Specific Size Agitator Selection Process & Specification PDF
Specific Size Agitator Selection Process & Specification PDF
Table of Contents
Document Number Rev. Document Title Page
Number
A307-000-WP-MR- A ENQUIRY DOCUMENT 2
3283-1237-RFQ
A307-000-WP-MR- A STATIC MIXER 86
3283
146609-DSH-T-IF- 1 LPG/WATER MIXER 90
MX-402
A166-IV-02-DS-1905 2 HHPS VAPOR/WASH WATER STATIC MIXER 92
A166-0IY-04-DS- 0 STATIC MIXER DATASHEET 99
1911
A166-0IY-04-DS- 0 STATIC MIXER DATASHEET 100
1912
A307-000-16-43-SP- 0 JOB SPECIFICATION 101
3283
A166-0IY-04-DS- 0 STATIC MIXER DATASHEET 105
1909
146609-DSH-T-IF- 1 LPG/CAUSTIC MIXER 106
MX-401
A307-ICL-03-41-DS- 0 JET EDUCTOR 108
2601
6-78-0001 0 Specification for Quality Mgt. System Requirements from Bidders 109
A307-000-16-43- 0 VENDOR DATA REQUIREMENTS 118
VDR-3283
A307-0ID-02-41-DS- 0 LPG / WASH WATER MIXER D/S 120
1912
A166-IV-02-DS-1906 1 HLPS VAPOR/WASH WATER STATIC MIXER 121
A307-000-16-43- A ADDITIONAL TECHNICAL REQUIREMENTS 126
ATR-3283
A166-0IY-04-DS- 0 STATIC MIXER DATASHEET 129
1910
6-78-0003 0 Specification for Documentation Requirement from Suppliers 130
Page 1 of 141
EI Bhawan Annexe, Bhikaiji Cama Place, RK Puram, New Delhi – 110 066, INDIA
Phone No : 0091-11-26762121 ; Fax No : 0091-11-26191714, 26167664
REQUEST FOR QUOTATION (RFQ)
RFQ No. : SM/A307-000-WP-MR-3283/1237 Date: 27–FEB-2014
Gentlemen,
Bids are requested on behalf of our Client M/s Bharat Petroleum Corporation Limited on e-procurement
system for the subject item in total compliance to technical specifications, scope, terms & conditions of enquiry
documents / attachments.
1. Bidder should submit their bids strictly as per the requirements outlined hereunder and as specified in
the material requisition.
2. The bidders are required to submit soft copies of their bids electronically on the CPP Portal only (URL:
http://eprocure.gov.in/cppp) using valid Digital Signature Certificate, on or before the bid submission
date and time. Bidders are required to register themselves at http://eprocure.gov.in/cppp).
Bidders to refer attached E-TENDERING METHODOLOGY (ANNEXURE-I) for detailed instructions
on registration and online bid submission.
Special Notes for e-tendering:
a) NIC Portal mandates that the bidders are to be registered on the portal before any enquiry can be
issued to them. In order to expedite issue of enquiries, the enquiry is being issued through EIL Tender
Portal and also being published on Central Public Procurement Portal. The enquiry shall be issued to
the bidders on the NIC e-Procurement Portal as soon as their registration is completed in the NIC Portal
(https://eprocure.gov.in/eprocure/app ).
b) All those vendors who have still not registered on the NIC Portal are required to register on the same
(immediately after issue of enquiry on EIL portal but not later than ten days before the bid due date) for
facilitating issue of enquiry to them on the NIC Portal failing which it will not be possible for them to
upload their bids. Pursuant to registration, the vendors are also required to login in EIL tender portal and
update NIC’s registration details and inform the undersigned regarding the same for the subject enquiry.
In any case, the enquiry shall be issued on NIC portal to NIC registered vendors about one week before
the bid due date. Therefore, all those bidders who have not complied with the above registration
requirements will not be issued this enquiry on NIC portal and will not be eligible to bid. Request for
extension in due date of submission of bids due to non registration or delayed registration in NIC portal
shall not be entertained.
Page 1 of 7
Page 2 of 141
c) The bid has to be necessarily submitted on the NIC Portal and only those bidders who are issued the
enquiry through NIC Portal will be eligible to submit their bids. In case a bidder does not register on the
NIC Portal and as a consequence, cannot be issued the enquiry through NIC Portal, it shall be deemed
that he is not interested in bidding against this enquiry and no further correspondence will be
entertained.
d) In future, EIL shall be issuing all enquiries through NIC Portal alone and bidders who do not register with
NIC Portal may not be able to submit their bids. Therefore, it is in the interest of the bidders that they
register on the NIC Portal at the earliest.
e) The vendor registration on NIC Portal is a very user friendly process. However, in case of any doubt,
the vendor may contact the 24*7 CPP Portal Helpdesk at contact no. 1800 233 7315.
3. Bidders in their own interest are requested to register on CPP Portal and upload/submit their bid well in
time. Bidder will be responsible for any delay due to other issues.
4. Bidders are required to upload the complete bid comprising of Part-I:- Unpriced Bid along with all
supporting documents & Part-II :- Priced Bid on the CPP Portal (http://eprocure.gov.in/cppp) only.- Refer
E-Tendering Methodology (ANNEXURE-I) enclosed with RFQ documents.
5. Upon the successful and timely submission of bids, the portal will give a successful bid submission
message & a bid summary will be displayed with the bid no. and the date & time of submission of the bid
with all other relevant details. The bid summary has to be printed and kept as an acknowledgment of the
submission of bid. This acknowledgment may be used as an entry pass for attending the un-priced bid
opening, if bidders so desire.
6. Technical specification should be strictly as per the Material Requisition attached. It may be noted that
the Bid shal be evaluated as received and technical queries may not be issued.
7. Commercial requirements are specified in the Special Instructions to Bidders, General Purchase
Conditions, Agreed Terms & Conditions (ATC) questionnaire and all other RFQ documents. The pre-
filled Agreed Terms & Conditions Questionnaire should be returned duly signed and stamped along with
copy of your un-priced bid.
8. The order, if placed, will be issued by our above-mentioned client.
9. If not bidding, please inform vide E-mail with attached regret letter within the due date & time, with
reasons(s) of not participating in the RFQ. In case there is no response, names of such bidder may not
be considered for issuance of future enquiries.
10. Direct bids only, without the intermediary of an Indian Agent will be considered from Foreign Bidder.
11. Delivery Period:-
For Indian Bidders: Within 6 Months on FOT Despatch Point Basis from the date of Fax of
Acceptance. Date of LR/GR shall be considered the date of delivery.
For Foreign Bidders: Within 5 Months on FOB International Sea Port of Exit Basis from the Date of
Fax of Acceptance. Date of clean bill of lading shall be considered the date of delivery.
12. Payment Terms shall be as per following:-
For Indian bidders: The payment to Indian bidders shall be made in accordance with S. No. 1.2 & 1.7
Under Section A of Special Instruction to Bidders (SIB).
For Foreign Bidders: The payment to foreign bidders shall be made in accordance with S. No. 2.1
Under Section A of Special Instruction to Bidders (SIB).
13. The offer should be valid for 04 (FOUR) months from final bid due date.
14. Repeat Order: Repeat order is not applicable for this RFQ.
15. Only E-Bids uploaded in the e-tendering portal (http://eprocure.gov.in/cppp) shall be acceptable.
Physical bids and Bids/ Offer through Email or fax/ Telex/Telegraphic or Bids received in open
condition or Bids in any other mode shall not be accepted.
Page 2 of 7
Page 3 of 141
16. The bidder shall bear all costs associated with the preparation and submission of its bid, and the
Purchaser/Consultant shall in no case be responsible or liable for these costs regardless of the
conduct or outcome of the bidding process.
17. Canvassing in any form by the Bidder or by any other agency on their behalf may lead to
disqualification of their bid.
18. The E-bids received online shall be opened at EIL office on due date and time as specified above.
Bidder can view online the name of the other bidders who have submitted their e-bids after opening is
performed by EIL.
19. All technically and commercially acceptable bidders will be advised of venue, date and time of priced
bid opening. Bids shall be opened online, hence bidders may review opening status at their places.
Interested bidder may sent their representatives (duly authorised by a competent person and having
the Letter of Authority as per proforma enclosed), of such technically and commercially acceptable
bidders. Time and Date of opening of Price Bids shall be notified to the qualified and acceptable
bidders at a later date.
20. As Purchaser intends to contract directly with suppliers of the goods for which bids are invited, the
bids should be prepared by the suppliers and submitted directly. Purchaser reserves the right to reject
offers made by intermediaries.
21. Addendum / corrigendum to the RFQ documents if issued must be signed and submitted along with
the bid.
22. Bidders to note that price changes against Technical / commercial clarifications, in line with terms &
conditions of enquiry documents are not allowed. In case any bidder gives revised prices / price
implications against such clarifications, their bid shall be liable for rejection.
23. EIL reserves the right to use in-house information for assessment of bidder’s capability for
consideration of bid.
24. In case any bidder is found to be involved in cartel formation, his bid will not be considered for
evaluation / placement of order. Such bidder will also be debarred from bidding in future.
25. The bidder who is providing the technology from the company which is recently acquired / taken over
by them or purchasing the technology by other companies, shall be provide proper documentary
evidence. In the absence of the same their offer shall be liable for rejection.
26. Bidders are requested to quote as per their capability as registered in EIL, as on the date of issue of
RFQ.
27. Owner reserves its right to allow Public Sector Enterprises (Central/State), Micro & Small Enterprises
(MSEs) and MSEs owned by Scheduled Caste (SC)/ Scheduled tribe (ST) entrepreneurs, purchase
preference as admissible/applicable from time to time under the existing Govt. policy. Bidder to
submit documentary evidence for the same duly certified by Statutory Auditor of the bidder or a
practicing Charted Account (not being an employee or a Director or not having any interest in the
Bidder’s company / firm) where audited accounts are not mandatory as per law.). In this regard, item
wise quantity may be splitted and the quoted price shall remain valid.
28. Category of MR:
i) Please note that this is a Category-I MR whereby no technical offers are invited and no
correspondence shall be entered into or entertained after bid submission.
ii) No technical details of any nature shall be included in the offer and if the offer contains
any technical deviations or clarifications or stipulates any technical specifications, the
offer shall be liable for rejection.
iii) The submission of prices by vendor shall be construed to mean that the vendor has confirmed
compliance with all technical specifications of the correspondence item.
29. The Net Worth of the bidder should be positive as per the immediate preceding year's audited
financial results. However, Central Public Sector Enterprises (CPSEs) are exempted from this
requirement. If the bidder is not meeting the above criteria their bid shall not be evaluated further.
Page 3 of 7
Page 4 of 141
Bidders are therefore requested to furnish the Audited Financial Statement for the immediate
preceding year including Profit & Loss Account.
Bidders are required to submit the complete audited financial report for the preceding
financial year including balance sheet, profit and loss statements along with all relevant
annexures required to assess the positive net worth of the bidder in that financial year. Failure
to submit the same may render your bid liable for rejection.
30. Purchaser reserve the right to make any changes in the terms and conditions of purchase and to
reject any or all the bids.
Contact Persons for this RFQ are:
Mr Subhendu Mondal, AGM(C&P),
Phone No. +91-(0)11-2676-3883 & email: subhendu.mondal@eil.co.in
Mr Anindya Sinha, Manager (C&P),
Phone No. +91-(0)11-2676-3886 & email: anindya.sinha@eil.co.in
Mr. Naveen Baswal, Engineer (C&P),
Phone No. +91-(0)11-2676-3880 & email: naveen.baswal@eil.co.in
(SUBHENDU MONDAL)
ASST. GEN. MANAGER(C&P)
ENGINEERS INDIA LIMITED
Page 4 of 7
Page 5 of 141
LIST OF ENCLOSURES
DOCUMENT
A) Request For Quotation (RFQ)
B) Proforma of Letter of Authority for Attending Un-priced / Priced Bid Opening
C) Price Schedule Format (For Indian Bidders)
D) Price Schedule Format (For Foreign Bidders)
E) Commercial document:
i) Agreed Terms & Conditions (For Indian Bidders)
ii) Agreed Terms & Conditions (For Foreign Bidders)
iii) Special Instruction to Bidders (SIB)
iv) General Purchase Conditions (Indian)
v) General Purchase Conditions (Imported)
vi) Special Packaging Requirements ( For Foreign Bidders)
vii) Tax Residency Certificate
viii) Proforma of Bank Guarantee (Performance)
ix) Integrity Pact
x) E-tendering Methodology (Annexure-I).
xi) Instructions for Foreign bidders for DSC
F) Technical document MR No. A307-000-WP-MR-3283 Rev. A
Page 5 of 7
Page 6 of 141
Proforma of Letter of Authority
for Attending Unpriced / Priced Bid Opening
No. Date:
Dear Sir,
We confirm that we shall be bound by all and whatsoever our representative(s) shall commit.
Yours faithfully,
Signature _________________________
Name & Designation ________________
For & on behalf of __________________
Note:
This Letter of Authority should be on the letterhead of the bidder and should be signed by a
person competent and having the Power of Attorney to bind the bidder.
Page 6 of 7
Page 7 of 141
PREAMBLE TO PRICE SCHEDULE FORMAT
INDIGENOUS BIDDERS:
1) Bidder must quote the price in enclosed Price Schedule Formats for Indian Bidders only. The Price
Schedule Formats shall not be changed and/or retyped and upload the same in CPPP portal.
2) Bidders must indicate Freight Charges (inclusive of service tax) upto project site in the Price Schedule
Formats (for Indian Bidders) in terms of percentage.
FOREIGN BIDDERS:
1) Bidder must quote the price in enclosed Price Schedule Formats (Foreign Bidders) only. The Price
Schedule Formats shall not be changed and/or retyped and upload the same in CPPP portal.
2) Bidder shall quote in USD / Euro / INR only. Bids of such Bidder(s) who quote in any other Currency may
not be considered for further evaluation.
3) Bidders must indicate Ocean Freight Charges upto Port of Entry Kochi (India) in the Price Schedule
Formats (for Foreign Bidders) in terms of percentage of quoted FOB International Port of Exit Prices.
1) Bidder’s quoted prices are inclusive of all testing charges as per requirement of Material Requisition.
3) In case of discrepancy between unit Price & total Price, unit Price shall govern.
4) Bidder must submit signed and stamped Un-Priced copy of Price Schedule indicated Quoted or Not
Quoted against each item with their Unpriced offer.
5) Bidder must quote the price in enclosed Price Schedule formats only. The formats shall not be changed
and/or retyped.
Page 7 of 7
Page 8 of 141
PRICE SCHEDULE (INDIAN BIDDERS)
Name Of Vendor:
Page 9 of 141
PRICE SCHEDULE (FOREIGN BIDDERS)
RFQ NO. : SM/A307-000-WP-MR-3283/1237
Name Of Vendor:
INDICATE OCEAN FREIGHT CHARGES UPTO KOCHI PORT, KERALA (INDIA) IN TERMS
……….……..%
OF PERCENTAGE OF QUOTED F.O.B. UNIT PRICE :
Page 10 of 141
A307_ATC (I) Page 1 of 8
2. DULY SIGNED & STAMPED COPIES OF THIS “QUESTIONNAIRE”, WITH ALL THE
CLAUSES DULY CONFIRMED/ PRECISELY REPLIED TO BY THE SUPPLIER, SHALL BE
ENCLOSED.
SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.
1. Price Basis:
i) Quoted supply prices are on FOT - Despatch Point basis Confirmed
inclusive of Packing & Forwarding.
ii) Specify Despatch Point
-----------------------
iii) Freight Charges:
a) Confirmed , Quoted in Price
a) Confirm firm transportation charges inclusive of Service Tax Schedule
and Ed Cess, upto project site, has been quoted separately
by you in Price Schedule.
b) Confirmed
b) No Variation on any account (including Statutory Variation) on
Service Tax on Transportation Charges shall be paid by the
owner.
iv) Insurance:
Page 11 of 141
A307_ATC (I) Page 2 of 8
SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.
b. Present Rate of Excise Duty & Edu. Cess payable extra on ………..%
finished goods (including Spares)
c. Any variations in Excise Duty & Edu. Cess at the time of Confirmed
supplies for any reasons including variation due to Turnover
shall be borne by the Seller. Only Statutory Variations within
the Contractual Delivery / completion period shall be borne by
Purchaser.
d. If Excise Duty & Edu. Cess is not applicable at present due to Confirmed
any reason, the same shall be borne by Seller if it becomes
applicable later.
e. Confirm Excise Duty & Edu. Cess will not be applicable on Confirmed
transportation charges.
Page 12 of 141
A307_ATC (I) Page 3 of 8
SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.
7. Site Work:
For Site Work, if in the scope of the Bidder as per MR, please
confirm the following:
Confirm that quoted site work prices are exclusive of Service
a. Tax & Edu. Cess but inclusive of VAT on Works Contract and Confirmed
all other applicable taxes & duties.
b. Percentage of Service Tax & Edu. Cess as applicable extra -------------------%
on Site Work.
c. Supplier shall submit the Assessment/ Liability
Certificate from Sales Tax authorities indicating the VAT
on Works Contract payable for enabling Owner to
deduct the same from Supplier Invoices & make Confirmed
payment to the tax authorities. TDS Certificate towards
VAT on Works Contract shall be provided by Owner.
Statutory variation on VAT on Works Contract shall not
be payable by Owner.
d. Statutory Variation on Service Tax & Edu. Cess on Site work
shall be paid by the Owner against documentary evidence
Confirmed
within Contractual completion period.
Page 13 of 141
A307_ATC (I) Page 4 of 8
SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.
a. Charges for Supervision / Training, if in the scope of the Confirmed, Quoted in Price
Bidder as per MR have been indicated by bidder separately in Schedule
the Price Schedule.
e. Bidders shall also provide additional BG of an amount equal Noted & Confirmed
to the per diem charges for the number of days considered for
evaluation, over and above 10% PBG to cover compensation
for delay in mobilizing the erection/ commissioning personnel.
This BG will be released to the bidder upon the erection/
commissioning personnel reporting at site. This BG shall be
furnished along with payment milestone for submission of
final documentation as per MR and shall be initially valid up to
six months which shall be extended based on the request by
Owner.
Page 14 of 141
A307_ATC (I) Page 5 of 8
SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.
13.1 PART ORDER:
a. Confirm acceptance of Part Order clause as per GPC Confirmed (If Applicable as per MR)
(Indigenous). And bidder also confirm acceptance to part
quantity orders of any items (having quantities 5 Nos. & more)
to facilitate purchase preference to MSME bidders as per
Govt. guide lines.
13.2 MSME BIDDERS:
YES/ NO
a Confirm whether the bidder is a MSME bidder or not. (Please tick whichever is applicable)
b In case bidder is a MSME bidder, they must submit
documentary evidence for the same duly certified by
Statutory Auditor of the bidder or a practicing Charted
_________________
Account (not being an employee or a Director or not
having any interest in the Bidder’s company/ firm) where
audited accounts are not mandatory as per law.
c In case bidder does not submit duly authenticated
documentary evidence as required above, bidder shall Confirmed
not be considered eligible for availing MSME benefits.
d Any charges quoted extra as lumpsum (like IBR,
Testing, freight, etc.) shall be applicable prorata on
Confirmed
value basis in the event of part order / part quantities/
split order.
14. Repeat Order:
Confirm Acceptance of Repeat Order clause as per RFQ Confirmed
Covering Letter / SIB / GPC.
Page 15 of 141
A307_ATC (I) Page 6 of 8
SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.
Confirmed
iii) Inclusive of all statutory certification charges PESO/CCOE
etc. (if applicable) as required in the Material Requisition
Confirmed
c. Is your shop approved by IBR/CCE authority, if yes, indicate
validity.
i. IBR IBR Approved
ii. CCE
It is the responsibility of supplier to get the entire imported
materials and the built in imported contents inspected by TPIA Confirmed
(i.e. Lloyds/BV/DNV/TUV/CEIL) in the country of origin and
the quoted prices are inclusive of charges towards the same.
19. Import Content:
If your offer is based on certain imported raw materials (Applicable / Not Applicable)
required for equipments/ materials offered, please specify the (Please tick whichever is applicable)
following :
b. Indicate rate of Import Duties considered and included in the Refer Annexure to Price Schedule
quoted prices.
c. Indicate brief description/ specification with itemised CIF Refer Annexure to Price Schedule
value and country of origin of imported material.
d. Indicate classification with tariff no. under which Vendor Refer Annexure to Price Schedule
intends to import.
Page 16 of 141
A307_ATC (I) Page 7 of 8
SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.
l. The CIF Value(s) indicated by the vendor shall be deemed to Confirmed
be the maximum value(s) for the purpose of payment of
variation in custom duty and/or other statutory variations, if
any, thereon.
22. Whether any of the Directors of Bidder is a relative of any Confirmed No relation
Director of Owner/EIL or the Bidder is a firm in which any
Director of Owner/EIL or his relative is a Partner or the Bidder
is a private company in which any director of Owner/EIL is a
member or Director.
23. Please confirm you have not been banned or delisted by any Not Banned
Government or Quasi Government agencies or PSUs. If you
have been banned, then this fact must be clearly stated. This
does not necessarily mean cause for disqualification.
However if this declaration is not furnished the bid shall be
rejected as non-responsive.
24. Please confirm your offer contains the following:
Page 17 of 141
A307_ATC (I) Page 8 of 8
SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.
contradiction between the confirmations given above and
terms & conditions mentioned elsewhere in the offer, the
confirmation given/confirmed herein above shall prevail.
28. Confirm that Net worth of the Bidder’s company is Confirmed & Submitted
positive as per the immediate preceding year’s audited
financial results & Immediate preceding year’s audited
annual financial results has been submitted along with un-
priced bid.
Page 18 of 141
A307_ATC (F) Page 1 of 7
2. DULY SIGNED & STAMPED COPIES OF THIS “QUESTIONNAIRE”, WITH ALL THE CLAUSES
DULY CONFIRMED/ PRECISELY REPLIED TO BY THE SUPPLIER, SHALL BE ENCLOSED.
SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.
1. a) Confirm that the offer contains firm prices on Confirmed
F.O.B. International Seaport of Exit Basis
b) Indicate International Seaport of Exit -----------------------------
c) Indicate the HSN Code of the Items __________________
d) Details of any Free Trade Agreement (FTA) /
Comprehensive Economic Partnership
Agreement (CEPA) / Treaty between Bidders
country Govt. & Indian Government for availing
custom duty exemption / concession. If bidder will
not specifically mention the same, it is to be Applicable / Not Applicable
considered that there is no specific Agreement /
Treaty between Govt. of Bidders & Purchasers
County.
e) Confirm quoted prices are inclusive of stowage
charges. Confirmed
Page 19 of 141
A307_ATC (F) Page 2 of 7
SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.
g) In case you have not indicated the ocean freight
charges separately in the price schedule please
quote the same in terms of Percentage of the ------------ %
quoted FOB Price.
h) In case ocean freight charges are repeated
anywhere in the bid/Price Schedule/ATC, then Confirmed
higher shall be considered for evaluation & lower
for ordering. (In case of CFR)
2. Insurance:
a) For Supply Only
Price quoted must exclude Marine insurance
charges from FOB International Port of Exit, as Confirmed
same shall be arranged by the Owner. However
all marine insurance charges for inland transit
upto FOB International Port of Exit must be
included by you in your prices.
b) For Supply + Site Work
Comprehensive Insurance (Transit/Marine-cum-
Confirmed
storage-cum-erection till handing over of
equipment) has been taken care by the Seller &
charges of the same have been included in the
quoted prices.
3. Owner reserves the option to place order either on
FOB or CFR basis (applicable only as per Confirmed
requirement mentioned in RFQ documents).
4. Delivery / Completion Period:
a) Delivery / Completion period shall be as Confirmed
mentioned in the RFQ covering letter.
b) Confirm delivery period shall be reckoned from Confirmed
the date of Fax of Acceptance.
c) Confirm date of clean Bill of Lading shall be
considered as date of delivery. (In case order is Confirmed
placed on FOB port of Exit basis or on CFR
basis)
Page 20 of 141
A307_ATC (F) Page 3 of 7
SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.
7. Site Work:
For Site Work, if in the scope of the Bidder as per
MR, please confirm the following:
Page 21 of 141
A307_ATC (F) Page 4 of 7
SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.
Page 22 of 141
A307_ATC (F) Page 5 of 7
SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.
16. Indicate shipping weight (net and gross) and volume
of the consignment.
---------------------------
17. Performance Bank Guarantee:
a. Confirm goods to be supplied by you shall be
guaranteed for performance as per the General Confirmed
Purchase Conditions (Imports) & Special Instructions
to Bidders (SIB) and submission of the Bank
Guarantee 15% of Order Total Value (10% towards
Performance and 5% towards Price Reduction
Schedule for delay in Delivery) shall be valid till full
guarantee period plus 3 (Three) Months.
Page 23 of 141
A307_ATC (F) Page 6 of 7
SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.
22. Price Reduction on delay in delivery/completion:
a) Confirm acceptance of price reduction schedule Confirmed
for delay in deliveries/completion of work/services
specified in General Purchase Conditions (GPC)
enclosed with the RFQ Document. Liquidated
damages or penalty are not acceptable.
Page 24 of 141
A307_ATC (F) Page 7 of 7
SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.
VENDOR’S NAME:
Page 25 of 141
BPCL-KR
Job: A307
Page 26 of 141
BPCL-KR
Job: A307
INDEX
SECTION – A (TERMS OF PAYMENT)
1.0 Payment Terms For Indian Bidders
2.0 Payment Terms For Foreign Bidders
3.0 Ocean Freight
SECTION – B: EVALUATION CRITERIA FOR COMPARISION OF BIDS
4.0 Where only Indian Bids are under comparison
5.0 Where only Foreign Bids are under comparison
6.0 Where Indian as well as Foreign Bids are under comparison
7.0 General Notes
8.0 Special Notes on Taxes/Duties and CENVAT benefits
9.0 Price Reduction Schedule Towards Delay In Delivery
10.0 Guarantee / Warranty Period
SECTION-C: (COMMERCIAL LOADING OF OFFERS IN CASE OF DEVIATIONS)
11.0 Basis of Loading
12.0 Payment Terms
13.0 Performance Bank Guarantee (PBG)
14.0 Delayed Deliveries
15.0 Price Variation
16.0 Freight charges
17.0 Indian taxes/ duties
18.0 Utilities
19.0 Delivery/Completion Period
20.0 Foreign Exchange Rate Variation/Custom Duty Variation For Indian Bidders (On
Built-In Import Content)
21.0 VAT on Works Contracts/ Service Tax/ Splitting Of Orders
22.0 Entry Tax
23.0 Rejection Criteria
24.0 Suo-Moto Changes In Prices
25.0 Price Implication Not Permitted
26.0 Integrity Pact
SECTION-D: SPECIAL CONDITIONS.
27.0 Delivery Schedule/ Completion Period
28.0 Despatch Instructions for Indigenous Supplies
29.0 Additional Taxes & Duties (Applicable For Indian Bidder)
30.0 Recovery Of Custom Duty, Excise Duty And Sales Tax
31.0 Governing Law
32.0 Purchaser’s Rights And Remedies
33.0 Deduction At Source
34.0 Statutory Approval
35.0 Lien
36.0 Limitation Of Liability
SECTION-E: GENERAL INSTRUCTIONS
37.0 General
38.0 Fraudulent Practices
39.0 One Bid Per Bidder
40.0 Language Of Bid
41.0 Earnest Money Deposit:
42.0 Modification And Withdrawal Of Bids
43.0 Examination Of Bids And Determination Of Responsiveness
44.0 Owner’s Right To Accept Any Bid And To Reject Any Bid
45.0 Notification Of Award
46.0 Waiver Or Transfer Of The Agreement
47.0 T&C For Foreign Suppliers (To Whom RFQ Issued) Operated Through Their Indian
Office / Subsidiaries
48.0 Tax Residency Certificate (TRC) Format For Foreign Bidder
49.0 Requirement of Employment Visa For Foreign Nationals
Page 27 of 141
BPCL-KR
Job: A307
1.1 Where the Material Requisition is only for supply of materials and there is no Supplier Data
Requirement specified in MR e.g. Bulk Piping Items, etc.
1.1.1 100% Payment within 30 days after receipt and acceptance of materials at site and on submission of
Performance Bank Guarantee for 10% of Total Order Value, valid till the full guarantee period plus
Three months claim period.
1.2 Where the Material Requisition calls for Supplier Drawings/Technical Documentation.
1.2.1 90% Payment within 30 days of receipt and acceptance of materials at Site and on submission of
dispatch documents.
1.2.2 10% Payment after receipt of final technical documentation as per PR against EIL’s certification and
on submission of Performance Bank Guarantee for 10% of Total Order Value, valid till full guarantee
period plus Three months claim period.
1.3 Where Supply of materials and Erection or Site Work are in the scope of Supplier and
Package Items.
1.3.1 Supply
1.3.1.1 5% Payment on approval of all drawings atleast in CODE-2 by EIL against submission of Bank
Guarantee of equivalent amount valid till complete execution of Order plus Three months claim
period.
1.3.1.2 15% Payment after receipt of identified raw materials at Supplier’s Works and against certification by
EIL and submission of Bank Guarantee of equivalent amount valid till complete execution of Order
plus Three months claim period.
1.3.1.3 60% Payment after receipt of equipment/materials at BPCL’s Site. Billing Schedule to be furnished
by the Supplier in case pro-rata payments are required.
1.3.1.4 10% payment after completion of Site Work and submission of final Technical documents as
specified in the Purchase Requisition against EIL’s Certification and submission of Performance
Bank Guarantee for 10% of Total Order Value (Supply plus Site Work), valid till full guarantee period
plus three months claim period.
In case of delay in start of the site work beyond 6 months, the above 10% Payment shall be released
against submission of Bank Guarantee of equivalent amount valid initially for 1 year and subject to
extension upto completion of the site work. However, in the event of delay in the site work, the
Supplier is not relieved of his responsibility to carry out the same.
1.3.1.5 10% payment within 30 days of handing over the successfully commissioned equipment. Wherever
commissioning is not in the Supplier’s scope, the payment will be released after completion of Site
Work as per PR and handing over of equipment.
Page 28 of 141
BPCL-KR
Job: A307
1.4.2 15% after receipt of identified raw materials at Supplier’s Works and against certification by EIL and
submission of Bank Guarantee of equivalent amount valid till complete execution of Order plus
Three months claim period.
1.4.3 60% Payment through NEFT against receipt of materials at BPCL’s Site. Billing Schedule to be
furnished by the Supplier in case pro-rata payments are required.
1.4.4 10% Payment after receipt of final documents as required in Purchase Requisition against EIL’s
certification and on submission of Performance Bank Guarantee for 10% of Total Order Value, valid
till full guarantee period plus Three months claim period.
1.4.5 Balance 10% Payment within 30 days of receipt of equipment at Site.
1.6 Payment for PGTR / Per Diem Charges for Supervision of Erection, Testing &
Commissioning
1.6.1 100% Payment of Invoice Amount shall be paid on completion of supervision services / PGTR
against submission of Invoice along with Time Sheet duly certified by EIL/BPCL Site-In-Charge.
Payment shall be made after deducting Income Tax at applicable rate. Service Tax, if any, shall be
paid on submission of Service Tax Invoice.
1.6.2 Where erection/commissioning supervision, commissioning assistance is required from the vendor,
penalty for non mobilization/delay in mobilization as per order shall also be specified in the
specifications. The penalty shall generally be 1.5 times the per diem rate for each day of delay of
reporting to site and shall be in addition to price reduction for delayed delivery.
1.6.3 Wherever supervision is in the scope of MR, bidders shall provide additional BG of an amount equal
to the per diem charges for the number of days considered for evaluation over and above 10%
PBG to cover compensation for delay in mobilising the erection/ commissioning personnel. This BG
will be released to the bidder upon the erection/ commissioning personnel reporting at site. This BG
shall be furnished along with payment milestone for submission of final documentation as per PR
and shall be valid up to six months which shall be extended based on the request by BPCL. (In case
where commissioning, Performance Guarantee Test, etc. are required and the 10% is under hold,
this condition shall not be applicable).
1.7 Transportation charges
1.7.1 100% Payment within 4 weeks after receipt of materials at site.
1.8 General
1.8.1 Excise Duty, Service Tax & VAT on Supplies shall be released only on receipt of Cenvatable/
Vatable copy of corresponding Invoice enabling availing of Input Credit by BPCL.
1.8.2 No initial advance payment along with Order shall be made by the Owner against Supplies as well
as Services (i.e. Transportation, Erection, Site Work, etc.). If a Supplier insists on the same, their
Offer shall be rejected.
1.8.3 Bank Guarantee(s) shall be issued through Scheduled Commercial Bank in India/ Indian Branch of
Foreign Bank, directly to BPCL as per the Pro-forma enclosed with RFQ documents and Supplier
shall also enclose copy of the same along with Invoice.
Page 29 of 141
BPCL-KR
Job: A307
1.8.4 All payments shall be released either through Electronic Clearing System (ECS) / Electronic Fund
Transfer (EFT)/ Real Time Gross Settlement (RTGS) or through internet, within 30 days of receipt of
Invoice and all requisite documents, complete in all respects.
1.8.5 Billing schedule shall be submitted to EIL & BPCL by the Supplier for approval within 30 days from
the date of Purchase Order wherever specified therein. No payment against pro-rata dispatch shall
be made without approval of Billing Schedule.
1.8.6 Major Raw Material: Shall be as specified below:
i. Columns and Vessels: Plates and Forgings
ii. Heat Exchangers: Plates, Forgings and Tubes
iii. Pumps/Compressors: Castings and Drivers
iv. Any other item(s) as may be defined in MR/PR.
2.2 Where the Material Requisition calls for Supply of material and Erection or Site Work in the
scope of Supplier and Package Items
For Supply Portion
2.2.1 90% Payment of FOB Supply value through an Irrevocable Letter of Credit against submission of
Shipping Documents. The Letter of Credit shall be established only on receipt of acceptance of Fax
of Acceptance/Purchase Order along with submission of Bank Guarantee of 15% of Order Value
(10% towards Performance Bank Guarantee valid till full Guarantee period plus Three months claim
period & separate 5% Bank Guarantee towards Price Reduction Schedule due to delay in delivery
valid till contractual delivery date (CDD) + Five and half Months).
2.2.2 10% Payment of FOB Supply value through direct wire transfer through banking channels on
completion of Erection or Site Work or Commissioning/Performance Guarantee Test Run (PGTR) at
site, as applicable as per Purchase Order/Purchase Requisition (PR) against submission of final
documents or Certificate of Completion of Work by BPCL Site.
For PGTR cases only
The above amount (10%) shall be released against successful demonstration of Performance
Guarantee Test Run & submission of Invoices duly certified by Site-In-charge or 6 months from
receipt of material at site (against BG of equivalent amount valid for 1 year), whichever is earlier.
However in the event of delay in conducting the PGTR, the bidder is not relieved of his responsibility
to carry out the same. No additional payment shall be made for visit of supplier to site for
demonstrating the PGTR, if the same is included in the scope of supplier.
Page 30 of 141
BPCL-KR
Job: A307
period plus Three months claim period & separate 5% Bank Guarantee towards Price Reduction
Schedule due to delay in delivery valid till contractual delivery date (CDD) + Five and half Months).
2.5.3 Wherever supervision is in the scope of MR, bidders shall provide additional BG of an amount equal
to the per diem charges for the number of days considered for evaluation over and above 10%
PBG to cover compensation for delay in mobilising the erection/ commissioning personnel. This BG
will be released to the bidder upon the erection/ commissioning personnel reporting at site. This BG
shall be furnish along with dispatch documents which shall be initially valid up to six months whixh
shall be extended based on the request by BPCL.
2.6 General
2.6.1 No initial advance payment along with Order shall be made by the Owner against Supplies as well
as Services (i.e. Transportation, Erection, Site Work, etc.). If a Supplier insists on the same, their
Offer shall be rejected.
2.6.2 All Bank Guarantee(s) shall be issued through any Indian Scheduled Bank or branch of an
International Bank situated in India and registered with Reserve Bank of India as scheduled foreign
Bank as per Pro-forma provided in RFQ documents. All Bank Guarantees will be directly to BPCL by
the Bank.
2.6.3 All bank charges and stamp duties payable outside India in connection with payments shall be borne
by the Supplier. All bank charges and stamp duties payable in India shall be borne by BPCL except
L/C Amendment charges for delays in delivery. Confirmation charges for Confirmed L/C shall be
borne by Supplier.
2.6.4 Billing schedule shall be submitted to EIL & BPCL by the Supplier for approval within 30 days from
the date of Purchase Order wherever specified therein. No part shipment shall be made without
approval of billing schedule.
2.6.5 Subject to Technical Acceptability, For supplies sourced within India (if any) by Foreign
Bidder & directly dispatched to Site shall have following provisions: (Refer Annexure-A)
Page 31 of 141
BPCL-KR
Job: A307
Freight Charges/ CFR prices should be valid for additional 4 months from the date of Order. The
bidder is required to furnish the shipping details within 45 days from the date of order. In case the
bidder is not able to prove the shipping details within 45 days then 4 months shall be considered
from the date of receipt of shipping details of consignment for converting FOB to CFR.
3.4 Above clause no. 3.1 to 3.3 is not applicable for Turn-Key jobs where ocean freight along with
Marine cum transit cum erection insurance in bidders scope.
If a Bidder does not quote Ocean freight charges, his offer shall be loaded with maximum freight
charges as quoted by the other bidders.
Comparison shall be done on equivalent Indian Rupees considering RBI Reference rate of Foreign
Exchange published on the day of Opening of Priced Bids.
Normally, deviations in Payment terms, Firm prices & Performance Bank Guarantee are not
acceptable. However, wherever Bidder insists, the loading shall be done as applicable to Indigenous
cases on FOB price.
Page 32 of 141
BPCL-KR
Job: A307
Foreign Bidders:
Bids shall be evaluated on the basis of landed cost at Site including the charges of inspection by
Third Party Inspection Agency, all duties, taxes and ocean freight charges as under less Cenvatable
CVD/SAD, Cenvatable Service Tax, VAT on Supplies, VAT on Works Contract, whichever is
applicable.
Wherever supervision and site works are involved, in that cases service tax plus Ed. Cess shall be
loaded with as applicable rates
7.0 GENERAL NOTES:
i. Cost of Mandatory (Insurance) Spares, if identified in the Material Requisition, Commissioning
spares and Special Tools & Tackles will be included for price evaluation of bids, but costs of Spares
for Two Years Normal Operation & Maintenance shall be excluded.
ii. Cost of loading towards Technical Parameters (Utilities, etc.) wherever applicable shall be carried
out.
iii. BPCL shall claim CENVAT benefits on Excise Duty, CVD/SAD, Service Tax as well as the Cess
applicable and accordingly Excise Duty/ CVD/ SAD/ Cess/ Service Tax shall be considered and
necessary credit shall be given for evaluation and comparison of bids.
Wherever Site Work, AMC, Training, Supervision, etc. are required as per MR/RFQ, the same shall
be considered for evaluation.
iv. Bidders shall indicate the Customs Duty at Merit Rate in their Offer.
v. The Bidder must ascertain and confirm along with supporting documents in the bid, if any Custom
duty exemption / waiver is applicable to the products being supplied by bidder under any multi-lateral
/ bi-lateral trade agreement between India and Bidder’s country.
The bidder shall liable to provide all documentation to ensure availment of the exemption / waiver. In
case the bidder defaults on this due to any reason whatsoever, they shall be liable to bear the
incremental Custom Duty applicable, if any.
Any Custom Duty applicability on account of any change in the bi-lateral / multi-lateral agreement
shall be in bidder’s account.
Page 33 of 141
BPCL-KR
Job: A307
Documentation to be furnished for availing any exemption / waiver of Custom Duty shall be
specifically listed in Letter of Credit also as the pre-requisite for release of payment against shipping
documents and this documentation shall necessarily from a part of shipping documents.
vi. BPCL shall issue Concessional Form ‘C’ for Central SalesTax, for all applicable cases.
vii. Comparison shall be done on equivalent Indian Rupees considering RBI Reference Rate of Foreign
Exchange published on the day of opening of the Price Bids.
viii. Third Party Inspection charges for foreign bidder must be included in quoted prices or anything
specifically mentioned in RFQ documents..
ix. Excise Duty, Central Sales Tax, VAT on Supplies & Service Tax shall not be included in the quoted
prices and shall be payable extra at actual. BPCL shall claim eligible credit on CENVAT/Service
Tax/VAT quoted by the Bidder and therefore eligible portion of CENVAT/Service Tax/VAT shall be
considered for price comparison. Bidder shall be required to furnish proper invoices issued in
accordance with relevant rules for enabling BPCL to avail CENVAT benefits. Further, the amount of
Excise Duty, Service Tax & VAT shall only be payable against submission of CENVATABLE/
VATABLE Invoices, subject to maximum amount quoted in the Offer and in case of non-submission,
will not be paid.
x. Bidders quoted transportation charges shall be inclusive of service tax plus education cess
thereupon applicable on transportation.
xi. Transit Insurance/ Marine Insurance shall be excluded from Supplier’s scope for the items where
only supply is involved, and in such cases, the same shall be arranged by the Owner. For purchases
involving Site Work, the Comprehensive Insurance (Transit/Marine cum Storage, Erection, till
handing over of equipment) shall be in the scope of Supplier.
xii. Owner reserves its right to allow Public Sector Enterprises (Central/State), Micro & Small
Enterprises (MSEs) and MSEs owned by Scheduled Caste (SC)/ Scheduled tribe (ST)
entrepreneurs, purchase preference as admissible/applicable from time to time under the existing
Govt. policy. Bidder to submit documentary evidence for the same duly certified by Statutory Auditor
of the bidder or a practicing Charted Account (not being an employee or a Director or not having any
interest in the Bidder’s company / firm) where audited accounts are not mandatory as per law.). In
this regard, item wise quantity may be splitted and the quoted price shall remain valid.
xiii. If various item rates are present in the RFQ and if there is correction/wrong entry or a difference
between the values entered in figures and in words, the following procedure shall be adopted for
evaluation.
i. When there is a difference between the rate in figures and in words for an item, the rate
which corresponds to the amount worked out by the Bidder for the item based on the
notional quantity specified, shall be taken as correct.
ii. When the rate quoted by the Bidder in figures and words tallies but the amount is incorrect,
the rate quoted by the Bidder shall be taken as correct.
iii. When it is not possible to ascertain the correct rate as detailed above, the rate quoted for
the item in words shall be adopted as the quoted rate.
iv. If the total amount written against an item does not correspond to the rate written in figures
and if the rate in words is missing, then the higher of the rates, i.e. higher of the rate worked
out by dividing the amount by the notional quantity and the rate quoted shall be considered
for evaluation In the event that such a bid is determined as the lowest bid, the lower of the
rates shall be considered for award of works.
Page 34 of 141
BPCL-KR
Job: A307
bids. Credit shall be taken during evaluation for 20% of Kerala VAT rate, 96% of Service Tax
rate and full amount for other Cenvatable taxes and duties.
(iv) Excise Duty, Central Sales Tax, Kerala VAT & Service Tax shall not be included in the
quoted prices and shall be payable extra at actuals. Further, the amount of Excise Duty,
Service Tax, Central Sales Tax, KVAT shall only be payable against submission of
supporting documents/Cenvatable/Vatable invoices subject to maximum amount quoted in
the offer and in case of non-submission, will not be paid.
(v) Non Cenvatable Excise Duty, if any is to be included in quoted prices & no variation on any
account (including statutory variation) shall be paid by Owner.
(vi) All New taxes/duties/cess/levies notified after the last date of submission of bid (final bid due
date) but within contractual delivery/ completion period, shall be to Owner’s account.
(vii) The bidder shall be required to furnish details of any special dispensation regarding
concessional/ exempted taxes/ duties.
“Price Reduction schedule for (Supply + Site work) shall be @ 0.5% of value of total order value
(TOV) of per week of delay or part thereof subject to maximum of 5% total order value (TOV)”.
Price Reduction Schedule (Supply + Site work) towards delay in delivery for foreign bidder shall be
applicable as per clause no. 17 of GPC Import of RFQ subject to following modification:
“Imports, for any delay in delivery of equipments / materials or part thereof beyond the delivery
date stipulated, the vendor shall be liable to pay, compensation at 0. 5% of the total FOB Value of
order per week of delay or part thereof subject to maximum of 5% of the total FOB Value of
order”.
iii. Wherever the supply period and site work are indicated as two separate periods and
notice of site readiness is required for site work, intervening period, if any shall be
excluded, while calculating the price schedule for delay.”
b) In case item involving supply and site work excluding comprehensive Insurance
policy:-
Performance Guarantee shall be as per clause 30 of GPC (For Indigenous materials &
equipments).
Page 35 of 141
BPCL-KR
Job: A307
b. In case item involving supply and site work Excluding comprehensive Insurance
policy:-
Performance Guarantee shall be as per clause 26 of GPC (For Foreign materials & equipments).
In cases like turnkey jobs, to derive the delivery period of supply items, the total period of turnkey
jobs shall be split into delivery period of supplies & site work period in the ratio of 70:30 for loading of
differential payment terms for the supply periods as defined above.
ii. Foreign suppliers shall not be permitted to offer differential payment terms as against the terms
specified in the RFQ/ GPC and in case they insist, their offer shall be rejected.
iii. Advance along with FOA/ PO will not be allowed. If a supplier insists for advance payment along
with FOA/PO, his offer shall be rejected.
Page 36 of 141
BPCL-KR
Job: A307
In case a Supplier does not accept the delayed delivery clause and/or takes any deviation (indicates
Penalty clause/Liquidated damages in place of Price Reduction Clause) or takes exception to the
percentage rate mentioned in GPC, the offer of such supplier(s) shall be loaded as under:
0.5% UDOV to 5%TOV : No loading
0.5% UDOV to 5% UDOV : 5%
0.5% UDOV to less than 5% TOV : Differential between the offered %age and 5%
Any other deviation/Liquidated : 5%
Damages/ penalty or non acceptance
of price reduction schedule
ii. For Supply + Site Work: [considering 0.5% total order value (TOV) ~ 5% total order value
(TOV)]
0.5% TOV to 5%TOV : No loading
0.5% UDOV to 5%TOV : 5% loading
0.5% TOV to less than 5% TOV : Differential between the Offered % and 5%
Any other deviation/Liquidated : 5%
Damages/ penalty or non acceptance
of price reduction schedule
15.0 PRICE VARIATION:
Suppliers must quote firm & fixed prices unless price variation is specified in the RFQ. Where price
variation is permitted as per RFQ, the loading thereto shall be as follows:
c) No ceiling on the formula specified (This 1.5 times the maximum ceiling specified by
loading other Suppliers. In case all other Suppliers
shall be done only after putting efforts with have quoted firm prices then @ 1.25% for
Supplier to indicate ceiling and obtaining every month of quoted delivery period to be
BPCL’s approval) taken as ceiling.
d) No formula and no ceiling specified by Offer may be rejected.
Supplier
(This shall be resorted to only after putting
efforts with Supplier and obtaining BPCL’s
approval)
19.0 UTILITIES:
Cost loading in respect of utilities etc. will be considered as mentioned in RFQ documents.
20.0 FOREIGN EXCHANGE RATE VARIATION/CUSTOM DUTY VARIATION FOR INDIAN BIDDERS
(ON BUILT-IN IMPORT CONTENT) :
i. Prices shall remain firm and fixed without any escalation except for statutory variation in customs
duty rate.
The prices shall be firm and fixed on account of FE variation also.
Page 37 of 141
BPCL-KR
Job: A307
ii. Indigenous bidders shall be required to quote their prices including customs duty (Merit rate)
towards their built in import content. CIF content in Indian Rupees shall also be furnished by
Bidders along with the merit rate of customs duty considered.
iii. The statutory variation in customs duty shall be subject to the following
guidelines and the supplier shall confirm the following in their bid:
(a) Maximum CIF value of import content shall be furnished in the bid.
(b) The material to be imported covering the above CIF value to be indicated in the bid.
(c) Any increase in price due to increase in customs duty rate beyond two-third of the quoted
delivery period will be to supplier’s account. However, any decrease in price due to
decrease in customs duty rate at the time of actual clearance of imported materials shall
be passed on to BPCL.
(d) Variation in price due to customs duty rate will be dealt with separately after receipt of
materials at site against documentary evidence.
Page 38 of 141
BPCL-KR
Job: A307
(i.) Any Suo-moto reduction in price offered by a supplier within the bid validity by way of discount or
revised prices subsequent to the bid due date and which is not as a result of any change in scope of
supply or terms and conditions, shall not be taken into account for evaluation. However, such
reduction in price shall be taken into account for ordering if such supplier happens to be the
recommended supplier as per the originally quoted prices.
(ii.) However, in the event of any suo-moto price increase sought by a supplier subsequent to the bid
due date and which is not as a result of any change in scope of supply or terms and conditions, the
bid of such a supplier shall be rejected for the items in which such suo-moto increase is made.
(iii.) Any wrong interpretation of taxes & duties or any taxes & duties not specified in the offer shall be
borne by Bidder.
25.0 PRICE IMPLICATION NOT PERMITTED:
Price implications on account of technical clarifications shall not be permitted as long as
BPCL/EIL do not change the specifications/ scope spelt out in the RFQ.
Page 39 of 141
BPCL-KR
Job: A307
29.0 NEW / ADDITIONAL TAXES & DUTIES (Applicable for Indian Bidder):
i. Within the contractual delivery period, if any new taxes and/or duties come into force the same will
be reimbursed to bidder against documentary evidence. However any new or additional taxes/
duties imposed after contractual delivery shall be to borne by seller.
ii. All necessary taxes & duties registration, if required for carrying out the site activities shall be done
by the bidder and cost towards the same shall be included in quoted prices.
iii. The statutory variations on Customs duty (rate) considered on above CIF value of built – in import
content, within contractual delivery period shall be to Employer’s account against submission of the
documentary evidence. However, any increase in the rate of Customs duty beyond the contractual
completion period shall be to bidder’s account. In case of wrong classification, no variation
including statutory variation of Customs Duty will be payable extra. Any decrease in the rate of
Customs duty shall be passed on to the Employer.
iv. The statutory variations on Excise rate and amount of Excise Duty, CST with concessional form &
VAT without concessional form, which will be payable on the finished goods and Cenvatable
Service Tax, as applicable, within the contractual delivery period shall be to Employer’s account
against submission of the documentary evidence. Any increase in the rate of these taxes and
duties beyond the contractual completion period shall be to bidder’s account. However, any
decrease in the rate of taxes & duties shall be passed on to the Employer.
v. Works Contract Tax & service tax on transportation, if applicable, shall be included in the quoted
prices and no variation including statutory variations shall be payable by BPCL.
Approval from any authority (i.e. Inspector of Boiler, Electrical Inspector, and Municipal Corporation
of Greater Kochi (MCGK) etc.) required as per statutory rules and regulations of Central/ State
Government shall be the responsibility of Contractor agency.
The application on behalf of the OWNER for submission to relevant authorities along with copies of
required certificate complete in all respects shall be prepared and submitted by the Contractor
agency well ahead of time so that the actual construction/ commissioning of the work is not delayed
for want of the approval/ inspection by concerned authorities. The Contractor agency shall arrange
the inspection of the works by the authorities and necessary coordination and liaison work in this
respect shall be the responsibility of the Contractor agency. Reimbursement by the OWNER of the
A307_SIB Rev.6 dt. 14.04.2014 Page 15 of 20
Page 40 of 141
BPCL-KR
Job: A307
statutory fees payable by Contractor agency (as per advance approval of OWNER) may be provided
for, subject to submission of receipt.
The Contractor agency shall carry out any change/ addition required to meet the requirements of the
statutory authorities, within the quoted rates. The inspection and acceptance of the work by statutory
authorities shall be the responsibility of the Contractor agency.
List of all documents, drawings, forms, affidavits etc required for the approvals shall be submitted by
the contractor agency.
35.0 LIEN:
Supplier shall ensure that the Scope of Supply supplied under the Agreement shall be free from any
claims of title/liens from any third party. In the event of such claims by any party, Supplier shall at
his own cost defend, indemnify and hold harmless Purchaser or its authorised representative from
such disputes of title/liens, costs, consequences etc.
37.0 GENERAL: Bidders shall submit their Bids in following manner & containing the listed inputs, duly
filled-in, stamped & signed by authorized signatory of Bidder holding Power of Attorney, as a
minimum requirement:
a) PART-I: UNPRICED OFFER
A. All technical specifications as per requirement of MR.
B. Agreed Terms & Conditions duly filled in.
C. Terms & Conditions for Supervision of Erection/Testing/Commissioning, if applicable
D. Terms & Conditions for Site Work, if applicable
E. Copy of Registration with EIL, if applicable
F. Copy of MOU/ MOM, if any, signed with EIL and referred in offer.
G. Integrity Pact, duly filled-in, stamped & signed on each page (if applicable).
H. Complete Audited Financial Report of latest preceding Financial year.
I. Deviation sheet, if any.
J. Price Schedule with prices blanked out but “Quoted/ Not quoted” to be mentioned & its
relevant enclosures, duly filled-in, stamped & signed on each page.
b) PART-II: PRICED OFFER
A. Price Schedule with prices filled in.
B. Statement that all specifications and terms & conditions are as per un-priced part of offer.
Note:
Bidding currency shall be Indian Rupees for supplies dispatched from India & and USD/EURO for
supplies dispatched from foreign.
Page 41 of 141
BPCL-KR
Job: A307
b) In case, the information/ document furnished by the Bidder/ Contractor forming basis of
evaluation of his bid is found to be false/ forged after the award of the contract, Owner shall
have full right to terminate the contract and get the remaining job executed at the risk & cost of
such Bidder/ Contractor without any prejudice to other rights available to Owner under the
contract such as forfeiture of CPBG/ Security Deposit, withholding of payment etc.
c) In case, this issue of submission of false documents comes to the notice after execution of
work, Owner shall have full right to forfeit any amount due to the Bidder/ Contractor along with
forfeiture of CPBG/ Security Deposit furnished by the bidder/ contractor.
d) Further, such bidder/ contractor shall be put on Blacklist/ Holiday/ Negative List of OWNER/EIL
debarring them from future business with Owner & EIL for a time period, as per the prevailing
policy of OWNER & EIL.
b) In the event of submission of any document/ certificate by the Bidder in a language other than
English, the English translation of the same duly authenticated by Chamber of Commerce of
Bidder’s country shall be submitted by the Bidder. Metric measurement system shall be
applied.
41.0 EARNEST MONEY DEPOSIT:
Bidder shall furnish, as part of its Bid, EMD for an amount as indicated in the NIT/ IFB. If the
Bidder is unable to submit Bid Document Fee & EMD in original within the due date & time, then
bidder shall submit the original Bid Document Fee & EMD within 7 days from the date of unpriced
bid opening, provided copy of the same have been uploaded on E-Tendering Website. In case
the bidder fails to submit the same in original within 7 days, then their bid shall be rejected,
irrespective of their status/ ranking in tender and notwithstanding the fact that a copy of Bid
Document Fee & EMD was earlier uploaded by the bidder. OWNER shall not pay any interest on
EMD furnished.
The EMD shall be in favour of BPCL and shall be acceptable in the form of Crossed Demand Draft
or Bank Guarantee in the prescribed pro-forma.
The Bank Guarantees/DD for EMD shall be issued by any Scheduled Commercial Bank (other than
co-operative Bank) in India or any Indian Branch of Foreign Bank and same shall be as per the
format given in this bidding document. Swift Message or Cash or Cheque in lieu EMD shall not be
acceptable.
The bank guarantee for submission of EMD shall be valid as period mentioned in EMD / Bid
Security format or elsewhere mentioned in Bid Document / RFQ.
EMD/ Bid securities of unsuccessful bidders will be returned upon award of Contract. However,
EMD of the successful Bidder will be returned upon the Bidder's acceptance of PO/ signing the
Contract and furnishing the PBG.
The EMD may be forfeited:
If a Bidder withdraws its bid during the period of Bid Validity or does any breach of
tendering terms and conditions, or
In case of a successful Bidder, if the Bidder fails, within the specified period:
i. To submit the order acceptance.
ii. To furnish the PBG.
Page 42 of 141
BPCL-KR
Job: A307
Page 43 of 141
BPCL-KR
Job: A307
I. The parent company shall issue an authorization from the authorized signatory like CEO, CFO, CS
to confirm their authorization to the subsidiary to manufacture & supply the equipments.
II. The parent company shall furnish a back-up guarantee duly signed by above signatory for the
performance of the equipment.
III. The order shall be placed on Indian subsidiary and the payment shall be released to Indian
subsidiary.
IV. Indian subsidiary shall be a manufacturing company in the same product & not a liaison /
representative office.
V. Bidder to submit bipartite agreement between parent & subsidiary to ensure experience &
compliance to contract.
VI. All critical components / parts to be supplied by parent company only which is enlisted with EIL.
Page 44 of 141
BPCL-KR
Job: A307
ANNEXURE-A
INTEGRATED REFINERY EXPANSION PROJECT (IREP) OF
M/s BPCL KOCHI REFINERY, KOCHI, KERALA (INDIA)
(Job No. A307)
TERMS & CONDITIONS FOR INDIAN SOURCED COMPONENTS / SERVICES BY FOREIGN
BIDDER
Foreign bidder may source components / sub-supplies and services from India, if allowed as per Material
Requisition. Such sub-supplies / services shall be subject to following Commercial Terms & Conditions:
1. PRICING:
1.1 The Foreign bidder shall quote firm price for items being sourced from India in Indian rupees on FOT
Site basis inclusive of packing, forwarding, transportation, all applicable taxes, duties & levies payable
upto site.
1.2 Materials if ordered against this Bidding Document are required to be dispatched on door delivery basis
through a reliable bank approved Road Transport Company unless the transport company is named by
the Owner.
2. AWARD OF ORDER:
Client will place single order for Main Supplies/ Services including Indian source supplies/ Services
with single point responsibility taken care by foreign (principal) bidder. However obligation of
Performance Bank Guarantee & Price Reduction Schedule for complete package shall always be in
scope of foreign (principal) Bidder.
3. DELIVERY:
The delivery period for items being sourced from India, shall be on FOT site basis within the delivery
period specified for foreign bidder as per Terms of Bidding document.
5. OVERALL RESPONSIBILTY:
Overall responsibility towards the contractual obligations like delivery, bid security, order execution,
performance guarantee etc. including supplies being sourced from India shall be only with the
foreign (principal) bidder.
7. INSPECTION
i. Inspection of Item being sourced from India shall be by EIL/Owner.
ii. Any change in sourcing from indigenous supplies to imported supplies and vice-versa after bid
submission is not permitted.
iii. Considering EIL Inspection charges, during evaluation prices of Indigenous source item shall be
loaded by @1.25% of FOT Despatch Point Price price.
8. PAYMENT TERMS:
8.1 Indian Sourced supplies:
100% payment along with taxes and duties will be paid against receipt & acceptance of Indian sourced
goods/material at project site and on presentation of invoice suitable for availing Cenvat.
8.2 Payment of Indian source supplies/Services shall be released directly to Indian counterpart against
Invoices raised by Indian counterpart duly endorsed by Foreign principal for payment.
8.3 The payments shall be made after Adjustment of Price Reduction Schedule.
9. In case of any deviation to above requirement, loading shall be applicable as mentioned for Indian
Bidder.
Page 45 of 141
Page 46 of 141
Page 47 of 141
Page 48 of 141
Page 49 of 141
Page 50 of 141
Page 51 of 141
Page 52 of 141
Page 53 of 141
Sham
PatroleUI"
INDEX
1. NON-WAIVER
ADDRESSES
ARBITRATION
TECHNICAL
VENDOR'S
DELAYED
DELAYS
OILS
SPARE
PACKING
SHIPPING
RESPECT
CANCELLATION
PART
RECOVERY
MODIFICATIONS
INSPECTION-CHECKING-
PRICE
CONFIRMATION
COMPLETE
PATENTS
EXPEDITING
NO ASSIGNMENT
&ORDER/REPEAT
TRANSITLUBRICANTS
PARTS
DUE
AND
DELIVERY
DEFINITIONS
TERMS
SHIPMENT
SERVICES
WEIGHTS
SALES
IMPORT
PERFORMANCE
REFERENCE FOR
DRAWINGS
AGREEMENT
OF
INFORMATION
TO
MARKING
ROYALTIES
CONDITIONS
OF
LICENCE
REJECTION,RISK
AND
OF
AND DELIVERY
SUMS
PAYMENT
FOR OF
FORCE
ORDER
VENDOR'SDUE
ORDER
AND
INSURANCE
MEASURES
SHIPMENTMAJEURE
TESTING
GUARANTEE
REMOVAL DATES
DOCUMENTATION
OFPERSONNEL
NOTICES
REJECTED 19.
34.
33.
30.
31.
32. DATA REQUIREMENT
GOODS AND REPLACEMENT 25.
28.
20.
24.
27.
26.
21.
23.
29.
22.
-1-
Page 54 of 141 •
1. DEFINITIONS: 7.1 All tests mechanical and others and particularly
The following expressions used in the purchase order those required by relevant codes will be performed
shall have meaning indicated against each of these; at the Vendor's expenses and in accordance with
inspector's instructions. The vendor will also bear
The OWNER means BHARAT PETROLEUM
the expenses.
CORPORATION LIMITED a company incorporated in
India having its registered office at Mumbai. India and 7.2 Concerning preparation and rendering of tests
shall include its successors and assigns. required by Boiler Inspector~te or such other
"GoodslMaterials" : Goods and/or materials shall mean statutory testing agencies or by L10yds register of
shipping as may be required.
any of the articles, materials, machinery, equipment,
supplies drawings, data and other property and all 7.3 Before shipping or despatch, the equipment and/
services Including but not limited to assigning, delivery, or materials will have to be checked and stamped
Installation, Inspection. testing and commissioning by Inspectors who are authorised also to forbid
specified or required to complete the order. the use and despatch of any equipment and/or
materials which during tests and inspection fail to
·Vendor" : Vendor shall mean the person, firm or
comply with the specification. codes and testing
corporation to whom this purchase order is issued, and
requirements.
include its successors and assigns.
7.4 The Vendor will have to-
"Inspectors" : Inspectors deputed by Owner.
2. REFERENCE FOR DOCUMENTATION: Inform Owner at least fifteen days in advance of
the exact place date and time of rendering the
Purchase order Number must appear on all equipment or materials for required Inspection.
correspondence, drawings, invoices, shipping notes,
Provide free access to inspectors during normal
packing and on any documents or papers connected
working hours to Vendors or his /lts sub-Vendor's
with the order.
work and place at their disposal all useful means
3. IMPORT LICENCE: of performing, checking, marklhg testing,
Relevant particulars of the import licence if any shall be inspection and final stamping.
duly indicated in the invoice and shipping documents Even if the inspection and tests are fully carried
as well as on the packages or consignments. out Vendor is not absolved to any degree of his
4. CONFIRMATION OF ORDER: responsibilities to ensure that all equipments and
The vendor shall acknowledge the receipt of the materials supplied comply strictly with
Purchase order within ten days following the mailing of requirements as per agreement both during
this order and shall thereby confirm his acceptance of requirements as per agreements both during
this Purchase Order in its entirety without exceptions. construction, at the time of delivery, inspection on
This acknowledgment will be on both purchase order arrival at site and after Its erection or start-up and
and General Purchase Conditions. Vendor shall also guarantee period as stipulated In clause 26 hereof.
submit along with order acceptance a Bank Guarantee 7.5The Vendor's responsibility will not be lessened to
as per clause 26 hereunder. any degree due to any comments made by Owner/
6. SALES CONDITIONS: Owner's representatives and inspectors on the
Vendor's drawings or specifications or by
With Vendor acceptance of provisions of this Purchase
inspectors witnessing any chemical or physical
Order he waives and considers as cancelled any of his
tests. In any case the equipment must be in strict
general sales conditions. accordance with the Purchase Order and or its
6. COMPLETE AGREEMENT: attachments failing which the Owner shall have the
The terms and conditions of this Purchase Order right to reject the goods and hold the Vendor liable
constitute the entire agreement between the parties for non-performance of contract.
thereto. Changes will be binding only if the amendments 8. EXPEDITING:
are made in writing and signed by an authorised
Owner/Owner's representatives have been assigned to
representative of the Owner and the Vendor.
expedite both manufacture and shipment of equipment
7. INSPECTION-CHECKING-TERMS: and materials covered by the Purchase Order. The
The equipment, materials and workmanship covered by Owner/Owner's representatives shall have free access
the Purchase Order is subject to inspection and testing to Vendor's shop and/or sub supplier's shop at any time
at any time prior to shipment and/or despatch and to and they shall provide all necessary assistance and
final Inspection within a reasonable time after arrival at Information to help them perform their job.
site. Inspectors shall have the right to carry out the 9. WEIGHTS AND MEASUREMENTS:
Inspections and testing which will Include the raw
The shipping documents, invoices, packing lists and all
materials at manufacturer's shop, at fabricator's shop other relevant documents shall contain the same units
and at the time of actual despatch before and after
of weight and measurements as given in the Owner's
completion of packing. Purchase Order.
-2-
Page 55 of 141 •
10. OILS & LUBRICANTS: CARE GLASS FRAGilE, DON'T ROLL. THIS END UP.
The first filling of oils and lubricants for every equipment THIS END DOWN.· to be indicated by arrow.
shall be included In the price. The vendor shall also A distinct colour splash in say red-black around each
recommend for quality and quantity of oils and lubricants package crate/bundle shall be given for identification.
required for one year's continuous operation. Ail pipes and sheets shall be marked with strips bearing
11. SPARE PARTS: progressive No.
The vendor must furnish itemised and priced list of spare In case of bundles, the shipping marks shall be
parts required for two years operation of the equipment. embossed on metal or similar tag and wired securely
The vendor shall provide the necessary cross sectional on each end.
drawing to Identify the spare parts numbers and their For bulk uniform material when packed in several cases,
location as well as inter-changeability chart. progressive serial numbers shall be indicated on each
12. PACKING AND MARKING: cases. All nozzles, holes and opening and also all
delicate surfaces shall be carefully protected against
All equipment/materials shall be suitably packed in
damage and bad weather. Flange faces of all nozzles
weather proof, seaworthy packing for ocean transport
shall be protected by blanks. All manufactured surfaces
under tropical conditions and for rail or road or other
shall be painted with rust proof paint.
appropriate transport in India. The packing shall be
strong and efficient enough to ensure safe preservance All threaded fittings shall be packed in cases.
upto the final point of destination. The vendor shall be held liable for all damages or
Equipment / Materials shall be protected by suitable breakages to the goods due to defective or Insufficient
coat of paint and all bright parts protected from rust by packing as well as for corrosion due to insufficient
application of rust preventive as may be necessary. All greasing/ protection.
machined surface shall be suitably protected. On three sides of the packages, the following marks
All fragile and all exposed parts will be packed with care shall appear clearly visible in indeliable paint and on
and the packages shall bear the words -HANDLE WITH Vendor's care and expense.
To:
Chief Manager (Projects)
Bharat Petroleum Corporation Ltd.
Koehl Refinery, Ambalamugal
Kochi - 682 302
Item:
Equipment:
NetWeight: Kgs.
Dimensions:
-3-
Page 56 of 141 •
l!!RI§.;. MarKIngshall be bold-minimum letter height 5cm. charges, if any, surcharge, discount, etc. cleal
for every order and every shipment, packages must be and separately and the net total freight payab
marked with serial progressive numbering. All packages shown at the bottom.
will bear warning signs on the outside denoting the All documents vlz. bill of lading/airway bi,
center of gravity and sling marks. Packages that require Invoices/packing list, freight memos, country 4
special handing and transport should have their centres origin certificates, test certificate, drawings an
of gravity and points at which they may be gripped catalogues should be in English language.
clearly indicated and marked -Attention Special Load
In addition to the bill of lading which should b
Handle with Care" In English Language. Any other
obtained In 3 stamped original plus as many copiei
direction for handling shall be clearly indicated on the
as required, Invoices packing lists, freight memos
package.
(If the freight particulars are not shown In the billl
Top heavy containers will be so marked either Top of lading), country of origin certificate, test
Heavy or Heavy Ends. When packing material is clean composition certificate, shall be made out agains',
and light coloured, a dark black stencil paint shall be each shipment in as many number of copies as
acceptable. However, where packaging material is shown below. The bill of lading, invoice and
soiled or dark, a coat of flat zinc white paint shall be packing list specifically must show uniformly, the
applied and allowed to dry before applying the specific marks and numbers, contents case wise country
markings. of origin, consignees name, port of destination and
In case of large equipments like vessels, heat all other particulars as indicated under clause 12.
exchangers, etc. documents contained in the envelope The invoice must show the unit rates and net total
shall be fastened Inside a shell connection with an EO.B. prices. Items packed separately should also
identifying arrow sign -documents" applied with Indelible be Invoiced and the value shown accordingly.
paint. Packing list must show apart from other particulars
13. SHIPMENT AND SHIPMENT NOTICES: actual contents in each case, net and gross
weights and dimensions, and the total number of
The Vendor shall make shipment only after prior
packages. All documents should be duly signed
approval of Inspector whenever specifically mentioned.
by the Vendor's authorised representatives.
As soon as any shipment is made, the Foreign Supplier
shall send advance information by way of Fax message Shipping arrangements shall be made by
to Chief Manager (Projects), Bharat Petroleum Chartering Wing Ministry of Surface Transport,
Corporation Ltd., Koehl Refinery, Ambalamugal, Kochi- New Delhi through their respective forwarding
682 302 giving particulars of the shipment, vessel's agents, M/s. Schenker & Co., P.O. Box 110313
name, port of shipment, bill of lading number and date, 02043 Hamburg West Germany, Ph. 49 (040)
total FOB and freight value with confirmation copies by 361350, Fax (040) 36135216 Gr.2/a, Telex
post to the owner, Bharat Petroleum Corporation 217004-33 Sh.d, for shipping consignments from
Limited, Koehl Refinery, Ambalamugal, Kochi -682 302 UK / continent port; M/s. OPT Overseas Project
In case of air shipment a copy each of airway bill & Transport Inc. 46 sellers Street, kearny, N.J.
Invoice shall be sent by fax to BPCL as soon as 07032, Tel (201) 998-7771, Telex 673-3586, Fax
shipment is made. (201 )998-7833. In respect of consignments form
US/CANADA, MEXICO & SOUTH AMERICA and
14 SHIPPING:
the Embassy of India in Japan, Tokyo in respect
14.1 SEA SHIPMENT: of consignments from Japaneses ports. Supplier
All shipment of materials shall be made by first shall furnish to the respective agents the full details
class direct vessels, through the chartering wing, of consignments such as outside dimensions,
Ministry of Surface Transport Govt, of India, New weights (both gross and net) No. of packages,
Delhi as per procedure detailed hereunder. The technical descriptions and drawings, name ofthe
Foreign supplier shall arrange with Vessels Supplier, ports of loading, etc. 6 weeks notice shall
Owners or Forwarding Agents for proper storage be given by the supplier to enable the concerned
of the entire Cargo intended for the project in a agency to arrange shipping space.
specific manner so as to facilitate and to avoid The bill of lading Shall Indicate the following:
any over carriage at the port of discharge. All
Shipper: Government of India
shipment shall be under deck unless carriage on
deck is unavoidable. Consignee:
Bharat Petroleum Corporation Ltd.-
The bills of lading should be made out in favour of
Koehi Refinery,
Bharat Petroleum Corporation Ltd.,
Ambalamugal,
All columns in the body of the bill of lading namely Kochl - 682 302.
marks and nos. material description, weight
In case of supplies from USA, Export licences, if
particulars, etc. should be uniform in all the
any required from the American Authorities shall
shipping documents. The freight particulars should
be obtained by the U.S. suppliers. If need be
mention the basis of freight tonnage, heavy lift
-4-
•
Page 57 of 141
assistance for obtaining such export licences their delivery. By time delivery, is meant the date on the
would be available from India supply Mission at Bill of lading/Air way Bill at FOB port of despatch.
Washington. 17. DELAYED DELIVERY:
14.2 AIRSHIPMENT:
The time and date of delivery of materials/equipment
In case of Airshipment, the material shall be as stipulated in the Purchase Order shall be deemed
shipped through freight consolidator (approved by to be the essence of the agreement. For any delay in
us). The airway bill shall be made out in favour of delivery of equipment materials or part thereof beyond
BHARAT PETROLEUM CORPORATION LTD, the delivery date stipulated, the vendor shall be liable
Kochi Refinery, Ambalamugal, Kochi - 682 302 to pay compensation at O. 5% per week or part thereof
Tel: 91-484-2722061-69, Fax: 91-484- 2721094/ the FOB Port of embarkation value of the non-delivered
2720855/56. items of equipment subject to maximum of 5% of the
14.3 TRANSMISSION OF SHIPPING DOCUMENTS: total FOB value. The Owner reserves the right of
cancelling the Purchase Order for any delay exceeding
Foreign supplier shall obtain the shipping
the period of maximum compensation and the vendor
documents in eleven complete sets including three
shall be liable to all consequences thereof. If the delay
original stamped copies of the Bill of lading/Airway
in delivery is due to Force Majeure, the owner shall be
Bill as quickly as possible is made, and airmail as
free to act in terms under clause 18 of this text.
shown below so that they are received at least
three weeks before the Vessels' arrival in case of 18. DELAYS DUE TO FORCE MAJEURE:
sea shipment and immediately on air freighting in In the event of causes of Force Majeure occuring within,
case of air-shipment. Foreign supplier shall be fully the contractual date of delivery the Owner on receipt of
responsible for any delay and/or demurrage in application from the Vendor may extend the contractual
clearance of the consignment at the port due to date of delivery without imposition of penalty. Only those
delay in transmittal of the shipping documents. causes which depend on natural calamities, civil wars
If in terms of latter of otherwise, the complete and national strikes which have a duration of more than
original set of documents are required to be sent seven consecutive calendar days are considered the
to BPCL through Bank the distribution indicated causes of force majeure. The decision of Owner shall
below will confine to copies of documents only be final and binding on Vendor.
minus originals. The Vendor must advise the Owner by a Registered
Documents letter duly certified by a local chamber of statutory
BPCL, Kochi Refinery
authorities, the beginning and the end of the delay
Bill of lading/ 4 (including 1 immediately, but in no case later than within 10 days of
Airway Bill original) the beginning and end of such cause of Force Majeure
Invoice 4 condition as defined above.
Packing List 4 19. REJECTION, REMOVAL OF REJECTED GOODS
Freight Memo 4 AND REPLACEMENT:
Country of Origin-
Certificate 4 In case the testing and inspection at any stage of
4 inspection reveal that the equipment, materials and
Drawing
1 workmanship do not comply with the specification and
Catalogue
Invoice ofthird 4 requirements, the same shall be removed by the Vendor
at his/its own expense and risk within the time allowed
Party/Lloyd for
by the Owner. The Owner shall be at liberty to dispose
Inspection charges,
of such rejected goods in such a manner as he may
wherever applicable.
think appropriate. In the event the Vendor fails to remove
15. TRANSIT RISK INSURANCE:
the rejected goods within the period as aforesaid, all
Insurance against all marine and transit risk on FOB to expenses incurred by the Owner for such disposal shall
warehouse basis shall be covered under the owner's be to the account of the Vendor. The freight paid by the
marine policy. However, the Vendor shall ensure the in Owner, if any, on the inward joumey of the rejected
effecting shipments clear bills of lading/airway bills are materials shall be reimbursed by the vendor to the
obtained and the carriers responsibility is fully retained Owner before the rejected materials are removed by
the carriers so that the consignee's interests are fully the Vendor. The Vendor will have to proceed with the
secured and are in no way jeopardized. replacement of that equipment without claiming any
16. RESPECT FOR DELIVERY DATES: extra payment if so required by the Owner. The time
taken for replacement in such event will not be added
Time of delivery mentioned in the Purchase Order shall
to the contractual delivery period.
be the essence of the agreement and no variation shall
be permitted except with prior authorisation in writing 20. PRICE:
from the Owner. Goods should be delivered securely Unless otherwise agreed to in the terms of the Purchase
packed and in good order and condition at the place Order, the price shall be :
and within the time specified in the Purchase Order for
-5-
Page 58 of 141 •
Firm and not subject to escalation for any reason equipment and/or materials or which can, in any way.
whatsoever even though It might be necessary for the 26. PERFORMANCE GUARANTEE:
order execution to take longer than the delivery period
The Vendor shall guarantee that any and all materials
specified in the order. used in execution of the Purchase Order shall in strict
21. TERMS OF PAYMENT: compliance with characteristics, requirements and
Payment will be made by the Owner against submission specifications and that the same shall be free from any
of despatch documents by Cash Against Documents/ defects. Checking of the Vendor's drawings by the
Letter of Credit. Owner/Owner's representatives and their approval and
22. RECOVERY OF SUMS DUE: permission to ship or despatch the equipment and
materials granted by Inspectors shall not relieve the
Whenever any claim against the Vendor for payment
Vendor from any part of hlsllts responsibilities for proper
of a sum of money arises out of or under the contract,
fulfillment of the requirements. The Vendor will
the Owner shall be entitled to recover such sums from
guarantee that all materials and equlpments shall be
any sum them due or when at any time thereafter may
repaired or replaced as the case may be at site, at its
become due from the Vendor under this or any other
contract with the Owner and should this sum be not own expense, in case the same have been found to be
defective in respect of material, workmanship or smooth
sufficient to cover the recoverable amount, the vendor
and rated operation within a period of twelve months
shall pay to the Owner on demand the balance after the same have been Commissioned or 18 months
remaining due.
from despatch whichever is earlier.
23. MODIFICATIONS:
The guarantee period for the part that may be altered,
The Owner shall have the right to make technical repaired or replaced shall be 12 months from the date
changes or modifications in the technical documents/ on which the same is commissioned.
specifications. Any major changes or modifications shall
Acceptance by the Owner or Its inspectors of any
be at the cost, if any, of the Owner. As soon as possible
equipment and materials or its replacement will not
after receipt of the written request for changes the
relieve the Vendor of its responsibility of supplying the
vendor shall furnish in writing to the owner an estimate
equipment/materials strictly according to the guarantee
of cost for such major changes and modifications and
agreed by the Vendor. The Vendor shall furnish a Bank
its effect on the FOB delivery date. On receipt of
Guarantee along with the order acceptance for the
Owner's written authorisation, the Vendor shall promptly
amount equivalent to 10% of the F.O.B. value of
proceed with the changes/modifications.
equipment/ materials to support Vendor's performance
24. CANCELLATION: (as per proforma hereunder). This Bank Guarantee shall
The owner reserves the right to cancel this Purchase remain in force for the entire period covered by the
Order or any part thereof and shall be entitled to rescind performance guarantee. It will be the responsibility of
the contract wholly or in part In a written notice to the the Vendor to keep the Bank Guarantee fully
Vendor if: subscribed. Any shortfall in the value of the Bank
The Vendor fails to comply with the terms of this Guarantee as a result of encashment by the owner
Purchase Order. either in full or in part in terms of the performance
Guarantee shall be made good by the Vendor within
The Vendor fails to deliver the goods on time and/or one week thereof.
replace the rejected goods promptly:
27. NON-WAIVER:
The Vendor makes a general assignment for the benefit
of creditors; and Failure of the Owner/Owner's representatives to insist
upon any of the terms or conditions incorporated in the
A receiver is appointed for any of the property owned
Purchase Order or failure or delay to exercise any rights
by the Vendor.
or remedies specified herein or by law or failure to
Upon receipt of the said cancellation notice, the Vendor properly notify Vendor in the event of breach, or the
shall discontinue all work on the Purchase Order and acceptance of payment of any goods hereunder or
matters connected with it. approval of design shall not release the Vendor and
The owner in that event will be entitled to procure the shall not be deemed waiver of any right of the Owner
requirement in the open market and recover excess or Owner's representatives to Insist upon the strict
payment over the Vendor reserving to Itself the right to performance thereof or any of his or their rights or
forfeit the security deposit, if any, placed by the Vendor remedies as to any such goods regardless of when
against the contract. goods are shipped, received or accepted nor shall any
25. PATENTS AND ROYALTIES: purported modification or revision ofthe order by Owner/
Owner's representative act as waiver of the terms
On acceptance of this order, the Vendor will be deemed hereof.
to have entirely indemnified the Owner's representatives
from any legal action or claims regarding compensation 28. NO ASSIGNMENT:
for breach of patent rights which the Vendor deems The purchase Order shall not be assigned to any other
necessary to comply for manufacturing the orclefed agency by the Vendor without obtaining prIor-written
-6-
Page 59 of 141 •
consent of the Owner. maintenance of the equipment if required by the Owner.
29. VENDOR'S DRAWINGS AND DATA REQUIREMENT: The terms and conditions for the services of the
Vendor's personnel shall be indicated in the quotation
The Vendor shall submit drawings data and itself.
documentation in accordance with but not limited to
32. ARBITRATION:
what is specified in the bid document and lor In Vendor's
drawings and data form attached to the Purchase Order Any dispute or difference between the Vendor on one
and as called for in clause 8, vlz, 'Expediting' above. hand and the Owner on the other. of any kind
The types, quantities and time limits of submitting this whatsoever at any time or times, arising out of or in
must be respected in its entirety failing which the connection with or incidental to the Purchase Order
purchase Order shall not be deemed to have been including any dispute or difference regarding the
executed for all purposes including settlement of interpretation of the terms and conditions or any clause
payment since the said submission is an integral part thereof shall be referred to arbitration under the Rules
of purchase Order execution. of International Chamber of Commerce in Paris. The
30. TECHNICAL INFORMATION: venue of such arbitration shall be in India. The Indian
law shall apply.
Drawings, specifications & details shall be the property
of the Owner and shall be returned by the Vendor on 33. PART ORDER I REPEAT ORDER:
demand. The Vendor shall not make use of drawings Vendor shall agree to accept part order at owner's
and specifications for any purpose at any time save option without any limitations whatsoever and also
and except for the purposes of the Owner. The Vendor accept repeat order during a period of six months after
shall not disclose the technical Information furnished placement of purchase order at the same unit prices
or gained by the Vendor to any person, firm or body or terms and conditions.
corporate authority and shall make all endeavours to 34. ADDRESS:
ensure that the technical Information is kept
Bharat Petroleum Corporation Ltd.
CONFIDENTIAL. The technical information imparted
and supplied to the Vendor by the Owner shall at all Kochi Refinery
times remain the absolute property ofthe Owner. Ambalamugal
31. SERVICES OF VENDOR'S PERSONNEL: Kochi - 682 302
Upon two weeks advance notice, the Vendor shall INDIA
depute the necessary personnel to India for supervision Tel: 91-484-2722061-69
of erection and start up of the equipment and train a Fax: 91-484-2721094/2720855/56
few of the Owner's personnel for the operation and
-7-
Page 60 of 141 •
PROFORMA OF BANK GUARANTEE
( Performance )
(Ref. clause 26)
To
Bharat Petroleum Corporation Limited
Koehl Refinery, Ambalamugal, Kerala- 682302
Dear Sir,
In consideration of the Bharat Petroleum Corporation Limited (hereinafter called 8the Company8 which expression shall
include its suceessorsand assigns) having awarded to MIs. (Name) (address)
..................................................•....................................................................................................................... (hereinafter
referred to as ~he Supplier- which expression wherever the subject or context so permits Include Its successors and assigns) a
supply contract In terms Interalia, of the Company's Purchase Order No dated and the
General Purchase Conditions of the company and upon the condition of supplier's fumishing security for the Performance of the
supplier's obligation and/or discharge of the supplier's liability under and/or In connection with the said supply contract up to a
sum of (in figure) (in words) .
................ ) contract value.
we, (Name) (constitution) ; (hereinafter called
8the Bank8 which expression shall include its successors and assigns) hereby jointly and severally undertake the guarantee to
pay to the Company In (Currency) forthwith on demand in writing and without protest or demur of any and all moneys anywise
payable by the Supplier to the Company under in respect of or in connection with the said supply contract inclusive of all the
Company's losses and damages and costs, (Inclusive between attorney and client), charges and expenses and other moneys
anywise payable In respect to the above as specified in any notice of demand made by the Company to the Bank with reference
to this Guarantee up to aggregate limit of Rs (Rupees .
.. ... . ... .. . .. .... .. . ... .. ... ... ... ... .... ..only)
AND the Bank hereby agrees with company that:
This Guarantee / Undertaking shall be a continuing / undertaking and shall remain valid and irrevocable for all claims of the
Company and liabilities of the Supplier arising up to and until midnight of .
This date shall be 6 months from the last date of guarantee period
This Guarantee / Undertaking shall be in addition to any other guarantee or security whatsoever that the company may now or at
any time anywise have in relation to the Supplier's obligationslliabilities under and/or connection with the said supply contract,
and the Company shall have full authority to take recourse to or reinforce this security in preference to the other securlty(ies) at
its sole discretion, and failure on the part of the Company in enforcing or requiring enforcement of any other security shall have
the effect of releasing the Bank from its liability hereunder.
The company shall be at liberty without reference to the bank and without affecting the full liability of the Bank hereunder to take
any other security in respect of the Supplier's obligations and/or liabilities under or In connection with the said supply contract
and to vary the terms vis a vis the supplier of the said supply contract or to grant time and/or Indulgence to the supplier or to
reduce or to Increase or otherwise vary the prices of the total contract value or and/or the remedies of the company under any
other security (Ies) now or hereafter held by the company and no such dealing(s), varlation(s), reduction(s), Increase(s) or the
indulgence(s) or arrangement(s) with the supplier or release or forbearance whatsoever shall have the effect of releasing the
Bank from its full liability to the Company hereunder or of prejudicing rights of the Company, against the Bank.
The Guarantee / Undertaking shall not be determined or affected by the liquidation or winding up, dissolution or change of
constitution or insolvency of the supplier but shall in all respects and for all purposes be binding and operative until payment of all
moneys payable to the Company in terms hereof.
The Bank hereby waives all rights at any time inconsistent with the terms of its Guarantee / Undertaking and the obligations of the
Bank in terms hereof shall not be anywise affected or suspended by reason of any dispute or disputes having been raised by the
supplier (whether or not pending before any Arbitrator, office, Tribunal or Court) or any denial of liability by the supplier or any
other of communication whatsoever by the supplier stopping or preventing or purporting to stop or prevent any payment by the
Bank to the Company in terms hereof.
The amount stated in any notice of demand addressed by the Company to the Guarantor as liable to be paid to the Company by
the supplier or as suffered or incurred by the Company on account of any losses or damages of costs, charges and or expenses
shall as between the Bank and the company be conclusive of the amount so liable to be paid to the Company or suffered or
incurred by the Company, as the case may be and payable by the Guarantor to Company in terms hereof.
Yours faithfully,
-8-
Page 61 of 141 •
Job No. : A307
BPCL-KR - IREP
All raw/solid wood packaging material used for packaging shall be appropriately treated and marked as
per ISPM-15 (International Standards of Phyto-sanitary measures 15) OR shall be accompanied by a
Phytosanitary Certificate with the treatment endorsed.
The treatment of raw/solid wood packaging material prior to export shall include either Methyl Bromide
(MB) @ 48 g/m3 for 16 hrs at 21º C and above or any equivalent thereof or heat treatment (HT) at 56º
C for 30 min (core temperature of wood) or Kiln Drying (KD) or Chemical Pressure Impregnation (CPI)
or any other treatments provided that these meet the HT specifications of the ISPM-15.
However, the above conditions shall not be applicable to wood packaging material wholly made of
processed wood products such as ply wood, particle board, oriental strand board of veneer that have
been created using glue, heat and pressure or combination thereof. The above conditions shall also
not be applicable to wood packaging material such as veneer peeler cores, wood wool & shavings and
thin wood pieces (less than 6mm thickness) unless they are found to be harboring any pests.
SPR-Foreign Page 1 of 1
Page 62 of 141
Tax Residency Certificate (TRC) Format for Foreign Bidder
Note:-
1. Tax Residency Certificate (TRC) containing above details is compulsory for claiming tax
relief under Double Taxation Avoidance Agreement (DTAA) in respect of foreign
remittances.
2. TRC containing the details as above shall be verified by the Govt of the country or the
specified territory of which the contractor/ Licensor (ie, assessee) claims to be a resident
for the purpose of tax.
3. Bidder must submit TRC containing the details as above along with invoice for the
purpose of effecting payment. Please be noted that non furnishing of TRC will delay
the payment to non – residents.
Page 63 of 141
PROFORMA OF BANK GUARANTEE
( Performance )
(Ref. clause 26)
To
Bharat Petroleum Corporation Limited
Kochi Refinery, Ambalamugal, Kerala- 682 302
Dear Sir,
In consideration of the Bharat Petroleum Corporation Limited (hereinafter called “the
Company” which expression shall
include its successors and assigns) having awarded to M/s.
(Name)…................................... ………………………………..(address)
…………………………………............ ................................................. ...................
................................................... (hereinafter
referred to as “The Supplier” which expression wherever the subject or context so
permits include its successors and assigns) a supply contract in terms interalia, of the
Company’s Purchase Order No………………………dated……………………… and the
General Purchase Conditions of the company and upon the condition of supplier’s
furnishing security for the Performance of the supplier’s obligation and/or discharge of
the supplier’s liability under and/or in connection with the said supply contract up to a
sum of (in figure)…………........................…. (in words)
..........................................................................................
........................................................................
……………..............................................………) contract value.
We,
(Name)………...........................……………………(constitution)………………....................
.......….. (hereinafter called “the Bank” which expression shall include its successors and
assigns) hereby jointly and severally undertake the guarantee to pay to the Company in
(Currency) forthwith on demand in writing and without protest or demur of any and all
moneys anywise payable by the Supplier to the Company under in respect of or in
connection with the said supply contract inclusive of all the Company’s losses and
damages and costs, (inclusive between attorney and client), charges and expenses and
other moneys anywise payable in respect to the above as specified in any notice of
demand made by the Company to the Bank with reference to this Guarantee up to
aggregate limit of Rs………………………...... (Rupees ….....
...................................................................
……………………………………..only)
This Guarantee / Undertaking shall be a continuing / undertaking and shall remain valid
and irrevocable for all claims of the Company and liabilities of the Supplier arising up to
and until midnight of……………………………..
This date shall be 6 months from the last date of guarantee period
Page 64 of 141
Company in enforcing or requiring enforcement of any other security shall have the
effect of releasing the Bank from its liability hereunder.
The company shall be at liberty without reference to the bank and without affecting the
full liability of the Bank hereunder to take any other security in respect of the Supplier’s
obligations and/or liabilities under or in connection with the said supply contract and to
vary the terms vis a vis the supplier of the said supply contract or to grant time and/or
indulgence to the supplier or to reduce or to increase or otherwise vary the prices of the
total contract value or and/or the remedies of the company under any other security (ies)
now or hereafter held by the company and no such dealing(s), variation(s), reduction(s),
increase(s) or the indulgence(s) or arrangement(s) with the supplier or release or
forbearance whatsoever shall have the effect of releasing the Bank from its full liability to
the Company hereunder or of prejudicing rights of the Company, against the Bank.
The Bank hereby waives all rights at any time inconsistent with the terms of its
Guarantee / Undertaking and the obligations of the Bank in terms hereof shall not be
anywise affected or suspended by reason of any dispute or disputes having been raised
by the supplier (whether or not pending before any Arbitrator, office, Tribunal or Court) or
any denial of liability by the supplier or any other of communication whatsoever by the
supplier stopping or preventing or purporting to stop or prevent any payment by the Bank
to the Company in terms hereof.
The amount stated in any notice of demand addressed by the Company to the
Guarantor as liable to be paid to the Company by the supplier or as suffered or incurred
by the Company on account of any losses or damages of costs, charges and or
expenses shall as between the Bank and the company be conclusive of the amount so
liable to be paid to the Company or suffered or incurred by the Company, as the case
may be and payable by the Guarantor to Company in terms hereof.
Yours faithfully,
Page 65 of 141
Page 66 of 141
Page 67 of 141
Page 68 of 141
Page 69 of 141
Page 70 of 141
Page 71 of 141
Annexure – 1
E-TENDERING METHODOLOGY
https://eprocure.gov.in/eprocure/app .
REGISTRATION
1) Bidders are required to enroll on the e-Procurement module of the Central Public
Procurement Portal (URL: https://eprocure.gov.in/eprocure/app) by clicking on the link “Click
here to Enroll” on the CPP Portal is free of charge.
2) As part of the enrolment process, the bidders will be required to choose a unique username
and assign a password for their accounts.
3) Bidders are advised to register their valid email address and mobile numbers as part of the
registration process and submit in EIL tender portal for updation of records
(http://tenders.eil.co.in) . These details would be used for any communication from the CPP
Portal.
4) Upon enrolment, the bidders will be required to register their valid Digital Signature
Certificate (DSC) (Class II or Class III Certificates with signing key usage) issued by any
Certifying Authority recognized by CCA India (e.g. Sify / TCS / nCode / eMudhra etc.), with
their profile.
5) Foreign Bidders have to refer “DSC details for foreign Bidders” for Digital signature
Certificates requirements which comes under Download Tab at
https://eprocure.gov.in/eprocure/app and the remaining part is same as above and below.
6) Only one valid DSC should be registered by a bidder. Please note that the bidders are
responsible to ensure that they do not lend their DSC‟s to others which may lead to misuse.
7) Bidder then logs in to the site through the secured log-in by entering their user ID / password
and the password of the DSC / e-Token.
1) There are various search options built in the CPP Portal, to facilitate bidders to search active
tenders by several parameters. These parameters could include Tender ID, organization
name, location, date, value, etc. There is also an option of advanced search for tenders,
wherein the bidders may combine a number of search parameters such as organization
name, form of contract, location, date, other keywords etc. to search for a tender published
on the CPP Portal.
2) Once the bidders have selected the tenders they are interested in, the same can be moved
to the respective „My Tenders‟ folder. This would enable the CPP Portal to intimate the
bidders through SMS / e-mail in case there is any corrigendum issued to the tender
document.
Page 72 of 141
3) The bidder should make a note of the unique Tender ID assigned to each tender, in case
they want to obtain any clarification / help from the Helpdesk.
PREPARATION OF BIDS
1) Bidder should take into account any corrigendum published on the tender document before
submitting their bids.
2) Please go through the tender advertisement and the tender document carefully to
understand the documents required to be submitted as part of the bid. Please note the
number of covers in which the bid documents have to be submitted, the number of
documents - including the names and content of each of the document that need to be
submitted. Any deviations from these may lead to rejection of the bid.
3) Bidder, in advance, should get ready the bid documents to be submitted as indicated in the
tender document and generally, they can be in PDF / XLS / RAR / DWF formats. Bid
documents may be scanned with 100 dpi with black and white option. However, Price
Schedule / SOR shall be strictly in RAR format without altering any contents of the
formats uploaded by EIL in their Bidding Document.
4) To avoid the time and effort required in uploading the same set of standard documents which
are required to be submitted as a part of every bid, a provision of uploading such standard
documents (e.g. PAN card copy, annual reports, auditor certificates etc.) has been provided
to the bidders. Bidders can use “My Space” area available to them to upload such
documents. These documents may be directly submitted from the “My Space” area while
submitting a bid, and need not be uploaded again and again. This will lead to a reduction in
the time required for bid submission process.
SUBMISSION OF BIDS
1) Bidder should log into the site well in advance for bid submission so that he/she upload the
bid in time i.e. on or before the bid submission time. Bidder will be responsible for any delay
due to other issues.
2) The bidder has to digitally sign and upload the required bid documents one by one as
indicated in the tender document.
3) Bidder has to select the payment option as “offline” to pay the tender fee / EMD as
applicable and enter details of the instrument.
4) Bidder should prepare the EMD as per the instructions specified in the tender document. The
original should be posted/couriered/given in person to the Tender Processing Section, with
in 7 calendar days of the date of Unpriced bid opening. The details of the DD/any other
accepted instrument, physically sent, should tally with the details available in the scanned
copy and the data entered during bid submission time. Otherwise the uploaded bid will be
rejected.
5) A Price Bid format has been provided with the tender document to be filled by all the bidders.
Bidders are requested to note that they should necessarily submit their financial bids in the
format provided and no other format is acceptable. Bidders are required to download the
Price Bid file, open it and complete the cells with their respective financial quotes and other
details (such as name of the bidder). No other cells should be changed. Once the details
have been completed, the bidder should save it and submit it online, without changing the
filename. If the Price Bid file is found to be modified by the bidder, the bid will be rejected.
Page 73 of 141
6) The server time (which is displayed on the bidders‟ dashboard) will be considered as the
standard time for referencing the deadlines for submission of the bids by the bidders,
opening of bids etc. The bidders should follow this time during bid submission.
7) All the documents being submitted by the bidders would be encrypted using PKI encryption
techniques to ensure the secrecy of the data. The data entered cannot be viewed by
unauthorized persons until the time of bid opening. The confidentiality of the bids is
maintained using the secured Socket Layer 128 bit encryption technology. Data storage
encryption of sensitive fields is done.
8) The uploaded tender documents become readable only after the tender opening by the
authorized bid openers.
9) Upon the successful and timely submission of bids, the portal will give a successful bid
submission message & a bid summary will be displayed with the bid no. and the date & time
of submission of the bid with all other relevant details.
10) The bid summary has to be printed and kept as an acknowledgement of the submission of
the bid. This acknowledgement may be used as an entry pass for any bid opening meetings.
RETENDER
1) Please note that if Tender has been retendered, than it is mandatory for the bidder to
submit their offer again on CPP Portal.
ASSISTANCE TO BIDDERS
1) Any queries relating to the tender document and the terms and conditions contained therein
should be addressed to the Tender Inviting Authority for a tender or the relevant contact
person indicated in the tender.
2) Any queries relating to the process of online bid submission or queries relating to CPP Portal
in general may be directed to the 24x7 CPP Portal Helpdesk. The contact number for the
helpdesk is 1800 233 7315.
Page 74 of 141
Government eProcurement System
This document gives the procedure to be followed by bidders who are resident of countries other
than India for participating in Online Tendering Activity.
As per the IT ACT 2000, all bidders who participate in the online bidding process in this site
should possess a valid Digital Signature issued by any of the Digital Signature Certificate (DSC)
vendors approved by CCA, India (https://cca.gov.in). The following document gives the procedure
that is generally followed by various vendors.
Generally, the documents that are required to be submitted by Foreign Nationals are as follows:
1. Identity Proof (ID Proof) of the person in whose name DSC has to be issued (E.g.
Passport copy)
2. Bank account statement in country of residence, duly attested by Indian Embassy / High
Commission / Consulate / Apostille in the country where the applicant is currently
located. (At least 6 months of Bank transactions) with the proof indicating the account is
owned by the Individual.
3. Copy of the Trade license attested by any one of the authorities as specified in Point 2
above.
4. As the Individual is representing the company, an Authorization on company’s letter head
as given in the form
5. Copy of the Authorization letter or invitation letter from department for the
participation in the tender by any one of the tender inviting authority.
As of now, it is learnt that GNFC, TCS, eMudhra issue DSCs with the above procedure. The
copy of the nCodes, TCS and eMudhra Format is enclosed as Annexure; the Copies of other
vendors will be made available on receipt of information from these vendors.
Note: The Information given by the vendors is attached for facilitating the Foreign Nationals to
procure DSCs from the Indian CA authorized vendors for information purpose only as shared by
the respective CA's.
Please find below the details of various vendors and procedure for obtaining DSC:
GNFC
Tata Consultancy Services
eMudhra
DOCUMENT NUMBER
(Always quote this document number given below as reference)
Material to be delivered at (job site) BPCL, KOCHI, KERALA within the delivery period specified in the "Request For
Quotation" (RFQ).
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.
4. When revised pages only are issued, the revised pages shall form part of the original Requisition. The original
requisition alongwith the revised pages shall be considered in its entirety for contractual purposes.
5. Vendors are required to quote strictly as per technical specifications / notes stipulated in the material requisition. The
offers with deviations are likely to be summarily rejected.
This is a system generated approved document and does not require signature
EIL - 588 A - 216 x 279
REVISION
SR. NO DOCUMENT TITLE DOCUMENT NO.
NO. DATE
1 ADDITIONAL TECHNICAL A307-000-16-43-ATR- A 22/01/2014
REQUIREMENTS 3283
2 PROCESS DATASHEET 146609-DSH-T-IF-MX- 0 26/10/2012
401
3 PROCESS DATASHEET 146609-DSH-T-IF-MX- 0 26/10/2012
402
except in the limited way and private use permitted by written consent given by the lender to the borrower for the intended use. EIL-1641-515 Rev.0 A4-210x297
1 **06ICLMX101B19AZ 1 NOS
2 **004IDMX101B19AZ 1 NOS
3 **010IFMX401B19AZ 1 NOS
4 **020IFMX402B19AZ 1 NOS
5 **012IVMX101AF28Q 1 NOS
6 **012IVMX101BF28Q 1 NOS
7 **012IVMX101CF28Q 1 NOS
8 **012IVMX101DF28Q 1 NOS
9 **004IVMX102D28QZ 1 NOS
10 **030IYST1301A1AZ 1 NOS
11 **010IYST2901A1AZ 1 NOS
EIL - 588 A - 216 x 279
12 **016IYST3001A10A 1 NOS
13
SR.NO.
NEW DELHI
Page 89 of 141
ITEMCODE
**012IYST3101A10A
Client: BPCL
ENGINEERS INDIA LIMITED Project: IREP
DETAIL DESCRIPTION
MR ATTACHMENT
QTY.
1 NOS
Page 4 of 4
Requisition No.
A A307-000-WP-MR-3283
Rev
U. RATE TOT.VALUE CDD
DS-034-01-204-0 DOCUMENT NUMBER: 146609-DSH-T-IF-MX-402
S&W LOCATION: J.O. NO.: ITEM NO.:
HOUSTON, TX, USA 146609 IF-MX-402
SERVICE: NO. REQUIRED:
MIXER PROCESS DATASHEET LPG/WATER MIXER ONE
CLIENT: LOCATION: PAGE:
REV
BHARAT PETROLEUM CO LTD., KOCHI REFINERY KOCHI, KERALA, INDIA 1 OF 1
01
02 LPG/WATER MIXER SPECIFICATION
03
04 PPMIX PPMIX PPMIX CIRCULATING
05 WATER
06
07
08 DESIGN CASE CASE 1 - NORM. CASE 2 - NORM. DESIGN CASE
09 FLUID PROPERTIES AND CONDITIONS
10
11 FLOW RATE, KG/HR 0 212386 212386 102323 60404
12 MOLECULAR WEIGHT 48.95 48.95 48.07 18.02
13 TEMPERATURE, °C 44.6 44.6 44.6 42.7
14 PRESSURE, Kg/cm2(g)PRESSURE, Kg/cm2(g) 22.5 22.5 22.5 22.5
15 DENSITY, KG/M3DENSITY, KG/M3 511.97 511.97 512.33 991.06
16 SURFACE TENSION, DYNE/CM 6.469 6.469 6.375 69.187
17 VISCOSITY, CP 0.1002 0.1002 0.0994 0.6187
18
19 CONTAMINANTS:
20
21 COS ppmw 29 29 2
22 ETSH ppmw 17 17 8
23
24
25
26 NOTES
27
28 1) DESIGN FOR 121% OF FLOW RATES OF DESIGN CASE.
29 2) LPG/WATER MIXER SHALL HAVE 10" INLET AND 20" OUTLET FLANGED CONNECTIONS. OUTLET IS DESIGNED FOR LOW
30 VELOCITY (0.6 - 0.9 m/s) TO ALLOW PHASE SEPARATION.
31 3) CIRCULATION WATER MAY CONTAIN MAXIMUM OF 3 wt% CAUSTIC.
32 4) ALLOWABLE PRESSURE DROP: < 0.5 Kg/cm2
33 DESIGN TEMPERATURE MIN/MAX: 5 / 65 ˚C
34 5) DESIGN PRESSURE: 36.8 Kg/cm2(g) 1
35 MATERIALS OF CONSTRUCTION:
36 HOUSING AND ENDS: SA 516 Gr. 70, PWHT REQUIRED. (HARDNESS 200 BHN MAX) (NACE MR-0175/MR-0103)
37 MIXING ELEMENTS: SS 316 / SS 316L
38 CORROSION ALLOWANCE: 4.5 mm (ALL CS COMPONENTS)
39 6) LPG / WATER MIXER IS SUBJECT TO STEAM OUT AT 0.50 kg/cm2 @ 190°C. 1
40
41 LPG/WATER MIXER (CONCEPTUAL SKETCH, DETAILS BY VENDOR)
42 WASH WATER INLET (4") (CIRCULATING WATER STREAM)
43
44
45
46
47
48
49 LPG INLET (10")
LPG/WASH WATER OUTLET (20")
50 (PPMIX)
51
52
53
54
BLANKED END
55
REVISION 0
DATE 26-Oct-2012
BY/REVIEWED/QC DJH/LJC
FLUID SYSTEMS SD
MATERIALS
BOX HAS BEEN CHECKED TO DENOTE NO CHANGES TO THIS SHEET THIS REVISION [ ]
Page 90 of 141
1 09.05.13 IB MSM MSM
Rev Date By Chk App
Page 91 of 141
Data / requisition sheet for
Shell Global Solutions Wash Water Mixer
The manufacturer is responsible for ensuring that the equipment is designed and constructed in accordance with the specifications and codes referred to
on the requisition and/or drawings. Furthermore, the manufacturer is responsible for ensuring that the design, including thickness of pressure parts, is
satisfactory for the design conditions indicated on the requisition and/or drawings. Calculations and thicknesses of material supplied to the manufacturer
are for information and tendering purposes only. The manufacturer shall make his own calculations for which he is fully responsible. The manufacturer
shall ensure that the equipment supplied conforms to all applicable codes and national statutory regulations, and he shall obtain all necessary approvals
from statutory authorities.
/ / 2
A - - - -
Page 92 of 141
Data / requisition sheet for
Shell Global Solutions Wash Water Mixer Case: 27% Conv SOR (Note 11)
Max. allowable pressure drop for main stream: 0.7 kg/cm2g (Note 13)
Type of flow in pipe : turbulent laminar uniform pulsating (with pulsation factor =
2
Minimum 10 D
Eng. by: Shell Global Solutions International, B.V. Equipment No. IV-MX-101
Principal: BPCL - Kochi Refinery Req. No.
/ / 2
A - - - -
Page 93 of 141
/ / 2
A - - - -
Page 94 of 141
Data / requisition sheet for
Shell Global Solutions Wash Water Mixer Case: High Naphtha case (Note 11)
Max. allowable pressure drop for main stream: 0.7 kg/cm2g (Note 13)
Type of flow in pipe : turbulent laminar uniform pulsating (with pulsation factor =
Eng. by: Shell Global Solutions International, B.V. Equipment No. IV-MX-101
Principal: BPCL - Kochi Refinery Req. No.
/ / 2
A - - - -
Page 95 of 141
/ / 2
A - - - -
Page 96 of 141
Data / requisition sheet for
Shell Global Solutions Wash Water Mixer
The manufacturer is responsible for ensuring that the equipment is designed and constructed in accordance with the specifications and codes referred to
on the requisition and/or drawings. Furthermore, the manufacturer is responsible for ensuring that the design, including thickness of pressure parts, is
satisfactory for the design conditions indicated on the requisition and / or drawings. Calculations and thicknesses of material supplied to the manufacturer
are for information and tendering purposes only. The manufacturer shall make his own calculations for which he is fully responsible. The manufacturer
shall ensure that the equipment supplied conforms to all applicable codes and national statutory regulations, and he shall obtain all necessary approvals
from statutory authorities.
Eng. by: Shell Global Solutions International, B.V. Equipment No. IV-MX-101
Principal: BPCL - Kochi Refinery Req. No.
/ / 2
A - - - -
Page 97 of 141
Data / requisition sheet for
Shell Global Solutions Wash Water Mixer
GENERAL NOTES:
2
1. One mixer per two bays to be provided. There are total of 8 bays for this air cooler. So there will be a total of four (4) mixers.
2. The maximum sound pressure level for the mixer shall not exceed 85 dB(A) at 1 m.
3. Injection Spool / Internals: 1.25 Cr-0.5 Mo + Alloy 625 weld overlay (3 mm Min) / Alloy 625. Apply NACE for wet H2S Service.
High SSC for injection spool and internals.
4. The forces and moments can act in the x-, y- and z-directions at the same time.
5. Liquid velocity shall at least be equal to the main stream velocity.
6. Mixing properties given are for downstream of the mixer.
7. The targeted mixing efficiency (water & vapor phase) shall be 90% during normal operation.
8. The direction of the flow shall be clearly marked on the supplier's drawings and marked on the outside of the mixer.
9. Mixer to be provided with personnel protection (insulation). Insulation thickness =45 mm
10. Stainless steel materials shall pass the ASTM A262 Practice E intergranular corrosion test. 2
11. Select the mixing device for the controlling case of the two cases presented.
12. Scope of mixer includes nozzles, spray nozzle and mixing elements as shown in sketch on sheet 2.
13. Max. estimated pressure drop through wash water spray nozzle is 2.1 kg/cm2 & wash water mixer is 0.7kg/cm2 .
14. SGSI preferred vendor is Sulzer Chemtech AG, PO Box 65, CH-8404, Winterthur, Switzerland, Type: SMV or SMV (X). The details shown in
the sketch are typical only.
15. Spray pattern from the nozzle should be 90° Full Cone.
2
16. Deleted.
c 17. Vendor to state the minimum flow through the spray nozzle for a pressure drop of 0.7 kg/cm2. This flowrate sets the turndown rate for spray nozzle.
18. Static mixer elements and retaining brackets shall be strong enough to withstand 15.3 kg/cm2 pressure drop across the mixer elements
during upset conditions.
19. Wash water line size is 3". Vendor to confirm size of mixer nozzle to accommodate the removal of wash water injection pipe of spray nozzle.
20. Values shown are normal total flow rates for all four mixers (i.e. as there are four mixers IV-MX-101A/B/C/D, the normal flow rate to each mixer 2
shall be 1/4th of flow rate indicated). Turndown is 50% (i.e. 50% of 1/4th of normal flow rate indicated).
c
21. For the 27% Conversion - SOR, add a design margin of 120% on the vapor rates and 110% on the liquid rates.
22. For the High Naphtha case no additional margin should be added.
23. Pressure shown is wash water pressure at mixer inlet.
24 Mixer Shall be in Hydrogen service 2
2
/ / 2
A - - - -
Page 98 of 141
Document No.
STATIC MIXER A166-IY-04-DS-1911
PROCESS DATA SHEET Rev. No. 0
Page 1 of 1
PROJECT IREP CLIENT BPCL-KR
UNIT REFINERY OFFSITE JOB NO. A166 UNIT NO. IY
ITEM NO. IY-ST-3001 SERVICE DIESEL-IV
CASE
FLOW RATE
MAX KG/HR 709363
NORMAL KG/HR 644875
MIN KG/HR 425618
OPERATING CONDITIONS
PRESSURE KG/CM2G 5
TEMPERATURE DEGC AMB
ALLOWABLE PRESSURE DROP KG/CM2 0.5
SPECIFIC GRAVITY 0.82-0.845
VISCOSITY CP 1.64-5.9
DESIGN CAPACITY
MATERIAL OF CONSTRUCTION
SHELL CS
INTERNALS SS
INLET/OUTLET LINE SIZE 16" / 16"
INLET/OUTLET LINE RATING 150# / 150#
DESIGN CONDITIONS
PRESSURE KG/CM2G 19
TEMPERATURE DEG C 65
MINIMUM MIXING EFFICIENCY 98%
TYPE OF MIXER STATIC MIXER
MOUNTING LINE MOUNTED
CORROSIVE SUBSTANCE PRESENT NO
NOTES:
1. REFER P&ID NO. A166-04-41-IY-1130
2. THE STREAMS COMING IN THE MIXER FOR MIXING ARE:
HY NAPHTHA, VGO-HDT DIESEL, DIESEL+KERO, DIESEL, HY NAPHTHA, HY GASOLINE, KERO, LCO, LSD, LGO, DIESEL BASE, RAW KERO,
NAPHTHA, VDO.
Format No,3-0241-1002 Rev. 0,sht1 Copyrights EIL - all rights reserved(Generated through PDSIS)
Page 99 of 141
Document No.
STATIC MIXER A166-IY-04-DS-1912
PROCESS DATA SHEET Rev. No. 0
Page 1 of 1
PROJECT IREP CLIENT BPCL-KR
UNIT REFINERY OFFSITE JOB NO. A166 UNIT NO. IY
ITEM NO. IY-ST-3101 SERVICE DIESEL-V
CASE
FLOW RATE
MAX KG/HR 372212
NORMAL KG/HR 338375
MIN KG/HR 223327
OPERATING CONDITIONS
PRESSURE KG/CM2G 5
TEMPERATURE DEGC AMB
ALLOWABLE PRESSURE DROP KG/CM2 0.5
SPECIFIC GRAVITY 0.82-0.845
VISCOSITY CP 1.64-5.9
DESIGN CAPACITY
MATERIAL OF CONSTRUCTION
SHELL CS
INTERNALS SS
INLET/OUTLET LINE SIZE 12" / 12"
INLET/OUTLET LINE RATING 150# / 150#
DESIGN CONDITIONS
PRESSURE KG/CM2G 19
TEMPERATURE DEG C 65
MINIMUM MIXING EFFICIENCY 98
TYPE OF MIXER STATIC MIXER
MOUNTING LINE MOUNTED
CORROSIVE SUBSTANCE PRESENT NO
NOTES:
1. REFER P&ID NO. A166-04-41-IY-1131
2. THE STREAMS COMING IN THE MIXER FOR MIXING ARE:
DIESEL+KERO, VGO HDS HEAVY NAPHTHA, VGOHDS DIESEL, LGO FROM CDU-II, CDU HEAVY NAPHTHA, HY GASOLINE, KHDS KERO,
SWEET DHDS DIESEL
Format No,3-0241-1002 Rev. 0,sht1 Copyrights EIL - all rights reserved(Generated through PDSIS)
JOB SPECIFICATION
(STATIC MIXERS)
1.0 GENERAL
B) Necessary supports for Mixer (if any); lifting lugs shall also be provided by the
bidder as per the requirements.
3.1 Following codes and standards shall be followed for design, fabrication and testing
etc. of the equipment.
3.2 For the purpose of material selection national code of the country of origin shall also
be acceptable, provided the bidder specifically establishes, to the satisfaction of the
purchaser, the equivalence or superiority of the proposed material with respect to
those specified.
3.3 For provisions not covered by the above codes, applicable engineering practices and
norms shall govern.
4.1 The equipment shall be of the type as mentioned in the data sheets and shall meet
the duty requirements and performance parameters.
4.2 Bidder to note that all the fluids with different flow and viscosities undergo mixing in
pipe itself before the mixer. Due to insufficient length of pipe available for uniform and
homogenous mixing of various fluids, static mixer is provided downstream of injection
point (mixing). Bidder to ensure the adequacy of this arrangement for the specified
performance requirements or otherwise offer suitable alternate arrangement with
spray nozzle /sparger.
4.3 Total flow through header shall be any combination of inlet fluids. Rated flow in all
streams may not occur at a time. Any combination of flow, sp. gravity and viscosities
within specified range are possible. Mixer shall be designed for the worst combination
with flexibility of fluid components.
4.4 Mixer is subjected to steam out conditions of 225 Deg. C and 0.5 Kg/Cm2. G of
steam.
- All mandatory tests and checks called in the respective codes and supply of
certificates thereof.
- All KCS (Killed Carbon Steel) parts to be stress relieved after welding.
Hardness in all KCS welds and HAZ not to exceed 200 BHN.
5.2 Any or all the tests at purchaser's option shall be witnessed by purchaser/his
authorized representative. However inspection shall be regarded as check-up and in
no way absolve the vendor of his responsibility.
6.1 All exposed carbon steel/alloy steel parts to be painted, shall be thoroughly cleaned
from inside & outside to remove scale, dirt and other foreign materials by wire brush
and blast cleaning (grit blasting) as applicable. In case of blast cleaning (grit blasting),
prepared surface shall have appearance of near white metal surface furnish to SA 2 ½
(SSPC- SP-10).The mixer shall be painted with one coat of inorganic zinc silicate
coating of total DFT of 65-75 microns
6.2 Stainless steel surfaces both inside and outside shall be pickled and passivated.
7.1 The equipment shall be properly packed to provide adequate protection during
shipment.
7.2 Detailed packing list in water-proof envelope shall be inserted in the package together
with equipment.
7.3 Each equipment shall have an identification plate giving salient equipment features
such as size, rating, material of construction, make, year of manufacture, equipment
number, name of manufacturer etc.
NOTES:
1. REFER P&ID NO. A166-04-41-IY-1113
2. FLOW RATES HAVE BEEN INDIVIDUALLY GIVEN FOR BOTH TYPES OF CRUDE. TOTAL FLOW RATE THROUGH THE MIXER SHALL BE THE
SUM OF INDIVIDUAL FLOW RATES. THE TOTAL FLOW RATE IS GIVEN AS FOLLOWING
MAX--1443750 KG/HR NORMAL--1312500KG/HR MIN--866250KG/HR
3. OPERATING PRESSURE IS CONSIDERED AS DISCHARGE PRESSURE OF YP-1I/J
Format No,3-0241-1002 Rev. 0,sht1 Copyrights EIL - all rights reserved(Generated through PDSIS)
3 OPERATING CONDITIONS
PRESSURE, KG/CM2G 22.9
TEMPERATURE, DEG C 40 (LPG ) / 40 (AMINE)
4 ALLOWABLE PRESSURE DROP, KG/CM2 1.0
5 SPECIFIC GRAVITY 0.525 (LPG) / 1.006 (AMINE)
6 VISCOSITY @ P &T, CP 0.13 (LPG) / 3.0 (AMINE)
7 DESIGN CAPACITY 110 % OF NORMAL FLOWRATE
8 MATERIAL OF CONSTRUCTION
SHELL KCS + 3 MM CA + PWHT (NOTE-1)
INTERNALS SS 304L
10 DESIGN CONDITIONS
13 MOUNTING HORIZONTAL
NOTES ;
1 KCS TO BE OF HIC RESISTANT QUALITY. ALL KCS PARTS TO BE STRESS RELIEVED AFTER WELDING.
HARDNESS IN ALL KCS WELDS AND HAZ NOT TO EXCEED 200 BHN
2 MIXER TO BE SUBJECTED TO STEAM OUT CONDITIONS OF 190 DEG C AND 0.5KG/CM2G OF STEAM.
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. Document Control Index
2. Detailed Dimensional Drawings
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. # Drawing reqired only for items of Manufacturers standard
DESCRIPTION:
This Static Mixer will be an in-line type mixer with mixing element and will be installed in a line.
Page 1 of 1
Page 120 of 141
Data / requisition sheet for
Shell Global Solutions Wash Water Mixer
The manufacturer is responsible for ensuring that the equipment is designed and constructed in accordance with the specifications and codes referred to on
the requisition and/or drawings. Furthermore, the manufacturer is responsible for ensuring that the design, including thickness of pressure parts, is
satisfactory for the design conditions indicated on the requisition and/or drawings. Calculations and thicknesses of material supplied to the manufacturer are
for information and tendering purposes only. The manufacturer shall make his own calculations for which he is fully responsible. The manufacturer shall
ensure that the equipment supplied conforms to all applicable codes and national statutory regulations, and he shall obtain all necessary approvals from
statutory authorities.
A - - - -
Max. allowable pressure drop for main stream: 1.0 kg/cm2g (Note 13)
Type of flow in pipe : turbulent laminar uniform pulsating (with pulsation factor =
1
Minimum 10D
Eng. by: Shell Global Solutions International, B.V. Equipment No. IV-MX-102
Principal: BPCL - Kochi Refinery Req. No.
/ / 1
A - - - -
The manufacturer is responsible for ensuring that the equipment is designed and constructed in accordance with the specifications and codes referred to
on the requisition and/or drawings. Furthermore, the manufacturer is responsible for ensuring that the design, including thickness of pressure parts, is
satisfactory for the design conditions indicated on the requisition and / or drawings. Calculations and thicknesses of material supplied to the manufacturer
are for information and tendering purposes only. The manufacturer shall make his own calculations for which he is fully responsible. The manufacturer
shall ensure that the equipment supplied conforms to all applicable codes and national statutory regulations, and he shall obtain all necessary approvals
from statutory authorities.
Eng. by: Shell Global Solutions International, B.V. Equipment No. IV-MX-102
Principal: BPCL - Kochi Refinery Req. No.
/ / 1
A - - - -
Page 124 of 141
Data / requisition sheet for
Shell Global Solutions Wash Water Mixer
GENERAL NOTES:
/ / 1
A - - - -
ADDITIONAL TECHNICAL
REQUIREMENTS
STATIC MIXERS (CAT-I)
Format No.
PageEIL126
1641-1924
of 141 Rev. 1 Copyright EIL – All rights reserved
DOCUMENT No.
ADDITIONAL TECHNICAL A307-000-16-43-ATR-3283
REQUIREMENTS Rev-A
Page 2 of 3
2. Vendor shall furnish quotations only for those items, for which he is approved by EIL
and. which he can supply strictly as per MR specifications.
3. No technical details of any nature shall be included in the offer. If the offer contains
any technical deviation or clarification or stipulates any technical specifications (even
if in line with the MR requirements), the offer shall be liable for rejection. However,
Vendor to note that the MOU entered with EIL for any of the item in the requisition is
NOT APPLICABLE.
4. The submission of prices by the vendor shall be construed to mean that he has
confirmed compliance with all technical specifications of the corresponding item(s).
6. Bidder is not required to furnish any technical data/drawings along with the offer.
However, in the event of an order, the vendor shall furnish, for owner’s record,
detailed dimensioned cross section drawing with parts & material list, weights,
supporting arrangement etc. meeting all PR specifications.
7. Bidder shall furnish final documents including installation, operation and maintenance
manuals.
8. Bidder may refer to the following correlation, for identifying the Process datasheet No.
against each Static Mixer tag:
10. For item sr. no. 3 (IF-MX-401) and 4 (IF-MX-402), the sizes mentioned in PDS shall
be considered.
Format No.
PageEIL127
1641-1924
of 141 Rev. 1 Copyright EIL – All rights reserved
DOCUMENT No.
ADDITIONAL TECHNICAL A307-000-16-43-ATR-3283
REQUIREMENTS Rev-A
Page 3 of 3
11. Bidder shall ensure/confirm that the static mixers are of the type as mentioned in the
data sheets, shall meet the duty requirements/performance parameters and the
suitability for the intended service conditions in all respects.
12. With respect to item sr. no.5 to 9, vendor scope includes spool with injection nozzle,
elbow and flange as stated in Annexure-1, A307-000-16-43-SP-3283. However the
orientation for a subject item shall be as follows:
13. In case of any conflict, amongst various documents enclosed with the MR, the most
stringent requirement shall govern and Owner/EIL decision in this regards shall be
final.
Format No.
PageEIL128
1641-1924
of 141 Rev. 1 Copyright EIL – All rights reserved
Document No.
STATIC MIXER A166-IY-04-DS-1910
PROCESS DATA SHEET Rev. No. 0
Page 1 of 1
PROJECT IREP CLIENT BPCL-KR
UNIT REFINERY OFFSITE JOB NO. A166 UNIT NO. IY
ITEM NO. IY-ST-2901 SERVICE MS-IV BLEND
CASE
FLOW RATE
MAX KG/HR 260012
NORMAL KG/HR 236375
MIN KG/HR 156540
OPERATING CONDITIONS
PRESSURE KG/CM2G 5
TEMPERATURE DEGC AMB
ALLOWABLE PRESSURE DROP KG/CM2 0.5
SPECIFIC GRAVITY 0.72-0.77
VISCOSITY CP 0.36-.775
DESIGN CAPACITY
MATERIAL OF CONSTRUCTION
SHELL CS
INTERNALS SS
INLET/OUTLET LINE SIZE 10" / 10"
INLET/OUTLET LINE RATING 150# / 150#
DESIGN CONDITIONS
PRESSURE KG/CM2G 19
TEMPERATURE DEG C 65
MINIMUM MIXING EFFICIENCY 98%
TYPE OF MIXER STATIC MIXER
MOUNTING LINE MOUNTED
CORROSIVE SUBSTANCE PRESENT NO
NOTES:
1. REFER P&ID NO. A166-04-41-IY-1129
2. THE STREAMS COMING IN THE MIXER FOR MIXING ARE:
DHDT LIGHT NAPHTHA, LT REFORMATE, FCC NAPHTHA, ISOMERATE, DHDT HEAVY NAPHTHA, LAN (FROM CDU-1),
VGO HDS LIGHT NAPHTHA, REFINATE, HY REFORMATE, LT GASOLINE, NSU-II LIGHT NAPHTHA, HY GASOLINE
Format No,3-0241-1002 Rev. 0,sht1 Copyrights EIL - all rights reserved(Generated through PDSIS)