leads are not acceptable. Suitable terminal blocks shall be provided for cable termination.
4. The limit switches shall be Weather proof to IP 65 / NAMUR Standard and Intrinsically safe. Certificates to this effect indicating the
entity
parameters shall be furnished from statutory body.
5. PESO/CCOE certificates shall be furnished for the specified Area Classification.
6.Vendor shal furnish model no. of compatible and certified barriers (MTL/P&F/TURCK) which can be connected with the limit switch.
Barriers will be supplied and mounted in control room by Purchaser.
7. Limit switch Box, with local Open / Close indication shall be provided by bidder.

Sheet 1 Of 1

0 17/05/2017 Ali SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO. : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 000
NEW DELHI A927-000-YI-DS-7001 0
CLIENT: M/s CPCL

Page 183 of 270


Solenoid Valve - Non Tag Item

1. Type Three Way 19. Fluid Instrument Air


2. Body Size inch .25 20. Pressure kg/cm²(g)
3. Port Size inch * Operating 4
4. End Connection THREADED Maximum 10.5
VALVE BODY

21. Temperature °C
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be

5. Material As Specified Below


Operating 35
Rev. A4-210x297

Body 316 SS
Maximum 65
Trim 316 SS
22. Maximum Flow kg/h
6. Body Rating kg/cm² *

FLUID DATA
23. Relative Density
7. Action Direct
24. Relative Mol Mass 29
8. Operation Universal
25. Viscosity mPa.s
9. Packing MFR Standard
26. Oper. Diff. kg/cm²
reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-

HAZ.
LOC.

Electrical Area Ref. Valve Datasheet


10. Minimum
Classification
WP to IP65 Maximum
11. Enclosure
12. Intrinsic Safety Required 27. Max. Allowable Differential
kg/cm²
13. Type Of Energisation Continous
28. Shutoff Diff. kg/cm² 10
14. Power Supply
29. Value CV *
Energisation 24V D.C.
*
30. Manufacturer
SOLENOID

Dropout
Frequency
15. Power Consumption * *
31. Model No.
VA
16. Inrush Current A *
17. Type of Coil Single
Style of Coil Standard
Insulation Class ClassF
18. Pulse Duration s
Options : a)Control Room Manual Reset (CMR) b)Field Manual Reset (FMR) with Lever Type
c)Field Manual Reset (FMR) with Pushbutton Type d)Latching On Energise
e)Latching On De-Energise f) CCOE Approval

Notes : The term 'Normally Open/Closed' implies Solenoid Valve under de-energised condition.

1. The quantity of solenoid valves shall be as specified in the corresponding Control Valve datasheet attached with this MR.
2. SOV to be designed for design pressure of 10.0 kg/cm2(g) of air. Min air pressure shall be 4.0 kg/cm2(g).
3. SOVs shall be weather proof to IP-65 and Intrinsically Safe for the given area classification. Certificates to this effect shall be furnished
from a
statutory body like FM/UL/Baseefa etc. In addition PESO/CCOE approved certificates shall be furnished by the vendor.
4.SOV shall have integral junction box with 1/2" NPTF Cable entry ( No flying leads).
5. OPTION required : f
6. All Solenoid valves shall be Auto Reset Type.
7. Refer S.No. 14: Solenoid Valves shall be low power consumption type, suitable for voltage available as per Safety Certification of 3-port
isolation type active IS Barrier and considering a cable resistance of 12.3 ohms/km.
8. Solenoid valve shall be direct acting type.
9. All solenoid valve shall be of SS body. Vent port of all solenoid valves are to be provided with SS/ Brass bug screens, to prevent blockage
of port because of bugs and to save the port from dust.
10. All SOVs shall be de energized to trip.

Sheet 1 Of 1

0 17/05/2017 Ali SM SM REQUISITION NO : A927-000-YC-MR-1330 LEGEND : ¤ Hold


ORDER NO. : * By Vendor
REV DATE BY CHKD APPVD VENDOR : ^ Data Revised
PLANT : BS VI Upgradation Project SPECIFICATION REV
ENGINEERS INDIA LIMITED
UNIT : 000
NEW DELHI A927-000-YS-DS-3001 0
CLIENT: M/s CPCL

Page 184 of 270


SPECIFICATION FOR QUALITY STANDARD SPECIFICATION No.
ENGINEERS MANAGEMENT SYSTEM 6-78-0001 Rev. 1
lakgINDIA LIMITED REQUIREMENTS FROM
mren ewaire mjvam) (A Gavt at India Undertaking)

BIDDERS Page 1 of 7

64)(11 Chrlf qui ciall -51-04ff


u tea aliikrrat t ?drift'

SPECIFICATION FOR QUALITY


MANAGEMENT SYSTEM
REQUIREMENTS FROM BIDDERS

QMS QMS
1 12.03.15 General Revision Standards Standards MPJ SC
Committee Committee

QMS QMS
0 04.06.09 Issued as Standard Specification Standards Standards SCT ND
Committee Committee
Standards Standards
Committee Bureau
Rev. Checked
Date Purpose Prepared by Convener Chairman
No by
Approved by


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

Page 185 of 270


ENGINEERS SPECIFICATION FOR QUALITY STANDARD SPECIFICATION No.

INDIA LIMITED SYSTEM 6-78-0001 Rev. 1


lft2 (AG'"ind'Undelt6ung) REQUIREMENTS FROM BIDDERS Page 2 of 7

Abbreviations:

CV Curriculum Vitae
ISO International Organization for Standardization
MR Material Requisition
PO Purchase Order
PR Purchase Requisition
QA Quality Assurance
QMS Quality Management System

QMS Standards Committee

Convener: Mr. M.P. Jain

Members: Mr. A.K. Chaudhary (Insp.)


Mr. S.K. Kaul (C&P)
Mr. R.K. Trivedi (Engg.)
Mr. Ravindra Kumar (Const.)
Mr. Tilak Raj (Projects)
Mr. Vinod Kumar (CQA)

Copyright EIL — All rights reserved


Format No. 8-00-0001-F1 Rev. 0

Page 186 of 270


ENGINEERS SPECIFICATION FOR QUALITY STANDARD SPECIFICATION No.
Igar llks INDIA LIMITED SYSTEM 6-78-0001 Rev.
Oiren
'A
Govt
At ' nth' Und"k"V) REQUIREMENTS FROM BIDDERS Page 3 of 7

CONTENTS

Clause Title Page


No.
1.0 SCOPE 4
2.0 DEFINITIONS 4
3.0 REFERENCE DOCUMENTS 4
4.0 QUALITY MANAGEMENT SYSTEM — GENERAL 4
5.0 QUALITY SYSTEM REQUIREMENTS 4
6.0 AUDITS 7
7.0 DOCUMENTATION REQUIREMENTS 7

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

Page 187 of 270


el ENGINEERS SPECIFICATION FOR QUALITY STANDARD SPECIFICATION No.


$1g-zg faReg INDIA LIMITED MANAGEMENT SYSTEM 6-78-0001 Rev. 1
own 120.2 .I J40.9) IA GOVt of India Undertaking) REQUIREMENTS FROM BIDDERS Page 4 of 7

1.0 SCOPE

This specification establishes the Quality Management System requirements to be


met by BIDDER for following purpose:

• QMS requirements to be met by suppliers/contractors after award of work/


during contract execution.

2.0 DEFINITIONS
2.1 Bidder

For the purpose of this specification, the word "BIDDER" means the person(s), firm,
company or organization who is under the process of being contracted by EIL /
Owner for delivery of some products (including service). The word is considered
synonymous to supplier, contractor or vendor.

2.2 Project Quality Plan

Document tailored from Standard Quality Management System Manual of BIDDER,


specifying how the quality requirements of the project will be met.

2.3 Owner

Owner means the owner of the project for which services / products are being
purchased and includes their representatives, successors and assignees.

3.0 REFERENCE DOCUMENTS



6-78-0002 Specification for Documentation Requirements from
Contractors
6-78-0003 Specification for Documentation Requirements from Suppliers

4.0 QUALITY MANAGEMENT SYSTEM — GENERAL

Unless otherwise agreed with EIL / Owner, the BIDDER proposed quality system
shall fully satisfy all relevant requirements of ISO 9001 "Quality Management
Systems — Requirements." Evidence of compliance shall be current certificate of
quality system registration to ISO 9001 or a recent compliance audit recommending
registration from a certification agency. The quality system shall provide the
planned and systematic control of all quality related activities for execution of
contract. Implementation of the system shall be in accordance with BIDDER'S
Quality Manual and PROJECT specific Quality Plan.

5.0 QUALITY SYSTEM REQUIREMENTS


5.1 BIDDER shall prepare and submit for review / record, Project Quality Plan / Quality
Assurance Plan for contracted scope / job. The BIDDER'S Quality Plan shall
address all of the applicable elements of ISO 9001, identify responsible parties
within BIDDER'S organization, for the implementation / control of each area,
reference the applicable procedures used to control / assure each area, and verify
the documents produced for each area. The Project Quality Plan shall necessarily
define control or make reference to the relevant procedures, for design and
engineering, purchase, documentation, record control, bid evaluation, inspection,
production/manufacturing, preservation, packaging and storage, quality control at

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

Page 188 of 270


ENGINEERS SPECIFICATION FOR QUALITY STANDARD SPECIFICATION No.

INDIA LIMITED MANAGEMENT SYSTEM 6-78-0001 Rev. 1


(A Gavt of India undertaking' REQUIREMENTS FROM BIDDERS Page 5 of 7

construction site, pre-commissioning, commissioning and handing over (as


applicable) in line with contract requirement and scope of work.

5.2 BIDDER shall identify all specified or implied statutory and regulatory requirements
and communicate the same to all concerned in his organization and his sub
contractor's organization for compliance.

5.3 BIDDER shall deploy competent and trained personnel for various activities for
fulfillment of PO / contract. BIDDER shall arrange adequate infrastructure and work
environment to ensure that the specification and quality of the deliverable are
maintained.

5.4 BIDDER shall do the quality planning for all activities involved in delivery of order.
The quality planning shall cover as minimum the following:

Resources
Product / deliverable characteristics to be controlled.
Process characteristics to ensure the identified product characteristics are
realized
Identification of any measurement requirements, acceptance criteria
Records to be generated
Need for any documented procedure

The quality planning shall result into the quality assurance plan, inspection and test
plans (ITPs) and job procedures for the project activities in the scope of bidder.
These documents shall be submitted to EIL/Owner for review/approval, before
commencement of work.

5.5 Requirements for sub-contracting / purchasing of services specified in contract /


tender shall be adhered to. In general all outsourced items will be from approved
vendors of EIL. Wherever requirements are not specified, or approved sub vendors
do not exist, the sub-contractor shall establish and maintain a system for purchasing
/ sub-contracting to ensure that purchased product / service conforms to specified
requirements. Criteria for selection of sub-contractor, evaluation, re-evaluation,
maintenance of purchasing data and verification of purchased product (sub-
contractor services), constitute important components of this requirement.

5.6 BIDDER shall plan and carry production and service provision under controlled
conditions. Controlled conditions shall include, as applicable

the availability of information that describes the characteristics of the product


the availability of work instructions
the use of suitable equipment
the availability and use of monitoring and measuring devices
the implementation of monitoring and measurement
the implementation of release, delivery and post-delivery activities

5.7 BIDDER shall validate any processes for production and service provision where
resulting output cannot be verified by subsequent monitoring and measurement.
This includes any process where deficiencies become apparent only after the
product is in use or service has been delivered.

5.8 BIDDER shall establish a system for identification and traceability of product /
deliverable throughout product realization. Product status with respect to inspection
and testing requirements shall be identified.


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

Page 189 of 270


ei ENGINEERS SPECIFICATION FOR QUALITY STANDARD SPECIFICATION No.

lge.ji id5fez INDIA LIMITED MANAGEMENT SYSTEM 6-78-0001 Rev. 1


Oren erRRIZ .71.1.113,70 IA Govt of India undettaking) REQUIREMENTS FROM BIDDERS Page 6 of 7

5.9 BIDDER shall identify, verify, protect and safeguard EIL / Owner property (material /
document) provided for use or incorporation into the product. If any Owner / EIL
property is lost, damaged or otherwise found to be unsuitable for use, this shall be
reported to the EIL / Owner.

5.10 BIDDER shall ensure the conformity of product / deliverable during internal
processing and delivery to the intended destination. Requirements mentioned in the
tender shall be adhered to.

5.11 BIDDER shall establish system to ensure that inspection and testing activities are
carried out in line with requirements. Where necessary, measuring equipments
shall be calibrated at specified frequency, against national or international
measurement standards; where no such standard exists, the basis used for
calibration shall be recorded. The measuring equipments shall be protected from
damage during handling, maintenance and storage.

5.12 BIDDER shall ensure effective monitoring, using suitable methods, of the processes
involved in production and other related processes for delivery of the scope of
contract.

5.13 BIDDER shall monitor and measure the characteristics of the product/deliverable to
verify that product requirement has been met. The inspection (stage as well as
final) by BIDDER and EIL / Owner personnel shall be carried out strictly as per the
ITPs forming part of the contract. Product release or service delivery shall not
proceed until the planned arrangements have been satisfactorily completed, unless
otherwise approved by relevant authority and where applicable by Owner / EIL.

5.14 BIDDER shall establish and maintain a documented procedure to ensure that the
product which does not conform to requirements is identified and controlled to
prevent its unintended use or delivery

5.15 All non-conformities (NCs) / deficiencies found by the BIDDER'S inspection /


surveillance staff shall be duly recorded, including their disposal action shall be
recorded and resolved suitably. Effective corrective and preventive action shall be
implemented by the BIDDER so that similar NCs including deficiencies do not recur.

5.16 All deficiencies noticed and reported by EIL / Owner shall be analyzed by the
BIDDER and appropriate corrective and preventive actions shall be implemented.
BIDDER shall intimate EIL / Owner of all such corrective and preventive action
implemented by him.

5.17 BIDDER should follow the standards, specifications and approved drawings.
Concessions/Deviations shall be allowed only in case of unavoidable circumstances.
In such situations Concession/deviation request must be made by the BIDDER
through online system of EIL eDMS. URL of EIL eDMS is
http://edocx.eil . co . in/vportal.

5.18 BIDDER shall have documented procedure for control of documents.

5.19 All project records shall be carefully kept, maintained and protected for any damage
or loss until the project completion, then handed over to EIL / Owner as per contract
requirement (Refer Specification Nos. 6-78-0002 - Specification for Documentation
Requirements from Contractors and 6-78-0003 - Specification for Documentation
Requirements from Suppliers), or disposed as per relevant project procedure.

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

Page 190 of 270


ENGINEERS SPECIFICATION FOR QUALITY STANDARD SPECIFICATION No.


ei MANAGEMENT SYSTEM
IftJr
kif51ft. INDIA LIMITED 6-78-0001 Rev. 1
wirer riraxem3Tmil (A Goof of India UndertakIngi
REQUIREMENTS FROM BIDDERS Page 7 of 7

6.0 AUDITS

BIDDER shall plan and carry out the QMS audit for the job. Quality audit programme
shall cover design, procurement, construction management and commissioning as
applicable including activities carried out by sub-vendors and sub-contractors. This
shall be additional to the certification body surveillance audits carried out under
BIDDER'S own ISO 9001 certification scheme.

The audit programmes and audit reports shall be available with bidder for scrutiny
by EIL / Owner. EIL or Owner's representative reserves the right to attend, as a
witness, any audit conducted during the execution of the WORKS.

In addition to above EIL, Owner and third party appointed by EIL/Owner may also
perform Quality and Technical compliance audits. BIDDER shall provide assistance
and access to their systems and sub-contractor / vendor systems as required for this
purpose. Any deficiencies noted shall be immediately rectified by BIDDER.

7.0 DOCUMENTATION REQUIREMENTS

BIDDER shall submit following QMS documents immediately after award of work
(Within one week) for record / review by EIL / Owner.

Organization chart (for complete organization structure and for the project)
Project Quality Plan/Quality Assurance Plan
Job specific Inspection Test Plans, if not attached with PR
Job Procedures
Inspection/Test Formats

In addition to above QMS documents, following documentation shall be maintained


by the BIDDER for submission to EIL / Owner on demand at any point of time during
execution of the project.

Quality Manual
Certificate of approval for compliance to ISO: 9001 standard
Procedure for Control of Non-conforming Product
Procedure for Control of Documents
Sample audit report of the QMS internal and external audits conducted during
last one year
Customer satisfaction reports from at least 2 customers, during the last one
year
Project QMS audit report
Technical audit reports for the project
Corrective action report on the audits

Documents as specified above are minimum requirements. BIDDER shall submit


any other document/data required for completion of the job as per EIL/Owner
instructions.

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

Page 191 of 270


SPECIFICATION FOR STANDARD SPECIFICATION No.

∎31 ENGINEERS DOCUMENTATION
ligar lafgesW INDIA LIMITED 6-78-0003 Rev. 1
(411W1 292,51V MIJ‘10571) Govt o India Undertalongj
REQUIREMENTS FROM
SUPPLIERS Page 1 of 8

affr irewufat 74ER


*mat t feitu
SPECIFICATION FOR
DOCUMENTATION REQUIREMENTS
FROM SUPPLIERS

C)(415----2
QMS QMS
1 12.03.15 General Revision Standards Standards SC
Committee Committee

QMS QMS
0 04.06.09 Issued as Standard Specification Standards Standards SCT ND
Committee Committee
Standards Standards
Comm ifte Bureau
Rev. Prepared Checked
Date Purpose Convener Chairman
No by by
Approved by

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

Page 192 of 270


SPECIFICATION FOR STANDARD SPECIFICATION
(t,ft. ENGINEERS
1i laWGNIIY INDIA LIMITED
ogire, efiTIWAnowAl (A Govt of Into Undertaking(
DOCUMENTATION
REQUIREMENTS FROM
No.
6-78-0003 Rev. 1
SUPPLIERS Page 2 of 8

Abbreviations:

DCI - Document Control Index


eDMS - Electronic Document Management System
FOA Fax of Acceptance
HOD Head of Division / Department
IC Inspection Certificate
IRN Inspection Release Note
ITP Inspection and Test Plan
LOA Letter of Acceptance
MOU Memorandum of Understanding
MR Material Requisition
PO Purchase Order
PR Purchase Requisition
PVC Polyvinyl Chloride
QMS Quality Management System
TPIA Third Party Inspection Agency
URL Universal Resource Locator

QMS Standards Committee

Convener: Mr. M.P. Jain

Members: Mr. A.K. Chaudhary (Insp.)


Mr. S.K. Kaul (C&P)
Mr. R.K. Trivedi (Engg.)
Mr. Ravindra Kumar (Const.)
Mr. Tilak Raj (Projects)
Mr. Vinod Kumar (CQA)

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

Page 193 of 270


SPECIFICATION FOR STANDARD SPECIFICATION


ei ENGINEERS DOCUMENTATION No.
Oaez idiWIeg INDIA LIMITED 6-78-0003 Rev. 1
011E71 ewaxedaagem)

(A Govt of India Undertaking) REQUIREMENTS FROM
SUPPLIERS Page 3 of 8

CONTENTS


Clause Title Page
No.
1.0 SCOPE 4
2.0 DEFINITIONS 4
3.0 REFERENCE DOCUMENTS 4
4.0 DOCUMENTATION REQUIREMENTS 4

Attachments
Format for completeness of Final Documentation Format No. 3-78-0004


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

Page 194 of 270


SPECIFICATION FOR STANDARD SPECIFICATION
dol ENGINEERS DOCUMENTATION No.
5'gzir tlf5ltu INDIA LIMITED 6-78-0003 Rev. 1
I.VOM (A Govt of Intha Undertakongt REQUIREMENTS FROM
SUPPLIERS Page 4 of 8

1.0 SCOPE
This specification establishes the Documentation Requirements from Suppliers.
All documents/data against the PO / PR / MR shall be developed and submitted to
EIL/Owner by the suppliers for review / records, in line with this specification.

2.0 DEFINITIONS

2.1 Supplier

For the purpose of this specification, the word "SUPPLIER" means the person(s),
firm, company or organization who is under the process of being contracted by EIL /
Owner for delivery of some products (including service). The word is considered
synonymous to bidder, contractor or vendor.

2.2 Owner

Owner means the owner of the project for which services / products are being
purchased and includes their representatives, successors and assignees.

3.0 REFERENCE DOCUMENTS

6-78-0001 Specification for Quality Management System Requirements


from Bidders

4.0 DOCUMENTATION REQUIREMENTS

4.1 Documents/Data to be Submitted by the Supplier

4.1.1 The Supplier shall submit the documents and data against the PO/PR/MR as per the
list given in respective PO/PR/MR.

4.1.2 Review of the supplier drawings by EIL would be only to review the compatibility with
basic designs and concepts and in no way absolve the supplier of his
responsibility/contractual obligation to comply with PR requirements, applicable
codes, specifications and statutory rules/regulations. Any error/deficiency noticed
during any stage of manufacturing/execution/installation shall be promptly corrected
by the supplier without any time and cost implications, irrespective of comments on
the same were received from EIL during the drawing review stage or not.

4.1.3 Unless otherwise specified, submission of documents for Review/Records shall


commence as follows from the date of Fax of Intent / Letter of Intent/ Fax of
Acceptance (FOA)/ Letter of Acceptance (LOA):
QMS - 1 week
Drawing/Document Control Index - 2 weeks
Other Documents/Drawings - As per approved Drawing/Document Control
Index/Schedule

4.1.4 Documents as specified in PO/PR/MR are minimum requirements. Supplier shall


submit any other document/data required for completion of the job as per EIL/Owner
instructions.

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

Page 195 of 270


SPECIFICATION FOR STANDARD SPECIFICATION
ENGINEERS DOCUMENTATION No.
'7f 11 INDIA LIMITED 6-78-0003 Rev. 1
I OfiTt cYeawlnn (A Govt of India UndenakIngi REQUIREMENTS FROM
SUPPLIERS Page 5 of 8

4.2 Style and Formatting

4.2.1 All Documents shall be in ENGLISH language and in M.K.S System of units.

4.2.2 Before forwarding the drawings and documents, contractor shall ensure that the
following information are properly mentioned in each drawing:
Purchase Requisition Number
Name of Equipment / Package
Equipment / Package Tag No.
Name of Project
Client
Drawing / Document Title
Drawing / Document No.
Drawing / Document Revision No. and Date

43 Review and Approval of Documents by Supplier

4.3.1 The Drawing/Documents shall be reviewed, checked, approved and duly


signed/stamped by supplier before submission. Revision number shall be changed
during submission of the revised supplier documents and all revisions shall be
highlighted by clouds. Whenever the supplier require any sub-supplier drawings to be
reviewed by EIL, the same shall be submitted by the supplier after duly reviewed,
approved and stamped by the supplier. Direct submission of sub-supplier's drawings
without contractor's approval shall not be entertained.

4.4 Document Category

4.4.1 Review Category

Following review codes shall be used for review of supplier Drawings/Documents:

Review Code 1 No comments. Proceed with manufacture/


fabrication as per the document.
Review Code 2 Proceed with manufacture/fabrication as per
commented document. Revised document
required.
Review Code 3 Document does not conform to basic
requirements as marked. Resubmit for review
R Document is retained for Records. Proceed
with manufacture/fabrication.
V Void

4.5 Methodology for Submission of Documents to EIL/Owner

4.5.1 Document Control Index (DCI)

Supplier shall create and submit Document Control Index (DCI) for review based on
PO/PR/MR along with schedule date of submission of each drawing/document on EIL
eDMS. The DCI shall be specific with regard to drawing/document no. and the exact
title. Proper sequencing of the drawings/documents should be ensured in schedule
date of submission.


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

Page 196 of 270


SPECIFICATION FOR STANDARD SPECIFICATION


r1.7
-14 ENGINEERS DOCUMENTATION No.
51g-a feff5leg INDIA LIMITED 6-78-0003 Rev. 1
1.17,124ifflsrefloJOORI1 IA GUN. of India Undertaking, REQUIREMENTS FROM
SUPPLIERS Page 6 of 8

4.5.2 Submission of Drawings/Documents


Drawings/documents and data shall be uploaded on the EIL eDMS Portal as per DCI.
The detail guidelines for uploading documents on EIL eDMS Portal are available on
following URL

http://edocx.eil.co.in/vportal

4.5.3 Statutory Approvals

Wherever approval by any statutory body is required to be taken by Supplier, the


Supplier shall submit copy of approval by the authority to EIL.

4.5.4 Details of Contact Persons of Supplier

After placement of order supplier shall assign a Project Manager for that order. The
details are to be filled online through the portal. The details include e-mail address,
mailing address, telephone nos., fax nos. and name of Project Manager. All the system
generated emails pertaining to that order shall be sent to the assigned Project
Manager.

4.5.5 Schedule and Progress Reporting

Supplier shall submit monthly progress report and updated procurement, engineering
and manufacturing status (schedule vs. actual) every month, beginning within 2 weeks
from FOA/LOA. In case of exigencies, EIL/Owner can ask for report submission as
required on weekly/fortnightly/adhoc basis depending upon supply status and supplier
shall furnish such reports promptly without any price implication. Format for progress
report shall be submitted by the Supplier during kick off meeting or within one week of
receiving FOA/LOA, whichever is earlier.

4.5.6 Quality Assurance Plan/Inspection and Test Plan


Inspection and test plans (ITP) attached if any, to the MR/PR are to be followed.
However for cases wherein ITPs have not been attached with MR/PR, Supplier shall
submit within one week of receiving FOA/LOA, the Quality Assurance Plan for
manufacturing, covering quality control of critical bought out items/materials,
inspection & testing at various stages of production, quality control records and site
assembly & testing as may be applicable to the specific order and obtain approval
from concerned Regional procurement Office of EIL/third party inspection agency, as
applicable.
For Package equipment contracts, the supplier shall prepare a list of items/
equipments and their inspection categorization plan for all items included in the scope
of supply immediately after receipt of order and obtains approval for the same from
EIL. The items shall be categorized into different categories depending upon their
criticality for the scope of inspection of TPIA and/or EIL.
4.5.7 Inspection Release Note (IRN)/ Inspection Certificate (IC)
IRN/ IC shall be issued by EIL Inspector/ third party inspection agency on the basis of
successful inspection, review of certificates as per specifications & agreed quality plan
(as applicable) and only after all the drawings/documents as per DCI are submitted
and are accepted under review code-1 or code R. Supplier shall ensure that necessary
documents/manufacturing and test certificates are made available to EIL/TPIA as and
when desired.

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

Page 197 of 270


SPECIFICATION FOR STANDARD SPECIFICATION
ENGINEERS DOCUMENTATION No.
Ogell 0151jeg INDIA LIMITED 6-78-0003 Rev. 1
1.127, owtore o43frosso IA Govt of India Unclettalong) REQUIREMENTS FROM
SUPPLIERS Page 7 of 8

Note: Non fulfilling above requirement shall result into appropriate penalty or with-
holding of payment as per conditions of PO/PR/MR.

4.5.8 Transportation Plan


Transportation Plan for Over Dimensional Consignments (ODC), if any, shall be
submitted within 2 weeks of receiving FOA/LOA, for approval. Consignment with
parameters greater than following shall be considered as over dimensional.

Dimensions: 4 meters width x 4 meters height x 20 meters length

Weight : 32 MT

4.6 Final Documentation


4.6.1 As Built Drawings
Shop changes made by Supplier after approval of drawings under `Code 1' by EIL and
deviations granted through online system , if any, shall be marked in hard copies of
drawings which shall then be stamped 'As-built' by the supplier. These 'As-built'
drawings shall be reviewed and stamped by EIL Inspector/ TPIA also. Supplier shall
prepare scanned images files of all marked — up 'As — built' drawings. Simultaneously
Supplier shall incorporate the shop changes in the native soft files of the drawings
also.
4.6.2 As Built Final Documents
As built final documents shall be submitted as listed in PO/PR/MR.
4.6.3 Packing/Presentation of Final Documents
Final Documents shall be legible photocopies in A4, A3 size only. Drawings will be
inserted in plastic pockets (both sides transparent, sheet thickness minimum 0.1 mm)
with an extra strip of 12 mm wide for punching so that drawings are well placed.
Final Documentation shall be bound in Hard board Plastic folder(s) of size 265 mm x
315 mm (101 /2 inch x 12 1 /2 inch) and shall not be more that 75 mm thick. It may be of
several volumes and each volume shall have a volume number, index of volumes and
index of contents of that particular volume. Where number of volumes are more,
90mm thickness can be used. Each volume shall have top PVC sheet of minimum
0.15 mm thick duly fixed and pressed on folder cover and will have 2 lever clip. In
case of imported items documents, 4 lever clip shall also be accepted. All four corners
of folders shall be properly metal clamped. Indexing of contents with page numbering
must be incorporated by supplier. Spiral/Spico bound documents shall not be
acceptable. As mentioned above, books should be in hard board plastic folders with
sheets punched and having 2/4 lever clips arrangement.
Each volume shall contain on cover a Title Block indicating package Equipment Tag
No. & Name, PO/Purchase Requisition No., Name of Project and Name of Customer.
Each volume will have hard front cover and a reinforced spine to fit thickness of book.
These spines will also have the title printed on them. Title shall include also volume
number (say 11 of 15) etc.
4.6.4 Submission of Soft Copies
Supplier shall submit to EIL, the scanned images files as well as the native files of
drawings/documents, along with proper index.


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

Page 198 of 270


SPECIFICATION FOR STANDARD SPECIFICATION
(L:ED'D ENGINEERS No.
lig ar idf5les
I MT
C,'
INDIA UMITED
riernfO7IJOCFAI IA Govt of India Undertaking)
DOCUMENTATION
REQUIREMENTS FROM 6-78-0003 Rev. 1
SUPPLIERS Page 8 of 8

In addition to hard copies, Supplier shall submit electronic file (CD-ROM) covering soft
copies of all the final drawings and documents, all text documents prepared on
computer, scanned images of all important documents (not available as soft files), all
relevant catalogues, manuals available as soft files (editable copies of drawings/text
documents, while for catalogues/manuals/proprietary information and data, PDF files
can be furnished).
All the above documents shall also be uploaded on the EIL eDMS portal.
4.6.5 Completeness of Final Documentation
Supplier shall get the completeness of final documentation verified by EIUTPIA and
attach the Format for Completeness of Final Documentation (Format No. 3-78-0004)
duly signed by EIL Inspector or TPIA as applicable to the document folder.


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

Page 199 of 270



COMPLETENESS OF FINAL
fEr) ENGINEERS DOCUMENTATION
$afg7:11 tel5leg
Men eRali• 4,30.0
INDIA LIMITED
(A Gort of hula Undertakog)

COMPLETENESS OF FINAL DOCUMENTATION

Name of Supplier/Contractor
Customer
Project
EIL's Job No.
Purchase Order No./
Contract No.

Purchase Requisition No./


Tender No. Rev. No. :

Name of the Work/


Equipment

Tag. No.
Supplier's/ Contractor's
Works Order No.

Certified that the Engineering Documents/ Manufacturing & Test Certificates submitted by the
supplier are complete in accordance with the Vendor Data Requirements of Purchase
Requisition.

Signature Signature
Date Date
Name Name
Designation Designation
Department Department

Supplier/Contractor EIL/TPIA

arTilittl/APPROVED
gTffTeR/ Sig
eilegiltk
tvi . ...........
.....
4/ Name: ......... .. . ......
..................
f4-41--/ Date: ..... ••••••• .... ......

Format No. 3-78-0004, Rev. 1/ 12.03.2015 Copyright EIL — All rights reserved

Page 200 of 270


REQUIREMENTS FOR WET JOB SPECIFICATION No.
H2S SERVICES (NAC4, NAC6, A927-6-44-0083 Rev. A
NAC7) APPLICABLE TO
Page 1 of 4
CARBON STEELS

REQUIREMENTS FOR WET H2S


SERVICES (NAC4, NAC6, NAC7)
APPLICABLE TO CARBON STEELS

PROJECT : BS-VI UPGRADATION PROJECT

OWNER : CPCL

JOB NO. : A927

A 20.04.17 ISSUED AS JOB SPECIFICATION AS JS PNR


Rev. Prepared Checked Approved
Date Purpose
No by by by

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

Page 201 of 270


REQUIREMENTS FOR WET JOB SPECIFICATION No.
H2S SERVICES (NAC4, NAC6, A927-6-44-0083 Rev. A
NAC7) APPLICABLE TO
Page 2 of 4
CARBON STEELS

1.0 GENERAL

This document defines job specific requirements for NACE items under NAC6 & NAC7
for Carbon Steels.

2.0 REQUIREMENTS OF ‘NAC4’, ‘NAC6’, ‘NAC7’, ITEMS APPLICABLE TO CARBON


STEELS

2.1 All ‘NAC4’ Carbon steel items shall meet the following requirements:

a) Requirements as per NACE MR0103


b) Requirements for Carbon Steels ‘Wet H2S Resistant’ as elaborated in this
document.
c) Special requirements for Hydrogen service as given in Technical Notes for the
item.

2.2 All ‘NAC6’ Carbon steel items shall meet the following requirements:

a) Requirements as per NACE MR0103


b) Requirements of ‘Carbon Steels ‘HIC Resistant’ as elaborated in this document.

2.3 All ‘NAC7’ Carbon steel items shall meet the following requirements:

a) Requirements as per NACE MR0103


b) Requirements of ‘Carbon Steels ‘HIC Resistant’ as elaborated in this document.
c) Special requirements for Hydrogen service as given in Technical Notes for the
item.

3.0 REQUIREMENTS OF CARBON STEELS ‘WET H2S RESISTANT’

3.1 Following are the design requirements for Carbon Steels “Wet H2S resistant”:
- Carbon steel must be fully Killed Carbon Steel type,
- Hardness of the base metal shall be below 22HRC or 237 HB

- Ni content less than 1%,


- Carbon content shall be 0.20% maximum,
- CS base material shall be supplied in Normalized condition (or Quenched and
Tempered), regardless of thickness,
- Typical limitation of Carbon Equivalent are the following:

.Ceq < 0.42% for thicknesses below 2”


.Ceq < 0.45% for thicknesses above or equal to 2”
With Ceq = C + Mn/6 + (Cr + Mo + V)/5 + (Ni + Cu)/15
- Thermal Stress Relieving (PWHT) required for all welds, even if it is
not required by code.
- Thermal Stress Relieving required for cold bend zones even if it is not required
by code. Level of deformation may require recovery annealing to restore
properties of steels.
- Hardness of the production welds shall be lower than 200HB. This value uses to
be slightly lower than the one defined for base metal (22HRC or 237HB) in
order to anticipate potential non-homogeneity of certain weld deposits.

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

Page 202 of 270


REQUIREMENTS FOR WET JOB SPECIFICATION No.
H2S SERVICES (NAC4, NAC6, A927-6-44-0083 Rev. A
NAC7) APPLICABLE TO
Page 3 of 4
CARBON STEELS

3.2 Wet H2S Resistant Carbon Steel for Plates and Welded pipes

All the specifications given in clause 3.1 are applicable and shall be supplemented by
following limitations on impurities level to avoid formation of brittle phases during
welding:
- Maximum allowable Phosphorus content 0.020%
- Maximum allowable Sulfur content 0.015%
Welded pipes shall fulfill the same requirements as for plate material.

3.3 Wet H2S Resistant Carbon Steel for seamless piping

- Small and medium size process piping shall be seamless type.

All the specifications given in clause 3.1 are applicable and shall be supplemented by
following limitations on impurities level:

- Maximum allowable Phosphorus content 0.030%


- Maximum allowable Sulfur content 0.020%

3.4 Wet H2S Resistant Carbon Steel for flanges, fittings and accessories

All the specifications given in clause 3.1 are applicable and shall be supplemented by
following limitations on impurities level:

- Maximum allowable Phosphorus content 0.030%


- Maximum allowable Sulfur content 0.025%

4.0 REQUIREMENTS OF CARBON STEELS ‘HIC RESISTANT’

4.1 When ‘HIC’ is specified, in addition to the recommendations relative to ‘Wet H2S
resistant steels’, the following requirements shall also be met:

- Carbon steel made by vacuum degassing process.

- Oxygen content less than 0.0025% (target being 0.0020%)

- It is required to pass the NACE standard TM0284 (Evaluation of Pipeline and


Pressures Vessels Steels for Resistance to Hydrogen-Induced Cracking) by
using the acidified test solution A specified in NACE standard TM0177
(Laboratory Testing of Metals for Resistance to Sulfide Stress Cracking and
Stress Corrosion Cracking in H2S environments) with :

Crack Length Ratio (CLR) ≤ 5 %

- Mill test reports shall include the values for the crack length ratio (CLR), crack
sensitivity ratio (CSR) and crack thickness ratio (CTR) as defined in NACE
standard TM-0284 and also carbon equivalent (Ceq).

4.2 HIC Resistant Carbon Steel for Plates and Welded pipes

All the specifications given at clause 4.1 are applicable and shall be supplemented by
following limitations on impurities level to avoid formation of brittle phases during
fabrication process or welding, and of precipitates that are harmful for HIC resistance:

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

Page 203 of 270


REQUIREMENTS FOR WET JOB SPECIFICATION No.
H2S SERVICES (NAC4, NAC6, A927-6-44-0083 Rev. A
NAC7) APPLICABLE TO
Page 4 of 4
CARBON STEELS

- Maximum allowable Phosphorus content 0.010%


- Maximum allowable Sulfur content 0.002%

Welded pipes, if any, shall fulfill the same requirement as for plate material.

4.3 HIC Resistant Carbon Steel for seamless piping

All the specifications given at clause 4.1 are applicable and shall be supplemented by
following limitations on impurities level to avoid formation of brittle phases during fabrication

process or welding, and of precipitates that are harmful for HIC resistance:

- Maximum allowable Phosphorus content 0.010%


- Maximum allowable Sulfur content 0.002%

4.4 HIC Resistant Carbon Steel for flanges, fittings and accessories

Valves, pumps & other accessories are concerned by this section. All the specifications given
at clause 4.1 are applicable and shall be supplemented by following limitations on impurities
level to avoid formation of precipitates that are harmful for HIC resistance:

- Maximum allowable Phosphorus content 0.025%


- Maximum allowable Sulfur content 0.020%

Note- No HIC testing is required on casting and forging components.


However, ‘HIC resistant’ requirements given at clause 4.1 and above
limitations on impurities level shall be met.

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

Page 204 of 270


STANDARD SPECIFICATION NO.
,r..1 ENGINEERS INSPECTION AND TEST PLAN
$4fgar ta5ie-G INDIA LIMITED FOR 6-81-2031 Rev. 3
are, torOtennundivi/ (A Govt of India Undenakingi
CONTROL VALVES
Page 1 of 6

cprOd
iViuur atrtaTur z1)79-1
INSPECTION AND TEST PLAN
FOR
CONTROL VALVES

3 20.09.13 Revised and Reissued MJ RS SCG

2 22.03.12 Revised and Reissued MJ GS AKC DM

1 09.05.08 Revised and Reissued


RB SKD SKP VC
0 09.12.02 Issued for implementation RG AKC AKB GRR

Standards Committee Standards Bureau


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

Format No. 8-00-0001-F7 Rev. 0 Copyright EIL — All rights reserved

Page 205 of 270


STANDARD SPECIFICATION NO.
INSPECTION AND TEST PLAN
ei ENGINEERS
OgZ1T f615tes INDIA LIMITED FOR 6-81-2031 Rev. 3
iire71 ,ecnre ,ros.) (A Govt of India Undertaking) CONTROL VALVES
Page 2 of 6

Abbreviations
AS Alloy Steel MRT Mechanical Run Test
BASEEFA British Approval Service for Electrical Equipment in Flammable MPT/MT Magnetic Particle Testing
Atmospheres MTC Material Test Certificates
BIS Bureau of Indian Standards MOC Material of Construction
CCE or CCOE Chief Controller of Explosives NPSH Net Positive Suction Head
CEIL Certification Engineers International Limited NDT Non Destructive Testing
CIMFR Central Institute of Mining & Fuel Research NEMA National Electrical Manufacturers Association
CE Carbon Equivalent PO Purchase Order
DFT Dry Film Thickness PESO Petroleum Explosive Safety Organization
DT Destructive Testing PQR Procedure Qualification Record
DP or DPT Dye Penetrate Testing PR Purchase Requisition
ERTL Electronics Regional Test Laboratory PMI Positive Material Identification
FCRI Fluid Control Research Institute PTB Physikalisch-Technische Bundesanstalt
FM Factory Mutual QC Quality Control
FLP Flame Proof RT Radiography Testing
HART Highway Addressable Remote Transducer SS Stainless Steel
HV High Voltage TC Test Certificate
ITP Inspection and Test Plan TPI or TPIA Third Party Inspection Agency
IP Ingress Protection UT Ultrasonic Testing
IC Inspection Certification UL Under writer Laboratories
IR Insulation Resistance VDR Vendor Data Requirement
IEC International Electro technical Commission WPS Welding Procedure Specification
JEC Japanese Electro technical Committee WPQ Welders Performance Qualification
LPT Liquid Penetrate Testing XLPE Cross Linked Poly Ethylene

Inspection Standards Committee

Convenor : Mr. S C Gupta

Members:
Mr. R.K. Singh Mr. Rajeev Kumar Mr. Himangshu Pal
Mr.Neeraj Mathur Mr. T Kamalakannan Mr. Deepak Gupta (Project)
Mr. Mayank Jain
Format No. 8-00-0001-F7 Rev. 0
Copyright EIL — All rights reserved

Page 206 of 270


STANDARD SPECIFICATION NO.
k_111i tel ENGINEERS
INSPECTION AND TEST PLAN
1::g-af Of& leg INDIA LIMITED FOR 6-81-2031 Rev. 3
2.reaVU 07 IA Govt of India UndellakIng)
CONTROL VALVES
Page 3 of 6

1.0 SCOPE

This Inspection and Test Plan covers the minimum inspection and testing requirements for Control valve.

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 -- -- -- -- -- --
Welding procedure Qualification for welds, WPS W (New)
1.1 WPS/PQR/WPQ overlays as applicable 100% PQR -- H R
WPQ (Existing)
2.0 Material Inspection
Incoming Material like
Forgings & casting for body/ Chemical & Mechanical Properties, HT
bonnet, wetted parts like
plug, Seat, cage, Stem.
Material Test
2.1 100%
Certificates / Test H H R
Accessories such as
Positioners, I/P Converters, Lab Certificates
Solenoid valves, Limit Make, model no, functional check.
Switches and Air filter
Regulators etc.
3.0 In process Inspection
D P Test
Stellited & Hardened Trim Supplier's Test
3.1 100% H R
(As specified ) Records

Format No. 8-00-0001-F7 Rev. 0


Copyright EIL — All rights reserved

Page 207 of 270


STANDARD SPECIFICATION NO.
INSPECTION AND TEST PLAN
L31 ENGINEERS
1=g-ar iatit'
dg INDIA LIMITED FOR 6-81-2031 Rev. 3
etrwtrJn :Igo.), (A Govt of India Undertaking)
CONTROL VALVES
Page 4 of 6

SCOPE OF INSPECTION
SL QUANTUM
STAGE/ ACTIVITY CHARACTERISTICS RECORD SUB
NO. OF CHECK SUPPLIER EIL/TPIA
SUPPLIER
4.0 Final Inspection
NDT , Post Weld • Radiography for weld joints
NDT reports /
4.2 Heat Treatment (PWHT) ( If • Dye Penetration test. 100% - H R
PWHT chart
specified) • Post Weld Heat Treatment of welds,
• Visual / Dimensional check
• Hydrostatic test.
• Helium leak test ( if specified).
• Check for valve characteristics like stroke,
Linearity & Hysteresis, etc.
• Functional tests including :
i) Seat leakage test, lift characteristics.
ii) Test on smart positioners.
iii) Control valve dynamic response and
response time verification.(If specified)
iv) Test on Accessories.
Final Inspection on • Interoperability test for Field bus positioners. Inspection
4.1 100% - H RW
assembled Valve • Pneumatic test on actuator on representative Witness Record
samples.
• Type test for valves in cryogenic service.(if
specified)
• Partial stroke test / valve signature
• capability of smart and field bus transmitters
to accept multimeters and check for
configuration, calibration, diagnostics
through Hand Held terminal.

Format No. 8-00-0001-F7 Rev. 0


Copyright EIL — All rights reserved

Page 208 of 270


STANDARD SPECIFICATION NO.
ENGINEERS INSPECTION AND TEST PLAN
ig- r INDIA LIMITED FOR 6-81-2031 Rev. 3
1.171 21,1Tre 0,1 JVCASO (A Govt of India Undertakngi
CONTROL VALVES
Page 5 of 6

SCOPE OF INSPECTION
SL QUANTUM
STAGE/ ACTIVITY CHARACTERISTICS RECORD SUB
NO. OF CHECK SUPPLIER EIL/TPIA
SUPPLIER
• Certificate from testing agency like
BASEEFA, FM, PTB, CIMFR etc. for
accessories like solenoid valves, FP
converters, Limit switches etc. for use in
specified hazardous area.
• BIS approval for explosion proof Statutory
Submission of construction of above accessories Prototype for Approval
4.3
certificates/document manufactured indigenously. each model Certificates / - H R
• Statutory approval certificates for Type Test
instruments from CCOE/PESO for use in Certificates
specified hazardous area.
• Degree of protection certificate (IP) for
instrument housing.
• Fire Safe Certification as applicable.
5.0 Painting
• Cleaning for oxygen and chlorine services.
• Suitable protection to prevent entry of
5.1 Packing foreign material. 100% Test Records - H -
• Lubrication for valves, which require
external lubrication.
6.0 Documentation and IC
• Review of Internal Test Reports, MTC / Supplier Test
6.1 Documentation and IC • Issuance of Inspection Certificate 100% Records / IC - H H

Final data folder


6.2 Compilation of Inspection reports ,drawings,
Final Document submission 100% /Completeness - H H
etc as per VDR / PR
certificate

Format No. 8-00-0001-F7 Rev. 0


Copyright EIL — All rights reserved

Page 209 of 270


STANDARD SPECIFICATION NO.
raeit-s INSPECTION AND TEST PLAN
ENGINEERS
5fgar fai,les INDIA LIMITED FOR 6-81-2031 Rev. 3
IsTrrn riemrc' 131 IA Govt of Incha Unclettakng)
CONTROL VALVES
Page 6 of 6

Legends: H- Hold (Do not proceed without approval, R- Review, RW-Random witness (As specified or 10 % - Samples must include min 1 No of
each type), W- Witness (Give due notice, work may proceed after scheduled date).
NOTES :-

1. This document describes the generic test requirements. Any additional test or inspection scope if specified in contract documents shall also be applicable. (Unless
otherwise agreed upon).
2. Acceptance Norms for all the activities shall be as per PO/PR/ Standards referred there in/ Job specifications /Approved documents

Format No. 8-00-0001-F7 Rev. 0


Copyright EIL — All rights reserved

Page 210 of 270


Page 211 of 270

STANDARDSPECIFICATION NO.

6-81-2034 Rev. 2

is

OE
CO
0

Revised and Reissued

cn

cn
22.03.2012 Revised and Reissued

o
cn

O
O

01.12.2008

m
Issuedfor implementation
ca

a.
a>

o
a>
Z
°

2
o.

a>
Format No. 8-00-0001-F7 Rev. 0 CopyrightEIL — All rights reserved
STANDARDSPECIFICATION NO.

c
0
•-4.-,
c'tS
.,-.
C.> 0 .4-,
0 ....
cn
Copyrig htEIL — All rights reserved

rtt TtS
N
-- c/1
.n ctt ct: 0
cn • •-•
0.) til)"LS
;.., CL) 0
;-.
42 C k 0 -C, ›,
t..) '-'-' (-)
cC ?.., "
,", 0.) c.) • -, cll
cti
<4. Cll -.- r+«:: Tvi
til) cn -C3 c..) ,-"" til) cn Z • '-'
ctS
•-. ..,..., 0 .--.
4.) cci c c co • -.
,, o .- ,.,.., .i...•cn c ci) o C c.) C E (1.9., 0
(ett-• cu a> -:
..-4
•,-, a> ,, . ..
._, c» 0 •;.-.)
c> 0.) -■-■ 1.) .... ti)
4:""
..zi H 7,,; •. .- c..)

, ,,
z • .4- ...c
, 4..) C.~. ) t.0 0
..4-> ,-, co >,
o a.>.- c) 0 .- ..)• .-,•,,i
—, cn Eo
;- a> so- oc: .c 5D' cl")')' 3 L7-c2
) 6 -2 ) &' .> sC 3). . . c. C c.) —
4 .z , ro ci) ... -i-• - 8 --
-- ';-
0 •->• ,-., 77C, E P
<" —-co °c .;.
2
°
P.
T o , a»- > , c. a','» c ') )2, .
o.
.-
c
,
0 ----',
U,
coi ,__,o ,_ c1 u
..) 4 CCL C
.-r
-i > o
- •
)
"Ci cciri) --L.) .:'.,',5^'
-'41-")■
C: .''
c •, 0.)) C) w) 7 •c-.c -., -,-~C
, --'
ZZZz 44 4) 2 0 A- > C
0 cf)
f:4 o "-'r
c/D
Z Z ZPAI!PA4 P..CY c2
i EC24P-
-: 5
E 59 11>
an
c) 4.".
,..0 _ .....,
E tn: Z4
oL,
E c=
4:. to),..
c c cys
... el cl.
c)
• -, a>
a> 121
E
c ..c c
o- ••,-•-•c.>
,.. ;.-
a>c> 0
-
W E ez1
..... a> ,),
ch
,.1 'i,) c
c> -os .«. a> c)
'7o ,?«' c
Ê
••.,...-• c0 •-• 0 co EE c
co
c> a) '-c4 0 .c ,..
a.) ',5" (1) E-
- ■ U co
.1-. o E c't
ecs - o 7ci o
0 ,,, • (7)
>>, -,-
a) td) 4 -4-> c» .- 7,1
c.1-. -0 -*- E c --,d
a.) . cn cl) ,4
cct CU ...c (:4 cd
o. ,-,cn a> .- • a>
•- or) E- , o a> lo., • 0 •a>,
a> ,5-• '''' c a>c.4-, •,-) v)
ci) ,» t,f) .-4-E, 7zi '"" c
0) -0
CZ
-4-.
C/) c,, c..) ;••• c.> C1) r:4
cl) 1.)
= 3-■ (i) 0) .-Z: &) c, C C")
E-■ o t';', .4
'-C~C!
> • cZt
--, (L) - 7,1 ..,..
(1)
0, (I) -2 r) F L) cuj; CT.'1-»> t.'fi
0 ch "CS -c5 W •.5 '''>."- •-c.)[.._,cu ,L, 0.)
;... c •,;_-_, • - -c „..., ---' r24 -5 ••• c.,-. -o tj) co (1) (..)
,. o -- o c) -r)
< ...0 0 0 4-> c‘t ,-, 4
"-. • -• ci.) • -, o 4., 0 r::, .2 a)) p.
:) .--
,:,:.; c,c›, 7' (1-) „,
,'-- c c 0 +-• — .1- v
-,
Q
_ •-, •,...) ,c .,_. .":
,,1, :ff
t,.
= • ;:.; .,_. o ,.o
d d Xl C-) C.-..) C.-) I2■ IZ W z-. J-■ L.1-, Z .5. 4 ,-,
``' :5 ,..o •_,-.5 F:
o = -,

Format No. 8-00-000 1-F7Rev. 0


.) ._ ...
c/D .
&) . è•-d-' ,,c
-o ,') ',"
c,
:...
..o
Abbreviations
w =
0 -.5
(....) c/
w (...) o.. =

Members•
,.. s.
Lla 0 o
.... O
-1-4 ;-, 4 ■- .1 H •■•••
■=-4 E--. ° E.-. 0..• 4 cj C.) H' CU Cj a>
v) .• clp C......r.) .14 E- P-. Cj ,_. E-, P-■ C-) i:4 W G.1_, r:1-1 g2. z
< 12CI (:-d- L) C-.) '.-') L) 121 W z-1 L-I-■ J.-, 1-1 ■•■ 4 Z
...
Page 212 of 270
Page 213 of 270

STANDARD SPECIFICATIONNO.

1.0 SCOPE

This Inspection and Test Plan covers the minimum inspection and testing requirements for Solenoid valves.

REFERENCEDOCUMENTS

PO/PR/ Standards referred there in /Job specifications / Approved documents.


•••••••
3.0INSPECTION ANDTEST REQUIREMENTS

SCOPEOFINSPECTION
ci)

QUANTUM
STAGE/ACTIVITY

CD
(...?
CHARACTERISTICS

R
c5

SUB
z

OFCHECK SUPPLIER EIL/TPIA


SUPPLIER
.-:1
=>

Procedures

,
c=:,
r.4

Material Inspection
Incoming Material like Materialidentification, Conductor resistance Material test
cNi

body, conductor material

z
and insulation of conductors

z
certificates / Test

,--,
etc.

(0
CD
sc':;
lab certificates
e•;
ez,

In process Inspection
Visual, Dimensional Supplier's test
(-,-;
—.

Solenoid valve assembly

,—.■
0
0
c:\ :•:-'

z
.
records
4.0 Final Inspection
Visual Checks
Dimensional checks
HV Test

-,. .
cip =-•
Insulation Resistance test

.
sn. ;...
Q
—• -cs
.c..,',
,—,
0
0

f:4
,
.d'
—.

Final Inspection Pneumatic test by Air/Nitrogen.

cu
o
Seat leakage test by Air /N itrogen
Operational test including verification of
icku . anddro• volta:e

Format No. 8-00-0001-F7 Rev. 0


Copyright EIL — All rights reserved
Page 214 of 270

STANDARD SPECIFICATION NO.

zQ
L
tz

LJ—I -;
0
li
SCOPEOFINSPECTION
z z

QUANTUM

Ro
L..)
STAGE/ ACTIVITY CHARACTERISTICS SUB
CS

OFCHECK SUPPLIER EIL/TPIA


SUPPLIER

Certificate from agencies like BASEEFA,


UL/FM, PTB, CIMFR etc. for suitability in Statutory
specified hazardous area. Approval
Submission of certificates / Prototype
• •for • • /• •
.:1'

• •
cv

z
PESO/CCE approval certificates for use in Certificates

i
Documents each model
electrically hazardous areas Type Test
Degree of protection certificate (IP) housing. Certificates
Valid BIS license for indigenous supply.
kri
c>

Painting
Special cleaning and packing for oxygen and
chlorine services Packing list /

.
.
--•
v-;

„:.
,...
Painting and Packing

z
Supplier' s

,
Pre treatment, primer andfinal paint, shade,
Records
thickness
<=

Documentation and IC
.ii

Supplier' s Test
Review of Internal Test Reports, MTC Records /

.
..-cz:,
v5

Documentation and IC

x
,
IC issuance. Inspection
Certificate
Finaldata folder
Compilation of Inspection reports ,drawings,

._..
.
,..'
cv

Final Document submission

z
/Completeness
etc as per VDR / PR
certificate

- Samples must include min 1 No

FormatNo. 8-00-0001-F7 Rev. 0


CopyrightEIL — All rights reserved
Page 215 of 270

STANDARD SPECIFICATION NO.

2. Acceptance Norms for all the activities shallbe as per PO/PR/ Standards referred there in/ Job specifications /Approveddocuments

FormatNo. 8-00-0001-F7Rev. 0
Copyright EIL — All rights reserved
STANDARD SPECIFICATION No.
ts-dra_it-s ENGINEERS STANDARD SPECIFICATION
6 - 52 - 0031 Rev. 4
2151-eg INDIA LIMITED FOR CONTROL VALVES
Govt of India UndeftAk , o9)
Page 1 of 21

T-4ff curcii* fry RA411


STANDARD SPECIFICATION FOR
CONTROL VALVES

pjit af
4 27.03.17 Revised and Reissued as Standard Specification AM AB

3 11.04.11 Revised and Reissued as Standard Specification MN RG RP/JMS DM

2 15.02.07 Revised and Reissued as Standard Specification SM TGM HCJ VC

1 01.11.96 Revised and Reissued as Standard Specification RK BRS RB AS

0 11.03.85 Issued as Standard Specification PVS TSN AKV AK


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

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

Page 216 of 270


STANDARD SPECIFICATION No.
ENGINEERS STANDARD SPECIFICATION
$'tgrar tit5ift
1.77 elecnre 0s13q7.1)
INDIA LIMITED
IA Gov, of India Undertaking)
FOR CONTROL VALVES 6-52-0031 Rev. 4
Page 2 of 21

Abbreviations:

AARH Arithmetic Average Roughness Height

CIMFR Central Institute of Mining and Fuel Research

EDDL Electronic Device Description Language

ERTL Electronics Regional Testing Laboratory

FDT/DTM Field Device Tool/Device Type Manager

FF Fieldbus Foundation

FISCO Fieldbus Intrinsic Safety Concept

HART Highway Addressable Remote Transducer

HHT Hand Held Terminal

NACE National Association of Corrosion Engineers

NPS Nominal Pipe Size

NPT National Pipe Thread

PID Proportional, Integral and Derivative

PTFE Poly Tetra Fluoro Ethylene

SS Stainless Steel

TSO Tight Shutoff

Instrumentation Standards Committee

Convener: Mr. Rajiv Gupta

Members: Mr. M Nandi


Mr. ASD Barman
Mr. Sandeep Arora
Mr. S Mahesh Kumar
Ms. N P Guha (Proj.)

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

Page 217 of 270


STANDARD SPECIFICATION No.
_.1t17
- ENGINEERS STANDARD SPECIFICATION
coed, att
INDIA LIMITED FOR CONTROL VALVES 6-52-0031 Rev. 4
r (A Govt of India Undellaking)
Page 3 of 21

CONTENTS

1.0 GENERAL 4

2.0 DESIGN AND CONSTRUCTION 9

3.0 NAMEPLATE 20

4.0 INSPECTION AND TESTING 21

5.0 SHIPPING 21

ANNEXURES:
ANNEXURE — 1: STUD-BOLT AND NUT MATERIAL REQUIREMENT
ANNEXURE — 2: GASKET MATERIAL REQUIREMENT

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

Page 218 of 270


STANDARD SPECIFICATION No.
ENGINEERS STANDARD SPECIFICATION
$1gZIT fat5ift
etraAv
INrr
INDIA LIMITED FOR CONTROL VALVES 6-52-0031 Rev. 4
051,R75.11 IA Govt of India Undertaking)
Page 4 of 21

1.0 GENERAL

1.1 Scope

1.1.1 This specification, together with the data sheets describes the requirements for the design,
materials, fabrication, documentation, nameplate marking, inspection, testing and shipping
of control valves.

1.1.2 The related standards referred herein and mentioned below shall be of the latest edition of
the following codes, standard practices and publications, unless otherwise specified.;

ASME American Society of Mechanical Engineer.

B 1.20.1 Pipe Threads, General Purpose (Inch)


B 16.5 Pipe Flanges and Flanged Fittings
B 16.20 Metallic Gaskets for Pipe Flanges, Ring Joint, Spiral wound
and Jacketed.
B 16.34 Valves — flanged, Threaded and Welding End.
B 16.47-B Large Diameter Steel Flanges

ANSI/FCI American National Standard Institute/Fluid Control Institute


FCI 70-2 Control Valve Seat Leakage

API American Petroleum Institute

6D Pipelines valves (Gate valve, Plug, Ball and Check valves)


598 Inspection Requirements
609 Lug and wafer type, Butterfly valves.

AWWA American Water Works Association - Steel Pipe Flanges For Water Works
C207 CL.D Services

BS British Standards

6364 Valves in cryogenic service

EN European Standards

10204 Inspection Documents For Metallic Products.


61056-1 Specification for performance, design and construction of
valve,regulated sealed type.

IBR Indian Boiler Regulation.

IS/IEC Indian Standards/International Electro-Technical Commission

IS/IEC 60079 Electrical Apparatus for Explosive Gas Atmosphere.


IS/IEC 60529 Degree of Protection Provided by Enclosures.
IEC 60534-3-2 Face to Face dimension of rotary valves except butterfly
valves.
IEC 60534-4 Seat leakage
IEC 60534-8.3 Industrial process control valves, noise consideration,
control valve aerodynamic noise prediction method
IEC 60534-8.4lndustrial process control valves, noise consideration,
prediction of noise generated by hydrodynamic flow
IEC-61158 Fieldbus Standard for use in Industrial Control System

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

Page 219 of 270


STANDARD SPECIFICATION No.
ENGINEERS STANDARD SPECIFICATION
gar 0511-'eg
INT-
tm edecord
INDIA LIMITED FOR CONTROL VALVES 6 52 0031 Rev. 4
- -
,ARKAII (A GoN of India Undertaking)

Page 5 of 21

1EC-61158-2 Physical layer specification and Service definition for


Fieldbus
FF 890 Function Block Application Process Part 1
FF 891 Function Block Application Process Part 2
FF 892 Function Block Application Process Part 3
FF 893 Function Block Application Process Part 4
FF 894 Function Block Application Process Part 5
IEC 61508 Functional Safety of Electrical/Electronic/Programmable
Electronic Safety related Systems.
IEC-61511 Functional safety instrumented system for the process
industry sector
IEC-61804 Function Blocks (FB) for Process Control: Electronic
Device Description

ISA International Society of Automation


75.01.01 Flow equation for sizing control valves.
75.02 Control valve capacity test procedure.
TR75.04 Control Valve positioner stability
75.05.01 Control Valve terminology
75.07 Laboratory measurement of aerodynamic noise generated
by control valves
75.08.01 Face to face dimensions for integral flanged Globe-style
control valve bodies (ASME Class 125,150,300 and 600)
75.08.02 Face to face dimensions for flangeless control valve
(ASME Class 150,300 and 600)
75.08.04 Face to face dimensions for Buttweld-end globe style
control valve (ASME Class 4500)
75.08.05 Face to face dimensions for Buttweld-end globe style
control valve (ASME Class 150,300,600,900,1500 and
2500)
75.08.06 Face to face dimensions for flanged Globe-style control
valve bodies (ASME Class 900,1500 and 2500)
75.11.01 Inherent flow characteristic and Rangeability of control
valves.
75.19.01 Hydrostatic testing of control valves.
75.22 Face to centre-line dimensions for flanged Globe-style
Angle control valve bodies (ASME Class 150,300 and
600)
75.25.01 Test Procedure for Control valve response measurement
for step inputs
TR 75.25.02 Control valve response measurement for step inputs
75.13 Method of evaluating the performance of positioners with
analog input signals and pneumatic output.
75.17 Control valve aerodynamic noise prediction.
RP75.23 Considerations for evaluating control valve cavitation

ITK Interoperability Test Kit (latest version)

MSS Manufacturer's Standardisation Society

SP25 Standard Markings System for Valves, Fittings, Flanges and


Unions

NACE National Association of Common Engineers

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

Page 220 of 270


STANDARD SPECIFICATION No.
ENGINEERS STANDARD SPECIFICATION
ogez 'Meg
1411, ele'Lme r151,10,1,
INDIA LIMITED FOR CONTROL VALVES 6-52-0031 Rev. 4
(A Govt of inO(a Uocleflakfog)
Page 6 of 21

MR0103 Materials Resistant to Sulphide stress cracking in Corrosive


Petroleum Refinery Environments

OSHA Occupational Safety and Health Authority

1.1.3 In the event of any conflict between this standard specification, job specifications/data
sheets, statutory regulations, related standards, codes etc., the following order of priority
shall govern:

a) Statutory regulations

b) Job Specifications/Data Sheets

c) Standard specification

d) Codes and standards

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


shall also include the following:

a) Purchaser's data sheets specify the minimum acceptable materials for the control
valve body and trim. Alternate superior materials of construction shall also be
acceptable with consent of purchaser provided vendor assumes complete
responsibility for proper selection of material for these parts for their compatibility
with the process fluid and its operating conditions.

b) Purchaser's data sheets specify the control valve size, flow coefficient (Cv) and
required flow rangeability. Vendor shall be responsible for selecting their
standard valve flow coefficient suitable for the specified service and process
conditions specified in the purchaser's data sheets.

c) Selection of actuator to meet the shut off differential pressure indicated in the
purchaser's data sheets.

d) Checking for cavitation, flashing and noise generated and provide suitable trim
and treatment to limit these within appropriate limits.

1.2 Bids

1.2.1 Vendor's quotation shall be strictly as per the bidding instructions to vendor attached with
the Material Requisition.

1.2.2 Whenever a detailed technical offer is required, vendor's quotation shall include the
following:

a) Compliance to the specifications.

b) Whenever specifically indicated, a detailed specification sheet for each control


valve which shall provide information regarding type, material of construction,
capacity sizing code, inlet and outlet type, size and rating, etc. of the control valve
and its valve accessories. The material specifications and units of measurement
indicated in the specification sheet shall be to the same standards as those in
purchaser's data sheet.

c) Whenever the requirement of sizing calculation is specifically indicated in the


materials requisition, vendor shall furnish sizing calculation for each tag number
clearly highlighting the standard used for calculation, noise level, cavitation or
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 221 of 270


STANDARD SPECIFICATION No.
0 el ENGINEE RS STANDARD SPECIFICATION
Oaf fagreg
wire elearrem,ketankr
INDIA LIMITED
rn Govt or India Undertaking}
FOR CONTROL VALVES 6-52-0031 Rev. 4
Page 7 of 21

flashing, Cv selected, percentage opening at minimum, normal and maximum


flow, inlet and outlet velocity etc.

d) Proven references in line with clause no. 1.2.3 of this specification specifically for
valves with ASME Class 600 and above, temperature more than 250°C and below-
29°C, pressure drop greater than 50 kg/cm 2 and special application like hydrogen,
NACE ,Cryogenic etc.

e) A copy of approval for items such as limit switches, solenoid valves, electro-
pneumatic converters, electro-pneumatic positioners, smart positioners ,Fieldbus
positioners from local statutory authority, as applicable, such as Petroleum and
Explosives Safety Organization (PESO)/Chief Controller of Explosives, Nagpur
(CCE) or Director General of Mining Safety (DGMS) in India, along with:

i) Test certificate from recognised test house like Central Institute of Mining
and Fuel Research (CIMFR) / Electronics Regional Testing Laboratory
(ERTL)etc. for flameproof enclosure and/ or intrinsic safety, as specified
in the data sheets as per relevant Indian Standard for all Indian
manufactured equipments.

ii) Certificate of conformity from agencies like Laboratorie Central Des


Industries Electriques (LCIE), British Approval Service for Electrical
Equipment in Flammable Atmospheres (Baseefa), Factory
Mutual (FM), Physikalisch-Technische Bundesanstalt (PTB), Canadian
Standards Association (CSA), Underwriters Laboratories (UL) etc., for
compliance to ATEX directives or equivalent recognised standards for all
equipments manufactured outside India.

f) Limitation, if any, in changing actuator orientation at site.

g )
Deviations on technical requirements shall not be entertained. In case vendor has
any valid technical reason, they must include a list of deviations tag number wise,
summing up all the deviations from the purchaser's data sheets and other technical
specification along with the technical reasons for each of these deviations.

h) Published catalogues giving detailed technical specifications (i.e. available sizes,


ratings, sizing codes, approvals & certifications, MOC, etc), model decoding
details and other information for each type of control valve and accessories
covered in the bid. For fieldbus positioners, information shall include, but not
limited to, product certification, power supply, current drawn,
Standard/Advanced/Enhanced function blocks available and the execution time
for each block, device type, number of link objects, Virtual Communication
Relationships, Basic and advanced diagnostic features, failure mode etc. In case
catalogues do not provide all such technical details, vendor shall submit
supplementary technical literature.

1.2.3 For valves in cryogenic service, vendor shall meet the following acceptance criteria:

a) Vendor shall furnish, along with the offer, type test certificate, duly witnessed by
Third Party Inspection agency like M/S LRIS, DNV BV, TUV, CEIL etc. of having
successfully conducted the cryogenic test as per BS 6364 on the offered valves
(same model, size, rating and material) in cryogenic service. Further vendor to note
the following:

i) Test temperature shall be -45 °C for LTCS and -196 °C for all grades of austenitic
Stainless Steel.

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

Page 222 of 270


STANDARD SPECIFICATION No.
ENGINEERS STANDARD SPECIFICATION
5fgal 015Veg
t4/1-1m viva', tot ,o,ost
INDIA LIMITED
(A Govt of India Untlettaktrogt
FOR CONTROL VALVES 6-52-0031 Rev. 4
Page 8 of 21

ii) Test carried out on a particular size of one type of valve, pressure rating and
material shall qualify all sizes equal to and below the test valve size for the same
type, pressure rating and material. In case of austenitic Stainless Steel any one
grade would qualify for other grades of austenitic Stainless Steel.

b) In case vendor does not have cryogenic type test certificate for the offered valves as
mentioned above, vendor shall confirm to conduct the cryogenic test on the offered
valves and furnish type test report meeting requirements specified in Clause 1.2.3
a) above.

i) Vendor must have proven references as per clause 1.2.4 of this specification for
each of the offered valves (same model, size , rating and material) in cryogenic
service. The references with details shall be furnished with the offer.

ii) In case the vendor fails to conduct cryogenic test(s) within 12 weeks or failure in
the test(s) conducted after receipt of order, the purchaser reserves the right to
invoke any of the provisions of the purchase order including cancellation of the
Purchase Order at the risk and cost of vendor.

1.2.4 All items, as offered, shall be field proven and should have been operating satisfactorily
individually for a period of minimum six months on the bid due date in the process
conditions similar to those as specified in the purchaser's data sheets. Items with proto-type
design or items not meeting provenness criteria specified above shall not be offered.

1.2.5 Whenever specified, vendor must furnish certified values of failure rates, probability of
failure on demand (PFD) and test intervals for the safety integrity level (SIL) analysis.

1.2.6 All documentation submitted by the vendor including their quotation, catalogues, drawings,
installation, operation and maintenance manuals etc., shall be in English language only.

1.2.7 Vendor shall specifically note that the quote for control valves shall include the following:

a) One extra set of packing and bonnet gasket with each tag.

b) One extra set of stem seal 0-ring for each actuator and piston 0-ring additionally
for each piston actuated valve.

c) Line bolting (set of studs and nuts) and set of gasket, in case of flangeless valves as
per material given in Annexure-1 and Annexure-2 with each such tag number.

1.2.8 Vendor shall separately quote for the following:

a) Control valve diagnostic package for seat ring, gland packing and actuator
diagnostic with smart positioner.

b) Two years' operational spares for offered control valve and its accessories, which
shall include plug, seat ring, gasket set, packing set, diaphragm/o-ring set etc. as a
minimum.

c) Any special tools needed for maintenance work. Vendor must certify in their offer
in case no special tools are necessary for the offered control valves and their
accessories.

d) Required software for operation and diagnosis of the control valve shall be
provided separately in the physical device such as CD/DVD/pendrive.

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

Page 223 of 270


STANDARD SPECIFICATION No.
ENGINEERS STANDARD SPECIFICATION
$fgaf ta5reg INDIA LIMITED FOR CONTROL VALVES 6-52-0031 Rev. 4
f.f127 orroore as,FgrJ, f Govt of InOta Undettakog)
Page 9 of 21

1.3 Drawing and Data

1.3.1 Detailed drawings, data, catalogues and manuals required shall be submitted by the vendor
as per Vendor Data Requirements (VDR) attached with the requisition.

1.3.2 Final documentation consisting of design data, installation manual, operation and
maintenance manual etc. shall be submitted by vendor after placement of purchase order
which shall include the following as a minimum:

a) Specification sheet for each control valve, positioner and other accessories and
sizing calculation.

b) Certified drawings and technical catalogues for each control valve and its
accessories, which shall provide dimensional details (face-to-face and height of
completely assembled valve). Dimensions of clearance space for maintenance
work, weight of completely assembled valve, internal constructional details,
materials of construction of actuator, wiring diagram, installation procedure for
control valves and their accessories, orientation with respect to flow direction
marked on the body, sizing codes, approvals & certifications.

c) Copy of the type test certificates and the test certificates for all tests indicated in
Inspection Test Plan.

d) Calibration, configuration and maintenance procedures including replacement of


its parts/ internals wherever applicable.

e) Control valve operating signatures whenever smart positioners or fieldbus based


positioners are specified.

f) Device Descriptor (DD) Files for configuring Smart positioner /Fieldbus


parameters

g) Common File Formats (CFF) for integrating the fieldbus positioner into the control
system.

2.0 DESIGN AND CONSTRUCTION

2.1 Body

2.1.1 Control valves shall have flanged end connections integral to the valve body. Split body type
valve design shall not be offered unless specifically indicated in the purchaser's data sheets.
Whenever flangeless control valve body design is specified in the purchaser's data sheet,
following shall apply:

a) Wafer type or lug type body design for control valves body size up to 6 inches.

b) Lug type body design for butterfly type of control valve body size more than 6
inches.

2.1.2 The minimum control valve body size shall be 1 inch. Control valve body size of less than 1
inch shall be offered only when specifically indicated in the purchaser's data sheet. The
control valve body size shall be adhered to the size mentioned in the data sheet, if due to
process condition and other parameters the same size is not suitable than higher size can be
offered with reason. Only after acceptance of offered higher size by client/EIL, vendor shall
proceed.

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

Page 224 of 270


STANDARD SPECIFICATION No.
011 1_1 ENGINEERS STANDARD SPECIFICATION
Ogaf lagreg INDIA LIMITED FOR CONTROL VALVES 6-52-0031 Rev. 4
14-11:27 ,1,7>T2 CA Govt of India Unde[taking)
Page 10 of 21

2.1.3 The valve body rating should be equal to or higher than the flange rating specified in the
data sheets. As a minimum, control valve body shall be rated for ASME Class 300.
However, end connection shall be as specified in purchaser's data sheet.

2.1.4 The control valves shall be suitable for installation in horizontal as well as in vertical lines.

2.1.5 For all applications, where full port valves are specified, following shall apply:
a) Port size shall be equal to line size for rating up to ASME Class1500.
b) Port size shall not be smaller than one size lower than that of the line size for body
rating ASME Class 1500 and above.

2.1.6 Vendor to note that there shall not be any price or time implications in case the valve port
size need to be changed to accommodate minor process changes while keeping the valve size
and other specifications same.

2.1.7 Flow Direction

2.1.7.1 In general, flow direction shall be as below:

a) Flow tending to open for single seated unbalanced valve design.

b) Flow entering between the seats for double seated valves.

c) Flow entering at the side and leaving at the bottom for angle valves.

For valves design other than those specified above, flow direction shall be as per
manufacturer standard.

2.1.7.2 Flow direction shall be clearly marked on the control valve body.

2.1.7.3 For 3-way control valves, service like mixing or diverting, shall be clearly identified with inlet
and outlet end connection clearly marked on the control valve body.

2.1.8 End Connections

2.1.8.1 Unless otherwise specified, the following shall govern:

a) Threaded end connections shall be to NPT as per ASME B1.20.1.

b) Flanged end connections shall be as per ASME B 16.5/ B 16.47B/ AWWAA C207
CL.D.

c) Flange face finish shall be as per ASME B16.5. The face finish shall be as follows:

125 AARH : 125 to 250 micro inch AARH

63 AARH : 32 to 63 micro inch AARH

d) Grooves of ring type joint flanges shall be octagonal as per ASME B 16.20

2.1.8.2 Face-to-face dimensions of globe type control valves shall be in accordance with ISA 75.08.

2.1.8.3 Where provided, control valve bottom drains shall be plugged off or blind flanged. Where a
plug is used, threads shall correspond to ASME B 1.20.1 (NPT). Where a flange is used, its
dimensions and rating shall correspond to ASME B16.5.

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

Page 225 of 270


STANDARD SPECIFICATION No.
~'OtltGzltl ENGINEERS STANDARD SPECIFICATION
$1g-aititateg INDIA LIMITED FOR CONTROL VALVES 6-52-0031 Rev. 4
(A Gov! of India Undertaking)
Page 11 of 21

2.1.9 Material of Construction

2.1.9.1 The material of construction of control valves body shall be as specified in the data sheet. No
material shall be substituted by vendor without specific written approval from purchaser.

2.1.9.2 Control valve body, bonnet, bottom flange, line flanges and other pressure containing
assemblies shall be of the same material of construction as specified for valve body in the
purchaser's data sheets.

2.1.9.3 The bonnet flange and bottom flange shall have metallic spiral wound gaskets suitable for the
specified service. The gaskets with asbestos bearing fillers shall not be used.

2.1.9.4 Vendor shall be responsible for selecting proper material for the internal parts of control
valve. All such materials shall have the same or better specification than specified in the
purchaser's data sheets.

2.1.9.5 The material of construction of silencers, diffuser plates, diffuser plate assembly etc shall be
as per the body material specified in the purchaser's data sheets, as a minimum.

2.2 Trim

2.2.1 The term 'trim' covers those parts of valve assembly (excluding the body, bonnet and
bottom flange) which are exposed to and are in contact with the line medium consisting of
but not limited to the seat ring, valve stem, valve plug, valve plug guide, guide bushing and
cage.

In case of rotary type of control valves like butterfly, ball, segmental ball, rotary plug,
eccentric disc and rotary disc, the term trim covers disc/ball, seat ring, shaft and bearing.

2.2.2 Guiding

2.2.2.1 Single seated globe and angle type control valves shall have heavy top plug guiding or cage
guided design as per data sheets. The cage shall provide a continuous plug guiding

2.2.2.2 Double seated valves shall have top and bottom or cage guiding and shall be of the pressure
balanced type.

2.2.2.3 Whenever cage type control valves are specified, top guided or top and bottom guided
control valves can be offered provided it meets all other process and functional
requirements. But whenever top or top and bottom type of guiding is specified, cage type
control valves shall not be offered. However, if the service requires the anti-cavitation trim
or low noise trim then in place of top or top and bottom guiding the cage type control valve
can be accepted only after reviewing the control valve sizing.

2.2.2.4 Rotary control valves like butterfly, segmental ball, eccentric rotary plug etc shall have
blowout proof shaft guiding design.

2.2.3 Trim Design

2.2.3.1 Control valve manufacturer/vendor shall be responsible for trim selection and trim design of
the control valve. However it must meet the following minimum requirements:

a) Control valve trim design shall suit the type of guiding specified in the data sheet.

b) The trim design and material of construction shall be selected to minimize the risk
of galling particularly in case of cage guided valves. Vendor shall select proper

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

Page 226 of 270


STANDARD SPECIFICATION No.
kriitRai& ENGINEERS STANDARD SPECIFICATION
Ogzlit1154-Cg INDIA LIMITED FOR CONTROL VALVES 6-52-0031 Rev. 4
c11,a/le' c151,111/i15.1 Govt of India Undertaking)
Page 12 of 21

material pairs, surface finish, hardness and clearances wherever possibility of


galling exist.

c) Under extreme temperature conditions, vendor shall consider increased clearances


at room temperature and seal welding of threaded seat rings etc. Hard facing of
trim shall be used in high temperatures. For very low temperature application,
material used shall have adequate cold impact strength.

d) For globe/angle/3-way type of control valves, stem and plug shall be detachable and
shall be attached together by suitable threaded design secured with a pin to avoid
plug rotation during operation.

e) For top and bottom guided control valves with sizes above 8", post and guide
bushing design shall be used to prevent rotation of plug and stem.

f) Whenever cavitation conditions are expected, vendor shall select a special anti-
cavitation trim design and shall use trim material of sufficiently high hardness.

g) Whenever the possibility of aerodynamic noise in a control valve exists under any
operating condition specified in purchaser's data sheet, vendor shall select a special
low noise trim for that application.

2.2.3.2 The plug inherent characteristics shall be as indicated in the purchaser's data sheet.
However, following shall be followed unless otherwise specified:

a) Control valves with low noise and anti-cavitation trim design shall have modified
equal percentage or linear characteristics.

b) Rotary type control valves shall have modified equal percentage or equal
percentage characteristics.

c) Control valves with flow co-efficient less than 0.4 shall have equal percentage or
linear characteristics.

d) All other control valves shall have equal percentage characteristics.

Whenever linear or modified equal percentage characteristics are specified, equal percentage
characteristics shall also be acceptable. Characterized positioner cam design to meet
specified inherent control valve characteristics shall not be offered.

2.2.3.3 Trim Material

2.2.3.3.1 Whenever stellited trim is specified in the data sheets following material of construction for
the trim parts shall be acceptable.

a) Plug and seat Stellite sheathing/hard alloy coating or solid stellite

b) Cage Nitrided or stellite sheathing/hard alloy coating or solid


stellite.

c) Guide bushing Stellite coating/sheathing or solid stellite

d) Valve stem Hardened SS /Inconel X-760

In case of steam, water, air and other non-hydrocarbon utility services 17-4 PH SS or 440C
is also acceptable.

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

Page 227 of 270


STANDARD SPECIFICATION No.
ks-lit-a_io• ENGINEERS
g
efragt =Jam-Fp
LIMITED
(A Govt of India Undertaking)
FOR CONTROL VALVES 6-52-0031 Rev. 4
Page 13 of 21

Special material requirements, if specified in the datasheets, shall supercede the above
mentioned requirements.

2.2.3.3.2 Minimum acceptable hardness in case of stellited or hardened trim shall be of the order of
RC 38 (BHN 352) to RC 45 (BHN 429).

2.2.3.4 Leakage class

a) Leakage class as per ANSI FCI 70.2 shall be specified in the purchaser's data sheet
for each control valve. Where no leakage class is specified, the same shall be
considered as Class IV. Higher leakage class shall be provided wherever indicated in
purchaser's data sheet.

b) For control valves specified with Class VI leakage class, vendor shall select the soft
seat (elastomer) material suitable for the process conditions i.e., shut off pressure,
maximum temperature and process fluid.

2.2.3.5 Control valve experiencing cavitation, flashing and noise are generally identified in the
purchaser's data sheet. In case vendor's calculation show occurrence of cavitation, flashing
or noise under any of the specified process condition, vendor shall select proper type of
valve trim to suit such process conditions.

2.2.3.6 Minimum acceptable materials of construction to be considered by vendor for valve


components are already specified in datasheets.
However, alternate superior materials may be provided if they meet all process conditions
(operating, design, fluid properties, corrosion, etc), testing (ASME, API, radiography, etc)
and statutory requirements (ASME, API, IBR, NACE, etc) specified by purchaser.
Accordingly, the following alternate materials can be accepted:Body & bonnet: ASTM A
105, ASTM A 216 gr. WCB / WCC in place of carbon steel.

2.3 Sizing

2.3.1 The control valve capacities in terms of flow coefficient (Cv) shown in the purchaser's data
sheets have been calculated based on the formulae given in the standard ISA 75.01 "Control
valve sizing equations".

All factors used while arriving at the sizing are also as per ISA 75.01. Vendor must resize
the control valves considering various factors specific to the offered valves.

2.3.2 Purchaser's data sheet indicates calculated flow co-efficient values at minimum, normal and
maximum operating conditions. Vendor shall calculate this co-efficient as per the offered
control valve and select the size considering valve openings as under:

At maximum flow less than 90% open

At normal flow typically 75% open

At minimum flow more than 10% open

2.3.3 Rangeability of globe type of valves shall be 30:1, as a minimum. Vendor shall ensure that
the actual rangeability of offered valves shall meet these requirements. For other types of
offered control valves, vendor to specify that the available rangeability of the offered valves
meet the requirements specified in the purchaser's data sheets.

2.3.4. Conventional Butterfly valves shall be sized assuming a 60° opening at maximum flow.
Wherever high performance butterfly valves are specified, these shall be sized considering
maximum opening of 90° at maximum flow.

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

Page 228 of 270


STANDARD SPECIFICATION No.
ENGINEERS STANDARD SPECIFICATION
itiajeg INDIA LIMITED FOR CONTROL VALVES 6-52-0031 Rev. 4
I 2,2151", 39,171, IA Govt of India Undertaking)
Page 14 of 21

2.4 Noise

2.4.1 Vendor shall examine each control valve for noise generation possibilities. The noise level
shall be calculated as per ISA 75.17 or any other equivalent standard.

2.4.2 Noise generated by control valve during operation shall be limited to OSHA specified levels
i.e. the maximum allowable noise shall be less than 85 dBA, when measured at a distance
governed by ISA 75.17.

2.4.3 If the predicted noise level is found to exceed 85 dBA SPL, control valve shall be treated for
noise. Source treatment for noise shall be resorted to. When source treatment for noise is not
sufficient to reduce the noise level below 85 dBA, vendor shall provide path treatment like
diffuser plate/silencer etc in addition to source treatment so as to reduce the level below
85dBA. Whenever additional path treatment is recommended, the maximum differential
pressure across the silencer/diffuser plate shall not exceed 40% of the specified differential
pressure.

2.4.4 Vendor shall also furnish noise calculations with and without the use of these devices and
the noise abatement achieved in individual components.

2.4.5 Diffuser plate shall be inserted between control valve body and pipe flanges. Vendor shall
supply long studs and nuts along with a pair of gaskets on the downstream side with material
as per Annexure-1 and Annexure-2 attached with this specification.

In cases where the diffuser plate size is higher than the valve body size or there is a need of
multiple diffuser plates, vendor shall supply the complete diffuser assembly with flanged
end connections matting with the control valve flange and downstream line size.

2.4.6 The silencer whenever offered for noise abatement shall always be supplied with flanged
end connections.

2.5 Packing Box, Bonnet and Stem

2.5.1 Packing Box

2.5.1.1 The packing box shall be flanged bolted to the bonnet and shall meet the requirements
specified in purchaser's data sheet.

2.5.1.2 Generally low friction type packing like braided teflon will be used wherever operating
conditions permit. For high temperature application (>200°C), Grafoil or equivalent gasket
suitable for the specified service shall be selected. Asbestos based packing material shall not
be used.

2.5.1.3 Where specifically indicated, control valve shall have its packing box drilled and tapped to
1/4" NPT (F) for connecting external lubricator. When external lubricator is not provided,
this hole shall be plugged.

2.5.1.4 An isolating valve shall be provided with all valves having external lubrication provision.
Vendor shall specify the lubricator stick material used in each case.

2.5.1.5 For application in vacuum service, vendor to provide inverted packing design suitable for
vacuum service. For pressure-cum-vacuum service, the control valve shall have dual
packing design suitable for the application. Dual packing design shall also be provided for
control valves in toxic service.

2.5.1.6 Wherever environmental packing design is specified vendor shall supply special packing
design suitable to minimize fugitive emission.
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 229 of 270


STANDARD SPECIFICATION No.
ENGINEERSS STANDARD SPECIFICATION
$fgal
1 ,f7n
kiPteg
(751,05-A
INDIA LIMITED
IA Go, of India UnOeff.k , ff91
FOR CONTROL VALVES 6-52-0031 Rev. 4
Page 15 of 21

2.5.2 Bonnet

2.5.2.1 The bonnet shall be flanged bolted to the body. Threaded bonnets are not permitted.

2.5.2.2 Wherever the operating temperature of the fluid is above 200°C, extension or radiation
finned bonnet shall be provided. Vendor standard bonnet design shall also be acceptable if
these are suitable for higher temperatures.

2.5.2.3 For the operating temperature below 0°C, vendor shall provide extended bonnet design.
Vendor standard bonnet design shall also be acceptable if these are suitable for lower
temperatures. For valves in cryogenic application bonnet extension shall be as per BS-6364
as a minimum.

2.5.3 Stem

2.5.3.1 The stem surface finish shall be fine. Extra fine surface finish shall be provided wherever
the packing material is PTFE.

2.5.3.2 The stem/shaft shall be designed for the maximum thrust of the actuator without any
measurable deflection.

2.5.3.3 The valve stem/shaft shall be connected to the actuator stem/shaft by suitable arrangement to
avoid backlash problem.

2.6 Actuator

2.6.1 Pneumatic Actuator

2.6.1.1 Actuator shall be sized for the shut-off differential pressure indicated in purchaser's data
sheets. However, for 3-way type control valve, the actuator shall be sized for maximum
differential pressure, unless specifically indicated otherwise.

2.6.1.2 The actuator shall be designed to move the valve to the failure position specified in the
purchaser's data sheet. For failure position specified as 'fail-locked', vendor shall provide
fail-lock relays to meet the requirement.

2.6.1.3 Actuator casing shall be made of pressed steel or anodised aluminium. Non-metallic
actuator casings shall not be offered.

2.6.1.4 Springs shall be corrosion-resistant and shall be cadmium or nickel-plated. Alternately


vendor standard coating shall also be acceptable. These shall be of the enclosed type. The
compression of the springs shall be adjustable.

2.6.1.5 In general, an actuator operating range of 0.2-to 1.0 kg/cm 2g is preferred. However when
vendor standard actuator model is not able to meet the specified shutoff pressure, higher
actuator operating range may be offered.

2.6.1.6 In general, spring opposed diaphragms type actuators shall be used. Only when this type of
actuator becomes extremely unwieldy, based on the data specified in the purchaser's
datasheet, should a piston and cylinder type of actuator be considered.

2.6.1.7 Whenever piston and cylinder actuator is considered, single acting spring return type shall be
used.

2.6.1.8 Whenever double acting springless type of actuator is unavoidable, all accessories like pilot
valves, booster relays, non-return valve, pressure gauge, volume tank etc. shall be provided
to ensure desired action on air failure. The volume tank shall be sized considering full

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

Page 230 of 270


STANDARD SPECIFICATION No.
ENGINEERS STANDARD SPECIFICATION
fieg
el,4,11 451,R1,191
INDIA LIMITED FOR CONTROL VALVES 6 -52 - 0031 Rev. 4
(A Govt of India Untiottak , o9(
Page 16 of 21

stroking of the valve for two complete cycles. The volume tank shall be of carbon steel
construction and sized as per ASME Section VIII with design pressure of 10kg/cm 2 g as a
minimum. Accessories like pressure relief valves and tubing shall be of 316 Stainless steel
construction. Other accessories can be of Cast Aluminium.

2.6.1.9 The actuator casings and diaphragms shall be designed for minimum twice the maximum
pneumatic operating pressure of the control valve.

2.6.1.10 Valve stem position indicator shall be provided for every control valve. The position
indicator scale shall be marked from 0 to 100% in steps of 10%.

2.6.1.11 In general, side-mounted handwheels will be used. Hand wheels shall provide manual
control in both opening and closing directions independent of spring action. Hand-wheels
shall be of non-rising type suitable for accurate valve positioning .The hand-wheel actuator
shall be sized to provide the required thrust for valve positioning with 178N force applied to
the hand-wheel.

2.6.1.12 Actuator orientation shall be as per purchaser's requirements, in general. When, no


requirements are indicated by purchaser, vendor shall provide recommended actuator
orientation. It shall be possible to change this orientation at site for the offered valve-
actuator combination in case it is found necessary.

2.6.2 Actuator Sizing

2.6.2.1 Vendor shall be fully responsible for the sizing and selection of the correct actuator for the
specified control valve. Any change in actuator model number necessary to meet MR/PR
requirements after placement of order shall be taken care of by vendor without any price or
time implication. While sizing the actuator, vendor shall ensure that the actuator is able to
develop sufficient thrust to properly seat the control valve plug/disc at the actuator air
pressure (lowest specified pressure) and shut-off conditions specified in the purchaser's data
sheets.

2.6.2.2 While sizing the actuator, vendor must ensure that the sizing factors indicated below are
fully complied. Higher sizing factor may be considered if found necessary by vendor.

a) For control valves with leakage class IV and below, the actuator shall be sized
considering actuator thrust more than 1.3 times the total force induced by shut-off
conditions specified in the data sheet and the force required to overcome packing
friction. Vendor shall utilize this factor as 1.5 in case the control valve is operating
between 80% to 90% or 10% to 20% in any of the specified conditions.

b) For control valves with leakage class V and above, the actuator shall be sized
considering actual thrust more than 1.7 times the total force induced by specified
shut-off conditions in the purchaser's data sheet and the force required to overcome
packing friction.

2.6.2.3 Vendor shall indicate the recommended actuator orientation. In addition other allowable
orientations shall also be provided along with the offer. The orientation of the actuator may be
changed after order. The vendor shall do the same without any price or time implication.

2.7 Accessories

2.7.1 Positioners

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

Page 231 of 270


STANDARD SPECIFICATION No.
ENGINEERS STANDARD SPECIFICATION
INDIA LIMITED FOR CONTROL VALVES 6-52-0031 Rev. 4
NeerR2 Jrr.-4,4 (A Gov, Of India Unded ak mg)
Page 17 of 21

2.7.1.1 Positioners shall be of force-balance type or smart digital type or fieldbus type as specified
in the purchaser's datasheet. They shall be direct acting, with an adjustable gain unless
otherwise specified.

2.7.1.2 The pneumatic positioner shall be provided with an integral by-pass switch whenever the
operating range of the actuator is the same as that of the control signal.

2.7.1.3 Every positioner shall have two pressure gauges mounted on it, one each for air supply and
for positioner output to actuator. In addition , pneumatic positioner shall have third pressure
gauge for control signal.

2.7.1.4 Pneumatic connections shall be 1/4" NPT (F) and cable entry shall be 1/2" NPTF . If
connection for cable entry is different than that specified, suitable adapters shall be provided.

2.7.1.5 Positioners shall be side-mounted on the control valve and shall have corrosion resistant
linkages and rugged brackets.

2.7.2 Smart type and fieldbus type positioners

Digital smart positioners or fieldbus type of positioners with diagnostic capabilities shall be
supplied whenever specified in the purchaser's data sheets. These shall meet the following
minimum requirements:

a) The positioner sensor and sensing mechanism shall be rugged and shall not be
affected by the line/valve vibration. The performance of the positioners shall be
immune to above vibration.

b) The positioner's output and input range shall be field adjustable without any
hardware modification. The output from the positioners shall be available for both
single acting as well as double acting actuator.

c) Each positioner shall be operable, configurable and accessible through HART


compatible hand held configurator/fieldbus configurator as applicable.

d) Unless otherwise specified, vendor shall offer smart positioner for control valves in
critical applications such as split range, high pressure drop (>50kg/cm 2) high
temperature (>250°C), low temperature (<-29°C), tight shut off leakage (leakage
class ANSI class V and VI) and where vendor's calculations indicate phenomenon
like cavitation, flashing and high noise level (>85 dBA) irrespective of
requirements specified in purchaser's data sheet for such control valves.

e) The positioner shall be a two-wire device, which shall operate on two-way digital
communication mode. All engineering, configuration, diagnostic and maintenance
related data shall be provided by the positioner.

f) The smart positioner shall provide HART protocol of latest version and shall be
capable of implementing commands from Instrument Asset Mangement System /
hand-held HART configurator.

g) Positioners with fieldbus output shall meet the following requirements:

i) All positioners must satisfy the requirements of the fieldbus registration


laboratory with applicable checkmark like FieldBus foundation , Profibus
Nutzerorganisation e.v (PNO) or as specified in the purchaser's data sheets.

ii) All positioners shall have analog output (AO) and controller blocks (PID).

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

Page 232 of 270


STANDARD SPECIFICATION No.
ENGINEERS STANDARD SPECIFICATION
Utz
gof letOleg
14.177-A 2,2e512 MI J90,0
INDIA LIMITED FOR CONTROL VALVES 6-52-0031 Rev. 4
Govt o, India undettakingt
Page 18 of 21

iii) All positioners must be interoperable and shall have valid interoperability
test clearance like ITK latest version for foundation fieldbus or equivalent
for profibus PA, as applicable.

iv) The fieldbus positioners shall support peer-to-peer communication with two
wire communicator and bus powered supply.

v) Fieldbus positioners as offered shall not be polarity sensitive.

vi) The fieldbus positioners in hazardous area shall be certified as per entity
concept or shall be FISCO approved as per the requirements specified in the
purchaser's specification.

vii) Internal software shall be configured by the vendor including the following
information:

-Serial Number

-Device tag(Tag No.)

-Process Description/service

viii) Positioners shall be capable of supporting incremental Device


Description(DD) for extra functionality and/or software revisions in Device
memory.

h) The positioners shall be suitable to operate with commercially available asset


management softwares and shall support the following features, as a minimum:

i) It shall allow multimaster for configuration, calibration, diagnosis and


maintenance. The primary could be a host computer and secondary could
be a hand held communicator.

ii) It shall be capable of implementing universal commands. It shall be


possible to communicate all commands of commercially available asset
management system to/ from smart positioner.

i) The offered positioners shall meet the following performance characteristics: -

i) Overall control accuracy shall be better that ±0.5% of span.

ii) Repeatability shall be less than ± 0.25% of span.

iii) Hysteresis shall be less than ± 0.5% of span.

iv) Vendor shall supply the valve's operating signatures in the form of hard
copy and soft copy for each control valve supplied with smart positioners.
The necessary software for advanced control valve diagnostics like seat
ring condition, gland packing condition, actuator leakage etc. shall also be
included.

j) All positioners shall have metallic casing and cover either of stainless steel or of
anodized aluminium.

k) Fieldbus positioners shall support EDDL requirements as per IEC


61804/FDT/DTM requirements, as specified in job specifications..

2.7.3 Electro-Pneumatic Converter


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

Page 233 of 270


STANDARD SPECIFICATION No.
ENGINEERS STANDARD SPECIFICATION
ligof fagreg w INDIA LIMITED FOR CONTROL VALVES 6-52-0031 Rev. 4
eieage c1N.17,11 IA Govt of InOta Undertakmg)
Page 19 of 21

2.7.3.1 Electro-pneumatic converter shall be of electronic feedback type unless specified otherwise
and shall be yoke mounted.

2.7.3.2 It shall have an integral terminal housing. Electro pneumatic converter with flying leads
shall not be acceptable.

2.7.3.3 Unless otherwise mentioned, it shall be intrinsically safe.

2.7.3.4 Pneumatic connections shall be 1/4" NPT (F). The electrical connections shall be 1/2" NPT
(F). If they are different, suitable adapters shall be provided.

2.7.3.5 The overall accuracy of the electro-pneumatic converter shall be better than ±0.3%.

2.7.4 Air Filter Regulator

2.7.4.1 Vendor shall supply air filter regulator with each positioner complete with an integral output
gauge.

2.7.4.2 Air filter regulator shall be sized considering the air supply pressure and flow required to
meet requirements specified in the purchaser's data sheets.

2.7.4.3 Filter material shall be sintered bronze. Filter size shall be maximum 5 microns. However,
lower filter mesh size shall be considered to suit the electro pneumatic converter vendor's
requirement.

2.7.5 Valve Jacketing

2.7.5.1 The jacketed valves shall have steam inlet/outlet connections as flanged.

2.7.5.2 The valve end connections shall be one size higher than the normal valve connections for
jacketed valve.

2.7.6 Hand held configurator for Smart Instruments

Hand Held configurator shall be universal type and shall be able to communicate with all
make and models of smart instruments with HART output like transmitters, smart
positioners etc., and shall be capable of carrying out all engineering functions like
calibration, configuration and diagnostics. The hand held configurator shall be certified
intrinsically safe when used in hazardous area. Carrying case shall be supplied with each
configurator.

2.7.7 Fieldbus configuration :

The fieldbus configuration, whenever specified in datasheet, shall be provided with


hardware and software for configuration and maintenance of fieldbus devices and also to
perform diagnostics and troubleshooting of the fieldbus segments.

2.7.8 Battery charger

Both Fieldbus and HART configurations shall be supplied with battery charger for battery
charging. Unless otherwise specified, battery charger shall operate at 220V 50Hz supply.

2.7.9 Wherever solenoid valves have been asked for control valves in modulating service, the
control valves are for modulating cum shutdown application. For all such cases, solenoid
valve shall be installed between positioner output and actuator. The de-energisation of
solenoid valve shall bring the control valve to failure position by venting the actuator

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

Page 234 of 270


- -

STANDARD SPECIFICATION No.


ENGINEERS STANDARD SPECIFICATION
Ogzx laires w INDIA LIMITED FOR CONTROL VALVES 6-52-0031 Rev. 4
(A Govt of India Unctertakm
Page 20 of 21

2.8 Control valve accessories like Air Filter Regulators (AFR), Smart Positioners, Foundaton
Fieldbus Positoners , Solenoid valves, Limit switches, Pneumatic lock relay etc. (Wherever
applicable) shall be supplied in fully assembled conditions with minimum of 8.0 mm OD
with 1 mm wall thickness SS air tubing. Material for mounting part/bracket shall be SS as
minimum. Tube fittings shall be of flareless compression type of SS material. Tubing of
higher size of 12mm OD / 18mm OD (if required) for proper actuation of actuator / control
valve shall be provided by vendor. Accessories like AFR shall be selected to match the air
tubing requirements. This shall have no price or time implication.

2.9 Special Service Valves

All control valves in oxygen and chlorine service shall be thoroughly degreased using
reagents like trichloro-ethylene or carbon tetra-chloride. End connections shall be blinded /
plugged after this degreasing process in order to avoid entrance of grease and oil particles.

2.10 Finish

2.10.1 The body shall be painted as below:

Carbon steel body Light grey

Alloy steel body Canary yellow

Stainless steel body Natural

Above 150°C - Aluminium paint (white colour)

Items like silencers, diffuser plate assemblies etc., shall be painted as per respective control
valve body requirements.

2.10.2 The actuator shall be painted as below:

Direct action (open on air failure) valves Green

Reverse acting (close on air failure) valve Yellow

Actuator for shutdown valves Red

Items like air volume tanks etc., supplied as an accessory along with the actuators, shall be
painted as per corresponding actuator.

3.0 NAMEPLATE

Each control valve shall have a stainless steel nameplate attached firmly to it at a visible
place, furnishing the following information:

a) Tag number as per purchaser's data sheet.

b) Body and port sizes in inches.

c) Valve flow coefficient (Cv).

d) Stem travel in millimetres.

e) Action on air failure.

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

Page 235 of 270


STANDARD SPECIFICATION No.
ENGINEERS STANDARD SPECIFICATION
Ogar taaeg
0417n s-le.re 451,17FA,
INDIA LIMITED
IA Govl of India undertaktng)
FOR CONTROL VALVES 6-52-0031 Rev. 4
Page 21 of 21

g) Air supply pressure.

h) Manufacturer's model number for the valve body, actuator and positioned.

4.0 INSPECTION AND TESTING

Purchaser reserves the right to inspect and witness testing at vendor's works as per
Inspection Test Plan. All these tests shall be completed by the vendor and test reports shall
be submitted to purchaser for scrutiny.

5.0 SHIPPING

5.1 The control valve and its accessories shall be supplied pre-assembled and pre-tubed.

5.2 All threaded and flanged openings shall be suitably protected to prevent entry of foreign
material.

5.3 Valves with external lubricators shall be lubricated prior to shipment.

5.4 Valves in oxygen and chlorine service shall be packed separately along with a certificate
indicating 'CERTIFIED FOR OXYGEN / CHLORINE SERVICE', as applicable.

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

Page 236 of 270


tEra ENGINEERS STUD-BOLTS AND NUTS Annexure 1 to
fge.a rum*ries
r- INDIA LIMITED MATERIAL REQUIREMENT STANDARD SPECIFICATION NO.
IA Gov! of India UnOeflalung)
6-52-0031 Rev. 4
Page 1 of 1

Sr. No. Piping Classes Nut and Bolt Material

1 AIA, A2A, A5A, A6A, A7A, A8A, A9A, A-193 Gr. B7


A10A, Al IA, A13A, A14A, A15A, A-194 Gr. 2H
A19A, A20A, A32A, A33A, A1K, A6K,
AIM, AIN, B IA, B2A, B5A, B6A, B9A,
B13A, B18A, B19A, B32A, B1K, B6K,
BI8K, BIM, B3M, B5M, BIN, B6N,
DIA, D2A, D5A, D18A, D1K, D18K,
D18P, E1A, E2A, E5A, E5E, F5A

2 A16A, BI6A A-193 Gr. B7M


A-194 Gr. 2HM

3 A1B, AID, A4F, A4G, BIB, BID, 135D, AI-193 Gr. B16
B1E, B3F, B4F, B4G, D1B, D2B, DID, A-194 GR. 4
D2D, D5D, D5E, F2D

4 A2K, B2K, D2K A-320 Gr. B8 CL.2


A-194 Gr. 8

5 A4A, A1H, B4A, B1H, D4A, D1H A-320 Gr. L7


A-194 Gr. 4

6 A3Y A-307 Gr. B


A-563 Gr. B

7 A3A, A3K, A3Y, A4Y, J3A A-307 Gr. B


A-563 Gr. B

8 A1Z, A4Z, A5Y, A5Z, J2A, J5A A-307 Gr. B (Galv)


A-563 Gr. B (Galv)

9 B4K, B5K A-193 Gr. B8 M CI I


A-194 Gr. 8 MA

10 A32Y A-193 Gr. B (Galv)


A-194 Gr. 2H (Galv)

11 B3M, B4K, B5K, B5M A-453 Gr. 660 CL.A


A-453 Gr. 660 CL.A

Note : Bolts & Nuts material mentioned above is applicable for loose supply of nuts/bolts.

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

Page 237 of 270


150TielENGINEERS GASKETS MATERIAL Annexure 2 to
sla It faAeg
{
INDIA LIMITED
rnA 3,772.31 IA Gout of India Undenakog) REQUIREMENT STANDARD SPECIFICATION No.
6-52-0031 Rev 4
Page 1 of 1

Sr.
Piping Classes Gasket Material
No.
1 AlA, A6A, A9A, A10A, Al 1A, A13A, AI4A, AI9A, SP WND SS 316 + Grafil
AIB, AID, A1H, AIK, AIM, A4A, A4F, A4G, B IA,
BIH, B2A, B4A, B6A, B9A, B13A, B18A, B19A, B32A,
B18K, D1A, D2A, D1H, D1K, D4A, D18A, D18K, DI8P
2 B5M SP WND SS316H+ GRAFIL + I RING
3 A2K, B2K, D2K SP WND SS 316+GRAFIL+SS 316 I/O
RING
4 B IN SP WND SS 316L+GRAFIL + I RING
5 B6N SP WND SS 316L + GRAFIL
6 Al Z, A3Y, A4Y, A4Z, J2A BUTYL RUBBER
7 E1A, E2A, E5A, F5A SOFT IRON
8 E5E, F2D 5% CR, 0.5% MO
9 B4K, B5K SS 3 I6H+GRAFIL+I RING SS 316 0 RING
10 A5Z PTFE JACKETED ASBESTOS
11 A5Y, A8A, AI5A, A32Y, A33Y IS 2712 Gr. A/1
12 B3M SP WND SS 321+GRAFIL+I RING
13 AIN, A6K, Al6A, B16A SP WND SS 316 + CAF
14 A3A, A3K, A33A, J3A, J5A IS 2712 Gr. W/3
15 A2A, A20A, A32A IS 2712 Gr. W/1
16 A5A, B5A, D5A SP WND SS 316 + CAF + I RING
17 A7A, BIB, BID, BIE, B1K, B3F, B4F, B4G,B5D, D1B, SP WND SS 316 + GRAFIL + I RING
D1K, D2B, DID, D2D, D5D, D5E
18 B6K, BIM SS 316 + GRAFIL

Note : Gasket material mentioned above is applicable for loose supply of gasket.

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

Page 238 of 270


STANDARD SPECIFICATION No.
iut el ENGINEERS STANDARD SPECIFICATION
elf 16VIdg INDIA LIMITED FOR SOLENOID VALVES 6 - 52 - 0034 Rev. 4
rirane an aqsno, (A GOA 01 Mao 1/ 000110k , N1
Page 1 of 6

4 RI I RI ch I q fry{ TITTW fe*T


STANDARD SPECIFICATION FOR
SOLENOID VALVES

4 04.04.16 Revised and Reissued as Standard Specification RM

3 29.11.10 Revised and Reissued as Standard Specification MK RG TGM/JMS ND

2 22.07.05 Revised and Reissued as Standard Specification KVC TGM PM VJN

1 01.10.96 Revised and Reissued as Standard Specification RK BRS RB AS

0 11.03.85 Issued as Standard Specification PVS TSN AKV AK


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 239 of 270


STANDARD SPECIFICATION No.
.5-ala_tel ENGINEERS STANDARD SPECIFICATION
INDIA LIMITED FOR SOLENOID VALVES 6-52-0034 Rev. 4
efroar IA Govt of India Undertaking)
Page 2 of 6

Abbreviations:

AC Alternating Current
MAWP Maximum Allowable Working Pressure
NPT National Pipe Thread

Instrumentation Standards Committee

Convener: Mr. Rajiv Gupta

Members: Mr. M. Nandi


Mr. Sandeep Arora
Mr. A S D Barman
Mr. S Mahesh Kumar
Ms. N P Guha (Proj.)

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

Page 240 of 270


STANDARD SPECIFICATION No.
ENGINEERS STANDARD SPECIFICATION
leaf tif5tegw INDIA LIMITED
10 Govt of India Undertaiong)
FOR SOLENOID VALVES 6-52-0034 Rev. 4
Page 3 of 6

CONTENTS

1.0 GENERAL 4

2.0 DESIGN AND CONSTRUCTION 5

3.0 NAMEPLATE 6

4.0 INSPECTION AND TESTING 6

5.0 SHIPPING 6

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

Page 241 of 270


STANDARD SPECIFICATION No.
ei ENGINEERS STANDARD SPECIFICATION
Igzir Rif-erg
ofoJoi7s.1)
INDIA LIMITED
la Govf of India linden*mg}
FOR SOLENOID VALVES 6-52-0034 Rev. 4
Page 4 of 6

1.0 GENERAL
1.1 Scope

1.1.1 This specification, together with the data sheets, describes the requirements for the design,
materials, nameplate marking, inspection, testing and shipping of the solenoid valves.

1.1.2 The related standards referred herein and mentioned below shall be of the latest edition of
the following codes, standard practices and publications, unless otherwise specified:

ASME American Society Of Mechanical Engineers.


B 1.20.1 Pipe Threads, General Purpose, Inch

EN European Standards
10204 Inspection Document For Metallic Products

IS/ IEC Indian Standard/International Electrotechnical Commission


IS/IEC 60079 Electrical Apparatus for Explosive Gas Atmosphere.
IEC 60085 Electrical Insulation — Thermal Evaluation and Designation
IS/IEC60529 Degree of Protection Provided by Enclosures (IP
code
IEC 61508 Functional Safety of ElectricalJElectronic/Programmable
Electronic Safety-related Systems.
IEC 61000-4 Electromagnetic Compatibility for Industrial Process
Measurement and Control Equipment.
IS 1271 Electrical Insulation-Thermal Evaluation and Designation.

ISA International Society of Automation


S 7.0.01 Quality Standard for Instrument Air

1.1.3 In the event of any conflict between this specification, data sheets, related standards, codes
etc., the following order of priority shall govern:

a) Statutory Regulations

b) Data Sheets

c) Standard Specification

d) Codes and Standards


1.1.4 In addition to compliance to the purchaser's specification in totality, vendor's extent of
responsibility shall include the following:

a) Purchaser's data sheets specify the material for the body and trim of the solenoid
valve. Alternate superior material of construction shall also be acceptable provided
vendor assumes complete responsibility for the selected materials for their
compatibility with the process fluid and its operating conditions.

b) Selection of proper solenoid valve orifice value to meet specified flow


requirements.
1.2 Bids
1.2.1 Vendor's quotation shall be strictly as per the bidding instruction to vendor attached with the
Material Requisition.
1.2.2 All items, as offered, shall be field proven and should have completed trouble free
satisfactory operation for a period of minimum 6 months on the bid due date in the similar
application with process conditions similar to those as specified in the purchaser's data
sheet. Items with proto-type design or items not meeting provenness criteria specified above
shall not be offered.

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

Page 242 of 270


STANDARD SPECIFICATION No.
ENGINEERS STANDARD SPECIFICATION
Ogar lafileg w INDIA LIMITED FOR SOLENOID VALVES 6-52-0034 Rev. 4
ert-MT, 3,71,,i) IA GoA of India Undertaking)
Page 5 of 6

1.2.3 All documentation submitted by vendor including their quotation, catalogues, drawings,
installation manual, operation and maintenance manuals etc. shall be in English language
only.
1.2.4 Whenever specified, vendor must furnish certified values of failure rates, probability of
failure detection and test intervals for the safety integrity level analysis.
1.3 Drawings and Data
1.3.1 Detailed drawings, data, catalogues and manuals required shall be submitted by the vendor
as per Vendor data requirement attached with the requisition.

1.3.2 Final documentation consisting of design data, installation manual, operation and
maintenance manual etc. submitted by the vendor after placement of purchase order, as per
vendor data requirement, shall include the following, as a minimum;
a) Certified drawings for each type of solenoid valve, which shall provide
dimensional details, internal construction details, material of construction and end
connection details, weight of solenoid valve, mounting arrangement etc.

b) Installation and Maintenance procedure including replacement of its parts wherever


applicable.

2.0 DESIGN AND CONSTRUCTION

2.1 Body and Trim

2.1.1 The solenoid valves shall be direct operated type, in general. Pilot operated solenoid valves
shall be used only when specifically indicated in purchaser's data sheet.

2.1.2 Type of body design, i.e. 2-way, 3-way or 4-way, shall be as per purchaser's data sheet with
ports clearly identified / engraved on the solenoid valve body.

2.1.3 All solenoid valves shall be of failsafe design such that in the event of power failure,
mechanical spring shall always assist it to return it to the safe state.

2.1.4 The material of construction of solenoid valves shall be as specified in purchaser's data
sheet. However vendor must ensure that the trim material of solenoid valves shall be SS316,
as a minimum.

2.1.5 All solenoid valves shall be of packless construction type.

2.1.6 Three way solenoid valves in instrument air service shall be of universal design with auto
reset facility. Manual reset facility shall be provided only when specifically indicated in
purchaser's data sheet.

2.1.7 All solenoid valves used in instrument air service shall be of tight shutoff type. The resilient
soft seat used to meet this requirement shall be suitable for the specified maximum
temperature and pressure.

2.1.8 For switching application, where frequency of operation is high, vendor shall supply heavy
duty type of solenoid valves which are suitable for the application.

2.1.9 Vent port shall be provided with bug screen. Vent silencer and flow regulators shall be
offered when specified in the data sheets.

2.2 Coil and Housing

2.2.1 Solenoid coils shall be of the moulded type design meant for continuous duty. Coil
insulation shall be class H suitable for high temperature as per IEC 60085/IS 1271 unless
otherwise specified.

2.2.2 Vendor shall take precautions to protect the coil from inrush current on A.C. Service.

2.2.3 Upon energisation, the coil characteristics of the solenoid valve shall not be affected up to a
temperature of 100°C, as a minimum.
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 243 of 270


STANDARD SPECIFICATION No.
ENGINEERS STANDARD SPECIFICATION
ligar tif5leg INDIA LIMITED FOR SOLENOID VALVES 6-52-0034 Rev. 4
∎ Anktn errenretssArt-o IA Govt 01 India Undennton9)
Page 6 of 6

2.2.4 Solenoid valves shall be low power consumption type, suitable for the supply voltage
mentioned in purchaser's datasheet. The solenoid coil shall operate the valve even when the
supply voltage drops down by 15% or goes up by 10%.

2.2.5 Solenoid valves shall be full port type and Solenoid valve orifice shall be approximately
equal to the inlet air tubing size to facilitate quick opening of the ON-OFF/Control valve.

2.2.6 The coil shall be wired to a terminal block located inside the housing. Flying lead wires of
the coil are not acceptable. The material for housing shall be metallic unless otherwise
indicated in the data sheet.

2.2.7 The housing shall be suitable for the area classification indicated in the purchaser's data
sheets unless otherwise specified, the housing shall conform to the following standards:

Weatherproof housing - IP 65 As per IS/IEC 60529.


Flame proof housing - Flame proof/ Ex (d) as per IS/IEC 60079
Flameproof housing shall also be made weatherproof.

3.0 NAMEPLATE
Each solenoid valve shall have a stainless steel nameplate attached firmly to it at a visible
place furnishing the following information:

a) Instrument tag number as per purchaser's data sheets.

b) Manufacturer's name, serial number and model number.

c) Operating voltage.

d) Electrical area classification in which the valve may be used along with the
Hazardous area certificate number. This shall be to the same code of classification
as per purchaser's data sheets.

4.0 INSPECTION AND TESTING


Purchaser reserves the right to inspect and witness testing at vendor's works as per
Inspection Test Plan. All these tests shall be completed by the vendor and test reports shall
be submitted to Purchaser for scrutiny.

5.0 SHIPPING
All threaded and flanged openings shall be suitably covered to prevent entry of foreign
material.

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

Page 244 of 270


Page 245 of 270

ANNEXURE- I I
MANDATORY INFORMATION REQUIRED FOR SMART FIELD DEVICES

DEVICE H/W DD REV DTM


SN MAKE MODEL
REV NO. REV NO.
1
2
3
4
5
6
7
8
9
10
11
12
ANNEXURE-I
sheet 1 of 1

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

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

CONTROL VALVES QUOTED BY M/s FOR BS VI UPGRADATION

PROJECT OF CPCL (CHENNAI-MANALI) AGAINST MATERIAL REQUISITION A927-

000-YC-MR-1330-REV.A AND ITS AMENDMENT MEETS ALL THE TECHNICAL

SPECIFICATIONS LISTED IN THE STANDARD AND PROJECT SPECIFICATIONS

ENCLOSED WITH THIS MR AND ITS AMENDMENT AND ‘NO DEVIATION’ HAS

BEEN TAKEN BY US TO THE REQUIREMENTS OF THE MR AND ITS

AMENDMENT.

(SIGNATURE WITH SEAL)

Page 246 of 270


Page 247 of 270

ANNEXURE- III

MANDATORY INFORMATION REQUIRED FOR FIELDBUS DEVICES

1. Fieldbus Devices
FF REGISTER DEVICE MANUFACTURING FIRMWARE DEVICE DD FILE CF FILE REV HIST TEST
SN TAG NO. MAKE MODEL ITK REV
PRODUCT CODE TYPE ID NO. REV H/W REV REV NO. COMPILATION
1
2
3
4
5
6

Notes:

(i) Vendor to ensure that for Fieldbus devices DD files and Device support files shall be in native format.

(ii) Vendor shall configure node address before shipment.


Page 248 of 270
Page 249 of 270
Page 250 of 270
Page 251 of 270
Page 252 of 270
Page 253 of 270
Page 254 of 270
Page 255 of 270
Page 256 of 270
Page 257 of 270
Page 258 of 270
Page 259 of 270
Page 260 of 270
Page 261 of 270
Page 262 of 270
Page 263 of 270
Page 264 of 270
Page 265 of 270
Page 266 of 270
Page 267 of 270
CONTROL VALVES
BS VI UPGRADATION PROJECT, CPCL, CHENNAI

A927-000-16-51-SP-1330
(Control Valve Grouping Details)
GROUP-A (Qty. - 54 Nos.)
(CV upto 8" size & upto 600# rating)

Tag No Data Sheet No. Revision


MR. Item No.
1.0003 031-PV-1201A A927-031-YC-DS-3003 0
1.0004 031-PV-1201B A927-031-YC-DS-3004 0
1.0005 031-FV-1301 A927-031-YC-DS-3005 0
1.0007 031-FV-1701 A927-031-YC-DS-3007 0
1.0008 031-PV-1601A A927-031-YC-DS-3008 0
1.0009 031-PV-1601B A927-031-YC-DS-3009 0
1.0011 031-FV-1802 A927-031-YC-DS-3011 0
1.0012 031-FV-1902 A927-031-YC-DS-3012 0
1.0013 031-FV-2101 A927-031-YC-DS-3013 0
1.0017 031-FV-2502 A927-031-YC-DS-3017 0
1.0019 031-FV-2601 A927-031-YC-DS-3019 0
1.0021 031-FV-2702 A927-031-YC-DS-3021 0
1.0022 031-FV-2901 A927-031-YC-DS-3022 0
1.0024 031-FV-3101 A927-031-YC-DS-3024 0
1.0025 031-FV-3301 A927-031-YC-DS-3025 0
1.0026 031-PV-3401 A927-031-YC-DS-3026 0
1.0027 031-PV-3201 A927-031-YC-DS-3027 0
1.0028 031-LV-3601 A927-031-YC-DS-3028 0
1.0029 031-PV-3601A A927-031-YC-DS-3029 0
1.0030 031-PV-3601B A927-031-YC-DS-3030 0
1.0031 031-FV-4101 A927-031-YC-DS-3031 0
1.0033 031-FV-4103 A927-031-YC-DS-3033 0
1.0034 092-FV-1201 A927-092-YC-DS-3001 0
1.0035 092-PV-1203 A927-092-YC-DS-3002 0
1.0037 092-FV-1302 A927-092-YC-DS-3004 0
1.0041 093-FV-1701 A927-093-YC-DS-3003 0
1.0042 093-FV-1302 A927-093-YC-DS-3004 0
1.0043 093-FV-1401 A927-093-YC-DS-3005 0
1.0044 094-PV-0701 A927-094-YC-DS-3001 0
1.0047 094-PV-1402 A927-094-YC-DS-3004 0
1.0055 094-FV-3102 A927-094-YC-DS-3012 0
1.0056 094-TV-3502 A927-094-YC-DS-3013 0
1.0057 094-FV-3501 A927-094-YC-DS-3014 0
1.0058 094-PV-4401 A927-094-YC-DS-3015 0
1.0059 094-PV-4801A A927-094-YC-DS-3016 0
1.0060 094-FV-3201 A927-094-YC-DS-3017 0
1.0065 094-LV-3202 A927-094-YC-DS-3022 0
1.0066 094-LV-3601 A927-094-YC-DS-3023 0
1.0067 094-FV-1201 A927-094-YC-DS-3024 0
1.0068 094-FV-1202 A927-094-YC-DS-3025 0
1.0069 094-FV-1203 A927-094-YC-DS-3026 0
1.0078 211-FV-1001 A927-211-YC-DS-3010 0
1.0080 211-FV-1004 A927-211-YC-DS-3013 0
1.0083 211-FV-1201 A927-211-YC-DS-3016 0

MR NO. A927-000-YC-MR-1330 Rev A SHEET 1 OF 3

Page 268 of 270


CONTROL VALVES
BS VI UPGRADATION PROJECT, CPCL, CHENNAI
1.0084 211-FV-1202 A927-211-YC-DS-3017 0
1.0086 211-PV-1201A A927-211-YC-DS-3019 0
1.0087 211-PV-1201B A927-211-YC-DS-3020 0
1.0088 211-PV-1202 A927-211-YC-DS-3021 0
1.0089 211-LV-0501B A927-211-YC-DS-3022 0
1.0090 211-TDV-1301A A927-211-YC-DS-3023 0
1.0091 211-TDV-1301B A927-211-YC-DS-3024 0
1.0093 211-LV-1402 A927-211-YC-DS-3026 0
1.0096 211-FV-0651N A927-211-YC-DS-3029 0
1.0097 211-LV-1351N A927-211-YC-DS-3030 0
GROUP-B (Qty. - 32 Nos.)
(CV upto 8" size & upto 600# rating-Anti Cav./Low Noise Trim)

Tag No Data Sheet No. Revision


MR. Item No.
1.0006 031-PV-1501 A927-031-YC-DS-3006 0
1.0010 031-FV-1801 A927-031-YC-DS-3010 0
1.0014 031-FV-2201 A927-031-YC-DS-3014 0
1.0015 031-FV-2301 A927-031-YC-DS-3015 0
1.0016 031-LV-2401 A927-031-YC-DS-3016 0
1.0018 031-PV-2501 A927-031-YC-DS-3018 0
1.0020 031-FV-2602 A927-031-YC-DS-3020 0
1.0023 031-FV-3001 A927-031-YC-DS-3023 0
1.0032 031-FV-4102 A927-031-YC-DS-3032 0
1.0036 092-FV-1301 A927-092-YC-DS-3003 0
1.0038 092-LV-1401 A927-092-YC-DS-3005 0
1.0045 094-LV-1303 A927-094-YC-DS-3002 0
1.0046 094-LV-1304 A927-094-YC-DS-3003 0
1.0048 094-LV-1401 A927-094-YC-DS-3005 0
1.0049 094-PV-1701 A927-094-YC-DS-3006 0
1.0050 094-LV-1801 A927-094-YC-DS-3007 0
1.0051 094-LV-1902 A927-094-YC-DS-3008 0
1.0052 094-PV-2501 A927-094-YC-DS-3009 0
1.0053 094-LV-2601 A927-094-YC-DS-3010 0
1.0054 094-LV-3102 A927-094-YC-DS-3011 0
1.0061 094-LV-2702 A927-094-YC-DS-3018 0
1.0062 094-LV-3101 A927-094-YC-DS-3019 0
1.0063 094-LV-3702 A927-094-YC-DS-3020 0
1.0064 094-FV-3202 A927-094-YC-DS-3021 0
1.0077 211-FV-0602 A927-211-YC-DS-3008 0
1.0079 211-FV-1002 A927-211-YC-DS-3011 0
1.0081 211-TV-1002 A927-211-YC-DS-3014 0
1.0082 211-FV-1107 A927-211-YC-DS-3015 0
1.0085 211-LV-1201 A927-211-YC-DS-3018 0
1.0092 211-LV-1301 A927-211-YC-DS-3025 0
1.0094 211-FV-1601 A927-211-YC-DS-3027 0
1.0095 211-FV-1607 A927-211-YC-DS-3028 0

MR NO. A927-000-YC-MR-1330 Rev A SHEET 1 OF 3

Page 269 of 270


CONTROL VALVES
BS VI UPGRADATION PROJECT, CPCL, CHENNAI

GROUP-C (Qty. - 3 No.)


(CV size above 8" upto 16" & 300# rating)
Tag No Data Sheet No. Revision
MR. Item No.
1.0039 093-LV-1301 A927-093-YC-DS-3001 0
1.0040 093-FV-1301 A927-093-YC-DS-3002 0
1.0070 211-FV-0101 A927-211-YC-DS-3001 0

GROUP-D (Qty. - 3 No.)


(CV upto 6" size & 900 # rating)
Tag No Data Sheet No. Revision
MR. Item No.
1.0001 031-FV-1101 A927-031-YC-DS-3001 0
1.0002 031-FV-1102 A927-031-YC-DS-3002 0
1.0075 211-FV-0502A A927-211-YC-DS-3006 0
GROUP-E (Qty. - 5 No.)
(CV upto 6" size & 900 # rating-Anti Cav./Low Noise Trim)
Tag No Data Sheet No. Revision
MR. Item No.
1.0071 211-FV-0401 A927-211-YC-DS-3002 0
1.0072 211-FV-0402 A927-211-YC-DS-3003 0
1.0073 211-FV-0403 A927-211-YC-DS-3004 0
1.0074 211-FV-0404 A927-211-YC-DS-3005 0
1.0076 211-FV-0601 A927-211-YC-DS-3007 0

Signature Not Verified


Digitally signed by A. ANNADURAI
Date: 2017.06.05 16:52:42 IST
Location: eProcure
MR NO. A927-000-YC-MR-1330 Rev A SHEET 1 OF 3

Page 270 of 270

Anda mungkin juga menyukai