A415 5120 1021 Enq Rev0
A415 5120 1021 Enq Rev0
A415 5120 1021 Enq Rev0
Table of Contents
Document Number Rev. Document Title Page
Number
A415-000-PA-MR- 0 ENQUIRY DOCUMENT 3
5120-1021-RFQ
A415-000-PA-MR- A PUMP-RECIPROCATING (PLUNGER/PISTON) 205
5120
A415-000-16-45- 0 MISCELLANEOUS 209
LOA-5120
A415-000-16-45- 0 MISCELLANEOUS 212
CLCB-5120
A415-000-16-45- 0 MISCELLANEOUS 214
CLSS-5120
A415-000-16-45-SL- 0 MISCELLANEOUS 218
5120
A415-000-16-45-SU- 0 MISCELLANEOUS 220
5120
A415-000-16-45-SP- 0 MISCELLANEOUS 223
5120
A415-000-16-45-DS- 0 MISCELLANEOUS 233
1661
A415-000-16-45-DS- 0 MISCELLANEOUS 236
1662
A415-000-16-45-DS- 0 MISCELLANEOUS 239
5120
A415-000-16-45-ER- 0 MISCELLANEOUS 242
5120
A415-000-16-45-ER- 0 MISCELLANEOUS 246
5121
A415-000-16-45- 0 MISCELLANEOUS 250
VDR-5120
6-41-0020 2 Standard specification for positive displacement pumps ¿ 253
reciprocating
6-78-0001 0 Specification for Quality Mgt. System Requirements from Bidders 262
6-78-0003 0 Specification for Documentation Requirement from Suppliers 271
A415-007-04-41-PID- 2 PIPING & INSTRUMENTATION DIAGRAMS (P&IDS) 283
1149
A415-009-04-41-PID- 2 PIPING & INSTRUMENTATION DIAGRAMS (P&IDS) 284
1148
A415-007-04-41-DS- 0 PUMP D/S 285
1661
A415-009-04-41-DS- 0 PUMP D/S 286
1662
A415-000-16-50-SP- A JOB SPECIFICATION 287
5120
A415-000-16-50-DS- A M.V. MOTOR 290
5120
A415-000-16-50-VR- A VENDOR DATA REQUIREMENTS 292
5120
6-51-0032 4 Specification for medium voltage induction motors. 295
6-81-1032 2 ITP for MV motors 309
A415-000-16-51-SP- A JOB SPECIFICATIONS FOR RECIPROCATING PUMP 315
5120
A415-000-16-51- A TECHNICAL COMPLIANCE 322
TCL-5120
A415-000-16-51-MD- A MISCELLANEOUS 324
5120
A415-000-16-51-YR- A DATA SHEET 325
5120
6-52-0026 3 Std. specification for pressure relief valves. 326
6-81-2026 2 ITP for pressure relief valves. 334
Page 1 of 443
Table of Contents
Document Number Rev. Document Title Page
Number
A415-000-16-46-SP- A JOB SPECIFICATIONS 339
5120
6-12-0030 7 Standard specification for pressure vessels for package items. 342
7-12-0001 5 Vessel tolerances. 361
7-12-0006 5 Angle leg support. 363
7-12-0007 5 Pipe leg support. 365
7-12-0008 5 Bracket support for vertical vessel. 366
7-12-0013 6 Nozzle reinforcement and projection. 367
7-12-0015 5 Standard bolt hole orientation. 369
7-12-0027 5 Name plate. 370
A415-000-11-42-DS- A DATA SHEET FOR STRAINER 371
78
A415-000-11-42-SP- B JOB SPECIFICATION FOR STRAINERS 372
16
A415-000-11-42-SP- 1 PIPING MATERIAL SPECIFICATION 377
0010
6-44-0056 4 Technical notes for gaskets. 426
6-44-0057 4 Technical notes for bolts and nuts. 431
6-71-0024 4 Standard specification for seamless fittings and flanges (size upto 436
DN 400 mm (16") ).
7-44-0303 5 T-strainer type-1 2"-4" (150CL RF, 300CL RF & RTJ, 600CL RF & 443
RTJ)
Page 2 of 443
Regd. Office: Engineers India Bhawan, 1 Bhikaiji Cama Place,
New Delhi - 110 066, India.
TEL: NO. : 00 91 11 26762121: FAX NO. : 00 91 11 26167664 / 26191714
PRICED BID OPENING : PUBLIC OPENING : DATE, TIME AND VENUE SHALL BE INTIMATED LATER
Gentlemen,
1. E-bids are requested on behalf of our client M/s. OIL India Limited, for the captioned item in total
compliance to technical specifications, scope and terms & conditions of enquiry documents/attachments.
Your offer must be complete in all respect and must contain confirmation/compliance to all points of
enclosed commercial Agreed Terms & Conditions without any deviations i.e. ZERO DEVIATION OFFER,
failing which your offer will be liable for rejection. Please note that issuance of technical and commercial
queries is not envisaged and your offer will be evaluated based on input given therein. Hence pre-bid
clarifications, if required may be sought from us immediately on receipt of this RFQ.
2. Bidder can download the RFQ Documents from EIL’s website http://tenders.eil.co.in and OIL’s e-
tendering website https://etender.srm.oilindia.in. However, bidders have to submit their bids only
through e-tendering website of OIL. Physical Bids sent through Fax/E-mail/Courier/Post will not
be accepted.
3. E-Bid shall be submitted as explained in Instructions to Bidders (ITB) on OIL’s e-tendering website
system. Bids should be submitted in accordance with Clause 10 of the ITB.
4. Bids complete in all respects should be submitted in OIL’s e-tendering web site on or before the BID-
SUBMISSION DATE & TIME specified above.
5. Not Applicable for foreign bidders - The bidders are required to confirm whether the enterprise is a
Micro or Small enterprises along with documents from the appropriate authority. Accordingly bidder to
furnish the confirmation as per attachment enclosed along with RFQ documents from appropriate
authority.
Page 1 of 5
Page 3 of 443
6. Delivery/ Completion Period for Supply:
7. Pre Bid meeting will be held on 29.05.2014 ( at 11-00 A.M at EIB , Business Centre , New
Delhi)
a. Bidders are requested to submit their queries by fax or e-mail to us latest by 27.05.2014. These
questions shall be replied during pre-bid meeting. After pre-bid meeting, no further queries will
be entertained from the bidders.
b. Record notes of meetings, including the text of questions raised (without identifying the sources
of the query) and the responses given will be transmitted to all the vendors.
c. Non attendance of the pre-bid meeting will not be a cause for disqualification of a bidder
8. Payment Terms: Payment to bidders shall be made in accordance with Annexure-I to Special
Conditions of Contract (SCC).
9. THE OFFER SHOULD BE VALID FOR 120 Days FROM FINAL BID DUE DATE.
Mr. Rajeev Jain, DGM (C & P), Phone no. +91-(0)11-26762002. E-mail ID: [email protected] /
[email protected] / Mr Amit Kumar, Engineer (C&P), Phone no. +91-(0)11-26762063. E-mail ID:
[email protected]
15. Bidder to carefully read and understand the “USER MANUAL FOR VIEWING ,DOWNLOADING AND
PARTICIPATION OF TENDERS IN OIL’S E-TENDER PORTAL” which is available on OIL’s e-
tendering website the same shall be followed by bidder to upload their bid on OIL’s e-tendering
website.
16. In case even after following the procedures for uploading of e-Bids, Bidders experience any problem
related to e-Bidding the same shall be addressed to the e-mail IDs indicated at Sr.no. 14 above with a
copy to [email protected].
18. OIL/EIL reserves the right to carry out capability assessment of the bidder including referral to in-house
information.
19. OIL/EIL will not be responsible or liable for cost incurred in preparation & delivery of bids, regardless of
the conduct or outcome of the bidding process.
20. The bidder who are on Holiday / Blacklisted by OIL or Project management consultant (PMC) of OIL or
Black listed by any government department / Public sector on due date of submission of bid shall not be
Page 2 of 5
Page 4 of 443
considered for further evaluation and award of work. If the documents were issued inadvertently /
downloaded from website, offers submitted by such bidders shall not be considered for opening /
evaluation / award of work.
21. We reserve the right to make any changes in the terms and conditions of purchase and/or to reject any or
all the bids.
22. Bidder to confirm that OEM shall supply spares, if any, directly to OIL and not to pass on the responsibility
to dealers/distributors/stockists or Indian associates.
23. Bidder(s) intend to Bid for this enquiry shall necessarily obtain the user ID & password for submitting their
Bid in e-portal of OIL. Bidder(s) shall send complete detail of their Company including their address
contact no., contact person and PAN No. etc, to e-mail Ids mentioned at Sr.No. 14 above.
24. Public procurement Policy on Procurement of goods and services from Micro and Small Enterprises (MSEs)
order 2012 is not applicable for this Enquiry.
25. Bidders are required to sign and submit the Integrity Pact along with the Bid.
26. Bidders are required to submit Power of Attorney/Letter of Authorization in favour of person
(s) signing the bid that such person (s) is/are authorized to sign the bid on behalf of the
bidder and any consequence resulting due to such signing shall be binding on the bidder.
27. The documents forming the Enquiry are to be taken as mutually explanatory of one another. In case of
any conflict between the documents, the order of precedence of the documents shall be as follows:
a) Request for Quotation (RFQ)
b) Price Schedule
c) Instruction to Bidders (ITB)
d) Special Conditions of Contract (SCC)
e) General Conditions of Contract (GCC)- Goods”
*Please specify OIL’s E-Tender No. “SHALL BE INFORMED LATER” & RFQ No. RJ/A415-000-PA-MR-
5120/1021 in all correspondence
(RAJEEV JAIN)
DGM (C & P)
Engineers India Limited
Enclosures:
i) Annexure-I (Uploaded in OIL’s e-tendering website and also being sent to the bidders
through courier) – Contains
Page 3 of 5
Page 5 of 443
iii) Annexure-III- Contains (Available in OIL’s e-tendering website)
Page 4 of 5
Page 6 of 443
Annexure-I (a)
LETTER OF AUTHORIZATION
No. Date:
To
DGM (C&P),
ENGINEERS INDIA LIMITED,
EI-ANNEXE, 2ND FLOOR,
1, BHIKAIJI CAMA PLACE,
R.K. PURAM, NEW DELHI - 110 066
Dear Sir,
We confirm that we shall be bound by all commitments made by aforementioned authorised representatives.
Yours faithfully,
Signature
NOTES:
A. This letter of authority should be on the letterhead of the bidder and should be signed by a person
competent and having the power of attorney to bind the bidder.
B. Not more than two persons are permitted to attend techno –commercial un-priced and price bid opening.
C. Bidder’s authorized executive is required to carry a copy of this authority letter while attending the un-
priced bid opening and price bid opening and submit the same to OIL/EIL.
Page 5 of 5
Page 7 of 443
PRICE SCHEDULE FORMAT- 1
(FOR INDIAN BIDDERS)
RFQ No. : RJ/A415-000-PA-MR-5120/1021
Item: PUMP -RECIPROCATING (PLUNGER/PISTON)
Name of Bidder: ____________________________
Notes:-
1. a) It is noted that order for a particular group shall be finalized on one supplier.
b) Bidder shall quote for all items of a particular group (i.e. Group-D1), failing which, the offer for the group shall be liable for rejection.
______________________________
BIDDERS STAMP & SIGNATURE
d) Unpriced copy of price-schedule complete in all respects, indicating the ‘Quoted/ Not Quoted’ against each tag furnished with unpriced bid.
2. a) The prices are based on the scope of supply/services as per MR and in accordance with basis of pricing (wherever specified). The supply
prices are quoted considering entire scope as per MR including those specified at Sl.No.01.00 of sheet 2 of 3 of MR.
In case of contradiction between the prices quoted in the Price Schedule Format-1 and the prices quoted elsewhere, the Price
Schedule Format enclosed with RFQ shall only prevail.
b) Quoted prices are inclusive of drawing, documentation, inspection & testing charges (as applicable) as per MR.
c) Quoted prices are inclusive of commissioning spares and special tools & tackles, as applicable, as per MR. It is noted that irrespective of
inclusion and/or exclusion of prices of mandatory spares (w.r.t. the main supply prices) mentioned anywhere in the MR, the
mandatory spares as 1 Lot for Rotating, Electrical, Instrumentation, Static Equipment, and piping, as applicable, are quoted only as
extra against S. no. 04.01 D1 & 04.02 D1 of Price Schedule Format-1 in line with doc# A415-000-16-45-SL-5120 Rev. 0 titled as “Mandatory
Spares Parts (Reciprocating Pump)”. Bidder shall furnish the detailed list for Mandatory Spares, Commissioning Spares and Special
Tools & Tackles as per MR containing Sl. No., Item Description, Qty., Unit Rate & Total Amount for information/adjustment purpose.
d) The details of taxes & duties excluded from the quoted prices are furnished as per Annexure-1A to price schedule format.
e) The quoted prices are exclusive of Entry Tax/ Octroi/ Consumption Tax, as applicable and shall be reimbursed by Owner to bidder at actuals
against submission of satisfactory documentary evidence.
f) Prices of 2 years O&M spares (including Mechanical, Electrical and Instrumentation) are quoted in separate Annexure(s) to Price Schedule
(TO BE FURNISHED BY BIDDER) as per MR. The details shall cover Sl. Nos. Item description, Qty., Unit Rate & percentage freight (for
supply) etc., as a minimum.
3 OIL/EIL reserves the right to conduct inspection of raw materials/components/finished goods in addition to the third party inspection by TPIA
(including that of the built in import content), for which there shall be no extra charges payable, as personal/incidental expenses, fee,
boarding/lodging of OIL/EIL Inspectors shall be borne by OIL/EIL.
4. The merit rate of Basic Customs Duty and Customs Tariff no. are for information only.
______________________________
BIDDERS STAMP & SIGNATURE
Amount in INR
Ceiling amount on
S.
Description which taxes / duties Rate Cenvatable Non Cenvatable
No.
shall apply (INR) Amount
Amount (INR)
(INR)
1.
Excise Duty including education cess
------------------------- -------% ------------------------
2. Central Sales Tax Against Form-C for Xxxxxxxxxxxxxxxxx
supplies to be made to Project sites at Bihar ------------------------- -------% (Not Applicable) -------------------------
3. Central Sales Tax Without Form-C for
Xxxxxxxxxxxxxxxxx
supplies to be made to Project sites at West
(Not Applicable)
Bengal ------------------------- -------% -------------------------
4. State VAT (Without any concession form)
West Bengal/ Bihar Xxxxxxxxxxxxxxxxx
(Bidder to tick the state for applicability of (Not Applicable)
VAT) ------------------------- -------% -------------------------
5. Cenvatable Service Tax applicable on Freight Xxxxxxxxxxxxxxxxxxxxx
charges ------------------------ -------% ------------------------- (Not Applicable)
6.
Cenvatable Service Tax applicable on Xxxxxxxxxxxxxxxxxxxxx
Supervision charges (Not Applicable)
------------------------- -------% -------------------------
NOTES:
a) It is noted that all Non-cenvatable and/ or Cenvatable taxes/ duties except for those furnished under Annexure-IA are included in the quoted price. The
ceiling amount (s) indicated shall be utilized to ascertain statutory variations, if any.
b) The place of receipt of material at Project site are in 2 (Two) different states i.e. West Bengal & Bihar. The details of requirement of items/Tags including its
quantities at two states are as per Price schedule/ MR Details. Any errors of interpretation of applicability of taxes / duties by the Bidder shall be to Bidder’s
account.
c) In case of discrepancy between rate of taxes & duties quoted anywhere in the Bid and rate of taxes & duties quoted in this format; rate of taxes & duties
quoted in this format shall prevail.
d) In case of a discrepancy between the ceiling amount and the tax amount resulting from multiplying the ceiling amount by the rate of tax, the ceiling amount
as quoted shall prevail and the tax amount shall be corrected.
______________________________
BIDDERS STAMP & SIGNATURE
009-PA-RP-
01.02 D1 PS-9 (DUMAR, BIHAR) 2 Nos.
106A/B
1. a) It is noted that order for a particular group shall be finalized on one supplier.
b) Bidder shall quote for all items of a particular group (i.e. Group-D1), failing which, the offer for the group shall be liable for rejection.
c) In case of discrepancy between Item-wise total amount versus Group-wise total amount, Item-wise total amount shall prevail.
______________________________
BIDDERS STAMP & SIGNATURE
2. a) The prices are based on the scope of supply/services as per MR and in accordance with basis of pricing (wherever specified). The supply
prices are quoted considering entire scope as per MR including those specified at Sl.No.01.00 of sheet 2 of 3 of MR.
In case of contradiction between the prices quoted in the Price Schedule Format-1 and the prices quoted elsewhere, the Price
Schedule Format enclosed with RFQ shall only prevail.
b) Quoted prices are inclusive of drawing, documentation, inspection & testing charges (as applicable) as per MR.
c) Quoted prices are inclusive of commissioning spares and special tools & tackles, as applicable, as per MR. It is noted that irrespective of
inclusion and/or exclusion of prices of mandatory spares (w.r.t. the main supply prices) mentioned anywhere in the MR, the
mandatory spares as 1 Lot for Rotating, Electrical, Instrumentation, Static Equipment, and piping, as applicable, are quoted only as
extra against S. no. 04.01 D1 & 04.02 D1 of Price Schedule Format-1 in line with doc# A415-000-16-45-SL-5120 Rev. 0 titled as “Mandatory
Spares Parts (Reciprocating Pump)”. Bidder shall furnish the detailed list for Mandatory Spares, Commissioning Spares and Special
Tools & Tackles as per MR containing Sl. No., Item Description, Qty., Unit Rate & Total Amount for information/adjustment purpose.
d) Prices of 2 years O&M spares (including Mechanical, Electrical and Instrumentation) are quoted in separate Annexure(s) to Price Schedule
(TO BE FURNISHED BY BIDDER) as per MR. The details shall cover Sl. Nos. Item description, Qty., Unit Rate & percentage freight (for
supply) etc., as a minimum.
3. OIL/EIL reserves the right to conduct inspection of raw materials/components/finished goods in addition to the third party inspection by TPIA
(including that of the built in import content), for which there shall be no extra charges payable, as personal/incidental expenses, fee,
boarding/lodging of OIL/EIL Inspectors shall be borne by OIL/EIL.
4. In case a Foreign bidder sources supplies from India, if allowed to do so as per Material Requisition the details of such supplies shall be
furnished in their bid along with details of Indian Company(s) from where the same has been sourced. The prices for the same shall be quoted
under Price Schedule Format-1, in addition to prices quoted under Price Schedule Format-2. In such a case Format-1 shall be marked with
heading “Additional supplies / Services”. The same shall be considered as part of their equipment price as per Terms & Conditions specified in the
Instructions to Bidders
______________________________
BIDDERS STAMP & SIGNATURE
CHARGES FOR SUPERVISION OF ERECTION & COMMISSIONING (APPLICABLE FOR BOTH: “INDIAN & FOREIGN BIDDERS”)
1. a) Per Diem rate for Supervision Of Erection & Commissioning are quoted considering the scope of services as per MR with basis of
pricing (wherever specified) including those specified at MR Sl. No. 08.00 of sheet 2 of 3 of MR read with S. No. 9.0 of Specification
No.A415-000-16-45-SP-5120 Rev. 0, i.e., Job Specification for Reciprocating Pumps. Vendor’s supervisory personnel shall observe/abide by
site working conditions prevailing at the existing site, safety codes, Indian laws and local laws.
______________________________
BIDDERS STAMP & SIGNATURE
c) A notice period of 15 days will be given for mobilization of supervisory personnel for supervision of erection & commissioning. Per
Diem charges shall be payable from the day bidder’s person reaches site upto the day he leaves the site. No payment will be
made for travel days/period.
d) Working hours prevailing at site, normally 8 hours/day - Monday through Saturday and holidays as applicable to Purchaser’s site
personnel shall apply. Service rendered on Holiday shall be payable at the quoted per diem rate and Overtime Charges shall be
payable on pro-rata basis.
2. a) The quoted per diem charges shall be inclusive of lodging, boarding, medical, all insurances including Bidder’s personnel and third
party insurance, income/corporate tax (as may be applicable) and all other incidental charges but excluding service tax and To and
Fro Air/Rail fare.
b) Bidder will be responsible for all liabilities towards corporate tax, personal income tax etc. (except Service Tax for their personnel
deputed for the supervision job). Tax(s) as per Government policy, shall be deducted at source by Purchaser while making payments
against each invoice
c) To & Fro air fare by economy class through most economical route preferably by Air India and by AC 2 Tier by Train/ by Air
(Economy Class) within India upto OIL site and Local Travel, as applicable, will be reimbursed at actual
d) The Cenvatable Service Tax furnished by Bidder separately, shall be reimbursed by OIL against Tax invoice (s).
3. Supervision charges for total man days as specified vide General Notes-2 on sheet 3 of 3 of MR read with S. No. 9.0 of Specification
No.A415-000-16-45-SP-5120 Rev. 0, i.e., Job Specification for Reciprocating Pumps will be considered for evaluation. However, the same
shall be payable extra for actual utilization of man days, duly certified by site-in-charge.
4. Per-diem rate/rates quoted by the bidder shall be valid for the period of ONE YEAR after the DATE OF ACTUAL DELIVERY/
COMPLETION.
______________________________
BIDDERS STAMP & SIGNATURE
INDEX
1. DEFINITIONS
2. SCOPE OF BID
3. ONE BID PER BIDDER
4. COST OF BIDDING
5. SITE VISIT
6. CONTENT OF BID DOCUMENT
7. CLARIFICATION ON BID DOCUMENTS
8. AMENDMENT OF BID DOCUMENTS
9. LANGUAGE OF BID
10. DOCUMENTS COMPRISING THE BID
11. BID PRICES
12. DELETED
13. BID CURRENCY
14. PERIOD OF VALIDITY OF BIDS
15. BID DOCUMENT FEE
16. BID SECURITY
17. PRE-BID MEETING
18. FORMAT AND SIGNING OF BID
19. ZERO DEVIATION
20. E-PAYMENTS
21. AGENTS/CONSULTANTS/REPRESENTATIVES/RETAINERS/ASSOCIATES
22. SEALING AND MARKING OF BIDS
23. DEADLINE FOR SUBMISSION OF BID
24. LATE BIDS / UNSOLICITED BIDS / BID SUBMISSION AT OTHER PLACE
25. MODIFICATION AND WITHDRAWAL OF BIDS
26. BID OPENING
27. PROCESS TO BE CONFIDENTIAL
28. CONTACTING THE OWNER/CONSULTANT
29. EXAMINATION OF BIDS AND DETERMINATION OF RESPONSIVENESS
30. PRICE BID OPENING
31. ARITHMETIC CORRECTIONS
32. CONVERSION TO SINGLE CURRENCY
33. EVALUATION AND COMPARISON OF BIDS
34. OTHER CRITICAL POINTS FOR EVALUATION OF OFFER
35. DEEMED EXPORT BENEFIT
36. AWARD OF WORK.
37. QUANTITY VARIATION
38. OWNER/CONSULTANTS RIGHT TO ACCEPT ANY BID AND TO REJECT ANY BID
39. NOTIFICATION OF AWARD
40. PERFORMANCE GUARANTEE
41. CORRUPT AND FRAUDULENT PRACTICES
42. WAIVER OR TRANSFER OF THE AGREEMENT
43. ORDER OF PRECEDENCE
44. REQUIREMENT OF EMPLOYMENT VISA FOR FOREIGN NATIONALS
45. REQUIREMENT OF PAN FOR FOREIGN SUPPLIERS
GENERAL
1. DEFINITIONS:
1.1. Owner shall mean OIL India Ltd having its registered office at its registered office at Oil
India Limited Duliajan - 786 602, Assam
1.2. The term Owner includes successors and assigns of OIL.
1.3. Bidder shall mean the individual or legal entity which has made a proposal, a tender or a bid
with the aim of concluding a contract with the Owner.
1.4. GOODS shall mean articles, materials, equipment, design and drawings, data and
their property to be supplied by Seller to complete the contract
1.5. Throughout this bidding document the term “Owner” and “Purchaser” are synonymous
2. SCOPE OF BID:
2.1. The Owner wishes to receive bids as described in the Bidding Documents.
2.2. SCOPE OF BID: The scope of Supply/Services shall be as defined in the Bidding document.
2.3. The successful bidder will be expected to complete the Scope of Bid within the period stated
in Request for Quotation (RFQ).
2.4. Throughout this bidding documents, the term “bid” and “tender” and their derivatives
(“bidder/tenderer”, “Bid/tendered/tender”, “bidding/tendering”, etc.) are synonymous, and
day means calendar day. Singular also means plural.
4. COST OF BIDDING
4.1. The bidder shall bear all costs associated with the preparation and submission of the bid, and
OWNER (OIL)/ CONSULTANT (EIL), will in no case be responsible or liable for this cost,
regardless of the conduct or outcome of the bidding process.
5. SITE VISIT
5.1. The bidder is advised to visit and examine the site or / locations of warehouse and its
surroundings and obtain for itself, at its own responsibility, all the information that may be
necessary for preparing the bid and entering into the Contract. The cost of visiting the site
shall be at the bidder’s own expense.
5.2. The bidder or any of its personnel or agents will be granted permission by the Owner to enter
upon its premises and land for the purpose of such visits, but only upon the express condition
that the bidder, its personnel, and agents will indemnify the Owner and its personnel and
agents from and against all liabilities 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.
BIDDING DOCUMENT
6. CONTENT OF BIDDING DOCUMENT
6.1. The Bidding Documents hosted on OIL and EIL Websites are as stated below and should be
read in conjunction with any addenda issued/hosted in accordance with clause 8 of ITB:
6.2. Bidding Document comprising both Technical and Commercial Section as per Index of Bidding
Document
6.3. The bidder is expected to examine RFQ, e-bidding guidelines on OIL website, all instructions,
form/formats, terms, specifications and drawings etc., enclosed in the Bidding Documents
shall be considered to be read, understood and accepted by the bidder. Failure to furnish all
information required by the Bidding Document or submission of a bid not substantially
responsive to the Bidding Document in every respect will be at bidder’s risk and may result in
the rejection of the Bid.
7. CLARIFICATION ON BIDDING DOCUMENT
7.1. A prospective bidder requiring any information or clarification of the Bidding Document, may
notify the Owner/Consultant in writing by e-mail/fax/post at Consultant’s mailing address
indicated in the Bidding Document (Engineers India Ltd., Engineers India Bhawan, 1 Bhikaiji
Cama Place, New Delhi – 110066, India. Fax No. 0091 11 26167664 / 26191714). All
question/ queries should be referred to Consultant at least 04 (four) days before scheduled
date of pre-bid meeting.
8. AMENDMENT OF BIDDING DOCUMENT
8.1. At any time prior to the deadline for submission of bids, the Owner/Consultant may, for any
reason, whether on its own requirement or in response to a clarification requested by
prospective bidders, modify the Bidding Documents by issuing addenda.
8.2. Any addendum thus issued shall be part of the Bidding Document. The addendum will be
hosted on the OIL websites, https://etender.srm.oilindia.in and EIL website
http://tenders.eil.co.in and Govt’s website http://eprocure.gov.in/cppp/relatedlinks All
the prospective bidders who have attended the pre-bid meeting or who have raised the
queries against the bidding document shall be informed by e-mail/Fax about the addendum
for their reference. Bidders have to take into consideration all the addendum(s) / corrigendum
(s) / clarifications issued/ web hosted, before submitting the bid.
8.3. The Owner/Consultant may, at its discretion, extend the date of submission of Bids in order to
allow the bidders a reasonable time to furnish their most competitive bid taking into account
the amendments issued.
PREPARATION OF BID
9. LANGUAGE OF BID
9.1. The Bid prepared by the bidder, all correspondence/drawings and documents relating to the
bid exchanged by the bidder with the Owner/Consultant shall be in English Language alone
provided that any printed literature furnished by the bidder may be written in another
language so long as accompanied by an English translation, in which case, for the purpose of
interpretation of the bid, the English translation shall govern.
9.2. In the event of submission of any document/ certificate by the Bidder in a language other
than English, the English translation of the same duly authenticated by Chamber of Commerce
of Bidder’s country shall be submitted by the Bidder.
10. DOCUMENTS COMPRISING THE BID
10.1. The e-bid prepared by the bidder shall comprise the following:
10.2. PART – I: Techno-Commercial Un-priced Bid
10.2.1. Techno-commercial/Un-priced Bid shall contain the following documents digitally signed by the
authorised person, which shall be uploaded in the Technical RFx Response-> User - >
Technical Bid only. The “TECHNO-COMMERCIAL UNPRICED BID” shall contain all techno-
commercial details except the prices.Please note that no price details should be uploaded in
Technical RFx Response
a. Covering letter.
b. Bidder’s General Details/information as per format F-1.
c. Power of Attorney/ Letter of Authorization in favour of person (s) signing the bid that such
person (s) is/are authorised to sign the bid on behalf of the bidder and any consequence
resulting due to such signing shall be binding on the bidder.
d. Bid Form as per format F-2.
e. Deleted
f. Price Schedule with prices blanked out mentioning “Quoted / Not Quoted” against each
item along with other details like rate of taxes and duties etc. considered.
g. Confirmation of no deviation as per Format F-4.
h. Deleted.
i. Deleted.
j. Deleted.
k. Certificate of Non-Involvement of Agent as per Format F-7, if there is no Agent /
Consultant / retainer / Associate is involved.
l. Proforma for details of Indian Agents as per Format F-8 if Agent/Consultant/Retainer/
Associate is involved.
m. Agreed Terms & Conditions (For Indian/Foreign Bidder as applicable) with its Annexure
duly filled in as per format F-14.
n. Declaration as per Format-F-9.
o. Deleted.
p. Check List duly filled in as per Format F-13.
q. Any other information/ details required as per Bidding Document.
10.2.2. Part – II: The “PRICE BID” must contain Schedule of Prices duly filled. Details of prices as per
Price Schedule Format shall be uploaded as Attachment under the attachment option under
“Notes & Attachments”.
11. BID PRICES
11.1. The bidder shall e-quote Bid Prices on the appropriate format for “Price Schedule” enclosed
as part of Bidding Document.
11.2. Price quoted by the bidder, shall remain firm, fixed, and valid until completion of the contract
performance and will not be subject to any variation, except statutory variation pursuant to
relevant provisions in clause 11.5.9 & 11.5.10 of ITB. Any new taxes & duties, if imposed by
Govt. of India after the last date of bid submission but before the contractual delivery date,
shall be reimbursed to the contractor on submission of documentary evidence for proof of
payment to Govt. authorities and after ascertaining it’s applicability with respect to the
contract.
11.3. The bidder shall e-quote the price for any item after careful analysis of cost involved
considering all parts of the Bidding Document. In case, any activity though specifically not
covered but is required as per scope of work, scope of supply, specifications, standards,
drawings, GCC, SCC or any other part of Bidding Document, the prices quoted shall deemed to
be inclusive of cost incurred for such activity.
11.4. Bidders shall consider the Customs Duty at Merit Rate in their Offer
a) The Owner will issue ‘C’ Form for Concessional rate of CST for supplies made to
project sites at Bihar & Assam, in case of direct supply orders by OIL/EIL,
However ‘C’ Form shall not be issued for Concessional rate of CST for
supplies made to project sites at West Bengal . The Owner will not issue any
Form for concessional rate of State VAT.
b) Bidders are required to provide CENVATABLE / VATABLE tax invoices as per prevailing
rules with respect to Excise Duty, State VAT and Service Tax for re-imbursement and
enabling Owner to avail the CENVAT benefit, whichever available.
c) In case of a foreign bidder sources supplies from India, bidder to note that the ‘C’ Form
shall not be issued to sub-supplier.
d) Wherever applicable OIL shall provide the road permit for entry of goods in the state of
recipt of material.
11.5.10. The statutory variations on Excise Duty including cess, CST with concessional form,
CST without concessional form & VAT without concessional form, which will be
payable on the finished goods and Cenvatable Service Tax, as applicable, within
the contractual delivery period shall be to Owner’s account against submission of
the documentary evidence. Any increase in the rate of these taxes and duties
beyond the contractual completion period shall be to bidder’s account. However,
any decrease in the rate of taxes & duties shall be passed on to the Owner.
11.6. Foreign Bidders shall indicate the following as per Price Schedule:
11.6.1. Foreign bidder shall submit their unit and Total prices on FOB – International Port of
Shipment, inclusive of Third Party Inspection, Testing. Sea freight (including stowage
charges, if applicable) for converting their FOB prices to CFR – Kolkata Port as detailed out in
the Price Schedule inclusive of Indian Agent’s Commission (if Applicable)
11.6.2. Owner reserves the right to place the order on FOB or CFR price basis. In case of award,
initially the Letter of Award (LOA)/ Fax of Acceptance (FOA) shall be placed on FOB basis and
OIL reserves the right to convert the same to CFR basis, 06 (Six) weeks prior to Delivery
period based on ocean freight charges quoted by Seller subject to following:
11.6.3. Seller shall submit the following details of cargo within the time specified above. In case
requisite documents/ information is not received within above stipulated duration, then
decision regarding CFR Conversion of this purchase order shall be taken within 45 days from
the date of receipt of all requisite data.
(i) Shipment’s Schedule (Shipment date, Port of Shipment etc. for all the shipments).
(ii) Performa Invoices for all the equipments.
(iii) Dimension details of packages (dividing the same to shipment lots).
(iv) Detailed technical write-up along with Catalogue.
11.6.4. In case actual cargo dispatched, exceeds the cargo details furnished, the extra freight
incurred by Owner will be to Seller’s account.
11.6.5. In case material is shipped in FCL (Full Container Load), seller shall arrange through their
freight forwarder/streamer agents to extend 15 days detention free time at destination port
i.e. Kolkata
11.6.6. Prices quoted shall be inclusive of all applicable taxes and duties, packing & forwarding,
stowing, if applicable, etc. applicable upto FOB – International Sea Port of shipment including
transit insurance upto FOB/FCA port of shipment. Marine Insurance shall be arranged by the
Owner.
11.6.7. Unit and total price for site work (if applicable). Such price to include all costs as well as duties
and taxes paid or payable including VAT on Works Contract but excluding Cenvatable Service
Tax. Terms & Conditions for Site Work shall be as per Terms and Conditions for site work
enclosed with the Special Conditions of Contract.
11.6.8. Training of owner’s / consultant’s person(s) at vendor’s works / project site, as per guidelines
given in the material requisition, if any, shall be included in the quoted prices, unless
requested otherwise in the price schedule
12. DELETED
13. BID CURRENCY:
13.1 Indian bidders may submit bid in Indian Rupees. However, Indian Bidders, in case of Global
competition, may submit bid in Indian Rupees or in US $ / Euro and receive payment in such
currency.
13.2 Foreign bidders may submit bid in the home currency of bidder’s country or INR / US$ /
EURO.
13.3 A bidder expecting to incur a portion of his expenditure in the performance of Contract in
more than one currency (limited to maximum two currencies) (without prejudice to the
provisions of Clause 13.2) and wishing to be paid accordingly shall indicate the same in the
bid. In such a case, the bid shall be expressed in different currencies with the respective
amounts in each currency together making up the total price. However, this provision shall be
applicable only in case of Global competition basis
13.4 Currency once quoted will not be allowed to be changed.
13.5 Indian bidders shall quote CIF content in the same currency as bid currency.
14. PERIOD OF VALIDITY OF BIDS
14.1 The bid shall remain valid for acceptance as requested in the RFQ doucment from the bid due
date. A bid valid for a shorter period shall be rejected being non-responsive.
14.2 In exceptional circumstances, prior to expiry of the original bid validity period, the Owner/
Consultant may request that the bidder extend the period of validity for a specified additional
period. The requests and the responses thereto shall be made in writing (by e-mail/fax/post).
15. BID DOCUMENT FEE
Deleted
16. BID SECURITY
Deleted
17. PRE-BID MEETING
17.1 The bidder (s) or his designated representative, who have downloaded the Bidding Document
and have confirmed their intention to bid are invited to attend a pre-bid meeting as per RFQ.
17.2 The purpose of meeting will be to clarify issues and to answer queries on any matter that may
be raised at that stage. Session will also be arranged for bidders to demonstrate the e-
Tendering system to facilitate bidders to submit the Bid Online.
17.3 The bidder is requested, as far as possible, to submit any queries by courier or by fax to reach
Owner/Consultant’s office not later than 4 days before the meeting. It may not be practicable
at the meeting to answer queries received late, but queries and responses/clarifications will be
transmitted in accordance with the following sub-clause.
17.4 The text of the queries raised and the responses given, together with any responses prepared
after the meeting will be transmitted without delay (without identifying the sources of the
questions) to all the prospective bidders who have attended the pre-bid meeting or who have
raised the queries against the bidding document. Any modifications of the bidding documents
listed in clause 7.1 of ITB that may become necessary as a result of the pre-bid meeting shall
be made by the Owner exclusively through the issue of an addendum pursuant to 8 of ITB
and not through the minutes of the pre-bid meeting
17.5 Non- attendance of the pre-bid meeting will not be a cause for disqualification of the bidder.
18. FORMAT AND SIGNING OF BID
18.1 The bidder shall submit e-bid as per RFQ on OIL’s e-tender website:
(https://etender.srm.oilindia.in) as per guidelines given therein.
18.2 The e-bid shall be signed by the person or persons duly authorised to sign on behalf of the
bidder. The name and position held by each person signing must be stated below the
signature. All pages of the bid except any catalogues / literatures shall be signed and sealed
by the person or persons signing the bid.
18.3 All the Bids must be Digitally Signed using “Class 3” digital certificate with Organisation’s name
(e-commerce application) as per Indian IT Act obtained from the licensed Certifying
Authorities operating under the Root Certifying Authority of India (RCAI), Controller of
Certifying Authorities (CCA) of India. The bid signed using other than “Class 3 with
Organisation’s Name” digital certificate will be liable for rejection.
18.4 Bidders must ensure that their bid is uploaded in the system before the tender closing date
and time. Also, they must ensure that documents, if any, which are to be submitted in a
sealed envelope are also submitted at the above mentioned address before the bid closing
date and time.
18.5 Bid must be submitted electronically only through OIL’s e-procurement portal. Bid submitted
in any other form will be rejected
18.6 The bid shall contain no alterations, omissions or additions, unless such corrections are
initialled by the person or persons signing the bid.
19. ZERO DEVIATION:
19.1 Bidder to note that this is a ZERO Deviation Bidding Document. Owner/Consultant will
appreciate submission of offer based on the terms and conditions in the enclosed RFQ, GCC,
SCC, ITB, Scope of Work, and Technical Specification etc. to avoid wastage of time and money
in seeking clarifications on technical/ commercial aspect of the offer. Bidders may note that no
technical and commercial clarifications will be sought for after the receipt of the bid.
19.2 Not withstanding to the above, bids with the following deviation(s) to the bid conditions shall
be liable for rejection without any post bid reference to the bidder:
19.2.1 Firm prices
19.2.2 Power of Attorney
19.2.3 Scope of work
19.2.4 Specifications
19.2.5 Payment Terms
19.2.6 Delivery / Completion Schedule
19.2.7 Period of validity of bid
19.2.8 Price Reduction Schedule (PRS)
19.2.9 Performance Bank Guarantee (PBG) / Security Deposit
19.2.10 Guarantee
19.2.11 Arbitration / Resolution of dispute
19.2.12 Force Majeure
19.2.13 Applicable laws
19.2.14 In case Bidder submits the Priced Bid with prices duly filled in, in unpriced offer
submitted in Technical Folder of e-Bid, the Bid of such Bidders shall be summarily
rejected.
19.2.15 Any other condition specifically mentioned in the tender documents elsewhere that non-
compliance of the clause lead to rejection of the bid.
20. E-PAYMENTS
20.1 OIL India Limited has initiated payments to suppliers and Contractors electronically; payments
to contractors and vendors can be made through NEFT / RTGS / Bankers Cheque or Demand
Draft. The bidder should give their account number and other details to facilitate payment
through E-banking.
21 AGENTS/CONSULTANTS/REPRESENTATIVES/RETAINERS/ASSOCIATES
21.1 OIL would prefer to deal directly with the manufacturers/ principals abroad without involving
any Indian Agent. But in case they decide to have their Agent/Consultant/
(i) Name, address and precise relationship between the foreign manufacturer/principal and
their Agent/Consultant/ Representative/Retainer/Associate in India.
(ii) The mutual interest which the manufacturer/principal and the Agent/ Consultant/
Representative/ Retainer/Associate in India have in the business of each other.
(iii) Any payment which the Agent/ Consultant/ Representative/ Retainer/ Associate receives
in India or abroad from the manufacturer/principal whether as a commission for the
contract or as a general fee. Bidder’s quoted price shall be treated as inclusive of such
concession/fee.
(iv) Permanent Income Tax number of Agent/ Consultant/ Representative/ Retainer/ Associate
in India.
Note: Tenders which do not comply with the above stipulations are liable to be rejected.
21.3 Overseas bidder should send e-bids directly. E-Bids sent through Agent/ Consultant
/Representative / Retainer /Associate will not be recognized. Agent/ Consultant/
Representative/Retainer/Associate of the overseas manufacturers/suppliers are, however,
permitted to download biding documents and attend bid opening provided such as Agent/
Consultant/ Representative/Retainer/Associate has a power of attorney/letter of authority
setting out very clearly his role, which will be limited to such areas of activity as downloading of
Bidding Documents, attending of bid opening and claiming of payment for their services,
provided further that such a power of attorney/letter of authority is submitted to OIL in
advanced for scrutiny and acceptance or otherwise.
SUBMISSION OF BIDS
22 SEALING AND MARKING OF BIDS
22.1 E-Bid shall be submitted in the following manner on line in e-tender site of OIL as follows:
Owner/Consultant in any manner in respect of bid evaluation or award will result in the rejection
of their bid.
28 CONTACTING THE OWNER/CONSULTANT
28.1 From the time of the bid opening to the time of the Contract award, if any bidder wishes to
contact the Owner for any matter relating to the bid it should do so in writing.
28.2 Any effort by a bidder to influence the Owner/Consultant in any manner in respect of bid
evaluation or award will result in the rejection of that bid.
29 EXAMINATION OF BIDS AND DETERMINATION OF RESPONSIVENESS
29.1 Techno-Commercial Bid Evaluation.
29.2 The Owner/Consultant will examine the bids to determine whether they are complete, whether
any computational errors have been made, whether required securities have been furnished,
whether the documents have been properly signed, and whether the bids are generally in order.
29.3 Prior to the detailed evaluation, the Owner/Consultant will determine whether each bid is of
acceptable quality, is generally complete and is responsive to the Bidding Documents. For the
purposes of this determination, a responsive bid is one that conforms to all the terms, conditions
and specifications of the Bidding Documents without deviations, objections, conditionality or
reservations.
29.4 No deviation, whatsoever, is permitted in the Bidding Documents and the price bids of those
bidders, whose technical and commercial bids contain any exception to the conditions and
stipulations of the Bidding Documents, shall not be opened and returned un-opened to such
bidder(s).
29.5 The Owner/Consultant’s determination of a bid’s responsiveness is to be based on the contents
of the bid itself without recourse to extrinsic evidence. If a bid is not responsive, it will be
rejected by the Owner/Consultant, and may not subsequently be made responsive by the bidder
by correction of the nonconformity.
29.6 The Owner/Consultant will carry out a detailed evaluation of the bids previously determined to
be responsive in order to determine whether the technical aspects are in accordance with the
requirements set forth in the Bidding Documents. In order to reach such a determination, the
Owner/Consultant will examine and compare the technical aspects of the bids on the basis of
the information supplied by the bidders, taking into account the following factors:
(a) Overall completeness and compliance with the Technical Specifications; quality, function
and operation of any process control concept included in the bid. The bid that does not
meet minimum acceptable standard of completeness/ specifications defined in the Bidding
Document, consistency and detail will be rejected as non-responsive.
(b) Any other relevant factor, if any that the Owner/Consultant deems necessary or prudent
to be taken into consideration.
29.7 Requisite forms contains all necessary information including those required for meeting
qualifying criteria stipulated in RFQ, etc.
29.8 If any bidder offers suo-moto discount after opening of un-priced bids but before opening of
price bids, such reduction / discounts shall not be considered for evaluation. However, if the
bidder happens to be the lowest evaluated bidder without considering such discount then the
benefit of discount will be availed at the time of award of work.
29.9 Price implications against CQs issued, seeking clarification/ compliance, shall not be considered
for evaluation and bids seeking such price implications shall be rejected for the corresponding
items. In the event, Bidder has missed out or has not quoted for the charges requested in the
price schedule or elsewhere in the Bidding document, which has bearing on the evaluated price
to be considered for evaluation, then it shall be construed that the charges for such item is
already included in the quoted price by the bidder and bidder shall not be permited to furnish
any implication on this account for ex. Freight, TPI etc.
33.2 Deleted
Bids shall be evaluated on the basis of landed cost at Site considering all testing and Third Party
inspection charges, wherever applicable, including all duties, taxes, transportation charges etc.
Cenvat credit for corresponding amount of Cenvatable Excise Duty including cess and Service Tax
including Cess shall be deducted for price evaluation.
Cost of mandatory spares identified in the Material Requisition, Commissioning Spares and special
tools & tackles will be included for evaluation of bids.
Supervision / Site work / Training shall be considered for evaluation, if specified in MR.
Entry Tax/ Octroi / Consumption Tax, as applicable, and borne by owner, will be cost loaded at
the applicable rate on case-to-case basis.
Bids shall be evaluated on the basis of CFR (Kolkata) prices including third party inspection and
testing charges wherever applicable and considering sea freight as firm freight quoted by the
bidders.
Cost of mandatory spares identified in the Material Requisition, Commissioning Spares and special
tools & tackles will be included for evaluation of bids.
Supervision / Site work / Training shall be considered for evaluation, if specified in MR.
Comparison of bids shall be carried out on equivalent Indian Rupees basis considering Bills Selling
rates of Foreign Exchange as available from State Bank of India one day prior to the priced
opening.
33.6 Where Indian as well as Foreign Bids are under comparison (GLOBAL)
Indian Bidders:
Bids shall be evaluated on the basis of FOT Despatch point price quoted by the bidder considering
Testing and Third Party inspection charges wherever applicable (as quoted by bidders), including
all duties, taxes etc. Cenvat credit for corresponding amount of Cenvatable Excise Duty including
cess and Service Tax including Cess shall be considered for price evaluation..
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.
Supervision /Site work / Training shall be considered for evaluation, if specified in MR.
Entry Tax/ Octroi / Consumption Tax, as applicable and borne by owner, will be cost loaded at the
applicable rate on case-to-case basis.
Foreign Bidders:
i) Evaluation shall be done as per clause 33.5 plus marine insurance @ 1% of FOB price.
ii) Landing Charges including Port handling and Customs Clearance charges, @ 1% of CIF
Value.
iii) As on the Bid due date, Prevailing Merit rate of Customs duty (CD + CVD + Ed. Cess +
SAD), as applicable, on (CIF Value + Landing charges). Cenvat credit for corresponding
amount of Cenvatable portion of CVD and SAD shall be deducted for price evaluation
iv) Entry Tax/ Octroi / Consumption Tax, as applicable, and borne by owner, will be cost
loaded at the applicable rate on case-to-case basis.
33.7.1 Comparison of bids shall be carried out in equivalent Indian Rupees basis considering
“Bill Selling” rate of Foreign exchange as available from “State Bank of India” one day
prior to Priced Bid opening.
33.7.2 Interest rates wherever required (like for calculation of Technical loading factor) shall
be taken as “SBI Bank Rate (CC rate) as on date of Priced Bid opening + 1%”.
33.7.3 In case of a Foreign bidder sources supplies / Services sourced within India, these shall
be added on case to case basis. Supply prices of Indian sourced components shall be
added on FOT site basis inclusive of Non-Cenvatable Taxes/Duties and Cess, Freight.
33.7.4 Cost of Two Year Operation and Maintenance spares shall not be considered for
evaluation.
36.2 A single order for various site locations (as per MR), covering the supplies as well site work,
shall be placed. Split ordering shall not be permitted.
37 QUANTITY VARIATION:
The Owner/Consultant reserve the right to delete the requirement of any one or more items of
MR without assigning any reason.
39 NOTIFICATION OF AWARD
39.1 Prior to the expiration of period of bid validity OIL will notify the successful bidder in writing by
fax/e-mail to be confirmed in writing, that his bid has been accepted. The notification of award /
Letter of Award will constitute the formation of the Contract.
39.2 The Delivery / Completion period shall commence from the date of notification of award / Letter
of Award (LOA) / Fax of Acceptance (FOA).
39.3 Award of Contract/Order will be by issuing Letter of Award (LOA)/ Fax of Acceptance (FOA) of
your bid. LOA/FOA will contain price, delivery and other salient terms of your bid and bidding
document.
39.4 Bidder will be required to confirm receipt of the same by returning “copy of the LOA/FOA duly
signed and stamped by the bidder as a token of acknowledgement to OIL’s and EIL. On receipt
LOA/FOA acknowledgement without any deviation/condition, detail Purchase Order/ Contract
will be issued in quadruplicate. Three copies of the same without any conditions/ deviations will
be returned duly signed and stamped by the bidder as a token of acknowledgement to OIL and
EIL.
40 PERFORMANCE GUARANTEE
40.1 Pursuant to clause no. 10 of Section-A of GCC , bidder will provide Performance Guarantee for
10% of the Contract Value (total price of contract including supplies and site work, wherever
applicable) within 15 days of receipt of LOA / FOA / Purchase order from the Owner. The
Performance Guarantee shall be in form of either irrevocable letter of credit, Demand Draft or
Banker’s Cheque or irrevocable Bank Guarantee (as per Format attached) and shall be in the
currency of Contract.
40.2 Failure of the successful bidder to comply with the requirement of this clause shall constitute a
breach of contract, cause for annulment of the award, forfeiture of the bid security and any
such remedy the Owner may take under the Contract.
41 CORRUPT AND FRAUDULENT PRACTICES
41.1 The Owner requires that Bidders/Contractors observe the highest standard of ethics during the
execution of Contract. In pursuance of this policy, the Owner defines, for the purposes of this
provision, the terms set forth below as follows:
i) “Corrupt Practice” means the offering, giving, receiving, or soliciting of anything of
value to influence the action of public official in contract execution; and
ii) “Fraudulent Practice” means a misrepresentation of facts in order to influence the
execution of a Contract to the detriment of the Owner, and includes collusive practise
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.
41.2 The Owner will reject a proposal for award if it determines that the bidder recommended for
award has engaged corrupt or fraudulent practices in competing for the Contract in question:
41.3 If it is found that a Bidder has furnished fraudulent document/information, the Bid
Security/Performance Security shall be forfeited and the party debarred for period of 3(three)
years from date of detection of such fraudulent act, besides the legal action. In case of major
and serious fraud, competent authority may enhance the period of debarment.
41.4 The bidder(s) are required to execute the “Integrity Pact” attached in the Bidding. In case a
bidder does not sign the Integrity Pact, his bid shall be liable for rejection.
A. 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
the bids and forfeiture of earnest money deposit/Performance Guarantee (CPBG)
B.In case, the information/ document furnished by the vendor/ contractor forming basis of
evaluation of his bid is found to be false / forged after the award of the contract, OIL
shall have full right to terminate the contract and get the remaining job executed at the
risk & cost of such vendor/ contractor without any prejudice to other rights available to
gail under the contract such as forfeiture of CPBG / security deposit, withholding of
payment etc.
C. In case, this issue of submission of false documents comes to the notice after execution
of work, OIL shall have full right to forfeit any amount due to the vendor/ contractor
along with forfeiture of CPBG / security deposit furnished by the vendor/ contractor.
D. Further, such bidder/ vendor / contractor shall be put on blacklist/ holiday list of OIL
debarring them from future business with OIL
42 WAIVER OR TRANSFER OF THE AGREEMENT
The successful bidder shall not waive the Agreement or transfer it to third parties, whether in
part or in whole, nor waive any interest that is included in the Agreement without the prior
written permission of the Owner.
43 ORDER OF PRECEDENCE
The Articles contained in this Section shall supplement to the Special Conditions of Contract
(SCC) and General Conditions of Contract-Goods (GCC). Where any portion of SCC and GCC is
repugnant or at variance with any provisions of Instructions to Bidders. Instructions to Bidders
shall be deemed to over-ride the provision(s) of Special Conditions of Contract and General
Conditions of Contract-Goods (GCC) only to the extent that such repugnancies of variations in
Instructions to Bidders are not possible of being reconciled with the provisions of Special
Conditions of Contract and General Conditions of Contract.
44 REQUIREMENT OF EMPLOYMENT VISA FOR FOREIGN NATIONALS
I. All Foreign nationals coming to India for execution of Projects/ Contracts will have to apply for
Employment Visa only and that grant of Employment Visa would be subject to strict adherence
of following norms:
a. Employment Visa is granted only for the skilled and qualified professionals or to a person who
is being engaged or appointed by a Company, Organisation, Industry or Undertaking etc. in
India on contract or employment basis at a senior level, skilled position such as technical
expert, senior executive or in managerial position etc.
b. Request for Employment Visa for jobs for which large number of qualified Indians are
available, is not considered.
c. Under no circumstances an Employment Visa is granted for routine, ordinary secretarial/
clerical jobs.
II. Suppliers are advised in their own interest to check latest Visa rules from Indian Embassy/
High Commission in their country in case Foreign nationals are required to be deputed to India
during execution of the Contract.
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 contractor.
F-1
BIDDER’S GENERAL INFORMATION
To
DGM (C&P),
ENGINEERS INDIA LIMITED,
EI-ANNEXE, 2ND FLOOR,
1, BHIKAIJI CAMA PLACE,
R.K. PURAM, NEW DELHI - 110 066
________________________________________
25.1 In case of registered under NSIC, indicate following: Copy of NSIC Certificate enclosed
F-2
BID FORM
To
M/s OIL India Ltd.
Dear Sir,
After examining/reviewing the Bidding Documents for complete scope of work as specified in the MR,
including technical specifications, drawings, General and Special Conditions of Contract and Price schedule
etc. the receipt of which is hereby duly acknowledged, we, the undersigned, are pleased to e-bid to
execute the whole of the Job for the item in conformity with, the said Bidding Documents, including
addendums/corrigendum/amendment to the bidding document, if any.
We confirm that this bid is valid for a period of 150 days from the date of opening of Techno-Commercial
Bid, and it shall remain binding upon us and may be accepted by any time before the expiration of that
period.
If our bid is accepted, we will provide the performance guarantee equal to 10% (ten per cent) of the
Contract Price, for the due performance with in fifteen days of such award.
Until a final Contract is prepared and executed, the bid together with your written acceptance thereof in
your notification of award shall constitute a binding Contract between us.
We understand that Bidding Document is not exhaustive and any action and activity not mentioned in
Bidding Documents but may be inferred to be included to meet the intend of the Bidding Documents shall
be deemed to be mentioned in Bidding Documents unless otherwise specifically excluded and we confirm
to perform for fulfilment of Agreement and completeness of the Work in all respects within the time frame
and agreed price.
We understand that you are not bound to accept the lowest priced or any bid that you may receive.
(SIGNATURE OF WITNESS)
WITNESS NAME:
ADDRESS:
F-3
LIST OF ENCLOSURES
Error! Bookmark not defined.
DELETED
DELETED
F-4
NO DEVIATION CONFIRMATION
OIL India Ltd.
Dear Sir,
We understand that any deviation/exception in any form may result in rejection of bid. We, therefore,
certify that we have not taken any exceptions/deviations anywhere in the bid and we agree that if any
deviation/exception is mentioned or noticed, our bid may be rejected.
F-5
DELETED
F-6
DETAILS OF SIMILAR WORK DONE
DELETED
F-7
CERTIFICATE OF NON-INVOLVEMENT OF AGENT
Dear Sir,
This is to certify that we have not engaged involve any Agent /Consultant/Retainer/Associate who is not an
employee of _____________________ (name of your company) for payment of any remuneration thereof in
India or abroad. Therefore, no Agent’s / Representative’s / consultant’s commission is payable in India or
abroad against this Contract.
Notes:
F-8
PROFORMA FOR DETAILS OF INDIAN AGENT
Dear Sir,
Following are the details of Indian agent/ consultant/representative
S. No. Description
Bidder’s response
F-9
DECLARATION
We confirm that we are not under any liquidation, court receivership or similar proceedings.
We also confirm that we have not been put on Holiday / Black listed by OIL or Project management consultant
(PMC) of OIL or Black listed by any Government department / Public sector on due date of submission of bid.
We also confirm that the content of the Bidding Document including Corrigendum/Addendum (if any) have not
been altered or modified.
We further confirm that in case we are the successful bidder, we shall supply spares directly and shall not pass
on the responsibility to Dealers / Distributors / Stockists or Indian Associates for the present and future
requirement, if any, of the Purchaser.
No. Date:
Oil India Ltd.
Dear Sir,
Yours faithfully,
Signature
NOTES:
A. This letter of authority should be on the letterhead of the bidder and should be signed by a person
competent and having the power of attorney to bind the bidder.
B. Not more than two persons are permitted to attend techno –commercial un-priced and price bid
opening.
C. Bidder’s authorized executive is required to carry a copy of this authority letter while attending the un-
priced bid opening and price bid opening and submit the same to OIL/EIL
F-11
PROFORMA FOR BANK GUARANTEE FOR EARNEST MONEY DEPOSIT/ BID SECURITY
DELETED
F-12
PROFORMA OF BANK GUARANTEE FOR CONTRACT PERFORMANCE GUARANTEE
(ON NON-JUDICIAL PAPER OF APPROPRIATE VALUE)
F-13
CHECK LIST
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 Bidding Document has been
submitted 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:
1.0 Signing and stamping each sheet of offer, original e-Bidding Document
including drawings, addendum (if any)
2.0 Confirm that the following details have been submitted in the Un-
priced part of e-bid
3.0 Confirm that all forms duly filled in are enclosed with the bid duly
signed by authorised person(s)
4.0 Confirm that the price part of e-bid as per Price Schedule format
enclosed with Bidding Document has been duly filled in for each
item, signed and stamped on each page separately.
5.0 Confirm that proper page nos. have been given in sequential way
in all the documents submitted along with your offer with Index.
8.0 Details of Built-in CIF value, details of Import duty included in the
prices are furnished under the format attached for the same.
FORMAT F-14
2. DULY SIGNED & STAMPED COPIES OF THIS “QUESTIONNAIRE”, WITH ALL THE CLAUSES DULY
CONFIRMED/ PRECISELY REPLIED TO BY THE VENDOR, SHALL BE ENCLOSED.
3. ALL COMMERCIAL TERMS ARE GIVEN/CONFIRMED IN THE QUESTIONNAIRE ITSELF AND NOT
ELSEWHERE IN THE QUOTATION. IN CASE OF CONTRADICTION, THE SAME GIVEN HEREIN SHALL
PREVAIL, CONFIRM.
4. FAILURE ON THE PART OF VENDOR IN NOT RETURNING THIS DULY FILLED-UP QUESTIONNAIRE
AND/OR SUBMITTING INCOMPLETE REPLIES MAY LEAD TO REJECTION OF VENDOR'S QUOTATION”.
5. ZERO DEVIATION : YOUR OFFER SHALL BE IN TOTAL COMPLIANCE WITH BIDDING DOCUMENT
CONTAINING COMMERCIAL AND TECHNICAL SPECIFICATIONS INCLUDING GENERAL / TECHNICAL
NOTES AND SCOPE OF WORK INCLUDING DOCUMENTATION AS PER MATERIAL REQUISITION (MR)
AND SUBSEQUENT TECHNICAL/COMMERCIAL AMENDMENT AND TECHNICAL/COMMERCIAL
CORRIGENDUM, IF ANY, WITHOUT ANY DEVIATION OTHERWISE OFFER SHALLBE LIABLE FOR
REJECTION.
1.2
a) Indicate firm freight charges for transportation by Road Quoted in Pice schedule
upto Project site excluding Cenvatable Service Tax & Ed.
Cess.
c) Confirm that the cenvatable Service tax payable extra on Quoted in Price schedule
freight is quoted.
Confirmed
d) Bidder shall be paid service tax only against cenvatable
invoices issued in accordance with the service tax rules.
1.3 Transit risk insurance shall be covered by the Owner
against their MCE (Marine cum Erection) Policy and the Confirmed
same has not been included in the quoted prices.
b) Present rate of Excise Duty + Education Cess payable extra Quoted in Price schedule
against documentary evidence on finished products
(including spares).
c) Maximum rate applicable (If present rate is nil or Quoted in Price schedule
concessional)
d) Clarify whether Excise Duty will be applicable on freight Not Applicable / Applicable
charges also. (Please tick, whichever is applicable,
otherwise, it shall be considered as
Not Applicable)
2.1 Please indicate following break-up
a) Cenvatable Excise Duty 100%
d) Clarify whether CST / State VAT will be applicable on Not Applicable / Applicable
freight charges also. (Please tick, whichever is applicable,
otherwise, it shall be considered as
Not Applicable)
4. In case Excise Duty / CST / State VAT are not stated as Confirmed
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 Bidder.
Confirm compliance.
6. Site Work:
If Material Requisition/ enquiry documents call for Site
Work, please confirm the following:
7. Entry Tax:
Octroi / Entry tax/ Consumption tax, if applicable, shall be Confirmed
borne by OIL.
ii) Special Tools & Tackles as specified in the MR. Confirmed (if applicable as per MR)
iii) Commissioning spares wherever required. Confirmed (if applicable as per MR)
b) Recommended spare parts for two years operation & Confirmed (if applicable as per MR)
maintenance are quoted separately. Also quote freight
charges upto site for the spares.
21. VALIDITY:
a) Confirm that the offer as per RFQ. Confirmed
VENDOR’S NAME :
Real Time Gross Settlement (RTGS)/National Electronic funds transfer (NEFT) Mandate Form
(To be issued on vendors letter head)
1. Vendor/customer Name :
2. Vendor/customer Code
3. Vendor/customer address:
4. Vendor/customer e-mail id
5. Particulars of bank account
a. Name of Bank
b. Name of branch
c. Branch code:
d. Address:
e. Telephone number
f. Type of account(current/saving etc)
g. Account Number
h. RTGS IFSC code of the bank branch
i. NEFT IFSC code of the bank branch
j. 9 digit MICR code
I/we hereby authorize OIL India Limited to release any amount due to me/us in the bank account as mentioned
above. I/We hereby declare that the particulars given above are correct and complete. If the transaction is
delayed or lost because of incomplete or incorrect information, we would not hold the OIL India Limited
responsible.
------------------------
(Signature of vendor/customer)
BANK CERTIFICATE
Bank stamp
DESCRIPTION
MR S. DETAILS OF BUILT-IN QTY. CIF VALUE OF IMPORT CONTENT RATE OF CUSTOMS DUTY INCLUDED IN QUOTED PRICES
ITEM No. IMPORTED RAW MATERIALS (No.) INCLUDED IN QUOTED SUPPLY
NO. AND COMPONENTS PRICES (Rs.)
UNIT CIF TOTAL CIF VALUE CUSTOMS BASIC CVD+ ADDITIONA TOTAL
VALUE TARIFF NO. CUSTOMS ED. CESS L CVD DUTY
DUTY (%) (%) (%) (%)
1 i)
ii)
---
2 i)
ii)
---
-- --
____________________ ____________________
(NAME OF BIDDER) (SIGNATURE OF BIDDER)
2. DULY SIGNED & STAMPED COPIES OF THIS “QUESTIONNAIRE”, WITH ALL THE CLAUSES DULY
CONFIRMED/ PRECISELY REPLIED TO BY THE VENDOR, SHALL BE ENCLOSED.
3. ALL COMMERCIAL TERMS ARE GIVEN/CONFIRMED IN THE QUESTIONNAIRE ITSELF AND NOT
ELSEWHERE IN THE QUOTATION. IN CASE OF CONTRADICTION, THE SAME GIVEN HEREIN SHALL
PREVAIL, CONFIRM.
4. FAILURE ON THE PART OF VENDOR IN NOT RETURNING THIS DULY FILLED-UP QUESTIONNAIRE
AND/OR SUBMITTING INCOMPLETE REPLIES MAY LEAD TO REJECTION OF VENDOR'S QUOTATION”.
1. ZERO DEVIATION : YOUR OFFER SHALL BE IN TOTAL COMPLIANCE WITH BIDDING DOCUMENT
CONTAINING COMMERCIAL AND TECHNICAL SPECIFICATIONS INCLUDING GENERAL / TECHNICAL
NOTES AND SCOPE OF WORK INCLUDING DOCUMENTATION AS PER MATERIAL REQUISITION (MR)
AND SUBSEQUENT TECHNICAL/COMMERCIAL AMENDMENT AND CORRIGENDUM, IF ANY, WITHOUT
ANY DEVIATION OTHERWISE OFFER SHALLBE LIABLE FOR REJECTION.
c) Confirm that firm Ocean Freight for converting FOB prices to CFR Quoted in Price Schedule
prices upto port of entry in India (Kolkata) have been quoted.
3. Transit Insurance:
Prices quoted must exclude transit insurance charges from FOB Confirmed
International Port of Exit as the same shall be arranged by the
Purchaser. However, all transit insurance charges for inland transit
upto FOB International Port of Exit must be included by you in your
prices.
4. Taxes & Duties:
a) All taxes, duties and levies of any kind payable upto FOB Confirmed
International Port of Exit shall be borne by you.
5. VALIDITY:
a) Confirm that the offer as per RFQ. Confirmed
c) Owner reserves the right to place the order on FOB or CFR price Confirmed
basis. In case of award, initially the Letter of Award (LOA) / Fax of
Acceptance (FOA) shall be placed on FOB basis and OIL reserves the
right to convert the same to CFR basis , 06 (Six) weeks prior to
Delivery period based on ocean freight charges quoted by Seller
subject to following:
Seller shall submit the following details of cargo within the time
specified above. In case requisite documents/ information is not
received within above stipulated duration, then decision regarding
CFR Conversion of this purchase order shall be taken within 45 days
from the date of receipt of all requisite data.
7. Inspection Charges:
a) Third Party Inspection agency for Foreign bidders shall be Confirmed
BV/DNV/LRS/IRS/RITES/CEIL. Confirm that you have included third
party inspection charges in your quoted prices (including inspector’s
fee) for IBR & non IBR items. No extra charges shall be payable by
purchaser for the same.
8. Country of Origin:
Country of origin from where the goods have been offered. Refer Annexure-1
9. Currency of Quote:
Furnish the currency of quote. Change in currency once quoted will Refer Annexure-1
not be allowed.
(a) Confirm item wise unit price (FOB) of following spare parts as Confirmed
required in Material Requisition (MR) have been quoted indicating
itemised quantity.
i) Mandatory spares as specified in MR are included in the price Confirmed (if applicable as per
schedule. MR)
ii) Special Tools & Tackles as specified in the MR are included in the Confirmed (if applicable as per
quoted prices. MR)
ITB – GLOBAL (LIMITED-POA) (A415-OIL NBPS PROJECT) Page 48 of 58
Page 62 of 443
SL. DESCRIPTION VENDOR’S CONFIRMATION
NO. WITH DETAILS
iii) Confirm commissioning spares wherever required have been Confirmed (if applicable as per
included in the quoted price and list of commissioning spares is also MR)
furnished.
iv) Recommended spare parts for two years operation & Confirmed (if applicable as per
maintenance are quoted separately. Also quote Sea freight price MR)
for the spares.
12. Confirm customer references list for the item/model quoted by you, Confirmed (if required as per
is given in offer. MR)
13. Indicate shipping weight (net and gross) and volume of the Refer Annexure-II
consignment.
14. Performance Bank Guarantee:
a) Confirm goods to be supplied by you shall be guaranteed for Confirmed
performance as per the GCC & Instructions to Bidders (ITB) and
valid till full guarantee period plus 90 (ninety) days.
b) The quantity against a particular item shall not be split (Except as Noted
applicable under purchase preference policy to MSE Bidders).
c) In case of part order confirm all lumpsum charges quoted extra if Confirmed
any viz. Documentation, testing, third party, packing, crating,
handling, FOB, IBR, CFR prices etc., can be considered on prorate
value basis.
b) Letter of Credit shall be opened through a Govt. of India Confirmed L/C not required
Nationalised/ Scheduled Bank and hence need not be confirmed.
OR
c) However, if you still insist for confirmed L/C, confirmation charges Not Applicable
shall be borne by you, confirm.
21. All Bank charges and stamp duties payable outside India in Confirmed
connection with payments to be made under this Purchase Order, if
placed, shall be borne by you. All bank charges and stamp duties
payable in India shall be borne by the Purchaser.
22. Please indicate name and address of your Bankers for L/C opening, Refer Annexure-1
telephone/E-mail address.
vii) Terms & conditions for Supervision of Erection, Testing & Confirmed
Commissioning (if applicable).
viii) Terms & conditions for Installation/Site Work, (if applicable). Confirmed
b) Indicate the name of the Indian Agent, with his full address and
percentage of commission included in your offer. Not Applicable
b. Statement that all specification and terms & conditions are as per Confirmed
unpriced copy of offer.
28. Any claim arising out of order shall be sent to Owner in writing with Confirmed
a copy to EIL within 3 months from the date of last despatch. In case
the claim is received after 3 months, the same shall not be
entertained by consultant / Owner.
29. Furnish Balance Sheet & Turnover figures of last three years along Attached
with your unpriced offer:
TURNOVER
Last Year : Refer Annexure-1
2 years before :
3 years before :
30. Printed terms and conditions, if any, appearing in quotation, shall not Confirmed
be applicable in the event of order. In case of contradiction between
the confirmations given above and terms & conditions mentioned
elsewhere in the offer, the confirmation given/confirmed herein
above shall prevail.
31. Confirm your offer is strictly as per MR requirement without any Confirmed
technical deviations.
VENDOR’S NAME :
SIGNATURE & SEAL:
ANNEXURE-1
4. 8 Country of Origin
Last Year :
2 Years before
3 Years before
Note: Evaluation and ordering of Bid is item wise as per Price Schedule. Please furnish following details for
each item of Material Requisition
1.1 Weight of each item in Metric Ton (the items are Srl
Nos of Price schedule format attached with quantity
indicated against them)
Foreign bidder may source components / sub-supplies and services from India, if allowed as per Material
Requisition. Such sub-supplies / services shall be subject to following Commercial Terms & Conditions:
1. PRICING:
1.1 Unit and total price on FOT Despatch Point basis including packing and forwarding charges.
1.2 Details of Taxes and duties (rates) payable extra on the finished goods, applicable on Indian sub-
suppliers. Purchaser shall not issue ‘C’ form for Concessional rate of Central sales tax or concessional
form for State VAT.
1.3 Separate and clear break-up of charges for inland transportation excluding Octroi / Entry Tax. Octroi and
Entry Tax, if applicable, shall be reimbursed at actuals by OIL on submission of documentary evidence.
1.4 Materials if ordered against this Bidding Document are required to be dispatched on door delivery basis
through a reliable bank approved Road Transport Company unless the transport company is named by
the Owner.
1.5 Transit insurance of Indian sub supplies shall be borne and arranged by the Purchaser.
2. CURRENCY OF QUOTE:
The quoted price of sub-supplies / services shall be in any currency out of currency of bidder’s country /
INR / USD / EURO.
3. AWARD OF ORDER:
Foreign Principal shall be the single point responsible Vendor and separate order on Foreign supplier and
Indian sub-supplier / sub-contractor is not acceptable. Single Purchase order shall be issued on the
Foreign principal clearly indicating the sub-supplier’s / sub-contractor’s name, material and
corresponding price in corresponding currency.
4. DELIVERY:
The delivery period for sub-supplies shall be on FOT site basis within specified delivery period for Foreign
bidder as per Terms of Bidding document.
5. Liquidated Damages:
Liquidated Damages shall be applicable in totality on Indian sourced component / Service + Foreign
scope for delay in supply of goods/services either by Indian counterpart or Foreign principals.
6. PAYMENT TERMS:
6.1 Indian sub-supplies:
95% through E-Payment with taxes and duties will be paid against receipt of Indian sourced
goods/material at project site.
5% against receipt of Indian supplies at site as well as delivery of main equipments by Foreign
principal as per Terms of bidding document.
6.1.1 Payment of Indian sub supplies/Services shall be released directly to Indian counterpart against
Invoices raised by Indian counterpart duly certified by Foreign principal.
6.2 Foreign principals: Payment terms of foreign bidder shall be modified and 5% payment out of payment
against shipping documents through L/c shall be released after receipt of Indian supplies at site as well
as delivery of main equipments by Foreign principal as per Terms of bidding document through wire
transfer.
….
NOTE:
1. The bidders are requested to send queries/clarifications, if any, as per this Format by courier or by fax or
by e-mail to reach EIL/OIL within the date of pre-bid queries specified in RFQ, any queries received after
the specified date will not be considered. The clarifications shall be provided during the pre-bid meeting.
2. Bidders or their authorized representatives are requested to attend the Pre-Bid Meeting so that their
queries, if any, related to the Bidding document and Scope of Work can be addressed during the meeting.
3. Non attendance of the pre-bid meeting shall not be a cause of disqualification of the bidder
The Pre-Bid Queries may be sent on fax numbers 0091-11- 26191714 /26167664 and also by e-mail to
[email protected]/[email protected]
TRC obtained by the Non-resident from Government of foreign country shall contain the following particulars:
"FORM NO. 10F" [See sub-rule (1) of rule 21AB] Information to be provided under sub-
section (5) of section 90 or sub-section (5) of section 90A of the Income-tax Act, 1961
1 .................................*son/daughter of Shri ...................................... in the capacity of
. . . . (designation) do provide the following information, relevant to the previous year
. . . . *in my case/in the case of ........................................ for the purposes of sub-section (5) of * section
90/section 90A:—
2. I have obtained a certificate to in sub-section (4) of section 90 of sub-section (4) of section 90A from the
Government of...................................... (name of country or specified territory outside India)
Signature: ....................................
Name: ...................................
Address: ......................................
Permanent Account Number: ..........................................
Verification
I .................................. do hereby declare that to the best of my knowledge and belief what is stated above
is correct complete and is truly stated.
Verified today the........................................ .......day of
INTEGRITY PACT
Between
And
Preamble :
The Principal intends to award, under laid down organizational procedures, contract/s for
Tender No. ______. The Principal values full compliance with all relevant laws and
regulations, and the principles of economic use of resources, and of fairness and
transparency in its relations with its Bidder/s and Contractor/s.
In order to achieve these goals, the Principal cooperates with the renowned international
Non-Governmental Organisation "Transparency International" (TI). Following TI's
national and international experience, the Principal will appoint an external independent
Monitor who will monitor the tender process and the execution of the contract for
compliance with the principles mentioned above.
(1) The Principal commits itself to take all measures necessary to prevent
corruption and to observe the following principles:-
2. The Principal will, during the tender process treat all Bidders with equity and
reason. The Principal will in particular, before and during the tender process,
provide to all Bidders the same information and will not provide to any Bidder
confidential/additional information through which the Bidder could obtain an
advantage in relation to the tender process or the contract execution.
3. The Principal will exclude from the process all known prejudiced persons.
(2) If the Principal obtains information on the conduct of any of its employees which is
a criminal offence under the relevant Anti-Corruption Laws of India, or if there be
a Page 2 of 6 substantive suspicion in this regard, the Principal will inform its
Vigilance Office and in addition can initiate disciplinary actions.
(1) The Bidder/Contractor commits itself to take all measures necessary to prevent
corruption. He commits himself to observe the following principles during his
participation in the tender process and during the contract execution.
1. The Bidder/Contractor will not, directly or through any other person or firm,
offer, promise or give to any of the Principal's employees involved in the
tender process or the execution of the contract or to any third person any
material or immaterial benefit which he/she is not legally entitled to, in order
to obtain in exchange any advantage of any kind whatsoever during the
tender process or during the execution of the contract.
2. The Bidder/Contractor will not enter with other Bidders into any undisclosed
agreement or understanding, whether formal or informal. This applies in
particular to prices, specifications, certifications, Subsidiary contracts,
submission or non-submission of bids or any other actions to restrict
competitiveness or to introduce cartelisation in the bidding process.
3. The Bidder/Contractor will not commit any offence under the relevant
Anticorruption Laws of India; further the Bidder/Contractor will not use
improperly, for purposes of competition or personal gain, or pass on to
others, any information or document provided by the Principal as part of the
business relationship, regarding plans, technical proposals and business
details, including information contained or transmitted electronically.
4. The Bidder/Contractor will, when presenting his bid, disclose any and all
payments he has made, is committed to or intends to make to agents,
brokers or any other intermediaries in connection with the award of the
contract.
(2) The Bidder/Contractor will not instigate third persons to commit offences
outlined above or be an accessory to such offences.
If the Bidder, before contract award has committed a transgression through a violation
of Section 2 or in any other form such as to put his reliability or risibility as Bidder into
question, the Principal is entitled to disqualify the Bidder from the tender process or to
terminate the contract, if already signed, for such reason.
2. The Bidder accepts and undertakes to respect and uphold the Principal's
Absolute right to resort to and impose such exclusion and further accepts and
undertakes not to challenge or question such exclusion on any ground, including
1. If the Principal has disqualified the Bidder from the tender process prior to the
award according to Section 3, the Principal is entitled to demand and recover
from the Bidder liquidated damages equivalent to 3 % of the value of the offer or
the amount equivalent to Earnest Money Deposit/Bid Security, whichever is
higher.
3. The bidder agrees and undertakes to pay the said amounts without protest or
demur subject only to condition that if the Bidder/Contractor can prove and
establish that the exclusion of the Bidder from the tender process or the
termination of the contract after the contract award has caused no damage or
less damage than the amount or the liquidated damages, the Bidder/Contractor
shall compensate the Principal only to the extent of the damage in the amount
proved.
1. The Bidder declares that no previous transgression occurred in the last 3 years
with any other Company in any country conforming to the TI approach or with
any other Public Sector Enterprise in India that could justify his exclusion from
the tender process.
2. The Principal will enter into agreements with identical conditions as this one
with all Bidders, Contractors and Subcontractors.
3. The Principal will disqualify from the tender process all bidders who do not sign
this Pact or violate its provisions.
1. The Principal appoints competent and credible external independent Monitor for
this Pact. The task of the Monitor is to review independently and objectively,
whether and to what extent the parties comply with the obligations under this
agreement.
3. The Contractor accepts that the Monitor has the right to access without restriction
to all Project documentation of the Principal including that provided by the
Contractor. The Contractor will also grant the Monitor, upon his request and
demonstration of a valid interest, unrestricted and unconditional access to his
project documentation. The same is applicable to Subcontractors. The Monitor is
under contractual obligation to treat the information and documents of the
Bidder/Contractor/Subcontractor with confidentiality.
4. The Principal will provide to the Monitor sufficient information about all meetings
among the parties related to the Project provided such meetings could have an
impact on the contractual relations between the Principal and the Contractor. The
parties offer to the Monitor the option to participate in such meetings.
6. The Monitor will submit a written report to the Chairperson of the Board of the
Principal within 8 to 10 weeks from the date of reference or intimation to him by
the 'Principal' and, should the occasion arise, submit proposals for correcting
problematic situations.
This Pact begins when both parties have legally signed it. It expires for the Contractor 12
months after the last payment under the respective contract, and for all other Bidders 6
months after the contract has been awarded.
If any claim is made/ lodged during this time, the same shall be binding and continue to
be valid despite the lapse of this pact as specified above, unless it is
discharged/determined by Chairperson of the Principal.
4. Should one or several provisions of this agreement turn out to be invalid, the
remainder of this agreement remains valid. In this case, the parties will strive to
come to an agreement to their original intensions.
--------------------------- ----------------------------------
For the Principal For the Bidder/Contractor
Page 1 of 11
Page 78 of 443
1. DEFINITIONS
1.1. In addition to meaning ascribed to certain capitalized terms in “GENERAL TERMS & CONDITIONS”,
following initial capitalized terms shall have the meaning as ascribed to such term hereunder. In case
any term defined hereunder is also defined in “GENERAL TERMS & CONDITIONS”, the meaning
ascribed to such term hereunder shall prevail:
1.1.1. Definitions
Bidding / RFQ Documents shall mean documents issued to the bidder for submission of their bid.
Effective Date shall mean the date on which Contractor / Supplier’s obligations will commence and
that will be date of Fax of Acceptance (FOA / PURCHASE ORDER).
Warehouse / Dump yard / Dump site shall mean a place hired/owned by Owner for the purpose of
storing the material at Project site.
1.2. Interpretations
1.2.1. Where any portion of the “GENERAL CONDITIONS OF CONTRACT-GOODS (GCC)” is repugnant to or
at variance with any provisions of the SCC then, unless a different intention appears, the provisions of
the SCC shall be deemed to govern the provisions of the “GENERAL CONDITIONS OF CONTRACT-
GOODS (GCC)”. SCC provisions shall prevail to the extent of such repugnancy, or variations exist.
1.2.2. In Contract Documents unless otherwise stated specifically, the singular shall include the plural and
vice versa wherever the context so requires.
1.2.3. Notwithstanding the sub-division of the Contract Documents into separate sections and volumes every
part of each shall be deemed to be supplementary to and complementary of every other part and shall
be read with and into the Agreement so far as it may be practicable to do so.
1.2.4. All headings, subtitles and marginal notes to the clauses of the GCC, SCC or to the Specifications or to
any other part of Bidding Document are solely for the purpose of giving a concise indication and not a
summary of the contents thereof, and they shall never be deemed to be part thereof or be used in the
interpretation or construction thereof.
1.2.5. The terms fully capitalized and/or initial capitalized shall be interchangeable and shall have the
meaning as assigned to fully capitalized term or initial capitalised term.
1.2.6. Except the obligation of payment to Seller, Consultant may discharge all other Purchaser’s obligations.
In Bidding Documents at all such places where obligations are confined to Purchaser alone such
provision to read as ‘Purchaser/Consultant’s’ obligation to the extent the context so means/ requires.
2. SELLER’S SCOPE
2.1. Supply of Goods / Equipments as per MR
2.1.1. Seller’s scope shall include (a) manufacturing of items / goods / equipments as per Material
Requisition, technical specifications; (b) preparation of Quality Assurance / Quality control programme;
(c) obtaining Consultant’s approval; (d) arranging Inspection and Testing certification; (e) Inspection
by Purchaser’s/Consultant/Agency Designated by Purchaser and obtaining Inspection Release Note; (f)
obtaining dispatch clearance; (g) Packing; and (h) Loading on truck/trailer for Indian Bidder / loading
on ship at FOB Port of exit including stowing as applicable for foreign Bidder.
2.2. Transportation of material upto Project site for Indian bidders and shipment of material upto port of
entry in India for Foreign bidders.
2.3. Site work as per requirements specified in the Bidding document. Terms & Conditions for Site Work
shall be as per Term and Conditions for Site Work enclosed to SCC.
2.4. Training of owner’s / consultant’s person(s) at vendor’s works / project site, as per guidelines given in
the material requisition. The prices for Training shall be included in the quoted prices until and unless
specifically asked for extra prices in price schedule formats.
2.5. Any other specific requirement / activity though specifically not covered but is required as per scope of
work, scope of supply, specifications, standards, drawings, GENERAL TERMS & CONDITIONS, SCC or
any other part of Bidding Document.
Page 2 of 11
Page 79 of 443
3. PACKING, MARKING AND SHIPMENT
3.1. The Seller, wherever applicable shall after proper painting, pack and crate all goods for
sea/air/road/rail transportation in a manner suitable to tropical humid climatic region in accordance
with the internationally accepted practices and in such a manner so as to protect it from damage and
deterioration, in transit by sea or air or road or rail and during storage at the storehouse. The Seller
shall be held responsible for all damages due to improper packing. The Seller shall ensure sizing or
packing of all oversized consignments in such a way that availability of carrier and/or road/rail route is
properly taken into consideration.
3.2. Seller shall comply with the Packing, Marking and Shipping Instructions and Special Packaging
Requirement as per Attachment II of this Bidding Document.
4. DELIVERY / COMPLETION SCHEDULE
4.1. Delivery / Completion schedule shall be as specified in the RFQ.
4.2 Failing to meet delivery schedule will be subject to Price Reduction and/or other remedies available
to the Purchaser in Bidding Documents.
4.3 Delivery period as detailed in Clause 4.1 of SCC, shall be the essence of Agreement and no variation
shall be permitted.
5. DESPATCH INSTRUCTIONS
5.1. Seller shall obtain dispatch clearance from the Purchaser/ Consultant prior to each dispatch.
5.2. Copy of Inspection Release Certificate, Dispatch Clearance and Statement showing the name of the
vessel/transporter, description and weight of material and shipping marks etc. to be submitted along
with the documents.
6. INDEPENDENT SELLER
6.1. It is expressly understood and agreed that Seller is an independent party and that neither the Seller/
its personnel are servants, agents or employees of Purchaser/ Consultant nor the Seller has any kind
of interest in other sellers.
7. LIEN
7.1. Seller shall ensure that the Scope of Supply supplied under the Agreement shall be free from any
claims of title/liens from any third party. In the event of such claims by any party, Seller shall at his
own cost defend, indemnify and hold harmless Purchaser or its authorised representative from such
disputes of title/liens, costs, consequences etc.
8. RECOVERY OF CUSTOMS DUTY, EXCISE DUTY AND SALES TAX
8.1. In case, the statutory variation entitles the OWNER to recover the amount (irrespective of Contractual
Delivery) such amount will be recovered from any bill of the Contractor / Supplier, immediately on
enforcement of such variation, under intimation to the Contractor / Supplier.
9. REJECTION
9.1. Any materials/goods covered under scope of supply, which during the process of inspection by
appointed third party, at any stage of manufacture/fabrication and subsequent stages, prior to
dispatch is found not conforming to the requirements/specifications of the Purchase Requisition/Order,
shall be liable for immediate rejection.
9.2. Supplier shall be responsible and liable for immediate replacement of such material with acceptable
material at no extra cost or impact on the delivery schedule to OWNER.
10. LIMITATION OF LIABILITY
Notwithstanding anything contrary contained herein, the aggregate total liability of Supplier under the
Contract or otherwise shall be limited to 100% of contract value. However, neither party shall be liable
to the other party for any indirect and consequential damages, loss of profits or loss of production.
Page 3 of 11
Page 80 of 443
11. COMPREHENSIVE MARINE-CUM-ERECTION INSURANCE
Comprehensive Insurance (Transit/Marine Cum Storage, erection, till handing over of equipment) shall
be arranged by OIL. 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
Indigenous Bidders: Transit risk insurance from F.O.T. despatch point onwards shall be arranged and
borne by OIL
Foreign Bidders: Marine insurance as well as transit insurance in Purchaser's country shall be arranged
and borne by OIL
The SELLER shall ensure that in effecting despatch of materials, the primary responsibility of the
carriers for safe movement is always retained so that the PURCHASER's interests are fully safeguarded
and are in no way jeopardised. The Seller shall furnish the cost of materials against each equipment
Page 81 of 443
21. DELETED
22. POST ORDER CORRESPONDENCE
Details of persons for post order correspondence shall be intimated in the Purchase Order.
Page 82 of 443
entitled to prohibit the use and dispatch of GOODS and/or materials which have failed to comply
with the characteristics required for the GOODS during tests and inspections.
24.9. SELLER shall advise in writing of any delay in the inspection program at the earliest, describing
in detail the reasons for delay and the proposed corrective action.
24.10. ALL TESTS and trials in general, including those to be carried out for materials not manufactured by
SELLER shall be witnessed by the INSPECTOR. Therefore, SELLER shall confirm to PURCHASER
by fax or e-mail about the exact date of inspection with at least 30 days
notice. SELLER shall specify the GOODS and quantities ready for testing and
indicate whether a preliminary or final test is to be carried out.
24.11. If on receipt of this notice, PURCHASER should waive the right to witness the test, timely
information will be given accordingly.
24.12. Any and all expenses incurred in connection with tests, preparation of reports and analysis made
by qualified laboratories, necessary technical documents, testing documents and drawings
shall be at SELLER's cost. The technical documents shall include the reference and numbers of
the standards used in the construction and, wherever deemed practical by the INSPECTOR,
copy of such standards.
24.13. Nothing in Clause-24 shall in any way release the SELLER from any warrantee or other obligations
under this CONTRACT.
24.14. Arrangements for all inspections required by Indian Statutory Authorities and as specified
in technical specifications shall be made by SELLER.
24.15. Inspection & Rejection of Materials by consignees
When materials are rejected by the consignee, the supplier shall be intimated with the
details of such rejected materials, as well as the reasons for their rejection, also giving location
where such materials are lying at the risk and cost of the contractor/supplier. The supplier will be
called upon either to remove the materials or to give instructions as to their disposal within 14
days and in the case of dangerous, infected and perishable materials within 48 hours, failing
which the consignee will either return the materials to the contractor freight to pay or otherwise
dispose them off at the contractor's risk and cost. The PURCHASER shall also be entitled to
recover handling and storage charges for the period, during which the rejected materials are
not removed @ 5% of the value of materials for each month or part of a month till the
rejected materials are finally disposed off
Page 6 of 11
Page 83 of 443
26. GOVERNMENT OF INDIA NOT LIABLE
It is expressly understood and agreed by and between the Contractor and the OWNER/Consultant that
the OWNER/Consultant is entering into this agreement solely on its 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 rights there under. It is
expressly understood and agreed that the OWNER/Consultant is an independent legal entity with
power and authority to enter into contract, solely in its own behalf under the applicable laws of India
and general principal of Contract Law. The Contractor expressly agrees, acknowledges and
understands that the OWNER/Consultant is not an agent, representative or delegate of Govt. of India.
It is further understood and agreed that the Govt. of India is not and shall not be liable for any acts,
omissions, commissions, breaches or other wrongs arising out of the contract. Accordingly, contractor
hereby expressly waives, releases and foregoes any and all actions or claims, including cross claims,
impleader claims or counter claims against the Govt. of India arising out of this contract and covenants
not to sue to Govt. of India as to any manner, claim, cause of action or thing whatsoever arising of or
under this agreement.
The liquidated damage as agreed by both the parties as a genuine pre-estimated loss shall be
payable on order value, excluding taxes and duties. In a supply contract, the portion of supply
completed in all respect which can be used for commercial operation shall not be considered for
applying liquidated damage, if delivered within contractual delivery period. The remaining supplies
which are completed beyond the contractual delivery period shall attract liquidated damage @ ½
% of delayed order value maximum up to 7.5% of total order value. Further, in case of delay in
completion, the bidder shall calculate the applicable liquidated damage for delayed completion and
raise their invoices net of contract price.
Both seller and PURCHASER agree that the above percentages of liquidated damage are genuine
pre estimates of the loss/damage which the PURCHASER would have suffered on account of
delay/breach on the part of the SELLER and the said amount will be payable on demand without
there being any proof of the actual loss/or damage caused by such breach/delay. A decision of the
PURCHASER in the matter of applicability of price reduction shall be final and binding.
Page 7 of 11
Page 84 of 443
Annexure-I to SCC
1 PAYMENT TERMS
The following shall be read in conjunction with GCC
1.1. INDIAN SUPPLIERS
1.1.1 SUPPLY PORTION
Where the MR is for supply of materials (without any site work) and calls for Vendor Data
Requirement – For Pumps, Compressors, Heat Exchangers, Columns & Vessels:
5% against approval of drawings at least in Code-2 and manufacturing schedule against
submission of equivalent BG.
10% against placement of sub orders for major raw materials against submission of
equivalent BG.
15% against receipt and identification of major raw materials/ components by EIL
nominated inspectors at Supplier’s works against submission of equivalent BG.
65% with taxes and duties will be paid progressively against submission of dispatch
documents to OWNER.
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 and receipt of material
at site.
Major Raw Material for payment against placement of sub orders:
Columns and Vessels Plates and Forgings
Heat Exchangers : Plates, Forgings and Tubes
Pumps/Compressors : Castings / Forgings and Drivers
Major Raw Material for payment against receipt & identification of raw materials:
Columns and Vessels Plates and Forgings
Heat Exchangers : Plates, Forgings and Tubes
Pumps/Compressors : Castings / Forgings
1.1.2 TRANSPORTATION CHARGES
Transportation charges will be paid progressively within 30 days after receipt and acceptance of material at
Project Site.
1.1.3 SUPERVISION OF ERECTION, TESTING & COMMISSIONING
100% against progressive monthly bills payable against submission of invoices and time sheets
certified by the Engineer-In-Charge.
1.1.4 TRAINING (NOT APPLICABLE)
100 % on successful completion of Training as per Purchase Requisition.
1.1.5 Entry Tax/Octroi/ Consumption Tax (if applicable), shall be borne by OIL.
1.2 FOREIGN SUPPLIERS
1.2.1 SUPPLY PORTION (OTHER THAN PACKAGE MRs)
Where the MR is for supply of materials (without any site work) and calls for Vendor Data
Requirement – For Pumps, Compressors, Heat Exchangers, Columns & Vessels:
5% against approval of drawings at least in Code-2 and manufacturing schedule
Page 8 of 11
Page 85 of 443
through Wire Transfer against submission of equivalent BG through Wire Transfer.
10% against placement of sub orders for major raw materials against submission of
equivalent BG through Wire Transfer.
15% against receipt and identification of major raw materials/ components at
Supplier’s works against equivalent BG through Wire Transfer.
65% of invoice value including ocean freight (in case of CFR contract) will be paid
progressively through irrevocable LC against submission of shipping documents.
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.
Major Raw Material for payment against placement of sub orders :
Columns and Vessels Plates and Forgings
Heat Exchangers : Plates, Forgings and Tubes
Pumps/Compressors : Castings / Forgings and Drivers
Major Raw Material for payment against receipt & identification of raw materials:
Columns and Vessels Plates and Forgings
Heat Exchangers : Plates, Forgings and Tubes
Pumps/Compressors : Castings / Forgings.
1.2.2 SUPERVISION OF ERECTION, TESTING & COMMISSIONING
100% through Wire Transfer against progressive monthly bills payable against submission of
invoices and time sheets certified by the Engineer-In-Charge.
1.2.3 TRAINING (NOT APPLICABLE)
100% through Wire Transfer on successful completion of Training as per Purchase Requisition
(PR).
NOTES
i. Order value shall be as indicated in the Purchase Order.
ii. Above applicable Payment Terms shall be subject to receipt of requisite Performance Bank
Guarantee / Security Deposit for 10% of the order value within 15 days from the date of FOA /
PURCHASE ORDER. This Contract - Cum Performance Bank Guarantee shall be valid up to
Guarantee period plus 3 Months.
iii. Dispatch documents for Indian Bidders shall consist of the following :
a)Invoice in Triplicate
b)Inspection release note by Purchaser/Consultant.
c)LR/GR
d)Documents as specified in Vendor Data Requirement in MR (if any)
e)Packing List
f)Proof of customs clearance including payment of customs duty for imports permitted in the
Contract (if applicable)
g) Dispatch instructions/clearance by purchase/consultant.
iv. Shipping Documents for Foreign Bidders shall consist of the Following:
a) Invoice in triplicate
b) Inspection release note by Third Party Inspection Agency/Purchaser/Consultant.
c) Document as specified in Vendor Data Requirement in MR (if any)
Page 9 of 11
Page 86 of 443
d) Clean Bill of Lading/ Air way Bill.
e) Packing List
f) Documents pertaining to ocean/Air freight (in case of CFR/CPT Contract)
g) Country of origin certificate
h) Dispatch instructions/ clearance by Purchaser/Consultant.
v. In case of indigenous suppliers, wherever taxes/duties/freight are separately indicated, the
order value shall be exclusive of taxes/duties/freight. 100% payment of taxes/duties shall be
released alongwith the payment released against dispatch documents on receipt of
cenvatable/vattable documents (wherever applicable).
vi. The invoice shall be made after adjusting the following:
a) Price Reduction Schedule pursuant to Clause 15.1 SCC, & GCC (Goods), if applicable.
b) Indian agents commission, if applicable.
vii. Payment to indigenous suppliers shall be released either through Electronic Clearing System
(ECS)/ Electronic Fund Transfer (EFT)/ Real Gross Time Settlement (RGTS) or through internet.
In view of this, necessary details, such as name of bank, bank account no. etc., duly attested
by bidder’s bank must be submitted along with the offer.
viii. An irrevocable Letter of Credit (L/C) shall be established for payment against shipping
documents less Indian Agent’s Commission/Fee (as quoted by the Foreign Bidder, if applicable)
by Purchaser. The Letter of Credit shall be established through State Bank of India (SBI) or
Allahabad Bank or any other scheduled Bank, as would be mentioned in the Purchase Order,
from time to time. The foreign correspondents of SBI / Allahabad Bank / any other scheduled
Bank in various countries are furnished vide Annexure IXA and Annexure IXB of GCC. Bidders
shall name one of the correspondents of SBI / Allahabad Bank through whom they prefer to
have their L/C opened. Where foreign correspondents of SBI / Allahabad Bank are not existing
presently, the bidders are to indicate their banker's name and address in their offers.
ix. For small value orders up to US $15,000.00, OIL would prefer to make payment on Sight draft
(Cash against Documents) basis for expeditious processing of order for mutual benefit. OIL
undertakes to pay within 15 working days of receipt of clean documents, in case of payment on
Sight draft (CAD) basis. As per present rule, Sight Draft (CAD) payment up to US$ 25,000 can
be made on direct submission of documents to OIL’s nominated banker instead of routing
through bidder's banker.
x. L/C opening charges payable to the L/C opening bank shall be borne by the Purchaser. In case
the Seller requires a confirmed L/C, the confirmation charges shall be borne by the Seller. Any
other charges not specified herein shall be on Seller’s account
xi. Payment to foreign suppliers against Site Work and Training shall be through wire transfer.
xii. 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.
xiii. All bank charges of respective bankers shall be to respective account.
xiv. Within 45 days after award of order, the Bidder shall furnish a detailed “Billing schedule”
separately under different heads for Owner’s approval and the Bidder shall raise his invoices
accordingly. Such billing schedule shall also be accompanied by their shipment/dispatch
schedule.
i. Sellers requiring multiple dispatches will restrict the number of dispatches to maximum three,
unless agreed otherwise by Project Manager.
ii. All progressive advances to foreign as well as Indian supplier (except the advance against
drawing approval) shall be against equivalent bank guarantees which shall be valid up to
contractual delivery date plus three months.
iii. Other than the payment terms given above, no other advance payments shall be payable.
Page 10 of 11
Page 87 of 443
1.3
DEDUCTION AT SOURCE
i. Purchaser will release the payment to the Seller after effecting deductions as per applicable law in
force.
ii. Purchaser will release payments to the Contractor / Supplier after offsetting all dues to the
Purchaser payable by the Contractor / Supplier under the Contract.
Page 11 of 11
Page 88 of 443
DOCUMENT No.
DELIVERY LOCATION FOR NBPS A415-000-11-41-DL-0001
Rev. A
Page 1 of 1
Format No.
Page 89 of EIL
443 1641-1924 Rev. 1 Copyright EIL – All rights reserved
GENERAL CONDITIONS OF CONTRACT-GOODS
(GCC)
Page 90 of 443
OIL INDIA LIMITED
(A Government of India Enterprises)
PO : Udayan Vihar– 781171
Guwahati ;Assam (India)
MM/GLOBAL/E-01/2005
For
E-PROCUREMENT ICB TENDERS
The goods required, bidding procedures and contract terms are described
in the bidding document. The bidding document consists of two parts. The
FIRST part will consist of the Bidding Document which will be enclosed
against individual tender. The SECOND part is containing the General
Documents comprising of following Sections.
MM/GLOBAL/E-01/2005 (1)
Page 91 of 443
The Bidding document also consists of following Annexures:
Annexure I : Bid Submission proforma
Annexure IIA & IIB : Price Schedule Proforma
Annexure III : Proforma of Exceptions/Deviations
Annexure IV : Check List
Annexure V : Proforma of Bidder’s past supplies
Annexure VI : Proforma of Authorisation Letter for
Attending Tender Opening
Annexure VII : Proforma of Bid Security
Annexure VIII : Proforma of Performance Security.
Annexure IXA & IXB : List of Foreign Correspondents of SBI
/Allahabad Bank for opening of Letter of Credit
Annexure X : List of Gateway Airports
Annexure XI : Declaration Certificate
1.2 Please note that all tender forms and supporting documents are to be
submitted through OIL’s e-Procurement site only except following
documents which are to be submitted manually in sealed envelope super
scribed with tender no. and due date to The Chief Materials Manager
Oil India Limited, Pipeline Headquarter, Guwahati- 781171, Assam
on or before the Bid Closing Date and Time mentioned in the Tender.
MM/GLOBAL/E-01/2005 (2)
Page 92 of 443
INSTRUCTIONS TO BIDDERS
SECTION - A
GENERAL TERMS AND CONDITIONS
1.2 However, the bids from sole selling agents / authorised distributors
/ authorised dealers / authorised supply houses can also be
considered, provided such bids are accompanied with back-up
authority letter (valid at the time of bidding) from the manufacturer
authorising them to market their product. OIL INDIA LIMITED (OIL)
reserves the right to reject offers without back up authority letter
from manufacturer.
1.3.1 In case an Indian bidder does not meet the experience requirement
and is banking upon the experience of foreign collaborations/ joint
venture firms regarding back-up consultancy, the proof of
Government’s clearance should be submitted along with the Bid
failing which the offer will be ignored.
2.3.1 Small Scale Industries (SSI) registered with NSIC under Single
Point Registration Scheme (and not their dealers/distributors) are
exempted from payment of tender fees for the items they are
registered with NSIC. Valid registration certificate with NSIC must
be enclosed along with the application for issuing tender
documents.
MM/GLOBAL/E-01/2005 (3)
Page 93 of 443
2.3.2 Public Sector Units (PSU) are also exempted from payment of
tender fee.
3.1 The Bid documents are non-transferable. The bid can only be
submitted in the name of the bidder in whose name the bid
document has been issued.
3.2 Unsolicited offers will not be considered and will be straightway
rejected.
4.1 The Bidder shall bear all costs associated with the preparation and
submission of its bid, and the Purchaser will in no case be
responsible or liable for those costs, regardless of the conduct
or outcome of the bidding process.
Page 94 of 443
Annexure VII : Proforma of Bid Security
Annexure VIII : Proforma of Performance Security.
Annexure IXA & IXB : List of Foreign Correspondents of State
Bank Of India (SBI) /Allahabad Bank for
opening of Letter of Credit
Annexure X : List of Gateway Airports
Annexure XI : Declaration Certificate
4.2 The Bidder is expected to examine all instructions, forms, terms and
specifications in the bidding documents. Failure to furnish all
information required by the bidding documents or submission of
bid not substantially responsive to the bidding documents in every
respect will be at the Bidder’s risk and may result in the rejection of
its bid without seeking any clarifications.
5.1 At any time prior to the bid closing date, OIL may for any reason,
whether at its own initiative or in response to clarifications
requested by the prospective bidder(s), modify the bidding
document by amendment(s). All prospective bidders who have
received the bidding documents will be notified of the amendments.
PREPARATION OF BIDS :
6.0. LANGUAGE AND SIGNING OF BID
Page 95 of 443
Annexure VII and all other techno-commercial documents other
than price details to be submitted with unpriced bid as per tender
requirement should be placed in the ‘un-priced’ bid folder.
7.1.2 The bid and all attached documents should be digitally signed using
digital signatures issued by an acceptable Certifying Authority (CA)
as per Indian IT Act 2000 before bid is uploaded. If any
modifications are made to a document after attaching digital
signature, the digital signature shall again be attached to such
documents before uploading the same.
7.1.3 The Bidders are advised in their own interest to ensure that all the
points brought out in the check list enclosed at Annexure IV are
complied with in their bid failing which the offer is liable to be
rejected.
7.1.4 The bids can only be submitted in the name of the Bidder who have
been permitted to participate in the bid. The bid papers, duly filled
in and complete in all respects shall be submitted together with
requisite information and Annexures I Through XI. It shall be
complete and free from ambiguity, change or interlineations.
7.1.5 The bidder should indicate at the time of quoting against this tender
their full postal and Fax/Email addresses and also similar
information in respect of their authorised agents in India, if any.
7.1.6 The bid including all attached documents shall be digitally signed
by duly authorized representative of the bidding company.
7.1.7 The Bidder, in each tender for procurement of goods, will have to
give a certificate in its offer, that the terms and conditions as laid
down in this model bidding document booklet no. MM/GLOBAL/E-
01/2005 are acceptable to it in toto.
7.2.1 The Bidder shall fill in completely (on-line) all fields in the price
schedule furnished in the bidding document in respect of items
quoted.
MM/GLOBAL/E-01/2005 (6)
Page 96 of 443
7.3 Bid Prices
7.3.1 The bidders shall fill-in online the appropriate price schedule i.e
the net unit prices of the goods they propose to supply and other
pricing details etc. as per the Pricing condition separately ;
7.3.3 Deleted.
7.3.4 OIL reserves the right to place the order either on FOB or C&F
basis.
7.4.1 Deleted
7.4.2 Deleted.
7.5 Prices quoted by the bidder shall be firm during the bidder's
performance of the contract and not subject to variation on any
account.
7.6 DISCOUNT
MM/GLOBAL/E-01/2005 (7)
Page 97 of 443
7.7 CHANGE IN QUANTITY :
7.9.2 All inclusive charges for Third Party Inspection must be indicated
separately in the on-line Price schedule.
7.9.3 Offers without any mention about Third Party Inspection charges as
specified above will be considered as inclusive of Third Party
Inspection charges. When a bidder mentions Third Party Inspection
charges as extra without specifying the amount, the offer will be
loaded with maximum value towards Third Party Inspection charges
received against the tender for comparison purposes. If the bidder
emerges as lowest bidder after such loading, in the event of order
on that bidder, Third Party Inspection charges mentioned by OIL on
the Purchase Order will be binding on the bidder.
MM/GLOBAL/E-01/2005 (8)
Page 98 of 443
7.10.2 Sample must be received on or before the Bid Closing Date failing
which the offer will be rejected.
7.11.1 Bidders shall indicate cost for training OIL’s personnel separately
whenever called for.
7.11.2 For training at Bidder’s premises, only the training fee should be
indicated by the Bidder. All charges towards to & fro fare,
boarding/lodging and daily expenses etc. for OIL’s personnel shall
be borne by OIL.
7.11.3 For training at OIL’s premises, the Bidder should quote training
charges which should be inclusive of all charges of their personnel
viz. to and fro air fares, boarding/lodging expenses and daily
expenses etc. for the entire period. Local transport for commuting to
the site at the place of training will be provided by OIL.
MM/GLOBAL/E-01/2005 (9)
Page 99 of 443
7.13 SERVICE/INCOME TAX :
Any Service/ Income tax/Personal tax or any other taxes/levies
involved on the services rendered by the Bidder shall be borne by
bidders and will be deducted at source by OIL. Bidders are,
therefore, requested to take note of this while quoting their prices
wherever training and installation/commissioning etc. are involved.
7.14 DELIVERY :
7.14.1 Bidder shall offer their earliest delivery period Ex-works as well as
F.O.R Guwahati (in case of indigenous Bidder) and Ex-works and
C&F Kolkata (in case of foreign Bidder) from the date of receipt of
order. Normal Ex-works delivery requirement of OIL is maximum
3 months from the date of receipt of Purchase Order or date of
establishment of Letter of Credit (where payment term is through
L/C), unless otherwise specified elsewhere.
Validity of the offer shall be minimum 6 months (180 days) from the
date of bid opening. If nothing is mentioned by the bidder in their
offer, it will be presumed that the offer is valid for six months (180
days) from bid opening date.
7.17.1 Bidders must clearly indicate in their offer whether they have any
Agent in India. If so, bidders must furnish the names and addresses
of their agents and state clearly whether agents are authorised to
receive any commission. The rate of commission amount must be
indicated which will be payable only in non-convertible Indian
currency. Unless otherwise specified it will be assumed that
Agency commission has been included in the offered price. If there
is no mention about the commission amount, it will be assumed that
no commission is involved against this purchase.
MM/GLOBAL/E-01/2005 (10)
9.1.1 All the Bids must be accompanied by Bid Security for the amount
as mentioned in the NIT or an equivalent amount in freely
convertible currency and shall be in the prescribed format
(Annexure VII) as Bank Guarantee((BG) or an irrevocable Letter of
Credit (L/C) from any of the following Banks :
9.1.2 The Bank Guarantee / LC shall be valid for seven (7) months from
the Bid closing date and shall be enforceable at Duliajan / Delhi /
Kolkata / Guwahati.
9.2 (i) The domestic bidders will have to submit the Bank
Guarantee from any of the scheduled banks and on non - judicial
stamp paper of requisite value, as per the Indian Stamp Act,
purchased in the name of the issuing banker.
(ii) The foreign Bidder will have to submit the Bank Guarantee
from Banks of Indian origin situated in their town/city/country. In
case no such bank of Indian origin is situated in their
town/city/country, the Bank Guarantee may be submitted from the
bankers as specified in Clause 9.1.1 (b) or (c) above.
9.3 Any bid not accompanied by a proper Bid Security (in Original) in
conformity with Clauses 9.1.1, 9.1.2 and 9.2 as applicable will be
rejected outright without any further reference.
9.4 The Bid Security of the unsuccessful bidders will be returned after
finalization of tender whereas the Bid Security of the successful
bidder will be discharged on such bidder’s furnishing the
Performance Security to OIL in the prescribed format (Annexure
VIII) against the Purchase Order secured by the bidder within the
stipulated time frame. The successful bidder will however, ensure
that the validity of the Bid Security till such time the Performance
Security in conformity with Clauses 10.3 or 10.4 below as the case
may be, is furnished.
9.5 The bidders will extend the validity of the Bid Security, if and
whenever specifically advised by OIL, at the bidder’s cost.
9.6 Bid Security will not accrue any interest during its period of validity
or extended validity.
9.8.1 Small Scale Industries (SSI) registered with NSIC under Single
Point Registration Scheme (and not their dealers/distributors) are
exempted from submitting Bid Security for the items they are
registered with NSIC provided they submit their offer for their own
product. Valid registration certificate with NSIC indicating the
category of item and the monetary limit for which they are
registered must be enclosed along with the Bid without which the
bidder will not be entitled for exemption.
MM/GLOBAL/E-01/2005 (12)
10.1 The successful bidder shall furnish the Performance Security in the
form enclosed (Annexure VIII) herewith within 30 days of the receipt
of notification of award of Contract failing which OIL reserves the
right to cancel the order and forfeit the Bid Security. Bidders should
undertake in his bid to submit Performance Security as stated
above.
10.4 (i) The bank guarantee by domestic bidders will have to be given
from the scheduled banks on non judicial stamp papers of
requisite value, as per the Indian Stamp Act, and stamp
papers should be in the name of the issuing bank.
(ii) The foreign Bidder will have to submit the bank guarantee
from Banks of Indian origin situated in their town/city/country.
In case no such bank of Indian origin is situated in their
town/city/country, the Bank Guarantee may be submitted from
the bankers as specified in Clause10.3 (b) or (c) above.
(iii) The Bank Guarantee issued by a Bank amongst others must
contain the following particulars of such Bank :
10.7 The Performance Security for capital nature items like plant and
machinery etc. shall be valid for 12 months from the date of
commissioning or 18 months from the date of shipment/despatch
whichever concludes earlier. However, for consumables like
chemicals, cement, tubular etc. the Performance Security shall be
valid for 12 months from the date of shipment/despatch.
10.11 The bidders will extend the validity of the Performance Security, if
and whenever specifically advised by OIL, at the Bidder/Seller’s
cost.
12.1 The bid along with all Annexure (I to XI) and copies of documents
should be submitted in e-form only through OIL’s e-bidding engine.
The price bids submitted in physical form against e-procurement
tenders shall not be given any rejected. However the following
documents should necessarily be submitted in physical form in
sealed envelope super scribed as "Tender Number and due for
opening on......" The outer cover should duly bear the tender
number and date of closing/opening prominently underlined,
alongwith the address of Purchaser's office, as indicated in
Invitation For Bids:
13.2 No bid can be submitted after the submission dead line is reached.
The system time displayed on e-procurement web page shall
decide the submission dead line.
14.2 After the opening of the bid, OIL may at its discretion ask the bidder
for clarification of its bids. The request for clarification and response
shall be in writing and no change in the price or substance of the
Bid shall be accepted. The reply of the bidder should be restricted
to the clarifications sought.
Bidders are advised in their own interest to ensure that bid are uploaded
in system well before the closing date and time of the bid.
17.1 The bid will be opened at 1300 Hrs. (IST) or on the date & time of
opening indicated in "Invitation for Bid". Bidder or their authorised
representative (only one person per bidder) will be allowed to be
present at the time of opening of the Bids. However, a letter (in the
form as per Annexure VI enclosed) must be produced to the Tender
Opening Officer at the time of opening of tenders. Unless this letter
is presented, the representative will not be allowed to attend the
tender opening.
MM/GLOBAL/E-01/2005 (16)
18.2 OIL reserves the right to accept / reject any deviation in bidder's
offer pertaining to the materials specifications or to the terms and
conditions stipulated in this tender without assigning any reason
other than Bid Rejection Criteria specified in Section ‘D’.
20.1 OIL reserves the right to accept / reject or prefer any offer either in
full or in part or annul the bidding process and reject all bids at any
time prior to award of contract without thereby incurring any liability
to the affected bidder (s) or any obligation to inform the affected
bidder (s) of the ground for OIL`s action. OIL also reserves the right
to split the order between two or more parties.
21.0 PACKING :
21.2 Machined steel and iron parts are to be heavily greased / varnished
as a prevention against rust.
MM/GLOBAL/E-01/2005 (17)
21.5 All items must have their respective identification marks painted /
embossed on them.
21.7 The Seller shall be responsible for damage of goods either in full or
in part and for corrosion and/or deterioration of the plant and
equipment during transit due to inadequate/insufficient packing or
due to non-compliance with the above Para Nos. 21.1 to 21.4
depending upon the nature of items and as such shall be obligated
to repair or replace the damaged goods or plant or equipment in full
or in parts thereof, at free of cost to OIL within a reasonable period
of time.
22.2 OIL reserves the right to inspect the material through any of the
Third Party Inspection Agencies. While appointing the Third party
inspection Agency (from OIL’s approved agencies), the bidder shall
pass instruction to the appointed Third Party Inspection Agency to
comply and respond to the advice/queries made by OIL directly with
the inspection agency in connection with the inspection.
22.3 Bidder must extend the required facility for inspection by Third Party
Inspection Agency. The bidder will be responsible for arranging the
third party inspection and must submit the inspection certificate in
Original together with the Declaration Certificate (as per Format
mentioned in Annexure XI) to OIL alongwith the despatch/shipping
documents. The certificate issued by the Third Party Inspection
Agency must specify that the inspection has been carried out for
the material to be supplied to OIL INDIA LIMITED and inspection
has been carried out as per the scope of inspection stipulated in
OIL’s Purchase Order. The certificate should also specify OIL’s
Purchase Order Number.
23.1 The Bidder / Seller shall treat as confidential all designs, drawings,
data or information written or verbal, supplied by OIL and shall use
its best endeavors to ensure that such design, drawings, data or
information is not divulged to any third party except with the
consent of OIL where necessary for the purpose of
performance of its obligation hereunder and subject to similar
undertakings being obtained from such third parties to treat such
design, drawings, data or information in like confidence other than
designs, drawings, data or information which at the time of
proposed disclosure are within the public knowledge or in the
Bidder’s/Seller's possession.
MM/GLOBAL/E-01/2005 (19)
24.2 In the event of any claim or demand being made or action brought
against OIL in respect of any of the aforesaid matters, OIL shall
notify the Bidder/Seller thereof as soon as possible and
Bidder/Seller shall conduct with the assistance of OIL if necessary,
but at his own expense, all negotiation for the settlement of such
matter and any legal proceeding, litigation/ arbitration involved or
which may arise there from.
25.1 The Bidder/Seller shall defend or hold OIL harmless from all
actions, claims, suits and demands made, against either or both of
them in respect of injuries to or death of any person including
employees of the Bidder/Seller or non-compliance of any
statutory/safety requirement.
25.2 The Bidder/Seller shall also defend and hold OIL harmless for loss
of and damage to property arising from the supply of any goods or
materials or the erection, installation repair or operation for a
period, of any plant hereunder.
26.0 ASSIGNMENT :
26.1 The Bidder/Seller shall not transfer, assign or sublet the
consequent Contract or any part thereof without the prior consent in
writing from OIL. Any permitted transfer/assignment or subletting
shall not relieve the Bidder/Seller of any of his obligations which
might have arisen before such permission was given.
28.3 As an alternative to Clause No. 28.2 above, OIL reserve the right to
accept the materials but, the Seller shall be liable to pay liquidated
damages @ 0.5% per week or part thereof of the value of the
goods in respect of which default in delivery takes place subject to
a maximum of 7.5 %. Should there be default on the part of the
Seller for more than 15 Weeks from the scheduled date to complete
the delivery or to complete the installation/commissioning &
Training (wherever applicable) successfully, OIL shall have the
right, in addition to the provisions under Clause 28.2 to invoke the
Performance Security without causing any notice to the Seller to
this effect.
MM/GLOBAL/E-01/2005 (21)
29.1 In the event of either of the parties being rendered unable, wholly or
in part by force majeure to carry out its obligations under the
agreement when entered into, it is agreed that on such party giving
notice and full particulars of such force majeure in writing or by
telegram / telex / fax to other party as soon as possible (within
maximum one week), after the occurrence of the cause relied on
then the obligations of the party giving such notice with proper
documentary evidence so far as they are affected by such force
majeure, shall be suspended during the continuance of any inability
so caused but for no longer period, and such cause as far as
possible be remedied with all reasonable effort.
29.2 The term “Force Majeure" as used herein shall mean ‘Acts of God’
including Landslides, Lightning, Earthquake, Fires, Storms, Floods,
declared Wars, Blockades, insurrection, riots, Government
regulations etc., which are not within the control of the party
claiming suspension of its obligations within the meaning of the
above Clause 29.1 and which renders performance of the contract
by the said party completely impossible.
30.0 DEFAULT :
31.0 TERMINATION :
MM/GLOBAL/E-01/2005 (22)
33.0 ARBITRATION :
33.1 All disputes and differences whatsoever arising between the parties
out of or relating to the construction, meaning and operation or
effect of this Tender and consequent Contract or the breach thereof
shall be mutually settled. However, in case no such mutual
settlement is arrived at, the matter shall be settled by arbitration in
accordance with the provision of arbitration of the Indian Arbitration
& Conciliation Act, 1996 and any statutory modification or re-
enactment thereof and the Rules made there under and for the time
being in force. The venue of arbitration shall be at Duliajan unless
otherwise agreed by OIL
MM/GLOBAL/E-01/2005 (23)
1.0 INCOTERMS :
(i) All taxes, stamp duties and other levies imposed outside India
shall be the responsibility of the Bidder/Seller and charges
thereof shall be included in the offered rates.
(ii) All Taxes & levies imposed in India, for the services including
installation & commissioning, shall be to the Bidder/Seller’s
account.
(iii) Income Tax on the value of the Services rendered by the
Bidder /Seller in connection with installation, commissioning,
training etc. shall be deducted at source from the invoices at
the appropriate rate under the I.T. Act & Rules from time to
time.
5.0 SHIPMENT :
MM/GLOBAL/E-01/2005 (24)
6.0 INSURANCE :
8.3 For small value orders say up to US $15,000.00, OIL would prefer
to make payment on Sight draft (Cash against Documents) basis
for expeditious processing of order for mutual benefit. OIL
undertakes to pay within 15 working days of receipt of clean
documents, in case of payment on Sight draft (CAD) basis. As per
present rule, Sight Draft (CAD) payment up to US$ 25,000 can be
made on direct submission of documents to OIL’s nominated
banker instead of routing through bidder's banker.
The bidder, in his bid, must indicate the correct particulars viz.
their Account number etc. to enable the SBI to put through the
correct transaction.
9.1 While banking charges in India will be borne by OIL, all banking
charges in bidder's country will be to the bidder’s account.
Bidders are requested to quote their prices considering these
charges, if applicable. Further, bank charges in India incurred in
extension/ amendment of L/C for reasons attributable to the bidder
(and where OIL is not at fault), shall be borne by the bidder.
MM/GLOBAL/E-01/2005 (26)
10.3 Bank Guarantee shall be valid for 3 months beyond the delivery
period incorporated in the order and same shall be invoked in the
event of Seller's failure to execute the order within the stipulated
delivery period.
10.4 In the event of any extension to the delivery date, seller shall
enhance the value of the bank guarantee to cover the interest for
the extended period and also shall extend the validity of bank
guarantee accordingly.
11.1 Bidders must clearly indicate in their offer whether they have any
Agent in India. If so, bidders must furnish the names and addresses
of their agents and state clearly whether agents are authorised to
receive any commission. The rate of commission amount must be
indicated which will be payable only in non-convertible Indian
currency. Unless otherwise specified it will be assumed that
Agency commission has been included in the offered price. If there
is no mention about the commission amount, it will be assumed that
no commission is involved against this purchase.
12.0 DOCUMENTATION :
12.1 Eight (8) copies of invoices, Six (6) copies of BL/AWB and Four (4)
copies of certificate of origin will be required to be furnished.
MM/GLOBAL/E-01/2005 (27)
12.3 Seller shall also ensure that the shipping documents are received
by OIL's Kolkata office 7 days (3 days in case of shipment from
nearby countries/ports like Singapore) prior to the listed arrival of
the vessel at Kolkata port. In case of air-freighted consignments,
documents should be received within 7 days from the date of
despatch. If the documents are not made available as requested it
will not be possible for OIL to clear the consignments through
Customs at the discharging port in time and the same will accrue
demurrage. Expenses incurred by OIL due to late submission of
documents would be recoverable fully from the successful Bidder or
their Indian agent.
13.2 OIL shall reserve the right to deduct demurrage and other
expenses incurred due to late / incorrect submission of
documents by the Principal from the commission payable to their
Indian Agents against the instant order or any other subsequent /
outstanding order.
MM/GLOBAL/E-01/2005 (28)
1.0 PRICES :
1.2 OIL reserves the right to place order on FOR (despatching station)
or FOR (destination) terms. Offered rates should be kept firm
through delivery/despatch.
SSI Unit availing slabs rate of turnover for duty structure should
specify the maximum Excise Duty levies against the order at the
time of delivery, if order is placed on them.
MM/GLOBAL/E-01/2005 (29)
(i) All taxes, stamp duties and other levies for the services
including installation/commissioning, Training etc. shall be to
the Bidder/Seller’s account.
(iii) Income Tax /Service Tax on the value of the Services
rendered by the Bidder/Seller in connection with
installation/commissioning, training etc. shall be deducted at
source from the invoices at the appropriate rate under the I.T.
Act & Rules from time to time.
Bidder, while quoting against this tender, must take cognizance of all
concessions permissible under the statutes including the benefit
under Central Sale Tax Act, 1956, failing which the Bidder will have
to bear extra cost where bidder does not avail confessional rates of
levies like customs duty, excise duty, sales tax etc. OIL will not take
responsibility towards this.
7.1 In case there is any import content in their offer, it will be obligatory
on the part of the Indian bidders to mention the amount involved
and the rates quoted should be inclusive of import content and
applicable customs duty thereon. On the other hand, if there is no
import content they should categorically state the import content to
be NIL in their offer. Bidders who do not mention import content in
their offer will not be entitled to price preference applicable, if any
vide Section D (Bid Rejection & Bid Evaluation Criteria).
8.1 Indian Bidders are permitted to bid in any currency (including Indian
Rupees) and receive amount in that currency. However, currency of
bid will not be allowed to be changed after bid opening. Since
Indian bidders are allowed to quote in any currency, OIL will not
compensate for any exchange rate fluctuation in respect of the
purchase finalised under this tender.
10.0 DESPATCH :
10.1.1 In the event of an order other than FOR Destination terms, the
material will be required to despatch through OIL’s approved
transporters (which will be specified in the order) on “Door Delivery”
basis.
10.1.2 For orders placed on FOR Destination basis, the material will be
required to despatch through reputed Bank approved transporters
only on Door Delivery basis. In case OIL is required to collect the
material from transporters godown, extra expenditure incurred
thereof will be recovered from the Bidder/seller.
MM/GLOBAL/E-01/2005 (31)
11.0 INSURANCE :
11.1 Transit insurance will be arranged and paid for by OIL for all orders
other than FOR Destination orders. The Bidder/seller will be
required to intimate the insurance agency (which will be specified in
the Purchase Order) regarding the despatch details immediately
after despatch. The Sellers have to arrange the transit insurance at
their cost in case of orders placed on FOR Destination basis.
14.3 Bank Guarantee shall be valid for 3 months beyond the delivery
period incorporated in the order and same shall be invoked in the
event of Seller's failure to execute the order within the stipulated
delivery period.
14.4 In the event of any extension to the delivery date, seller shall
enhance the value of the bank guarantee to cover the interest for
the extended period and also shall extend the validity of bank
guarantee accordingly.
MM/GLOBAL/E-01/2005 (33)
1.1 Bidders shall offer firm price through delivery and not subject to
variation on any account. Bids with adjustable price shall be treated
as non responsive and rejected.
1.2 Validity of the Bids shall be minimum 4 months (120 days). Bids
with lesser validity will be rejected.
1.3 Bids received after bid closing date and time shall be rejected. Also,
modification of Bids received after Bid Closing date/time shall not
be considered.
1.4 Bidders shall quote directly and not through their agent in India.
Offers made by their Indian Agents on behalf of their foreign
Principals will be rejected. Similarly, Bids received from unsolicited
parties shall be rejected.
1.7 Bids without original Bid Security as per Para 9.0 of Section A
(wherever called for) and confirmation regarding submission of
MM/GLOBAL/E-01/2005 (34)
1.9 The bids shall conform generally to the specifications and terms and
conditions given in the tender. Bids shall be liable for rejection in case
the goods offered don't conform to the required minimum / maximum
parameters stipulated in the technical specifications and to the
respective international/National standards wherever stipulated.
1.10 Bids submitted without all the cost details required vide Para 7.1 of
Section A will be rejected.
2.1 Bids which are found to be responsive and meeting the requirement
both specification wise and terms and conditions in the enquiry will
be considered for final evaluation.
2.3 In the event of computational error between unit price and total
price, unit price shall prevail and adopted for evaluation.
MM/GLOBAL/E-01/2005 (35)
3.2.3 When more than one domestic bidders fall within price preference
range, inter-se-ranking will be done on FOR destination basis.
3.4 Insurance and banking charges (in India) will be assumed as 1.5%
of the FOB prices in case of foreign offers. Extra 1% will be loaded
on offers stipulating confirmed L/C at buyer’s account. In case of
MM/GLOBAL/E-01/2005 (36)
MM/GLOBAL/E-01/2005 (37)
In case any or all the above jobs would be carried out in their plant,
they must forward valid API certificate(s) issued in their name for
respective job(s) together with the offer.
1.2 In case some of the above jobs are not carried out in their plant but
would be carried out in some other works, the bidders must submit
API certificate(s) issued in the vendors' name for respective job(s).
These certificates must be furnished along with the offer.
1.3. Bidders doing none of the above jobs would be treated as supply
house/traders. As supply house /traders to bid, they however must
fulfill the criteria laid down in General terms and conditions (refer
para 1.2 of Section A) to be eligible for bidding.
ii) Valid API certificates of the mills doing the respective jobs.
MM/GLOBAL/E-01/2005 (38)
3.2 The bidders are required to categorically confirm that the goods
offered will not originate/ be shipped from any of the above named
countries or any of such countries on whose products Government
of India may impose Anti Dumping duties at any stage and if so, the
applicable Anti Dumping duty will be borne by them as mentioned
above. In the event such a categoric confirmation is not made in
the offer, the offer will be summarily rejected.
4.1.1 Foreign bidders are required to quote "Firm FOB" and "Firm C&F"
price showing break up. Evaluation of foreign offers will be made
considering “Firm C&F" price. Bidders not quoting "Firm FOB" and
"Firm C&F" price will be rejected.
MM/GLOBAL/E-01/2005 (39)
6.0 SPECIFICATIONS :
6.1 The bids shall conform generally to the specifications and terms
and conditions given in the tender. Bids shall be liable for rejection
in case the goods offered don't conform to the required minimum /
maximum parameters stipulated in the technical specifications
and to the respective international/National standards
wherever stipulated.
MM/GLOBAL/E-01/2005 (40)
****************
MM/GLOBAL/E-01/2005 (41)
Tender No :
Dear Sirs,
Yours faithfully,
(SIGNATURE OF BIDDER)
ADDRESS :
DATED :
TELEPHONE NO :
FAX NO :
EMIAL ADDRESS :
Note : This form should be returned along with offer duly signed
MM/GLOBAL/E-01/2005 (42)
MM/GLOBAL/E-01/2005 (43)
MM/GLOBAL/E-01/2005 (44)
OIL expects the bidders to fully accept the terms and conditions of the
bidding documents. However, should the bidder experience some
exception and deviations to the terms of the bidding documents, the same
should be indicated here and put in unpriced bid. In order to be considered
responsive, Bidder’s offer must specifically include the following statement
:
(a) We certify that our offer complies with all NIT requirements and
specifications without any deviations.
Or
(b) We certify that our offer complies with all NIT requirements and
specifications with the following deviations :
Name :
MM/GLOBAL/E-01/2005 (45)
CHECK LIST
TECHNICAL
Yes No
2.0 Whether the product quoted is API approved and bears API monogram ? (if
applicable)
3.0 Whether required sample asked in bidding document has been submitted
along with the offer ?
4.0 If the sample has been asked for and the bidder is exempted from
submission of sample, then whether exemption letter has been enclosed with the
offer ?
5.0 Whether the materials being offered fully conform to the required technical
specifications ?
Yes No
Yes No
MM/GLOBAL/E-01/2005 (46)
(i) Value
2.1 Whether Original Bid Security has been forwarded (if called for) ?
3.0 In case the Bidder is a supply house, whether authorisation from the
manufacturer, authorising him to bid, has been enclosed with the offer ?
Yes No
Yes No
6.0 Whether the period of validity of the offer is as required in bidding document?
Yes No
Yes No
MM/GLOBAL/E-01/2005 (47)
Yes No
Yes No
12.0 Whether the cost of Third party Inspection charges included in the quoted
prices? If not, whether these have been quoted separately. (if called for)
14.0. Whether the cost of training of OIL personnel included in the prices? If
not, whether these have been quoted separately. (if called for)
Yes No
16.0 Has the bidder's past supplies proforma (Annexure – V) been carefully
filled and enclosed with the offer ?
Yes No
MM/GLOBAL/E-01/2005 (48)
18.0. If the Bidder is seeking business with OIL for the first time, has he given
the details of the parties to whom the offered items/services have been provided
in past alongwith their performance report ?
Yes No
19.0 Whether required sample asked in bidding document has been submitted
alongwith the offer ?
Yes No
21.0. Confirm that bid and all documents are signed using valid digital
signatures issued by acceptable Certifying Authority (CA) as per Indian IT Act
2000.
Yes No
22.0 Whether firm FOB/FCA price (Port of Shipment) has been quoted by
foreign bidders?
Yes No
23.0 In case of Air shipment, have you indicated FCA charges up to Gateway
airport?
24.0 Whether firm C&F prices (Calcutta Port) has been quoted by foreign
bidders?
MM/GLOBAL/E-01/2005 (49)
25.0 Have you indicated details of Indian Agent specifying Name & address of
the agent in India?
28.0 If the Indian agent is to receive annual retainer fee, the details about
the quantum has been furnished?
Yes No Not applicable
29.0 Has the country of origin of the items being offered, indicated ?
Yes No Not applicable
30.0 Whether firm Ex-works and FOR destination prices have been
quoted by indigenous bidders
Yes No
MM/GLOBAL/E-01/2005 (50)
33.0 Whether a copy of latest income tax clearance certificate has been
enclosed ?
34.0 Whether details of your registration under Sale Tax/Central Sales Tax
have been indicated in the offer?
Yes No
MM/GLOBAL/E-01/2005 (51)
------------------------------------------------------------------------------------------------------------------
_____ ______________
Name_ _____________
_______________________
_______________________
MM/GLOBAL/E-01/2005 (52)
NO. Date
To,
The
Oil India Ltd.,
(India)
Dear Sir,
Yours faithfully
Signature of Bidder
Name:
Designation :
For & on behalf of :
Copy to: Mr for information and for production before the (MM)
at the time of opening of bids.
MM/GLOBAL/E-01/2005 (53)
Page 143 of 443
ANNEXURE - VII
TO,
OIL INDIA LIMITED
P. O. - Guwahati - 781171
ASSAM, INDIA
1. If the Bidder withdraws their Bid during the period of Bid validity specified by the Bidder,
or
2. If the Bidder, having been notified of the acceptance of their bid by the Purchaser during the
period of bid validity :
a) fails or refuses to accept the order ; or
b) fails or refuses to furnish the performance security
We undertake to pay to the Purchaser up to the above amount upon receipt of their
first written demand (by way of letter /fax/cable) without the Purchaser having to
substantiate their demand, provided that in their demand the Purchaser will note that the
amount claimed by it is due to it owing to the occurrence of one or both of the two
conditions, specifying the occurred condition or conditions.
MM/GLOBAL/E-01/2005 (54)
MM/GLOBAL/E-01/2005 (55)
TO,
OIL INDIA LIMITED
P. O. - Guwahati - 781171
ASSAM, INDIA
We undertake to pay to the Purchaser up to the above amount upon receipt of their
first written demand (by way of letter /fax/cable) without the Purchaser having to
substantiate their demand, provided that in their demand the Purchaser will note that the
amount claimed by it is due to it owing to the occurrence of one or both of the two
conditions, specifying the occurred condition or conditions.
MM/GLOBAL/E-01/2005 (54)
MM/GLOBAL/E-01/2005 (55)
Dated
TO,
OIL INDIA LIMITED
P. O. - Guwahati - 781171
ASSAM, INDIA
AND WHEREAS it has been stipulated by you in the said Contract that the seller shall
furnish you a Bank gurantee by a recognized Bank for the sum specified therein as
security for compliance with the Seller’s performance obligation in accordance with the
contract.
MM/GLOBAL/E-01/2005 (56)
Page 148 of 443
Signature & Seal of the gurantors
Date ……………………..
………………………………
Witness Name and address of the Gurantors
MM/GLOBAL/E-01/2005 (57)
Page 149 of 443
ANNEXURE - IXA
MM/GLOBAL/E-01/2005 (58)
Page 150 of 443
ANNEXURE - IX B
MM/GLOBAL/E-01/2005 (59)
Page 151 of 443
ANNEXURE - X
MM/GLOBAL/E-01/2005 (60)
Page 152 of 443
ANNEXURE - XI
DECLARATION CERTIFICATE
BY
THE THIRD PARTY INSPECTOR
Material :
Quantity passed :
Certificate No. :
issued by us.
Date :
__________________________
Signature of Third Party Inspector
Seal
MM/GLOBAL/E-01/2005 (61)
Page 153 of 443
Amendment to General Terms and Conditions for Global Tender
(MM/GLOBAL/E-01/2005)
SECTION – A
A. Clause 2.4 of Section-A of General Terms and Condition of Global Tender (MM/GLOBAL/E-01/2005)
has been amended as under:
2.4 CANCELLATION OF TENDER - REFUND OF TENDER FEE
In the event, a particular tender is cancelled the tender fee will not be refunded. In case the tender is cancelled and
refloated, tender will be issued free of cost to the bidders who purchased against cancelled tender.
B. Clause as para 7.1.8 of Section-A of General terms and Condition for Global Tender (MM/GLOBAL/E-
01/2005) has been added as under:
7.1.8 Bidder should submit copies of original documents defining the constitution or legal status, place of
registration, and principal place of business; written power of the signatory of the Bid to commit the Bidder.
C. Clause 7.6 of Section-A of General Terms and Condition of Global Tender (MM/GLOBAL/E-01/2005)
has been amended as under:
7.6 DISCOUNT
Prices should be quoted net of discount by the Bidders. However, discount of any type, if indicated separately, will be
taken into account for evaluation. Conditional discount will not be considered for evaluation purpose.
D. Clause as para 7.15.1 of Section-A of General terms and Condition for Global Tender
(MM/GLOBAL/E-01/2005) has been added as under:
7.15.1 WITHDRAWL OF OFFER BY BIDDER
In case any bidder withdraws their bid within the bid validity period, Bid Security will be forfeited and the party will be debarred for
a period of 2 (two) years.
E. Clause as para 7.18 of Section-A of General terms and Condition for Global Tender (MM/GLOBAL/E-
01/2005) has been added as under:
7.18 FURNISHING FRAUDULENT INFORMATION/ DOCUMENT
If it is found that a Bidder has furnished fraudulent document/information, the Bid Security/Performance Security shall be
forfeited and the party will be debarred for a period of 3(three) years from date of detection of such fraudulent act, besides the
legal action. In case of major and serious fraud, period of debarment may be enhanced.
F. Clause as para 7.19 of Section-A of General terms and Condition for Global Tender (MM/GLOBAL/E-
01/2005) has been added as under:
7.19 BACKING OUT BY BIDDER AFTER ISSUE OF LETTER OF AWARD (LOA)
In case the Bidder does not accept the LOA/Purchase Order issued within validity of their offer, the Bid Security (wherever
applicable) shall be forfeited and the firm shall be debarred for 2(two) years.
G. Clause 9.1.2 of Section-A of General Terms and Condition of Global Tender (MM/GLOBAL/E-01/2005)
has been amended as under:
9.1.2 The Bank Guarantee / LC shall remain valid for 180 days more than the Bid validity and shall be enforceable at
Duliajan / Delhi / Kolkata/ Guwahati.
Note : In case of extension of bid closing date against any tender where a Bidder has already submitted his Bid with
requisite Bid security within the original BC date, such Bidders will be asked to confirm extension of their Bid Security
after opening of the Bids. Offers from such Bidders will be considered if they extend Bid security for the
corresponding period of extension of BC date upon request from OIL.
H. Clause 9.7 of Section-A of General terms and Condition for Global Tender (MM/GLOBAL/E-01/2005)
has been amended as under:
9.7 The Bid Security will be forfeited:
a) If a bidder withdraws his bid during the period of validity of bid or any extension thereof duly agreed by the bidder,
OR
b) If the successful Bidder do not accept the order or fails to furnish the Performance Security within 30 days of placement of
order or before the expiry of Bid Security (unless extended), whichever is earlier.
OR
c) If a bidder furnished fraudulent document/information in their bid
I. Clause 10.3 of Section-A of General Terms and Condition of Global Tender (MM/GLOBAL/E-01/2005)
has been amended as under:
The Performance Security shall be denominated in the currency of the contract or in the equivalent US Dollars
converted at the B.C. Selling rate of State Bank of India on the order date shall be in the form of a Bank Guarantee or
irrevocable Letter of Credit from:
a) Any Scheduled Indian Bank or
b) Any Indian branch of a foreign Bank or
c) Any reputed foreign Bank having correspondent bank in India and the Bank Guarantee shall be encashable in
India.
Contd..2
K. Clause 16.0 of Section-A of General Terms and Condition of Global Tender (MM/GLOBAL/E-01/2005)
has been amended as under:
16.0 Timely submission of tenders is the responsibility of the bidder. Bidders are advised in their own interest to
ensure that bid are uploaded in system well before the closing date and time of the bid.
L. Clause as para 34.0 of Section-A of General terms and Condition for Global Tender (MM/GLOBAL/E-
01/2005) has been added as under:
34.0 SET-OFF:
34.1 Any sum of money due and payable to the contractor (including Security Deposit refundable to them) under this
or any other contract may be appropriated by Oil India Limited and set-off against any claim of Oil India Limited (or
such other person or persons contracting through Oil India Limited) for payment of a sum of money arising out of this
contract or under any other contract made by the contractor with Oil India Limited (or such other person or persons
contracting through Oil India Limited).
SECTION – ‘D’
A. Clauses as para 1.12 of Section-D of General terms and Condition for Global Tender (MM/
GLOBAL/E-01/2005) has been added as under:.
1.12 To ascertain the substantial responsiveness of the bid, clarification in respect of clauses covered under BRC can be asked
from the bidder and such clarifications fulfilling the BRC clauses in toto must be received on or before the deadline given by the
company, failing which the bid will be summarily rejected.
B. Clauses as para 1.13 of Section-D of General terms and Condition for Global Tender (MM/
GLOBAL/E-01/2005) has been added as under:
1.13 Offers received without Integrity Pact (wherever applicable) duly signed by the authorised signatory of the
bidder will be rejected.
C. Clauses as para 4.1 of Section-D of General terms and Condition for Global Tender (MM/ GLOBAL/E-
01/2005) has been added as under:
4.1 OIL reserves the right to allow Small Scale Sectors registered with NSIC purchase preference facility as
admissible as per existing Government Policy. The bidders are requested to check the latest position on the subject
on their own and OIL does not accept any liability whatsoever, on this account.
SECTION – ‘E’
A. Clauses in para 7.0 of Section-E (BID REJECTION CRITERIA) of General terms and Condition for
Global Tender (MM/GLOBAL/E-01/2005) have been added as under:
(vi) Manufacturer’s Experience:- In case the bidder is a Manufacturer of the offered item, he should satisfy the
following along with documentary evidence i.e. copies of purchase order, B/L, invoice, etc., which should be enclosed
along with the techno-commercial bid:
(a) Minimum 5 (five) years of experience of manufacturing similar material (Same or higher outer diameter, with same
or high wall thickness irrespective of grade of the material). For this purpose the period reckoned shall be the period
prior to the date of opening of the techno-commercial bid.
(b) Should have manufactured / supplied similar material (same or higher outer diameter with same or higher wall
thickness irrespective of grade of the material) at least 50% of tendered quantity to various companies/ Oil and Gas
specific companies during the last 5 (five) Years.
However, domestic manufacturers that have satisfactorily executed development orders placed by OIL for similar
items (same or higher outer diameter with same or higher wall thickness irrespective of grade of the material) and are
established sources for supply would be considered acceptable.
(c) In case the bidder is not a manufacturer, then the bidder is required to obtain documentary evidence in respect of
the above (a) & (b) from the Manufacturer whose product has been offered and submit the same along with the
techno-commercial bid.
ANNEXURE - VII
A. Clauses in “THE CONDITIONS of this obligation are:” of ANNEXURE – VII of General terms and
Condition for Global Tender (MM/ GLOBAL/E-01/2005) has been added as under:
THE CONDITIONS of this obligation are:
3. If the Bidder furnishes fraudulent document/information in their bid.
This guarantee will remain in force up to and including one hundred eighty (180) days after the period of bid validity,
and any demand in respect thereof should reach the Bank not later than the above date.
--------X July-2012X-------
Purpose
The Purpose of the Document is to educate the Bidders, how to View and Download the
Tender Details from the OIL’s E-Tender Portal. The Steps to be followed for Participation and
Submission of Offers.
Prerequisites
ü OIL’s E-Tender Portal runs only on Internet Explorer 6.0 and above.
ü User should have a valid User ID From OIL for E-Tender Access [ Else Guest Login
can be used]
ü Tender should have been published in the E-tender Portal.
ü All Open Tender which are Open can be viewed by all including Guest Users.
ü Limited Tenders meant for specific Vendor can only access through the Login with their
User Id, provided the tender is marked to them.
Note:
Since, our –tender portal is running on port: 1443, please ask your network team to
open the port no. 1443 in the firewall so that the page gets displayed in the browser
properly.
For Participation:
For opening the e-tender Logon page , one can go through the following path.
One can also directly go to the webpage by typing the url in the browser also. The
url is : https://etender.srm.oilindia.in/irj/portal
The Compatibility Settings guides about the Internet Explorer Browser setting to
work properly the oil’s e-tender portal.
The second is guideline to the bidders about the details of the pre-requisite for the
e-tendering in OIL.
Vendor login :
For accessing and participation, e-tender portal user Id and Passwords are issued
from OIL. Generally it is issued to new vendors on their first time deposit of tender
fee against any of their interested e-tenders.
Else users without having user ID can to use ‘Guest’ to login into the portal. On
Login into the portal, the first page comes as under:
User Manuals are put under the User Manuals Tab Page.
Click on ‘Refresh’ at the bottom of the page to get the updated data.
To go to a specific Tender key in the RFx [ Tender ] Number in the Event Number Field and
click on button. The Tender Number will be displayed. [ Please remove this entry from
On double clicking on the Tender number [ RFx] , a new window will open with the Rfx in
display mode.
In the display mode, details are available as submission deadline, opening date, Tender fee,
EMD requirements etc. other relevant data in Rfx parameter area under Rfx information tab.
Now click on Question area near to Rfx parameter area under Rfx information tab to get all
the questions maintained in the RFx.
All the questions whose answers are expected by the vendor to fill are displayed in this area
(some of them are mandatory, marked with red star) as per tender requirement.
Click on Item tab to view the details of the material and services of the RFx.
1. click on
or
2. If you could not find the button , then [In case of old tender, prior to
upgrade]
3. This will redirect to the C-folder in following structure. This is the area to view and
download the Technical details like Details of Materials, Schedule of Services,
BEC/BRC, Terms and Conditions of the Tender, Integrity Pact etc.
4. Either of this link will open up a new Window as per the below screens.
Window with Collaboration Link will open as below: Navigate to the Tender documents
Folder for Tender documents and Amendment to Tender documents Folder for
Amendments, if any.
Window with Technical Rfx button, system will redirect to the following structure:
Navigate to the Tender documents Folder for Tender documents and Amendment to
Tender documents Folder for Amendments, if any. Users can view and download the
documents in local machine for further reference.
For Open Tenders, bidders need to go to the Individual Tender and Register [Tender
wise] for allowing them for participation.
Bidders can register against Individual tenders before paying Tender Fee. This is
required in order to maintain the Tender Fee that has been submitted by the bidders,
without which they can’t participate.
In some scenarios, if the bidder doesn’t get the Register button, they will get the
Create Response button [in that scenario, bidder has been allowed to participate by
the respective purchase department already.
Exception: For older tender [ tenders published prior to up-grade { in this scenario,
collaboration folder will be available under Notes and attachment and no ‘ Technical
Rfx’ button at the Top}], bidders need to deposit the tender fee before Registration.
Once bidder’s registers and tender fee is maintained, ‘Create Response’ button will be
visible through which bidders have to create the response against the e-tender.
In some scenarios, if the bidder doesn’t get the Register button, they will get the
Create Response button [in that scenario, bidder has been allowed to participate by
the respective purchase department already.
Note: For older tender bidders need to deposit the tender fee before Registration.[See
exception note on above page]
process ( This will help purchaser to know your intend for participation for the Tender)
After creation, a bid/response number will be generated. It will start with 600XXXXX. Click on
the save button to save the bid you have created. Once creation response part is
over, you will not get the create response button again.
Please have a look at the important field for the response submission process. Under
RFx Information Basic Data Tab Page. The Field value of ‘Detailed Price Information’
will guide you the type of Price to be maintained in the response. The field is available
as per the screen shot below.
Note: Details of the Procedure and Screen Shots are available under
Commercial Uploading section below.
information filled up in the response can be saved by pressing the save button.
Once saved, response goes to the display mode, to work on click on the edit button
A. Terms of Payment: Payment Term offered by the bidders for the quote.
Select Terms of payment from the dropdown list. For getting the dropdown click on the
icon in the value field.
On Edit Mode, you can fill all the answers as per the requirement of the RFx.
Commercial Section:
Now for quoting the price for the materials and services.
Double Click on the amount column (on Edit Mode), you can maintained the Prices on-line
[Currency also, if multiple currency is allowed for the RFx] . [ Please Ignore the Total Value
displays at the top, not reflecting correct one]. After maintaining the Prices for all items as per
the schema defaulted, click on button to save the data. [ Maintain only prices under
amount field where there is respective condition types, blanks should be avoided]
Prices can also be maintained by going to the Item Tab page , Details area, then
maintain prices one by one item by navigating into next items. To select next Item click on
Expand the node, if required by clicking the option on left of the item . It will open up all
the items.
Click on the Price field and maintain the Prices in the on-line format. [Currency also, if
multiple currency is allowed for the RFx]. After maintaining the Prices for all items as
per the schema defaulted, click on button to save the data. [ Maintain only
prices under amount field where there is respective condition types, blanks should be
avoided].
In this type of Rfx, no on-line Prices to be filled up. Instead, Price Bid Format provided
as part of the Tender, to be downloaded, fill up fully in the local machine. Once filled
up these to be uploaded under Notes and attachments in the response with Digital
Signature.
Under the Attachment Option, First Click on the Sign Attachment Option to open up the
Signing window , which is as under:
Then click on the button to browse the file from the Local PC. Browse
the file from the PC, the file along with the full path will be displayed in the browser
browsed, click on the button to attach the Digital Signature on the file.
This will create a new file on the PC of the original file with an extension .SSIG. The
signing process is as per the screenshot below.
Then select the Signature and click on Sign button. One pop-up will come
on successful Signing of the browsed file.
Now click on the Add Attachment Button to add the Signed File in the Response. On
clicking the Add Attachment option, a new window will open as under:
Browse the Signed File from the PC, the file along with the full path will be displayed
in the browser window. Give a Description by key in the Text and Click on
button to save/upload the Digitally Signed File in the system.
The file uploaded in the response will be displayed in the response as under. Multiple
files can be uploaded by using Digital Signature one by one.
In case of new tender types, click on the button at the top on the
response. This will open up a new window.
Similarly in case of old tender, instead of Technical RFx Button, a collaboration link as
per the below screen shot will come.
In both the cases only difference is the folder structure, rest all the procedure
is same. Files in case of new tender types to be uploaded under ‘Tech_bid’ and
in old tender types under ‘Case Folder’
System asks for the option to upload the document. Put a name to the document,
Maintain Description and Select Radio button
Click on Browse to select the document from the Local Machine to be uploaded.
Select the document by click on button. The file along with the full path
will be displayed in the browser window as under:
Pop up showing the list of the Digital Certificates available, select the appropriate
Certificate and click on ‘SIGN’
Enter the Password for the Digital Certificate . On Signing successfully, the below
pop-up comes:
Now follow the instructions as per the pop-up message to attach the Digitally signed
Document. For that click ok to close the pop-up. Now on the screen again click on
button to select the Digitally Signed File on the PC.[The Signing will
create a new file on the PC of the original file with an extension .SSIG.]
Select the Document which was created with SSIG extension as of original document
Once Document has been successfully uploaded it will be displaying under the
current version. This process to be done for each and every file that are to uploaded
Click on LOGOUT button in the Extreme top Right corner to logout from this
collaboration.
Now click on the button to check for any error messages on the response.
In case of error, message with come with Red Buttons and Warnings with
buttons. With warnings submission process can go on, however, in case of error,
offer cannot be submitted. Please maintain the mandatory parameter or maintain
the data to remove the error.
Once all the fill up and upload is complete in all respect, Response has to be Digitally
signed before submitting the Response.
Click on the button at the top of the Response in the Main screen.
System will pop-up following window for selecting the proper Digital certificate for
signing the Response
Select the appropriate Digital certificate and click on SIGN. It will prompt for the
Password. On providing the password and click on OK, pop-up Success message will
be displayed as under:
( please maintain all the required entries to remove all the error messages)
Click on to complete the submission process for the Response against the
Tender.
Result
You have successfully submitted the Response to the RFx (Tender). The status can be
verified on the RFx and Auction window.
For any Queries and Clarification please do email ERP Support Team at
[email protected]
DOCUMENT NUMBER
( Always quote the Document Number given below as reference )
NOTES :
1 This page is a record of all the Revisions of this Requisition.
2 The nature of the Revision is briefly stated in the "Details" column below, the
Requisition in its entirety shall be considered for contractual purposes.
3 Vendor shall note the MR category and shall submit his offer in line with the
requirements included in attached 'Instructions to Bidders'.
Vendors shall quote prices in EIL Price Schedule except for Sr.No.9.00. Price for
documentation is implied to be included in the prices quoted against Sr.No.1.00 to
Sr.No.8.00
Vendor to note that the numbers given in square '[]' and curly '{}' brackets are
not for their use and meant for store purpose only. Items shall be tagged as per
main equipment Tag No. only.
Note:
Bidder to note that,one fixed price is to be quoted for grouped items. The groups
of items are identified by D1 where D1 indicates one group and so on.
Grouped items shall not be split ordered.
LIST OF ATTACHMENTS
REVISION
SL. REV. REV. REV. REV.
DOCUMENT TITLE DOCUMENT NO.
No.
DATE DATE DATE DATE
1 REFER LIST OF ATTACHMENT A415-000-16-45- 0
LOA-5120 13/12/2013
In case of any subsequent revision of MR or PR, only revised sheets of the
attachments listed above shall be issued alongwith the revision.
GENERAL NOTES:
(1). Commissioning spares consumed during commissioning phase over and above the
quoted spares shall be supplied without any time/cost implication to the purchaser.
Any left-over (un-used) spare shall be owner's property.
(2). Supervisory cost of 10 (TEN) mandays per Reciprocating Pump package shall be
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL-1641-515 Rev.1 A4-210x297.
considered for the purpose of commercial evaluation. However, payment to the vendor
shall be made on the basis of mandays actually consumed for supervision of erection
and commissioning.
PO No.:
Date of PO: City:
Bidder shall confirm that the following documents/confirmations/information are enclosed with
the BID. In case bids are found incomplete the same can be summarily disqualified for further
evaluation. It is in the bidder’s own interest to see that the bids are prepared and submitted in
accordance with specified requirements. In case reply is ‘NO’, bidder shall furnish reasons for
same.
Sl Description Enclosed Remarks
no. (Yes/No)
1.0 All Check lists fully completed
2.0 Filled in data sheets
-Reciprocating Pump datasheet. Duly filled-in Gear-Box
Datasheet shall be furnished by
-Electric Motor Datasheet. the bidder for review during
-Any other datasheet. detailed engineering (in case of
an order)
3.0 Confirmation that the total scope of supply/work
is in accordance with the MR requirements or
else items excluded.
4.0 Filled in Experience record proforma (ERP) for Duly filled-in ERP for Gear-Box
shall be furnished by the bidder
each Pump item. for review during detailed
engineering (in case of an order)
5.0 Vendor’s general reference list
6.0 Manufacturer’s catalogues for the offered items
7.0 P&IDs/Schematic Drawings for the offered (For info. Only)
systems (TYPICAL).
8.0 Drawings (General arrangement, Equipment (For info. Only)
GA, Cross-sectional drawings
layout drawing, Foundation & Cross Sectional) etc. for Gear-Box , Couplings
of main equipments (TYPICAL). etc. shall be furnished by the
bidder during detailed
engineering (in case of an order)
9.0 Utility requirements.
10.0 Maximum Weights (Erection/maintenance) (For info. Only)
alongwith Crane hook height.
11.0 Spare Parts/Special Tools
11.1 List of Mandatory spares, as specified with unit Unpriced copy only
prices
11.2 Quotation for spares for two years normal (As recommended by Bidder:
unpriced copy only)
operation alongwith unit prices.
11.3 List of commissioning spares. (As recommended by bidder)
11.4 List of Special tools and tackles. (As recommended by bidder)
12.0 Quotation (Per Diem rates) for Supervision of
Erection and Commissioning.
13.0 Confirmation to Instrument Specifications
14.0 Confirmation to Electrical Specifications
15.0 Confirmation to Static Equipment Specifications
16.0 Confirmation to Piping Specifications
17.0 Other Vendor drg. and data as per the vendor
data requirement forms (those required with the
bid) and Electrical, Instrumentation, Static
Equipment and Piping specifications).
___________ ____________________________
(Bidder’s Seal) (Signature of Authorised representative)
CHECKLIST-SCOPE OF SUPPLY
FOR
RECIPROCATING PUMP
(PISTON/PLUNGER)
(i) Bidder shall furnish all equipment, drivers, auxiliary systems, instruments and controls
and safety devices as per the inquiry document. Anything required over and above what
is specified, for safe and satisfactory operation of the equipment package shall be
included by the bidder in his scope.
(ii) Bidder to write YES/NO against each item. Bidder is required to include complete
scope, as such 'NO' is not warranted. However, in case for any of the items if Bidder's
reply is 'NO', Bidder should give reasons for the same:
(iii) Bidder's scope of supply shall include but not be limited to the following:
6.0 Miscellaneous
6.1 Foundation bolts and nuts. Yes
6.2 Companion Flanges alongwith Nuts, Bolts &
Gaskets for Suction / Discharge and all
purchaser’s interface connections. Yes
Notes:
1. The word ‘Set’ means the quantity for full replacement of that part in one Machine.
2. Bidder shall indicate the unit prices of the spare parts and shall quote for all the mandatory spares as
defined above and as applicable to the proposed design of the equipment. In case, any spare which is listed
in the checklist but not applicable due to specific construction/design of the equipment, the same shall be
highlighted as ‘Not Applicable’ against that spare supported with proper technical explanation.
3. Spare parts shall be identical in all respects to the parts fitted on the main equipment, including dimensions,
material of construction and heat treatment.
4. The cost of these Mandatory Spares shall be added to the ‘Total Cost’ for commercial evaluation of the
offer.
5. The offers, not including the quotation for mandatory spare parts in the commercial section and the unpriced
quotation for mandatory spare parts in the technical section shall be considered as incomplete offers and
shall be liable for prima-facia rejection. The bidder is advised to furnish the above checklist, duly completed
and consolidated, alongwith the techno-commercial offer (i.e. both unpriced and priced copies)
6. The word ‘TYPE’ means the Make, Model no., Type, Range, Size/ Length, Rating, Material as applicable.
7. Bidder shall submit this document duly filled separately for each tag.
STATES : ASSAM
: WEST BENGAL
: BIHAR
STATION LOCATION :
PUMP STATION LOCATION
PS – 1 : Naharkatiya, Assam
TPS : Tengaghat, Assam
PS-2 : Moran, Assam
PS-3 : Jorhat, Assam
PS-4 : Sekoni, Assam
PS-5 : Noonmati, Assam
PS-6 : Bongaigaon, Assam
PS-7 : Madarihat, West Bengal
PS-8 : Sonapur, West Bengal
PS-9 : Dumar, Bihar
PS-10 : Barauni, Bihar
RECEIPT TERMINAL
RT-Digboi Refinery : Digboi
RT-Numaligarh Refinery : Numaligarh
RT-Guwahati Refinery : Guwahati
RT-Bongaigaon Refinery : Bongaigaon
NEAREST AIRPORTs
Dibrugarh, Assam : PS-1, TPS, PS-2, RT-Digboi Refinery
Jorhat, Assam : PS2, PS-3, PS4, RT-Numaligarh Refinery
Guwahati, Assam :PS-5,PS-6,RT-BongaigaonRefinery
RT-Guwahati Refinery
Siliguri, West Bengal : PS-8
Patna, Bihar : PS-10
FGL of stations
- FGL of pumping station (PS-1) at Duliajan : 119.1
- FGL of pumping station (PS-2) at Moran : 100.4
- FGL of pumping station (PS-3) at Jorhat : 92.5
- FGL of pumping station (PS-4) at Sekoni : 77.7
- FGL of pumping station (PS-5) at Noonmati : 52.9
- FGL of pumping station (PS-6) at Bongaigaon : 59.3
- FGL of pumping station (PS-7) at Madarihat : 116.3
- FGL of pumping station (PS-8) at Sonarpur : 86.6
- FGL of pumping station (PS-9) at Dumar : 31.2
- FGL of pumping station (PS-10) at Barauni : 43.9
- FGL of receipt terminal (Digboi Refinery) : 119.1
- FGL of receipt terminal (Numaligarh Refinery) : 100.8
- FGL of receipt terminal (Guwahati Refinery) : 52.9
- FGL of receipt terminal (Bongaigaon refinery) : 63.0
- FGL of despatch terminal (Barauni) : 43.9
JOB SPECIFICATION
FOR
RECIPROCATING PUMPS
TABLE OF CONTENTS
1.0 GENERAL
1.1 Scope
1.1.1 This specification along with the equipment data sheet, EIL standard specification 6-41-0020
Rev. 2 and applicable API Standards describes the minimum requirements for design,
engineering, manufacture, inspection & testing, supply, supervision of erection and
commissioning etc. of “Reciprocating pumps” for “Slop transfer pumps” service as described
hereunder and in other referred documents. These pumps are meant for UPGRADING PUMP
STATIONS/TERMINALS OF NAHARKATIYA-BARAUNI CRUDE OIL PIPELINE project.
1.1.2 The intent of these requirements is to supplement, highlight and modify the requirements as
given in the data sheets, specifications as listed under list of attachments forming part of the MR
and other applicable standards referred to in the data sheets and specifications. It is to be noted
that all the requirements enumerated below are for each pump item unless specifically
mentioned otherwise.
1.2 Standards
1.2.1 The design, engineering, manufacture, supply, Inspection and testing and other general
requirements of the pumps shall be strictly in accordance with the data sheets, this job
specification, P&IDs, standard specifications etc. as listed under “List of Attachments” as well as
other referenced codes, standards and recommended practices.
1.3 Order of Precedence
1.3.1 In case of any conflict between this Job Specification and other inquiry documents, the following
preferential order shall govern:
(a). Process data sheets/P&IDs
(b). Mechanical Datasheets
(c). This Job specification
(d). Other Data Sheets/Drawings attached
(e). EIL Standard Specifications.
(f). International Standards/Codes/recommended practices as applicable.
However any such conflict shall be brought to the notice of Owner/Consultant &
Owner’s/Consultant’s decision shall be FINAL & BINDING in this regard.
1.4 Bidder shall make all possible efforts to comply strictly with the requirements. However, if any
specific requirement is not possible to comply due to inherent design of the equipment (and not
due to cost or time considerations), then such deviations shall be separately consolidated and
furnished under “List of Deviations” with specific references to Document no., Page no., Clause
no./Para no., Line no. etc. of the applicable document to which deviation applies, along with
adequate reasons for each deviation. Further, bidder shall furnish a statement, that except for
the deviations furnished by him, his offer is in total conformity with all the data sheets and
documents Listed under “List of Attachments” and the referenced codes, standards and
recommended practices. No deviation shall be considered after award of order. Any comment,
deletion, correction on the body of the data sheets/specifications/VDR etc. will not be taken
cognisance of and all such deviations shall be deemed to have been withdrawn by the bidder.
1.5 Compliance with this specification shall not relieve the bidder of the responsibility of furnishing
equipment and auxiliaries of proper design, materials and workmanship to meet specified
operating conditions.
2.0 SCOPE OF SUPPLY:
2.1 Bidder shall supply all necessary equipment as described hereinafter and as per the attached
data sheet(s) to make a complete and operable unit. This shall include, but not be limited to, the
following:
(a). Pump complete with Gearbox (Single step helical), drive motor, coupling and coupling
guard.
(b). “T-type” Suction strainer for each Pump.
Format No. 1641-1924 Rev. 0 Copyright EIL – All rights reserved
Page 225 of 443
SPECIFICATION No.
JOB SPECIFICATION FOR
RECIPROCATING PUMPS A415-000-16-45-SP-5120
Rev. 0
Page 4 of 10
6.3 Bidder shall furnish duly filled in experience record proforma for Pump (Doc. No. A415-000-16-
45-ER-5120) and Gear-Box (Doc. No. A415-000-16-45-ER-5121) to justify provenness of the
offered Pump & Gear-box models.
However, the offers submitted by bidders shall be evaluated on the basis of EQC requirements
of main equipment (i.e. pump) only.
The information required to satisfy the EQC requirements for auxiliary/bought outs i.e. Gear-Box
shall be submitted during detail engineering stage (in case of an order) after finalizing the details
of such bought out equipment.
7.0 BASIC DESIGN/SPECIAL REQUIREMENTS
7.1 The pump package and associated equipment shall conform to API 674 2nd edition together with
EIL standard specification 6-41-0020 Rev.2 and other specifications as listed in the list of
attachments forming part of the MR.
7.2 The offered Pump type shall be Single acting Plunger/Piston type. Double acting Pumps are not
acceptable.
7.3 V-Belt drive shall not be used between the Pumps & Electric Motor Driver.
7.4 The offered pumps shall meet the requirements as specified in the attached data sheets.
7.5 Suction side nozzle shall be designed for same pressure & temperature condition as that of
discharge side nozzle.
7.6 Each of the Slop Pumps’ Cylinder/Liquid end shall be provided with a valved drain connection to
drain out the Crude during stand-still condition.
7.7 Gear-Box
7.7.1 The Gear-Box shall be Single Step helical type as per API-677 2nd edition, with parallel shaft
configuration.
7.7.2 The Gear Rated power shall not be less than 110% of the Motor nameplate rating.
7.7.3 The Gear service factor shall be minimum 2.0.
7.7.4 The details of the Gear-Box i.e. Datasheet duly filled-in, General arrangement, Cross-sectional
drawings etc. shall not be reviewed during bidding stage. The same shall be reviewed during
detailed engineering i.e. post-order stage.
7.8 Couplings
7.8.1 Couplings shall be of metallic, non-lubricated, flexible-element type (i.e. either diaphragm or
discs) with spacer.
7.8.2 Couplings shall be selected for minimum service factor of 1.5 over driver rating.
7.8.3 Coupling service factor shall not be more than the Gear Service factor.
7.9 Pulsation Suppression devices
7.9.1 If required to meet NPSHR requirements, Suction Pulsation Dampeners of Volume Bottle type
shall be provided.
7.9.2 Discharge pulsation dampener shall be provided to limit the pulsation within the value as given
by equation 3.1 of API 674, 2nd edition.
For Discharge pulsation dampeners, the first preference shall be for volume bottle type
dampener and if the same is not sufficient a bladder type N2 precharged dampener shall be
provided. In that case, Bidder shall also supply the N2 pressure regulator along with gas
charging kit.
7.9.3 All pulsation dampener shall be designed as per ASME Sec. VIII Div.1 and shall be provided
with pressure gauges. Code Stamping is required for pulsation dampeners. Refer Static
Equipment section of the inquiry document for further details.
Format No. 1641-1924 Rev. 0 Copyright EIL – All rights reserved
Page 228 of 443
SPECIFICATION No.
JOB SPECIFICATION FOR
RECIPROCATING PUMPS A415-000-16-45-SP-5120
Rev. 0
Page 7 of 10
purposes. Bidder shall furnish unit prices of each part as in above document.
8.2 Commissioning spares
Bidder’s scope of supply shall include all commissioning spares (Mechanical, Electrical and
Instrumentation) for the pump package as deemed necessary. Bidder shall include the list of
such spares in his proposal. Bidder to note that in case any of the spare is consumed over and
above the quoted commissioning spares, the same shall have to be replaced/supplied free of
cost by the bidder. Any leftover spares after commissioning shall be handed over to the owner.
8.3 Special Tools and Tackles
Any special tools and tackles required for erection, site assembly & maintenance of pump, motor
etc shall be included in the bidder’s scope of supply for each item number. Bidder shall furnish a
list of the same with bid.
8.4 Quotation for recommended spares for two years normal operation
Bidder shall furnish an itemised list of recommended spare parts with unit prices for two years
normal operation of the complete pump unit (including mechanical, electrical and instrumentation
spares).
9.0 SUPERVISION OF ERECTION AND COMMISSIONING
9.1 The Pump vendor shall provide his services for supervision during erection and commissioning
of the pump packages. Electrical & Instrumentation engineers shall also be present along with
vendor’s erection and commissioning engineers, as required.
9.2 The supervisory cost of 10 mandays per pump (i.e. 20 mandays per Tag) shall be considered for
the purpose of commercial evaluation.
9.3 Bidder shall indicate in his proposal the cost of providing the above services on per diem basis.
Bidder may propose separate rates for foreign specialist and Indian specialist; in such case,
proposed break up rate for the same shall be provided.
10.0 VENDOR DATA AND DRAWING
Vendor data and drawings shall be furnished in accordance with the “Vendor Data Requirements
-Reciprocating Pumps” and Vendor data required as per Electrical, Instrumentation, Piping &
Static equipment sections. Bidder shall ensure that complete data is furnished as required.
11.0 EQUIPMENT STORAGE
All pumps shall be packed for an outdoor storage period of 12 months. The following shall be
ensured before dispatch of the Rotating equipments:
(a). All the openings shall be in plugged & sealed condition during dispatch.
(b). Instruments like gauges, oiler etc shall be removed from the main equipment and
dispatched separately to avoid the damage of these components during transportation
handling and erection.
(c). In addition to normal packing the pump and motor skids shall be separately covered
with transparent polythene cover with opening for piping.
12.0 INSTALLATION CRITERIA
All pumps shall be suitable for outdoor installation. No equipment shelter is envisaged.
13.0 INITIAL FILL
The initial fill of lubricants, sealing fluid & other consumable shall not be included in the scope of
supply of pump vendor. However, a list of recommended oil grade with available equivalent oils
from different suppliers for bearing lubrication shall be provided.
14.0 UTILITY REQUIREMENTS
Bidder shall furnish filled in utility Requirements for all items in his offer.
10.12.2013 0 AS PB TM
Date Rev Prepared Checked Approved
by by by
1 GENERAL
2 Project: NBPS Job no.: A415
Page 1 of 3
3 Owner: M/S OIL Site: DUMAR
4 Purchaser: Unit: PS-9 DUMAR Unit No.: 009
5 Item No.: 009-PA-RP-106 A/B Service: SLOP TRANSFER PUMP
6 No. Required: 2(Note-1) Working: 2 Std by: 0 Driver: Working: ELECTRIC MOTOR Std By:
7 Applicable to Proposals Purchase As Built
8 Scope option & Information specified by purchaser Information Reqd. from & option left to vendor. Vendor to cross the selected option.
9 Manufacturer: Size & Type: Model:
10 OPERATING CONDITIONS
11 Liquid: CRUDE OIL Capacity at PT (m3/hr):
12 Pumping Temperature( C)(Nor/Max.): 25-40 Min: Nor: 5 Rated: 5
13 Specific Gravity at PT: 0.795-0.888 Discharge Pressure (kg/cm²,g):
14 Vapour Pressure at PT(kg/cm²,a): 0.72 Max: Min: Rated: 57
15 Viscosity at PT(Cp/Cst): 1.86-15.54 Suction Pressure (kg/cm²,g):
16 Corrosion/ Erosion caused by: SULPHUR 0.34% W/W Max: 11.5 Min: Rated: 6
17 Presence of Solids: NO Differential Pressure (kg /cm²):
18 NPSH Available (w/o acceleration head) (m): >8 (Rem-2) Max: Min: Rated: 51
19 SITE / INSTALLATION / UTILITY DATA (Refer Site & Utility Data A415-000-16-45-SU-5120)
20 Location: Indoor Outdoor w/w/o roof Heated Unheated
21 Site Temperature( C): Max: Min: Elect. Area Div: Class: Group:
22 Available Cooling Water Pr. (kg/cm²g) Min: Hazard: Normal: Max:
23 Temperature (°C) Min: Normal: Max:
24 Note 1: The pumps shall be operating in parallel.
25 Note 2: Pour point: 18˚C(max) after pour point depressant dosing
26
27
28
29 APPLICABLE CODES & STANDARDS
30 API STANDARD 674 2nd Edn, EIL STANDARD SPECIFICATION 6-41-0020 Rev. 2
31 PERFORMANCE
32 At Rated Condition: Rated Cap. (m /Hr):
3
For direct acting pumps: (Not Applicable)
33 NPSH Required (m): Accel. Head (m): Driver Gas: Governor Type:
Rated
Accel. (rpm)
Head (m): Max (rpm) Min. Nor. Rated Design
34 Piston
Plungerspeed
linear(m/s):
speed (m/s): InletPressure
35
Volumetric Efficiency
Vol. efficiency (%): (%): [ 90%] Mech. Eff. (%): Inlet Temperature
kg/cm²,a
36 Hydraulic (kW): Overall Eff. %: CExhaust Pressure
37 BKW Rated: BkW at R.V. Set Pr.: Stall Pressure (kg/cm²,a):
kg/cm²,a
38 Driver Rating (kW): Speed (rpm): Steam / Gas Consumption (kg / kW.hr):
39 Pinion Shaft (rpm):
40 Maximum Frame Rating kW @ rpm Power End Lubrication:
41 Maximum Pressure Rating (kg/cm²g): Type Splash Positive Pressure Gravity
42 R.V
Accel.
SetHead (m): (kg/cm²g):
Pressure (110% of Rated Dis. Pressure) Oil pump Driven By: Main: Auxiliary:
43
Plunger linearbearings:
Type of main speed (m/s): Oil Filter Type: Filtration:
44
Volumetric Efficiency
Internal gears (%): [ 90%]
Yes No Oil Cooler: Type: Size:
45 Gear Ratio: Gear Service Factor: Oil Piping Material:
46 CONSTRUCTON FEATURES
47 Nozzles Size ANSI Rating Facing Position
48 Pump Suction 600#
49 Pump Discharge 600#
50 Suction Manifold (for Purchaser’s interface)
51 Discharge Manifold (for Purchaser’s interface)
52 Pulsation Dampener (Suction)
53 Pulsation Dampener (Discharge)
54 Relief valve (Inlet)
55 Relief valve (Outlet)
56 Gland Flush
57 Drains
58 LIQUID END
59 Type: Simplex Duplex Multiplex
60 No.of Cylinders: Single acting Double acting VALVE Number Area Velocity m/s
61 Horizontal Vertical Suction mm²
62 Plunger Piston Discharge
63 Removable Liners No. Liners Valve type: Disc--OR-- Wing Double Ported
64 Packing Lubrication Lubricator Make
BallNo.of Feeds: Flush Source
65 MATERIALS
66 Part Liquid end ASTM Grades Part Liquid End ASTM Grades
Page 2 of 3
67 Cylinder CS Packing
68 Liner Lantern ring
69 Piston/Plunger CS Bolting
70 Piston Overhead Tank
71 Valves/ Seat
/PlungerRod/Rings SS 304L Lubricator
72 Gland Throat Bushing
73 INSPECTION & TESTING
74 Description Required Witnessed Description Required Witnessed
75 Shop Inspection NPSH (if reqd. as per spec.)
76 Material test Cert. Dismantle & Insp. after test
77 Hydrostatic R.V. Set Functional Test
78 Mechanical Run Test Mechanical Run (Gear Box)
79 Complete Unit Test Final inspection/Dimensional check
80 Performance
81 Remarks: Performance test shall be as per API 674 2nd edition & EIL spec. 6-41-0020 2nd edition
82 PACKING (as per API 674) PRESSURE RATINGS (as per API 674)
83 Liquid Gas End Valve Rod Liquid Cylinder Gas Cylinder
End
84 No. of Rings Max. Allowable Pressure (kg/cm²g)
85 Size of Rings Max. Allowable Temp ( C)
86 Other Hydrostatic Test Pr. (kg/cm²g)
87 DRIVERS
88 Electric Motor: Manufacturer: Size: \(Refer Separate Data Sheet)
89 Driver Supplied & mounted by: Pump Vendor Driver Supplied & mounted by others
90 Driver kW: @ rpm Variable Speed: Constant Speed:
91 Steam Turbine: Furnished by: Vendor Mounted by: Vendor Item No.: (Refer Separate Data Sheet)
92 Diesel Engine: Furnished by: Mounted by: Vendor Item No.: (Refer Separate Data Sheet)
93 ACCESSORIES
94 GEAR REDUCER V - BELT DRIVE(Not Applicable)
95 Required: Manufacturer: Also refer GB D/sheet Required: No.of Belts:
96 Type: Model: Size of Belts:
97 Service Factor: 2(min.) Rating: (Rem-10) Totally Enclosed Guard:
98 Supplied & Mounted By: Pump Vendor Slide Rails for Adjustment:
99 COUPLINGS
100 Low Speed: High Speed:
101 Manufacturer: Service Factor: 1.5 (min.) over driver rating Manufacturer: Service Factor:1.5 (min.) over driver rating
102 Type: Flexi-metallic with spacer Type: Flexi-metallic with spacer
103 Supplied & Mounted By: Pump Vendor Supplied & Mounted By: Pump Vendor
104 MOUNTING PLATE
105 Base Plate: Sole Plate: Skid Plate: Open Ream Support:Drain collecting under liquid end
106 Supplied By Pump Manufacturer: Fully Grouted: Overall Size (lxbxh):
107 Common for Pump, Gear, Driver & Auxiliaries Supply skid mounted with piping
108 PULSATION SUPPRESSION DEVICES (Rem-3, Rem-4, Rem-5, Rem-6)
109 Suction: Discharge:
110 Supplied By Pump Manufacturer: Supplied By Pump Manufacturer:
111 Type: Size Type: Size
112 Material of Construction: Material of Construction:
113 Loose supply Skid Mounted with Piping Loose supply Skid Mounted with Piping
114 Code stamping required (Refer Static equipment Specification)
115 )
RELIEF VALVE(Refer Instrumentation Specification)
116 Relief Valve Type Set Pressure kg/cm²(g): Make:
117 Loose supply by Vendor Mounted with Skid (mounted by Vendor):
118 WEIGHT
119 Pump Only (Kg): Gear (Kg): Driver (Kg): Pulsation Dampeners:
120 Baseplate (Kg): Total Net Weight (Kg):
121 REMARKS
122 ------Contd. on Page 3 of 3------
123
124
125
126
127
128
129
130 REMARKS
131 1). Pump cylinder & pressure retaining parts shall have MAWP of not less than 62.7 kg/cm²g @ 65 C.
132
Page 3 of 3
2). The Value of NPSHA as indicated is without considering Acceleration losses. NPSHA shall be calculated by the bidder based on the suction
133 piping arrangement i.e. Suction Pipe diameter 3” and equivalent suction pipe length 50 m.
134 Bidder shall furnish Calculation for acceleration head, NPSHA along with the offer and ensure that the difference between
135 NPSHA – NPSHR – Acceleration Head shall be greater than 0.6 m.
136 3). Bidder shall supply & mount Suction pulsation dampener, if the same is required to reduce the NPSHR.
137 4). Bidder shall supply & mount Discharge pulsation dampener to limit the pulsations within the range as prescribed in API 674.
138 5). For Discharge pulsation dampeners, the first preference shall be for volume bottle type dampener and if the same is not sufficient a bladder type
139 N2
Precharged dampener shall be provided. In that case, Bidder shall also supply the N2 pressure regulator along with gas charging kit. The
140 Gas charging assembly (Kit) shall be provided along with instruction for use.
141 6). All pulsation dampener shall be designed as per ASME Sec. VIII Div.1 and shall be provided with pressure gauges. Code stamping is required
142 for the pulsation dampeners.
143 7). Pump manufacturer shall supply & mount Relief Valve alongwith necessary piping on Suction and Discharge sides of Pump as per P&ID no.
144 A415-04-41-009-1148.
145 8). Frame rating of the offered pump model, at that speed, shall be higher than the pump BKW at relief valve set pressure as specified.
146 9). Companion Flanges alongwith nuts, bolts, gaskets etc. for Pump suction/discharge and all Purchaser’s interface points shall be furnished.
147 10). Gear box shall be Single step helical as per API 677, with parallel shaft configuration. The gear rating shall be at least 1.1 times of driver
148 rating.
149 11). Pulsation study shall be carried out as per design Approach 2 of API 674. Job specification shall be referred for further details. Pulsation
150 Study should consider both the Pumps operating in Parallel.
151 12). Continuous supply of Cooling Water is not available at site. Service Water shall only be provided as make-up. Refer Site & Utility Data for
152 details of the same. Bidder shall indicate requirement (if any) of the same in his proposal.
153 13). MOC of Wetted parts of the Pumps are as indicated. All other parts of the Pump units shall be suitable for the specified service. Suction &
154 Discharge dampeners shall be of CS. MOC of the Bladder for Gas charged Dampeners shall be Perfluoroelastomer (VITON). Generic
155 Metallurgy has been indicated in the Datasheet. Bidder shall furnish ASTM grades of the same in his proposal.
156 14). The Motor Driver shall be suitable for Pump operation at PSV set-pressure.
157 15). Safety Valve set-pressure shall be 110% of Rated Discharge Pressure.
158 16). One number Suction Strainer of suitable Mesh size for each installed pump shall be provided to ensure smooth & trouble free operation
159 of the Pumps. The pressure drop across the strainers should not exceed 0.1 kg/cm2. Bidder shall include in his scope of supply these
160 Strainers as loose supply items. Also refer Job Specification for further details of the strainers.
161 17). Process Datasheet No. A415-009-04-41-DS-1662 and P&ID No. A415-04-41-009-1148 shall also be referred.
10.12.2013 0 AS PB TM
Date Rev Prepared Checked Approved
by by by
10.12.2013 0 AS PB TM
Date Rev Prepared Checked Approved
by by by
SERVICE :
ITEM NUMBER. :
VENDOR. :
INSTRUCTIONS TO BIDDERS :
1. This proforma duly filled in shall be submitted for each item separately, alongwith the bid.
2. Since the information requested in this proforma will be utilised to assess provenness of offered model, it is in the interest of the equipment
manufacturer to pick up those cases out of total list of references which most closely match with the offered model.The equipment manufacturer
shall also ensure that each & every information asked for is furnished and the same is correct and complete in all respects. Incorrect
information furnished in this proforma shall render the bid liable for rejection.
3. While furnishing the materials, where asked for, the equipment manufacturer shall furnish ASTM equivalents also.
4. For the referred installations, the equipment manufacturer shall indicate the name of the person (alongwith his address, telephone no., fax
no./email-id etc.) who may be contacted by the Purchaser / his representative, if felt necessary.
5. The equipment manufacturer shall also furnish along with the bid his standard reference list for the offered equipment model manufactured and
supplied by him.
6. The equipment manufacturer shall clarify the meaning of each letter / digit used in the model designation below:
Description of Model designation system :
2 OPERATING CONDITIONS
2.1 Liquid handled
3
2.2 Capacity (m /hr)
2.3 Pumping temperature, Min. / Max. (˚C)
2.4 Discharge pressure, Rated (kg/cm²,a)
2.5 Suction pressure, Min. / Max . (kg/cm²,a)
2.6 Differential Pressure, Rated (kg/cm²)
2.7 Net Positive Suction Pressure excluding acceleration head
2.8 Rated speed (rpm) of pump
2.9 Overall Efficiency (%)
Telephone No.
Fax No.
email-id
SERVICE :
ITEM NUMBER. :
VENDOR. :
INSTRUCTIONS TO BIDDERS :
1. This proforma duly filled in shall be submitted for each item separately, alongwith the bid.
2. Since the information requested in this proforma will be utilised to assess provenness of offered model, it is in the interest of the equipment
manufacturer to pick up those cases out of total list of references which most closely match with the offered model.The equipment manufacturer
shall also ensure that each & every information asked for is furnished and the same is correct and complete in all respects. Incorrect
information furnished in this proforma shall render the bid liable for rejection.
3. While furnishing the materials, where asked for, the equipment manufacturer shall furnish ASTM equivalents also.
4. For the referred installations, the equipment manufacturer shall indicate the name of the person (alongwith his address, telephone no., fax
no./email-id etc.) who may be contacted by the Purchaser / his representative, if felt necessary.
5. The equipment manufacturer shall also furnish along with the bid his standard reference list for the offered equipment model manufactured and
supplied by him.
6. The equipment manufacturer shall clarify the meaning of each letter / digit used in the model designation below:
The following drawings/documents marked " " shall be furnished by the bidder.
POST ORDER
S. WITH WITH
N DESCRIPTION FOR FOR DATA REMARKS
BID
O. REVIEW RECORD BOOK
(FINAL)
1. Cross Sectional Drawings (with Bill of Materials
& Part Nos.) for Pump
2. Precommissioning & commissioning
procedures for the complete pump package
3. GAD - Gear box / Couplings / Fluid coupling
4. General Arrangement & Foundation drawing
showing main as well as all assosciated
equipment / skids (driven equipment, drive
transmission devices, driver (turbine / motor / Typical General
engine), lube oil system, Fuel oil system, local Arrangement for
information to be
guage board, local control panel, etc.) with furnished with bid.
interface connection, maintenance space, Review shall be done
cable trays, table of termination points and during during post-
details of foundation bolts, their location, order stage.
foundation bolt pocket dimensions, foundation
load data (static & dynamic), estimated quantity
& detai
5. List of Mandatory Spares (indicating exact
name of the part, part no. and material of
construction)
6. Quotation for recommended spare parts for two
years of normal operation (indicating exact
name of the part, part no. and material of
construction)
7. List of recommended commissioning spares
(indicating exact name of the part, part no. and
material of construction)
8. List of recommended Special Tools & Tackles
(indicating exact name of the part and part no.)
9. List of Deviations to
specifications/datasheets/standards of MR
10. Filled in experience record proforma for main Duly filled-in
Experience Record
equipment and its driver Proforma for Gear-Box
to be furnished during
post-order stage.
11. Duly filled-in check list scope of supply (as
applicable)
12. Tabulation of Utility consumption data including
electric load data, schedule of lubricants,
chemicals & consumables with specifications
13. Datasheets and Sizing calculation for Pump
14. Datasheets and Sizing calculation for
Acceleration head / NPSHA-NPSHR
calculations
15. Datasheets and Sizing calculation for Pulsation
dampener sizing
POST ORDER
S. WITH WITH
N DESCRIPTION FOR FOR DATA REMARKS
BID
O. REVIEW RECORD BOOK
(FINAL)
16. Test Procedure(s) : Witness tests as specified
in data sheets / other specs enclosed in the @
inquiry / MR or as required by approved
ITP/QAP
17. Acoustical Analysis report
18. Curve for pump power-shaft speed v/s torque
19. Installation, Operation & Maintenance manuals
- Pump
20. Cross Sectional Drawings (with Bill of Materials
& Part Nos.) for Accessories - Pulsation
Dampener, Calibration pot etc.
Notes :
1. "TICK" denotes applicability.
2. Post order, drawing / document review shall commence only after approval of Document Control Index (DCI).
3. All post order documents shall be submitted / approved through EIL eDMS portal.
4. Final documentation shall be submitted in hard copy (Six prints) and soft ( two CDs/DVDs ) in addition to
submission through EIL eDMS.
5. Refer - 6-78-0001: Specification for quality management system from Bidders.
6. Refer - 6-78-0003: Specification for documentation requirement from Suppliers.
7. All drawings & documents shall be submitted in A4 or A3 paper sizes. Documents in higher paper size shall
be submitted in exceptional circumstances or as indicated in the MR/Tender.
8. Post order- The schedule of drawing / data submission shall be mutually agreed between EIL & the bidder /
contractor / supplier during finalization of Document Control Index (DCI).
9. "@" indicates submission of documents to Inspection Agency.
10. Bill of Material shall form part of the respective drawing.
11. Also refer other department's VDR :-
12. Electrical
13. Instrumentation
14. Static Equipment
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 287 of 443
DOCUMENT No.
SCOPE AND JOB SPECIFICATION
FOR SLOP TRANSFER PUMPS A415-000-16-50-SP-5120
(ELECTRICAL) Rev. A
Page 2 of 3
1.0 SCOPE
The vendor’s scope of supply at each Pumping station shall include design,
manufacture, testing at works, packing and dispatch of the following motors for Slop
transfer pumps.
1.1 Squirrel Cage Induction Motors of Flameproof, Ex `d’ type suitable for gas group
IIA/IIB and temperature class T3 for the following.
These motors shall conform to the requirements of the enclosed Data Sheets, Job
specifications and specification no. 6-51-0032, Rev-4 in decreasing order of priority.
1.2 Vendor shall furnish list of recommended spares for two years operation and
maintenance for the motors along with itemized unit rates.
2.1 Ambient temperature & temperature rise over ambient for design of the motors shall
be as per following table.
2.2 Motors
2.2.1 All motors shall be squirrel cage induction type. All motors shall be Ex (d) type
suitable for gas group IIA/IIB and temperature class T3. The motors shall be suitable
for operation at maximum design speed of the pump.
2.2.2 All motors shall be supplied with flameproof Nickel-plated double-compression Brass
cable glands and cable lugs. The terminal box shall be adequately sized to terminate
cable of specified size and fixing cable gland on the terminal box.
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Vendor may procure material from any of the approved makes. However current
validity and range of approval as per EIL enlistment letter, work load, stability and
solvency needs to be verified by the vendor before placement of order.
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
1. Recommended list of maintenance spares for two years operation shall include the follwing as minimum:
a) Bearing DE/NDE - one set b) Terminal box cover with screws c) Fan d) Terminal block
2. Starting time calculations shall be based on operating conditions specified in Material Requisition eg. open valve ccondition/
closed valve condition, at no load/full load, as applicable.
3. Vendor shall furnish the duly filled in data sheet separately for each motor clearly indicationg the Tag No. for each motor.
4. Canoopy shall be provided for motors installed outdoor.
5. For Ambient temperature & temperature rise refer Job Spec Doc No.-A415-000-16-50-SP-5120.
Std. Spec.
EIL spec. 6-51-0032
The following drawings/documents marked " " shall be furnished by the bidder.
MV MOTOR
POST ORDER
S. WITH WITH
N DESCRIPTION FOR FOR DATA REMARKS
BID
O. REVIEW RECORD BOOK
(FINAL)
1. Schedule of Vendor Documents
2. Confirmation of Technical Compliance
3. Data Sheets (Duly filled-in)
4. Dimensional/Assembly Drawings : GA Drawing
For motors < 75kW
5. Dimensional/Assembly Drawings : GA Drawing
For motors >= 75kW
6. Dimensional/Assembly Drawings : Installation
Plan/Mounting Details
7. Dimensional/Assembly Drawings : Terminal
Box Arrangement
8. Dimensional/Assembly Drawings : Name Plate
Drawing
9. Performance Curves : Speed Torque Curves
10. Performance Curves : Speed-Current/Time
Curves
11. Performance Curves : Thermal Withstand
Curves (Hot & Cold)
12. Performance Curves : P.f. & Efficiency Curves
13. Inspection & Test Plan (ITP) -For review by
Inspection Dept.
14. Test Records
15. Type Test Certificates for similar equipment
16. List of Commissioning Spares
17. List of Maintenance Spares
18. List of Mandatory Spares
19. List of Special Tools & Tackles
20. Data Books/ Manuals : Installation Manual
21. Data Books/ Manuals : Operating/ Maintenance
Manual
22. Data Books/ Manuals : Catalogues/ Brochures
23. Equipment storage procedure at site
Notes :
1. Post order, drawing / document review shall commence only after approval of Document Control Index (DCI).
2. All post order documents shall be submitted / approved through EIL eDMS portal.
3. Final documentation shall be submitted in hard copy (Six prints) and soft ( two CDs/DVDs ) in addition to
submission through EIL eDMS.
4. Refer - 6-78-0001: Specification for quality management system from Bidders.
5. Refer - 6-78-0003: Specification for documentation requirement from Suppliers.
6. All drawings & documents shall be submitted in A4 or A3 paper sizes. Documents in higher paper size shall
be submitted in exceptional circumstances or as indicated in the MR/Tender.
7. Post order- The schedule of drawing / data submission shall be mutually agreed between EIL & the bidder /
contractor / supplier during finalization of Document Control Index (DCI).
Page 1 of 6
it414Tur a -crttffur
INSPECTION AND TEST PLAN
FOR
MEDIUM VOLTAGE MOTORS
Abbreviations:
Members:
Mr. SS Lotay Mr. RK Singh Mr. Anoop Geol Mr. G. Poornachandra Rao
Mr. S.C. Gupta Mr. Rajeev Kumar Mr. G. Suresh Mr. MP Jain (Projects)
1.0 SCOPE:
This Inspection and Test Plan covers the minimum testing & inspection requirements of three phase medium voltage squirrel cage induction motors.
SCOPE OF INSPECTION
SL QUANTUM
STAGE/ ACTIVITY CHARACTERISTICS RECORD SUB
NO. OF CHECK SUPPLIER EIL/TPIA
SUPPLIER
1.0 Procedures -- -- -- -- --
Raw Material:
Body(casting or
fabrication), R
Material Test
Rotor shaft, Core Chemical, Physical properties , finish as per
2.1 100% Certificates / H H/R (For major
laminations, Copper, relevant standard
Test records items only)
Insulation material,
Bearings, Terminals, cable
boxes, Cable glands, etc.
Format No. 8-00-0001-F7 Rev. 0 Coovriaht EIL — All rig hts reserved
Page 311 of 443
1r, INSPECTION AND TEST PLAN STANDARD SPECIFICATION NO.
ENGINEERS
5.fg eji laReg INDIA LIMITED FOR 6-81-1032 Rev. 2
(Atria rireixt IA Govl of India Undertaking)
MEDIUM VOLTAGE MOTORS
73510415.1
Page 4 of 6
SCOPE OF INSPECTION
SL QUANTUM
STAGE/ ACTIVITY CHARACTERISTICS RECORD SUB
NO. OF CHECK SUPPLIER EIL/TPIA
SUPPLIER
3.0 Inprocess Inspection
Format No. 8-00-0001-F7 Rev. 0 Copyright EIL — All rig hts reserved
Page 312 of 443
INSPECTION AND TEST PLAN STANDARD SPECIFICATION NO.
t_Siliae_ltsiENGINEERS
og e..11ia teg g INDIA LIMITED FOR 6-81-1032 Rev. 2
1.1128 eleane, CAJPtFA1 IA Goof of Intla UnaerfaIng)
MEDIUM VOLTAGE MOTORS Page 5 of 6
SCOPE OF INSPECTION
SL QUANTUM
STAGE/ ACTIVITY CHARACTERISTICS RECORD SUB
NO. OF CHECK SUPPLIER EIL/TPIA
SUPPLIER
Insulation resistance Before & after High
Voltage test
High Voltage
Vibration
Full load test and measurement of Voltage,
Current, Power, Slip, Power factor, Bearing
Noise.
Efficiency and Pf at 100%, 75% and 50% load
Temp Rise test One sample
Inspection test See Note
4.2 Motor (Type Tests) Momentary overload test from each - H
records 5&6
Vibration type/rating
Noise Level
Over speed
Measurement of Starting Torque, Starting
Current, Full Load Torque*
5.0 Painting
Pre treatment, primer and final paint, H --
5.1 Painting of Motor frames 100% Test records -
shade, thickness
6.0 Documentation and IC
Review of Internal Test Reports
Test certificate from recognized testing Supplier's Test
laboratory for area classification. Records /
BIS certificate for FLP motors and accessories Certificates
6.1 Documentation and IC as applicable. 100% from statutory - H H
CCOE/PESO approved certificates for motors bodies /
and accessories as applicable. Inspection
Degree of protection of enclosure Certificate (IC)
IC issuance
Measurements will be made in accordance with standard IEC (Logarithmic proportion method II)
Legends: H- Hold (Do not proceed without approval), Random -10% , R-Review, RW-Random witness, W- Witness (Give due notice, work may proceed
after scheduled date).
MR NO.- A415-000-PA-MR-5120
CONTENTS
1.0 GENERAL
Format No.Page
8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved
316 of 443
Document no.
INSTRUMENTATION
SPECIFICATION FOR RECIPROCATING A415-000-16-51-SP-5120,
PUMPS Rev A
Page 3 of 7
1.0 GENERAL
1.1 The purpose of this specification is to define general requirements and philosophy of
instrumentation for the following pumps, details of which are furnished elsewhere in the
MR.
(007-PA-RP-106A/B)
(009-PA-RP-106A/B)
1.2 This specification along with attached data sheets/ standards/ Licensor’s datasheets/
P&IDs and relevant part of this requisition covers the design, engineering, supply and
testing of Instrumentation system with all accessories and materials, required for
Reciprocating pumps.
1.3 In the event of any conflict between this specification, data sheets, standard specifications,
related standards, codes etc: the following order of priority shall govern:
a) Statutory Regulations
b) Job Specifications
c) Standard Specifications
d) Codes & Standards
However, Bidder shall inform EIL/ Owner for any discrepancy for resolution before
proceeding. EIL/ Owner decision in this regard shall be final and binding.
1.4 Bidder shall, categorically, list out clause wise deviation to this specification and enclosed
standards, if any, along with bid proposal. In absence of which it will be assumed as total
compliance to this specification
1.5 In case it is found that the make and model number of the Instruments supplied is not
meeting the specification of the package, the same shall be rectified by bidder providing the
correct make and model without any delivery and price implication.
2.0 SCOPE OF SUPPLY AND WORK
2.1 Bidder's scope of instrumentation supply and work shall include the following as a
minimum.
a) Design, Engineering, procurement & Supply of all instruments for Reciprocating
pumps as described elsewhere in this requisition, P&IDs & applicable API code. As
a minimum bidder shall supply following instruments:
Sl. Pump Tag no. Instruments (In bidder scope)
No.
1. (007-PA-RP-106A/B) a) Pressure Relief Valve: Tag numbers as 007-
PSV-106A/B
2. (009-PA-RP-106A/B) a) Pressure Relief Valve: Tag numbers as 009-
PSV-106A/B
Format No.Page
8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved
317 of 443
Document no.
INSTRUMENTATION
SPECIFICATION FOR RECIPROCATING A415-000-16-51-SP-5120,
PUMPS Rev A
Page 4 of 7
Supply of any other instrumentation item required for operation of above mentioned
pumps shall also be in bidder’s scope of supply.
b) Submission of filled in data sheets for all instruments along with sizing calculations
for safety valve. Bidder shall also indicate make and model numbers of the offered
instruments. Data sheets shall be submitted for Review/ Approval with one set of
technical catalogues of offered instruments with model decoding details.
3.0 DESIGN PHILOSOPHY AND TECHNICAL REQUIREMENTS
3.1 Installation Standards
3.1.1 Painting shall be as per painting specification attached elsewhere in MR.
3.1.2 S.S. tag plates shall be provided for all the instruments.
3.2 Instruments Specification
3.2.1 Flanged end connections shall be as per ANSI B 16.5.
Format No.Page
8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved
318 of 443
Document no.
INSTRUMENTATION
SPECIFICATION FOR RECIPROCATING A415-000-16-51-SP-5120,
PUMPS Rev A
Page 5 of 7
Format No.Page
8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved
319 of 443
Document no.
INSTRUMENTATION
SPECIFICATION FOR RECIPROCATING A415-000-16-51-SP-5120,
PUMPS Rev A
Page 6 of 7
placement of order. At any stage during execution of order, if it is found that the instrument
& accessories supplied by bidder is not as per make/model enlisted with EIL, bidder shall
replace the same with and approved make/model without any cost and time implication.
9.3 Vendors on Owner/EIL holiday list shall not be considered for ordering. Names of such
vendors who are put on Owner/EIL “Holiday List” subsequent to vendor approval at bidding
stage shall be informed to the bidder at any stage of the project. Bidder shall comply with
this requirement without any time or cost implication to the Owner.
9.4 Bidder shall furnish documentation in number of sets and CDs as specified elsewhere in
MR.
9.5 Bidder shall furnish the soft copies of all the engineering drawings/documents in their scope
and the requisite format for furnishing the same shall be forwarded to Bidder during detail
engineering. Documentation shall be submitted in hard copy (Six prints) and soft ( two
CDs/DVDs ) in addition to submission through EIL eDMS.
9.6 Bidder shall furnish instrument data sheets (as per ISA format) for each tag incorporating
necessary sizing, range selection, material selection, make and model nos. Bidder can use
in-house data sheet formats, provided those contain all information as per ISA formats, as
a minimum. Bidder shall furnish filled in data sheet for each tag after sizing, range
selection, material selection etc. These data sheets shall be reviewed / retained for records
by EIL/ Owner after placement of order. Proper selection of instruments, materials etc. shall
be bidder's responsibility. Any necessary change required later for meeting the specification
shall be done by the bidder without any price or delivery implications. While filling the
instruments data sheets, the following shall be taken care:
a) All the relevant data shall be filled in. If any point is not applicable then N/A shall be
indicated.
b) Make and model number of the offered instruments shall be indicated with model
decoding details for offered instrument, without model no, data sheet shall not be
reviewed.
c) Vendor seal with signature shall be provided and bidder shall ensure the
correctness of the process data.
d) Instruments tag numbers /data sheet numbers shall be indicated.
9.7 Bidder shall note that the documents listed below are the minimum requirements and any
additional document required as per bidder’s experience should also be furnished.
Following drawing documents shall be required after award of contract for EIL/ Owner ’s
review / approval:
a) Instrument sizing sheet( for PSV’s)
b) Instrument specification / data sheets (as per ISA format)
c) Instrument Installation drawing with Bill of Material
d) Installation, operation and maintenance manuals for instruments supplied
Format No.Page
8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved
320 of 443
Document no.
INSTRUMENTATION
SPECIFICATION FOR RECIPROCATING A415-000-16-51-SP-5120,
PUMPS Rev A
Page 7 of 7
Format No.Page
8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved
321 of 443
Document no.
TECHNICAL COMPLIANCE FROMAT
INSTRUMENTATION A415-000-16-51-TCL-10
RECIPROCATING PUMP Rev. A
Page 1 of 2
TECHNICAL COMPLIANCE
DISCIPLINE : INSTRUMENTATION
BIDDER :
NOTES:
1. The Bidder shall indicate his reply in the space provided in the Technical Questionnaire.
In case space provided is not adequate, the reply may be furnished separately under
suitably numbered annexes/ attachments duly referred against the comment/ query.
Bidder’s Signature
and stamp
INSTRUMENTATION
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
CELL 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
1.0 SCOPE
This Inspection and Test Plan covers the minimum inspection and testing requirements for Pressure Relief Valves.
SCOPE OF INSPECTION
SL QUANTUM OF
STAGE/ ACTIVITY CHARACTERISTICS RECORD SUB
NO. CHECK SUPPLIER EIL/TPIA
SUPPLIER
1.0 Procedures -- -- -- -- --
2.0 Material Inspection
Mechanical & Chemical properties. Material Test
Incoming Material like
2.1 100% Certificates / Test H H/R R
forgings
and castings etc.
Lab Certificates
3.0 In process Inspection
Visual, Dimensions.
Machining of components Supplier's Test
3.1 100% - H
and their Assembly. Records
Final Inspection
4.0
Visual check
Supplier's Test
Dimensional check ..
4.1 Records and H H/W
Final Inspection Check calibration status of all testing 100%
Inspection
equipment
Witness Record
Hydrostatic Test
SCOPE OF INSPECTION
SL QUANTUM
STAGE/ ACTIVITY CHARACTERISTICS RECORD SUB
NO. CHECK OF SUPPLIER EIL/TPIA
SUPPLIER
Cold Bench Set Pressure
Seat Leakage Test
Valve Lift test
Blow Down / Reclosing pressure test
Helium Leak test (if specified)
Dye Penetration test of welds
Radiography/NDT of valve castings (if Radiograph
4.2 Radiography specified). 100% Reports / H R
INDIA LIMITED
r 6-81-2026 Rev. 2
Pletinag nIn11 (A Gent of Me limletlefongf PRESSURE RELIEF VALVES Page 5 of 5
Legends: H- Hold (Do not proceed without approval), Random 10% , R-Review, RW-Random witness, W- Witness (Give due notice, work may
proceed after scheduled date).
NOTES:
I. Wherever W/R or H/W is indicated, Inspection Engineer shall decide the option to be exercised for the particular stage and supplier
Supplier's in house procedures may be accepted in case TPUEIL is satisfied with adequacy of procedures to comply with Purchase Order/Specifications requirements.
In case of non availability of suitable procedures, fresh procedures may be qualified under TPUEIL witness..
In case of conflict between purchase specification, contract documents and ITP, more stringent conditions shall be applicable.
This document describes generally the requirements pertaining to all types of the item. Requirements specific to PO and the item are only applicable.
Acceptance Norms for all the activities shall be as per PO/PR/ Standards referred there in/ Job specifications /Approved documents
L-
O
—U-
r
REF. PLANE
ir4
SPECIAL NOTES
CUMULATIVE TOLERANCES ON CONSECUTIVE DIMENSIONS SHALL BE LIMITED BY OVERALL DIMENSIONAL TOLERANCES.
ALL TOLERANCES ARE FROM REFERENCE PLANE UNLESS OTHERWISE INDICATED.
INTERFERENCE BETWEEN INTERNAL AND EXTERNAL PARTS OR ANY RESTRICTION TO THE INTENDED FUNCTION OF ANY
PART SHALL BE KEPT IN VIEW WHERE TOLERANCES ARE CUMULATIVE.
SPECIFIC TOLERANCES FOR ANY PART SHOWN ON EIL DRAWING SHALL BE GIVEN PREFERENCE TO THOSE GIVEN
IN THIS STANDARD.
UNUSUALLY LARGE OR COMPLEX VESSELS MAY BE EXECUTED AS PER FABRICATOR'S STANDARD WHEN THE TOLERANCES
AS SHOWN ARE UNREASONABLE. IN SUCH INSTANCES FABRICATOR'S TOLERANCES & UMITS MUST BE SUBMITTED
FOR APPROVAL.
E. VESSEL UPTO AND INCLUDING 750 mm NOMINAL DIAMETER SHALL HAVE CARTRIDGE TYPE TRAY. FOLLOWING
TOLERANCES ON DIAMETER SHALL APPLY THROUGHOUT ITS LENGTH.
VESSEL NOMINAL DIAMETER TOLERANCE
500 mm AND UNDER VESSEL I.D. + 1 mm
501 mm TO 750 mm VESSEL I.D. ± 3 mm A
PAD AS PER
ENGINEERING DRAWING
6 THK. COVER
PLATE
REF. TABLE ON
SHT. 2 OF 2 HOLE DIA.= BOLT DIA.
NOTCH TO + 6mm
CLEAR WELD
WELD UNE
TANGENT UN
B.C.D.=VESSEL 0/D-50
NOTES
ALL DIMENSIONS ARE IN mm UNLESS OTHERWISE STATED.
THIS STD. IS APPLICABLE FOR VESSEL DIAMETER UPTO AND INCLUDING 2000mm, MAXIMUM SHELL THICKNESS OF 20mm
AND MAXIMUM LENGTH (T.L. TO T.L.) OF 3000mm VESSELS BEYOND ABOVE RANGE REQUIRE SPECIAL CONSIDERATION.
3. FOR CALCULATION, FOLLOWINGS PARAMETERS HAVE BEEN CONSIDERED.
WIND PRESSURE 200 Kg/me
SHAPE FACTOR 0.7
BASIC SEISMIC CO—EFFICENT (a0 ) 0.08
SOIL FOUNDATION SYSTEM FACTOR (p) 1.5
IMPORTANCE FACTOR (I) 2.0
EMPTY WEIGHT WITH WIND LOADING OR HYDROSTATIC WEIGHT WITH SEISMIC LOADING.
4. HEIGHT AND NUMBER OF LEG SUPPORTS AND SIZE OF ANCHOR BOLTS SHALL BE AS PER ENGINEERING DRAWING.
MINIMUM BOLT SIZE SHALL BE M 20.
MAXIMUM INSULATION THICKNESS CONSIDERED IS 150 mm.
IN CASE OF CONFLICT ENGINEERING DRAWING SHALL GOVERN.
ALL FILLET WELDS SHALL BE 6 mm MINIMUM.
MATERIALS SHALL BE AS PER ENGINEERING DRAWING.
EARTHING LUG SHALL BE AS PER STANDARD 7-12-0026.
800 4 ISA 100x100x10 ISA 130x130x8 ISA 130x130x12 200x200x16 THK. 45 3150
1000 4 ISA 100x100x12 ISA 130x130x10 ISA 150x150x12 230x230x16 THK. 45 4600
1250 4 ISA 110x110x15 ISA 150x150x10 ISA 150x150x12 230x230x16 THK. 45 6750
1600 4 ISA 130x130x15 ISA 150x150x15 ISA 150x150x18 230x230x16 THK. 60 9500
1750 4 ISA 150x150x12 ISA 150x150x18 ISA 200x200x12 300x300x16 THK. 60 12700
2000 4 ISA 150x150x18 ISA 200x200x12 ISA 200x200x15 300x300x20 THK. 75 16400
NOTES
FOR A VESSEL WITH MAXIMUM SUPPORT LEG HEIGHT OF 1500mm, FOLLOWING ALTERNATIVE
LEG SIZES MAY BE USED :—
ISA 65x65x8 WITH HYDROSTATIC WEIGHT UPTO 500 Kg.
ISA 80x80x8 WITH HYDROSTATIC WEIGHT 501 Kg. TO 1000 Kg.
Y
NOTCH TO WELD UNE
CLEAR WELD
TANGENT UNE
S./
O
0
0_
to
NOTES
w ALL DIMENSIONS ARE IN mm UNLESS OTHERWISE STATED.
FOR DESIGN OF SUPPORT, FOLLOWINGS PARAMETERS HAVE BEEN CONSIDERED.
WIND PRESSURE 200 Kg/m2
SHAPE FACTOR 0.7
BASIC SEISMIC CO—EFFICENT (a0) 0.08
SOIL FOUNDATION SYSTEM FACTOR ( /3 ) 1.5
IMPORTANCE FACTOR (I) 2.0
EMPTY WEIGHT WITH WIND LOADING OR HYDROSTATIC WEIGHT
WITH SEISMIC LOADING.
HEIGHT AND NUMBER OF LEG SUPPORTS AND SIZE OF ANCHOR BOLTS
HOLE DIA = BOLT DIA +
SHALL BE AS PER ENGINEERING DRAWING.
MINIMUM BOLT SIZE SHALL BE M 20.
6rnn\ 91-11-E MAXIMUM INSULATION THICKNESS CONSIDERED IS 150 mm.
IN CASE OF CONFLICT ENGINEERING DRAWING SHALL GOVERN.
ALL FILLET WELDS SHALL BE 6 mm MINIMUM.
MATERIALS SHALL BE AS PER ENGINEERING DRAWING.
EARTHING LUG SHALL BE AS PER STANDARD 7-12-0026.
SUITABLE PAD FOR SS VESSEL SHALL BE PROVIDED.
0--64
5 30.06.2011 REAFFIRMED AND REISSUED AS STANDARD POREL KT KM/SC DM
4 08.09.2006 REAFFIRMED AND REISSUED AS STANDARD POREL DNN AKM VC
Rev. Prepared Checked Stds. Committee Stds. Bureau
Date Purpose Convenor Chairman
No. by by
Page 365 of 443 Approved by
Format No. 8-00-0001-F4 Rev.O Copyright EIL - All rights reserved
BRACKET SUPPORT FOR STANDARD No.
orfr
ftemm uyirrED
ENGNEERs
IA Govt. of India Undertaking) VERTICAL VESSEL
7-12-0008 Rev. 5
Page 1 of 1
•
REFER NOTE-3
(SEE ENGINEERING
DRAWING)
NOTES
ALL DIMENSIONS ARE IN mm UNLESS OTHERWISE STATED.
NUMBER OF BRACKETS SHALL BE FOUR PER VESSEL
PAD THICKNESS SHALL BE AS PER ENGINEERING DRAWING.
FOR VESSELS UPTO 800 mm DIA. REFER ENGINEERING DRAWING.
5. IN CASE OF CONFLICT ENGINEERING DRAWING SHALL GOVERN.
'6. DISTANCE 'X' IS TO BE FINALISED CONSIDERING INSULATION THICKNESS, BOLT SIZE AND ERECTION
REQUIREMENT AND SHALL BE KEPT MINIMUM.
7. EARTHING LUG SHALL BE AS PER STANDARD 7-12-0026.
0
1
5-
1-30 NPT TELLTALE HOLE
(REFER NOTE-7)
O
F—
NOTES
1. ALL DIMENSIONS ARE IN mm UNLESS OTHERWISE STATED.
2. IN CASE OF CONFLICT ENGINEERING DRAWING SHALL GOVERN.
C) 3. WIDTH IS MINIMUM AND SHALL BE CHECKED AGAINST CODE REQUIREMENT. CHECK REINFORCEMENT REQUIREMENT FOR
ALL EXTERNAL PIPING LOADING ALSO.
4. NOZZLE PROJECTIONS ARE BASED ON INSULATION THICKNESS EQUAL TO 75mm. FOR INSULATION THICKNESS
GREATER THAN 75mm, THE NOZZLE PROJECTION IS 'A' + [INSULATION THICKNESS(mm)-75].
5. PROJECTION 'A' FOR SELF—REINFORCED NOZZLE SHALL BE BASED ON DESIGN OF REINFORCEMENT SUBJECT TO
MINIMUM REQUIREMENTS AS PER THIS STD.
6. EXTEND PAD LOCALLY FOR MANHOLE DAVIT SUPPORT, IF REQUIRED.
7. EXTERNAL REINFORCING PADS SHALL HAVE A MINIMUM OF 1 NO. TELL—TALE HOLE EXCEPT THAT PADS FOR
NOZZLES GREATER THAN 10"NB(250NB) SHALL HAVE MINIMUM TWO NOS. TELL—TALE HOLES AND NOZZLES IN
EXCESS OF 36"NB (900NB) SHALL HAVE 4 NOS. TELL—TALE HOLES. PAD INSTALLED IN SECTIONS SHALL HAVE
ATLEAST ONE TELL—TALE HOLE PER SECTION. TELL—TALE HOLES ON REINFORCEMENT PADS SHALL BE
EQUALLY SPACED IN CIRCUMFERENTIAL DIRECTION OF PAD.
8. TELL—TALE HOLE SHALL NOT BE PLUGGED AND SHALL BE FILLED WITH HARD GREASE ONLY, AFTER
HYDROTEST/PNEUMATIC TEST OF EQUIPMENT.
9. o) FOR COLUMNS & VERTICAL VESSELS, PROJECTION OF NOZZLE ON TOP HEAD SHALL BE 400mm MINIMUM FROM
OUTSIDE.
b) FOR HORIZONTAL VESSELS, PROJECTION OF NOZZLES ON TOP SIDE OF SHELL SHALL BE 300mm MINIMUM FROM
OUTSIDE.
10. PROJECTIONS ARE BASED ON ASME 816.5 FLANGES FOR UPTO AND INCLUDING 24"NB NOZZLES AND ASME 816.47
SERIES 'B' FLANGES FOR NOZZLE SIZES ABOVE 24"NB.
.1 1
Page 1 of 1
HORIZONTAL VESSEL
(ELEVATION)
q_
VERTICAL VESSEL
(PLAN)
NOTES
ANY DEVIATION FROM THIS ARRANGEMENT WILL BE INDICATED IN ENGINEERING DRAWING.
BOLT HOLES TO STRADDLE CENTRE LINES INDICATED ( BY q. ) ABOVE.
"CE
co
1
6 .. z 1-
Li,
I- u_
<
1- Y 0 E
0
<
E
—.1 csj
ce Zt
w
N m 1— L,_
o
w o
cc I _1
w 1— 1—
w Ww
I- 0 Y i—
o T I- 0 v)
a
w 0 IX V)
tr) L.LI CO U)
La 0 w
_1 __I Ix _I
D o C.)
1
Li -4Z
1—
cr)
E CD 6 C■1
°)
E < o LL.
Lo 1-- 1 o
Z a co w — N Li,
_1 CD CO
w _J 1
w < _1 N _1
< 2 J _1
V) < 0 <
(/) I CC I
Z 0 V-) < (1)
0 Z 0
U) o Lu WW..
1-- Z
<
0 ,- n
W
w ix
0 CL
V 0_
m
E cr
Y L.L1 L.Li LO
(/) _1
_I C<C) <
2 1- 1 . 1L "i
MI < CO Z O Z
0
Z .— C■I ri 4 6 tO
/ 11. , ^
4.0 0
2/Vvt'4
KT
5 31.08.2011 REAFFIRMED AND REISSUED AS STANDARD POREL 44.4) AKM / SC DM
4 12.10.2006 REAFFIRMED AND REISSUED AS STANDARD POREL RKG AKM VC
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 372 of 443
DOCUMENT No.
SPECIFICATION FOR
STRAINERS A415-000-11-42-SP-16 Rev. B
Page 2 of 5
TABLE OF CONTENTS
1.0 SCOPE .......................................................................................................................3
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 373 of 443
DOCUMENT No.
SPECIFICATION FOR
STRAINERS A415-000-11-42-SP-16 Rev. B
Page 3 of 5
1.0 SCOPE
This specification covers the material, design, fabrication, inspection & testing, marking
and documentation requirements for permanent Strainers to be used in piping system
handling Crude Oil.
2.0 MATERIAL
2.1 Material of construction of body, flanges, stud bolts & nuts, gaskets and internals shall
be as per data sheet.
2.2 The material composition, physical properties, mandatory tests, dimensions &
tolerances and marking for various components of strainers shall conform to the
applicable specifications/technical notes as specified herein below:
3.1 Design and fabrication of strainers shall be based on EIL Standard for T-type
Permanent strainers (No. 7-44-0303/ 0304)/ Manufacturer’s standard as indicated in
attached data sheets. In case of conflict, requirement specified in data sheet shall
govern.
3.2 Ends of body shall be Butt welded and shall be as per applicable specifications.
3.3 Flange face finish and Type of Gaskets shall be as specified in data sheets.
3.4 The blind flange of strainer shall be drilled with a hole of specified size for connections
to piping to be used for draining of strainer. The location of hole shall be such that
product from the strainer can be completely drained off. A pipe nipple of size as
indicated in strainer data sheet in place of plug shown in standard no. 7-44-0303/ 7-44-
0304 shall be welded for further hook up of drain piping. Nipple shall extend outside the
blind flange for a length of 200 mm or diameter of drain pipe whichever is more.
Temporary cap shall be used during testing of strainer in manufacturer’s works.
4.1 Visual & dimension checks on all strainers shall be carried out by manufacturer as per
Purchaser approved drawings.
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 374 of 443
DOCUMENT No.
SPECIFICATION FOR
STRAINERS A415-000-11-42-SP-16 Rev. B
Page 4 of 5
4.2 Manufacturer shall review & check all material test certificates and mandatory inspection
& test reports for the compliance to the requirements of applicable material
specifications/technical notes.
4.3 All strainers shall be hydrostatically tested at test pressure specified in data sheet.
4.4 All BW joints including those of parent material shall be 100% radiographed and Fillet
welds shall be 100% DP/MP checked.
4.5 The bevel Ends of all Butt Welded strainers shall undergo 100% MP/DP test.
4.6 Purchase reserves the right to carry out stage wise inspection of all strainers prior to
despatch. Manufacturer shall give reasonable access and facilities to purchaser’s
inspector for carrying out such inspection.
In no case shall any action of purchaser or his inspector shall relieve the Manufacturer
of his responsibility for material, design, quality or operation of strainers.
6.1 Each strainer shall be legibly and conspicuously marked on the body, in accordance
with the requirements of applicable standards.
6.2 Each strainer shall have a corrosion resistant tag giving Size and Type of strainer,
securely attached on the body.
6.3 Paint or ink for marking shall not contain any harmful metal or metallic salts such as
Zinc, Lead or Copper which causes corrosive attack on heating.
6.4 All items shall be dry, clean and free from moisture, dirt and loose foreign material of
any kind.
6.5 All items shall be protected from rust, corrosion, and mechanical damage during
transportation, shipment and storage.
6.6 All open ends shall be provided with covers to prevent ingress of dust & other foreign
materials into the strainer assembly during shipment & storage.
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 375 of 443
DOCUMENT No.
SPECIFICATION FOR
STRAINERS A415-000-11-42-SP-16 Rev. B
Page 5 of 5
7.0 DOCUMENTATION
7.1 After placement of order the manufacturer shall submit the four copies of following
documents:
b) Pressure drop calculation across the strainer under clean and dirty condition.
7.2 Prior to shipment the manufacturer shall submit one reproducible and six copies of the
following documents:
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 376 of 443
JOB SPECIFICATION No.
PIPING MATERIAL
A415-000-11-42-SP-0010
SPECIFICATION
Page 1 of 31
Project : NBPS
Location : NAHARKATTYA-BARAUNI
Dept/Sec. : 11/42
Abbreviations:
CONTENTS
Rev 0.
Package : IPMCS
Report No. : 50
Page 380 of 443
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
JOB SPECIFICATION No.
PIPING MATERIAL
A415-000-11-42-SP-0010
SPECIFICATION
Page 5 of 31
Package : IPMCS
Report No. : 50
Page 381 of 443
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
JOB SPECIFICATION No.
PIPING MATERIAL
A415-000-11-42-SP-0010
SPECIFICATION
Page 6 of 31
SERVICE
NON CORROSIVE/ FLAMMABLE / NON FLAMMABLE/ NON LETHAL -PROCESS & HYDROCARBONS; LUBE OIL BEFORE
FILTER; AMMONIA, STEAM & CONDENSATE (NON IBR); UTILITIES- INST AIR(BEYOND A3A), PLANT AIR, NITROGEN,
CARBONDIOXIDE; WATER - BEYOND A3A AND A10A; IN OFFSITES ONLY BEYOND A10A;
NOTES
101 ALL VENTS & DRAINS SHALL BE PROVIDED WITH GATE VALVE & BLIND FLANGE ASSEMBLY UNLESS OTHERWISE
INDICATED IN THE PIPING & INSTRUMENTATION DIAGRAM (P & ID).
103 PIPING DESIGN AS PER ASME B 31.4 & OISD 141.
104 ALL BRANCH CONNECTIONS INCLUDING VENT, DRAIN, PRESSURE & TEMPERATURE CONNECTIONS SHALL BE AS
PER BRANCH CONNECTION TABLE GIVEN ON THE NEXT PAGE. THE BRANCH DETAILS INDICATED IN APPLICABLE
STANDARDS SHALL BE IGNORED.
106 FOR STRAINERS REFER DATA SHEETS ENCLOSED WITH TENDER STRAINER DETAILS GIVEN UNDER "TRAP/STRAINER
GROUP" SHALL BE IGNORED.
107 FOR DIMENSIONS OF HANDLE PROJECTION FOR SPACER & BLINDS REFER EIL STD. NO. 7-44-0166.
109 IN ORDER TO MINIMISE THE POTENTIAL LEAKAGE SOURCE, VALVES USED IN MAINLINE SHALL HAVE BUTT/
SOCKET WELD ENDS.
110 MAINLINE WELDING & NDT REQUIREMENTS OF WELDS SHALL BE AS PER SPECIFICATION NO. 6-77-0007.
111 NDT OF WELDS WITHIN THE TERMINALS/ STATIONS SHALL BE AS FOLLOWS:
RADIOGRAPHY : 100% FOR ALL BUTT WELDS
MPI : 100% FOR ALL SOCKET WELD
ALL OTHER REQUIREMENTS SHALL BE AS PER SPECIFICATION NO. 6-44-0016.
112 VALVE DETAILS IN VALVE GROUP (EXCEPT GATE, GLOBE & CHECK OF SIZE BELOW 2 INCH) SHALL BE AS PER
APPLICABLE DATA SHEET ENCLOSED AS ANNEXURE-II WITH PMS
113 CHARPY IMPACT TESTING REQUIRED FOR ALL WELDED ITEMS (2" & ABOVE).
Package : IPMCS
Report No. : 50
Page 382 of 443
A1A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
JOB SPECIFICATION No.
PIPING MATERIAL
A415-000-11-42-SP-0010
SPECIFICATION
Page 7 of 31
SPECIAL NOTES
ON LINES >= 2.0" AS PER P&ID OR 0.75". REFER EIL STD. 7-44-0351, D4
ON LINES >= 2.0" AS PER P&ID OR 0.75". REFER EIL STD 7-44-0351, V4
Package : IPMCS
Report No. : 50
Page 383 of 443
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
JOB SPECIFICATION No.
PIPING MATERIAL
A415-000-11-42-SP-0010
SPECIFICATION
Page 8 of 31
72. 72.
70. 70.
68. 68.
66. 66.
64. 64.
62. 62.
60. 60.
58. 58.
56. 56.
54. 54.
52. 52.
50. 50.
48. 48.
46. 46.
44. 44.
42. 42.
40. 40.
38. 38.
36. 36.
34. 34.
32. 32.
30. 30.
28. 28.
26. 26.
24. 24.
22. 22.
20. T 20.
18. T T 18.
16. T T T 16.
14. T T T T 14.
12. T T T T T 12.
10. T T T T T T 10.
8.0 T T T T T T T 8.0
6.0 T T T T T T W W 6.0
5.0 5.0
4.0 T T T T W W W W W 4.0
3.5 3.5
3.0 T T T W W W W W W W 3.0
2.5 2.5
2.0 T T T W W W W W W W W 2.0
1.5 T T T T S S S S S S S S 1.5
1.25 1.25
1.0 T T S S S S S S S S S S S 1.0
0.75 T T T S S S S S S S S S S S 0.75
0.5 T T T T S S S S S S S S S S S 0.5
10.000
12.000
14.000
16.000
18.000
20.000
1.000
1.250
1.500
2.000
2.500
3.000
3.500
4.000
5.000
6.000
8.000
.500
.750
CODE DESCRIPTION
F SADDLE FUSED JT T TEES J THREADOLET
H H. COUPLING W WELDOLETS
S SOCKOLETS L SWEEPOLET
Package : IPMCS
Report No.
Page 384 of 443
: 50 A1A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
JOB SPECIFICATION No.
PIPING MATERIAL
A415-000-11-42-SP-0010
SPECIFICATION
Page 9 of 31
Note :(The shaded portion of PMS body shows Field Fabricated Items)
PIP PIPE 1.00 1.50 XS B-36.10 ASTM A 106 GR.B PE, SEAMLESS PI21977Z0
PIP PIPE 2.00 2.00 XS B-36.10 ASTM A 106 GR.B BE, SEAMLESS PI2H717Z0
(CHARPY)
PIP PIPE 3.00 6.00 STD B-36.10 ASTM A 106 GR.B BE, SEAMLESS PI2H717Z0
(CHARPY)
PIP PIPE 8.00 8.00 7.9 API 5L API 5L GR.B PSL1 BE, SEAMLESS PIAH817Z0
(CHARPY)
PIP PIPE 10.00 10.00 8.7 API 5L API 5L GR.B PSL1 BE, SEAMLESS PIAH817Z0
(CHARPY)
PIP PIPE 12.00 14.00 9.5 API 5L API 5L GR.B PSL1 BE, SEAMLESS PIAH817Z0
(CHARPY)
PIP PIPE 16.00 20.00 9.5 API 5L API 5L GR.B PSL1 BE, SAW PIAH816Z0
(CHARPY)
NIP NIPPLE 0.50 0.75 M B-36.10 ASTM A 106 GR.B PBE, SEAMLESS PN21967Z0
NIP NIPPLE 1.00 1.50 M B-36.10 ASTM A 106 GR.B PBE, SEAMLESS PN21967Z0
Flange Group
FLG FLNG.WN 0.50 1.50 M B-16.5 ASTM A 105 150, RF/125AARH FWC0127Z0
FLG FLNG.WN 2.00 20.00 M B-16.5 ASTM A 105 150, RF/125AARH FWC9827Z0
(CHARPY)
FLG/90 FLNG.WN 3.00 8.00 M B-16.5 ASTM A 105 900, RTJ/63AARH FWC9879Z0
0 (CHARPY)
FLG/90 FLNG.WN 10.00 16.00 M B-16.5 ASTM A 694 GR.F- 900, RTJ/63AARH FWCA279Z0
0 52 (CHARPY)
FLB FLNG.BLIND 0.50 1.50 B-16.5 ASTM A 105 150, RF/125AARH FBC0127Z0
FLB FLNG.BLIND 2.00 20.00 B-16.5 ASTM A 105 150, RF/125AARH FBC9827Z0
(CHARPY)
FEF FLNG.FIG.8 0.50 1.50 ASME- ASTM A 105 150, FF/125AARH FGK0121Z0
B16.48
FEF FLNG.FIG.8 2.00 8.00 ASME- ASTM A 105 150, FF/125AARH FGK9821Z0
B16.48 (CHARPY)
FEF SPCR&BLND 10.00 20.00 ASME- ASTM A 105 150, FF/125AARH FCK9821Z0
B16.48 (CHARPY)
Fitting Group
ELB90 ELBOW.90 0.50 0.75 B-16.11 ASTM A 105 SW, 6000 WA602D3Z0
ELB90 ELBOW.90 1.00 1.50 B-16.11 ASTM A 105 SW, 3000 WA602D2Z0
Package : IPMCS
Report No. : 50
Page 385 of 443
A1A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
JOB SPECIFICATION No.
PIPING MATERIAL
A415-000-11-42-SP-0010
SPECIFICATION
Page 10 of 31
Note :(The shaded portion of PMS body shows Field Fabricated Items)
ELB45 ELBOW.45 1.00 1.50 B-16.11 ASTM A 105 SW, 3000 WB602D2Z0
ELB45 ELBOW.45 2.00 20.00 M B-16.9 ASTM A 234 BW, 1.5D WBGM84Z10
GR.WPB
(CHARPY)
TEQ T.EQUAL 0.50 0.75 B-16.11 ASTM A 105 SW, 6000 WE602D3Z0
TEQ T.EQUAL 1.00 1.50 B-16.11 ASTM A 105 SW, 3000 WE602D2Z0
TRED T.RED 1.00 1.50 B-16.11 ASTM A 105 SW, 3000 WR602D2Z0
CAP CAP 1.00 1.50 B-16.11 ASTM A 105 SCRF, 3000 WF60282Z0
Package : IPMCS
Report No. : 50
Page 386 of 443
A1A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
JOB SPECIFICATION No.
PIPING MATERIAL
A415-000-11-42-SP-0010
SPECIFICATION
Page 11 of 31
Note :(The shaded portion of PMS body shows Field Fabricated Items)
CPLF CPLNG.FULL 0.50 0.75 B-16.11 ASTM A 105 SW, 6000 WJ602D3Z0
CPLF CPLNG.FULL 1.00 1.50 B-16.11 ASTM A 105 SW, 3000 WJ602D2Z0
CPLF/2 CPLNG.FULL 1.00 1.50 B-16.11 ASTM A 105 SCRF, 3000 WJ60282Z0
CPLF/1 CPLNG.FULL 0.50 0.75 B-16.11 ASTM A 105 SCRF, 6000 WJ60283Z0
CPLH CPLNG.HALF 0.50 0.75 B-16.11 ASTM A 105 SW, 6000 WK602D3Z0
CPLH CPLNG.HALF 1.00 1.50 B-16.11 ASTM A 105 SW, 3000 WK602D2Z0
CPLH/2 CPLNG.HALF 1.00 1.50 B-16.11 ASTM A 105 SCRF, 3000 WK60282Z0
CPLH/1 CPLNG.HALF 0.50 0.75 B-16.11 ASTM A 105 SCRF, 6000 WK60283Z0
CPLL CPLNG.LH 0.50 0.75 B-16.11 ASTM A 105 SW, 6000 WL602D3Z0
CPLL CPLNG.LH 1.00 1.50 B-16.11 ASTM A 105 SW, 3000 WL602D2Z0
CPLL/2 CPLNG.LH 1.00 1.50 B-16.11 ASTM A 105 SCRF, 3000 WL60282Z0
CPLL/1 CPLNG.LH 0.50 0.75 B-16.11 ASTM A 105 SCRF, 6000 WL60283Z0
CPLR CPLNG.RED 0.50 0.75 B-16.11 ASTM A 105 SW, 6000 WM602D3Z0
CPLR CPLNG.RED 1.00 1.50 B-16.11 ASTM A 105 SW, 3000 WM602D2Z0
CPLR/2 CPLNG.RED 1.00 1.50 B-16.11 ASTM A 105 SCRF, 3000 WM60282Z0
CPLR/1 CPLNG.RED 0.50 0.75 B-16.11 ASTM A 105 SCRF, 6000 WM60283Z0
O'let Group
SLT SOCKOLET 0.50 0.75 MSS-SP97 ASTM A 105 SW, 6000 YSS02D3Z0
SLT SOCKOLET 1.00 1.50 MSS-SP97 ASTM A 105 SW, 3000 YSS02D2Z0
Package : IPMCS
Report No. : 50
Page 387 of 443
A1A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
JOB SPECIFICATION No.
PIPING MATERIAL
A415-000-11-42-SP-0010
SPECIFICATION
Page 12 of 31
Note :(The shaded portion of PMS body shows Field Fabricated Items)
PSR STRNR.PERM 2.00 20.00 M EIL'STD B:A234GR.WPB;IN BW, T-TYPE SP13344Z0 106
T:SS304
Package : IPMCS
Report No. : 50
Page 388 of 443
A1A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
JOB SPECIFICATION No.
PIPING MATERIAL
A415-000-11-42-SP-0010
SPECIFICATION
Page 13 of 31
SERVICE
PURE NON CORROSIVE OR MILD CORROSIVE HYDROCARBONS FLAMMABLE/NON FLAMMABLE & NON LETHAL
HYDROCARBONS, LUBE OIL AFTER FILTERS), CHEMICALS ETC.
NOTES
101 ALL VENTS & DRAINS SHALL BE PROVIDED WITH GATE VALVE & BLIND FLANGE ASSEMBLY UNLESS OTHERWISE
INDICATED IN THE PIPING & INSTRUMENTATION DIAGRAM (P & ID).
103 PIPING DESIGN AS PER ASME B 31.4 & OISD 141.
104 ALL BRANCH CONNECTIONS INCLUDING VENT, DRAIN, PRESSURE & TEMPERATURE CONNECTIONS SHALL BE AS
PER BRANCH CONNECTION TABLE GIVEN ON THE NEXT PAGE. THE BRANCH DETAILS INDICATED IN APPLICABLE
STANDARDS SHALL BE IGNORED.
106 FOR STRAINERS REFER DATA SHEETS ENCLOSED WITH TENDER STRAINER DETAILS GIVEN UNDER "TRAP/STRAINER
GROUP" SHALL BE IGNORED.
111 NDT OF WELDS WITHIN THE TERMINALS/ STATIONS SHALL BE AS FOLLOWS:
RADIOGRAPHY : 100% FOR ALL BUTT WELDS
MPI : 100% FOR ALL SOCKET WELD
ALL OTHER REQUIREMENTS SHALL BE AS PER SPECIFICATION NO. 6-44-0016.
112 VALVE DETAILS IN VALVE GROUP (EXCEPT GATE, GLOBE & CHECK OF SIZE BELOW 2 INCH) SHALL BE AS PER
APPLICABLE DATA SHEET ENCLOSED AS ANNEXURE-II WITH PMS
SPECIAL NOTES
ON LINES >= 2.0" AS PER P&ID OR 0.75". REFER EIL STD. 7-44-0351, D4
ON LINES >= 2.0" AS PER P&ID OR 0.75". REFER EIL STD 7-44-0351, V4
Package : IPMCS
Report No. : 50
Page 389 of 443
A1K
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
JOB SPECIFICATION No.
PIPING MATERIAL
A415-000-11-42-SP-0010
SPECIFICATION
Page 14 of 31
72. 72.
70. 70.
68. 68.
66. 66.
64. 64.
62. 62.
60. 60.
58. 58.
56. 56.
54. 54.
52. 52.
50. 50.
48. 48.
46. 46.
44. 44.
BRANCH PIPE (SIZE IN INCHES)
BRANCH PIPE ( SIZE IN INCHES)
42. 42.
40. 40.
38. 38.
36. 36.
34. 34.
32. 32.
30. 30.
28. 28.
26. 26.
24. 24.
22. 22.
20. 20.
18. 18.
16. 16.
14. 14.
12. 12.
10. 10.
8.0 8.0
6.0 6.0
5.0 5.0
4.0 T 4.0
3.5 3.5
3.0 T T 3.0
2.5 2.5
2.0 T T T 2.0
1.5 T T T T 1.5
1.25 1.25
1.0 T T S S S 1.0
0.75 T T T S S S 0.75
0.5 T T T T S S S 0.5
1.000
1.250
1.500
2.000
2.500
3.000
3.500
4.000
.500
.750
CODE DESCRIPTION
F SADDLE FUSED JT T TEES J THREADOLET
H H. COUPLING W WELDOLETS
S SOCKOLETS L SWEEPOLET
Package : IPMCS
Report No.
Page 390 of 443
: 50 A1K
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
JOB SPECIFICATION No.
PIPING MATERIAL
A415-000-11-42-SP-0010
SPECIFICATION
Page 15 of 31
Note :(The shaded portion of PMS body shows Field Fabricated Items)
PIP PIPE 1.00 1.50 40S B-36.19 ASTM A 312 TP304 PE, SEAMLESS PI33577Z0
PIP PIPE 2.00 4.00 40S B-36.19 ASTM A 312 TP304 BE, SEAMLESS PI33517Z0
NIP NIPPLE 0.50 0.75 M B-36.19 ASTM A 312 TP304 PBE, SEAMLESS PN33567Z0
NIP NIPPLE 1.00 1.50 M B-36.19 ASTM A 312 TP304 PBE, SEAMLESS PN33567Z0
Flange Group
FLG FLNG.WN 0.50 4.00 M B-16.5 ASTM A 182 150, RF/125AARH FWC4127Z0
GR.F304
FLB FLNG.BLIND 0.50 4.00 B-16.5 ASTM A 182 150, RF/125AARH FBC4127Z0
GR.F304
FEF FLNG.FIG.8 0.50 4.00 ASME- ASTM A 182 150, FF/125AARH FGK4121Z0
B16.48 GR.F304
Fitting Group
ELB90 ELBOW.90 0.50 1.50 B-16.11 ASTM A 182 SW, 3000 WA642D2Z0
GR.F304
ELB90 ELBOW.90 2.00 4.00 M B-16.9 ASTM A 403 BW, 1.5D WAG874Z10
GR.WP304-S
ELB45 ELBOW.45 0.50 1.50 B-16.11 ASTM A 182 SW, 3000 WB642D2Z0
GR.F304
ELB45 ELBOW.45 2.00 4.00 M B-16.9 ASTM A 403 BW, 1.5D WBG874Z10
GR.WP304-S
TEQ T.EQUAL 0.50 1.50 B-16.11 ASTM A 182 SW, 3000 WE642D2Z0
GR.F304
TEQ T.EQUAL 2.00 4.00 M B-16.9 ASTM A 403 BW WEG874ZZ0
GR.WP304-S
TRED T.RED 0.50 1.50 B-16.11 ASTM A 182 SW, 3000 WR642D2Z0
GR.F304
TRED T.RED 2.00 4.00 M, M B-16.9 ASTM A 403 BW WRG874ZZ0
GR.WP304-S
REDC REDUC.CONC 2.00 4.00 M, M B-16.9 ASTM A 403 BW WUG874ZZ0
GR.WP304-S
REDE REDUC.ECC 2.00 4.00 M, M B-16.9 ASTM A 403 BW WVG874ZZ0
GR.WP304-S
SWGC SWAGE.CONC 0.50 3.00 M, M BS-3799 ASTM A 182 PBE WNH426ZZ0
GR.F304
SWGE SWAGE.ECC 0.50 3.00 M, M BS-3799 ASTM A 182 PBE WPH426ZZ0
GR.F304
CAP CAP 0.50 1.50 B-16.11 ASTM A 182 SCRF, 3000 WF64282Z0
GR.F304
CAP CAP 2.00 4.00 M B-16.9 ASTM A 403 BW WFG874ZZ0
GR.WP304-S
Package : IPMCS
Report No. : 50
Page 391 of 443
A1K
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
JOB SPECIFICATION No.
PIPING MATERIAL
A415-000-11-42-SP-0010
SPECIFICATION
Page 16 of 31
Note :(The shaded portion of PMS body shows Field Fabricated Items)
Package : IPMCS
Report No. : 50
Page 392 of 443
A1K
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
JOB SPECIFICATION No.
PIPING MATERIAL
A415-000-11-42-SP-0010
SPECIFICATION
Page 17 of 31
Note :(The shaded portion of PMS body shows Field Fabricated Items)
Package : IPMCS
Report No. : 50
Page 393 of 443
A1K
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
JOB SPECIFICATION No.
PIPING MATERIAL
A415-000-11-42-SP-0010
SPECIFICATION
Page 18 of 31
SERVICE
NON CORROSIVE PROCESS - FLAMMABLE / NON FLAMMABL AND NON LETHAL - PETROLEUM PRODUCTS: FO. FG,
SWEET GAS, INHIBITOR SOLUTION, NH3, BRINE (MINUS 10 DEG C), CO2, CAUSTIC SODA (20 Be MAX & TEMP 70 DEG C
MAX), PARAXYLENE, BITUMEN.
NOTES
101 ALL VENTS & DRAINS SHALL BE PROVIDED WITH GATE VALVE & BLIND FLANGE ASSEMBLY UNLESS OTHERWISE
INDICATED IN THE PIPING & INSTRUMENTATION DIAGRAM (P & ID).
103 PIPING DESIGN AS PER ASME B 31.4 & OISD 141.
104 ALL BRANCH CONNECTIONS INCLUDING VENT, DRAIN, PRESSURE & TEMPERATURE CONNECTIONS SHALL BE AS
PER BRANCH CONNECTION TABLE GIVEN ON THE NEXT PAGE. THE BRANCH DETAILS INDICATED IN APPLICABLE
STANDARDS SHALL BE IGNORED.
105 FOR STRAINERS REFER DATA SHEETS ENCLOSED WITH TENDER STRAINER DETAILS GIVEN UNDER "TRAP/STRAINER
GROUP" SHALL BE IGNORED. MATERIAL FOR SIZE 14 TO 20 INCH STRAINER SIZE SHALL BE READ AS MSS SP-75 Gr.
WPHY-52: INT SS 304.
106 FOR STRAINERS REFER DATA SHEETS ENCLOSED WITH TENDER STRAINER DETAILS GIVEN UNDER "TRAP/STRAINER
GROUP" SHALL BE IGNORED.
107 FOR DIMENSIONS OF HANDLE PROJECTION FOR SPACER & BLINDS REFER EIL STD. NO. 7-44-0166.
109 IN ORDER TO MINIMISE THE POTENTIAL LEAKAGE SOURCE, VALVES USED IN MAINLINE SHALL HAVE BUTT/
SOCKET WELD ENDS.
110 MAINLINE WELDING & NDT REQUIREMENTS OF WELDS SHALL BE AS PER SPECIFICATION NO. 6-77-0007.
111 NDT OF WELDS WITHIN THE TERMINALS/ STATIONS SHALL BE AS FOLLOWS:
RADIOGRAPHY : 100% FOR ALL BUTT WELDS
MPI : 100% FOR ALL SOCKET WELD
ALL OTHER REQUIREMENTS SHALL BE AS PER SPECIFICATION NO. 6-44-0016.
112 VALVE DETAILS IN VALVE GROUP (EXCEPT GATE, GLOBE & CHECK OF SIZE BELOW 2 INCH) SHALL BE AS PER
APPLICABLE DATA SHEET ENCLOSED AS ANNEXURE-II WITH PMS
113 CHARPY IMPACT TESTING REQUIRED FOR ALL WELDED ITEMS (2" & ABOVE).
Package : IPMCS
Report No. : 50
Page 394 of 443
D1A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
JOB SPECIFICATION No.
PIPING MATERIAL
A415-000-11-42-SP-0010
SPECIFICATION
Page 19 of 31
SPECIAL NOTES
ON LINES >= 2.0" AS PER P&ID OR 0.75". REFER EIL STD. 7-44-0351, D4
ON LINES >= 2.0" AS PER P&ID OR 0.75". REFER EIL STD 7-44-0351, V4
Package : IPMCS
Report No. : 50
Page 395 of 443
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
JOB SPECIFICATION No.
PIPING MATERIAL
A415-000-11-42-SP-0010
SPECIFICATION
Page 20 of 31
72. 72.
70. 70.
68. 68.
66. 66.
64. 64.
62. 62.
60. 60.
58. 58.
56. 56.
54. 54.
52. 52.
50. 50.
48. 48.
46. 46.
44. 44.
BRANCH PIPE (SIZE IN INCHES)
BRANCH PIPE ( SIZE IN INCHES)
42. 42.
40. 40.
38. 38.
36. 36.
34. 34.
32. 32.
30. 30.
28. 28.
26. 26.
24. 24.
22. 22.
20. T 20.
18. T T 18.
16. T T T 16.
14. T T T T 14.
12. T T T T T 12.
10. T T T T T T 10.
8.0 T T T T T T T 8.0
6.0 T T T T T T W W 6.0
5.0 5.0
4.0 T T T T W W W W W 4.0
3.5 3.5
3.0 T T T W W W W W W W 3.0
2.5 2.5
2.0 T T T W W W W W W W W 2.0
1.5 T T T T S S S S S S S S 1.5
1.25 1.25
1.0 T T S S S S S S S S S S S 1.0
0.75 T T T S S S S S S S S S S S 0.75
0.5 T T T T S S S S S S S S S S S 0.5
10.000
12.000
14.000
16.000
18.000
20.000
1.000
1.250
1.500
2.000
2.500
3.000
3.500
4.000
5.000
6.000
8.000
.500
.750
CODE DESCRIPTION
F SADDLE FUSED JT T TEES J THREADOLET
H H. COUPLING W WELDOLETS
S SOCKOLETS L SWEEPOLET
Package : IPMCS
Report No.
Page 396 of 443
: 50 D1A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
JOB SPECIFICATION No.
PIPING MATERIAL
A415-000-11-42-SP-0010
SPECIFICATION
Page 21 of 31
Note :(The shaded portion of PMS body shows Field Fabricated Items)
PIP PIPE 1.00 1.50 XS B-36.10 ASTM A 106 GR.B PE, SEAMLESS PI21977Z0
PIP PIPE 2.00 2.00 XS B-36.10 ASTM A 106 GR.B BE, SEAMLESS PI2H717Z0
(CHARPY)
PIP PIPE 3.00 3.00 STD B-36.10 ASTM A 106 GR.B BE, SEAMLESS PI2H717Z0
(CHARPY)
PIP PIPE 4.00 6.00 XS B-36.10 ASTM A 106 GR.B BE, SEAMLESS PI2H717Z0
(CHARPY)
PIP PIPE 8.00 8.00 11.1 API 5L API 5L GR.B PSL1 BE, SEAMLESS PIAH817Z0
(CHARPY)
PIP PIPE 10.00 10.00 13.5 API 5L API 5L GR.B PSL1 BE, SEAMLESS PIAH817Z0
(CHARPY)
PIP PIPE 12.00 12.00 15.9 API 5L API 5L GR.B PSL1 BE, SEAMLESS PIAH817Z0
(CHARPY)
PIP PIPE 14.00 14.00 12.0 API 5L API 5L GR.X-52 BE, SEAMLESS PIAI217Z0
PSL1 (CHARPY)
PIP PIPE 16.00 16.00 13.5 API 5L API 5L GR.X-52 BE, SAW PIAI216Z0
PSL1 (CHARPY)
PIP PIPE 18.00 20.00 14.3 API 5L API 5L GR.X-52 BE, SAW PIAI216Z0
PSL1 (CHARPY)
NIP NIPPLE 0.50 0.75 M B-36.10 ASTM A 106 GR.B PBE, SEAMLESS PN21967Z0
NIP NIPPLE 1.00 1.50 M B-36.10 ASTM A 106 GR.B PBE, SEAMLESS PN21967Z0
Flange Group
FLG FLNG.SW 0.50 1.50 M B-16.5 ASTM A 105 600, RF/125AARH FSC0167Z0
FLG FLNG.WN 2.00 12.00 M B-16.5 ASTM A 105 600, RF/125AARH FWC9867Z0
(CHARPY)
FLG FLNG.WN 14.00 20.00 M B-16.5 ASTM A 694 GR.F- 600, RF/125AARH FWCA267Z0
52 (CHARPY)
FLG/90 FLNG.WN 3.00 8.00 M B-16.5 ASTM A 105 900, RTJ/63AARH FWC9879Z0
0 (CHARPY)
FLG/90 FLNG.WN 10.00 16.00 M B-16.5 ASTM A 694 GR.F- 900, RTJ/63AARH FWCA279Z0
0 52 (CHARPY)
FLB FLNG.BLIND 0.50 1.50 B-16.5 ASTM A 105 600, RF/125AARH FBC0167Z0
FLB FLNG.BLIND 2.00 20.00 B-16.5 ASTM A 105 600, RF/125AARH FBC9867Z0
(CHARPY)
FEF FLNG.FIG.8 0.50 1.50 ASME- ASTM A 105 600, FF/125AARH FGK0161Z0
B16.48
FEF FLNG.FIG.8 2.00 8.00 ASME- ASTM A 105 600, FF/125AARH FGK9861Z0
B16.48 (CHARPY)
Package : IPMCS
Report No. : 50
Page 397 of 443
D1A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
JOB SPECIFICATION No.
PIPING MATERIAL
A415-000-11-42-SP-0010
SPECIFICATION
Page 22 of 31
Note :(The shaded portion of PMS body shows Field Fabricated Items)
ELB90 ELBOW.90 1.00 1.50 B-16.11 ASTM A 105 SW, 3000 WA602D2Z0
ELB90 ELBOW.90 2.00 12.00 M B-16.9 ASTM A 234 BW, 1.5D WAGM84Z10
GR.WPB
(CHARPY)
ELB90 ELBOW.90 14.00 20.00 M MSS-SP75 MSS SP-75 BW, 1.5D WAUG24Z10
GR.WPHY-52
ELB45 ELBOW.45 0.50 0.75 B-16.11 ASTM A 105 SW, 6000 WB602D3Z0
ELB45 ELBOW.45 1.00 1.50 B-16.11 ASTM A 105 SW, 3000 WB602D2Z0
ELB45 ELBOW.45 2.00 12.00 M B-16.9 ASTM A 234 BW, 1.5D WBGM84Z10
GR.WPB
(CHARPY)
ELB45 ELBOW.45 14.00 20.00 M MSS-SP75 MSS SP-75 BW, 1.5D WBUG24Z10
GR.WPHY-52
TEQ T.EQUAL 0.50 0.75 B-16.11 ASTM A 105 SW, 6000 WE602D3Z0
TEQ T.EQUAL 1.00 1.50 B-16.11 ASTM A 105 SW, 3000 WE602D2Z0
TRED T.RED 1.00 1.50 B-16.11 ASTM A 105 SW, 3000 WR602D2Z0
Package : IPMCS
Report No. : 50
Page 398 of 443
D1A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
JOB SPECIFICATION No.
PIPING MATERIAL
A415-000-11-42-SP-0010
SPECIFICATION
Page 23 of 31
Note :(The shaded portion of PMS body shows Field Fabricated Items)
CAP CAP 1.00 1.50 B-16.11 ASTM A 105 SCRF, 3000 WF60282Z0
PLG PLUG 1.00 1.50 B-16.11 ASTM A 105 SCRM, 3000 WH60292Z0
CPLF CPLNG.FULL 0.50 0.75 B-16.11 ASTM A 105 SW, 6000 WJ602D3Z0
CPLF CPLNG.FULL 1.00 1.50 B-16.11 ASTM A 105 SW, 3000 WJ602D2Z0
CPLF/2 CPLNG.FULL 1.00 1.50 B-16.11 ASTM A 105 SCRF, 3000 WJ60282Z0
CPLF/1 CPLNG.FULL 0.50 0.75 B-16.11 ASTM A 105 SCRF, 6000 WJ60283Z0
CPLH CPLNG.HALF 0.50 0.75 B-16.11 ASTM A 105 SW, 6000 WK602D3Z0
CPLH CPLNG.HALF 1.00 1.50 B-16.11 ASTM A 105 SW, 3000 WK602D2Z0
CPLH/2 CPLNG.HALF 1.00 1.50 B-16.11 ASTM A 105 SCRF, 3000 WK60282Z0
CPLH/1 CPLNG.HALF 0.50 0.75 B-16.11 ASTM A 105 SCRF, 6000 WK60283Z0
CPLL CPLNG.LH 0.50 0.75 B-16.11 ASTM A 105 SW, 6000 WL602D3Z0
CPLL CPLNG.LH 1.00 1.50 B-16.11 ASTM A 105 SW, 3000 WL602D2Z0
CPLL/2 CPLNG.LH 1.00 1.50 B-16.11 ASTM A 105 SCRF, 3000 WL60282Z0
CPLL/1 CPLNG.LH 0.50 0.75 B-16.11 ASTM A 105 SCRF, 6000 WL60283Z0
Package : IPMCS
Report No. : 50
Page 399 of 443
D1A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
JOB SPECIFICATION No.
PIPING MATERIAL
A415-000-11-42-SP-0010
SPECIFICATION
Page 24 of 31
Note :(The shaded portion of PMS body shows Field Fabricated Items)
CPLR CPLNG.RED 1.00 1.50 B-16.11 ASTM A 105 SW, 3000 WM602D2Z0
CPLR/2 CPLNG.RED 1.00 1.50 B-16.11 ASTM A 105 SCRF, 3000 WM60282Z0
CPLR/1 CPLNG.RED 0.50 0.75 B-16.11 ASTM A 105 SCRF, 6000 WM60283Z0
O'let Group
SLT SOCKOLET 0.50 0.75 MSS-SP97 ASTM A 105 SW, 6000 YSS02D3Z0
SLT SOCKOLET 1.00 1.50 MSS-SP97 ASTM A 105 SW, 3000 YSS02D2Z0
Package : IPMCS
Report No. : 50
Page 400 of 443
D1A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
JOB SPECIFICATION No.
PIPING MATERIAL
A415-000-11-42-SP-0010
SPECIFICATION
Page 25 of 31
Note :(The shaded portion of PMS body shows Field Fabricated Items)
PSR STRNR.PERM 2.00 12.00 M EIL'STD B:A234GR.WPB;IN BW, T-TYPE SP13344Z0 106
T:SS304
PSR STRNR.PERM 14.00 20.00 M EIL'STD B:A234GR.WPB;IN BW, T-TYPE SP13344Z0 105
T:SS304
Package : IPMCS
Report No. : 50
Page 401 of 443
D1A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
JOB SPECIFICATION No.
PIPING MATERIAL
A415-000-11-42-SP-0010
SPECIFICATION
Page 26 of 31
SERVICE
NON CORROSIVE HYDROCARBONS AND PROCESS LIQUID, VAPOUR AND GAS-FLAMMABLE & NON LETHAL
NOTES
101 ALL VENTS & DRAINS SHALL BE PROVIDED WITH GATE VALVE & BLIND FLANGE ASSEMBLY UNLESS OTHERWISE
INDICATED IN THE PIPING & INSTRUMENTATION DIAGRAM (P & ID).
103 PIPING DESIGN AS PER ASME B 31.4 & OISD 141.
104 ALL BRANCH CONNECTIONS INCLUDING VENT, DRAIN, PRESSURE & TEMPERATURE CONNECTIONS SHALL BE AS
PER BRANCH CONNECTION TABLE GIVEN ON THE NEXT PAGE. THE BRANCH DETAILS INDICATED IN APPLICABLE
STANDARDS SHALL BE IGNORED.
107 FOR DIMENSIONS OF HANDLE PROJECTION FOR SPACER & BLINDS REFER EIL STD. NO. 7-44-0166.
111 NDT OF WELDS WITHIN THE TERMINALS/ STATIONS SHALL BE AS FOLLOWS:
RADIOGRAPHY : 100% FOR ALL BUTT WELDS
MPI : 100% FOR ALL SOCKET WELD
ALL OTHER REQUIREMENTS SHALL BE AS PER SPECIFICATION NO. 6-44-0016.
112 VALVE DETAILS IN VALVE GROUP (EXCEPT GATE, GLOBE & CHECK OF SIZE BELOW 2 INCH) SHALL BE AS PER
APPLICABLE DATA SHEET ENCLOSED AS ANNEXURE-II WITH PMS
113 CHARPY IMPACT TESTING REQUIRED FOR ALL WELDED ITEMS (2" & ABOVE).
SPECIAL NOTES
DRAINS ON LINES <= 1.5" AS PER P&ID OR 0.75".TEE, NIPPLE,SINGLE VLV(AS PER P&ID OR
PLUG VLV), BLIND FLG ASSEMBLY
ON LINES >= 2.0" AS PER P&ID OR 0.75".WELDOLET,NIPPLE,SINGLE VLV(AS PER
P&ID OR PLUG VLV), BLIND FLG ASSEMBLY
VENTS ON LINES <= 1.5" AS PER P&ID OR 0.75".TEE, NIPPLE,SINGLE VLV(AS PER P&ID OR
PLUG VLV), BLIND FLG ASSEMBLY
ON LINES >= 2.0" AS PER P&ID OR 0.75".WELDOLET,NIPPLE,SINGLE VLV(AS PER
P&ID OR PLUG VLV), BLIND FLG ASSEMBLY
TEMP.CONN 1.5" FLANGED. REFER EIL STD 7-44-0353
PRESS.CONN 1.5" TEE/WELDOLET & NIPPLE WITH DOUBLE VALVES (AS PER P &
ID OR PLUG VALVES)
Package : IPMCS
Report No. : 50
Page 402 of 443
E1A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
JOB SPECIFICATION No.
PIPING MATERIAL
A415-000-11-42-SP-0010
SPECIFICATION
Page 27 of 31
72. 72.
70. 70.
68. 68.
66. 66.
64. 64.
62. 62.
60. 60.
58. 58.
56. 56.
54. 54.
52. 52.
50. 50.
48. 48.
46. 46.
44. 44.
BRANCH PIPE (SIZE IN INCHES)
BRANCH PIPE ( SIZE IN INCHES)
42. 42.
40. 40.
38. 38.
36. 36.
34. 34.
32. 32.
30. 30.
28. 28.
26. 26.
24. 24.
22. 22.
20. 20.
18. 18.
16. T 16.
14. T T 14.
12. T T T 12.
10. T T T T 10.
8.0 T T T T T 8.0
6.0 T T T T T T 6.0
5.0 5.0
4.0 T T T T W W W 4.0
3.5 3.5
3.0 T T T W W W W W 3.0
2.5 2.5
2.0 T T T W W W W W W 2.0
1.5 T T T T W W W W W W 1.5
1.25 1.25
1.0 T T W W W W W W W W W 1.0
0.75 T T T W W W W W W W W W 0.75
0.5 T T T T W W W W W W W W W 0.5
10.000
12.000
14.000
16.000
1.000
1.250
1.500
2.000
2.500
3.000
3.500
4.000
5.000
6.000
8.000
.500
.750
CODE DESCRIPTION
F SADDLE FUSED JT T TEES J THREADOLET
H H. COUPLING W WELDOLETS
S SOCKOLETS L SWEEPOLET
Package : IPMCS
Report No.
Page 403 of 443
: 50 E1A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
JOB SPECIFICATION No.
PIPING MATERIAL
A415-000-11-42-SP-0010
SPECIFICATION
Page 28 of 31
Note :(The shaded portion of PMS body shows Field Fabricated Items)
PIP PIPE 1.00 1.50 XS B-36.10 ASTM A 106 GR.B BE, SEAMLESS PI21917Z0
PIP PIPE 2.00 4.00 XS B-36.10 ASTM A 106 GR.B BE, SEAMLESS PI2H717Z0
(CHARPY)
PIP PIPE 6.00 6.00 S120 B-36.10 ASTM A 106 GR.B BE, SEAMLESS PI2H717Z0
(CHARPY)
PIP PIPE 8.00 8.00 15.9 API 5L API 5L GR.B PSL1 BE, SEAMLESS PIAH817Z0
(CHARPY)
PIP PIPE 10.00 12.00 12.7 API 5L API 5L GR.X-52 BE, SEAMLESS PIAI217Z0
PSL1 (CHARPY)
PIP PIPE 14.00 14.00 13.5 API 5L API 5L GR.X-52 BE, SEAMLESS PIAI217Z0
PSL1 (CHARPY)
PIP PIPE 16.00 16.00 14.3 API 5L API 5L GR.X-52 BE, SAW PIAI216Z0
PSL1 (CHARPY)
NIP NIPPLE 0.50 0.75 M B-36.10 ASTM A 106 GR.B PBE, SEAMLESS PN21967Z0
NIP NIPPLE 1.00 1.50 M B-36.10 ASTM A 106 GR.B PBE, SEAMLESS PN21967Z0
Flange Group
FLG FLNG.WN 0.50 1.50 M B-16.5 ASTM A 105 1500, RTJ/63AARH FWC0189Z0
FLG FLNG.WN 2.00 2.00 M B-16.5 ASTM A 105 1500, RTJ/63AARH FWC9889Z0
(CHARPY)
FLG FLNG.WN 3.00 8.00 M B-16.5 ASTM A 105 900, RTJ/63AARH FWC9879Z0
(CHARPY)
FLG FLNG.WN 10.00 16.00 M B-16.5 ASTM A 694 GR.F- 900, RTJ/63AARH FWCA279Z0
52 (CHARPY)
FLB FLNG.BLIND 0.50 1.50 B-16.5 ASTM A 105 1500, RTJ/63AARH FBC0189Z0
FLB FLNG.BLIND 2.00 2.00 B-16.5 ASTM A 105 1500, RTJ/63AARH FBC9889Z0
(CHARPY)
FLB FLNG.BLIND 3.00 16.00 B-16.5 ASTM A 105 900, RTJ/63AARH FBC9879Z0
(CHARPY)
FEF FLNG.FIG.8 0.50 1.50 ASME- ASTM A 105 900, RTJ/63AARH FGK0179Z0
B16.48
FEF FLNG.FIG.8 2.00 2.00 ASME- ASTM A 105 900, RTJ/63AARH FGK9879Z0
B16.48 (CHARPY)
FEF FLNG.FIG.8 3.00 4.00 ASME- ASTM A 105 900, RTJ/63AARH FGK9879Z0
B16.48 (CHARPY)
FEF SPCR&BLND 6.00 16.00 ASME- ASTM A 105 900, RTJ/63AARH FCK9879Z0
B16.48 (CHARPY)
Fitting Group
ELB90 ELBOW.90 0.50 1.50 M B-16.9 ASTM A 234 BW, 1.5D WAG684Z10
GR.WPB
Package : IPMCS
Report No. : 50
Page 404 of 443
E1A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
JOB SPECIFICATION No.
PIPING MATERIAL
A415-000-11-42-SP-0010
SPECIFICATION
Page 29 of 31
Note :(The shaded portion of PMS body shows Field Fabricated Items)
Package : IPMCS
Report No. : 50
Page 405 of 443
E1A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
JOB SPECIFICATION No.
PIPING MATERIAL
A415-000-11-42-SP-0010
SPECIFICATION
Page 30 of 31
Note :(The shaded portion of PMS body shows Field Fabricated Items)
Package : IPMCS
Report No. : 50
Page 406 of 443
E1A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
JOB SPECIFICATION No.
PIPING MATERIAL
A415-000-11-42-SP-0010
SPECIFICATION
Page 31 of 31
Note :(The shaded portion of PMS body shows Field Fabricated Items)
Package : IPMCS
Report No. : 50
Page 407 of 443
E1A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
DOCUMENT No.
ANNEXURE – I (PIPING
MATERIAL SPECIFICATION A415-000-11-42-SP-0010
GENERAL NOTES) ANNEXURE – I Rev. 0
Page 1 of 11
ANNEXURE-I
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 408 of 443
DOCUMENT No.
ANNEXURE – I (PIPING
MATERIAL SPECIFICATION A415-000-11-42-SP-0010
GENERAL NOTES) ANNEXURE – I Rev. 0
Page 2 of 11
CONTENTS
1.0 SCOPE
5.0 PIPELINE
6.0 PIPES
7.0 FITTINGS
8.0 BENDS
9.0 FLANGES
10.0 GASKETS
13.0 VALVES
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 409 of 443
DOCUMENT No.
ANNEXURE – I (PIPING
MATERIAL SPECIFICATION A415-000-11-42-SP-0010
GENERAL NOTES) ANNEXURE – I Rev. 0
Page 3 of 11
1.0 SCOPE
1.1 This specification (PMS) covers various piping classes for process and utility
piping and minimum requirements for various piping/ pipeline materials necessary
for the design of the piping/ pipeline facilities.
This specification shall be read in conjunction with various Codes and Standards
as applicable.
2.1 Pipeline and pipeline terminal facilities envisaged as part of this project shall be
designed and engineered primarily in accordance with the provisions of the latest
edition of the following codes:
2.2 All codes, standards and specifications referred herein shall be the latest edition
of such documents.
2.3 For sake of brevity the initials of the society to which the codes are referred may
be omitted in the specifications, for example, B16.5 is a code referring to ASME
A106 is a code referring to ASTM.
2.4 In addition, EIL specifications and standards for various piping and pipeline
materials shall also be applicable.
Individual piping class has been generally designed to cover a set of services
operating within pressure-temperature combination as per ASME B16.5/ B16.34
or part of it. Deviations of material from class specifications may occur due to
specific design conditions and/ or availability. These deviations are permissible if
they equal or better the individual class requirements and shall be subjected to
approval on case-to-case basis.
All materials (2” & above) shall be subjected to the Charpy V Notch Impact testing
as per ASME B 31.4 or ASTM A 370 as applicable.
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 410 of 443
DOCUMENT No.
ANNEXURE – I (PIPING
MATERIAL SPECIFICATION A415-000-11-42-SP-0010
GENERAL NOTES) ANNEXURE – I Rev. 0
Page 4 of 11
The piping class designation shall generally consist of three digits made up of a
letter, number & letter e.g. A1A, A1K, D1A, E1A etc. as follows:
The middle number indicates differences in the specifications within the same
class rating and material, e.g.:
Middle No. Carbon Steel (A) SS304/ SS304H/ SS304L (K)
1 CA=1.5 CA=NIL
5.0 PIPELINE
5.1 Line pipe material grade and wall thickness details are indicated in Table-1.
6.0 PIPES
6.1 Carbon steel pipe shall be made by open hearth, electric furnace or basic oxygen
process only. The steel used shall be fully killed and made with fine grain
structure. The grade and wall thickness of various sizes of pipes shall be as per
piping material specification for the applicable class.
6.2 Pipe dimensions shall be in accordance with ASME B 36.10 for carbon steel
ASTM standard pipes IS: 1239 for wrought iron pipe & API 5L for carbon steel API
5L grade pipes.
6.3 All pipe threads shall conform to American Standard taper as per ASME B 1.20.1
NPT, unless otherwise specified.
6.4 For butt weld end, bevel shall be in accordance with API specification 5L or ASME
B16.25 as applicable.
6.5 Non-standard pipe sizes viz. 1¼”, 2½”, 3½”, 5”, shall not be treated as a part of
this specification.
7.0 FITTINGS
7.1 Fully killed carbon steel shall be used in the manufacture of fittings. The fitting
shall have carbon equivalent not exceeding 0.45, based on check analysis.
7.2 Threaded joints, if used, shall conform to American Standard taper as per ASME
B1.20.1 NPT.
7.3 Dimensions of socket welded/ screwed fittings shall conform to ASME B 16.11.
Swage shall be as per BS 3799.
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 411 of 443
DOCUMENT No.
ANNEXURE – I (PIPING
MATERIAL SPECIFICATION A415-000-11-42-SP-0010
GENERAL NOTES) ANNEXURE – I Rev. 0
Page 5 of 11
7.4 Dimensions of steel butt welded fittings shall be as per ASME B 16.9/ MSS-SP-
75, as applicable.
7.5 Bore of socket welded fittings shall suit outside diameter (OD) of pipe and its
thickness.
7.6 Butt welding ends shall conform to API specification 5L or ASME B 16.25 as
applicable. In case of difference in thickness of matching ends, requirements of
ASME B 31.4 shall apply.
7.7 Integrally reinforced forged branch fittings such as Sockolet, Weldolet etc. shall
be as per MSS-SP-97. Fittings not covered in ASME B16.9 and MSS-SP-97 shall
conform to manufacturer’s standard.
8.0 BENDS
8.1 Unless otherwise specified for process piping, elbow of radius R = 1.5D shall only
be used.
8.2 For main line, cold field bends with radius R = 40D shall be used. Limited use of
Long radius Bends with R = 6D (shop bends) may be permitted for reason of
space constraints.
D = Specified Outside Diameter
Long Radius Bend shall be used only when indicated in AFC drawing.
9.0 FLANGES
9.3 Neck of weld neck (WN) flanges shall suit pipe bore and thickness.
9.4 Bore of socket welded (SW) flanges shall suit pipe O.D. and its thickness.
9.5 Threads for screwed flanges, if used, shall conform to American Standard taper
as per ASME B 1.20.1 NPT.
9.6 Sizes for blind flanges shall be indicated by nominal pipe size.
9.9 Brinnel hardness for RTJ groove shall be at least 20 BHN more than that of
corresponding gasket as specified.
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 412 of 443
DOCUMENT No.
ANNEXURE – I (PIPING
MATERIAL SPECIFICATION A415-000-11-42-SP-0010
GENERAL NOTES) ANNEXURE – I Rev. 0
Page 6 of 11
9.10 Spectacle blind/ spacer & blind of size upto 20” shall be in accordance with ASME
B 16.48.
9.11 Two jack screw, 1800 apart shall be provided in spectacle blind or spacer & blind
assemblies as per EIL standard No. 7-44-0252.
10.0 GASKETS
10.1 Spiral wound gaskets shall conform to ASME B 16.20. All spiral wound gaskets
shall be provided with carbon steel centering ring. Spiral wound gasket shall be
self aligning type.
11.1 Nuts for stud bolts shall be American Standard Hexagon Heavy Series and double
chamfered.
11.2 Dimension and tolerances for stud bolts and nuts shall be as per ASME B 18.2.1
and 18.2.2 with full threading to ASME B 1.1 Class 2A thread for bolts and Class
2B for nuts. Diameter and length of stud bolts shall be as per ASME B 16.5 with
full threading.
11.4 Threads for stud bolts shall be as per ASME B 1.1, as follows:
11.5 Threads for threaded pipe, fitting, flanges and valve shall be in accordance with B
1.20.1 taper threads, unless specified otherwise.
11.6 Heads of jack screws shall be heavy hexagonal type. Jack screw end shall be
rounded. Stud bolts shall be fully threaded with two hexagonal nuts.
12.1 Threaded joints shall be made with 1" wide PTFE jointing tape.
13.0 VALVES
13.1 Valves shall be as per valve data sheets (enclosed in Annexure-II) for various
piping classes.
13.2 Sectionalizing valves, Block valves and other isolation valves installed on the
main pipeline shall be ball valves with butt welding ends. All inline isolation valves
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 413 of 443
DOCUMENT No.
ANNEXURE – I (PIPING
MATERIAL SPECIFICATION A415-000-11-42-SP-0010
GENERAL NOTES) ANNEXURE – I Rev. 0
Page 7 of 11
on the mainline (pipeline) shall be full bore valves to allow smooth passage of
cleaning as well as intelligent pigs.
13.3 All buried valves shall be provided with stem extension, sealant, vent/ drain and
shall have butt welded ends as per relevant specification/ data sheet.
13.4 All “electrically heat traced” process valves shall be suitable for installation in
insulated valve boxes with suitable extension of valve appurtenances i.e. sealant
injection, drain, vent connections etc.
13.5 Surface preparation & painting of all “electrically heat traced” process valves shall
be as per specification no. 6-79-0020, suitable for coating under insulation.
13.4 Flange dimensions and face finish of flanged end valves shall conform to clause
9.0 of this specification.
13.5 Butt welding ends of Butt Welded valves shall conform to ASME B 16.25.
13.6 Face to face and end to end dimensions shall conform to applicable standards.
13.7 Valves shall conform to following standards unless specified otherwise in piping
material specification for various piping class.
13.8 All manual operated valves shall be provided with wrench/ hand wheel or gear
operator as specified herein below.
For ASME class 150 and 300 - Hand wheel operated for size ≤ 12" NB.
Gear operated for size ≥ 14" NB.
For ASME class 600 - Hand wheel operated for size ≤ 10" NB.
Gear operated for size ≥ 12" NB.
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 414 of 443
DOCUMENT No.
ANNEXURE – I (PIPING
MATERIAL SPECIFICATION A415-000-11-42-SP-0010
GENERAL NOTES) ANNEXURE – I Rev. 0
Page 8 of 11
For ASME class 900 - Hand wheel operated for size ≤ 4" NB.
Gear operated for size ≥ 6" NB.
For ASME class 150, 300, 600 - Hand Wheel operated for all size.
For ASME class 900 - Hand wheel operated for size ≤ 4" NB
Gear operated for size ≥ 6" NB.
13.8.3 Ball valves & Plug Valves
For ASME class 150, 300, 600, 900 - Wrench operated for size ≤ 4" NB.
Gear operated for size ≥ 6" NB.
Motor operated valves shall be as per P & IDs. The actuator shall have provision
for remote operation as per P & IDs. All motor operated valves shall have
additional provision of hand wheel operation.
In terminal piping, high point vents and low point drains required for the purpose
of hydrotesting shall be of size 0.75". Hydrostatic vents & drains for all classes
shall consist of gate valves with blind flange assembly.
Pipeline specialty items viz. scraper traps, flow tees, insulating joints; LR bends
etc. shall be as per Table-2.
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 415 of 443
DOCUMENT No.
ANNEXURE – I (PIPING
MATERIAL SPECIFICATION A415-000-11-42-SP-0010
GENERAL NOTES) ANNEXURE – I Rev. 0
Page 9 of 11
TABLE - 1
Note: - Mainline from Naharkatia to Barauni including all spurlines are existing pipeline.
Hookup pipeline (from existing scraper traps to new proposed scraper traps location)
segment length with in the existing terminal shall be finalized during detailed engineering.
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 416 of 443
DOCUMENT No.
ANNEXURE – I (PIPING
MATERIAL SPECIFICATION A415-000-11-42-SP-0010
GENERAL NOTES) ANNEXURE – I Rev. 0
Page 10 of 11
TABLE-2
FLOW TEES
PIG SIGNALLER
INSULATING FLANGE
ASSEMBLY
For Material description details refer attached data sheets enclosed with Annexure II.
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 417 of 443
DOCUMENT No.
ANNEXURE – I (PIPING
MATERIAL SPECIFICATION A415-000-11-42-SP-0010
GENERAL NOTES) ANNEXURE – I Rev. 0
Page 11 of 11
APPENDIX-I
LIST OF ATTACHMENTS
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 418 of 443
DOCUMENT No.
PIPING MATERIAL A415-000-11-42-SP-0010
SPECIFICATION – ANNEXURE-II ANNEXURE - II Rev.0
Page 1 of 7
ANNEXURE – II
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
TABLE OF CONTENTS
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 420 of 443
DOCUMENT No.
PIPING MATERIAL A415-000-11-42-SP-0010
SPECIFICATION – ANNEXURE-II ANNEXURE - II Rev.0
Page 3 of 7
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 421 of 443
DOCUMENT No.
PIPING MATERIAL A415-000-11-42-SP-0010
SPECIFICATION – ANNEXURE-II ANNEXURE - II Rev.0
Page 4 of 7
Description
S.No. Title Data Sheet No.
(Piping PMS Code)
1. Data Sheet for Scraper Launcher 16”x20”, FL (600#) A415-000-11-42-DS-01
2. Data Sheet for Scraper Receiver 16”x22”, FL (600#) A415-000-11-42-DS-02
3. Data Sheet for Scraper Launcher 14”x18”, FL (600#) A415-000-11-42-DS-03
4. Data Sheet for Scraper Receiver 14”x20”, FL (600#) A415-000-11-42-DS-04
5. Data Sheet for Scraper Launcher 12”x16”, FL (150#) A415-000-11-42-DS-05
6. Data Sheet for Scraper Receiver 12”x18”, FL (150#) A415-000-11-42-DS-06
7. Data Sheet for Scraper Launcher 10”x14”, FL (150#) A415-000-11-42-DS-07
8. Data Sheet for Scraper Receiver 10”x 16”, FL (150#) A415-000-11-42-DS-08
9. Data Sheet for Scraper Launcher 08”x12”, FL (600#) A415-000-11-42-DS-09
10. Data Sheet for Scraper Receiver 08”x14”, FL (600#) A415-000-11-42-DS-10
Mounted On Trap Body
11. Data Sheet for Pig Signaller A415-000-11-42-DS-11
(600#)
Mounted On Trap Body
12. Data Sheet for Pig Signaller A415-000-11-42-DS-12
(600#)
Mounted On Trap Body
13. Data Sheet for Pig Signaller A415-000-11-42-DS-13
(150#)
Data Sheet for Pig Signaller Mounted On 16” Pipeline
14. A415-000-11-42-DS-14
(Non Intrusive)
Data Sheet for Pig Signaller Mounted On 14” Pipeline
15. A415-000-11-42-DS-15
(Non Intrusive)
Data Sheet for Pig Signaller Mounted On 12” Pipeline
16. A415-000-11-42-DS-16
(Non Intrusive)
Data Sheet for Pig Signaller Mounted On 10” Pipeline
17. A415-000-11-42-DS-17
(Non Intrusive)
Data Sheet for Pig Signaller Mounted On 08” Pipeline
18. A415-000-11-42-DS-18
(Non Intrusive)
19. Data Sheet for Scraper Launcher 14”x18”, FL (150#) A415-000-11-42-DS-19
20. Data Sheet for Scraper Receiver 14”x20”, FL (150#) A415-000-11-42-DS-20
21. Data Sheet for Flow Tees A415-000-11-42-DS-21
22. Data Sheet for Flow Tees A415-000-11-42-DS-22
23. Data Sheet for Flow Tees A415-000-11-42-DS-23
24. Data Sheet for Flow Tees A415-000-11-42-DS-24
25. Data Sheet for Insulating Joint A415-000-11-42-DS-25
26. Data Sheet for Insulating Joint A415-000-11-42-DS-26
27. Data Sheet for Insulating Joint A415-000-11-42-DS-27
28. Data Sheet for Insulating Joint A415-000-11-42-DS-28
29. Data Sheet for Insulating Joint A415-000-11-42-DS-29
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 422 of 443
DOCUMENT No.
PIPING MATERIAL A415-000-11-42-SP-0010
SPECIFICATION – ANNEXURE-II ANNEXURE - II Rev.0
Page 5 of 7
30. Data Sheet for Ball Valve 2”-16”,A1A, FL, MOV, FB A415-000-11-42-DS-30
31. Data Sheet for Ball Valve 2”-16”,A1A, FL, MAN, FB A415-000-11-42-DS-31
2”-16”,D1A, BW, MOV,
32. Data Sheet for Ball Valve A415-000-11-42-DS-32
FB
33. Data Sheet for Ball Valve 12”, A1A, BW, MOV, FB A415-000-11-42-DS-33
0.5”-1.5”, A1A, B1A, D1A
34. Data Sheet for Ball Valve A415-000-11-42-DS-34
RB, SW
35. Data Sheet for Ball Valve A415-000-11-42-DS-35
36. Data Sheet for Ball Valve A415-000-11-42-DS-36
37. Data Sheet for Ball Valve A415-000-11-42-DS-37
38. Data Sheet for Ball Valve A415-000-11-42-DS-38
39. Data Sheet for Ball Valve A415-000-11-42-DS-39
40. Data Sheet for Ball Valve A415-000-11-42-DS-40
41. Data Sheet for Plug Valve 2”-24”, A1A, FL, MOV A415-000-11-42-DS-41
42. Data Sheet for Plug Valve 2”-24”, D1A, FL, MOV A415-000-11-42-DS-42
43. Data Sheet for Plug Valve 2”-24”, E1A, FL, MOV A415-000-11-42-DS-43
44. Data Sheet for Plug Valve 2”-24”, A1A, BW, MOV A415-000-11-42-DS-44
45. Data Sheet for Plug Valve 2”-24”, D1A, BW, MOV A415-000-11-42-DS-45
46. Data Sheet for Plug Valve 2”-24”, E1A, BW, MOV A415-000-11-42-DS-46
47. Data Sheet for Plug Valve 2”-24”, A1A, FL, MAN A415-000-11-42-DS-47
48. Data Sheet for Plug Valve 2”-24”, D1A, FL, MAN A415-000-11-42-DS-48
49. Data Sheet for Plug Valve 2”-24”, E1A, FL, MAN A415-000-11-42-DS-49
50. Data Sheet for Plug Valve 2”-24”, A1A, BW, MAN A415-000-11-42-DS-50
51. Data Sheet for Plug Valve 2”-24”, D1A, BW, MAN A415-000-11-42-DS-51
52. Data Sheet for Plug Valve 2”-24”, E1A, BW, MAN A415-000-11-42-DS-52
0.5”-1.5”, A1A, B1A, D1A
53. Data Sheet for Plug Valve A415-000-11-42-DS-53
(800#), SW
54. Data Sheet for Plug Valve A415-000-11-42-DS-54
55. Data Sheet for Plug Valve A415-000-11-42-DS-55
56. Data Sheet for Plug Valve A415-000-11-42-DS-56
57. Data Sheet for Plug Valve A415-000-11-42-DS-57
0.5”-1.5”, A1A, B1A, D1A
58. Data Sheet for Gate Valve Sheet no. 51001
(800#), SW
0.5”-1.5”, E1A (1500#),
59. Data Sheet for Gate Valve Sheet no. 51101
BW
60. Data Sheet for Gate Valve 0.5”-1.5”, A1K (800#), SW Sheet no. 51045
61. Data Sheet for Gate Valve 2”-16”, A1A, FL, MAN A415-000-11-42-DS-58
62. Data Sheet for Gate Valve 2”-16”, D1A, FL, MAN A415-000-11-42-DS-59
63. Data Sheet for Gate Valve 2”-16”, E1A, FL, MAN A415-000-11-42-DS-60
64. Data Sheet for Gate Valve A415-000-11-42-DS-61
65. Data Sheet for Gate Valve A415-000-11-42-DS-62
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 423 of 443
DOCUMENT No.
PIPING MATERIAL A415-000-11-42-SP-0010
SPECIFICATION – ANNEXURE-II ANNEXURE - II Rev.0
Page 6 of 7
Legend:
FL : Flanged Ends
BW : Butt Welded Ends
SW : Socket Welded Ends
FB : Full Bore
RB : Reduced Bore
MOV : Motor Operated Valve
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 424 of 443
DOCUMENT No.
PIPING MATERIAL A415-000-11-42-SP-0010
SPECIFICATION – ANNEXURE-II ANNEXURE - II Rev.0
Page 7 of 7
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 425 of 443
STANDARD SPECIFICATION No.
ENGINEERS TECHNICAL NOTES FOR
Oa&
+rpm kgronre akrantl)
INDIA LIMITED
IA GovI of India Undertaking)
GASKETS 6-44-0056 Rev. 4
Page 1 of 5
TECHNICAL NOTES
FOR GASKETS
Abbreviations:
CS Carbon Steel
MR Material Requisition
CONTENTS
1.0 GENERAL 4
2.0 REFERENCES 5
1.0 GENERAL
1.1 All gaskets shall conform to the codes/standards and specifications given in the
requisition. Supplier shall strictly comply with MR/PR stipulations and no deviations shall
be permitted. Post Order Waiver/ Deviation format 5-0000-0180-F1 as mentioned in Cl.
5.18 of Specification for Quality Management System Requirements from Bidders (6-78-
0001) is not applicable.
1.2 Process of manufacture, dimensions and tolerances not specified in requisition shall be in
accordance with the requirements of the manufacturer's standards.
1.3 Testing
1.3.1 Test reports shall be supplied for all mandatory tests for gaskets as per the standards
specified in the requisition.
1.3.2 Chemical composition and hardness of RTJ gaskets shall also be furnished in the form of
test reports on samples.
a. Manufacturer's test certificate for filler material and spiral material as per the relevant
material specifications.
b. Manufacturer's test certificate for raw materials and tests for compressibility/ seal-
ability & recovery as per the relevant material specifications.
1.3.4 PMI shall be performed as per the scope and procedures defined in the Specification for
PMI at Supplier's Works (6-81-0001) for ring type joint gaskets.
1.3.5 Refer Specification no 6-81-0008 for 'Inspection & Test Plan for Gaskets'.
1.4 Full face gaskets shall have bolt holes punched out.
1.5 Filler material for spiral wound gaskets shall not have any colour or dye.
1.6 All spiral wound gaskets shall be supplied with Outer ring. Material of the outer ring shall
be CS unless otherwise specified in the MR.
1.7 For spiral wound gaskets, material of Inner Compression ring shall be same as Spiral Strip
material. In addition to the requirements as per code and as specified in the MR, inner
rings shall be provided for the following:
1.8 Hardness of metallic RTJ gaskets shall not exceed the values specified below unless
otherwise specified in MR:
Soft Iron 90
1.10 Gaskets of different types and sizes shall be placed in separate shipping containers and
each container clearly marked with the size, rating, material specification and item code.
1.11 All items shall be inspected and approved by EIL Inspector or any other agency
authorized by EIL.
1.12 Any additional requirements specified in the requisition, shall be fully complied with.
1.13 Non-metallic ring gaskets as per ASME B16.21 shall match flanges to ASME B16.5 upto
24" (except 22" size) and to ASME B16.47B above 24" unless specified otherwise. For
22" size, the matching flange standard shall be MSS-SP44 unless specified otherwise.
1.14 Spiral wound gasket as per ASME B16.20 shall match flanges to ASME B16.5 upto
24"(except 22"size) and to ASME B16.47B above 24" unless specifically mentioned
otherwise. For 22" size, the matching flange standard shall be MSS-SP44 unless specified
otherwise.
1.15 The following abbreviations have been used in the Material Requisition for Spiral Wound
Gaskets :
2.0 REFERENCES
64vd,N*1 -R-
47 7-
4‘k:r *
TECHNICAL NOTES
FOR BOLTS AND NUTS
Abbreviations:
MR : Material Requisition
SS Stainless Steel
CONTENTS
1.0 GENERAL 4
3.0 REFERENCES 5
1.0 GENERAL
1.1 The process of manufacture, heat treatment, chemical & mechanical requirements and
marking for all stud bolts, m/c bolts, jack screws & nuts shall be in accordance with the
codes/standards and specifications given in the requisition. The applicable identification
symbol in accordance with the material specification shall be stamped on each bolt and
nut. Supplier shall strictly comply with MR/PR stipulations and no deviations shall be
permitted. Post Order Waiver/ Deviation format 5-0000-0180-F1 as mentioned in Cl. 5.18
of Specification for Quality Management System Requirements from Bidders (6-78-0001)
is not applicable.
1.2 Testing
1.2.1 Test reports shall be supplied for all mandatory tests as per the relevant material
specifications.
1.2.2 Material test certificate shall also be furnished. (Heat Analysis, Product Analysis and
Mechanical Requirement)
1.2.3 PMI shall be performed as per the scope and procedures defined in the Specification for
PMI at Supplier's Works (6-81-0001).
1.2.4 Stress Rupture Test as detailed in ASTM A453 shall be carried out for all ASTM A453
bolting material irrespective of the temperature.
1.2.5 Refer Specification no 6-81-0007 for 'Inspection & Test Plan for Bolting Material'.
1.3 All bolting shall be as per ASME B 18.2.1 for studs, M/c bolts and jackscrews and ASME
B18.2.2 for nuts.
1.4 Threads shall be unified (UNC for 1" dia and 8UN for > 1" dia) as per ASME B1.1 with
class 2A fit for studs, M/c bolts and jackscrews and class 2B fit for nuts.
1.5 Stud bolts shall be threaded full length with two heavy hexagonal nuts unless otherwise
specified. Length tolerance shall be in accordance with the requirement of Table D2 of
Annexure-D of ASME B 16.5.
1.6 The nuts shall be double chamfered, semi-finished, heavy hexagonal type and shall be
made by the hot forged process and stamped as per respective material specification.
1.7 Heads of jackscrews and m/c bolts shall be heavy hexagonal type. Jackscrew end shall be
rounded.
1.8 Each size of studs & m/c bolts with nuts and jackscrews shall be supplied in separate
containers marked with size and material specifications. `CRY0' shall be marked
additionally in case `CRY0' is specified in the requisition.
1.9 All items shall be inspected and approved (stagewise) by EIL inspector or any other
agency authorized by EIL.
1.10 The heat treatment for stud bolts & nuts shall be as per code unless mentioned otherwise.
1.11 All austenitic stainless steel bolts, nuts, screws shall be supplied in solution annealed
condition unless specified otherwise in the material specification.
1.12 Any additional requirements specified in the requisition shall be fully complied with.
1.13 Stud bolts, nuts & jackscrews shall be impact tested wherever specified in the material
specification and also where the material specification is indicated as "CRYO". For S.S.
nuts and bolts minimum impact energy absorption shall be 27 Joules and test temperature
shall be -196°C unless mentioned otherwise. For other materials impact energy and test
shall be as per respective code.
1.14 Bolts/nuts of material of construction B7M/2HM shall be 100% Hardness tested as per
supplementary requirement S3 of ASTM A193.
1.15 When specified as galvanized, the studs, M/C bolts and nuts shall be 'hot dip zinc coated'
in accordance with requirements of 'class C' of `ASTM A 153'. As an alternative, electro-
galvanizing as per IS 1573, 'Service Grade Number 2' is also acceptable.
1.16 All Stud Bolts of Bolt diameter size 1" and above shall be provided with three nuts
irrespective of whatever has been specified elsewhere in the MR.
1.17 Bolting shall be protected by non-corrosive oil or grease before dispatch to prevent
rusting.
3.0 REFERENCES
faMgr
(trwi alto 400 'PTA (16")'ff-W)
STANDARD SPECIFICATION
FOR
SEAMLESS FITTINGS & FLANGES
(SIZE UP TO DN 400 mm (16"))
V.` QI ;-
:i.j? (A44&/t
4 16-02-12 REVISED 8 REISSUED AS STANDARD Wer S KJ VM DM
SPECIFICATION
3 21-11-06 REVISED & REISSUED AS STANDARD MKM SK AS V C.
SPECIFICATION
2 25-10-01 REVISED & REISSUED AS STANDARD MKM KKS SJ GRR
SPECIFICATION
1 21-09-98 REVISED & REISSUED AS STANDARD ALP ASo VC AS
SPECIFICATION
0 05-07-89 ISSUED AS STANDARD SPECIFICATION MK GD RKD/SA
Standards Standards
Prepared Checked Committee Bureau
Rev. Date Purpose Convenor Chairman
No by by
Approved by
Abbreviations:
CONTENTS
1.0 SCOPE 4
4.0 MATERIALS 5
9.0 DOCUMENTATION 7
1.0 SCOPE
This specification covers the minimum requirements for the design, manufacture and supply of
following carbon steel flanges and fittings of size upto DN 400 mm (16") to be installed in
onshore pipeline systems handling non-sour hydrocarbons in liquid or gaseous phase including
Liquefied Petroleum Gas (LPG):
Flanges such as welding neck flanges, blind flanges, spectacle blinds, spacers and
blinds etc.
Reference has been made in this specification to the latest edition (edition enforce at the time
of issue of enquiry) of the following Codes, Standards and Specifications:
ASME Sec VIII - Boiler and Pressure Vessel Code - Rules for Construction of
Pressure Vessels
In case of conflict between the requirements of this specification and the Codes, Standards and
Specifications referred above, the requirements of this specification shall govern.
Manufacturer who intends bidding for fittings must possess the records of a successful proof
test, in accordance with the provisions of ASME B 16.9. These records shall be submitted at
the time of bidding qualifying the entire range of fittings offered.
4.0 MATERIAL
4.1 The Carbon Steel used in the manufacture of flanges and fittings shall be fully killed Material
for flanges and fittings shall comply with the material standard indicated in the Material/
Purchase Requisition. In addition, the material shall also meet the requirements specified
hereinafter.
4.2 Each heat of steel used for the manufacture of flanges and fittings shall have Carbon
Equivalent (CE) not greater than 0.45 calculated from check analysis in accordance with the
following formula:
Mn Cr+Mo+V Ni+Cu
CE=C+ +
6 5 15
4.3 For flanges and fittings specified to be used for Gas service or LPG service, Charpy V-notch
test shall be conducted on each heat of steel used. Unless specified otherwise, the Charpy V-
notch test shall be conducted at 0° C in accordance with the impact test provisions of ASTM A
370 for flanges and fittings. Results of charpy test shall be recorded
The average absorbed impact energy values of three full-sized specimens shall be 27 joules.
The minimum impact energy value of any one specimen of the three specimens analysed as
above, shall not be less than 22 Joules.
When Low Temperature Carbon Steel (LTCS) materials are specified for flanges and fittings
in Purchase Requisition, the Charpy V-notch test requirements of applicable material standard
shall be complied with.
4.4 For flanges and fittings specified to be used for Gas service or LPG service, Hardness test
shall be carried out in accordance with ASTM A 370 for each heat of steel used. Hardness
testing shall cover at least 10% per item, per size, per heat, per manufacturing method. A full
thickness cross section shall be taken for this purpose and the maximum hardness shall not
exceed 248 HV I o. Hardness shall be recorded.
4.5 In case of RTJ (Ring Type Joint) flanges, the groove hardness shall be minimum 140 BHN.
Ring Joint flanges shall have octagonal section of Ring Joint.
5.1 Flanges such as weld neck flanges and blind flanges shall conform to the requirements of
ASME B16.5.
5.2 Spectacle blind and spacer & blind shall conform to the requirements of ASME B 16.48. For
sizes upto DN 400 mm (16") handle projection dimensions of spacers & blinds shall be as per
EIL Std. 7-44-0166.
5.3 Butt welded end fittings such as tees, elbows, reducers, etc. shall be seamless type and shall
conform to ASME B16.9. Socket weld and screwed end fittings shall conform to ASME B
16.11 . Ring joint Fig.8 flanges, spacers & blinds shall be female type only.
5.4 Fittings such as weldolets, sockolets, nippolets, etc. shall be manufactured in accordance with
MSS-SP-97.
5.5 Type, face and face finish of flanges shall be as specified in Material/ Purchase Requisition.
5.6 Flanges and fittings manufactured from bar stock are not acceptable.
5.7 All butt weld ends shall be bevelled as per ASME B 16.5/ASME B 16.9/MSS-SP-97 as
applicable.
6.1 The Manufacturer shall perform all inspections and tests as per the requirement of this
specification and the relevant codes, prior to shipment at his works. Such inspections and tests
shall be, but not limited to the following:
6.1.1 All flanges and fittings shall be visually inspected. The internal and external surfaces of the
flanges and fittings shall be free from any strikes, gauges and other detrimental defects.
6.1.2 Dimensional checks shall be carried out on finished products as per ASME B16.5 for flanges,
ASME B 16.48 for spacers and blinds and ASME B16.9/MSS -SP-97 as applicable for fittings
and as per this specification.
6.1.3 Chemical composition and mechanical properties shall be checked as per relevant material
standards and this specification, for each heat of steel used.
6.1.4 All finished wrought weld ends shall be 100% tested for lamination type defects by ultrasonic
test. Any lamination larger then 6.35 mm shall not be acceptable.
6.1.5 Magnetic particle or liquid penetrant examination shall be performed on cold formed butt
welding tees with extruded outlets as per applicable material standard.
6.2 Purchaser's Inspector reserves the right to perform stage wise inspection and witness tests, as
indicated in clause 6.1 of this specification at Manufacturer's Works prior to shipment.
Manufacturer shall give reasonable notice of time and shall provide, without charge,
reasonable access and facilities required for inspection, to the Purchaser's Inspector.
Inspection and tests performed/witnessed by Purchaser's Inspector shall in no way relieve the
Manufacturer's obligation to perform the required inspection and tests.
Test certificates relevant to the chemical analysis and mechanical properties of the
materials used for manufacture of flanges and fittings as per relevant standards and
this specification.
c) The certificates for each fitting stating that it is capable of withstanding without
leakage a test pressure, which results in a hoop stress equivalent to 100 % of the
specified minimum yield strength for the pipe with which the fitting is to be attached
without impairment of serviceability.
8.1 After all inspection and tests required have been carried out; all external surfaces shall be
thoroughly cleaned to remove grease, dust and rust and shall be applied with standard mill
coating for protection against corrosion during transit and storage. The coating shall be easily
removable in the field.
8.2 Ends of all fittings and weld neck flanges shall be suitably protected to avoid any damage
during transit. Metallic or high impact plastic bevel protectors shall be provided for fittings
and flanges. Flange face shall be suitably protected to avoid any damage during transit.
8.3 All flanges and fittings shall be marked as per applicable dimension/manufacturing standard.
9.0 DOCUMENTATION
9.1 Prior to shipment, the Manufacturer shall submit test certificates as listed in clause 7.0 of this
specification.
••• N.rr
INTERMITTENT WELD SIZE P
WATER 0.053 14 MESH 26 SWG 55.1 TYPE 5
0
•• BLIND FLANGE (MATERIAL PRESSURE
U- RATING & FACING AS PER SPEC.)
NOTES: —
1. THE MESH SPECIFICATIONS AS GIVEN IN THE TABLE ARE TO BE USED WHEN STRAINER
IS INTENDED TO BE USED AS PERMANENT STRAINER. IN CASE OF TEMPORARY STRAINER
THE MESH SPECIFICATION SHALL BE AS FOLLOWS:
FOR LINES UPTO 2 //2" —
S.S STD. STOCK MESH 0.047" DIA WIRE X0.203 SQ.CLEAR OPENING-65.9 % OPEN AREA
FOR LINES 3"& ABOVE —
S.S STD. STOCK MESH 0.08" DIA WIRE X0.253 SQ.CLEAR OPENING— 57.6 % OPEN AREA.
3/4"95 2. MATERIAL AS PER LINE SPECIFICATION.
- SCREWED
3. 3/4"0 SCREWED PLUG FOR DRAIN CONNECTION SHALL BE PROVIDED.
PLUG
C
WELD NECK FLA GE (MATERIAL, PRESSURE
PCD (NO. OF BOLTS & BOLT DIMENSIONS RATING & FACING AS PER SPEC.)
& MATERIAL TO SUIT SPEC.)
OfitiefithENGNEERS 4 23.07.07
5
REVISED AND ISSUED AS STANDARD
28.03.13 REVISED AND ISSUED AS STANDARD ify UK
RN ATD
Wr i*./RN ATD
DM
r
A DM
VC T-STRAINER TYPE-1 2"4"
STANDARD No.
#1gailaRegyri■
men, mew =mom IDIA LIMMED Rev. (A Govt. of India Undertaking)
Prepared Checked Stds. Committee Stds. Bureau
(150CL RF,300CL RF AND RTJ, 600CL RF AND RTJ)
7-44-0303 Rev. 5
Date Purpose Convenor Chairman
Page 443 of 443 No. by by Page 1 of 1
Approved by
Format No. 8-00-0001-F5 Rev. 0 Copyright EIL - All rights reserved