Location via proxy:   [ UP ]  
[Report a bug]   [Manage cookies]                
0% found this document useful (0 votes)
152 views

Specific Size Agitator Selection Process & Specification PDF

The document is a request for quotation (RFQ) for ball valves from Bharat Petroleum Corporation Limited for their LPG import terminal facilities project in Haldia, India. It provides details on the project, item being quoted for, due dates for pre-bid queries and meetings, bid submission, opening of unpriced and priced bids, payment terms, and other commercial requirements. Bidders are requested to submit their bids online along with all supporting documents on the e-procurement website by the due date and time.

Uploaded by

Parth Thakar
Copyright
© © All Rights Reserved
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
152 views

Specific Size Agitator Selection Process & Specification PDF

The document is a request for quotation (RFQ) for ball valves from Bharat Petroleum Corporation Limited for their LPG import terminal facilities project in Haldia, India. It provides details on the project, item being quoted for, due dates for pre-bid queries and meetings, bid submission, opening of unpriced and priced bids, payment terms, and other commercial requirements. Bidders are requested to submit their bids online along with all supporting documents on the e-procurement website by the due date and time.

Uploaded by

Parth Thakar
Copyright
© © All Rights Reserved
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 310

1, BHIKAJI CAMA PALACE, NEW DELHI, INDIA

REQUEST FOR QUOTATION (RFQ)

RFQ No.: SM/A872-020-QV-MR-9120/1010 Date: 08.09.2017


To,
M/s Client :BHARAT PETROLEUM CORPORATION LIMITED

Project: LPG IMPORT TERMINAL FACILITIES PROJECT AT


HALDIA
MR No.: A872-020-QV-MR-9120 REV. A
Item: BALL VALVES (API 6D)

Due Date & Time: 05.10.2017; Up to 1200 Hrs. (IST)

UNPRICED BID OPENING: At 1400 Hours (IST) on 06.10.2017

PRE-BID QUERIES Last date for submission of Pre Bid Queries will be 15.09.2017

A Pre-bid conference will be held on 18.09.2017at 10:00 Hrs. (IST)


PRE-BID MEETING : at Conference Room, Engineers India Limited 1, Bhikaji Cama
Place N.Delhi-110066, India.

PRICED BID OPENING: TIME & VENUE SHALL BE INTIMATED LATER.


Shall be conducted within 10 days from the date of opening of un-
POST BID MEETING:
priced bids,if required.

GENTLEMEN,
1. Online electronic Bids are requested on behalf of our Client M/s BHARAT PETROLEUM CORPORATION
LIMITED under International Competitive Bidding Basis from competent agencies fulfilling Qualification
Criteria as per Detailed Notice Inviting Bid (NIB) for the subject item in complete accordance with RFQ
Documents/ attachments.
2. Bidders interested to submit their offer can download the complete enquiry document from NIC Portal/
Central Public Procurement Portal (CPPP) i.e. http://eprocure.gov.in/eprocure/app.Also, Bidders are required
to upload their bid along with all supporting documents & priced part on the e-tendering website
(http://eprocure.gov.in/eprocure/app) only, on or before the due date and time for submission of bid. Bidders
are required to register themselves at http://eprocure.gov.in/eprocure/app. No registration fee would be
charged from the bidders.

3. Please submit your Acknowledgement against the RFQ on EIL’s website http:tenders.eil.co.inwithin the due
date & time, with reasons(s) of not participating in the bidding in case of regret/negative acknowledgment.In
case there is no response, the bidder shall be liable for suitable action including review of their enlistment
with EIL for the subject item.

4. The bidders are requested to submit any questions by courier/e-mail in the enclosed Form-Ato EIL on or
before the date indicated above.

5. Bidders are required to upload the bid along with all supporting documents including priced part only on the
e-tendering website (http://eprocure.gov.in/cppp.), on or before the due date and time for submission of bid.

Page 1 of 8
Bidders are required to register themselves at http://eprocure.gov.in/cppp.. No registration fee would be
charged from the bidders.

6. Bidders to refer E-Tendering methodology enclosed with this RFQ cover letter. Various links such as “Help
for Contractor”, “Information about DSC”, “FAQ”, “Resources Required”, “Bidders Manual Kit” etc. are
available on home page of http://eprocure.gov.in/cppp.facilitating vendors to participate in the bidding
process. Bidder are advised to download & utilize the available information/documents under these links for
activities like Registration in CPPP, obtaining User ID & Password, uploading & submission of e-bids etc.
Bidders are advised in their own interest to carefully go through Instructions for E-tendering and other related
document available against various help links so as to ensure that bids are uploaded in E-tendering website
well before the closing date and time of bid submission.

7. NIC Portal mandates that the bidders are to be registered on the portal before any enquiry can be issued to
them. In order to expedite issue of enquiries, the 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(http://eprocure.gov.in/cppp).

8. 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 Seven days 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.

9. 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.

10. 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.

11. The vendor registration on NIC Portal is a very user friendly process. However, in case of any doubt, the
vendor may contact the undersigned.

12. In the event of failure in bidder’s connectivity with EIL/NIC Portal during the last few hours on account of
problem on bidders account, they are likely to miss the deadline for bid submission. Due date extension
request due to this reason will not be entertained. In view of the same, bidders are advised to upload their bid
in advance.

13. Bidders to upload the Un-priced and Priced part of their bids strictly in the respective designated folders in
the NIC Portal.
14. Commercial requirements are specified in the attached General Purchase Conditions, Special Purchase
Conditions, Instructions to Bidders, Terms & Conditions for Site Work (applicable if MR calls for Scope of Site
Work), Terms & Conditions for Supervision of Erection, Testing & Commissioning (applicable if MR calls for
supervision), Terms & Conditions for Hazop Study (applicable if MR calls for Hazop Study), Agreed Terms &
Conditions (ATC) questionnaire etc. The ATC should be duly filled in, signed & stamped, scanned and
uploaded with your bid.
15. Bidders are advised to submit bids strictly based on the specifications, terms & conditions contained in the
RFQ Documents and should not stipulate any deviation.

Page 2 of 8
16. Addendum / corrigendum to the RFQ Documents if issued must be signed and submitted along with the bid.
17. The order, if any, will be issued by our above-mentioned client.
18. Delivery Period:
For Indian Bidders: 07 Months on FOT dispatch point basis from FOA. The date of LR/GR shall be
considered as date of delivery.
For Foreign Bidders: 06 Months on FOB Port of exit basis from FOA. The date of clear bill of lading shall be
considered as date of delivery.
19. The offer should be valid for 4 (Four) months from final bid due date.
20. Payment Terms:

For Indian Bidders:

 Supply:
As per Clause No. A-1.2 & Notes (as applicable) of Annexure-I to Special Purchase Conditions
(SPC).
 Supervision Services:
As per Clause No. A-4 of Annexure-I to Special Purchase Conditions (SPC).

For Foreign Bidders:

 Supply:
As per Clause No. B-1.2 & Notes (as applicable) of Annexure-I to Special Purchase Conditions
(SPC).
 Supervision Services:
As per Clause No. B-4 of Annexure-I to Special Purchase Conditions (SPC).

21. Part Order: Applicable.


22. Repeat Order: Not Applicable.
23. The financial net worth of the Bidder as per the latest audited annual report shall be positive.
Networth means paid up share capital, Share Application Money pending allotment* and reserves# less
accumulated losses and deferred expenditure to the extent not written off.
# Reserves to be considered for the purpose of networth shall be all reserves created out of the profits and
securities premium account but shall not include reserves created out of revaluation of assets, write back of
depreciation and amalgamation.
*Share Application Money pending allotment will be considered only in respect of share to be allotted.
Accordingly, the definition of Networth shall be as follows:
Paid up share capital XXXX
Add : Share Application Money pending XXX
allotment
Add : Reserves (As defined Above) XXXX
Less : Accumulated Losses XX
Less : Deferred Revenue Expenditure to the XX
extent not written off
Networth XXXX
24. Where any portion of Instructions to Bidders, Special Purchase Conditions and General Purchase Conditions
is repugnant or at variance with any provisions of RFQ Cover Letter, RFQ Cover Letter shall be deemed to
over-ride the provision(s) of Instructions to Bidders, Special Purchase Conditions and General Purchase
Conditions only to the extent applicable.
25. Purchase preference shall be applicable for this RFQ.Subject to meeting terms and conditions stated in the
RFQ document , in present RFQ, items can be split i.e. minimum 20% to MSEs shall be awarded on MSE
bidder within the price range of L1 bidder’s evaluated price+15% subject to their matching L1 bidder’s price.
First, the MSE Bidder next to the price of L1 Bidder shall be considered for purchase preference. In case that
MSE Bidder, does not match the price, next MSE Bidder (within the price range of L1 Bidder + 15%) shall be

Page 3 of 8
considered for matching the L1 Bidder prices and so on. Accordingly, the MSE Bidder who matches the price
of L1 Bidder, shall be considered for award of contract. Further, out of above 20%, 4% (20% of 20%) shall be
from MSEs owned by Scheduled Caste & Scheduled Tribe entrepreneurs. This quota is to be transferred to
other MSEs in case of non-availability of MSEs owned by SC/ST entrepreneurs.
26. Purchase Preference (linked to local content) (PP-LC):
"MOP&NG has notified the purchase preference (linked with local content) for the procurement of goods and
services under Oil & Gas Projects in India. Under this Policy, the bidders are allowed to avail the purchase
preference linked with attaining the stipulated Local content.
Owner reserves the right to allow Manufacturers or Suppliers or Service providers, purchase preference as
admissible under the prevailing policy, subject to their complying with the requirements/conditions defined
herein and submitting documents required to support the same.

Wherever the goods/ services are procured under this policy, eligible (techno-commercially qualified) LC
manufacturers / LC service providers shall be granted a purchase preference of 10%, i.e. where the quoted
price is within 10% of the lowest price, other things being equal, purchase preference shall be granted to the
eligible (techno commercially qualified) LC manufacturers/ service providers concerned, at the lowest valid
price bid as under:-

Goods:

If the tenders can be split (as specified in bidding document) then the order for 50% of the
procured quantity would be awarded to the lowest techno-commercially qualified LC manufacturer/
supplier, subject to matching with L1, if such bidders are available. The remaining will be awarded to
L1 (i.e.Non Local Content (NLC) manufacturer/ supplier not meeting the prescribed LC criteria).

If the tendered quantity cannot be divided exactly 50:50, the LC bidder will be eligible for quantity not
less than 50% of tendered quantity.

However, if L1 bidder happens to be a LC manufacturer, the entire procurement value shall be


awarded to such bidder.

If the tender cannot be split (as specified in bidding document) then the order shall be awarded
to the eligible LC manufacturer for the entire quantity.

b) Services/EPC Contracts (others):

If the tender cannot be split (as specified in bidding document ) the entire contract would be
awarded to the lowest techno-commercially qualified LC service provider, subject to matching with
L1, if such bidders are available and L1 bidder is not a LC service provider.

In case tender for services/ EPC can be split (as specified in bidding document), then splitting
shall be allowed and specified in tender documents. Such services shall follow the procedure
outlined for goods as described in goods above.

It may be noted that only those LC manufacturers/ service providers whose bids are within 10% of
the L1 bid would be allowed an opportunity to match L1 bid.
In order to avail the Purchase preference under this policy, bidder shall achieve minimum Local Content (LC)
of 20 %. The Policy shall be implemented in the following manner.

a) In case the lowest (L 1) bidder meets the stipulated LC criteria, the order shall be awarded to such bidder.
b) In case none of the bidders meets the stipulated LC criteria, the order shall be awarded to the lowest
bidder.
c) In case the lowest bidder does not meet the stipulated LC criteria, the bidders shall be ranked in the
ascending order of evaluated prices and next bidder meeting minimum stipulated LC and with his
evaluated price within a price band of (+) 10% of lowest bidder's evaluated price, shall be given
opportunity to supply 50% of the requirement by matching the lowest bidder's evaluated price. However, if

Page 4 of 8
50% quantity works out to a fraction of quantity, the bidder shall be considered for next higher quantity. In
case the quantity cannot be split, the order shall be placed with the entire quantity.
d) In case there are more than one bidder within the price band of (+) 10% of lowest bidder's evaluated
price, they shall be ranked in ascending order of their evaluated prices. The opportunity of matching the
price shall be accorded starting from the lowest bidder out of these bidders and in case of his refusal, to
the next bidder, and so on.
e) In case none of the bidders who meet the stipulated LC criteria agree to match the lowest price, the
natural lowest bidder will be awarded the job.
f) The option in case of MSE bidders qualifying under both Policies, namely, Purchase Preference under
the Public Procurement Policy - 2012 (PPP - 2012) from MSE bidders and Purchase Preference Linked
with Local Content (PP-LC 2017) shall be exercised as under :
i) The MSE bidder can avail only one out of the two applicable purchase preference policies, i.e. PP-
LC 2017 or PPP-2012 and therefore, bidder will be required to furnish the option under which he
desires to avail purchase preference. This option must be declared within the offer and in case
bidder fails to do so although he is eligible for both the Policies, his offer would be evaluated
considering PPP-2012 as 'the default chosen option.

In case a MSE bidder opts for preference under PPP-2012, he shall not be eligible to claim benefit
under PP-LC 2017 (irrespective of the fact whether he furnishes the detail of LC in his offer and this
LC meets the stipulated LC criteria).

ii) In case a MSE bidder opts for purchase preference based on PP-LC 2017, he shall not be entitled
to claim benefit of purchase preference benefit as applicable for MSE bidders under PPP-2012.
However, the exemptions from furnishing Bidding Document fee and Bid security shall continue to
be available to such a bidder.

g) In view of the above, the bidder's quoted prices against various items of enquiry shall remain valid even in
case of splitting of quantities of the items, except in case of items where the quantity cannot be split since
these are to be awarded in a Lot or as a package or Group.
h) While evaluating the bids, for price matching opportunities and distribution of quantities among bidders,
the order of precedence shall be as under :

• MSE bidder (PPP-2012)


• PP-LC complied bidder (PP - LC)

Examples of Purchase Preference

Non divisible item


L1 bidder is non MSE, non PP-LC bidder
L2 bidder is PPC-LC (within 10%)
L3 bidder is MSE bidder (within 15%)
MSE bidder shall be given preference to match the L1 price. If L3 bidder matches the L1 price,
order shall be placed on him, otherwise option for matching the L1 price shall be given to L2 bidder
(PP-LC)

Divisible Item
L1 bidder is non MSE, non PP- LC bidder
L2 bidder is PP-LC (within 10%)
L3 bidder is MSE bidder (within 15%)
MSE bidder shall be given preference to match the L1 price. If bidder matches the L1 price, order shall

Page 5 of 8
be placed on him for the quantity specified in the bidding document. For the balance quantity (i.e. 50%
of tendered quantity/value) option for matching the L1 price shall be given to L2 bidder (PP-LC)
Balance quantity shall be awarded to natural lowest bidder.

For further clarification, in case an item has quantity 4 nos. then 1no. can be given to MSE bidder, 2 to
PP-LC bidder and left out 01 no. to natural L1 bidder.
i) In case lowest bidder is a MSE bidder, the entire work shall be awarded to him without
resorting to purchase preference to bidders complying with Local Content.
j) In case lowest bidder is a PP- LC bidder purchase preference shall be resorted to MSE bidder as per
provisions specified in the enquiry document w.r.t. PPP-2012 only.
k) Certification of Local Content

Manufacturers of goods and/or providers of service, seeking Purchase Preference under the policy, shall be
obliged to certify the LC of goods, services or EPC contracts as under:

At bidding stage
Bidder shall furnish the percentage of the local content, taking into account the factors and criteria
listed out in the policy. These details shall be required only at aggregate level like supply value, transport
value and other heads given in the price schedule.

The bidder claiming the PP-LC benefit shall be required to furnish an undertaking on bidder’s
letterhead confirming his meeting the Local Content and this undertaking shall be certified as
under :
• Where the total quoted value is less than INR 5 Crore
The LC content shall be self- assessed and certified by the authorized signatory of the bidder signing the
bid.

• Where the total quoted value is INR 5 Crore or above


i) The Proprietor and an independent Chartered Accountant, not being an employee of the firm, in
case of a proprietorship firm.
ii) Any one of the partners and an independent Chartered Accountant, not being an employee of
the firm in case of a partnership firm.
iii) Statutory auditors in case of a company. However, where statutory auditors are not mandatory as
per laws of the country where bidder is registered, an independent chartered accountant, not being
an Employee of the bidder's organization.

Note:
1. Sample formats for calculation of LC are enclosed as Appendix I, II & Ill (specify relevant
appendix for calculation of the local content by the bidder.
2. LC of goods shall be computed on the basis of the cost of domestic components in goods,
compared to the whole cost of product. The whole cost of product shall be constituted of the cost
spent for the production of goods, covering: direct component (material) cost; direct manpower
cost; factory overhead cost and shall exclude profit, company overhead cost and taxes for the
delivery of goods.
3. However, LC of service shall be calculated on the basis of the ratio of service cost of domestic
component in service to the total cost of service. The total cost of service shall be constituted of the
cost spent for rendering of service, covering: a) cost of component (material) which is used; b)
Manpower and consultant cost; cost of working equipment/facility; c) general service cost, excluding
profit, company overhead cost, taxes and duties.

Page 6 of 8
The onus of submission of appropriately certified documents lies with the bidder and the
purchaser shall not have any liability to verify the contents and will not be responsible for the same.
However, in case the procuring company has any reason to doubt the authenticity of the local
Content, it reserves the right to obtain the complete back up calculations before award of work failing
which the bid shall be rejected.

After award of contract:

• Where the estimated value is less than INR 5 Crore:


The LC certificate shall be submitted along with each invoice duly self-certified by the authorized signatory
of the bidder
• Estimated value is INR 5 Crore or above
Supplier shall provide the necessary local content documentation to the statutory auditor, who shall
review and determine that local content requirements have been met, and issue a local content
certificate to that effect on behalf of procuring company, stating the percentage of local content in the goods or
service measured.

However, procuring company shall also have the authority to audit as well as witness production
processes to certify the achievement of the requisite local content and/or to obtain the complete back
up calculation before award of work failing which the bid shall be rejected and appropriate action
may be initiated against the bidder.

Failure of bidder in complying with the local content post award:

In case a bidder, who has specified in his bid that the bid meets the minimum Local Content specified in the
enquiry document, fails to achieve the sa me, the following actions shall be taken by the procuring company:

a. Pre-determined penalty @ 10% of total contract va lue


b. Banning business with the supplier/contractor for a period of one year.

To ensure the recovery of above pre-determined penalty, payment against dispatch/shipping document shall
be modified to the extent that the 10% payment out of this milestone payment shall be released after
completion of this milestone as well as submission of certification towards achievement of Local Content as
per provision of enquiry document. Alternatively, this payment can be released against submission of
additional bank guarantee valid till completion schedule, plus 3 months or as required by purchasing company.

Purchase Preference in case where Negotiation is also required:


In case purchase preference is applicable, but negotiation is to be conducted with L 1 bidder,
negotiation shall be carried out. MSE and/or LC complied bidder sha ll be offered to match the
negotiated prices (even if, post negotiation, they are higher by more than 10% as compared to L 1
bidder provided they were within 10% of L1 bidder as per original quoted prices) and left out quantity, if any,
as per provisions of enquiry document shall be awarded to that bidder.

27. EMD & Bid Document fee is not applicable for this RFQ.

28. 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.
29. 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.
30. EIL reserves the right to use in-house information for assessment of bidder’s capability for
consideration of bid.

Page 7 of 8
31. 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.
32. 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.
33. Canvassing in any form by the Bidder or by any other agency on their behalf may lead to disqualification of
their bid.
34. Consortium/ Joint/ Multiple/ alternative bids shall not be acceptable.
35. Purchaser reserve the right to make any changes in the terms and conditions of purchase and to reject any
or all the bids.
36. Contact Persons for this RFQ are:
Ms. Sunita Mitra, DGM (C&P), Contact No. 011-2676 3504 & email: s.mitra@eil.co.in
Mr. Vivek Dixit, Dy.MGR(C&P), Contact No. 011-2676 3209 & email: vivek.dixit@eil.co.in

*Please specify Ref. No. (SM/A872-020-QV-MR-9120/1010) in all Correspondence.

THIS IS NOT AN ORDER

Very truly yours,


For & On Behalf of BPCL

AGM(C&P)
ENGINEERS INDIA LIMITED
Enclosure: As per List Attached

LIST OF ENCLOSURES

DOCUMENTS
1. Price Schedule Format (For Indian Bidders)
2. Price Schedule Format (For Foreign Bidders)
3. Form-A (Format for Pre Bid Queries)
4. Formats
5. Agreed Terms & Conditions (For Indian Bidders)
6. Agreed Terms & conditions (For Foreign Bidders)
7. Instructions To Bidders (ITB)
8. Special Purchase Conditions (SPC) + Annexure-I & II to SPC
9. General Purchase Conditions (GPC)
10. Integrity Pact
11. E-Tendering Methodology
12. Technical document: Material Requisition (MR) No. : A872-020-QV-MR-9120 REV. A

Page 8 of 8
PRICE SCHEDULE FOR FOREIGN BIDDERS
RFQ No.: SM/A872-020-QV-MR-9120/1010

ITEM: SUPPLY OF BALL VALVE (API 6D)

NAME OF BIDDER : M/S


OFFER REFERENCE NO.:
% age Domestic
Price on FOB International Seaport of Exit basis Ocean Freight Charges from FOB International Seaport of
Component as Per PP-LC
Sr. No. including FOB Charges. Exit to Haldia/ Kolkata Port (India)
Item Code / Tag No. Qty policy
as per Description UOM
as per MR Currency……………………..
MR
Unit Rate Total Rate Unit Ocean Freight Total Ocean Freight (In %)

BALL VALVE, 18 INCH, 300#, FULL


BORE, BUTT WELDED ENDS, MOTOR
1 PS180003BF1B24A 6 NOS
OPERATED AS PER DATA SHEET NO.
A872-020-83-41-DS-0003

BALL VALVE, 3 INCH, 300#, FULL BORE,


BUTT WELDED ENDS, MOTOR
2 PS030003BF1B24A 2 NOS
OPERATED AS PER DATA SHEET NO.
A872-020-83-41-DS-0003
Perdiem rates for supervision by
actuator manufacture during testing and
3 ______ LOT SHALL BE QUOTED IN A SEPARATE ANNEXURE AS PER THE FORMAT "SS-F" ENCLOSED HEREWITH
commissioning of the actuators as per
MR
FORMAT- SS-F
PRICE SCHEDULE FOR SUPERVISION CHARGES (FOR FOREIGN BIDDER)
RFQ No.: SM/A872-020-QV-MR-9120/1010

ITEM: SUPPLY OF BALL VALVE (API 6D)

NAME OF BIDDER: M/S


OFFER REFERENCE NO.
Item SL. No. Description of Items Per diem charges (per person per day) for 8 Overtime rate/ hour beyond normal 8 Overtime rate/hour for work on weekly off
as per MR hours work on normal working days hours work on normal working days days/ holidays (as applicable at Project site)
(Monday to Saturday) excluding Service GST excluding Service Tax, Swachh Bharat GST excluding GST
(Currency_________) (Currency_________) (Currency_________)

Rate in Figure Rate in Words Rate in Figure Rate in Words Rate in Figure Rate in Words
1 2 4 5 6
Perdiem rates for supervision by
actuator manufacture during
testing and commissioning of the
For Item No.1
(PS180003BF1B24A)

For Item No.2


(PS030003BF1B24A)

Notes:

The per diem rates for vendor's specialist visit at site shall be based on "Terms & Conditions for Supervision of Erection, Testing & Commissioning" enclosed with the RFQ. For the cost of 03
1
man-days for item no.1 & 01 man-days for item no.2 shall be considered for the purpose of commercial evaluation.

In case bidder recommends more than one category of supervisory personnel, the information desired above in the table shall be furnished separately for each category of supervisory
2 personnel. However, in case a Bidder quotes different per-diem rates for different category of supervisory personnel then highest of the quoted per-diem rates shall be considered for
evaluation.
PRICE SCHEDULE FOR INDIAN BIDDERS
RFQ No.: SM/A872-020-QV-MR-9120/1010

ITEM: BALL VALVE (API 6D)

NAME OF BIDDER : M/S


OFFER REFERENCE NO.:
Sr. No. Item Code / Tag No. Price on FOT Despatch Point Basis including P&F Freight Charges upto Project site excluding Goods and % age Domestic Component as Per PP-LC
as per as per MR charges Service Tax (GST) policy
MR Qty
Description UOM All amount in Indian Rupees (INR)

Unit Rate Total Amount Unit Freight Total Freight (In %)

BALL VALVE, 18 INCH, 300#, FULL


BORE, BUTT WELDED ENDS, MOTOR
1 PS180003BF1B24A 6 NOS
OPERATED AS PER DATA SHEET NO.
A872-020-83-41-DS-0003

BALL VALVE, 3 INCH, 300#, FULL BORE,


BUTT WELDED ENDS, MOTOR
2 PS030003BF1B24A 2 NOS
OPERATED AS PER DATA SHEET NO.
A872-020-83-41-DS-0003

Perdiem rates for supervision by


actuator manufacture during testing and
3 ______ Per diem SHALL BE QUOTED IN A SEPARATE ANNEXURE AS PER THE FORMAT "SS-I" ENCLOSED HEREWITH
commissioning of the actuators as per
MR
FORMAT- SS-I
PERDIEM RATES FOR SUPERVISION SERVICES (FOR INDIAN BIDDER)
RFQ No.: SM/A872-020-QV-MR-9120/1010

ITEM: BALL VALVE (API 6D)

NAME OF BIDDER: M/S


OFFER REFERENCE NO.
Item SL. No. Description of Items as per Per diem charges (per person per day) for Overtime rate/ hour beyond normal 8 Overtime rate/hour for work on weekly off
as per MR MR 8 hours work on normal working days hours work on normal working days days/ holidays (as applicable at Project
(Monday to Saturday) excluding GST excluding GST site) excluding GST

All amount in Indian Rupees (INR)


Rate in Figure Rate in Words Rate in Figure Rate in Words Rate in Figure Rate in Words
1 2 3 4 5
Perdiem rates for supervision by actuator manufacture during testing and commissioning of the actuators as per MR
For Item No.1
(PS180003BF1B24A)

For Item No.2


(PS030003BF1B24A)

Notes:
The per diem rates for vendor's specialist visit at site shall be based on "Terms & Conditions for Supervision of Erection, Testing & Commissioning" enclosed with the RFQ. For the
1 cost of 03 man-days for item no.1 & 01 man-days for item no.2 shall be considered for the purpose of commercial evaluation.

In case bidder recommends more than one category of supervisory personnel, the information desired above in the table shall be furnished separately for each category of
2 supervisory personnel. However, in case a Bidder quotes different per-diem rates for different category of supervisory personnel then highest of the quoted per-diem rates shall be
considered for evaluation.
ENCLOSURE TO PRICE SCHEDULE FOR SUPPLY (INDIAN BIDDERS) FORMAT - "CIF/CD"
RFQ No.: SM/A872-020-QV-MR-9120/1010
ITEM: BALL VALVE (API 6D)

NAME OF BIDDER: M/S __________________________

DETAILS OF BUILT-IN-CIF VALUE OF IMPORT CONTENT, ITEM DETAILS OF IMPORT CONTENT AND MERIT RATES OF IMPORTS DUTY CONSIDERED AND INCLUDED IN
QUOTED FOT DESPATCH POINT PRICES UNDER PRICE SCHEDULE
For Item DESCRIPTION CIF value of Import Content included in MERIT RATE OF CUSTOM DUTY INCLUDED IN QUOTED SUPPLY PRICES
Sl . No. quoted supply prices for column (2)
as per Description of Qty. Qty. HSN CODE BASIC EDU. CESS IGST (%) TOTAL
MR Imported items (Unit____) (In Rs) CUSTOMS DUTY ON CUSTOM
*(1) (%) CUSTOM DUTY (%)
(MERIT RATE) DUTY (%)

TOTAL CIF VALUE


NOTE: *(1) Unit to be specified by the Bidder.
2) Bidder to furnish the above details separatly for each Group/ Item of MR.
FORM-1
UNDERTAKING FOR APPLICABILITY OF POLICY

To,

M/s ENGINEERS INDIA IMITED


___________________

SUB:
TENDER NO:

Dear Sir

We, M/s____________ (Name of Bidder) hereby confirm that following purchase


preference to be considered:-

Description Preference

Purchase Preference (linked with local


content) or

Purchase Preference under Public


Procurement Policy for MSE

Note:
(i) Please indicate your preference against only one policy.
(ii) The above preference shall be extended only after submission of requisite
documents (as mentioned in the tender documents).
(iii) In case a bidder is eligible to seek benefit under PP-LC policy as well as PPP for
MSE 2012, then the bidder should categorically seek benefits against only one of
the two policies i.e. either PP-LC and MSE policy.
(iv) In case a MSEs bidder opts for purchase preference based on PP-LC, he shall not
be entitled to claim purchase preference benefit available to MSE Bidders under
PPP for MSE 2012. However, the exemptions from furnishing Bidding Document
fee and Bid security/EMD shall continue to be available to MSE Bidders
(v) The option once exercised cannot be modified subsequently.

Place: [Signature of Authorized Signatory of Bidder]


Date: Name:
Designation:
Seal:
FORM-2
UNDERTAKING BY BIDDER TOWARDS MANDATORY MINIMUM LC
(IN CASE SEEKING BENEFIT OF PP-LC)

To,

M/s ENGINEERS INDIA IMITED


___________________

SUB:
TENDER NO:

Dear Sir

We, M/s____________ (Name of Bidder) have submitted bid no………………….


against aforesaid tender.

We hereby confirm that we are eligible for benefit under Purchase Preference (linked with
local content) and undertake that we meet the mandatory minimum Local content
requirement of ………………………% specified in tender document. The certificate from
Statutory auditor in this regard has been submitted in un-priced bid and the value &
percentage of the local content has been provided in priced-bid.

We further confirm that in case we fail to meet the minimum local content, GAIL will take
action as per provision of tender document.

Place: [Signature of Authorized Signatory of Bidder]


Date: Name:
Designation:
Seal:
FORM-3
CERTIFICATE BY CHARTER ACCOUNT OF BIDDER TOWARDS
MANDATORY MINIMUM LC
(IN CASE BIDDER SEEKING BENEFIT OF PP-LC)

To,

M/s ENGINEERS INDIA IMITED


___________________

SUB:
TENDER NO:

Dear Sir

We,………………………………………. (Name of the Statutory Auditor) have verified


relevant records of M/s……………………………… (Name of the bidder) and certify that
M/s …………………………..(Name of the bidder) meet the mandatory minimum Local
content requirement of ……% specified in tender document
no………………………………….

Name of Audit Firm: [Signature of Authorized Signatory]


Name:
Date: Designation:
Seal:
Membership no.
FORM-4
CERTIFICATE BY STATUTORY AUDITORS OF BIDDER TOWARDS
MANDATORY MINIMUM LC
(IN CASE BIDDER SEEKING BENEFIT OF PP-LC)

To,

M/s ENGINEERS INDIA IMITED


___________________

SUB:
TENDER NO:

Dear Sir

We,………………………………………. (Name of the Statutory Auditor) have verified


relevant records of M/s……………………………… (Name of the bidder) and certify that
M/s …………………………..(Name of the bidder) meet the mandatory minimum Local
content requirement of ……% specified in tender document
no………………………………….

Name of Audit Firm: [Signature of Authorized Signatory]


Name:
Date: Designation:
Seal:
Membership no.
BIDDER’S QUERIES

SL. BIDDING DOCUMENT SUBJECT BIDDER'S QUERY OWNER'S REPLY


NO.
PAGE NO. CLAUSE NO.

NOTE : 1. Bidder’s Queries may be sent by e-mail to as mentioned in the NIT


2. Technical & Commercial queries, if any, must be submitted separately in editable format as per this format.
BHARAT PETROLEUM CORPORATION LIMITED
(Job No. A872)
AGREED TERMS & CONDITIONS (ATC)
(FOR INDIAN BIDDERS)

Vendor Name: M/s


RFQ No. :
Vendor’s Offer Ref No. :
Tel. No. __ Mob. No. Fax No.
Contact Person: E-mail

1. ALL CORRESPONDENCE MUST BE IN ENGLISH LANGUAGE ONLY.

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

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


AND NOT ELSEWHERE IN THE QUOTATION. IN CASE OF CONTRADICTION, THE SAME
GIVEN HEREIN SHALL PREVAIL.
4. FAILURE ON THE PART OF VENDOR IN SUBMITTING THIS DULY FILLED-UP
"QUESTIONNAIRE WITH UNPRICED BID AND/OR UPLOADING / SUBMITTING
INCOMPLETE REPLIES MAY LEAD TO REJECTION OF VENDOR'S QUOTATION”.

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


CONTAINING COMMERCIAL AND TECHNICAL SPECIFICATIONS INCLUDING GENERAL
/ TECHNICAL NOTES AND SCOPE OF SUPPLY INCLUDING DOCUMENTATION AS PER
MATERIAL REQUISITION (MR) AND SUBSEQUENT TECHNICAL/COMMERCIAL
AMENDMENT AND TECHNICAL/COMMERCIAL CORRIGENDUM, IF ANY.

SL. DESCRIPTION VENDOR’S CONFIRMATION


NO.

1. i)
Quoted supply prices are on FOT Dispatch Point b a s i s Confirmed
inclusive of Packing & Forwarding.

ii)
Specify Dispatch Point
-----------------------
2. Transportation:
a. Confirmed
a) Confirm that Transportation upto site shall be arranged by the
Supplier on behalf of the Owner.
b. Confirmed, Quoted in Price
b) Confirm firm transportation charges exclusive of Goods and Schedule
Service Tax (GST), upto project site, have been quoted
separately in Price Schedule.
c. Refer Annexure-A to ATC
c) Percentage of Service Tax as applicable extra on Freight

3. Transit Insurance shall be arranged by the client & charges of Confirmed


the same shall also be borne by client.
For LSTK Packages, the comprehensive insurance (transit
cum storage, erection, till handing over of equipment) shall be
in the scope of Contractor.

EIL-ATC (I)-A872 Rev. 1 Page 1 of 7


SL. DESCRIPTION VENDOR’S CONFIRMATION
NO.

4. Any new or additional taxes/ duties and any increase in the


existing taxes/duties imposed after contractual completion Confirmed
period shall be to Vendor’s account whereas any
corresponding decrease in the existing taxes/ duties shall be
passed on to the Owner.
5. Spares Parts:
Confirm item wise unit price (FOT Despatch Point) of Confirmed
following spare parts as required in Material Requisition (MR)
have been included indicating itemised quantity.
i) Mandatory Spares are included/quoted as per MR. Confirmed (if Applicable as per MR)
ii) Commissioning spares as specified in MR are included in Confirmed (if Applicable as per MR)
the quoted Price.
iii) Special Tools & Tackles as specified in the MR are Confirmed (if Applicable as per MR)
included in the quoted prices.
iv) Confirm spares wherever required as per MR have been Confirmed (if Applicable as per MR)
included in the quoted price and list of spares is also
furnished.

v) Confirm validity of recommended spares (if applicable as Confirmed (if Applicable as per MR)
per MR) for 2 years operation and maintenance will be 12
months over and above the validity of offer.
6. Supervision / Participation in Hazop Study /
#3D Modelling/Training Charges:

a. Charges for Supervision / Participation in Hazop Study /


Training/ 3D Modeling, if in the scope of the Bidder as per MR Confirmed, Quoted in Price
have been indicated by bidder separately in the Price Schedule
Schedule.

Percentage of Goods and Service Tax (GST) as applicable


----------------%
extra on Supervision / Participation in Hazop Study/
b. Training/ 3D Modelling.

Rate for supervision has been quoted in accordance with the Confirmed
c. Terms & Conditions for Supervision enclosed with the RFQ
Documents.

e. Where erection/ testing/ commissioning supervision,


commissioning assistance is required as per RFQ Documents
/ Material requisition, penalty for non-mobilization/delay in Noted & Confirmed
mobilization as per order shall be applicable. The penalty
shall generally be 1.5 times the per diem rate for each day of
delay of reporting to site and shall be in addition to price
reduction for delayed delivery.

EIL-ATC (I)-A872 Rev. 1 Page 2 of 7


SL. DESCRIPTION VENDOR’S CONFIRMATION
NO.

Bidders shall also provide additional BG of an amount equal


to the per diem charges for the number of days considered for
evaluation, over and above 10% CPBG to cover Noted & Confirmed
f. 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.
7. Confirm documentation charges as per MR are included in Confirmed
quoted prices.
8. Price Reduction for delay in completion/ delivery:

a) Confirm acceptance of price reduction schedule for delay in a. Confirmed


deliveries / completion as specified in GPC/ SPC/ RFQ
Cover sheet. Liquidated damages or penalty are not
acceptable.

b) In case of delay, vendor will reduce the invoice amount by b.


applicable reduction. Confirmed

9. Delivery / Completion Period: Confirmed


Please confirm completion period as specified in the RFQ
Document.
10 Payment Term: Confirmed
Confirm acceptance of “Payment Terms” as per respective
clause given in RFQ Cover Letter & SPC.
11 Part Order:
a) Confirmed acceptance to Part Order (As per MR / RFQ a. Confirmed.
Requirement).

b) The quantities against a particular item will not be split. b. Confirmed


Any charges quoted extra as lumpsum shall be applicable
prorata on value basis in the event of part order.

12 Repeat Order:
Confirm Acceptance to Repeat Order as per RFQ Covering Confirmed
Letter / SPC
/ GPC.
13 Contract Performance Bank Guarantee:

a) In the event of award of order, submission of Contract


Performance Bank Guarantee (CPBG) for 10% of total a. Confirmed
contract value valid till full g u a r a n t e e period plus three
months claim period.

b) The Contract Performance Bank Guarantee shall be strictly b. Confirmed


as per proforma enclosed with GPC document.

EIL-ATC (I)-A872 Rev. 1 Page 3 of 7


SL. DESCRIPTION VENDOR’S CONFIRMATION
NO.

14. Guarantee / Warranty


Confirm acceptance to Guarantee / Warranty clause as Confirmed
mentioned in the RFQ Covering Letter / GPC/ SPC.

15. Firmness of prices:


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

16. Testing and Inspection charges:

a. i) Inspection of items / equipment order by BPCL shall be a. Confirmed


carried out by EIL. Bought out components/raw materials
shall also be in the scope of EIL. Travel, Boarding &
Lodging charges of EIL personnel shall be borne and
paid by Owner.
b. Quoted prices are:
i) Inclusive of all testing and inspection charges (if applicable) b. Confirmed
as per MR.

ii) Inclusive of all IBR/IGC/NACE charges (if applicable) as i) Confirmed


required in the Material Requisition.

iii) Inclusive of all statutory certification charges PESO/CCOE ii) Confirmed


etc. (if applicable) as required in the Material Requisition
c. Is your shop approved by IBR/CCE authority, if yes, indicate c. i. IBR _(Validity Date)
validity. ii. CCE _(Validity Date)

d. Inspection for Bought-out Items as well as for the main d. Confirmed


equipment shall be done by EIL. Prices Towards same shall
be borne by Owner and not to be included in the Equ ipm ent
Prices.
17 Import Content:

a) If your offer is based on certain imported raw materials


required for equipments/ materials offered, please specify a. Confirmed
the following :

b) Confirm that quoted prices are based on Merit rate


of Customs duty, , Customs Educational Cess and Goods b. Refer Price Schedule
and Service Tax (GST)as applicable.

c) Indicate rate of Import Duties considered and included in


the quoted prices. c. Refer Price Schedule

d) Indicate b r i e f d e s c r i p t i o n / s p e c i f i c a t i o n w i t h d. Refer Price Schedule


i t e m i z e d C I F value and country of origin of imported
material.

e) Indicate classification with tariff no. under which Vendor e. Confirmed


intends to import.

f) Confirm prices shall be firm on account of variation in


foreign exchange rate. f. Noted

g) Owner shall not provide any import license.


g. Confirmed

EIL-ATC (I)-A872 Rev. 1 Page 4 of 7


SL. DESCRIPTION VENDOR’S CONFIRMATION
NO.

h) Any upward variation due to change in Customs Duty


classifications shall be absorbed by the vendor. However,
any reduction in customs duty due to change in
classification shall be passed on to Owner. h. Confirmed

i) Statutory variations, if any, in the rate of Import Duties


upto 2/3rd contractual delivery period shall be to Owner’s
account. i. Confirmed

j) Any increase in price due to increase in the rate of Import


Duties, due to any reasons, whatsoever, beyond the j. Confirmed
2/3 rd contractual delivery period, shall be to vendor's
account. However, any decrease in Import Duties rate
at the time of actual clearance of imported materials shall
be passed on to Owner.

k) The CIF Value(s) indicated by the vendor shall be


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

l) Variation in price due to Customs duty rate will be dealt


separately after receipt of material at site, against l. Confirmed
documentary evidence.

18 Confirm your offer is in total compliance with RFQ Document


containing technical specifications including General /
Technical notes, scope of supply including documentation as
per Material Requisition (MR) and subsequent amendment
and corrigendum, if any.

Confirm your offer is in total compliance with RFQ


documentation containing commercial terms and conditions
as per the following documents, without any deviation:

i) Instruction to Bidders (ITB)


Confirmed
ii) Special Purchase Condition (SPC)
Confirmed
iii) General Purchase Conditions (GPC)
Confirmed
iv) Terms & Conditions of Site work / HSE
Confirmed (if Applicable as per MR)
v) Compliance to E-Tendering Instructions
Confirmed
vi) Addendum / Corrigendum / Amendments, if any
Confirmed
vii) RFQ Covering Letter
Confirmed
viii) Terms & Condition of Supervision/ Training
Confirmed (if Applicable as per MR)
Noted
Any deviation to Terms & Conditions shall lead to rejection of
offer, except deviations for which loading is defined in the
RFQ Documents.

EIL-ATC (I)-A872 Rev. 1 Page 5 of 7


SL. DESCRIPTION VENDOR’S CONFIRMATION
NO.

19. 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.
20. If the bidder / bidder’s proposed subcontractor are on Confirmed
Holiday/Negative list of OWNER or EIL or MOP & NG or other
Oil PSE on due date of submission of bid/ during the process
of evaluation of the bids, the offers of such bidder(s) shall not
be considered for bid opening/evaluation/Award. If the bidding
document were issued inadvertently/ downloaded from
website, offers submitted by such bidders shall also be not
considered for bid opening/evaluation/Award
21. Please confirm you have uploaded the following in the E-
Tendering Portal:

21.1 UNPRICED OFFER- without any Deviations & ATC in Confirmed


Unpriced Folder

21.2 PRICED FOLDER-Duly filled Price Schedule Confirmed

22. Please confirm that you have quoted strictly for items based Confirmed
on your registration/approval with EIL as on date of issue of
RFQ.
23. Any claim arising out of order shall be sent to Owner in writing Confirmed
with a copy to EIL within 3 months from the date of last
despatch. In case the claim is received after 3 months, the
same shall not be entertained by Consultant/ Owner.
24. Printed terms and conditions, if any, appearing in quotation, Confirmed
shall not be applicable in the event of order. In case of
contradiction between the confirmations given above and
terms & conditions mentioned elsewhere in the offer, the
confirmation given/confirmed herein above shall prevail.
25. Confirm that Net worth of the bidder’ company is positive as Confirmed
per the immediate preceding year’s audited annual financial
results and the Immediate preceding year’s audited annual
financial results have been submitted along with unpriced bid.
26. Bidder to confirm the validity of Bid as per RFQ covering Confirmed
letter.

VENDOR’S NAME:

SIGNATURE & SEAL:

EIL-ATC (I)-A872 Rev. 1 Page 6 of 7


ANNEXURE-A
TO AGREED TERMS & CONDITIONS (FOR INDIAN BIDDERS)

BIDDER NAME:

OFFER NO.:

Bidder to furnish the below details & submit the same along with Unprice offer.

Despatch Point ----------------------------------


1.

Freight charges Extra Upto Project Site (excluding Goods and


Service Tax (GST))
(Bidder to indicate freight charges here only in case not Quoted in Price Schedule
2.
quoted in Price Schedule)

Goods and Service Tax (GST) on Freight charges Extra________%


3.

GST Registration Number _____________


4.

HSN/SAC Code for Goods/Services ______________


5.

6. Applicable rate of IGST on Interstate Supply Extra------------------------ %

Applicable rate of CGST & SGST/ UTGST on Intrastate Supply In case of Intrastate supply,
rate of IGST mentioned
7. above at 6 shall be divided
into CGST & SGST/ UTGST
equally for evaluation and
ordering

Whether bidder is registered under Composition Scheme under


GST Laws
Yes
8.
No
(In case, bidder does not indicate Yes or No, it will be assumed
that bidder is not registered under composition scheme under
GST Law)
Goods and Service Tax (GST) on Site
9. Work/Supervision/participation in HAZOP Study/Training/3D Extra------------------------ %
Modelling, if applicable

In case bidder doesn’t furnish any of above details, his offer shall be evaluated as per
Note:
provisions of Bidding Document.

SIGNATURE & SEAL:

EIL-ATC (I)-A872 Rev. 1 Page 7 of 7


BHARAT PETROLEUM CORPORATION LIMITED
(Job No. A872)
AGREED TERMS & CONDITIONS (ATC)
(FOR FOREIGN BIDDERS)

Vendor Name: M/s


RFQ No. :
Vendor’s Offer Ref No. :
Tel. No. Mob. No. Fax No.
Contact Person: E-mail

1. ALL CORRESPONDENCE MUST BE IN ENGLISH LANGUAGE ONLY.

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

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


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

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


"QUESTIONNAIRE WITH UNPRICED BID AND/OR UPLOADING / SUBMITTING
INCOMPLETE REPLIES MAY LEAD TO REJECTION OF VENDOR'S QUOTATION”.

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


COMMERCIAL AND TECHNICAL SPECIFICATIONS INCLUDING GENERAL / TECHNICAL
NOTES AND SCOPE OF SUPPLY INCLUDING DOCUMENTATION AS PER MATERIAL
REQUISITION (MR) AND SUBSEQUENT TECHNICAL/COMMERCIAL AMENDMENT AND
CORRIGENDUM, IF ANY.

SL. DESCRIPTION VENDOR’S CONFIRMATION WITH


NO. DETAILS
1. a) Confirm that the offer contains firm prices on Confirmed , Quoted in Price
F.O.B. International Seaport of Exit Basis Schedule
b) Indicate International Seaport of Exit -----------------------------
c) Confirm that ocean freight charges upto port of
entry, India (Haldia Port, Kolkatta) has been Confirmed , Quoted in Price
Schedule
quoted separately by you in the price schedule.

d) 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.
e) In case ocean freight charges are repeated
anywhere in the bid/Price Schedule/ATC, then Confirmed
higher shall be considered for evaluation.
However lower shall be considered in case of
ordering on CFR basis.
2 Marine Insurance:
Price quoted must exclude Marine insurance
charges from FOB International Port of Exit, as
same shall be arranged by the Owner. However, all
Confirmed
marine insurance charges for inland transit upto
FOB International Port of Exit must be included by
you in your prices.

EIL-ATC (F)- A872 Rev.1 Page 1 of 7


SL. DESCRIPTION VENDOR’S CONFIRMATION WITH
NO. DETAILS
3 (a) Order shall be on CFR Haldia /Kolkatta port of Confirmed
entry in India basis, wherein the ocean
transportation from FOB Port of Exit to Haldia/
Kolkatta Port in India shall be arranged by the
bidders.

4 Delivery / Completion Period:


a) Delivery / Completion period shall be as
Confirmed
mentioned in the RFQ document on FOB
International Port of Exit basis.
b) Confirm delivery period shall be reckoned from Confirmed
the date of Letter of Acceptance (LOA).
c) Confirm date of clean Bill of Lading shall be
Confirmed
considered as date of delivery. (In case order is
placed on FOB port of Exit basis or on CFR
basis)
5 Taxes & Duties:
a. All taxes, duties and levies of any kind payable upto Confirmed
FOB International Port of Exit shall be borne by
Bidder.
b. Export permit/licence if required shall be vendor’s Confirmed
responsibility & any expenditure towards same will
be borne by Bidder.
6 Supervision / Participation in Hazop Study /
a. Training Charges: Confirmed, Quoted in Price
Schedule
Charges for Supervision / Participation in Hazop
b. Study / Training/ 3D Modelling, if in the scope of the Confirmed
Bidder as per MR have been indicated by bidder
separately in the Price Schedule.

c Percentage of Goods and Service Tax (GST)as


applicable extra on Supervision / Participation in
Hazop Study/ Training/3D Modelling.

Rate for supervision has been quoted in accordance


d
with the Terms & Conditions for Supervision
enclosed with the RFQ Documents.

Bidder to indicate Permanent Account Number (PAN)


e
to avoid any additional Tax deduction at source as
per the prevailing Indian Income Tax Acts / Rules.

Where erection/testing/commissioning supervision,


f
commissioning assistance is required as per RFQ
Documents / Material requisition, penalty for non
mobilization/delay in mobilization as per order shall
be applicable. The penalty shall generally be 1.5
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.

Bidders shall also provide additional BG of an


amount equal to the per diem charges for the number
of days considered for evaluation, over and above
10% PBG to cover compensation for delay in
mobilizing the erection/ commissioning personnel.
This BG will be released to the bidder upon the

EIL-ATC (F)- A872 Rev.1 Page 2 of 7


SL. DESCRIPTION VENDOR’S CONFIRMATION WITH
NO. DETAILS
erection/ commissioning personnel reporting at site.
This BG shall be furnished along with shipping
documents and shall be initially valid up to six
months which shall be extended based on the
request by BPCL.
.

7 Validity:
a. Confirm that the offer shall be valid upto period as Confirmed
mentioned in the RFQ document.
b. Confirm validity of recommended spares (If
applicable as per MR) for 2 years operation and Confirmed( if Applicable)
maintenance will be 12 months over and above
the validity of offer.
8 Manufacturer’s name and address

9 Inspection Charges:
a. i) Inspection of items / equipment order by BPCL Confirmed
shall be carried out by EIL. Bought out
components/raw materials sourced by Foreign
suppliers shall also be in the scope of EIL.
Travel, Boarding & Lodging charges of EIL
personnel shall be borne and paid by Owner.
Quoted prices are:
b. ii) Inclusive of all testing and inspection charges (if
applicable) as per MR. Confirmed
iii) Inclusive of all IBR/IGC/NACE charges (if
applicable) as required in the Material Confirmed
Requisition.
iv) Inclusive of all statutory certification charges
PESO/CCOE etc. (if applicable) as required in Confirmed
the Material Requisition.

10 Country of Origin:
Country of origin from where the goods have been --------------------------
offered.
11 Currency of Quote:
Furnish the currency of quote. Change in currency -----------------------------
once quoted will not be allowed.

EIL-ATC (F)- A872 Rev.1 Page 3 of 7


SL. DESCRIPTION VENDOR’S CONFIRMATION WITH
NO. DETAILS
12 Spares Parts:
a) Confirm item wise unit price (FOB Port of Exit bais) Confirmed
of following spare parts as required in Material
Requisition (MR) have been quoted/included
indicating itemised quantity.

i) Mandatory Spares are quoted/included as per Confirmed (if Applicable as per MR)
MR.
ii) Commissioning spares as specified in MR are Confirmed (if Applicable as per MR)
included in the quoted Price.
iii) Special Tools & Tackles as specified in the MR Confirmed (if Applicable as per MR)
are included in the quoted prices.
iv) Confirm spares wherever required as per MR Confirmed (if Applicable as per MR)
have been included in the quoted price and list of
spares is also furnished.
b) Recommended spare parts for two years operation Confirmed (if Applicable as per MR)
& maintenance are quoted separately. Also itemwsie
Ocean freight charges upto port of entry, Haldia/
Kolkata (India) for the spares has been quoted.

13 Confirm documentation charges as per MR are


inclusive in your quoted prices. Confirmed

14 Confirm customer references list for the item/model Confirmed


quoted by you, is given in offer.

15 Indicate shipping weight (net and gross) and volume


of the consignment.

---------------------------
16 Performance Bank Guarantee:
a. Confirm goods to be supplied by you shall be
guaranteed for performance as per the General Confirmed
Conditions of Contract & Special Purchase Condition
(SPC) and valid till full guarantee period plus 3
(Three) Months.

The Performance Bank Guarantee shall be strictly as


b. Confirmed
per proforma enclosed with the GPC document.

17. Guarantee / Warranty


Confirm acceptance to Guarantee / Warranty clause Confirmed
as mentioned in the RFQ Cover Letter/General
Purchase Conditions.
18. Firmness of prices:
Confirm quoted prices shall remain firm and fixed till
Confirmed
complete execution of order. Price Variation shall not
be considered on any account.

EIL-ATC (F)- A872 Rev.1 Page 4 of 7


SL. DESCRIPTION VENDOR’S CONFIRMATION WITH
NO. DETAILS
19. Part Order:
a) Confirm acceptance to part order (As per MR / Confirmed
RFQ Requirement).

b) The Quantities against a particular item will not be Confirmed


split. However, in case of part order confirm all
lumpsum charges quoted extra if any viz.
Documentation, testing, packing, crating, handling,
FOB, IBR etc., can be considered prorate on value
basis.
20 Repeat Order:
Confirm Acceptance to Repeat Order as per RFQ Confirmed
Covering Letter/GPC.
21 Price Reduction on delay in delivery:
a) Confirm acceptance of price reduction schedule Confirmed
for delay in deliveries specified in RFQ Covering
Letter, General Purchase Conditions (GPC)/ SPC
enclosed with the RFQ Document. Liquidated
damages or penalty are not acceptable.

b) In case of delay, vendor will reduce the invoice


amount by applicable reduction. Confirmed
22 Payment Term:
Confirm acceptance of payment terms as per
Confirmed
“Payment Terms” specified in Special Purchase
Conditions and RFQ covering letter.
23
a) Letter of Credit shall be opened after receipt of
Confirmed
unconditional order acknowledgement along with
10% performance bank guarantee valid till expiry
of Material/Equipment Guarantee period as per
General Purchase Conditions and Special
Purchase Conditions plus 3 (three) months claim
period.
b) Letter of Credit shall be opened through a Govt. Confirmed L/C not required
of India Nationalised/ Scheduled Bank and hence
need not be confirmed.
OR
c) However, if you still insist for confirmed L/C, Noted
confirmation charges shall be borne by you.
Please confirm.
24 All Bank charges and stamp duties payable outside
India in connection with payments to be made under
Purchase Order for the item, if placed, shall be borne Confirmed
by you. All bank charges and stamp duties payable in
India shall be borne by the Purchaser.

25 Please indicate name and address of your Bankers


for L/C opening, telephone/E-mail address and
account details to which Remittance to be Made.

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

EIL-ATC (F)- A872 Rev.1 Page 5 of 7


SL. DESCRIPTION VENDOR’S CONFIRMATION WITH
NO. DETAILS
26 a) Confirm your offer is in total compliance with RFQ Confirmed
Document containing technical specifications
including General / Technical notes, scope of supply
including documentation as per Material Requisition
(MR) and subsequent amendment and corrigendum,
if any, without any deviation.
Confirm your offer is in total compliance with RFQ Confirmed
b) documents containing commercial terms and
conditions as per the following documents, without
any deviation:

i) RFQ Covering Letter Confirmed


ii) Instructions to Bidder (ITB) Confirmed
iii) Special Purchase Conditions (SPC) Confirmed
iv) General Purchase Conditions (GPC) Confirmed
v) Terms & Conditions for Supervision/ Hazop Study Confirmed (if Applicable as per MR)
vi)Terms & Conditions for Site Work & HSE Confirmed (if Applicable as per MR)
vii) Compliance to E-Tendering Instructions Confirmed
viii) Addendum / Corrigendum / Amendments, if any Confirmed
c) Any deviation to Terms & Conditions shall lead to
rejection of offer, except deviations for which loading Noted
is defined in the RFQ Documents.
27 If the bidder / bidder’s proposed subcontractor are on
Holiday/Negative list of OWNER or EIL or MOP & Confirmed
NG or other Oil PSE on due date of submission of
bid/ during the process of evaluation of the bids, the
offers of such bidder(s) shall not be considered for
bid opening/evaluation/Award. If the bidding
document were issued inadvertently/ downloaded
from website, offers submitted by such bidders shall
also be not considered for bid
opening/evaluation/Award
28 Please confirm you have uploaded the following in
the E-Tendering Portal:
28.1 Confirmed
UNPRICED OFFER- without any Deviations & ATC
in Unpriced Folder
28.2 Confirmed
PRICED FOLDER- Duly filled Price Schedule
29 Any claim arising out of order shall be sent to Owner
in writing with a copy to EIL within 3 months from the
date of last despatch. In case the claim is received Confirmed
after 3 months, the same shall not be entertained by
consultant / Owner.
30 Printed terms and conditions, if any, appearing in
quotation, shall not be applicable in the event of
order. In case of contradiction between the
Confirmed
confirmations given above and terms & conditions
mentioned elsewhere in the offer, the confirmation
given/confirmed herein above shall prevail.
31 Confirm that Net worth of the bidder’ company is
positive as per the immediate preceding year’s
audited financial results and the Immediate Confirmed
preceding year’s audited annual financial results
have been submitted along with unpriced bid.

EIL-ATC (F)- A872 Rev.1 Page 6 of 7


SL. DESCRIPTION VENDOR’S CONFIRMATION WITH
NO. DETAILS
32. Income Tax /Withholding Tax Payable in India:

a) Whether any receipt against the purchase order is a. YES / NO (Bidder to strike off
subject to Income tax deduction at source in India. whichever is not applicable)

b) If answer to above question is ‘YES’ then please b. Gross of Indian Income Tax / Net
clarify whether your quoted prices are gross of Indian of Indian Income Tax (Bidder to
Income Tax or Net of Indian Income Tax strike off whichever is not
applicable)
c) Bidder to indicate rate of Indian income tax
considered and included in quoted prices in case
Bidders prices are Gross of Indian Income Tax. c. --------------------------------

d) Confirm that any additional liability on account of d. Confirmed


wrong assessment of Income Tax shall be to
Contractor’s account and the same shall also be
deducted at source as applicable while making
payments against each invoice for the services in
India.

e) Confirm that followings are indicated /included in


your Bid.
I.
i. Permanent Account Number (PAN)
ii. Principal Place of Business II.
iii. Country in which remittance to be made
III.
iv. Tax Residency Certificate (Issued by revenue
authority of respective country) indicating IV. Furnished in Bid
information (as per Annexure-A to SPC)
v. Form 10F in original (as per Annexure-B to
V. Furnished in Bid
SPC)
vi. The Declaration of ‘No Permanent
Establishment Certificate’ on the Bidder's VI. Furnished in Bid
letterhead or Details of Permanent
Establishment, as applicable.

VENDOR’S NAME : SIGNATURE & SEAL:

EIL-ATC (F)- A872 Rev.1 Page 7 of 7


Client: BPCL Proposal Form
LPG IMPORT TERMINAL FACILITIES PROJECT AT HALDIA
Job Number: A872 Sheet 1 of 5

PROPOSAL FORM F-1

FINANCIAL DETAILS

The Bidder shall indicate herein his annual turnover during immediately preceding 3
financial years based on the audited balance sheet/profit & loss account statement.

ANNUAL TURNOVER NET WORTH WORKING CAPITAL


FINANCIAL
YEAR
(Indicate Currency) (Indicate Currency) (Indicate Currency)

NOTE:

1. Authenticated copies of audited financial statement for immediately preceding 3


financial years are enclosed along with the Bid.

SIGNATURE OF BIDDER : _______________________

NAME OF BIDDER : _______________________

COMPANY SEAL : _______________________


Client: BPCL Proposal Form
LPG IMPORT TERMINAL FACILITIES PROJECT AT HALDIA
Job Number: A872 Sheet 2 of 5

PROPOSAL FORM F-2

COMPLIANCE TO BID REQUIREMENT

ITEM: ________________________________________________

BIDDING DOCUMENT NO.: ___________________________________

We M/s ___________________________________hereby agree to fully comply with,


abide by and accept without variation, deviation or reservation all technical, commercial and
other conditions whatsoever of the Bidding Documents and Addendum/Amendment/
Corrigendum to the Bidding Documents, if any, for subject work issued by Engineers India
Limited.

We hereby further confirm that any terms and conditions if mentioned in our bid (Un-priced
as well as Priced Part), shall not be recognised and shall be treated as null and void.

SIGNATURE OF BIDDER : _______________________

NAME OF BIDDER : _______________________

COMPANY SEAL : _______________________


Client: BPCL Proposal Form
LPG IMPORT TERMINAL FACILITIES PROJECT AT HALDIA
Job Number: A872 Sheet 3 of 5

PROPOSAL FORM F-3

Agreed Terms and Conditions (as applicable)- Attached


Client: BPCL Proposal Form
LPG IMPORT TERMINAL FACILITIES PROJECT AT HALDIA
Job Number: A872 Sheet 4 of 5

PROPOSAL FORM F-4

ITEM: ________________________________________________

BIDDING DOCUMENT NO.: ___________________________________

We confirm that we are not under any liquidation, court receivership or similar proceedings.

(_____________________________)
Signatures of the authorised Person)

NAME : ________________________

DESIGNATION: __________________

STAMP OF THE BIDDER:


Client: BPCL Proposal Form
LPG IMPORT TERMINAL FACILITIES PROJECT AT HALDIA
Job Number: A872 Sheet 5 of 5

PROPOSAL FORM F-5

ITEM: ________________________________________________

BIDDING DOCUMENT NO.: ___________________________________

We confirm that we are not under Holiday/Negative/suspension/banning list of OWNER or


EIL or MOP & NG or other oil PSE.

(_____________________________)
Signatures of the authorised Person)

NAME : ________________________

DESIGNATION: __________________

STAMP OF THE BIDDER:


LPG IMPORT FACILITIES AT HALDIA
OF

BHARAT PETROLEUM CORPORATION LTD. (BPCL)

INSTRUCTIONS TO BIDDERS (ITB)

Page 1 of 16
INDEX

1. SCOPE OF BID .......................................................................................................... 3


2. ELIGIBLE BIDDERS ................................................................................................... 3
3. ONE BID PER BIDDER/ MULTIPLE BIDS .................................................................. 3
4. COST OF BIDDING .................................................................................................... 4
5. SITE VISIT .................................................................................................................. 4
6. CONTENTS OF BIDDING DOCUMENT ..................................................................... 4
7. CLARIFICATION ON BIDDING DOCUMENTS ........................................................... 4
8. AMENDMENT OF BIDDING DOCUMENTS ............................................................... 5
9. LANGUAGE OF BID ................................................................................................... 5
10. DOCUMENTS COMPRISING THE BID ...................................................................... 5
11. BID PRICES ............................................................................................................... 7
12. BID CURRENCY AND PAYMENT .............................................................................. 9
13. BID VALIDITY ............................................................................................................. 9
14. OFFER WITHOUT ANY DEVIATION ........................................................................ 10
15. AGENTS/CONSULTANTS/REPRESENTATIVES/RETAINERS/ASSOCIATES ........ 10
16. SUBMISSION OF BIDS ............................................................................................ 10
17. DEADLINE FOR SUBMISSION OF BID ................................................................... 10
18. UNSOLICITED BIDS / BID SUBMISSION AT OTHER PLACE ................................. 10
19. MODIFICATION AND WITHDRAWAL OF BIDS ....................................................... 10
20. UN-PRICED BID OPENING ...................................................................................... 10
21. PROCESS TO BE CONFIDENTIAL .......................................................................... 11
22. CONTACTING THE OWNER/ OWNER REPRESENTATIVE ................................... 11
23. EXAMINATION OF BIDS AND DETERMINATION OF RESPONSIVENESS ............ 11
24. PRICE CHANGES / IMPLICATIONS AFTER OPENING OF TECHNICAL BIDS ...... 11
25. PRICE BID OPENING .............................................................................................. 11
26. ARITHMETIC CORRECTIONS ................................................................................. 12
27. CONVERSION TO SINGLE CURRENCY ................................................................. 12
28. BID REJECTION CRITERIA ..................................................................................... 12
29. PRICE EVALUATION & COMPARISON AND LOADING CRITERIA ........................ 12
30. OTHER CRITICAL POINTS FOR EVALUATION OF OFFER ARE AS UNDER ........ 12
31. PRICE CHANGES / IMPLICATIONS AFTER OPENING OF PRICE BIDS ................ 14
32. AWARD OF WORK .................................................................................................. 14
33. QUANTITY VARIATION............................................................................................ 14
34. OWNER'S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY BID..................... 14
35. NOTIFICATION OF AWARD .................................................................................... 15
36. WAIVER OR TRANSFER OF THE AGREEMENT .................................................... 15
37. CARTEL FORMATION ............................................................................................. 15
38. INFORMATION TO BE FURNISHED BY FOREIGN SUPPLIERS/
CONTRACTORS / CONSULTANTS ....................................................................... 15
39. ORDER OF PRECEDENCE ..................................................................................... 16

Page 2 of 16
A. GENERAL

1. SCOPE OF BID
1.1. EIL hereinafter "the Consultant" on behalf of the Purchaser/Owner/BPCL as defined in the
General Purchase Conditions, hereinafter "the Owner" wishes to receive bids as described in the
Bidding Documents hereinafter shall also mean RFQ documents.

1.2. SCOPE OF WORK: The scope of work shall be as defined in the MR included in the RFQ.

1.3. The successful bidder will be expected to complete the Scope of work within the period stated
in Bidding Document.

1.4. Throughout this Bidding Documents, the term "bid" and "tender" and their derivatives ("bidder/
tenderer", "Bid/tendered/tender", "bidding/tendering", etc.) are synonymous, and day
means calendar day. Singular also means plural.

2. ELIGIBLE BIDDERS
2.1 Documents Establishing Bidder's Qualification.
2.1.1 Pursuant to qualification criteria specified in IFB/NIT/RFQ/Bidding document, the bidder shall
furnish all necessary supporting documentary evidence to establish the bidders claim of meeting
qualification criteria.
2.1.2 The bidder shall furnish, as part of his bid, documents establishing the bidder's eligibility to bid
and his qualifications to perform the contract if his bid is accepted.
2.1.3 The documentary evidence of the bidder's qualifications to perform the contract if their bid are
accepted, shall establish to the OWNER'S/CONSULTANT'S satisfaction that, the bidder has
the financial, technical and productions capacity necessary to perform the contract.
2.1.4 A bidder shall not be affiliated with a firm or entity:
(i.) that has provided consulting services related to the work to the OWNER during the
preparatory stages of the works or of the project of which the works form a part, or
(ii.) that has been hired by the OWNER as engineer/consultant for the contract.

2.2 The bidder shall not be under a declaration of ineligibility by OWNER for corrupt or fraudulent
practices as defined at clause no. 24 of SPC.

2.3 The bidders who are on Holiday/Negative/suspension/banning list of OWNER or EIL or MOP &
NG or other oil PSE on due date of submission of bid/ during the process of evaluation of the
bids, the offers of such bidders shall not be considered for bid opening/evaluation/Award. If the
bidding document were downloaded from website, offers submitted by such bidders shall also
be not considered for bid opening/evaluation/Award.

3. ONE BID PER BIDDER/ MULTIPLE BIDS


3.1 A bidder (i.e. the bidding entity) shall, on no account submit more than one bid either directly
(as a single bidder or as a member of consortium) or indirectly (as a sub-contractor) failing
which following actions shall be initiated:
(i) All bids submitted by such bidder (say ‘A’) directly & indirectly, shall stand rejected and EMD, if
any, in case of direct bid submitted by bidder ‘A’ shall be forfeited.

(ii) If another bidder (say ‘B’) has proposed bidder ‘A’ as a sub-contractor then bidder ‘B’’s bid shall
also be rejected. However, in case the bidder ‘B’ has also proposed an alternative sub-
contractor who is other than the bidder ‘A’, then bidder ‘B”s bid shall be evaluated with the

Page 3 of 16
proposed alternative sub-contractor only. Hence, every bidder shall ensure in his own interest
that his proposed sub-contractor is not submitting alternative/ multiple

4. COST OF BIDDING
4.1 The bidder shall bear all costs associated with the preparation and submission of the bid, and
OWNER / CONSULTANT, will in no case be responsible or liable for this cost, regardless of the
conduct or outcome of the bidding process.

5. SITE VISIT

5.1. The bidder is advised to visit and examine the site or / locations of warehouse and its
surroundings and obtain for itself, at its own responsibility, all the information that may be
necessary for preparing the bid and entering into the Contract. The cost of visiting the site shall
be at the bidder's own expense.

5.2. The bidder or any of its personnel or agents will be granted permission by the Owner to enter
upon its premises and land for the purpose of such visits, but only upon the express condition
that the bidder, its personnel, and agents will indemnify the Owner and its personnel and agents
from and against all liabilities in respect thereof, and will be responsible for death or personal
injury, loss of or damage to property, and any other loss, damage, costs, and expenses incurred
as a result of the inspection.

5.3. Bidder may contact the following person at site for site visit purpose:

Shri Sunil K Dhakate,


Sr. Manager Construction (E&P),
Bharat Petroleum Corporation Limited,
Haldia Coastal Installation,
Patikhali, Durgachak,
Haldia, East Medinipur,
West Bengal-721602
Mobile No. 09799936500

B. BIDDING DOCUMENTS, CLARIFICATION AND AMENDMENT

6. CONTENTS OF BIDDING DOCUMENT

6.1 Complete Bidding Documents has been hosted on Central Public Procurement Portal (URL:
http://eprocure.gov.in/cppp/app). Notification with CPPP E-tender number for downloading the
complete tender from CPPP is also be available on EIL Website
http://tenders.eil.co.in/newtenders//other websites mentioned in the RFQ covering letter/Notice
Inviting Bid/ Letter Inviting Bid.

6.2 The bidder is expected to examine Bidding Documents, bidding guidelines received from EIL
or available on EIL website, all instructions, formats, terms, specifications and drawings
etc., enclosed in the Bidding Documents. The invitation for bid (bidding) together with all its
attachment thereto, shall be considered to be read, understood and accepted by the bidder.
Failure to furnish all information required by the Bidding Documents or submission of a bid not
substantially responsive to the bidding documents in every respect will be at bidder's risk and
may result in the rejection of the Bid.

7. CLARIFICATION ON BIDDING DOCUMENTS


7.1 A prospective bidder requiring any information or clarification of the Bidding Documents,
may notify the Consultant in writing by e-mail/fax/post at Consultant's mailing address indicated
in the bidding document (Engineers India Limited, Bhikaji Cama Place N.Delhi. Kind Attention:
(Name mentioned in RFQ document) Dy. General Manager (C&P)). All question/ queries should

Page 4 of 16
be referred to EIL at least 3 (three) days prior to date of pre-bid meeting. Reply to Pre-Bid
Queries shall be hosted on https://eprocure.gov.in/eprocure/app / http://tenders.eil.co.in. The
response to pre-bid queries shall not form part of the bidding document unless issued as
an amendment. Any modification of the Bidding Document, which may become necessary
as a result of the pre-bid discussion, shall be intimated to all bidders through the issue of
an Addendum/ Amendment.

8. AMENDMENT OF BIDDING DOCUMENTS


8.1 At any time prior to the deadline for submission of bids, the Owner/Consultant may, for any
reason, whether on its own requirement or in response to a clarification requested by
prospective bidders, modify the Bidding Documents by issuing addenda.

8.2 Any addendum thus issued shall be part of the Bidding Documents. The addendum will be
hosted on https://eprocure.gov.in/eprocure/app or EIL's website http://tenders.eil.co.in.
Bidders are requested to visit the website regularly to keep themselves update d. Bidders
have to take into consideration of all the addendum(s) / corrigendum (s) issued/ web hosted,
before submitting the bid.

8.3 The Owner/Consultant may, at its discretion, extend the date of submission of Bids in order to
allow the bidders a reasonable time to furnish their most competitive bid taking into account the
amendments issued.

C. PREPARATION OF BIDS

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

9.2. In the event of submission of any document/ certificate by the Bidder in a language other than
English, the English translation of the same duly authenticated by Chamber of Commerce of
Bidder's country shall be submitted by the Bidder.

10. DOCUMENTS COMPRISING THE BID


10.1 No Physical Bids / Offers shall be permitted. The offers/bids submitted online through Central
Public Procurement Portal (CPPP) of Government of India
(http://eprocure.gov.in/eprocure/app) shall only be considered for evaluation and ordering.
Bidders are required to upload the Bid/offer along with all supporting documents including
Priced bid on the E-Tendering website (http://eprocure.gov.in/eprocure/app) only. However,
bidder are required to submit the following documents in original in the manner prescribed in
the Bidding Document in sealed envelope titled “Original Documents for respective
RFQ/Bidding Document No “and shall be send to Engineers India Limited, Bhikaji Cama
Place N.Delhi . Kind Attention: (Name mentioned in RFQ document) Dy.. General
Manager (C&P) on or before the Bid submission Due Date. However, bidders are required
to upload the scanned copies of all relevant documents on E-tendering website along with the
e-bid.

1. EMD/Bid Security as applicable as per clause no.10.3 below


2. Documentation against Bidder Qualification Criteria (Technical & Commercial)-if applicable.
3. Integrity Pact (as applicable)
4. Any other document to be submitted in original as per Bidding Document/RFQ.

10.2 The bid shall be submitted by uploading relevant document in respective covers provided in the

Page 5 of 16
e-tendering website.

10.2.1 BID SECURITY/EARNEST MONEY DEPOSIT: EMD/Bid Security as applicable

10.2.2 TECHNO-COMMERCIAL/UNPRICED BID: Unpriced Bids shall contain followings;

a. Covering letter of Bid on bidder’s letter head.


b. Master Index / List of enclosures of RFQ and copies of all technical and commercial
amendments/addendums/corrigendum issued (if any), duly signed and stamped on each
page as a token of having received and read all parts of the bidding document and having
accepted and considered the same in preparing their bid.
c. Power of attorney in favour of signatory (ies) of the bid.
d. Integrity Pact duly signed & stamped
e. Price Schedule with prices blanked out mentioning “Quoted / Not Quoted” against
each item.
f. Financial details as per Proposal Form F1
g. Qualification Documents duly authenticated against Bidder Qualification Criteria
(Experience & Financial).
h. Compliance to Bid requirement as per Proposal Form F2.
i. Agreed Terms & Conditions (For Indian/Foreign Bidder as applicable) along with its
Annexure as per Proposal Form F3.
j. Bidder’s declaration that they are not under any liquidation, court receiver ship or similar
proceedings as per Format Proposal Form F4.
k. Bidder declaration towards Holiday/Negative/suspension/banning list of OWNER or EIL
or MOP & NG or other oil PSE as per Format Proposal Form F5.
l. Terms & Conditions for Supervision (For Indian / Foreign Bidders) duly signed and
stamped on each page
m. Duly authenticated MSE certificate (as applicable)
n. All technical documents required as per Material Requisition.
o. Any other information required in the RFQ/ Bidding Documents or considered relevant
by the bidder.
10.2.3 PRICE BID: Priced Bid shall consist of Price Schedule Formats duly filled.

No corrections, conditions, additions, deletions or modifications in Price Part are permitted. All
corrections in quoted rates must be stamped and signed.

No stipulation, deviation, terms & conditions, presumption, basis etc. shall be stipulated in Price
Part of the bid. Any condition if stipulated shall be treated as null and void and shall render the
bid liable for rejection.
10.3 EARNEST MONEY DEPOSIT/BID SECURITY:
Bidder shall furnish, as part of its Bid, EMD for an amount as indicated in the NIT/NIB/ IFB. If the
Bidder is unable to submit EMD in original within the due date & time, then bidder shall submit
the original 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 EMD 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 EMD was earlier uploaded by the bidder on E-Tendering Website.
MSE bidders are exempted from EMD submission subject to submission of
documentary evidence.

Page 6 of 16
Owner shall not pay any interest on EMD furnished.
The EMD/Bid Security shall be in favour of the Bharat Petroleum Corporation Limited payable
at Noida in the form of crossed demand draft or Bank Guarantees or Standby Letter of Credit
(SBLC) in the prescribed pro-forma from Scheduled Commercial banks in India/ Indian Branch of
a Foreign Bank recognized as scheduled bank by RBI.

The bank guarantee submitted in lieu of EMD shall be valid for 8 (Eight) months more than bid
validity.

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 executing the Contract, and
furnishing the PBG.
The EMD may be forfeited:
 If a Bidder withdraws its bid during the period of Bid Validity; or any extension thereto
provided by the bidder; or
 submits multiple bids / alternative bids; or
 If a bidder modifies his bid on his own; or
 in case of a successful Bidder, if the Bidder fails, within the specified period:
(a) to submit the order acceptance; and/or
(b) to furnish the PBG.
(c) To accept arithmetical corrections pursuant to clause no. 26 of ITB

11. BID PRICES


11.1. Prices shall be furnished strictly in the appropriate Price Schedule format(s) enclosed with the
bidding document. Quoted prices shall be net of discount, if any. Conditional discounts, if offered
by a bidder, shall not be considered for evaluation.

11.2. Price quoted by the bidder, shall remain firm & fixed until completion of the contract and will not
be subject to any variation, except statutory variation in taxes, duties & levies pursuant to relevant
provisions of Special Purchase Conditions.

11.3. The bidder shall quote the price for item in the Price Schedule after careful analysis of cost
involved for the performance of complete work considering all parts of the RFQ/Bidding
Documents. In case, any activity though specifically not covered but is required to complete
the work as per scope of work, scope of supply, specifications, standards, drawings, GPC, SPC
or any other part of RFQ Document, the prices quoted shall deemed to be inclusive of cost
incurred for such activity.

11.4. Domestic bidder to consider Merit rate of custom duty for their import content. Bidder shall
ascertain the applicable merit rate of customs duty and shall be solely responsible towards
applicability and correctness of such rates. The evaluation and ordering shall be carried out
based on the merit rates of customs duty considered by the bidder. The bidder(s) must indicate
quantity, CIF value & rate of custom duty considered in the Price Schedule.

11.5. Indian Bidders shall indicate the following in their offer:

11.6.1 FOT despatch Point price of item including packing & forwarding, (such price to include
fabrication /manufacturing of item, all costs as well as duties and taxes paid or payable on
components and raw materials incorporated or to be incorporated in the goods, inspection
testing etc.) but excluding applicable taxes and duties on finished goods. Bidder’s prices shall
be firm and fixed on account of Foreign Exchange variation due to incorporation of import
content, if any.

Page 7 of 16
11.6.2 FOT despatch Point price shall be exclusive of Goods and Service Tax (GST) which will be
applicable on the finished goods.

11.6.3 Item wise Transportation Charges upto respective project site exclusive of Goods and Service
Tax (GST).

11.6.4 Site work Prices, if applicable as per MR for the scope of work mentioned in MR / RFQ Documents,
exclusive of Goods and Service Tax (GST). All necessary taxes & duties and 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 site work prices.

11.6.5 Training , Post Warranty/Annual Maintenance and Per-diem Supervision Charges shall be
exclusive of Goods and Service Tax (GST), if applicable as per MR.

11.6.6 Bidder shall indicate the following separately:

11.6.6.1 CIF value (in Indian Rupees) of import for raw material and components incorporated or to be
incorporated in the goods and included in quoted price. The bidder shall provide description
of such material, quantity, rate, value etc.

11.6.6.2 Merit rate of Import Duties (rate) considered on above CIF value of import for raw material and
components and included in the quoted prices.

11.6.6.3 If a bidder does not furnish built-in CIF value and confirmed that quoted prices are
firm and fixed, in that case bidder will not be entitled to claim any variation in the Import Duties
even if bidder has quoted their prices considering Import Duties.

11.6.6.4 Foreign Exchange Rate Variation/Custom Duty Variation (On Built-in Import Content):
a. The prices shall be firm and fixed on account of FE variation.
b. Prices shall remain firm and fixed without any escalation except for statutory
variation in customs duty rate up to 2/3rd of delivery period for which the following
methodology shall be followed:
i. Indigenous bidders shall be required to quote their prices including customs
duty (Merit rate) towards their built in import content. Maximum CIF value of
import content in Indian Rupees shall also be furnished by Bidders along with
the merit rate of customs duty considered and list of items to be imported.
ii. Any increase in price due to increase in customs duty rate beyond two-third of
the contractual 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.
iii. Variation in price due to customs duty rate will be dealt with separately after
receipt of materials at site against documentary evidence.

11.6.6.5 Variation in price due to customs duty rate will be dealt with separately after receipt of
materials at site against documentary evidence.

11.6. Foreign Bidders shall indicate the following in their offer:

11.7.1 Bidders shall submit their prices on FOB -International Port of Exit basis and also quote for
Ocean Freight charges upto the port of entry- Haldia (India) as detailed out in the price
schedule.

11.7.2 Order shall be on CFR Haldia port / Kolkata port of entry in India basis, wherein the ocean

Page 8 of 16
transportation from FOB Port of Exit to Haldia Port-/Kolkata in India shall be arranged by the
bidders.

11.7.3 The seller shall not be allowed to change port of shipment after quoting unless the seller absorbs
any additional cost on account of change.

11.7.4 FOB Prices quoted shall be inclusive of all applicable taxes, packing & forwarding etc. applicable
upto FOB - International Port of Exit.

11.7.5 Site work Prices, if applicable as per MR for the scope of work mentioned in MR / RFQ
documents exclusive of Goods and Service Tax (GST). 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 site work prices.

Training, Post Warranty/Annual Maintenance and Per-diem Supervision Charges, if applicable


as per MR, shall be exclusive of Goods and Services Tax but inclusive of all other taxes & duties
if applicable for carrying out the activities.Indian Income Tax applicable rate & concession if any
(under Double Taxation Avoidance Agreement (DTAA) etc.). Bidder to provide PAN No. along
with offer.

11.7.6 Concessional rate of Custom Duty:

a) The bidder must ascertain and confirm along with supporting documents in the bid, if any
Customs Duty exemption / waiver is applicable to the products being supplied by him under
any multi-lateral / bi-lateral trade agreement between India and bidder's country.

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

c) Any Customs Duty applicability on account of any change in the bi-lateral / multi-lateral
agreement shall be to bidder's account.

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

12. BID CURRENCY AND PAYMENT


12.1 Bidding currency shall be Indian Rupees for Indian bidders and US Dollars / EUROs /
Indian Rupees for foreign bidders in accordance with RBI guidelines.

12.2 A bidder expecting to incur a portion of his expenditure in the performance of Order in more than
one currency (limited to maximum two currencies) (In case foreign bidder supply some minor
components of supply from their Indian subsidiary/Branch Office) and wishing to be paid
accordingly shall indicate the same in the bid. In such a case, the bid shall be expressed in
different currencies with the respective amounts in each currency together making up the total
price.

12.3 Currency once quoted will not be allowed to be changed. Owner/EIL shall not be compensating
for any exchange rate fluctuation.

12.4 Payment shall be released to the supplier in the currency of quote.

13. BID VALIDITY


13.1 The bid shall remain valid for acceptance for period mentioned in RFQ/Notice Inviting Bid
(NIB) from the final bid due date. Owner/EIL shall reject a bid valid for a shorter period being
non-responsive.

Page 9 of 16
13.2 In exceptional circumstances, prior to expiry of the original bid validity period, the Owner/EIL
may request that the bidder extend the period of validity for a specified additional period. The
requests and the responses thereto shall be made in writing (by fax/post/e-mail).

14. OFFER WITHOUT ANY DEVIATION


Owner/EIL will appreciate submission of offer based on the terms and conditions in the enclosed
SPC, GPC, ITB, Scope of Work, and Technical Specification etc. to avoid wastage of time and
money in seeking clarifications on technical/ commercial aspect of t he offer. Bids having any
deviation to the RFQ Terms & Conditions shall make Bidder’s offer liable for rejection, except
deviations for which loading is defined in Clause No. 29 below.

15. AGENTS/CONSULTANTS/REPRESENTATIVES/RETAINERS/ASSOCIATES
Owner would prefer to deal directly with the manufacturers/ principals abroad without involving
any Indian agent. Agents/consultants/representatives/retainers/associates bids found at any
stage of evaluation i.e. from un-priced bid opening till priced bid opening shall be liable for
rejection.

16. SUBMISSION OF BIDS


16.1 No Physical bids / offers shall be permitted. The offers submitted through Central Public
Procurement Portal (CPPP) of Government of India shall only be considered for evaluation &
ordering. Bidders are required to upload the bid along with all supporting documents including
priced bid on the e-tendering website (http://eprocure.gov.in/eprocure/app) only.

17. DEADLINE FOR SUBMISSION OF BID


17.1 The E-Bids must be submitted on or before the last date and time mentioned in the RFQ.

17.2 The Owner / EIL may, in exceptional circumstances and at its discretion, on giving reasonable
notice to all prospective bidders, extend the deadline for the submission of e-bids in which case
all rights and obligations of the Owner /EIL and bidders, previously subject to the original
deadline will thereafter be subject to deadline as extended.

18. UNSOLICITED BIDS / BID SUBMISSION AT OTHER PLACE


18.1 Unsolicited bids or bids being submitted to address other than one specifically stipulated in the
bid documents will not be considered for opening / evaluation / award.

19. MODIFICATION AND WITHDRAWAL OF BIDS


19.1 The Bidder may modify or withdraw its Bid after the Bid's submission but prior to the due date
prescribed for submission of Bids by selecting the “Re-Submission” option available in the e-
tender portal.

19.2 No bid shall be modified subsequent to the deadline for submission of bids.

19.3 No bid shall be allowed to be withdrawn in the interval between the deadline for submission of
bids and the expiration of the period of bid validity specified by the bidder. Withdrawal of a bid
during this interval shall result in the forfeiture of bidder's EMD/Bid security.

19.4 There are two specific features in CPPP viz, “Withdraw” and “Re-Submission”. Bidders should
not use the feature “withdraw” unless they have decided to withdraw their bids. It is to be noted
that once “withdraw” feature is used they will not be allowed to re-submit their bid against this
RFQ. In case a Bidder desires to change his bid for any reason before bid due date, Bidder shall
use “Re-Submission” feature.

20. UN-PRICED BID OPENING


20.1 The un-priced Bids shall be opened online through e-tender portal, at the specified date and
time given in the RFQ document or extended otherwise. The Bidders who have submitted their
Bid will be able to view online the name & status of all the Bidders at their respective windows,
after un-priced Bid opening by Owner/Consultant.

Page 10 of 16
20.2 Only those bidders, whose bids meet the qualification criteria and are technically and
commercially acceptable, will be informed the date, time and venue for price bid opening.

D. E-BID OPENING AND EVALUATION

21. PROCESS TO BE CONFIDENTIAL


Information relating to the examination, clarifications, evaluation and comparison of bids, and
recommendations for the award of Order shall not be disclosed to bidders or any other person
officially concerned with such process.

22. CONTACTING THE OWNER/ OWNER REPRESENTATIVE


22.1 From the time of the bid opening to the time of the award, if any bidder wishes to contact the
Owner for any matter relating to the bid, it should done in writing.

22.2 Any effort by a bidder to influence the Owner/EIL in any manner in respect of bid evaluation or
award will result in the rejection of that bid.

23. EXAMINATION OF BIDS AND DETERMINATION OF RESPONSIVENESS


23.1 The Owner/EIL will examine the bids to determine whether they are complete, whether any
computational errors have been made, whether the documents have been properly signed, and
whether the bids are generally in order.

23.2 Prior to the detailed evaluation, the Owner/EIL will determine whether each bid is of acceptable
quality, is generally complete and is responsive to the RFQ/Bidding Documents. For the
purposes of this determination, a responsive bid is one that conforms to all the terms, conditions
and specifications of the RFQ/Bidding Documents without deviations, objections,
conditionality or reservations.

23.3 Bidder shall not be allowed to submit any Price Implication or Revised Price after submission of
Bid, unless there is change in the stipulations of the RFQ/ Bidding Document and such changes
are incorporated through an Amendment. In case Exceptions and Deviations submitted by
Bidder along with Bid are not considered as acceptable and no Amendment is issued, then in
such a case the Bidders would be required to withdraw such Exceptions/Deviations in favour of
stipulations of the RFQ/ Bidding document and Bidders would not be eligible for submission of
Price Implication/Revised Price, failing which such Bid(s) shall be considered as non responsive
and rejected.

23.4 The Owner/EIL determination of a bid's responsiveness is to be based on the contents of the bid
itself without recourse to extrinsic evidence. If a bid is not responsive, it will be rejected by the
Owner/EIL, and may not subsequently be made responsive by the bidder by correction of the
nonconformity.

24. PRICE CHANGES / IMPLICATIONS AFTER OPENING OF TECHNICAL BIDS

24.1 In the event of any suo-moto increase in price sought by a Bidder 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 bidder shall be rejected and EMD of that Bidder shall be forfeited by Owner.

24.2 In the event of any suo-moto decrease in price sought by a vendor 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
reduction in price shall not be considered for evaluation however the same shall be considered
for ordering in case the bidder happens to be lowest.

25. PRICE BID OPENING


25.1 The Owner/EIL shall inform the time, date and venue for price bid opening to all such bidders
who qualify pursuant to bid evaluation.
25.2 The Owner/EIL will open price bids of all bidders notified to attend price bid opening in presence
of authorised bidders' representatives present at the time of priced bid opening. The bidder's

Page 11 of 16
representatives who are present shall sign bid-opening register evidencing their attendance.
25.3 The bidder's name, prices, and such other details as the Owner/EIL, at its discretion, may
consider appropriate will be announced and recorded at the time of bid opening.

26. ARITHMETIC CORRECTIONS


If there is correction/wrong entry or a difference between the values entered in figures and in
words, applicable as per price schedule, 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 not written by the bidder, 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 ordering.

27. CONVERSION TO SINGLE CURRENCY


Foreign Bidder’s bids shall be compared on equivalent Indian Rupees basis considering RBI
reference rate of foreign exchange published on the day of opening of the Price Bids. In case
the RBI reference rate of foreign exchange published on the day of opening is not available,
immediate preceding exchange rate published by RBI shall be considered.

28. BID REJECTION CRITERIA


The bidders shall adhere to the provisions of the Bidding Document without taking any
deviations. In case a bidder retains any deviations to the provisions even after techno-
commercial clarifications, the Bid shall be considered to be non-responsive and shall be
rejected.

29. PRICE EVALUATION & COMPARISON AND LOADING CRITERIA


29.1 Evaluation criteria for comparison of bids shall be as per Annexure-II of Special Purchase
Conditions (SPC).
30. OTHER CRITICAL POINTS FOR EVALUATION OF OFFER ARE AS UNDER
30.1 The prices quoted in the price bid is to be considered for evaluation and no cognizance
will be given to the supplementary/supporting document attached to the price bid, break-
up of prices, etc.

30.2 In case bidder intend not to quote for certain item/tags/groups as applicable, then the bidder
shall mention "Not Quoted (NQ)" in respective cells of price schedule. Wherever cell is found
blank in the price schedule, then it shall be treated as "Not Quoted (NQ)" and evaluation of bids
shall be carried out accordingly.

30.3 OWNER reserves the right to consolidate the quantities of PO where it is commercially
prudent to place single order as per provision of Clause No. 25.0 of SPC. In case L-1
bidder is MSE bidder, shifting shall be done as per provision of Cl. No. 25.0 of SPC only
when items are shifting to MSE bidder.

30.4 The Purchase Preference, if applicable, to Central PSUs shall be considered during
evaluation of bids as per the existing Govt. Guidelines. However, no Purchase preference
to Central PSUs is applicable as on date.

Page 12 of 16
30.5 OWNER shall follow Public Procurement Policy from Micro and Small Enterprises (MSEs)
order 2012, in MRs including MRs where Site Work is also included in the scope. The
same shall be executed as follows:
a. Purchase Preference:
i. For claiming purchase preference, the MSE certificate should be valid as on date of
un-priced bid opening.
ii. Participating Micro and Small Enterprises having evaluated price within price bra nd
of L1 (evaluated price) + 15% shall also be allowed to supply a portion of requirement
by bringing down their prices to L1 (evaluated) price in a situation where L1 price is
from someone other than a micro and small enterprises and such micro and small
enterprises shall be allowed to supply up to 20% of the total tendered value. In case
of more than one such Micro and Small Enterprises, the supply shall be shared
proportionately (to tendered quantity). Further, out of above 20%, 4% (20% of 20%)
shall be from MSEs owned by SC/ST entrepreneurs. This quota is to be transferred
to other MSEs in case of non-availability of MSEs owned by SC/ST entrepreneurs. It
is clarified that in case, 20% quantity works out to a fraction of quantity, MSEs shall
be considered for next higher quantity.
Accordingly, the quoted prices against various items of MR shall remain valid in case
of splitting of quantities of the items in view of the same.
However, in case where quantity against a line item cannot be split (i.e. minimu m 20%
to MSEs) or items with single quantity or in group item, the complete line item/group
shall be awarded on MSE bidder within the price range of L1 bidder’s evaluated
price+15% subject to their matching L1 bidder’s price. First, the MSE Bidder next to
the price of L1 Bidder shall be considered for purchase preference. In case that MSE
Bidder, does not match the price, next MSE Bidder (within the price range of L1 Bidder
+ 15%) shall be considered for matching the L1 Bidder prices and so on. Accordingly,
the MSE Bidder who matches the price of L1 Bidder, shall be considered for award of
contract. No separate preference will be given to MSE owned by Scheduled Caste &
Scheduled Tribe entrepreneurs over MSE owned by general person as quantity
cannot be split in such cases.
b. If the MSE is owned by SC/ST Entrepreneurs, the bidder shall furnish appropriate
documentary evidence in this regard.
Definition of MSEs owned by SC/ST Entrepreneurs shall be:
 In case of proprietary MSE, proprietor should be SC/ST.
 In case of partnership MSE, the SC/ST partner(s) should be holding at least
51% shares in the unit.
 In case of Private Limited Companies, at least 51% share shall be held by
SC/ST share holder(s).
In order for MSE owned by SC/ST Entrepreneurs to qualify for benefits available under
Public Procurement Policy for MSEs order 2012, the MSE shall additionally submit a
relevant SC/ ST certificate in the name of SC/ ST proprietor or partner(s) holding
minimum 51% shares in case of partnership or person(s) holding minimum 51%
shares in limited companies, issued by any of the following:
 District Magistrate/ Additional District Magistrate/ Collector/ Deputy
Commissioner/ Deputy Collector/ Ist Class Stipendiary Magistrate/ City
Magistrate/ Sub-Divisional Magistrate/ Taluka Magistrate/ Executive

Page 13 of 16
Magistrate/ Extra Assistant Commissioner (not below the rank of Ist Class
Stipendiary Magistrate).
 Chief Presidency Magistrate/ Additional Chief Presidency Magistrate/
Presidency Magistrate.
 Revenue Officers not below the rank of Tehsildar

 Sub-Divisional Officer of the area where the candidate and/ or his family
normally resides.
 Administrator/ Secretary to Administrator/ Development Officer (Lakshadweep
Islands)
c. If the MSE bidder does not provide the appropriate document or any evidence to
substantiate the above, then it will be presumed that he does not qualify for any
preference admissible in the Public Procurement Policy, 2012.
d. For facilitating promotion and development of micro and small e nterprises, BPCL/EIL
is committed to promote the procurement of supplies/ services from MSEs in Orders/
contracts. Accordingly, bidders are also encouraged to promote the same by
considering MSE sub-suppliers/Contractors to the extent possible under the Or ders/
Contracts awarded on them. After award of item/work, Supplier/Contractor shall
furnish a statement along-with copies of orders/ FOAs placed by them on their sub-
suppliers/ sub-Supplier/Contractors who are MSEs, to Project Manager.

31. PRICE CHANGES / IMPLICATIONS AFTER OPENING OF PRICE BIDS


31.1 After opening of price bid, if the party increases the price, though within the validity period and
even though the offer remains lowest, the bid should be rejected. Such bidders shall be
debarred for future enquiries for such action of bidders as a penal measure and EMD of such
Bidder shall be forfeited by Owner.
31.2 Suo-moto Price reduction after price bid opening are to be ignored for evaluation. However, if
the same party happens to be the lowest based on original price bids, the benefit of such
reduction may be availed of.

E. AWARD OF CONTRACT

32. AWARD OF WORK


32.1 The Owner will award the order to the successful bidder (s) whose bid has been
determined to be substantially responsive, and/or have been determined as a lowest bid
on least cost basis to Owner and is determined to be qualified to satisfactorily perform the
Order.

33. QUANTITY VARIATION


33.1 The Owner/EIL reserves the right to vary the quantity of goods, if specified in MR, without any
change in quoted unit price or other terms and conditions.
33.2 Owner/EIL reserves the right to delete the requirement of any one or more items of MR without
assigning any reason.

34. OWNER'S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY BID
The Owner/EIL reserves the right to accept or reject any bid, and to annul the bidding
process and reject all bids at any time prior to award of the order without thereby incurring
any liability to the affected bidder or bidders or any obligations to inform the affected bidder
or bidders of the ground for Owner/EIL's action.

Page 14 of 16
35. NOTIFICATION OF AWARD
35.1 Prior to the expiration of period of bid validity Owner /EIL will notify the successful bidder in
writing by fax/e-mail to be confirmed in writing, that his bid has been accepted. The
notification of award / Fax of Acceptance will constitute the formation of the Order.
35.2 The Delivery Schedule shall commence from the date of notification of award / Fax of
Acceptance (FOA).
35.3 Award of Contract/Order will be by issuing Fax of Acceptance (FOA) of your bid. FOA will
contain price, delivery and other salient terms of bid and RFQ Document.

Bidder will be required to confirm receipt of the same by returning "Copy of the FOA" duly
signed and stamped by the bidder as a token of acknowledgement to Owner and EIL. On
receipt of acknowledgement without any deviation / condition, detail Purchase Order /
Contract will be issued in quadruplicate. Three copies of the same without any condition /
deviation will be returned duly signed and stamped by the bidder as a token of
acknowledgement to Owner and EIL.

36. WAIVER OR TRANSFER OF THE AGREEMENT


36.1 The successful bidder shall not waive the Agreement or transfer it to third parties, whether
in part or in whole, nor waive any interest that is included in the Agreement without the prior
written permission of the Owner.

37. CARTEL FORMATION


37.1 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.

38. INFORMATION TO BE FURNISHED BY FOREIGN SUPPLIERS/


CONTRACTORS / CONSULTANTS
It is mandatory for the foreign supplier/contractor/consultant to furnish the following
information in case his receipts are subject to tax deduction at source in India:

i) PAN No. as per the Indian Income Tax requirements failing which the
Supplier/Contractor/Consultant shall be responsible for any additional tax deduction at
source as per the provisions of the Indian Income Tax Act/Rules and the same shall be
deducted from the payment made to supplier/contractor/consultant.

ii) Tax Residency Certificate (TRC) containing prescribed particulars as per the enclosed
Appendix-A from the Government of foreign country in order to claim the benefits of DTAA
as per the Indian Income Tax requirements failing which the relief under DTAA will not be
available and consequently the higher rate of withholding tax @25% will be applicable and
deducted from the payment made to supplier/contractor/consultant (i.e., non-resident
taxpayer). The TRC shall be duly verified by the Government of the country of which the
assess claims to be a resident for the purposes of tax.

iii) In additional to TRC, bidder in order to claim the benefits of DTAA shall also submit additional
information in form no. 10F (enclosed as Appendix-B). Form 10F has to be signed & verified
by the assesses himself.

If some information is already contained in TRC, the bidder shall not be required to provide
that information in Form no. 10F but even then Form no. 10F is required to be provided by
the bidder. However, the bidder may write Not Applicable in the relevant column in case that
information is already contained in TRC.

The above shall be furnished before release of any payment or within one month of the
release of Order, whichever is earlier failing submission of the above information, any
additional tax liability on purchaser, will be deducted from the payment due to the bidder.

Page 15 of 16
39. ORDER OF PRECEDENCE
The Instructions to Bidders (ITB) shall supplement to the Special Purchase Conditions
(SPC) and General Purchase Conditions (GPC). Where any portion of Special Purchase
Conditions (SPC) and/or General Purchase Conditions (GPC) is in conflict with or at
variance with any provisions of Instructions to Bidders, the provisions of Instructions to
Bidders shall over-ride such provision(s) of Special Purchase Conditions (SPC) and /or
General Purchase Conditions (GPC), only to the extent of such repugnancy or variation.

Page 16 of 16
Annexure – 1 to ITB

E-TENDERING METHODOLOGY

Instructions for Online Bid Submission:


The bidders are required to submit soft copies of their bids electronically on the CPP Portal (URL:
http://eprocure.gov.in) only, using valid Digital Signature Certificates. The instructions given below are meant to
assist the bidders in registering on the CPP Portal, prepare their bids in accordance with the requirements and
submitting their bids online on the CPP Portal.

More detailed information useful for submitting online bids on the CPP Portal may be obtained at:
https://eprocure.gov.in/eprocure/app.

REGISTRATION

1) Bidders are required to enroll on the e-Procurement module of the Central Public Procurement Portal
(URL: https://eprocure.gov.in/eprocure/app) by clicking on the link “Click here to Enroll” on the CPP
Portal is free of charge.

2) As part of the enrolment process, the bidders will be required to choose a unique username and
assign a password for their accounts.

3) Bidders are advised to register their valid email address and mobile numbers as part of the
registration process and submit in EIL tender portal for updation of records (http://tenders.eil.co.in).
These details would be used for any communication from the CPP Portal.

4) Upon enrolment, the bidders will be required to register their valid Digital Signature Certificate (DSC)
(Class II or Class III Certificates with signing key usage) issued by any Certifying Authority recognized
by CCA India (e.g. Sify / TCS / nCode / eMudhra etc.), with their profile.

5) Foreign Bidders have to refer “DSC details for foreign Bidders” for Digital signature Certificates
requirements which comes under Download Tab at https://eprocure.gov.in/eprocure/app and the
remaining part is same as above and below.

6) Only one valid DSC should be registered by a bidder. Please note that the bidders are responsible to
ensure that they do not lend their DSC’s to others which may lead to misuse.

7) Bidder then logs in to the site through the secured log-in by entering their user ID / password and the
password of the DSC / e-Token.

SEARCHING FOR TENDER DOCUMENTS

1) There are various search options built in the CPP Portal, to facilitate bidders to search active tenders
by several parameters. These parameters could include Tender ID, organization name, location, date,
value, etc. There is also an option of advanced search for tenders, wherein the bidders may combine a
number of search parameters such as organization name, form of contract, location, date, other
keywords etc. to search for a tender published on the CPP Portal.

2) Once the bidders have selected the tenders they are interested in, the same can be moved to the
respective ‘My Tenders’ folder. This would enable the CPP Portal to intimate the bidders through SMS
/ e-mail in case there is any corrigendum issued to the tender document.
3) The bidder should make a note of the unique Tender ID assigned to each tender, in case they want to
obtain any clarification / help from the Helpdesk.

PREPARATION OF BIDS

1) Bidder should take into account any corrigendum published on the tender document before submitting
their bids.

2) Please go through the tender advertisement and the tender document carefully to understand the
documents required to be submitted as part of the bid. Please note the number of covers in which the
bid documents have to be submitted, the number of documents - including the names and content of
each of the document that need to be submitted. Any deviations from these may lead to rejection of
the bid.

3) Bidder, in advance, should get ready the bid documents to be submitted as indicated in the tender
document and generally, they can be in PDF / XLS / RAR / DWF formats. Bid documents may be
scanned with 100 dpi with black and white option. However, Price Schedule / SOR shall be
strictly in RAR format without altering any contents of the formats uploaded by EIL in their
Bidding Document.

4) To avoid the time and effort required in uploading the same set of standard documents which are
required to be submitted as a part of every bid, a provision of uploading such standard documents
(e.g. PAN card copy, annual reports, auditor certificates etc.) has been provided to the bidders.
Bidders can use “My Space” area available to them to upload such documents. These documents may
be directly submitted from the “My Space” area while submitting a bid, and need not be uploaded
again and again. This will lead to a reduction in the time required for bid submission process.

SUBMISSION OF BIDS

1) Bidder should log into the site well in advance for bid submission so that he/she upload the bid in time
i.e. on or before the bid submission time. Bidder will be responsible for any delay due to other issues.

2) The bidder has to digitally sign and upload the required bid documents one by one as indicated in the
tender document.

3) Bidder has to select the payment option as “offline” to pay the tender fee / EMD as applicable and
enter details of the instrument.

4) Bidder should prepare the EMD as per the instructions specified in the tender document. The original
should be posted/couriered/given in person to the Tender Processing Section, with in 7 calendar days
of the date of Unpriced bid opening. The details of the DD/any other accepted instrument, physically
sent, should tally with the details available in the scanned copy and the data entered during bid
submission time. Otherwise the uploaded bid will be rejected.

5) A Price Bid format has been provided with the tender document to be filled by all the bidders. Bidders
are requested to note that they should necessarily submit their financial bids in the format provided
and no other format is acceptable. Bidders are required to download the Price Bid file, open it and
complete the cells with their respective financial quotes and other details (such as name of the bidder).
No other cells should be changed. Once the details have been completed, the bidder should save it
and submit it online, without changing the filename. If the Price Bid file is found to be modified by the
bidder, the bid will be rejected.
6) The server time (which is displayed on the bidders’ dashboard) will be considered as the standard time
for referencing the deadlines for submission of the bids by the bidders, opening of bids etc. The
bidders should follow this time during bid submission.

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 3070 2232.
LPG IMPORT FACILITIES AT HALDIA
OF

BHARAT PETROLEUM CORPORATION LTD.


(BPCL)

SPECIAL PURCHASE CONDITIONS (SPC)

EIL-A872 Page 1 of 12
INDEX
1.0 DEFINITIONS .................................................................................................... 3
2.0 SUPPLIER’S SCOPE ........................................................................................ 3
3.0 BID VAILIDTY.................................................................................................... 3
4.0 DELIVERY SCHEDULE / COMPLETION PERIOD ........................................... 4
5.0 DESPATCH INSTRUCTIONS ............................................................................ 4
6.0 PACKING, MARKING AND SHIPMENT .......................................................... 4
7.0 INSURANCE ...................................................................................................... 4
8.0 INSPECTION ..................................................................................................... 5
9.0 INDEPENDENT SUPPLIER............................................................................... 5
10.0 TAXES & DUITES ............................................................................................. 5
11.0 RECOVERY OF CUSTOM DUTY AND GOODS AND SERVICE TAX (GST) ... 7
12.0 CONTRACT PERFORMANCE BANK GUARANTEE (CPBG): ........................ 7
13.0 PAYMENT TERMS ............................................................................................ 7
14.0 DEDUCTION AT SOURCE ................................................................................ 8
15.0 LIMITATION OF LIABILITY............................................................................... 8
16.0 STATUTORY APPROVAL ................................................................................ 8
17.0 FINANCIAL DETERRENT FOR VIOLATION OF HSE (applicable only for
case where Site work is involved) .................................................................. 8
18.0 LIEN ................................................................................................................... 8
19.0 Ocean Freight charges (For Foreign bidders) ............................................... 8
20.0 SINGLE ORDER ................................................................................................ 9
21.0 Deleted. ............................................................................................................. 9
22.0 SETTLEMENT OF DISPUTE BETWEEN GOVT. DEPT./ PUBLIC SECTOR
UNDERTAKINGS .............................................................................................. 9
23.0 INTEGRITY PACT / INDEPENDENT EXTERNAL MONITORS ........................ 9
24.0 FRAUDULENT PRACTICES ........................................................................... 10
25.0 INDEMNIFYING CLAUSE: .............................................................................. 10
26.0 EVALUATION CRITERIA FOR COMPARISON OF BIDS .............................. 10
27.0 Bid Rejection Criteria:.................................................................................... 10
EVALUATION CRITERIA FOR COMPARISON OF BIDS............................................. 11

EIL-A872 Page 2 of 12
SPECIAL PURCHASE CONDITIONS (SPC)
1.0 DEFINITIONS

1.1. In addition to meaning ascribed to certain capitalised terms in “General Purchase Conditions
(GPC)”, following initial capitalised terms shall have the meaning as ascribed to such term
hereunder. In case any term defined hereunder is also defined in “GPC”, the meaning ascribed
to such term hereunder shall prevail:
1.1.1. Definitions
RFQ Documents shall mean documents issued to the bidder
Effective Date shall mean the date on which Supplier’s obligations will commence and that will
be date of Fax of Acceptance (FOA).
1.2. Interpretations
1.2.1. Where any portion of the GPC is repugnant to or at variance with any provisions of the SPC then,
unless a different intention appears, the provisions of the SPC shall be deemed to govern the
provisions of the GPC, and SPC provisions shall prevail to the extent of such repugnancy or
variations exist.
1.2.2. In RFQ Documents unless otherwise stated specifically, the singular shall include the plural and
vice versa wherever the context so requires.
1.2.3. Notwithstanding the sub-division of the RFQ Documents into separate sections and volumes
every part of each shall be deemed to be supplementary to and complementary of every other
part and shall be read with and into the Agreement so far as it may be practicable to do so.
1.2.4. All headings, subtitles and marginal notes to the clauses of the GPC, SPC or to the Specifications
or to any other part of RFQ Document are solely for the purpose of giving a concise indication
and not a summary of the contents thereof, and they shall never be deemed to be part thereof or
be used in the interpretation or construction thereof.
1.2.5. The terms fully capitalized and/or initial capitalized shall be interchangeable and shall have the
meaning as assigned to fully capitalized term or initial capitalised term.
1.2.6. Except the obligation of payment to Seller, Consultant may discharge all other Purchaser’s
obligations. In RFQ documents at all such places where obligations are confined to Purchaser
alone such provision to read as ‘Purchaser/Consultant’s’ obligation to the extent the context so
means/ requires.
1.2.7. Throughout RFQ Document terms “Letter of Acceptance”, “Letter of Intent”, “Letter of Award”,
“Fax of Acceptance” are synonymous.

2.0 SUPPLIER’S SCOPE


Supplier’s scope shall include (a) manufacturing of Items as per Material Requisition including
Technical Specifications; (b) preparation of Quality Assurance / Quality control programme; (c)
obtaining Consultant’s approval; (d) Inspection by Purchaser’s/Consultant/Agency Designated
by Purchaser and obtaining Inspection Release Note; (e) obtaining despatch clearance; (f)
Packing; and (g) Loading on truck/trailer and transportation upto site for Indian Bidder/ loading on
ship at FOB/FCA port of exit including stowing and Ocean freight charges upto designated Port
in India for foreign bidder.

3.0 BID VAILIDTY


3.1 The bid shall remain valid for acceptance for period mentioned in RFQ from the final bid due date.
Owner/EIL shall reject a bid valid for a shorter period being non-responsive.
3.2 In exceptional circumstances, prior to expiry of the original bid validity period, the Owner/EIL may
request that the bidder extend the period of validity for a specified additional period. The requests
and the responses thereto shall be made in writing (by fax/post/e-mail).
3.3 The validity of recommended spares (If applicable as per MR) for 2 years normal operation and
maintenance will be 12 months beyond the validity of bid.

EIL-A872 Page 3 of 12
4.0 DELIVERY SCHEDULE / COMPLETION PERIOD
4.1 All goods under the scope of the Supplier shall be delivered as per delivery schedule / completion
period specified in Request for Quotation (RFQ) and no variation shall be permitted.
4.2 Failing to meet the delivery schedule / completion period will be subject to Price Reduction and/or
other remedies available to the Purchaser in RFQ Documents.
4.3 Price Reduction Schedule (PRS) shall be applicable as per Clause 20 of GPC subject to condition
that the contractual delivery/completion date shall be reckoned from the date of Fax of Acceptance
in all cases.
4.4 Where erection/testing/commissioning supervision, commissioning assistance is required as per
RFQ Documents / Material requisition, penalty for non-mobilization/delay in mobilization as per
order shall be applicable. The penalty shall generally be 1.5 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.
4.5 For Indian Bidder, date of LR/GR shall be considered as date of delivery or date of receipt of
material at site shall be the date of delivery as specified in RFQ Cover Letter /Fax of
acceptance/Purchase Order. For Foreign Bidder, date of clean Bill of Lading /Airway Bill shall be
considered as date of Delivery.

5.0 DESPATCH INSTRUCTIONS


5.1 Supplier shall obtain despatch clearance from the purchaser prior to despatch.
5.2 Following despatch documents are required to be submitted by the Supplier immediately after
shipment is made.
 Commercial Invoice
 Dispatch instructions/ clearance by Purchaser/Consultant.
 Inspection Release Note by Purchaser / Consultant.
 LR/ GR / Clean Bill of Lading/Airway Bill.
 Packing List
 Test Certificates (NDT reports, MTC, etc. as per MR)
 Certificate of Measurement and Weight
 List of documents as specified in Vendor Data Requirement in Material Requisition &
counter signed & stamped by Purchaser / Consultant.

In addition to above documents in case of Foreign Bidder following documents are also
required to be submitted

 ETA Haldia Seaport /Airport (In case of CFR/CPT Contract)


 Documents pertaining to ocean/air freight (In case of CFR/CPT Contract)
 Country of origin certificate

6.0 PACKING, MARKING AND SHIPMENT


6.1 The Supplier wherever applicable shall after proper painting, pack and crate all goods for
sea/road/rail transportation in such a manner so as to protect it from damage and deterioration.
The Supplier shall be held responsible for all damages due to improper packing. The Supplier
shall ensure sizing or packing of all oversized consignments in such a way that availability of
carrier and/or road/rail route is properly taken into consideration.
6.2 Supplier shall comply with the Packing, Marking and Shipping Instructions as in respective
documents given as part of RFQ Document.

7.0 INSURANCE
7.1 For cases where only supply is involved and where divisible scope of supply and site work with
separate delivery /completion period for respective scope of work is specified, Transit insurance,
marine insurance and comprehensive (transit cum marine, storage, erection, till handing over of
equipment) insurance, as applicable shall be excluded from the supplier’s scope and, the same
shall be arranged by the owner.

EIL-A872 Page 4 of 12
7.2 For purchases involving indivisible/turnkey works where single time schedule of completion is
specified, the comprehensive (transit cum marine, storage, erection, till handing over of
equipment) insurance shall be in the scope of supplier/contractor.
7.3 However, the insurance required under prevailing Indian laws for Contractor’s personnel,
equipment as well as Third Party Insurance shall be arranged by Contractor.

8.0 INSPECTION
8.1 Inspection of Imported Items against orders on Foreign Suppliers shall be carried out by EIL. No
additional charges shall be payable to seller on account of the same. In the case of a foreign
supplier sourcing items from India, the inspection shall be carried out by EIL, no additional charges
shall be payable to seller on account of the same.
8.2 Inspection of items supplied by Indian bidders shall be in the scope of EIL. In case Indian party
sourcing materials from abroad, the bidder shall arrange inspection through EIL, if required.
8.3 Travel, Living and Personnel expenses of EIL’s Representative shall be borne by the Owner.

9.0 INDEPENDENT SUPPLIER


It is expressly understood and agreed that Supplier is an independent party and that neither the
Supplier/ its personnel are servants, agents or employees of Purchaser/ Consultant nor the
Supplier has any kind of interest in other Suppliers.

10.0 TAXES & DUITES


10.1 IMPORT DUTIES (Applicable only for Indian Bidder):
Quoted Price shall be inclusive of Import Duties on the import content if any in the supply. Bidder
to indicate CIF value of the import content and applicable merit rate of Import Duties on the import
content in the Price Schedule / Annexure-1 to Agreed Terms and Condition. Statutory variation
on Import Duties within the 2/3rd of contractual delivery period shall be to Owner’s account against
submission of the documentary evidence and shall be given as per CIF value and applicable merit
rate of import duties indicated by the bidder in their offer. Any increase in the rate of Import Duties
on CIF value beyond the 2/3rd of contractual completion period shall be to bidder’s account. Any
decrease in the rate of Import Duties on CIF shall be passed on to the Owner.
Owner shall not issue Project Authority Certificate (PAC) / Import License to the Suppliers.

10.2 GOODS AND SERVICES TAX:


10.2.1 “GST” shall mean Goods and Services Tax charged on the supply of material(s) and services.
The term “GST” shall be construed to include the Integrated Goods and Services Tax (hereinafter
referred to as “IGST”) or Central Goods and Services Tax (hereinafter referred to as “CGST”) or
State Goods and Services Tax (hereinafter referred to as “SGST”) or Union Territory Goods and
Services Tax (hereinafter referred to as “UTGST”) depending upon the import / interstate or
intrastate supplies, as the case may be. It shall also mean GST compensation Cess, if applicable.
10.2.2 The quoted price shall be deemed to be inclusive of all taxes and duties except “Goods and
Services Tax” (hereinafter called GST) (i.e. IGST or CGST and SGST/UTGST applicable in case
of interstate supply or intra state supply respectively and GST compensation Cess if applicable).
10.2.3 Contractor/vendor shall be required to issue tax invoice in accordance with GST Act and/or Rules
so that input credit can be availed by EIL/Client. In the event that the contractor / vendor fails to
provide the invoice in the form and manner prescribed under the GST Act read with GST Invoicing
Rules thereunder, EIL / Client shall not be liable to make any payment on account of GST against
such invoice.
10.2.4 GST shall be paid against receipt of tax invoice and proof of payment of GST to government. In
case of non-receipt of tax invoice or nonpayment of GST by the contractor/vendor, EIL shall
withhold the payment of GST.
10.2.5 GST payable under reverse charge for specified services or goods under GST act or rules, if any,
shall not be paid to the contractor/vendor but will be directly deposited to the government by
EIL/Client.

EIL-A872 Page 5 of 12
10.2.6 Where EIL/client has the obligation to discharge GST liability under reverse charge mechanism
and EIL/client has paid or is /liable to pay GST to the Government on which interest or penalties
becomes payable as per GST laws for any reason which is not attributable to EIL/client or ITC
with respect to such payments is not available to EIL/client for any reason which is not attributable
to EIL/client, then EIL/client shall be entitled to deduct/ setoff / recover such amounts against any
amounts paid or payable by EIL/Client to Contractor / Supplier.
10.2.7 The Supplier shall always comply with the requirements of applicable laws and provide necessary
documents as prescribed under the Rules & Regulations, as applicable from time to time. In
particular, if any tax credit, refund or other benefit is denied or delayed to EIL / Project Owner due
to any non-compliance / delayed compliance by the Supplier under the Goods & Service Tax Act
(such as failure to upload the details of the sale on the GSTN portal, failure to pay GST to the
Government) or due to non-furnishing or furnishing of incorrect or incomplete documents by the
Supplier, the Supplier shall be liable to reimburse EIL / Project Owner for all such losses and other
consequences including, but not limited to the tax loss, interest and penalty.
10.2.8 Notwithstanding anything contained anywhere in the Agreement, in the event that the input tax
credit of the GST charged by the Contractor / Vendor is denied by the tax authorities to EIL / Client
for reasons attributable to Contractor / Vendor, EIL / client shall be entitled to recover such amount
from the Contractor / Vendor by way of adjustment from the next invoice. In addition to the amount
of GST, EIL / client shall also be entitled to recover interest at the rate prescribed under GST Act
and penalty, in case any penalty is imposed by the tax authorities on EIL / Project Owner.
10.2.9 TDS under GST, if applicable, shall be deducted from contractor’s/vendor’s bill at applicable rate
and a certificate as per rules for tax so deducted shall be provided to the contractor/vendor.
10.2.10 The Contractor will be under obligation for charging correct rate of tax as prescribed under the
respective tax laws. Further the Contractor shall avail and pass on benefits of all exemptions/
concessions available under tax laws.
10.2.11 The contractor will be liable to ensure to have registered with the respective tax authorities and to
submit self-attested copy of such registration certificate(s) and the Contractor will be responsible
for procurement of material in its own registration (GSTIN) and also to issue its own Road Permit/
E-way Bill, if applicable etc.
10.2.12 In case the bidder is covered under Composition Scheme under GST laws, then bidder should
quote the price inclusive of the GST (CGST & SGST/UTGST or IGST). Further, such bidder
should mention “Cover under composition system” in column for GST (CGST & SGST/UTGST or
IGST) of price schedule.
10.2.13 EIL/client will prefer to deal with registered supplier of goods/ services under GST. Therefore,
bidders are requested to get themselves registered under GST, if not registered yet. However, in
case any unregistered bidder is submitting their bid, their prices will be loaded with applicable
GST while evaluation of bid. Where EIL/client is entitled for input credit of GST, the same will be
considered for evaluation of bid as per evaluation methodology of tender document.
10.2.14 GST ( Goods & Service Tax ) on Freight:
Quoted Prices shall exclusive of GST (Goods & Service Tax). GST ( Goods & Service Tax ) as
billed by the Supplier shall be payable at actuals by EIL/OWNER subject to supplier furnishing
the Proper tax invoice as per GST ( Goods & Service Tax ) rule to enable EIL/OWNER to take
input tax credit ( if any ) on GST ( Goods & Service Tax ).
10.2.15 GST ( Goods & Service Tax ) on services like supervision, training, AMC, Hazop Study etc
Quoted Prices shall exclusive of GST (Goods & Service Tax). GST ( Goods & Service Tax )
as billed by the Supplier shall be payable at actuals by EIL/OWNER subject to supplier
furnishing the Proper tax invoice as per GST ( Goods & Service Tax ) rule to enable
EIL/OWNER to take input tax credit ( if any ) on GST ( Goods & Service Tax ).
10.2.16 GST ( Goods & Service Tax ) on Site Work etc
Quoted Prices shall exclusive of GST (Goods & Service Tax). GST ( Goods & Service Tax )
as billed by the Supplier shall be payable at actuals by EIL/OWNER subject to supplier
furnishing the Proper tax invoice as per GST ( Goods & Service Tax ) rule to enable
EIL/OWNER to take input tax credit ( if any ) on GST ( Goods & Service Tax ).

EIL-A872 Page 6 of 12
10.3 SUPERVISION / TRAINING CHARGES:
Quoted Supervision / Training Charges shall be exclusive of applicable Goods and Service
Tax (GST). Indian Bidder to indicate applicable rate of Goods and Service Tax (GST) on
Supervision / Training Charges in Price Schedule.
For Foreign Bidder GOODS AND SERVICE TAX (GST) on Supervision / Training Charges shall
be paid by the Owner directly.
10.4 SITE WORK:
Quoted Site Work Prices shall be exclusive of applicable Goods and Service Tax (GST). Bidder
to indicate applicable rate of Goods and Service Tax (GST) on Site Work Charges in Price
Schedule.
For cases where only supply is involved and where divisible scope of supply and site work with
separate delivery /completion period for respective scope of work is specified, Bidder to quote
their rates exclusive of Goods and Service Tax (GST) at applicable rate.
10.5 ADDITIONAL TAXES & DUTIES (Applicable for Indian Bidder)
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 Vendor’s account.
10.6 Cenvat /input tax credit on customs duty is not available to BPCL. However, vendor shall provide
cenvatable documents to avail cenvat credit if applicable.
10.7 In case of Foreign Bidder quoted FOB Prices shall be inclusive of all charges inclusive of all
applicable taxes & duties, applicable upto FOB International Port of Exit.
10.8 All necessary taxes & duties registration, if required for carrying out the site activities shall be
done by the supplier and cost towards the same shall be included in quoted prices.
10.9 Any Statutory variation in Goods and Service Tax, within the contractual delivery date, shall be
on owner’s account, against submission of documentary evidence. However, in case of delay in
delivery beyond the contractual date, for reasons attributable to seller, any increase in these rates
shall be borne by seller, whereas any decrease shall be passed on to the owner
10.10 Further, in case of delay in delivery, due to reasons attributable to seller, any new or additional
taxes, duties or levies imposed after the contractual delivery date shall be on seller’s account.
10.11 For the purpose of applicability of statutory variations on taxes and duties (including imposition
of any new taxes/duties/levies, etc.) under above terms, each staggered delivery of lots (due in a
specific month as per delivery schedule for bulk items) shall be considered as delivery date for
the respective lot(s).

11.0 RECOVERY OF CUSTOM DUTY AND GOODS AND SERVICE TAX (GST)
In case of Indian Bidders, if the Statutory Variation entitles the employer to recover the amount
(irrespective of contractual delivery) such amount will be recovered from any bill of the Supplier
immediately on enforcement of such variation under intimation to the Supplier.

12.0 CONTRACT PERFORMANCE BANK GUARANTEE (CPBG):


12.1 Contract Performance Bank Guarantee (CPBG) for 10% of total order value shall be furnished by
successful vendors in format attached with GPC for order value above INR 10 Lakh (or equivalent
foreign currency) for Limited enquiries, however, CPBG shall be required for all orders irrespective
of value for Press enquiries.
12.2 Contract Performance Bank Guarantee (CPBG) shall be furnished by successful vendor within
15 days from the date of Fax of Acceptance.

13.0 PAYMENT TERMS


In partial modification of the payment terms as mentioned in the General Purchase Conditions,
the payment terms shall be applicable as per attached Annexure-I to this SPC.

EIL-A872 Page 7 of 12
14.0 DEDUCTION AT SOURCE
14.1 Purchaser will release the payment to the Supplier after effecting deductions as per applicable
laws in force.
14.2 Purchaser will release payments to the Supplier after offsetting all dues to the Purchaser payable
by the Supplier under the Contract.

15.0 LIMITATION OF LIABILITY


Notwithstanding anything contrary contained herein, the aggregate total liability of Supplier
under the Contract or otherwise shall be limited to 100% of contract value. However, neither
party shall be liable to the other party for any indirect and consequential damages, loss of
profits or loss of production.

16.0 STATUTORY APPROVAL


Approval from any authority (i.e. Inspector of Boiler, Electrical Inspector etc.) required as per
statutory rules and regulations of Central / State Government shall be the responsibility of
supplier and the quoted prices shall be inclusive of the same.

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
supplier 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 supplier 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 supplier. Reimbursement by the OWNER
of the statutory fees payable by supplier (as per advance approval of OWNER) may be
provided for, subject to submission of receipt.

The supplier 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 supplier.

List of all documents, drawings, forms, affidavits etc required for the approvals shall be submitted
by the supplier.

17.0 FINANCIAL DETERRENT FOR VIOLATION OF HSE (applicable only for case where Site
work is involved)
The financial deterrent/ penalty for violation of HSE mentioned elsewhere in the RFQ documents
shall be applicable for all case involving Site work.

18.0 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 even t 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.

19.0 Ocean Freight charges (For Foreign bidders)


19.1 Order shall be on CFR port of entry in India basis, wherein the ocean transportation from
FOB Port of Exit to the designated Indian Port shall be arranged by the bidders. All
shipments of break bulk material and containerized cargo shall be made by suitable
vessels certified for sea worthiness and complying with National/International safety
regulations and age of the vessel being less than 25 years. Bidder to coordinate with
Owner’s nominated Customs House Agent for smooth discharge/delivery of the cargo at
the Port of arrival.
19.2 Quoted prices shall be on FOB Port of Exit basis and separate price for Ocean Freight
transportation charges shall be quoted. Quoted Ocean freight charges for Break Bulk
cargo delivery shall be on FLT (Full Line Terms), i.e., all char ges at destination port shall

EIL-A872 Page 8 of 12
be borne by the bidder till the cargo is unloaded on to the wharf/vehicle as the case may
be. No Trans-shipment is permitted for Break Bulk Cargo.
19.3 Bidder shall inform 07 days prior to the expected date of arrival of vessel in port of entry
in India. Detention & Demurrages, if any, due to early arrival of vessel, shall be to
bidder’s account.
19.4 Wherever, the foreign bidder does not accept the ocean transportation in his scope, offer
of such bidder shall be rejected.

20.0 SINGLE ORDER


20.1 A single order, covering the entire scope of work (including supplies and site work/services, as
applicable), shall be placed. Split ordering will not be permitted. Complete responsibility shall be
taken by main bidder on single point responsibility basis.
20.2 In case, a foreign supplier requests for a separate order on his Indian sub-supplier, the same
shall not be accepted. However, payment to Indian sub-supplier shall be released directly in
Indian Rupees against invoices duly certified by the foreign supplier. For this purpose, the Indian
sub-supplier’s name, material and corresponding price along with freight, Taxes & Duties, in
Indian Rupees shall be clearly spelt out in the purchase order on foreign supplier. “C” form shall
be issued to Indian sub-suppliers.
20.3 Further, obligation of Contract Performance Bank Guarantee & Price Reduction Schedule for
complete package shall always be in scope of foreign (principal) Bidder.
20.4 For any liability of Seller (Foreign principal), total order value shall include value of components
(Supplies/Services) sourced from India.

21.0 Deleted.

22.0 SETTLEMENT OF DISPUTE BETWEEN GOVT. DEPT./ PUBLIC SECTOR


UNDERTAKINGS
22.1 In the event of any dispute or difference relating to the interpretation and application of the
provisions of the contracts, such dispute or difference shall be referred by either party for
Arbitration to the sole Arbitrator in the Department of Public Enterprises to be nominated by the
Secretary to the Government of India in-charge of the Department of Public Enterprises. The
Arbitration and Conciliation Act, 1996 shall not be applicable to arbitration under this clause. The
award of the Arbitrator shall be binding upon the parties to the dispute, provided, however, any
party aggrieved by such award ay make a further reference for setting aside or revision of the
award to the Law Secretary, Department of Legal Affairs, Ministry of Law & Justice, Government
of India. Upon such reference the dispute shall be decided by the Law Secretary or the Special
Secretary/Additional Secretary, when so authorized by the Law Secretary, whose decision shall
bind the Parties finally and conclusively. The Parties to the dispute will share equally the cost of
arbitration as intimated by the Arbitrator.

23.0 INTEGRITY PACT / INDEPENDENT EXTERNAL MONITORS


23.1 Integrity Pact shall be applicable if specified in RFQ documents.
23.2 Proforma of Integrity Pact (IP) attached shall be returned by the Bidder/s along with the bid
documents, duly signed by the same signatory who is authorized to sign the bid documents. All
the pages of the Integrity Pact shall be duly signed. Bidder's failure to submit the IP duly signed
shall result in the bid not being considered for further evaluation.
23.3 Bidders may raise disputes/complaints, if any, with the nominated Independent External Monitor,
mentioned below:
Mr. Shantanu Consul
No.9 MCHS (IAS officers colony),
16th Main (IAS officers colony),
BTM 2nd stage, Bangalore-560076
Mobile No.: 09740069318
shantanuconsul@gmail.com

EIL-A872 Page 9 of 12
24.0 FRAUDULENT PRACTICES
24.1 The OWNER requires that Bidders/Vendors/Contractors observe the highest standard of ethics
during the award/execution of Contract. “Fraudulent Practice” means a misrepresentation of facts
in order to influence the award of a Contract to the detriment of the OWNER, and includes
collusive practice among bidders ( prior to or after bid submission ) designed to establish bid
prices at artificial non-competitive levels and to deprive the OWNER of the benefits of free and
open competition.
24.2 The OWNER will reject a bid for award if it determines that the bidder recommended for award
has engaged in fraudulent practices in competing for the Contract in question.
Bidder is required to furnish the complete and correct information/ documents required for
evaluation of their bids, if the information/ documents forming basis of evaluation is found to be
false/ forged, the same shall be considered adequate ground for rejection of bids and forfeiture
of Earnest Money Deposit.
24.3 In case, the information/ document furnished by the Bidder/vendor/Contractor forming basis of
evaluation of his bid is found to be false/ forged after the award of the contract, OWNER shall
have full right to terminate the contract and get the remaining job executed at the risk & cost of
such Bidder/Vendor/ Contractor without any prejudice to other rights available to OWNER under
the contract such as forfeiture of PBG/CPBG, withholding of payment etc.
24.4 In case, this issue of submission of false document comes to the notice after execution of work,
OWNER shall have full right to forfeit any amount due to the Bidder/Vendor/Contractor along with
forfeiture of PBG/Security Deposit furnished by the Bidder/Vendor/Contractor.
24.5 Further, such Bidder/Vendor/ Contractor shall be put on Blacklist/ Holiday/Negative List of
OWNER debarring them from future business with OWNER and EIL for a time period, as per the
prevailing policy of OWNER and EIL.

25.0 INDEMNIFYING CLAUSE:

“Any loss or non-availability of input tax credit by the OWNER due to non-compliance of
applicable tax laws including but not limited to GST laws in force or otherwise, on the part of
VENDOR, an amount equivalent to the liability accruing to the OWNER to the extent of such
loss or non-availability of credit or liability accrued shall either stand cancelled or deducted
from payment due to the VENDOR or shall be reimbursed from the VENDOR till such default
is either rectified or made good by the VENDOR and the OWNER is satisfied that it is in a
position to claim valid input tax credit within the time-lines as per applicable laws.

Any cost, liability, dues, penalty, fees, interest as the case may be which accrues to the
OWNER at any point of time on account of non-compliance of applicable tax laws or rules or
regulations thereof or otherwise due to default on the part of VENDOR shall be borne by the
VENDOR. An amount equivalent to such cost, liability, dues, penalty, fees, interest as the
case may be shall be reimbursed by the VENDOR within ____ days. Any GST as may be
applicable on such recovery of amount shall also be borne by VENDOR and same shall be
collected by the OWNER.”

26.0 EVALUATION CRITERIA FOR COMPARISON OF BIDS


Evaluation criteria for comparison of bids shall be as per Annexure -II enclosed.

27.0 Bid Rejection Criteria:


The bidders shall adhere to the provisions of the Bidding Document without taking any
deviations. In case a bidder retains any deviations to the provisions even after techno -
commercial clarifications, the Bid shall be considered to be non-responsive and shall be
rejected.

EIL-A872 Page 10 of 12
ANNEXURE-II

EVALUATION CRITERIA FOR COMPARISON OF BIDS

1.1. Where only Indian Bids are under comparison


• Bids shall be evaluated on the basis of net effective price, i.e., landed cost at Site
inclusive of transportation charges and all applicable Goods and Service Tax (GST)etc.
1.2. Where only Foreign Bids are under comparison
• Bids shall be evaluated on CFR basis. In case of pipes wherever the supplier has not
indicated stowage charges, the FOB price shall be loaded @ 10% of the bidder’s quoted
ocean freight.
• Safeguard duty as applicable as on contractual delivery date as per policy of
Government of India shall be considered for evaluation. For the purpose of evaluation,
the contractual delivery date shall be established considering delivery period plus (1)
one month from the date of priced bid opening
• 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. In case RBI
holiday on date of Priced Bid Opening, exchange rates published on immediate
preceding day shall be considered.
1.3. Where Indian as well as Foreign Bids are under comparison
Domestic Bidders:
• Bids shall be evaluated on the basis of net effective price, i.e., landed cost at Site
inclusive of transportation charges and all applicable Goods and Service Tax (GST)etc
Foreign Bidders:
• Bids shall be evaluated on the basis of landed cost at Site, considering the following.
a) F.O.B./FCA price quoted by the bidder
b) Ocean/Air freight as quoted by the bidder
c) Marine insurance @ 1% of FOB Value
d) Prevailing merit rate of Customs duty calculated with Landing Charges @1 %
of CIF Value and Goods and Service tax applicable on imports.
e) Port handling charges @ 2% of CIF value
f) Inland freight charges from Port of entry in India to project site(s) @ 1% of landed
cost at Port of Entry,i.e., sl.no.(a)to(e)
g) In case of pipes, where the supplier has not indicated stowage charges, the price
shall be loaded @10% of the bidder’s quoted ocean freight.
h) LC charges@1%ofFOB
i) Safeguard duty as applicable

• 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. In case RBI
holiday on date of Priced Bid Opening, exchange rates published on immediate
preceding day shall be considered.
1.4. Cost of Mandatory (Insurance) spares if identified in the Material Requisition,
commissioning spares and special tools and tackles will be included for price evaluation
of bids, but costs of Spares for two years normal operation and maintenance shall be
excluded.

EIL-A872 Page 11 of 12
1.5. Bidder (Indian/Foreign) shall quote firm freight charges as per price schedule format /
Agreed Terms & Condition. If a vendor does not quote freight charges bidder shall be
asked to absorb the same without any reservation failing which his bid shall be rejected
1.6. Wherever the bidder is required to quote any specific charges as per the scope of Material
Requisition including charges towards site work, supervision charges, PWAMC charges,
charges towards custom clearance and any other charges, the same shall be added to
arrive at the landed cost at site as per the provisions of RFQ document .
1.7. Per Diem rates for supervision, Hazop, Training services etc.:
a) If a vendor does not mention any thing about per diem charges and have not quoted
per Diem charges for any of the services, bidder shall be asked to absorb the same
(for total number of days for which the services considered for evaluation) without any
reservation failing which his bid shall be rejected.
b) In such a case, since the per diem services may increase beyond the number of days
specified in the enquiry document, lowest quoted per diem charges (for respective
services) by other bidders (Prices quoted by other Indian bidder for order on Indian
bidder and prices quoted by other Foreign bidder in case of order on Foreign bidder)
shall be taken for negotiation with the bidder, which shall be applicable beyond
number of days specified in the enquiry document.
1.8. Any differential in taxes and duties will be cost loaded on case to case basis. However, if
a vendor does not quote for taxes and duties in their offer or the vendor states that
taxes/duties are not applicable at present and will be charged as applicable at the time
of delivery, then his bid shall be loaded by the maximum rate of taxes/duties applicable
as on the date of Priced bid opening.
1.9. Cost of loading towards Technical Parameters (Utilities etc.) wherever applicable shall
be carried out.
1.10. Input tax credit shall not be considered for evaluation.
1.10.1. In case the bidder is covered under Composition Scheme under GST laws, then bidder should quote
the price inclusive of the GST (CGST & SGST/UTGST or IGST). Further, such bidder should mention
“Cover under composition system” in column for GST (CGST & SGST/UTGST or IGST) of price
schedule. In such circumstances loading on account of GST shall not be applicable.

EIL-A872 Page 12 of 12
Annexure-I to SPC
 Job No: A872

PAYMENT TERMS

A. FOR INDIGENOUS SUPPLIERS:

1. Supply:

1.1. Where the MR is for supply of materials and there is no Vendor Data Requirement
(VDR) specified in the MR:
- 15% against identification of raw materials at Supplier’s works and against submission
of ABG of equivalent amount.
- 60% against despatch documents (along with copy of LR/GR and IRN) directly to EIL
together with full taxes, duties and transportation charges.
- 15% against receipt of material at site.
- 10% on receipt of all material at site and on submission of E1/E2 Form (wherever
applicable).

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

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

Page 1 of 10
Annexure-I to SPC
 Job No: A872

- 10% on completion of Site Work and submission of E1/E2 Form (wherever applicable).

1.4. Where the MR is for Packages, fabricated equipment like Columns/Pressure


vessels/Reactors/Heat Exchangers /Pumps/Compressors/EOT Crane/Air Fin Cooler
etc (with significant Bought out item) and calls for Vendor Data requirement (Without
site work):
- 5% against approval of drawings, wherever required (identified in PO/ PR) at least in
Code-2.
- 10% against placement of sub-order for specified major raw material (to be identified
during kick off meeting, if not specified in enquiry) and against submission of ABG of
equivalent amount.
- 15% against identification of raw materials at Supplier’s works (to be identified during
kick off meeting, if not specified in enquiry) and against submission of ABG of
equivalent amount.
- 50% against despatch documents (along with copy of LR/GR and IRN) directly to EIL
together with full taxes, duties and transportation charges.
- 5% against receipt of material at site.
- 5% on receipt of Final/As built Drawings/Documents/Data/Manual in requisite number
of copies/sets/CDs as per VDR specified in Purchase Requisition.
- 10% on receipt of all material at site and on submission of E1/E2 Form (wherever
applicable).

Major Raw Material for payment against placement of orders:


Columns/Vessels/Reactors : Plates & Forgings
Heat Exchangers : Plates, Tube, Tube sheets
Pumps : Castings for casings, impellers and drivers
Compressors : Castings for casings and rotors and drivers
Air Fin Coolers : Tubes, Header Plates, Fin Material

Major Raw Material for payment against receipt & identification of raw materials:
Columns/Vessels/Reactors : Plates & Forgings
Heat Exchangers : Plates, Tubes, Tube sheets
Pumps : Castings for casings and impellers
Compressors : Castings for casings and rotors
Air Fin Coolers : Tubes, Header Plates, Fin Material

1.5. Where the MR is for Packages, fabricated equipment like Columns/Pressure


vessels/Reactors/Heat Exchangers /Pumps/Compressors/EOT Crane/Air Fin Cooler
etc (with significant Bought out item) and calls for Vendor Data requirement (With
site work) :
- 5% against approval of drawings, wherever required (identified in PO/ PR) at least in
Code-2.

Page 2 of 10
Annexure-I to SPC
 Job No: A872

- 10% against placement of sub-order for specified major raw material (to be identified
during kick off meeting, if not specified in enquiry) and against submission of ABG of
equivalent amount.
- 15% against identification of raw materials at Supplier’s works (to be identified during
kick off meeting, if not specified in enquiry) and against submission of ABG of
equivalent amount.
- 50% against despatch documents (along with copy of LR/GR and IRN) directly to EIL
together with full taxes, duties and transportation charges.
- 5% against receipt of material at site.
- 5% on receipt of Final/As built Drawings/Documents/Data/Manual in requisite number
of copies/sets/CDs as per VDR specified in Purchase Requisition.
- 10% on completion of site work and submission of E1/E2 Form (wherever applicable).

Major Raw Material for payment against placement of orders:


Columns/Vessels/Reactors : Plates & Forgings
Heat Exchangers : Plates, Tube, Tube sheets
Pumps : Castings for casings, impellers and drivers
Compressors : Castings for casings and rotors and drivers
Air Fin Coolers : Tubes, Header Plates, Fin Material

Major Raw Material for payment against receipt & identification of raw materials:
Columns/Vessels/Reactors : Plates & Forgings
Heat Exchangers : Plates, Tubes, Tube sheets
Pumps : Castings for casings and impellers
Compressors : Castings for casings and rotors
Air Fin Coolers : Tubes, Header Plates, Fin Material

1.6. Mobile Water cum foam tenders (Truck loaded)


For Chassis: (Supplier shall furnish the sub order copy on the chasis manufacturer and
furnish confirmation regarding direct payment to chasis manufacturer against chasis value
out of total quoted value of complete package).
- 10% of sub-order value to Chasis manufacturer directly against placement of sub-order
for Chasis against submission of equivalent Bank Guarantee having validity upto
dispatch of Chasis from Chasis manufacturer’s works.
- 90% of sub-order value shall be made to the chasis manufacturer against commercial
invoice to Supplier (against dispatch readiness), duly endorsed by Supplier and against
submission of following:
- Ownership of chasis shall be in the name of EIL/Client by sub-vendor along with
Insurance policy with the Client as beneficiary to cover all risks during transit and

Page 3 of 10
Annexure-I to SPC
 Job No: A872

storage at main vendor works.
 In addition Supplier to confirm that they shall assist Owner in final and firm
registration of duly built up vehicle at project site.
 No other charges shall be payable on any account w.r.t chassis including
transportation of chassis, insurance from Chasis Supplier works to Supplier
works etc.
 Supplier to carry out the works in their work shop/ Works which shall be insured
including work in progress materials in the shop. Supplier shall furnish all such
necessary documents to this effect enabling Owner to release payment to
Chasis Supplier.
For Fabrication works at Vendor shop (Total quoted price of package excluding
price of chassis as per Work order on chasis vendor):
- 5% against approval of drawings, wherever required (identified in PO/ PR) at least in
Code-2.
- 75% against despatch documents including but not limited to Invoice for the complete
package including Chasis (along with copy of LR/GR and IRN) directly to EIL together
with full taxes, duties and transportation charges.
- 5% against receipt of material at site.
- 5% on receipt of Final/As built Drawings/Documents/Data/Manual in requisite number
of copies/sets/CDs as per VDR specified in Purchase Requisition.
- 10% on receipt of all material at site and on submission of E1/E2 Form (wherever
applicable).

2. For supply of Mandatory Spares (wherever price of mandatory spares obtained


separately)
- 90% on receipt of spares at site after dispatch of main equipment.
- 10% on receipt of materials at site and on submission of EI/E2 FORM (wherever
applicable).

3. Site Work:
- 90% against monthly progressive bills (based on agreed billing schedule) duly certified
by Engineer-in-charge.
- 10% on successful completion of site work and handing over of goods/equipment at
site.

4. Any services on per diem basis like: Supervision of Erection, Testing &
Commissioning/ assistance during erection , Testing & Commissioning / Training at
site / Supplier’s works on per diem basis
- 100% prorate against monthly bills to be submitted by Supplier duly certified by
Engineer-in-Charge.

5. Training (lumpsum)
- 100 % on successful completion of Training duly certified by EIL/OWNER, as per

Page 4 of 10
Annexure-I to SPC
 Job No: A872

Purchase Requisition.

6. Annual Maintenance Contract (AMC):


- 100% payment shall be paid at the end of each quarter against quarterly progressive
bills to be submitted by Supplier duly certified by authorized representative of Owner.

B. FOR FOREIGN SUPPLIERS

1. Supply

1.1. Where the MR is for supply of materials and there is no Vendor Data Requirement
(VDR) specified in the MR (Without Site Work):
- 15% thru wire transfer against identification of raw materials at Supplier’s works and
against submission of ABG of equivalent amount.
- 85% along with 100% Ocean freight (in case of CFR contracts) against shipping
documents through irrevocable Letter of Credit

1.2. Where the MR is for supply of materials and calls for Vendor Data
Requirement: (Without site work)
- 5% against approval of drawings, wherever required (identified in PO/ PR) at least in
Code-2.
- 15% thru wire transfer against identification of raw materials at Supplier’s works and
against submission of ABG of equivalent amount
- 75% (80% in cases where drawing approval is not required) along with 100% Ocean
freight (in case of CFR contracts) against shipping documents through irrevocable
Letter of Credit.
- 5% on receipt of Final/ As built Drawings/Documents/Data/Manual in requisite number
of copies/sets/CDs as per VDR specified in Purchase Requisition through wire transfer.

1.3. Where the MR is for supply of materials and calls for Vendor Data Requirement:
(With site work)
- 5% against approval of drawings, wherever required (identified in PO/ PR) at least in
Code-2.
- 15% thru wire transfer against identification of raw materials at Supplier’s works and
against submission of ABG of equivalent amount
- 65% (70% in cases where drawing approval is not required) along with 100% Ocean
freight (in case of CFR contracts) against shipping documents through irrevocable
Letter of Credit.
- 5% on receipt of Final/ As built Drawings/Documents/Data/Manual in requisite number
of copies/sets/CDs as per VDR specified in Purchase Requisition through wire transfer.
- 10% on successful completion of Site Work through wire transfer.
Note: In case Customs clearance and further transportation of material upto Project site is
in the supplier’s scope, 65% against shipping documents shall be split in 5% + 60% and
5% shall be paid after receipt of material at Project site.

Page 5 of 10
Annexure-I to SPC
 Job No: A872

1.4. Where the MR is for Packages/fabricated equipments like Columns/Pressure
vessels/Reactors/Heat Exchangers/Air Fin Cooler/Pumps/Compressors/EOT Cranes
etc (with significant Bought out item) and calls for Supplier Data requirement:
(Without site work)
- 5% against approval of drawings, wherever required (identified in PO/ PR) at least in
Code-2.
- 10% against placement of sub-order for specified major raw material (to be identified
during kick off meeting, if not specified in enquiry) and against submission of ABG of
equivalent amount.
- 15% against identification of raw materials at Supplier’s works (to be identified during
kick off meeting, if not specified in enquiry) and against submission of ABG of
equivalent amount.
- 65% along with 100% Ocean freight (in case of CFR contracts) against shipping
documents through irrevocable Letter of Credit.
- 5% on receipt of Final/As built Drawings/Documents/Data/Manual in requisite number
of copies/sets/CDs as per VDR specified in Purchase Requisition.

Major Raw Material for payment against placement of orders:


Columns/Vessels/Reactors : Plates & Forgings
Heat Exchangers : Plates, Tube, Tube sheets
Pumps : Castings for casings, impellers and drivers
Compressors : Castings for casings and rotors and drivers
Air Fin Coolers : Tubes, Header Plates, Fin Material

Major Raw Material for payment against receipt & identification of raw materials:
Columns/Vessels/Reactors : Plates & Forgings
Heat Exchangers : Plates, Tubes, Tube sheets
Pumps : Castings for casings and impellers
Compressors : Castings for casings and rotors
Air Fin Coolers : Tubes, Header Plates, Fin Material

1.5. Where the MR is for Packages/fabricated equipments like Columns/Pressure


vessels/Reactors/Air Fin Cooler /EOT Cranes etc (with significant Bought out item)
and calls for Vendor Data requirement: (With site work)
- 5% against approval of drawings, wherever required (identified in PO/ PR) at least in
Code-2.
- 10% against placement of sub-order for specified major raw material (to be identified
during kick off meeting, if not specified in enquiry) and against submission of ABG of
equivalent amount.
- 15% against identification of raw materials at Supplier’s works (to be identified during
kick off meeting, if not specified in enquiry) and against submission of ABG of

Page 6 of 10
Annexure-I to SPC
 Job No: A872

equivalent amount.
- 55% along with 100% Ocean freight (in case of CFR contracts) against shipping
documents through irrevocable Letter of Credit.
- 5% on receipt of Final/As built Drawings/Documents/Data/Manual in requisite number
of copies/sets/CDs as per VDR specified in Purchase Requisition.
- 10% on completion of site work through wire transfer

Major Raw Material for payment against placement of orders:


Columns/Vessels/Reactors : Plates & Forgings
Heat Exchangers : Plates, Tube, Tube sheets
Pumps : Castings for casings, impellers and drivers
Compressors : Castings for casings and rotors and drivers
Air Fin Coolers : Tubes, Header Plates, Fin Material

Major Raw Material for payment against receipt & identification of raw materials:
Columns/Vessels/Reactors : Plates & Forgings
Heat Exchangers : Plates, Tubes, Tube sheets
Pumps : Castings for casings and impellers
Compressors : Castings for casings and rotors
Air Fin Coolers : Tubes, Header Plates, Fin Material

Note: In case Customs clearance and further transportation of material upto Project site is
in the supplier’s scope, 55% against shipping documents shall be split in 5% + 50% and
5% shall be paid after receipt of material at Project site.

2. For supply of Mandatory Spares:


- 100% thru irrevocable Letter of Credit against shipping documents after dispatch of
main equipment.

3. Site Work:
- 90% against monthly progressive bills (based on agreed billing schedule) duly certified
by Engineer-in-charge.
- 10% on successful completion and handing over of goods/equipment at site.

Page 7 of 10
Annexure-I to SPC
 Job No: A872

4. Any services on per diem basis like: Supervision of Erection, Testing &
Commissioning/ assistance during erection, Testing & Commissioning / Training at:

- 100% against monthly bills to be submitted by Supplier duly certified by Engineer-in-


Charge.

5. Training (Lumpsum):
- 100% through Wire Transfer on successful completion of Training duly certified by
EIL/OWNER, as per Purchase Requisition (PR).

6. Annual Maintenance Contract (AMC):


- 100% payment shall be paid at the end of each quarter against quarterly progressive
bills to be submitted by Supplier duly certified by authorized representative of Owner.

Indian sub-supplies in case of a Foreign bidder:


7.
- 85% through E-Payment with taxes and duties will be paid against receipt of Indian
sourced goods/material at project site.
- 10% against receipt of Indian supplies at site and delivery of main equipment by foreign
bidder, as per Terms of bidding document and completion of site work, wherever
applicable.
- 5% on submission of Final/As built Drawings/Documents/Data/Manual in requisite
number of copies/sets/CDs as per VDR specified in Purchase Requisition, by main
bidder.
 Payment of Indian sub supplies/Services shall be released directly to Indian
counterpart against Invoices raised by Indian counterpart duly certified by foreign
principal.

 In case of Foreign bids with Indian sub supplies, the payment terms of Foreign
bidder against shipping documents stands reduced by 5% which shall be released
as follows:
o 5% payment shall be released thru wire transfer, on delivery of main equipment
by foreign principal (as per terms of enquiry document) as well as receipt of
Indian supplies at site.

C. For all Site Fabricated Columns, Vessels etc. (Fabrication yard within project site)
- 5% against approval of drawings, wherever required (identified in PO/ PR) at least in
Code-2.
- 10% against placement of sub-order for specified major raw material (Plates &
Forgings) against submission of ABG of equivalent amount. ABG shall be returned after
receipt and identification of material at Fabrication yard located within Project site.
- 25% against receipt and identification of raw materials (Plates & Forgings) at
Fabrication yard located within Project site.
- 40% on completion of fabrication in all respect, Third party inspection and making

Page 8 of 10
Annexure-I to SPC
 Job No: A872

completed column ready for hydro-testing.
- 5% after hydro-testing of completed column, painting and inspection clearance for
shifting of equipment to erection site.
- 10% along with taxes & duties against submission of tax invoice and on transportation
of completed column from fabrication yard/ assembly yard to erection site, erection in
position (wherever applicable) and acceptance thereof.
- 5% on receipt of Final/As built Drawings/Documents/Data/Manual in requisite number
of copies/sets/CDs as per VDR specified in Purchase Requisition.

NOTES :
(i) 1ST Milestone payment shall be released only after receipt of CPBG (wherever
applicable) and manufacturing schedule (in template available on eDMS portal).
(ii) Prorata payments shall be applicable on dispatch of equipment. In case of equipment,
prorate shall not be on part of equipment.
(iii) In case of indigenous SUPPLIERs, wherever taxes/duties are separately indicated, the
order value shall be exclusive of taxes/duties. 100% payment of taxes/duties shall be
paid along with the payment released against dispatch documents on receipt of
Cenvatable/Duplicate Copy of Excise Invoice / vattable documents (wherever
applicable).
(iv) Payment to indigenous SUPPLIERs shall be released through Electronic Clearing
System (ECS) and to foreign SUPPLIERs, payments other than against shipping
documents, i.e., for Site Work and Supervision/Training etc. shall be through wire
transfer.
(v) Status of bills after submission can be viewed on our website
http://www.engineersindia.com .
(vi) Irrevocable Letter of credit shall be acceptable from foreign Suppliers in place of
Advance Bank Guarantee as well as Contract cum Performance Bank Guarantee.
(vii) Irrevocable Letter of Credit for payment to Foreign SUPPLIERs shall be established in
favour of the supplier in a bank in his country, for an appropriate amount (in line with
Payment Terms). L/C shall be opened within 45 days of receipt of acknowledgement
of FOA/PO and receipt of CPBG (wherever applicable). In case confirmed L/C is
insisted by supplier, L/C confirmation charges shall be to supplier’s account.
(viii) All payments (other than through L/C) shall be released within 30 days of receipt of
invoice and all requisite documents, complete in all respects.
(ix) All bank charges of respective bankers shall be to respective account.
(x) Supplier shall submit Billing Schedule within three weeks after placement of FOA/PO
(whichever is issued earlier) for EIL/OWNER’s approval (wherever applicable).
Suppliers requiring multiple despatches will restrict the number of despatches to
maximum three, unless agreed otherwise by Project Manager.
(xi) In case of Annual Maintenance Contract (AMC), CPBG @ 5% of maximum annual
AMC amount shall be submitted within 2 weeks from the date of order and shall be
valid for the entire AMC period plus 2 months claim period.

Page 9 of 10
Annexure-I to SPC
 Job No: A872

(xii) In case of Columns/Vessels/Reactors where Template to be supplied by Supplier,
15% payment against raw material identification shall be split in 1%+14% and it shall
be specified that 1% payment out of 15% shall be paid after receipt of templates at
site. Supplier has to ensure supply of templates within two month from the approval of
drawings at least in code.
(xiii) In case C form is not issued up to 4.5 months and/or site is not available up to 6 (Six)
months (wherever site work is applicable), after receipt of all supplies at site, the
payment against the same shall be released on submission of additional Bank
Guarantee of equivalent amount valid for 1 (One) year or such extended period as
may be required.
(xiv) Certification for placement of sub-order and/or identification of major raw material, in
the above payment terms, shall be carried out by EIL/TPI agency, as applicable.

Page 10 of 10
Bharat Petroleum Corporation Limited

General Purchase Conditions

The following conditions shall be applicable for all procurement unless specifically
mentioned in the Special Purchase Conditions.

INDEX

1. DEFINITIONS
2. REFERENCE FOR DOCUMENTATION
3. RIGHT OF OWNER TO ACCEPT OR REJECT TENDER
4. LANGUAGE OF BID
5. PRICE
6. TAXES AND DUTIES
7. INSPECTION
8. SHIPPING
9. INDIAN AGENT COMMISSION
10. ORDER AWARD / EVALUATION CRITERIA
11. CONFIRMATION OF ORDER
12. PAYMENT TERMS
13. GUARANTEE/WARRANTY
14. PERFORMANCE BANK GUARANTEE
15. PACKING & MARKING
16. DELIVERY
17. UNLOADING AND STACKING
18. TRANSIT INSURANCE
19. VALIDITY OF OFFER
20. DELIVERY DATES AND PRICE REDUCTION SCHEDULE
21. RISK PURCHASE CLAUSE
22. FORCE MAJEURE CLAUSE
23. ARBITRATION CLAUSE
24. INTEGRITY PACT (IP)
25. RECOVERY OF SUMS DUE
26. CONFIDENTIALITY OF TECHNICAL INFORMATION
27. PATENTS & ROYALTIES
28. LIABILITY CLAUSE
29. COMPLIANCE OF REGULATIONS
30. REJECTION, REMOVAL OF REJECTED GOODS AND REPLACEMENT
31. NON-WAIVER
32. NEW & UNUSED MATERIAL
33. PURCHASE PREFERENCE CLAUSE
34. CANCELLATION
35. ANTI –COMPETITIVE AGREEMENTS/ABUSE OF DOMINANT POSITION
36. ASSIGNMENT
37. GOVERNING LAW
38. AMENDMENT
39. SPECIAL PURCHASE CONDITIONS
40. Expediting
41. Spare Part
42. Part order & Repeat Order
43. Oils & Lubricants
44. Jurisdiction
45. Address

1
46. Holiday Listing
47. NOTICES

Bharat Petroleum Corporation Limited

General Purchase Conditions

1. DEFINITIONS :

The following expressions used in these terms and conditions and in the purchase order
shall have the meaning indicated against each of these:

1.1. OWNER: Owner means Bharat Petroleum Corporation Limited (a Government of India
enterprise), a Company incorporated in India having its registered office at Bharat
Bhavan, 4 & 6 Currimbhoy Road, Ballard Estate, Mumbai 400038 and shall include its
successors and assigns (hereafter called BPCL as a short form).

1.2. VENDOR: Vendor means the person, firm or the Company / Corporation to whom this
Request for quotation (RFQ)/purchase order is issued and shall include its successors and
assigns.

1.3. INSPECTOR: Person/agency deputed by BPCL for carrying out inspection,


checking/testing of items ordered and for certifying the items conforming to the purchase
order specifications..

1.4. GOODS / MATERIALS: means any of the articles, materials, machinery, equipments,
supplies, drawing, data and other property and all services including but not limited to
design, delivery, installation, inspection, testing and commissioning specified or required
to complete the order.

1.5. SITE / LOCATION: means any Site where BHARAT PETROLEUM CORPORATION
LTD. desires to receive materials any where in India as mentioned in RFQ.

1.6. “RATE CONTRACT” means the agreement for supply of goods/ materials between
Owner and Vendor, for a fixed period of time (i.e till validity of Rate Contract, with no
commitment of contractual quantity) on mutually agreed terms and conditions. The actual
supply of goods/ materials shall take place only on issue of separate purchase orders for
required quantity as and when required by Owner.

1.7. “FIRM PROCUREMENT” means the agreement between the parties for mutually
agreed terms and conditions with commitment of Quantity Ordered.

2. REFERENCE FOR DOCUMENTATION :

2.1. The number and date of Request for Quotation (CRFQ) must appear on all
correspondence before finalization of Rate Contract / Purchase Order.

2
2.2. After finalization of Contract / Purchase Order: The number and date of Rate Contract /
Purchase Order must appear on all correspondence, drawings, invoices, dispatch advices,
(including shipping documents if applicable) packing list and on any documents or papers
connected with this order.

2.3. In the case of imports, the relevant particulars of the import Licence shall be duly indicated
in the invoice and shipping documents as well as on the packages or consignments.

3. RIGHT OF OWNER TO ACCEPT OR REJECT TENDER :


The right to accept the tender will rest with the Owner.

4. LANGUAGE:

The Bid and all supporting documentation and all correspondence whatsoever exchanged
by Vendor and Owner, shall be in English language only.

5. Price :

Unless otherwise agreed to the terms of the RFQ, price shall be :Firm and no escalation will be
entertained on any ground, except on the ground of statutory levies applicable on the tendered
items.

6. TAXES AND DUTIES :

All vendors shall have VAT / CST/GST/Service tax registration in the concerned State
and vendor shall quote their TIN number in the quotation.

6.1. EXCISE DUTY :

6.1.1. Excise duty extra as applicable at the time of delivery within scheduled delivery period
will be payable by BPCL against documentary evidence. Vendor shall mention in their
offer, the percentage of excise duty applicable at present. Any upward variation in excise
duty rates, beyond the contractual delivery period, shall be to vendor’s account.

6.1.2. In case Excise Duty is not applicable at present : Excise duty due to change in turn over is
not payable. If applicable in future, the same will be borne by vendor.

6.1.3. Owner may shall take CENVAT Credit on the material supplied for both excise duty and
cess component and accordingly Excise duty / Cess should be quoted separately wherever
applicable.

Vendor shall ask the transporter of the goods to hand over the copy of excise invoice
(transporter’s copy) at the time of delivery of goods at owner’s site.

6.2. SALES TAX / VAT/GST :

6.2.1. Sales Tax as applicable at the time of delivery within scheduled delivery period will be

3
payable by BPCL. Vendor shall give details of local sales tax and/or central sales tax
currently applicable in their offer. The rates applicable for “CST without form C”, “CST
with form C" and “VAT” shall be clearly indicated.

6.2.2. Input VAT Credit may be claimed by BPCL, wherever applicable. Vendor shall submit
the TAX invoice.

6.3 Service tax :

All vendors shall have service tax registration wherever applicable. BPCL may also
claim CENVAT Credit on service tax. The vendor should quote service tax separately, if
applicable. Vendor shall submit the TAX invoice. Vendor is required to furnish serially
numbered and signed invoice / bill / challan containing the following details:

a) Name, address and registration number of the service provider


b) Name and address of person receiving taxable service
c) Description, classification and value of taxable service provided
d) Service Tax Payable

6.4 FREIGHT AND OCTROI :

6.4.1 Freight: Firm freight charges to be quoted as indicated in the Tender documents. Freight
shall be payable after receipt of the Material(s) at the site, unless otherwise specified.

6.4.2. Octroi and entry taxes, if any, shall be invoiced separately and shall be re-imbursed by
BPCL at actuals after receipt of the Material(s) at the Site against the submission of
original documentary evidence for proof of payment of the related octroi and entry taxes,
as the case may be.

6.5. NEW STATUTORY LEVIES :

All new statutory levies leviable on sale of finished goods to owner , if applicable are
payable extra by BPCL against documentary proof, within the contractual delivery
period.

6.6 Variation in Taxes/Duties

Any increase/decrease in all the above mentioned statutory levies on the date of delivery
during the scheduled delivery period on finished materials will be on BPCL's account.
Any upward variation in statutory levies after contractual delivery date shall be to
vendor’s account.

7. INSPECTION :

7.1. Materials shall be inspected by EIL / BPCL approved third party inspection agency if
applicable before dispatch of materials. However, arranging and providing inspection
facilities is entirely vendor’s responsibility and in no way shall affect the delivery
schedule.

4
7.2. Scope of Inspection shall be as per RFQ. Our registered third party inspection agencies
are /LRIS/CEIL/DNV///EIL/ as amended time to time unless otherwise specified in the
Special Purchase Conditions.

7.3. Unless otherwise specified, the inspection shall be carried out as per the relevant
standards/scope of inspection provided along with the Tender Enquiry/Purchase Order.

7.4. BPCL may, at its own expense, have its representative(s) witness any test or inspection.
In order to enable BPCL’s representative(s) to witness the tests/inspections. BPCL will
advise the Vendor in advance whether it intends to have its representative(s) be present at
any of the inspections.

7.5. Even if the inspection and tests are fully carried out, the Vendor shall not be absolved
from its responsibilities to ensure that the Material(s), raw materials, components and
other inputs are supplied strictly to conform and comply with all the requirements of the
Contract at all stages, whether during manufacture and fabrication, or at the time of
Delivery as on arrival at site and after its erection or start up or consumption, and during
the defect liability period. The inspections and tests are merely intended to prima-facie
satisfy BPCL that the Material(s) and the parts and components comply with the
requirements of the Contract. The Vendor’s responsibility shall also not be anywise
reduced or discharged because BPCL or BPCL’s representative(s) or Inspector(s) shall
have examined, commented on the Vendor’s drawings or specifications or shall have
witnessed the tests or required any chemical or physical or other tests or shall have
stamped or approved or certified any Material(s).

7.6. Although material approved by the Inspector(s), if on testing and inspection after receipt
of the Material(s) at the location, any Material(s) are found not to be in strict conformity
with the contractual requirements or specifications, BPCL shall have the right to reject
the same and hold the Vendor liable for non-performance of the Contract.

8. SHIPPING :

8.1 SEA SHIPMENT :

All shipment of materials shall be made by first class direct vessels, through the
chartering wing, Ministry of Surface Transport as per procedure detailed hereunder. The
Foreign Supplier shall arrange with Vessels Owners or Forwarding Agents for proper
storage of the entire Cargo intended for the project in a specific manner so as to facilitate
and to avoid any over carriage at the port of discharge. All shipment shall be under deck
unless carriage on deck is unavoidable.

The bills of lading should be made out in favour of `Bharat Petroleum Corporation Ltd..
or order'.
All columns in the body of the Bill of Lading namely marks and nos., material
description, weight particulars etc., should be uniform and accurate and such statements
should be uniform in all the shipping documents. The freight particulars should mention
the basis of freight tonnage, heavy lift charges, if any, surcharge, discount etc. clearly and
separately. The net total freight payable shall be shown at the bottom.

5
SHIPPING DOCUMENTS :

All documents viz. Bill of Lading, invoices, packing list, freight memos, country of
origin certificates, test certificate, drawings and catalogues should be in English
language.

In addition of the bill of lading which should be obtained in three stamped original plus
as many copies as required, invoices, packing list, freight memos,(if the freight
particulars are not shown in the bills of lading), country of origin certificate, test /
composition certificate, shall be made out against each shipment in as many number of
copies as shown below.

The bill of lading, invoice and packing list specifically shall show uniformly the mark
and numbers, contents case wise, country of origin, consignees name, port of destination
and all other particulars as indicated under clause 2. The invoice shall show the unit
rates and net total F.O.B. prices. Items packed separately should also be invoiced and the
value shown accordingly. Packing list must show apart from other particulars actual
contents in each case, net and gross weights and dimensions, and the total number of
packages. All documents should be duly signed by the Vendor's authorised
representatives.

The bill of lading shall indicate the following :

Shipper : Government of India

Consignee : Bharat Petroleum Corporation Ltd.

In case of supplies from USA, Export Licences, if any required from the American
Authorities shall be Obtained by the U.S. Suppliers. If need be assistance for obtaining
such export licences would be available from India Supply Mission at Washington.

8.2 AIRSHIPMENT :

In case of Airshipment, the materials shall be shipped through freight consolidator


(approved by us). The airway bill shall be made out in favour of BHARAT
PETROLEUM CORPORATION LTD.

TRANSMISSION OF SHIPPING DOCUMENTS :

Foreign Supplier shall obtain the shipping documents in seven complete sets including
three original stamped copies of the Bill of Lading as quickly as possible after the
shipment is made, and airmail as shown below so that they are received at least three
weeks before the Vessels arrival. Foreign Supplier shall be fully responsible or any delay
and / or demurrage in clearance of the consignment at the port due to delay in
transmittal of the shipping documents.

If in terms of letter or otherwise, the complete original set of documents are required to
be sent to BPCL through Bank the distribution indicated below will confine to copies of
documents only minus originals.

6
Documents BPCL (Delhi)

Bill of Lading 4 (including 1 original)


Invoice 4
Packing List 4
Freight Memo 4
Country of Origin Certificate 4
Third party inspection certificate 4
Drawing 4
Catalogue 4
Invoice of Third Party 4
for inspection charges whenever applicable.

9. INDIAN AGENT COMMISSION :

Any offer through Indian agents will be considered only after authorization mentioning
them as Indian agents, is received from Vendor. Indian agents commission if applicable
will be payable only in Indian currency. Indian agents should be registered with
Directorate General of Supplies and Disposals, Government of India and agency
commission will be payable only after registration with DGS&D, New Delhi.

10. ORDER AWARD / EVALUATION CRITERIA :

Unless otherwise specified, Order award criteria will be on lowest quote landed price
basis. Landed price will be summation of Basic Price, Packing & Forwarding Charges,
Excise Duty, Sales Tax, Freight, Inspection, Octroi, Supervision of Installation &
Commissioning and other taxes & levies, loading etc, if any, reduced by cenvat/vat credit
as applicable

11. CONFIRMATION OF ORDER :

The vendor shall acknowledge the receipt of the purchase order within 10 days of mailing
the same. The vendor shall sign, stamp the acknowledgement copy of the purchase order
and return the same to BPCL.

12. PAYMENT TERMS :

12.1. Unless otherwise specified, 100% payment shall be made within 30 days from date of
receipt and acceptance of materials at Site against submission of Peformance Bank
Guarantee (PBG) for 10% of basic order value if PBG is applicable for the tender.

12.2. In the case of imports, payment will be made on submission of original documents
directly to Owner (Telegraphic Transfer-TT) or through Bank (Cash against documents-
CAD) or through irrevocable Letter of Credit.

12.3. Unless otherwise mentioned, the specified documents (All documents listed below (one

7
original and two copies)) should be submitted to originator of P.O. (the name and contact
details of whom are given in PO) and payments for despatches will be made by the
originator of Purchase Order :

a) Invoice
b) Excise invoice
c) The Lorry Receipt of the consignment
d) Packing list for the consignment
e) Third Party Inspector’s Certificate covering the invoiced Material(s)/ Release
Note, wherever applicable
f) Manufacturers Test/Composition Certificate, wherever applicable
g) Drawing(s)/Catalogue(s) covering the Material(s) , wherever applicable
h) Guarantee/Warranty Certificate(s), wherever applicable.
i) Original Receipt for Octroi/other statutory levies as applicable.
j) Performance Bank Guarantee as applicable.

13. GUARANTEE/WARRANTY :

13.1. Materials shall be guaranteed against manufacturing defects, materials, workmanship and
design for a period of 30 months from the date of commissioning or 36 months from the
date of dispatch whichever is earlier. Warranty for replacement of material / accessories
should be provided free of charges at our premises. The above guarantee/warranty will
be without prejudice to the certificate of inspection or material receipt note issued by us
in respect of the materials.

13.2. All the materials including components and sub contracted items should be guaranteed by
the vendor within the warranty period mentioned above. In the event of any defect in the
material, the vendor will replace / repair the material at BPCL’s concerned location at
vendor’s risk and cost on due notice.

13.3. In case, vendor does not replace / repair the material on due notice, rejected material will
be sent to the vendor on “Freight to pay” basis for free replacement. Material after
rectification of defects shall be dispatched by the vendor on “Freight Paid” basis.
Alternatively, BPCL reserves the right to have the material repaired / replaced at the
locations concerned, at the vendor’s risk, cost and responsibility.

13.4. The Vendor shall provide similar warrantee on the parts, components, fittings,
accessories etc. so repaired and / or replaced.

14. PERFORMANCE BANK GUARANTEE :

14.1. Vendor will have to provide Performance Bank Guarantee for 10% of the basic value of
purchase order unless otherwise specified. This bank guarantee shall be valid (shall
remain in force) for guarantee period (as mentioned in the guarantee clause), with an
invocation period of six months thereafter. In the case of Indigenous vendors, the
Performance Bank Guarantee shall be given on a non-judicial stamp paper of appropriate
value (currently Rs 100). PBG format is as per Annexure I.

In case, PBG is not provided by the Vendor, 10% of the basic value shall be retained in
lieu of PBG, till the expiry of guarantee and claim period.

8
In the case of imports, the Supplier shall furnish the Performance Bank Guarantee (as per
Annexure I) through the following :

a) Branches of Indian scheduled banks operating in their Country.


b) Foreign bank operating in their Country which is counter guaranteed by branches of
Indian scheduled banks operating in their Country/India.
c) Indian branches of foreign banks.
d) Foreign bank operating in their Country counter guaranteed by their Indian branch

However, in respect of c) and d) above, the Indian branch of foreign banks should be
recognized as scheduled bank by Reserve Bank of India.

14.2. If Vendor wants to submit the PBG at Contract level to avoid multiple number of PBG
(i.e. PBG issued against every purchase/call off order) then the validity of PBG will be
calculated as mentioned below :

14.2.1. Validity of PBG = Rate Contract Issue Date (Start Date of Rate Contract) + Rate
Contract Period (validity of Rate Contract) + Contractual Delivery Period of material +
Contractual Guarantee period + 6 month (for invocation / Claim).

15. PACKING & MARKING :


15.1 PACKING :

15.1.1 Packing shall withstand the hazards normally encountered with the means of transport
for the goods of this purchase order including loading and unloading operation both by
crane and by pushing off.

In the case of imports, all equipments / materials shall be suitably packed in weather
proof, seaworthy packing for ocean transport under tropical conditions and for rail or
road or other appropriate transport in India. The packing shall be strong and efficient
enough to ensure safe preservance upto the final point of destination.

Raw/Solid wood packaging material of imported items has to be appropriately treated &
marked as per International Standard of Phytosanitary Measures (ISPM-15") for material
originating from the contracting countries to the International Plant Protection
Convention or the members of Food & Agriculture Organization. Material from non-
contracting parties would have to be accompanied by a phytosanitary certificate of the
treatment endorsed. The Custom Officer at Indian Port shall not release the material
without appropriate compliance of the above provisions w.e.f. 01.11.2004.

15.1.2 The packing specification incorporated herein are supplementary to the internal and
external packing methods and standards as per current general rules of J.R.A. Good Tariff
Part-I. All packaging shall be done in such a manner as to reduce volume as much as
possible.

15.1.3 Fragile articles should be packed with special packing materials depending on the type of
Materials and the packing shall bear the words "HANDLE WITH CARE GLASS
FRAGILE, DON'T ROLL THIS END UP. THIS END DOWN," to be indicated by
arrow.

9
15.1.4 Chemicals in powder form, catalyst, refractories and like materials etc. shall be packed in
drums, cans and tins only. However, Catalyst may be supplied in Jumbo bags.

15.1.5 The hazardous materials shall be packed in accordance with the applicable rules,
regulations and tariff of all cognizant Government Authorities and other Governing
bodies. It shall be the responsibility of the seller of hazardous materials to designate the
material as hazardous and to identify each material by its proper commodity name and its
hazardous material class code.

15.1.6 All package requiring handling by crane should have sufficient space at appropriate place
to put sling of suitable dia (strength). Iron/Steel angle should be provided at the place
where sling marking are made to avoid damage to package/ equipment while lifting.

15.1.7 Item shipped in bundles must be securely tied with steel wire or strapping. Steel
reinforcing rods, bars, pipes, structural members etc. shall be bundled in uniform lengths
and the weight shall be within the breaking strength of the securing wire or strapping.

In the case of imports, for bundles the shipping marks shall be embossed on metal or
similar tag and wired securely on each end.

15.1.8 All delicate surface on equipment/materials should be carefully protected and printed
with protective paint/compound and wrapped to prevent rusting and damage.

15.1.9 All mechanical and electrical equipment and other heavy articles shall be securely
fastened to the case bottom and shall be blocked and braced to avoid any
displacement/shifting during transit.

15.1.10 Attachments and spare parts of equipment and all small pieces shall be packed separately
in wooden cases with adequate protection inside the case and wherever possible should
be sent along with the main equipment. Each item shall be suitably tagged with
identification of main equipment, item denomination and reference number of respective
assembly drawing. Each item of steel structure and furnaces shall be identified with two
erection markings with minimum lettering height of 15mm. Such markings will be
followed by the collection numbers in indelible ink/paint. A copy of the packing list shall
accompany the materials in each package.

15.1.11 All protrusions shall be suitably protected by providing a cover comprising of tightly
bolted wooden disc on the flanges. All nozzles, holes and openings and also all delicate
surfaces shall be carefully protected against damage and bad weather. All manufactured
surfaces shall be painted with rust proof paint.

In the case of imports, for bulk uniform material when packed in several cases,
progressive serial numbers shall be indicated on each case.

15.1.12 Wherever required, equipment/materials instruments shall be enveloped in polythene


bags containing silicagel or similar dehydrating compound.

15.1.13 Pipes shall be packed as under:

a. Upto 50mm NB in wooden cases/crates.

10
b. Above 50mm NB and upto 100mm NB in bundles and should be strapped at minimum
three places.

c. Above 100mm NB in loose.

15.1.14 Pipes and tubes of stainless steel, copper etc. shall be packed in wooden cases
irrespective of their sizes.

15.1.15 Pipes with threaded or flanged ends shall be protected with suitable caps covers, before
packing.

In the case of imports, all pipes and sheets shall be marked with strips bearing
progressive no.

15.1.16 Detailed packing list in waterproof envelope shall be inserted in the package together
with equipment/materials. One copy of the detailed packing list shall be fastened outside
of the package in waterproof envelope and covered by metal cover.

15.1.17 The supplier shall be held liable for all damages or breakages to the goods due to the
defective or insufficient packing as well as for corrosion due to insufficient protection.

15.1.18 Packaged equipment or materials showing damage defects or shortages resulting from
improper packaging materials or packing procedures or having concealed damages or
shortages, at the time of unpacking shall be to the supplier’s account.

All packages which require special handling and transport should have their Centres of
Gravity and the points at which they may be slung or gripped clearly indicated and
marked “ATTENTION SPECIAL LOAD HANDLE WITH CARE” both in
English/Hindi Languages.

In the case of imports, a distinct colour splash in say red black around each package crate
/ bundle shall be given for identification.

15.1.19 Along with the packed material, supplier should attach material list, manuals/instructions
and also the Inspection certificate/release note, wherever applicable.

15.2. MARKING :

The following details to be written on the side face of packing:

a) Purchase Order Number


b) Vendor Name
c) Batch no with Manufacturing date
d) Procedure (in brief) for handling
e) Date of dispatch etc.

11
15.3 Imported items :

On three sides of the packages, the following marks shall appear, clearly visible, with
indelible paint and on Vendor's care and expenses.

BHARAT PETROLEUM CORPORATION LIMITED


(With detailed address as given in Special Purchase Conditions)

From :

To : Bharat Petroleum Corpn.Ltd.

(With detailed address as given in Special Purchase Conditions)

Order no. Rev. no.


Item :
Equipment Nomenclature :
Net weight : Kgs.
Gross weight : Kgs.
Case No. of Total cases :
Dimensions :
Import Licence No.

NOTE :
Marking shall be bold - minimum letter height 5 cm. For every order and every
shipment, packages must be marked with serial progressive numbering.

Top heavy containers shall be so marked either Top Heavy or Heavy Ends.

When packing material is clean and light coloured, a dark black stencil paint shall be
acceptable. However, where packaging material is soiled or dark, a coat of flat zinc
white paint shall be applied and allowed to dry before applying the specific markings.

In case of large equipments like vessels, heat exchangers, etc. the envelope containing the
documents shall be fastened inside a shell connection, with an identifying arrow sign
"documents" using indelible paint.

16. DELIVERY :

16.1. Unless otherwise mentioned, Vendor is requested to quote their best delivery schedule
from the date of receipt of Purchase order.

16.2. Time being the essence of this contract, the delivery mentioned in the purchase order
shall be strictly adhered to and no variation shall be permitted except with prior
authorization in writing from the Owner. Goods should be delivered, securely packed and

12
in good order and condition, at the place of delivery and within the time specified in the
purchase order for their delivery.

16.3. The contractual delivery period is inclusive of all the lead time for engineering /
procurement of raw material, the manufacturing, inspection / testing, packing,
transportation or any other activity whatsoever required to be accomplished for effecting
the delivery at the required delivery point.

16.4. Unless otherwise specified, Material(s) shall not be despatched without prior inspection
and/or testing and Release Order/Material(s) Acceptance Certificate issued by the
Inspector(s).

16.5. BPCL shall have the right to advise any change in despatch point or destination in respect
of any Material(s). Any extra expenditure incurred by the Vendor on this account
supported by satisfactory documentary evidence, will be reimbursed to the Vendor by
BPCL.

17. UNLOADING AND STACKING :

Unloading and stacking will be arranged by BPCL. The Vendor shall send BPCL
information of the proposed consignment well in advance by telegram/fax/e-mail/courier
to enable BPCL to take necessary action.

18. TRANSIT INSURANCE :

Unless otherwise mentioned,

18.1. Transit Insurance shall be covered by BPCL under Project Insurance Policy.

18.2 In the case of imports, insurance against all marine and transit risk shall be covered under
the Owner's marine policy. However, the Vendor shall ensure that in effecting
shipments clear bill of lading are obtained and the carrier's responsibility is fully retained
on the Carriers so that the consignee's interests are fully secured and are in no way
jeopardized.

18.2. The Vendor shall send BPCL information of the proposed consignment well in advance
by telegram/fax/e-mail/courier to enable BPCL to take necessary action for the transit
insurance of the consignment. Any failure by the Vendor to do so shall place the
consignment at the Vendor’s risk.

18.3. In the case of imports, as soon as any shipment is made, the Foreign Supplier shall send
advance information by way of Telex message to Bharat Petroleum Corporation Ltd.,
(with detailed address as given in Special Purchase Conditions) giving particulars of the
shipments, vessels name, port of shipment, bill of lading number and date, total FOB and
freight value.

19 VALIDITY OF OFFER:

The rates quoted against this tender shall be valid for a period of 120 Days from the date
of opening of the tender unless otherwise specified in the Special Purchase Conditions.

13
20. DELIVERY DATES AND PRICE REDUCTION SCHEDULE :

20.1. The time and date of Delivery of Material(s) as stipulated in the Contract shall be adhered
to on the clear understanding that the Price(s) of the Material(s) has/have been fixed with
reference to the said Delivery date(s).

20.2. If any delay is anticipated by the Vendor in the delivery of the Material(s) or any of them
beyond the stipulated date(s) of Delivery, the Vendor shall forthwith inform BPCL in
writing of such anticipated delay and of the steps being taken by the Vendor to remove or
reduce the anticipated delay, and shall promptly keep BPCL informed of all subsequent
developments.

20.3. The delivery period quoted must be realistic & specific. The inability of successful
Vendors to execute orders in accordance with the agreed delivery schedule will entitle
BPCL, at its options, to :

20.3.1. Accept delayed delivery at prices reduced by a sum equivalent to half percent ( 0.5%) of
the basic value of any goods not delivered for every week of delay or part thereof, limited
to a maximum of 5% of the total basic order value. LR date will be considered as
delivery completion date for calculation of price reduction in the case of ex works
contract. Date of receipt of materials at owners premises shall be considered for
calculation of price reduction for F.O.R destination contract.

In the case of imports, the contractual delivery date shall be considered from the
date of FOA plus the delivery schedule as indicated by the vendors.
Further the date of B/L or House airway bill shall be considered to find out the delay with
respect to contractual delivery date for all the contract on FOB/CFR basis . In case of
FOB shipments if the vessel is not available then the intimation by vendors regarding
readiness of the goods for the shipment shall be considered for calculating the delay if
any. So vendor shall inform the readiness of material for shipment on FOB (Free on
Board)basis / FCA (Free on Carrier) basis.

20.3.2. Cancel the order in part or full and purchase such cancelled quantities from elsewhere on
account at the risk and cost of the vendor, without prejudice to its right under 20.3.1
above in respect of goods delivered.

21. RISK PURCHASE CLAUSE :

BPCL reserves the right to curtail or cancel the order either in full or part thereof if the
vendor fails to comply with the delivery schedule and other terms & conditions of the
order. BPCL also reserves the right to procure the same or similar materials/equipment
through other sources at vendor's entire risk, cost and consequences. Further, the vendor
agrees that in case of procurement by the owner from other sources the differential
amount paid by the owner shall be on account of the vendor together with any interest
and other costs accrued thereon for such procurement.

14
22. FORCE MAJEURE CLAUSE :

(A) Definition: The term “Force Majeure” means any event or circumstance or
combination of events or circumstances that affects the performance by the
vendor of its obligations pursuant to the terms of this Agreement (including by
preventing, hindering or delaying such performance), but only if and to the extent
that such events and circumstances are not within the vendor’s reasonable control
and were not reasonably foreseeable and the effects of which the vendor could not
have prevented or overcome by acting as a Reasonable and Prudent person or, by
the exercise of reasonable skill and care. Force Majeure events and circumstances
shall in any event include the following events and circumstances to the extent
they or their consequences satisfy the requirements set forth above in this Clause:

(i) the effect of any element or other act of God, including any storm,
flood, drought, lightning, earthquake, tidal wave, tsunami, cyclone
or other natural disaster;

(ii) fire, accident, loss or breakage of facilities or equipment, structural


collapse or explosion;

(iii) epidemic, plague or quarantine;

(iv) air crash, shipwreck, or train wreck;

(v) acts of war (whether declared or undeclared), sabotage, terrorism


or act of public enemy (including the acts of any independent unit
or individual engaged in activities in furtherance of a programme
of irregular warfare), acts of belligerence of foreign enemies
(whether declared or undeclared), blockades, embargoes, civil
disturbance, revolution, rebellion or insurrection, exercise of
military or usurped power, or any attempt at usurpation of power;

(vi) radioactive contamination or ionizing radiation;

( B) Notice and Reporting:

(i) The Vendor shall as soon as reasonably practicable after the date
of commencement of the event of Force Majeure, but in any event
no later than two (7) days after such commencement date, notify
the BPCL in writing of such event of Force Majeure and provide
the following information:

(a) reasonably full particulars of the event or circumstance of


Force Majeure and the extent to which any obligation will
be prevented or delayed;

15
(b) such date of commencement and an estimate of the period
of time required to enable the vendor to resume full
performance of its obligations; and
(c) all relevant information relating to the Force Majeure and
full details of the measures the vendor is taking to
overcome or circumvent such Force Majeure.
(ii) The Vendor shall, throughout the period during which it is prevented
from performing, or delayed in the performance of, its
obligations under this Agreement, upon request, give or procure
access to examine the scene of the Force Majeure including such
information, facilities and sites as the other Party may
reasonably request in connection with such event. Access to any
facilities or sites shall be at the risk and cost of the Party
requesting such information and access.

(C) Mitigation Responsibility:

(i) The Vendor shall use all reasonable endeavours, acting as a


Reasonable and Prudent Person, to circumvent or overcome any
event or circumstance of Force Majeure as expeditiously as
possible, and relief under this Clause shall cease to be available to
the Vendor claiming Force Majeure if it fails to use such
reasonable endeavours during or following any such event of Force
Majeure.

(ii) The Vendor shall have the burden of proving that the
circumstances constitute valid grounds of Force Majeure under this
Clause and that it has exercised reasonable diligence efforts to
remedy the cause of any alleged Force Majeure.

(iii) The Vendor shall notify BPCL when the Force Majeure has
terminated or abated to an extent which permits resumption of
performance to occur and shall resume performance as
expeditiously as possible after such termination or abatement.

(D) Consequences of Force Majeure. Provided that the Vendor has


complied and continues to comply with the obligations of this
Clause and subject to the further provisions:

(i) the obligations of the Parties under this Agreement to the


extent performance thereof is prevented or impeded by the event of
Force Majeure shall be suspended and the Parties shall not be
liable for the non-performance thereof for the duration of the
period of Force Majeure; and

(ii) the time period(s) for the performance of the obligations of the
Parties under this Agreement to the extent performance thereof is
16
prevented or impeded by the event of Force Majeure shall be
extended for the duration of the relevant period of Force Majeure
except as provided herein.

(E) Force Majeure Events Exceeding 60 Days

(i) If an event or series of events (alone or in combination) of


Force Majeure occur, and continue for a period in excess of 60
consecutive days, then BPCL shall have the right to terminate this
agreement, whereupon the Parties shall meet to mitigate the
impediments caused by the Force Majeure event.

23. ARBITRATION CLAUSE :

23.1 Any dispute or difference of any nature whatsoever, any claim, cross-claim,
counter-claim or set off of BPCL/Vendor against omission or on account of any
of the parties hereto arising out of or in relation to this Contract shall be referred
to the Sole Arbitration of Director (Marketing) / of BPCL as the case may be or
to some officer of BPCL who may be nominated by them.

23.2. In the event the Arbitrator being unable or refusing to act for any reason whatsoever, the
said Directors of BPCL shall designate another person to act as an Arbitrator in
accordance with the terms of the said Contract/Agreement. The Arbitrator newly
appointed shall be entitled to proceed with the reference from the point at which it was
left by his predecessor.

23.3. It is known to the parties herein that the Arbitrator appointed hereunder is an employee of
the Corporation and may be Share holder of the Corporation.

23.4. The award of the Arbitrator so appointed shall be final, conclusive and binding on all the
parties to the contract and the law applicable to arbitration proceedings will be the
Arbitration and Conciliation Act, 1996 or any other enactment in replacement thereof.

23.5. The language of the proceedings will be in English and the place of proceedings will be
Mumbai.

23.6. The parties hereby agree that the Courts in the city of Mumbai alone shall have
jurisdiction to entertain any application or other proceedings in respect of anything
arising under this Agreement and any Award or Awards made by the Sole Arbitrator
hereunder shall be filed, if required, in the concerned Courts in the City of Mumbai alone.
(legal)
23.6 SETTLEMENT OF DISPUTE BETWEEN GOVT. DEPT. /PUBLIC SECTOR
UNDERTAKINGS IN A PURCHASE OR SERVICE CONTRACT :

In the event of any dispute or differences between the VENDOR/ CONTRACTOR/


SUPPLIER and the OWNER, if the VENDOR/ CONTRACTOR/ SUPPLIER is a
Government Department, a Government Company or a Undertaking in the
public sector, then in suppression of the provisions of clause 23 of the GPC
17
(corresponding clause no of GCC or NIT etc.), stands modified to the following
extent:-
all disputes and differences of whatsoever nature arising out of or in relation to
this Contract/ Agreement or in relation to any subsequent contract/ agreement
between the parties shall be attempted to be resolved amicably by mutual
discussions between the parties. If they are not settled at the implementation
level of officers, then these unresolved disputes/ differences will be referred for
resolution by discussions with the concerned Director of BPCL and the concerned
Director of vendor/ contractor/ supplier. In case same does not resolve the
difference within 30 days, arbitration clause as hereunder would apply.
In the event of any dispute or difference relating to the interpretation and
application of the provisions of the contract, such dispute or difference shall be
referred by either party for Arbitration to the sole Arbitrator in the Department
of Public Enterprises to be nominated by the Secretary to the Government of
India in-charge of the Department of Public Enterprises. The Arbitration and
Conciliation Act, 1996 shall not be applicable to arbitration under this clause. The
award of the Arbitrator shall be binding upon the parties to the dispute
provided, however, any party aggrieved by such award may make a further
reference for setting aside or revision of the award to the Law Secretary,
Department of Legal Affairs, Ministry of Law & Justice, Government of India.
Upon such reference the dispute shall be decided by the Law Secretary or the
Special Secretary/ Additional Secretary, when so authorized by the Law
Secretary, whose decision shall bind the Parties finally and conclusively. The
parties to the dispute will share equally the cost of arbitration as intimated by
the arbitrator.

24. INTEGRITY PACT (IP) :

Vendors are requested to sign & return our pre-signed IP document , if applicable. This
document is essential & binding. Vendor's failure to return the IP document duly signed
along with Bid Document may result in the bid not being considered for further
evaluation.

25. RECOVERY OF SUMS DUE :

Whenever, any claim against vendor for payment of a sum of money arises out of or
under the contract, the owner shall be entitled to recover such sums from any sum then
due or when at any time thereafter may become due from the vendor under this or any
other contract with the owner and should this sum be not sufficient to cover the
recoverable amount of claim(s), the vendor shall pay to BPCL on demand the balance
remaining due.

18
26. CONFIDENTIALITY OF TECHNICAL INFORMATION :

Drawing, specifications and details shall be the property of the BPCL and shall be
returned by the Vendor on demand. The Vendor shall not make use of drawing and
specifications for any purpose at any time save and except for the purpose of BPCL. The
Vendor shall not disclose the technical information furnished to or organized by the
Vendor under or by virtue of or as a result of the implementation of the Purchase Order to
any person, firm or body or corporate authority and shall make all endeavors to ensure
that the technical information is kept CONFIDENTIAL. The technical information
imparted and supplied to the vendor by BPCL shall at all time remain the absolute
property of BPCL. Imparting of any confidential information by the Vendor will be
breach of contract.

27. PATENTS & ROYALTIES :

The vendor shall fully indemnify BPCL and users of materials specified herein/supplied
at all times, against any action, claim or demand, costs and expenses, arising from or
incurred by reasons of any infringement or alleged infringement of any patent, registered
design, trademark or name, copy right or any other protected rights in respect of any
materials supplied or any arrangement, system or method of using, fixing or working
used by the vendor. In the event of any claim or demand being made or action sought
against BPCL in respect of any of the aforesaid matter, the vendor shall be notified
thereof immediately and the vendor shall at his/its own expense with (if necessary) the
assistance of BPCL (whose all expense shall be reimbursed by the vendor) conduct all
negotiations for the settlement of the same and/or litigation which may arise thereof.

28. LIABILITY CLAUSE :

In case where it is necessary for employees or representatives of the Vendor to go upon


the premises of owner, vendor agrees to assume the responsibility for the proper conduct
of such employees/representatives while on said premises and to comply with all
applicable Workmen's Compensation Law and other applicable Government Regulations
and Ordinances and all plant rules and regulations particularly in regard to safety
precautions and fire hazards. If this order requires vendor to furnish labour at site, such
vendor's workmen or employees shall under no circumstances be deemed to be in owner's
employment and vendor shall hold himself responsible for any claim or claims which
they or their heirs, dependent or personal representatives, may have or make, for damages
or compensation for anything done or committed to be done, in the course of carrying
out the work covered by the purchase order, whether arising at owner's premises or
elsewhere and agrees to indemnify the owner against any such claims, if made against the
owner and all costs of proceedings, suit or actions which owner may incur or sustain in
respect of the same.

29. COMPLIANCE OF REGULATIONS :

Vendor warrants that all goods/Materials covered by this order have been produced, sold,
dispatched, delivered and furnished in strict compliance with all applicable laws,
regulations, labour agreement, working condition and technical codes and statutory
requirements as applicable from time to time. The vendor shall ensure compliance with

19
the above and shall indemnify owner against any actions, damages, costs and expenses of
any failure to comply as aforesaid.

30. REJECTION, REMOVAL OF REJECTED GOODS AND REPLACEMENT:

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

31. NON-WAIVER :

Failure of the Owner to insist upon any of the terms or conditions incorporated in the
Purchase Order or failure or delay to exercise any rights or remedies herein, or by law or
failure to properly notify Vendor in the event of breach, or the acceptance of or payment
of any goods hereunder or approval of design shall not release the Vendor and shall not
be deemed a waiver of any right of the Owner to insist upon the strict performance
thereof or of any of its or their rights or remedies as to any such goods regardless of when
such goods are shipped, received or accepted nor shall any purported oral modification or
revision of the order by BPCL act as waiver of the terms hereof. Any waiver to be
effective must be in writing. Any lone incident of waiver of any condition of this
agreement by BPCL shall not be considered as a continuous waiver or waiver for other
condition by BPCL.

32. NEW & UNUSED MATERIAL :

All the material supplied by the vendor shall be branded new, unused and of recent
manufacture.

33. PURCHASE PREFERENCE CLAUSE :

Owner reserves its right to allow Public Sector Enterprises (Central/State), purchase
preference as admissible/applicable from time to time under the existing Govt. policy.
Purchase preference to a PSE shall be decided based on the price quoted by PSE as
compared to L1 Vendor at the time of evaluation of the price bid.

Owner reserves its right to allow Micro and Small Enterprises (MSEs) and MSEs
owned by Scheduled Caste (SC) or the Scheduled tribe (ST) entrepreneurs,
purchase preference as admissible/applicable from time to time under the existing Govt.
policy. Purchase preference to a MSE and a MSE owned by SC/ST entrepreneurs
shall be decided based on the price quoted by the said MSEs as compared to L1 Vendor
at the time of evaluation of the price bid.

20
Subject to meeting terms and conditions stated in the tender document including but
not limiting to prequalification criteria, in present tender, as the tendered quantity
cannot be split due to nature of job, MSE shall be allowed for supply and installation
of total tendered quantity provided their quoted price is within a price band of L1 +
15 percent and they match the L1 price. In case of more than one such MSEs are in
the price band of L1 + 15%, then L1 MSE will be offered first and if matches the L1
price, MSE shall be allowed for supply and installation of total tendered quantity. If
L1 MSE does not matches L1 price, other MSES falling in range of L1+15% band
will be offered in order of L2 MSE,L3 MSE etc. until they match L1 price. No
separate preference will be given to MSE owned by Scheduled Caste & Scheduled
Tribe entrepreneurs over MSE owned by general person as quantity cannot be split in
this tender

34. CANCELLATION :

34.1. BPCL reserves the right to cancel the contract/purchase order or any part thereof through
a written notice to the vendor if.

34.1.1. The vendor fails to comply with the terms of this purchase order/contract.

34.1.2. The vendor becomes bankrupt or goes into liquidation.

34.1.3. The vendor fails to deliver the goods on time and/or replace the rejected goods promptly.

34.1.4. The vendor makes a general assignment for the benefit of creditors.

34.1.5. A receiver is appointed for any of the property owned by the vendor.

34.2. Upon receipt of the said cancellation notice, the vendor shall discontinue all work on the
purchase order matters connected with it. BPCL in that event will be entitled to procure
the requirement in the open market and recover excess payment over the vendor's agreed
price if any, from the vendor and also reserving to itself the right to forfeit the security
deposit if any, made by the vendor against the contract. The vendor is aware that the said
goods are required by BPCL for the ultimate purpose of materials production and that
non-delivery may cause lossof production and consequently loss of profit to the BPCL. In
this-event of BPCL exercising the option to claim damages for non delivery other than
by way of difference between the market price and the contract price, the vendor shall
pay to BPCL, fair compensation to be agreed upon between BPCL and the vendor. The
provision of this clause shall not prejudice the right of BPCL from invoking the
provisions of price reduction clause mentioned in 20.3.1 as aforesaid.

35. ANTI –COMPETITIVE AGREEMENTS/ABUSE OF DOMINANT POSITION :

The Competition Act, 2002 as amended by the Competition (Amendment) Act, 2007 (the
Act), prohibits anti- competitive practices and aims at fostering competition and at

21
protecting Indian markets against anti- competitive practices by enterprises. The Act
prohibits anti- competitive agreements, abuse of dominant position by enterprises, and
regulates combinations (consisting of acquisition, acquiring of control and M&A)
wherever such agreements, abuse or combination causes, or is likely to cause, appreciable
adverse effect on competition in markets in India. BPCL reserves the right to approach
the Competition Commission established under the Act of Parliament and file
information relating to anti-competitive agreements and abuse of dominant position. If
such a situation arises, then Vendors are bound by the decision of the Competitive
Commission and also subject to penalty and other provisions of the Competition Act.

36. ASSIGNMENT

The Vendor can / does not have any right to assign his rights and obligations under these
general purchase conditions without the prior written approval of BPCL.

37. GOVERNING LAW

These General Purchase Conditions shall be governed by the Laws of India.

38. AMENDMENT

Any amendment to these General Purchase Conditions can be made only in writing and
with the mutual consent of the parties to these conditions.

39. SPECIAL PURCHASE CONDITIONS

In case of a conflict between the clauses, terms and conditions of General Purchase
Conditions and Special Purchase condition, the clauses, terms and conditions of Special
Purchase Condition will have an overriding effect over General Purchase Conditions and
the same shall be applicable.

40. EXPEDITING

Engineers India Limited have been assigned to expedite both


manufacture and shipment of equipment and testing materials covered by
the Purchase Order. BPCL/CONSULTANT shall have the free access to
Vendor’s shop and/or sub-supplier’s shop at any time and they shall be
provided all necessary assistance and information to help them perform
their job.
In order to facilitate overall execution of the order within the contractual
delivery date, Vendor shall furnish to CONSULTANT within 4 weeks of
receipt of Purchase Order the required number of copies of documents
such as but not limited to schedules/PERT charts, unpriced copies of sub-
orders/sub-contracts, phased programme of itemwise manufacturing,
testing and delivery and any other information/documentation as may be
called for by BPCL/CONSULTANT. Vendor shall furnish Progress Report at
the end of each month to CONSULTANT/BPCL

41. OILS & LUBRICANTS


The first filling of oils and lubricants, if any required for every equipment
shall be included in the price and appropriate products manufactured by
22
Bharat Petroleum Corporation shall be used. In case, the particular oils
and lubricants are not manufactured by BPCL, same of other Government
Oil Company can be used. The Vendor shall also recommend the
quality/quantity of oils and lubricants required for one year continuous
operation.
42 SPARE PARTS
The Vendor must furnish itemised and priced list of mandatory spare parts
required for two years operation of the main equipment and prime movers
also.
The Vendor shall provide the necessary cross sectional drawing to identify
the spare parts numbers and their location as well as an interchange
ability chart.
43. PART ORDER/REPEAT ORDER
Vendor hereby agrees to accept part order against tender enquiry at
Owner’s option without any limitation whatsoever and also accept repeat
order during a period of Twelve months after placement of purchase
order at the same unit prices, terms and conditions. All lumpsum
charges, if any, shall be pro-rata on value basis on acceptance of part
order

44. JURISDICTION
The contract shall be governed by and constructed according to the laws
in force in INDIA. The contractor hereby submits to the jurisdiction of the
Courts situated at New Delhi for the purpose of actions and proceedings
arising out of the contract and the courts at New Delhi only will have the
jurisdiction to hear and decide such actions and proceedings

45. Address

Ch Manager (Pipeline Projects)


Bharat Petroleum Corporation Ltd
Plot A 5 & 6,
sector 1 Noida UP – 201301
Fax – 0120-2474368

Note : Performance bang guarantee shall be mailed to the address given in


clasuse no 41

46. Holiday listing:

Holiday Listings policy as per enclosed

23
47. NOTICES

Any notices to be given hereunder by a Party to the other shall be in English and
delivered by hand or sent by courier or facsimile to the other Party at the address
or facsimile number stated below or such other address or number as may be
notified by the relevant Party from time to time:

BPCL
_______________________
_______________________
_______________________

Vendor
_______________________
_______________________
_______________________

Please sign & return all the pages of GPC as a token of your acceptance of all the terms &
conditions as mentioned above.

24
Annexure I

PERFORMANCE BANK GUARANTEE


(On Non-judicial paper for appropriate value)

To,
Bharat Petroleum Corporation Limited
---------------------------------
--------------------------------

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)
………. (Constitution)………….. (address) ……….(hereinafter referred to as “The vendor”
which expression shall 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 and Special Purchase Conditions of the Company and upon the
condition of vendor’s furnishing security for the performance of the vendor’s obligations and/or
discharge of the vendor’s liability under and / or in connection with the said supply contract upto
a sum of Rs.(in figures)…………..Rs(in words)…………………………only amounting to 10%
(ten percent)of the total contract value.

We, (Name)…………..(constitution) ……………(hereinafter called “the Bank” which


expression shall include its successors and assigns) hereby jointly and severally undertake and
guarantee to pay to the Company in -----(Currency) forthwith on demand in writing and without
protest or demur of any and all moneys any wise payable by the Vendor to the Company under in
respect of or in connection with the said supply contract inclusive of all the Company’s losses 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 upto an aggregate
limit of Rs(in figures)…………Rs(in words)……………………….only.

AND the Bank hereby agrees with the Company that

i. This Guarantee/undertaking shall be a continuing guarantee and shall remain valid


and irrevocable for all claims of the Company and liabilities of the vendor arising
upto and until midnight of …………………………………..

This date shall be 6 months from the last date of guarantee period.

25
ii This Guarantee / Undertaking shall be in addition to any other guarantee or security of
whatsoever that the Company may now or at any time otherwise have in relation to the vendor’s
obligation/liabilities 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
security(ies) at its sole discretion, and no 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.

ii. The Company shall be at liability without reference to the Bank and without effecting
the full liability of the Bank hereunder to take any other security in respect of the
vendor’s obligations and /or liabilities under or in connection with the said supply
contract and to vary the terms vis a vis the vendor of the said supply contract or to
grant time and / or indulgence to the vendor or to reduce or to increase or otherwise
vary the prices of the total contract value or to release or to forbear from enforcement
all or any of the obligations of the vendor under the said supply contract 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 vendor 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.

iv. This Guarantee /Undertaking shall not be determined by the liquidation or winding up
ordissolution or change of constitution or insolvency of the vendor 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.

v. The Bank hereby waives all rights at any time inconsistent with the terms of the 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 vendor (whether or not
pending before any Arbitrator, officer, Tribunal or Court) or any denial of liability by the vendor
or any other order of communication whatsoever by the vendor stopping or preventing or
purporting to stop or prevent any payment by the Bank to the Company in terms hereof.

vi. 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 vendor 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,
(Signature)
NAME & DESIGNATION
NAME OF THE BANK
NOTES:

26
Project Management Consultancy Services for LPG Import facility at
Haldia

MR FOR BALL VALVE

(Document No : A872-020-QV-MR-9120)

Page 1 of 163
Click on the Document Title to go to that section of the document

Table of Contents
Document Number Rev. Document Title Page
Number
A872-020-QV-MR- A MR FOR BALL VALVE 3
9120
A872-020-QV-GN- B GENERAL NOTES TO MR NO. A872-020-QV-MR-9120 7
9120
A872-020-83-41-DS- A DATA SHEET FOR BALL VALVE 9
0003
A872-020-16-50-DS- A DATA SHEET 11
9120
A872-020-QV-CS- A COMPLIANCE STATEMENT 13
9120
A872-020-QV-CL- A CHECKLIST (TECHNICAL) 14
9120
A872-020-83-41-VR- A REFERENCE LIST FOR SUPPLY OF BALL VALVES (FORM B) 15
9120
A872-020-83-41-VR- A LIST OF SPARES AND ACCESSORIES FOR START-UPS AND 16
9121 COMMISSIONING OF BALL VALVES (FORM L)
A872-020-83-41-VR- A LIST OF SPARES AND ACCESSORIES FOR START UP & 17
9125 COMMISSIONING FOR ACTUATORS (FORM-L1)
A872-020-83-41-VR- A LIST OF SPARES AND ACCESSORIES FOR TWO YEARS OF 18
9122 NORMAL OPERATION OF BALL VALVES (FORM-S)
A872-020-83-41-VR- A LIST OF SPARES AND ACCESSORIES FOR TWO YEARS OF 19
9126 NORMAL OPERATION FOR ACTUATORS
A872-020-83-41-VR- A SUPPORT FOOT DETAILS AND WEIGHT OF VALVES (FORM 20
9123 F)
A872-020-83-41-VR- A DATA SHEET FOR TORQUE VALUE (FORM-T) 21
9124
6-71-0014 5 Standard specification for pipeline ball valves (onshore). 22
6-78-0001 1 Specification for quality management system requirements from 38
bidders
6-78-0003 1 Specification for documentation requirement from suppliers 45
A872-020-83-41-AD- A ADDENDUM TO STANDARD SPECIFICATIONS NO. 6-71-0014 54
0014
A872-020-SP-16-50- A JOB SPECIFICATION (ELECTRICAL) MOV ACTUATOR 57
9120 Rev A
A872-020-83-41- A VENDOR DATA REQUIREMENT FOR MOTOR OPERATED 61
VDR-9120 BALL VALVE (API 6D)
A872-020-16-50-VR- A VENDOR DATA REQUIREMENTS 64
9120
6-51-0091 4 Specification for electrical motor operated valve actuators. 67
A872-020-16-50-LL- A CHECKLIST 77
9120
A872-020-16-50-DS- A DATA SHEET 79
9121
6-81-1091 2 ITP for electrical motor operated valve actuators 81
6-44-0051 6 Technical notes for pipes. 87
6-81-0004 5 ITP for valves 97
A872-020-83-41-SK- A SEALANT INJECTION ARRANGEMENT ON ABOVE GROUND 104
0001 INSULATED VALVES
6-79-0020 0 Standard specification for surface preparation and protective 105
coating (new construction)

Page 2 of 163
MATERIAL REQUISITION (TOP SHEET)
This drawing and design it covers are property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that it will not be reproduced, copied, exhibited nor used

Issue Status (Fill 1 or 2 from below in this bracket) [ ]


ITEM: MR FOR BALL VALVES 1. -> Entire Requisition Issued
(API 6D) 2. -> Only Revised Pages are Issued
MR Category :II
DOCUMENT NUMBER
(Always quote this document number given below as reference)
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

A872 020 QV MR 9120 A 21/07/2017 83/41


UNIT/ COST DOC ORIGINATING
JOB NO. CENTRE
SR.NO. REV DATE
AREA CODE DIVN./DEPT

VENDOR CODE VENDOR NAME

Material to be delivered at (job site) BPCL, HALDIA 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.

3. When a Requisition is revised, only the revised pages may be issued.

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.

REV. DATE BY CHK. APPD. DETAILS


A 21/07/2017 VS DM SD ISSUED FOR BIDS

This is a system generated approved document and does not require signature
EIL - 588 A - 216 x 279

Project: LPG TERMINAL Requisition No. Rev


ENGINEERS INDIA LIMITED
A872-020-QV-MR-9120 A
NEW DELHI Client: BPCL
Page 1 of 4

Page 3 of 163
LIST OF ATTACHMENT
This drawing and design it covers are property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that it will not be reproduced, copied, exhibited nor used

REVISION
SR. NO DOCUMENT TITLE DOCUMENT NO.
NO. DATE
1 GENERAL NOTES TO MR NO. A872- A872-020-QV-GN-9120 A 20/07/2017
020-QV-MR-9120
B 21/07/2017
2 DATASHEET FOR BALL VALVE A872-000-83-41-DS- A 20/07/2017
0003
3 DATASHEET FOR ACTUATOR A872-000-16-50-DS- A 17/07/2017
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

9120
4 COMPLIANCE STATEMENT A872-020-QV-CS-9120
5 CHECK LIST (TECHNICAL) A872-020-QV-CL-9120
6 REFERENCE LIST FOR SUPPLY OF A872-020-83-41-VR-
BALL VALVES (FORM B) 9120
7 LIST OF SPARES AND ACCESSORIES A872-020-83-41-VR-
FOR START-UPS AND COMMISSIONING 9121
OF BALL VALVES (FORM L)
8 LIST OF SPARES AND ACCESSORIES A872-020-83-41-VR-
FOR START UP & COMMISSIONING 9125
FOR ACTUATORS (FORM-L1)
9 LIST OF SPARES AND ACCESSORIES A872-020-83-41-VR-
FOR TWO YEARS OF NORMAL 9122
OPERATION OF BALL VALVES (FORM-
S)
10 LIST OF SPARES AND ACCESSORIES A872-020-83-41-VR-
FOR TWO YEARS OF NORMAL 9126
OPERATION FOR ACTUATORS (FORM-
S1)
11 SUPPORT FOOT DETAILS AND WEIGHT A872-020-83-41-VR-
OF VALVES (FORM F) 9123
12 DATA SHEET FOR TORQUE VALUE A872-020-83-41-VR-
(FORM-T) 9124
13 STANDARD SPECIFICATION FOR 6-71-0014 5 17/03/2017
PIPELINE BALL VALVES
14 SPECIFICATION FOR QUALITY 6-78-0001 1 12/03/2015
MANAGEMENT SYSTEM REQUIREMENT
FROM BIDDERS
15 SPECIFICATION FOR DOCUMENTATION 6-78-0003 1 12/03/2015
REQUIREMENTS FROM SUPPLIERS
16 ADDENDUM TO STANDARD A872-020-83-41-AD- 0 19/07/2017
SPECIFICATION NO. 6-71-0014 0014
17 JOB SPECIFICATION (ELECTRICAL) A872-020-16-50-SP- A 17/07/2017
FOR MOV ACTUATORS 9120
EIL - 588 A - 216 x 279

18 VENDOR DATA REQUIREMENTS FOR A872-020-83-41-VDR- A


BALL VALVE 9120
19 VENDOR DATA REQUIREMENTS FOR A872-020-16-50-VDR- B 18/07/2017
ACTUATORS 9120
20 SPECIFICATION FOR ELECTRICAL 6-51-0091 4 25/03/2014
MOTOR OPERATED VALVE ACTUATORS
21 CHECK LIST (ELECTRICAL) A872-020-16-50-LL- A 17/07/2017
9120

Project: LPG TERMINAL Requisition No. Rev


ENGINEERS INDIA LIMITED
A872-020-QV-MR-9120 A
NEW DELHI Client: BPCL
Page 2 of 4

Page 4 of 163
LIST OF ATTACHMENT
This drawing and design it covers are property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that it will not be reproduced, copied, exhibited nor used

REVISION
SR. NO DOCUMENT TITLE DOCUMENT NO.
NO. DATE
22 DATASHEET LOAD DATA FORMAT A872-020-83-41-DS- A 17/07/2017
9121
23 ITP FOR ELECTRICAL MOTOR 6-81-1091 2 30/01/2014
OPERATED ACTUATOR
24 TECHINCAL NOTE FOR PIPES 6-44-0051 6 25/09/2014
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

25 INSPECTION AND TEST PLAN FOR 6-81-0004 5 17/06/2013


VALVES
26 SEALANT INJECTION ARRANGEMENT A872-020-83-41-SK- A 20/07/2017
ON ABOVE GROUND INSULATED 0001
VALVES
27 STANDARD SPECIFICATION FOR 6-79-0020 0 30/08/2012
SURFACE PREPARATION AND
PROTECTIVE COATING (NEW
CONSTRUCTION)
EIL - 588 A - 216 x 279

Project: LPG TERMINAL Requisition No. Rev


ENGINEERS INDIA LIMITED
A872-020-QV-MR-9120 A
NEW DELHI Client: BPCL
Page 3 of 4

Page 5 of 163
MR ATTACHMENT
This drawing and design it covers are property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that it will not be reproduced, copied, exhibited nor used

SR.NO. ITEMCODE DETAIL DESCRIPTION QTY. U. RATE TOT.VALUE CDD

Item Description: BALL VALVE, 18 INCH, 300#, FULL BORE, BUTT WELDED ENDS,
MOTOR OPERATED AS PER DATA SHEET NO. A872-020-83-41-DS-
0003

1 **PS180003BF1B24A 6 NOS

Item Description: BALL VALVE, 3 INCH, 300#, FULL BORE, BUTT WELDED ENDS,
MOTOR OPERATED AS PER DATA SHEET NO. A872-020-83-41-DS-
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

0003

2 **PS030003BF1B24A 2 NOS

Notes:

1 The vendor shall provide rates for supervision by actuator manufacturer during testing and
commissioning of the actuators. The supervisory cost for the actuators for the purpose of
commercial comparison shall be as per the Table-I of General Notes (Doc No: A872-020-QV-GN-
9120)
2 Per Diem rates, as quoted by the vendor, shall be the basis of payment. The actual payment for
supervision services shall be based on actual man-days consumed at site limited to the no. of man-
days mentioned in Table-I of the General Notes (Doc No: A872-020-QV-GN-9120).
3 Please note that M/s BPCL shall not pay more than the no. of man-days, for the supervision of
testing, commissioning of actuators, as mentioned against each item in the General notes (Doc No:
A872-020-QV-GN-9120).
EIL - 588 A - 216 x 279

Project: LPG TERMINAL Requisition No. Rev


ENGINEERS INDIA LIMITED
A872-020-QV-MR-9120 A
NEW DELHI Client: BPCL
Page 4 of 4

Page 6 of 163
GENERAL NOTES TO MR DOCUMENT No.
FOR PIPELINE BALL A872-020-QV-GN-9120 Rev. B
VALVES-MOV (API 6D)
Page 1 of 2

GENERAL NOTES TO MR NO. A872-020-QV-MR-9120:


1.1 Bidder shall note that this is a Zero-Deviation Bid. Bidder’s offer shall be in
total compliance with all the technical requirements of the Material Requisition.
Company reserves the right to reject any offer without making any reference to
the Bidder, whatsoever.
1.2 All valves shall be used for liquefied Propane/ Butane/ LPG service.
1.3 All valves are to be designed to be provided with cold insulation (removable type)
insulation box. Supply and installation of insulation box is not in the scope of this
material requisition & shall be carried out by separate agency at site. However, the
valves covered in this material requisition shall be suitable for installation in insulated
valve boxes with adequate extension of valve appurtenances like vents, drains,
sealant injection points etc. Typical insulation scheme for above ground valves
sealant injection connections drawing no. A872-020-83-41-SK-0001 is enclosed for
reference purpose.
1.4 The quantities indicated for all items in this MR are subject to variation up to ± 10 %
(minimum of one number, any fraction shall be taken as next whole number). The
price quoted for the items shall remain valid for any change in quantity within such
variation.
1.5 Charpy V-Notch impact testing shall be as per clause 3.4 of Standard Specification
for Pipeline Ball Valves (Spec No: 6-71-0014) & shall be applicable for all valves
under this material requisition. The test design temperature shall be (-) 48 deg C.
1.6 Surface preparation & painting shall be as per specification no. 6-79-0020 (Table
15.1), suitable for coastal marine environment under insulation.
1.7 Bidder shall quote separately for spares for two years normal operation for valves as
per price schedule Performa. List of spares quoted shall be furnished as per Form-S.
1.8 Bidder shall include start up and commissioning spares in the quoted price for Ball
Valves. However, list of spares (start up and commissioning) to be made available
without prices as per Form-L. In case no start up/commissioning spares are
recommended by the bidder but the same are required at the time of start
up/commissioning, Bidder shall supply such spares free of cost.
1.9 Bidder must submit duly filled up and signed Data Sheets, Compliance Statement
(A872-020-QV-CS-9120), Check Lists (A872-020-QV-CL-9120 & A872-020-16-50-LL-
9120) and Forms (Form-B, Form-L, Form-L1, Form-S, Form-S1, Form-T & Form-T1)
along with his offer.
1.10 Bidder to note that full compliance to technical specifications 6-71-0014 is
mandatory.
B 21.07.2017 Revised & Re-Issued for bids DM SD MSG

A 20.07.2017 Issued for bids VS DM/ SD MSG


Rev
Date Purpose Prepared by Checked by Approved by
No

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

Page 7 of 163
DOCUMENT No.
GENERAL NOTES TO MR
FOR PLUG VALVES (API 6D) A872-020-QV-GN-9120 Rev. B
Page 2 of 2

1.11 Deviations expressed in the offer shall make the bid liable for rejection.
1.12 Bidder shall be responsible for the adequate preparation of material and application
for shipment while transporting the valves to Company designated stores. Valves with
weld ends shall be protected with bevel protectors. The welded ends shall be blanked
off suitably with caps during transportation and while storage at site to avoid ingress
of foreign particles etc.
1.13 All items shall be delivered at Company’s designated store/ storage yard. The
destination for delivery of the items is as under:

DELIVERY LOCATION

BPCL LPG IMPORT STORAGE TERMINAL, HALDIA, WEST BENGAL, INDIA

1.14 The actual payment for supervision services shall be based on actual man-days
consumed at site limited to the no. of man-days mentioned in Table-I below:
TABLE-I
MR VALVE
ITEM MR ITEM CODE MOV TAG NOS. INSTALLATION
NO. LOCATION

Jetty & Coastal


010-MOV-1105, 010-MOV-1106
Terminal located within
020-MOV-1103, 020-MOV-1104
BPCL LPG Import
1 **PS180003BF1B24A 020-MOV-1201, 020-MOV-1202
Storage Terminal,
Haldia, West Bengal,
(03 Man-Days)
India

LPG Receipt Terminal


which is located at a
020-MOV-1203, 020-MOV-1204 distance of approx. 7
2 **PS030003BF1B24A km from the BPCL
(01 Man-Days) LPG Import Storage
Terminal, Haldia, West
Bengal

1.15 Within three (3) weeks of placement of order, the manufacturer shall submit six (6)
copies of documents for approval, as listed in clause no. 9.2 of “Standard
Specification for Pipeline Ball Valves (Onshore)” no. 6-71-0014 Rev 5.
1.16 Within four (4) weeks of approval date, the manufacturer shall submit three (3) hard
copies and one (1) CD of approved documents as listed in clause no. 9.2 “Standard
Specification for Pipeline Ball Valves (Onshore)” no. 6-71-0014 Rev 5.

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

Page 8 of 163
DATA SHEET NO.
DATA SHEET FOR
PIPILENE BALL VALVES A872-020-83-41-DS-0003 Rev. A
Page 1 of 2

Valve Manufacturer ----


Actuator Manufacturer ----
Valve Tag No. Refer note-6
Purchaser’s Spec. No. 6-71-0014 ANSI Rating 300#
Design Standard API 6D EIL Piping Class B24A
Face Finish of
Size, inch( NB) 2”-24” ----
Flanges
Both Ends Butt Welded as
Ends Bore Type Full Bore
per B16.25
VALVE DESIGN CONDITIONS
Corrosion Allowance, Minimum Design
1.5 (-)48 Deg C
mm Temperature, °C
Liquefied Propane /
Service Installation Above ground
Butane / LPG
Design Factor ---
VALVE OPERATOR REQUIREMENT Bonnet EXTENSION REQUIREMENT
Motor Operated Valve Extended Bonnet
Type of operator Bonnet Extension
Actuator (Refer Note-2) required (Refer Note-3)
Operator Spec. no. 6-51-0091 Length of stem
---
Operator Data Sheet A872-020-16-50-DS-9120 extension, m

VALVE MATERIAL SPECIFICATION (Equivalent or Superior)


PART DESCRIPTION MATERIAL MATERIAL OFFERED
ASTM A352 GR.LCB / ASTM
Body
A350 GR.LF2 CL. 1
Stem (Anti blow out) SS 304 / SS 316 (NO CASTING)
Ball ( solid) SS 304 / SS 316
Body Seat RPTFE
Gland (BOLTED/
RETAINED SS 304 / SS316
BY NUT & WASHER)
STEM SEAL
(RENEWABLE WITH GRAFOIL / PTFE V-RINGS +
VALVE OPEN ON GRAFOIL
STREAM)
BODY SEAL GRAFOIL / PTFE
Stud Bolts ASTM A 320 GR.L7
Nuts ASTM A194 GR 4/ GR 7
SPRING Inconel X-750
HYDROSTATIC TEST BODY : 1050 PSIG
PRESSURE SEAT : 775 PSIG
TEST PRESSURE
80 PSIG
WITH AIR

A 20.07.2017 Issued for Bids RP SYG/SRG MSG


Rev Date Revisions By Chk Approved

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

Page 9 of 163
DATA SHEET NO.
DATA SHEET FOR
BALL VALVES A872-020-83-41-DS-0003 Rev. A
Page 2 of 2

NOTES:
1. The data sheet shall be read in conjunction with valve specification, technical notes for valve,
actuator specification & actuator data sheet enclosed with the bid.
2. All motor operated valves shall have additional provision of hand wheel operation, and
extended bonnet.
3. Valves shall be provided with extended bonnets for non cold box operation as per BS 6364,
(minimum bonnet extension 250 mm above the insulation valve box).
4. All ball valves are for trunnion mounted ball design and body seat shall be spring loaded.
5. All valves shall be suitable for intended design conditions. Valve body, ball and body seat shall
be impact tested at (-) 48°C.
6. The MOV tag numbers covered by this datasheet are as follows:
Valve Actuator Opening/Closing time:

MR Size Valve Opening /


Sl. Item Code (NB) Closing Time MOV Tag Nos.
No. Inch (seconds)
010-MOV-1105, 010-MOV-1106
1 **PS180003BF1B24A 18 54-90 020-MOV-1103, 020-MOV-1104
020-MOV-1201, 020-MOV-1202
2 **PS030003BF1B24A 3 9-15 020-MOV-1203, 020-MOV-1204

7. Surface preparation & painting shall be as per specification no. 6-79-0020 (Table 15.1), suitable
for coastal marine environment under insulation.
8. The pup piece & connecting pipe details for the valves shall be as follows:

Details of Pup Piece Details of Connecting Pipe


Size
(Inch) OD WT
Material Type Material WT (mm)
(mm) (mm)

ASTM A 333 GR.6 ASTM A 333 GR.6


3” 88.9 5.49 5.49
(Seamless) (Seamless)

ASTM A 671 Gr. CC 70 ASTM A 671 Gr. CC 70 Cl.


18” 457 9.53 9.53
Cl. 32 – EFSW (SAW-L) 32 – EFSW (SAW-L)

Length of the pup piece shall be as per Specification no.6-71-0014.


9. For Electrical Power Supply Requirements please refer enclosed data sheet for MOV actuators.
10. For the welding end, the out of roundness (i.e. difference between maximum and minimum ID at
pipe end) tolerance shall be 3.0mm.

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

Page 10 of 163
DATA SHEET FOR MOV ACTUATOR Datasheet No.
(BALL VALVES) A872-020-16-50-DS-9120
PROJECT : LPG IMPORT TERMINAL AT Rev : A
HALDIA
CLIENT : M/s BPCL Page 1 of 2

PURCHASER'S DATA
LPG IMPORT TERMINAL AT
Project: Location: Outdoor
HALDIA
Client: M/s BPCL Unit: Refer Note-5
A Site conditions
1 Maximum ambient temperature: 47 °C 4 Relative humidity: 95%

2 Minimum ambient temperature: 7°C 5 Altitude above MSL: < 1000 m

3 Design ambient temperature: 45 °C 6 Environment: Highly corrosive & dusty


as applicable for refineries
B Technical particulars
1 MOV tag no. Refer Note- 5 18A Digital Control Not Required
2 Supply voltage 415V±10%,TP 19 Position indication
3 Supply frequency 50Hz ±3% Local Mechanical/LCD
indication required
4 System neutral earthing: Solidly earthed Remote Required
5 System fault level 50 kA (for 1 sec) 20 Travel limit switch Required
6 Duty S2 15 Min 21 Potential free contacts for
7 Area classification Zone 2 remote indication/ control
8 Gas group II A & II B Valve open Required
9 Temperature class T3 Valve close Required
10 Construction Flame proof Ex de Local/Remote switch Required
11 Ingress protection IP 65 (min.) Remote control Required
12 Painting Shade 632 of IS 5 Operation in progress Required
13 Fireproof requirement Not required Remote stop PB Required

MOV tag no.


Fireproof rating 22 PLC/DCS interface Required
14 Valve duty 23 Max. time of operation
Full open & close Yes Opening Refer valve data
Partial open & close Refer Valve datasheet Closing Refer valve data

15 Control requirement Local & remote 24 Cable glands & plugs for Flame proof
16 Local/Remote/Off selector switch Required unused entries & weather proof type
17 Suitability for interfacing with Not required 25 Applicable standard EIL spec 6-51-0091
2 wire control system 26 Make of MOV.: Refer Note-4
18 Setting of adjustable parameter Not required
of actuator (2 wire control system)

MANUFACTURER'S DATA
A Actuator 6 Rated torque
1 Make 7 Average load current
2 Type & Catalogue no. C Basis for sizing & selection
3 Applicable wiring diagram of actuator
4 Valve duty D Test & Approval certificates
5 Max. permissible no. of open & E MOV actuator-2 wire system Not Required
close per hour 1 Max. no. of field units per
6 Internal control supply in actuator one master station
7 Recommended backup HRC fuse 2 Max. permissible distance
B Motor between field unit & master
1 Make station
2 kW rating 3 Max. no. of control inputs &
3 Rated speed in RPM Control/ Status outputs from each field
4 Enclosure unit that can be handled through the
5 Locked rotor (starting) current 2 wire control system

A 17.07.2017 ISSUED WITH MR JM ANPS ANPS


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

Format No: EIL 1650-3007 Rev.3 Copyrights EIL - All rights reserved

Page 11 of 163
DATA SHEET FOR MOV ACTUATOR Datasheet No.
(BALL VALVES) A872-020-16-50-DS-9120
PROJECT : LPG IMPORT TERMINAL AT HALDIA Rev : A
CLIENT : M/s BPCL
Page 2 of 2
Notes :
1 The purchaser will provide single point power supply to each actuator. Any other control supply voltage required
shall be derived by the manufacturer within the actuator.
2 Remote input signals for opening/closing/stopping the MOV shall be provided through momentary closing of
potential free contacts in Purchaser's panel. Necessary controls required for running the motor for the complete
opening/ closing sequence of the valve using such input signals shall be provided by manufacturer in the actuator.
4 Following is the list of approved makes : Auma India Pvt. Ltd., Limitorque India Ltd, Auma Reister GMBH & Co. KG,
Biffi Italia S.R.L, Emerson Process Mgmt Valve actuation LLC, Flo-Tork Inc, Flowserve Limitorque,
Rotork Controls India Ltd.
5 MOV Tag Nos. & Unit numbers shall be as per table below & Job specification:

S.No. Location/Description MOV Tag Nos.

1 JETTY (HOJ-3) 010-MOV-1105, MOV-1106


020-MOV-1103, MOV-1104, MOV-1201, MOV-1202,
2 CROSS COUNTRY PIPELINE MOV-1203, MOV-1204

Format No: EIL 1650-3007 Rev.3 Copyrights EIL - All rights reserved

Page 12 of 163
DOCUMENT NO.
COMPLIANCE STATEMENT A872-000-QV-CS-9120
Page 1 of 1

REQN. FOR : BALL VALVES (API 6D)


PROJECT : LPG IMPORT TERMINAL FACILITY AT BPCL HALDIA
COMPLIANCE STATEMENT
(To be furnished by Bidder)
Sl Bidder’s
Requirement
No. Confirmation

1 This is a Zero- Deviation Bid. Bidder confirms that the


offer is in total compliance with the Technical
requirements of the Material Requisition. Bidder confirms
that any deviation expressed or implied anywhere in the
offer shall be considered null & void.

2 Bidder confirms categorical compliance to the


Specification for Ball Valves No. 6-71-0014 & Addendum
No. A872-000-83-41-AD-0014 and Datasheets for Ball
valves. Bidder confirms that all materials proposed are
same/ equivalent/ superior to those specified in
specification/ data sheets enclosed.

3 Bidder confirms that all spares and accessories required


for 2 years of normal operation of valve have been quoted
separately as per price Performa enclosed with RFQ.

4 Bidder confirms that prices for start-up/ commissioning


spares and accessories have been included in the quoted
valve items.

5 Bidder confirms that in the event of securing order for the


requisitioned item(s), the first submission of good-for-
manufacturing drawings of the ordered item(s) shall have
complete details with dimensions, part list and material list
including back-up calculations, failing which the vendor
shall be solely responsible for any likely delay in the
delivery of item(s).

Bidder's Signature with stamp

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

Page 13 of 163
DOCUMENT NO.
CHECK LIST A872-000-QV-CL-9120
Page 1 of 1

REQN. FOR : BALL VALVE (API 6D)


PROJECT : LPG IMPORT TERMINAL FACILITY AT BPCL HALDIA

CHECK LIST – Technical

Bidder confirms that, as a minimum requirement, the following documents have


been enclosed in the offer.

Complied
S. No. Requirements
by Bidder
Duly filled up, Signed and Stamped Reference List (Form-B) of
1. Yes/No
previous supply of valves (for similar design as quoted).
2. Copy of valid API-6D certificate. Yes/No
3. Duly filled-up, signed and stamped Data Sheets enclosed. Yes/No
List of recommended commissioning spares and accessories
4. Yes/No
for valves (Form-L) enclosed.
Duly filled-up, signed and stamped list of spares and
5. accessories recommended for two (2) year normal operation Yes/No
(Form-S) for valves enclosed.
Compliance Statement (A872-000-QV-CS-9120) duly filled,
6. Yes/No
signed and stamped enclosed.
GA & assembly drawings, cross section drawings including part
7. Yes/No
list & material list for the quoted Valves enclosed.
8. Seat design (blow-up) details. Yes/No
9. Support foot details and weight of valves (form F) enclosed. Yes/No
10. Data Sheet For Torque Value (Form-T) enclosed. Yes/No
Other technical details & vendor's product catalogues
11. Yes/No
enclosed.
12. Copy of Fire safe test certificate enclosed. Yes/No

To be filled, signed and stamped by the Bidder.

Bidder’s seal Signature of Bidder

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

Page 14 of 163
FORM - B

REFERENCE LIST FOR SUPPLY OF VALVES IN THE LAST SEVEN YEARS

Client
S. No. Project Valve Model Size Rating Service Year of supply
(Company Name, Address, Email, Contact Person)

To be filled, signed and stamped by Bidder

Notes:

1) Reference list for supply of Valves for the last seven years shall be furnished.

Bidder’s Seal Signature of Bidder

Page 15 of 163
FORM - L

LIST OF SPARES AND ACCESSORIES FOR START UP & COMMISSIONING OF VALVES

S. No. Item No. Description Quantity

To be filled, signed and stamped by Bidder.

Notes:
1) Bidder shall include the price of the start up and commissioning spares for valves in the quoted price for Valves.
2) Start-up and Commissioning spares including description and quantity shall be listed separately for each quoted item. List shall be provided
MR Item S. NO. wise.

Bidder’s seal Signature of Bidder

Page 16 of 163
FORM – L-1

LIST OF SPARES AND ACCESSORIES FOR START UP & COMMISSIONING FOR ACTUATORS

(TO BE FILLED SEPARATELY BY EACH PROPOSED ACTUATOR MANUFACTURER)

S. No. Item No. Description Quantity

To be filled, signed and stamped by Bidder.


Notes:
1. Bidder shall include the price of the start up and commissioning spares for actuators in the quoted price for actuators in line with the
requirements of Job Specification For MOV Actuators (Doc No: A872-020-16-50-SP-9120).
2. Start-up and Commissioning spares including description and quantity shall be listed separately for each quoted item.

Bidder’s seal Signature of Bidder

Page 17 of 163
FORM - S

LIST OF SPARES AND ACCESSORIES FOR TWO YEARS OF NORMAL OPERATION OF VALVES

S. No. Item No. Description Quantity

To be filled, signed and stamped by Bidder.

Note:
1)Bidder shall quote separately spares for two years normal operation for valves as per price schedule Performa.
2)Spares for two years normal operation including description and quantity shall be listed separately for each quoted item. List shall be
provided MR Item S. NO. wise.

Bidder’s seal Signature of Bidder

Page 18 of 163
FORM – S-1

LIST OF SPARES AND ACCESSORIES FOR TWO YEARS OF NORMAL OPERATION FOR ACTUATORS

(TO BE FILLED SEPARATELY BY EACH PROPOSED ACTUATOR MANUFACTURER)

S. No. Item No. Description Quantity

To be filled, signed and stamped by Bidder.

Note:
1) Bidder shall quote separately spares for two years normal operation for actuators as per price schedule Performa in line with the
requirements of Job Specification For MOV Actuators (Doc No: A872-020-16-50-SP-9120).
2) Spares for two years normal operation including description and quantity shall be listed separately for each quoted item.

Bidder’s seal Signature of Bidder

Page 19 of 163
Page 20 of 163
FORM - T

DATA SHEET FOR TORQUE VALUES


(TO BE FILLED SEPARATELY BY EACH PROPOSED ACTUATOR MANUFACTURER)

PLUG VALVE TORQUE


ACTUATOR GENERATED
DATA FROM PLUG VALVE VENDOR FOR FIGURES WITH A SAFETY
TORQUES (NOTE 1)
MR FACTOR OF 1.25
SR. NO. MAX MODEL
TAG NO. RUNNING BREAK RUNNING BREAK RUNNING
BREAK TORQUE [Nm] TORQUE
ALLOWABLE
TORQUE TORQUE TORQUE TORQUE
SELECTED (8)
VALVE STEM
(1) [Nm] [Nm] [Nm] [Nm] [Nm]
TORQUE [Nm]
(2) (4) (5) (6) (7)
(3)
010-MOV-1105

010-MOV-1106

020-MOV-1103
1
020-MOV-1104

020-MOV-1201

020-MOV-1202

020-MOV-1203
2
020-MOV-1204

NOTES:

1. Column numbers 1 to 5 shall be filled by the valve manufacturer. Column numbers 6, 7 & 8 shall be filled by Actuator manufacturer.
2. These figures shall be used as basis for testing the actuator performance during factory testing. The actuator acceptance would be carried out after verifying
successful testing complete plug valve with actuator assembly.
3. Actuator running torque under col. (7) shall be greater than or equal to minimum required torque indicated under col. (5) and actuator Break torque under col. (6)
shall be greater than or equal to minimum required torque under col. (4).
4. Actuator Break torque shall be less than max allowable torque for valve stem. Valve manufacturer shall ensure that valve stem is designed to withstand actuator
Break torque.
5. All values shall be indicated in Nm.

Actuator Manufacturer’s seal Signature of Actuator Manufacturer

Bidder’s seal Signature of Bidder

SHEET 1 OF 1

Page 21 of 163
STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
ENGINEERS PIPELINE BALL VALVES
INDIA LIMITED 6-71-0014 Rev. 5
1.112-ef eredffefOl..3441.0 (A Govi of Indo Undeffak , N1 (ONSHORE) Page 1 of 16

oat' •sTm qicroai

`NR teiki

STANDARD SPECIFICATION
FOR
PIPELINE BALL VALVES
(ONSHORE)

5 17.03.17
REVISED & REISSUED AS STANDARD
SPECIFICATION
/,
RB/NR
K \&-
MSG M
A
„..

r 0.•1
REVISED & REISSUED AS STANDARD
4 01.03.12 ST SKJ VM DM
SPECIFICATION
REVISED & REISSUED AS STANDARD
3 22.11.06 MKM VM AS VC
SPECIFICATION
REVISED & REISSUED AS STANDARD
2 19-10-01 MKM KKS SJ GRR
SPECIFICATION
REVISED & REISSUED AS STANDARD
1 16-12-98 LD ASr VC AS
SPECIFICATION
Standards Standards
Committee Bureau
Rev. Prepared Checked
Date Purpose Convenor Chairman
No by by
Approved by

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

Page 22 of 163
STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
ENGINEERS PIPELINE BALL VALVES
cc INDIA LIMITED 6-71-0014 Rev. 5
meant (.1.ARFA) (A Gm4 (3( India Undertaking) (ONSHORE) Page 2 of 16

Abbreviations:

ASME American Society of Mechanical Engineers


ASTM American Society for Testing and Materials
API American Petroleum Institute
BHN Brinell hardness number
DN Nominal Size
HAZ Heat Affected Zone
LC Lock Close (valve locked in full close position)
LO Lock Open (valve locked in full open position)
MSS-SP Manufacturers Standardization Society — Standard Practice
NDT Non Destructive Testing
NPS Nominal Pipe Size
RJ Ring Joint
SSPC The Society for Protective Coatings

Pipeline Engineering Standards Committee

Convenor : Mr. Vinay Mittal

Members: Mr. Brij Raj Meena


Mr. M. S. Gunjiyal
Mr. Gagan Deep Singh
Mr. Raj Kishore
Mr. S. Ghosal (Process-2)
Mr. Rajeev Kumar (PDD)
Mr. R.K. Singh (Inspection)
Mr. K.V.K. Naidu (Projects)

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

Page 23 of 163
STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
ei ENGINEERS PIPELINE BALL VALVES
INDIA LIMITED 6-71-0014 Rev. 5
(.I12n re ) (A God of India Undenakin9) (ONSHORE) Page 3 of 16

CONTENTS

1.0 SCOPE 4
2.0 REFERENCE DOCUMENTS 4
3.0 MATERIALS 5
4.0 DESIGN AND CONSTRUCTION REQUIREMENTS 6
5.0 INSPECTION AND TESTS 10
6.0 TEST CERTIFICATES 13
7.0 PAINTING, MARKING AND SHIPMENT 13
8.0 SPARES AND ACCESSORIES 14
9.0 DOCUMENTATION 14

FIG.4.9 VENT, DRAIN AND SEALANT DETAILS 15

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

Page 24 of 163
-
-

STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.


dolfRele-1 ENGINEERS PIPELINE BALL VALVES
Oge_11 laf5teg INDIA LIMITED 6-71-0014 Rev. 5
14.1WM ereant 3TISSI) (A Govt of India Undettakingt (ONSHORE) Page 4 of 16

1.0 SCOPE

This specification covers the minimum requirements for design, manufacture, testing and
supply of carbon steel ball valves of size DN 50 mm (2") and above and ANSI pressure rating
Class 150# thru 900# for use in onshore pipeline systems handling non-sour hydrocarbons in
liquid or gaseous phase including Liquefied Petroleum Gas (LPG).

2.0 REFERENCE DOCUMENTS

2.1 All valves shall be manufactured and supplied in accordance with the American Petroleum
Institute (API) Specification 6D, Twenty-Fourth Edition, August 2014, Specification for
Pipeline and Piping Valves, with additions and modifications as indicated in the following
sections of this specification.

2.2 Reference has also been made in this specification to the latest edition (edition enforce at the
time of issue of enquiry) of the following Codes, Standards and Specifications.

ASME B31.3 Process Piping.

ASME B31.4 Pipeline Transportation Systems for Liquids and Slurries.

ASME B31.8 Gas Transmission and Distribution Piping Systems.

ASME B16.5 Pipe Flanges and Flanged Fittings: NPS 1/2 through NPS 24
Metric/ Inch Standard.

ASME B 16.10 Face-To-Face and End-To-End Dimensions of Valves.

ASME B 16.25 Buttwelding Ends.

ASME B 16.34 Valves - Flanged, Threaded and Welding Ends.

ASME B16.47 Large Diameter Steel Flanges: NPS 26 through NPS 60


Metric/ Inch Standard.

API 1104 Welding of Pipelines and Related Facilities.

ASME Sec VIII Boiler and Pressure Vessel Code - Rules for Construction of
Pressure Vessels

ASME Sec IX Boiler and Pressure Vessel Code - Welding, Brazing and
Fusing Qualifications

ASTM A-370 Standard Test Methods and Definitions for Mechanical


Testing of Steel Products.

ASTM B 733 Standard Specification for Autocatalytic (Electroless) Nickel-


Phosphorous Coatings on Metal.

MSS-SP-6 Standard Finishes for Contact Faces of Pipe Flanges and


Connecting-end Flanges of Valves and Fittings.

MSS-SP-44 Steel Pipeline Flanges.

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

Page 25 of 163
STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
exii ENGINEERS PIPELINE BALL VALVES
Ogar 051-eg
laiRA eleage C151.1.44.1)
INDIA LIMITED
(A GoA Of (Atha Undertak,N) (ONSHORE)
6-71-0014 Rev. 5
Page 5 of 16

SSPC-VIS-1 Steel Structures Painting Council Visual Standard-Guide and


Reference Photographs for Steel Surfaces prepared by Dry
Abrasive Blast Cleaning.

2.3 In case of conflict between the requirements of this specification, API 6D and the Codes,
Standards and Specifications referred in clause 2.2 above, the requirements of this
specification shall govern.

3.0 MATERIALS

3.1 Material for major components of the valves shall be as indicated in Valve Data Sheet. Other
components shall be as per Manufacturer's standard (suitable for the service conditions
indicated in Data Sheet) and shall be subject to approval by Company. In addition, the
material shall also meet the requirements specified hereinafter.

All process-wetted parts, metallic and non-metallic, sealant and lubricants shall be suitable for
the service specified by the Company. Manufacturer shall confirm that all wetted parts are
suitable for treated water/seawater environment, which may be used during field testing.

Non-metallic parts of the valves (including 0-rings, soft seals etc.) intended for hydrocarbon
gas service shall be resistant to explosive decompression.

3.2 Carbon steel used for the manufacture of valves shall be fully killed.

3.3 The carbon equivalent (CE) of valve end connections which are subject to further field
welding by Company shall not exceed 0.43 on check analysis for each heat of steel used, as
calculated by the following formula:

Mn Cr + Mo +V Ni + Cu
CE(IIW) = C + +
6 5 15

3.4 Charpy V-notch test on each heat of base material shall be conducted for all pressure
containing parts such as Body, End Flanges, Stem and Welding Ends as well as Bolting
materials for pressure containing parts.
Test procedure for Charpy V-Notch Test shall conform to ASTM A370.
For Carbon Steel, alloy steel & Stainless Steel (except Austenitic Grades) Materials, The
impact test temperature shall be 0 °C or minimum design temperature indicated in valve data
sheet, whichever is lower. The average absorbed energy value of three full sized specimens
shall be 27 J (for materials with Specified Minimum Tensile Strength <100,000 psi)/ 34 J (for
materials with Specified Minimum Tensile Strength >100,000 psi). The minimum impact
energy value of any one specimen of the three specimens analysed as above, shall not be less
than 22 J (for materials with Specified Minimum Tensile Strength <100,000 psi)/ 26 J (for
materials with Specified Minimum Tensile Strength >100,000 psi).
For Low Temperature Carbon Steel Materials, The impact test temperature shall be as per
requirement of Material Standard or minimum design temperature indicated in valve data
sheet, whichever is lower. The average absorbed energy value of three full sized specimens
shall be 27 J (for materials with Specified Minimum Tensile Strength <100,000 psi)/ 34 J (for
materials with Specified Minimum Tensile Strength >100,000 psi). The minimum impact
energy value of any one specimen of the three specimens analysed as above, shall not be less
than 22 J (for materials with Specified Minimum Tensile Strength <100,000 psi)/ 26 J (for
materials with Specified Minimum Tensile Strength >100,000 psi).

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

Page 26 of 163
STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
~.,m..~ z1e9 ENGINEERS PIPELINE BALL VALVES
fge_ff laWleg
(wen riegne =Jain-A)
INDIA LIMITED
(A Govt of India Undertakong) (ONSHORE)
6-71-0014 Rev. 5
Page 6 of 16

Where the material specification requires impact values to be higher than specified in the
above paragraphs, the higher values shall apply.
For duplex & super duplex stainless steel the Charpy V-Notch test values and test temperature
shall be as per API 6D.
3.5 For Valves specified to be used for Gas service or LPG service, Hardness test shall be carried
out as per ASTM A370 for each method of manufacture and each heat of steel used in the
manufacture of valves. A full thickness cross section shall be taken for this purpose and the
maximum hardness of the materials of valve components shall not exceed 248 HV io.

3.6 For all such valves where Carbon Steel/ Low Temperature Carbon Steel is used as ball
material, the ball shall have 75 micrometers (.003 inches) thick Electroless Nickel Plating
(ENP) as per ASTM B 733 with following classification:

SC2, Type II, Class 2.

The hardness of plating shall be minimum 50 RC.

4.0 DESIGN AND CONSTRUCTION REQUIREMENTS

4.1 Valve design shall meet the requirements of API Specification 6D and shall be suitable for the
service conditions indicated in the Valve Data Sheet. The ASME Boiler & Pressure Vessel
Code, Section VIII, Division 1 shall be used to design the valve body. Allowable stress
requirements shall comply the provisions of above code. In addition, corrosion allowance
indicated in Valve Data Sheet shall be considered in valve design. The manufacturer shall
have valid license to use API monogram on valves manufactured as per API 6D.

4.2 For above ground valves, body design shall be either fully welded or bolted type. For buried
valves, valve body design shall be fully welded type only. Valve body joints with threads are
not permitted.

4.3 Ball shall be of single piece, solid type construction

4.4 Valves shall be Full bore (FB) or Reduced bore (RB) as indicated in the Valve Data Sheet.
Full bore valves shall be suitable for the passage of all types of pipeline pigs including
instrumented intelligent pigs and regular cleaning, batching and scraper pigs on regular basis
without causing damage to either the valve component or the pig. The full bore valve shall
provide an unobstructed profile for pigging operations in either direction. Full bore valves
shall be designed to minimize accumulation of debris in the seat ring region to ensure that
valve movement is not impeded.

The bore size of reduced bore valves shall be corresponding to that of a full bore valve of
smaller nominal diameter as indicated in Table 4.4 of this specification. For sizes of a
particular rating not covered in API 6D, the bore size of the reduced bore valve shall be as per
Manufacturer's standard.

TABLE - 4.4
Nominal Valve size Nominal Valve size
Nominal Valve Size Nominal Valve Size
for Reduced Bore for Reduced Bore
DN ,,,,,, (NPS1
inches, DN „,,,, (NPS1
inches, DN mm (NPS1 inches, DN „,„, (NPS1
inches,
50 (2) 40 (1.5) 600 (24) 500 (20)
80 (3) 50 (2) 650 (26) 550 (22)

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

Page 27 of 163
STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
ENGINEERS
*=sge..0 t-11

laria'at riecnie Jradskit


INDIA LIMITED
(A Govt al India Undertaking)
PIPELINE BALL VALVES
(ONSHORE)
6-71-0014 Rev. 5
Page 7 of 16

TABLE - 4.4
Nominal Valve size Nominal Valve size
Nominal Valve Size Nominal Valve Size
for Reduced Bore for Reduced Bore
DN inn, (NPS inches, .1 DN mm (NPS1 inches., DN ,,,,,, (NPS1
inches, DN ,,,,,, (NPS1
inches,

100 (4) 80 (3) 700 (28) 600 (24)


150 (6) 100 (4) 750 (30) 600 (24)
200 (8) 150 (6) 800 (32) 650 (26)
250 (10) 200 (8) 850 (34) 700 (28)
300 (12) 250 (10) 900 (36) 750 (30)
350 (14) 250 (10) 950 (38) 800 (32)
400 (16) 300 (12) 1000 (40) 850 (34)
450 (18) 350 (14) 1050 (42) 900 (36)
500 (20) 400 (16) 1200 (48) 1050 (42)
550 (22) 450 (18)

4.5 Ball mounting shall be trunnion or pivot type only. Valve design shall minimize the possibility
of debris ingress into the trunnion as far as practicable.

4.6 The valves shall either be a soft seated valve or metal seated valve or with primary metal-to-
metal contact and secondary soft seats.

For soft seated valves, Metal seat rings may be provided with soft insert. The same shall be
positively locked in position in Metal seat rings.

For valves with primary metal to metal contact and secondary soft seats, 0-rings or other seals
if used for drip tight sealing shall be encased in a suitable groove in such a manner that it can
not be removed from seat ring and there is no extrusion during opening or closing operation of
valve at maximum differential pressure corresponding to valve class rating. The seat rings
shall be so designed as to ensure sealing at low as well as high differential pressures.
4.7 Valves shall be designed to withstand a sustained internal vacuum of at least 1 (one) milli-bar
in both open and closed positions.

4.8 Valves shall have double block and bleed feature to facilitate complete flush, drain and
venting of the valve body cavity.

4.9 Full Bore valves of nominal valve size DN 200 mm (8") & above and Reduced Bore valves of
nominal valve size DN 250 mm (10") & above, shall have provision for secondary sealant
injection under full line pressure for seat and stem seals. All sealant injection connections
shall be provided with a block valve and internal non-return valve. Valve design shall have a
provision to replace the sealant injection fitting under full line pressure. Location and
arrangement of sealant point shall be as per Fig. 4.9.

4.10 Valves shall be provided with vent and drain connections. Location and arrangement of vents
and drains shall be as per Fig. 4.9. Body vent and drain shall be provided with isolation valves
(Ball or Plug type). Number and size shall be as per Fig. 4.9.

4.11 Valve design shall ensure repair of stem seals/packing under full line pressure.

4.12 Full Bore valves of nominal valve size DN 200 mm (8") & above and Reduced Bore valves of
nominal valve size DN 250 mm (10") & above, shall be equipped with support foot and lifting

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

Page 28 of 163
STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
ENGINEERS PIPELINE BALL VALVES
INDIA INDIA LIMITED 6-71-0014 Rev. 5
1i (A Govt of India Undertakig) (ONSHORE) Page 8 of 16

lugs. Tapped holes and eyebolts shall not be used for lifting lugs. Height of support foot shall
be kept minimum. The location and size of support foot/lifting lugs shall ensure unrestrictive
operation of vent/drain valves. The design of support foot shall be such that it shall take
minimum double the weight of the valve assembly.

4.13 Valve design shall be such as to avoid bimetallic corrosion between carbon steel and high
alloy steel components. Suitable insulation shall be provided as required.

4.14 The valve body cavity over-pressure shall be prevented by self-relieving seat rings/assemblies.
Valve Cavity relief pressure when added to the valve pressure rating shall not exceed 133% of
the pressure rating of the valve at its maximum specified design temperature.

4.15 a) Valve ends shall be either flanged/or butt welded or one end flanged and one end butt
welded as indicated in the Valve Data Sheet. Flanges of the flanged end cast/forged
body valves shall be integrally cast/forged with the body of the valve. Face to face/end
to end dimensions shall conform to API 6D. Face-to-face and end-to-end dimensions
for valve sizes not specified in API 6D shall be in accordance with ASME B 16.10.
Face-to-face and end-to-end dimensions not shown in API 6D or in ASME B 16.10
shall be as per Manufacturer Standard and shall be subject to approval by Company.

b) Flanged ends, if specified, shall have flanges as per ASME B16.5 for valve sizes upto
DN 600 mm (24") excluding DN 550 mm (22"), as per MSS-SP-44 for valve sizes
DN 550 mm (22") and as per ASME B 16.47 Series A for DN 650 mm (26 inches)
and above. Flange face shall be either raised face or ring joint (RJ) with raised face as
indicated in Valve Data Sheet. Flange face finish shall be serrated or smooth as
indicated in Valve Data Sheet. In case of RJ flanges, the groove hardness shall be
minimum 140 BHN.

c) Butt weld end preparation shall be as per ASME B 16.25. The thickness of the pipe to
which the valve has to be welded shall be as indicated in the Valve Data Sheet. In case
difference exists between thickness of welding ends of valve and connecting pipe, the
welding ends of valve shall have bevel preparation as per ASME B31.4 or ASME
B31.8 as applicable.

d) In case of all Butt welded end valves (including soft seated valves or valves with
primary metal to metal and secondary soft seats), actual yield strength of valve body
shall not be less than 2/3 "I of the specified minimum yield strength (SMYS) of the
connecting pipe material.

e) For soft seated valves with Butt welded end, valves shall be provided with pup pieces
on either side of length 200 mm each for size up-to 8" & 250 mm for size 10" and
above, with material as specified in valve data sheet. Length of pup piece shall be
confirmed by manufacturer so as to avoid damage to seats during field welding or post
weld heat treatment. Pup piece thickness shall be calculated for the class rating.
Vendor shall provide for each type (considering size, grade and thickness of the pup
pieces used for all offered valves) of pup piece, test rings (500 mm long) from pup
piece material for field weld procedure qualification. Valves shall be tested along-with
pup piece.

4.16 Design of weld end valves shall be such that during field welding operations, the soft seals
or plastic components of the valve (where ever used) are not liable to be damaged. The
manufacturer shall furnish necessary field welding instructions and post-weld test procedure
to demonstrate integrity and leak-tightness of valves after field welding operations.

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

Page 29 of 163
STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
ENGINEERS PIPELINE BALL VALVES
IS Ida& INDIA LIMITED
IA Govt of India Undettak , o9) (ONSHORE)
6-71-0014 Rev. 5
Page 9 of 16

4.17 Valve shall be provided with ball position indicator and stops of rugged construction at the
fully open and fully closed positions. For actuated valves, additionally mechanical means of
position indicator shall be provided.

4.18 Valves shall be suitable for either buried or above ground installation as indicated in Valve
Data Sheet.

4.19 When stem extension requirement is indicated in Valve Data Sheet, the valves shall have the
following provisions.

a) In case of below ground LTCS valves, Stem extension material shall be equivalent to
Stem Material.

b) Valves provided with stem extension shall have water proof outer casing. Length of
stem extension shall be as indicated in Valve Data Sheet. The length indicated
corresponds to the distance between centerline of the valve opening and the top of
mounting flange for valve operating device (gear operator/power actuator as
applicable).

c) Vent and drain connections and sealant injection lines shall be terminated adjacent to
the valve operator by means of suitable piping anchored to the valve body. The pipe
used shall be API 5L Gr. B / ASTM A 106 Gr. B, with Sch. 160 for carbon steel
valves and ASTM A 333 Gr. 6, with Sch. 160 for low temperature carbon steel valves.
The material for the fittings for carbon steel valves shall be ASTM A105 and material
for the fittings for low temperature carbon steel valves shall be ASTM A 350 Gr. LF2
Cl. 1. The fittings and valve ends shall be Socket Welded ANSI 6000# as per ASME
B 16.11 (for piping class upto 600#) and BW ends (for piping class 900#).

d) Stem extension and stem housing design shall be such that the complete assembly will
form a rigid unit giving positive drive under all conditions with no possibility of free
movement between valve body, stem extension or its operator.

e) Outer casing of stem extension shall have %"" or 'A" NPT plugs at the top and bottom,
for draining and filling with oil to prevent internal corrosion.

4.20 Operating Devices

a) Valves shall have a power actuator or manual operator as indicated in the Valve Data
Sheet. In case of manual operator, valve sizes, DN 100 mm (4") shall be wrench
operated and valve sizes, DN 150 mm (6") shall be gear operated. The length of the
wrench shall not be longer than twice the face-to-face or end-to-end dimension of the
valve. Each wrench-operated valve shall be supplied with wrench. Valve design shall
be such that damage due to malfunctioning of the operator or its controls will only
occur in the operator gear train or power cylinder and that damaged parts can be
replaced without the valve cover being removed.

b) The power actuator shall be in accordance with the Company Specification issued for
the purpose and as indicated in the Valve and Actuator Data Sheet. Operating time
shall be as indicated in Valve Data Sheet. Valve operating time shall correspond to
full close to full open /full open to full close under maximum differential pressure
corresponding to the valve rating. For actuated valves, the actuator's rated torque
output shall be 1.25 times the break torque required to operate the ball valve under the
maximum differential pressure corresponding to the Valve Class Rating.

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

Page 30 of 163
STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
,e_ital ENGINEERS PIPELINE BALL VALVES
svigar ofieg
AR cfremtelMJWItAt
INDIA LIMITED
(ONSHORE)
6-71-0014 Rev. 5
(A Govt of Inds Undettakvt91
Page 10 of 16

c) For the manual operator of all valves, the diameter of the hand wheel or the length of
operating wrench shall be such that under the maximum differential pressure, the total
force required to operate the valve does not exceed 350N. However, failing to meet
above requirement , vendor shall offer Gear operated valves. Manufacturer shall also
indicate the number of turns of hand wheel in case of gear operators (along with their
offer) required for operating the valve from full open to full close position. The
number of turns shall not exceed 250 for valve sizes up-to 24" and 450 for valve sizes
above 24".

d) Direction of operation of hand wheel or wrench shall be in clock-wise direction while


closing the valve. Hand wheels shall not have protruding spokes.
e) Gear operators, when provided, shall have a self-locking provision and shall be fully
encased in water proof/splash proof enclosure and shall be filled with suitable grease.
4.21 The tolerance on internal diameter and out of roundness at the ends for welded ends valves
shall be as per connected pipe specification as indicated in the Valve Data Sheet.

4.22 When indicated in Material Requisition/ Tender, valves shall have locking devices to lock the
valve either in full open (LO) or full close (LC) positions. Locking devices shall be
permanently attached to the valve operator and shall not interfere with operation of the valve.

4.23 All welds shall be made by welders and welding procedures qualified in accordance with the
provisions of ASME Section IX. The procedure qualification shall also include impact test and
hardness test when required as per Clause 3.4 and 3.5 of this specification and shall meet the
requirements as specified therein.

4.24 Repair by welding is not permitted for fabricated and forged body valves. However repair by
welding as per ASME B16.34 is permitted for cast body valves. Such repairs shall be carried
out at casting supplier's care only. Repair shall be carried out before any heat treatment of
casting is done. Repair welding procedure qualification shall also include impact test and
hardness test when required as per Clause 3.4 and 3.5 of this specification and shall meet the
requirements as specified therein. Heat treatment and radiography shall be repeated after the
weld repair.

4.25 No casting is permitted for stem and stem extension material of all valves. Valve stem shall be
capable of withstanding the maximum operating torque required to operate the valve against
the maximum differential pressure corresponding to applicable class rating. The combined
stress shall not exceed the maximum allowable stresses specified in ASME section VIII,
Division 1. For power actuated valves, the valve stem shall be designed for maximum output
torque of the selected power actuator (including gear box, if any) at valve stem.

4.26 Wherever specified for the parts of valve in valve datasheets, minimum thickness of stelliting
shall be 1.6 mm.
4.27 All soft seated valves shall be fire safe design and qualified as per API 6FA/ API 607/ ISO
10497.
4.28 Soft-seated valves shall have an antistatic device.

5.0 INSPECTION AND TESTS

5.1 The Manufacturer shall perform all inspection and tests as per the requirements of this
specification and the relevant specifications, codes, prior to shipment, at his Works. Such
inspection and tests shall be, but not limited to, the following:

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

Page 31 of 163
STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
ENGINEERS PIPELINE BALL VALVES
oge.11 05leg. INDIA LIMITED 6-71-0014 Rev. 5
MR-a riranecrt..mr-A, (A Govt of India Undettaking) (ONSHORE) Page 11 of 16

5.1.1 All valves shall be visually inspected. The internal and external surfaces of the valves shall be
free from any strikes, gouges and other detrimental defects. The surfaces shall be thoroughly
cleaned and free from dirt, rust and scales.

5.1.2 Dimensional check on all valves shall be carried out as per the Company approved drawings.

5.1.3 Chemical composition and mechanical properties shall be checked as per this specification
and relevant material standards, for each heat of steel used.

5.1.4 Non-destructive examination of individual valve material and component consisting of but not
limited to castings, forgings, plates and assembly welds shall be carried out by the
Manufacturer.

a) Body castings of all valves shall be radiographically examined as per ASME B 16.34.
Procedure and acceptance criteria shall be as per ASME B 16.34. The extent of the
radiography shall be as under:

Pressure Class Rating Valve Size Extent of Radiography


ANSI 150 # Class < DN 600 mm (24") Nil
> DN 650 mm (26") 100%
ANSI 300 # Class < DN 400 mm (16") Nil
> DN 450 mm (18") 100%
ANSI 600 # Class and above All sizes 100%
Radiography shall be performed after the final heat treatment also.

All castings shall be wet magnetic particle inspected 100% of the internal surfaces.
Method and acceptance shall comply with ASME B16.34.

b) All valves, with body fabricated from plates or made by forgings, shall be
ultrasonically examined in accordance with the procedure and acceptance standard of
Appendix IV of ASME B16.34.

All forgings shall be wet magnetic particle inspected 100% of the internal surfaces.
Method and acceptance shall comply with ASME B16.34.

c) Bodies and bonnets made by welded assembly of segments of castings, forgings,


plates or combinations thereof shall be examined, as applicable, by methods of 5.1.4
(a) for cast components or 5.1.4 (b) for forged components and plates.

5.1.5 Full inspection by radiography shall be carried out on all welds of pressure containing parts.
Acceptance criteria shall be as per ASME B 31.4 or ASME B31.8 as applicable and API 1104.

5.1.6 Welds, which in Company's opinion cannot be inspected by radiographic methods, shall be
checked by ultrasonic or magnetic particle methods and acceptance criteria shall be as per
ASME Sec. VIII, Division 1, Appendix 12 and Appendix 6 respectively.

5.1.7 a) All finished wrought weld ends subject to welding in field shall be 100%
ultrasonically tested for lamination type defects for a distance of 50 mm from the end.
Laminations shall not be acceptable.

b) Weld ends of all cast valves subject to welding in field shall be 100% radiographically
examined and acceptance criteria shall be as per ASME B16.34.

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

Page 32 of 163
STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
ta ENGINEERS
Oge.fi Wes- m INDIA LIMITED
PIPELINE BALL VALVES 6-71-0014 Rev. 5
1.11E'M CleaMe...7-12,11 (A Govt of India Undertaking) (ONSHORE) Page 12 of 16

c) After final machining, all bevel surfaces shall be inspected by dye penetrant or wet
magnetic particle methods. All defects longer than 6.35 mm are rejected, as are the
defects between 6.35 mm and 1.59 mm that are separated by a distance less than 50
times their greatest length. Rejectable defects must be removed. Weld repair of bevel
surface is not permitted.

5.1.8 All valves shall be tested in compliance with the requirements of API 6D. During pressure
testing, valves shall not have sealant lines and other cavities filled with sealant, grease or other
foreign material. The drain, vent and sealant lines shall be either included in the hydrostatic
shell test or tested independently. Test pressure shall be held for at least 30 minutes for both
Shell & Seat test. No leakage is permissible during hydrostatic testing. The body cavity self-
relieving feature meeting the requirements of clause 4.14 of this specification shall also be
checked.

5.1.9 A supplementary air seat test as per API 6D (Annex H, Para H.3.3, Type II) shall be carried
out for all valves. A bubble tight seal is required without the use of any sealant. No leakage
is allowed. Test pressure shall be held for at least 15 minutes.

5.1.10 Valves shall be subjected to Operational Torque Test as per API 6D (Annex H, Para H.6)
under hydraulic pressure equal to maximum differential pressure corresponding to the
applicable ANSI class rating of valve. It shall be established that the force required to operate
the valve does not exceed the requirements stated in section 4.20 (c) of this specification.

5.1.11 Power actuated valves shall be tested after assembly of the valve and actuator, at the valve
Manufacturer's works. At least five Open-Close-Open cycles without internal pressure and
five Open-Close-Open cycles with maximum differential pressure corresponding to the valve
rating shall be performed on the valve actuator assembly. The time for Full Open to Full
Close shall be recorded during testing. If required, the actuator shall be adjusted to ensure
that the opening and closing time is with in the limits stated in Valve Data Sheet.

Hand operator provided on the actuator shall also be checked after above testing, for
satisfactory manual over-ride performance.

These tests shall be conducted on minimum one valve out of a lot of five (5) valves of the
same size, rating and the actuator model/type. In case, the tests do not meet the requirements,
retesting/rejection of the lot shall be decided by the Company's Inspector.

5.1.12 Subsequent to successful testing as specified in clause 5.1.10 and 5.1.11 above, one (1) valve
out of the total ordered quantity shall be randomly selected by the Company Representative
for cyclic testing as mentioned below:

a) The valve shall be subjected to at least 100 Open-Close-Open cycles with maximum
differential pressure corresponding to the valve rating.

b) Subsequent to the above, the valve shall be subjected to hydrostatic test and
supplementary air seat test in accordance with clause 5.1.8 and 5.1.9.
In case this valve fails to pass these tests, the valve shall be rejected and two more valves shall
be selected randomly and subjected to testing as indicated above. If both valves pass these
tests, all valves manufactured for the order (except the valve that failed) shall be deemed
acceptable. If either of the two valves fails to pass these tests, all valves shall be rejected or
each valve shall be tested at the option of manufacturer.

Previously carried out test of similar nature shall be considered acceptable if the same has
been carried out by Manufacturer in last two years. Valves of two sizes below and two sizes

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

Page 33 of 163
STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
afaelei ENGINEERSTED PIPELINE BALL VALVES 6-71-0014 Rev. 5
Ogeji 0151eg INDIA LIMI (ONSHORE)
--, ,,,,,, e
. ,AAAAO (A GOV! of India Undedaking) Page 13 of 16

above the size of valve previously tested, and rating similar or one rating lower of valve tested
previously, shall be qualified.

5.1.13 Checks shall be carried out to demonstrate that the dissimilar metals used in the valves are
successfully insulated as per the requirement of clause 4.13 of this specification.

5.1.14 Anti-static testing for soft seated valves in accordance with H.5 of API 6D.

5.2 Company reserves the right to perform stage wise inspection and witness tests as indicated in
clause 5.1 above at Manufacturer's works prior to shipment. Manufacturer shall give
reasonable access and facilities required for inspection to the Company's Inspector. Company
reserves the right to require additional testing at any time to confirm or further investigate a
suspected fault. The cost incurred shall be to Manufacturer's account.

In no case shall any action of Company or his inspector shall relieve the Manufacturer of his
responsibility for material, design, quality or operation of valves.

Inspection and tests performed/witnessed by the Company's Inspector shall in no way relieve
the Manufacturer's obligation to perform the required inspection and tests.

6.0 TEST CERTIFICATES

Manufacturer shall submit the following certificates:


a) Mill test certificates relevant to the chemical analysis and mechanical properties of the
materials used for the valve construction as per the relevant standards.
b) Test certificates of hydrostatic and pneumatic tests complete with records of timing
and pressure of each test.
c) Test reports of radiograph and ultrasonic inspection.

d) Test report on operation of valves conforming to clause 5.1.10, 5.1.11 and 5.1.12
of this specification.

e) All other test reports and certificates as required by API 6D and this specification.

The certificates shall be considered valid only when signed by Company's Inspector. Only
those valves which have been certified by Company's Inspector shall be dispatched from
Manufacturer's works.

7.0 PAINTING, MARKING AND SHIPMENT

7.1 Valve surface shall be thoroughly cleaned, freed from rust and grease and applied with
sufficient coats of corrosion resistant paint. Surface preparation shall be carried out by shot
blasting to SA-21/2 / SSPC-SP10. For coastal area, painting shall be suitable for industrial
marine environment. For the valves to be installed underground, when indicated in Valve Data
Sheet, the external surfaces of buried portion of the valve shall be painted with 100% solid
high build epoxy with a minimum dry film thickness of 800 microns or 1.5 mm thick
polyurethane coating.

7.2 All valves shall be marked as per API 6D. The units of marking shall be metric except
nominal diameter, which shall be in inches.

7.3 Valve ends shall be suitably protected to avoid any damage during transit. All threaded and
machined surfaces subject to corrosion shall be well protected by a coat of grease or other

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

Page 34 of 163
STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
ENGINEERS PIPELINE BALL VALVES
Ogen lafiteg INDIA LIMITED 6-71-0014 Rev. 5
.Wn <Waft ,7,190.1) (A Govt of India Undertaking) (ONSHORE) Page 14 of 16

suitable material. All valves shall be provided with suitable protectors for flange faces,
securely attached to the valves. Bevel ends shall be protected with metallic or high impact
plastic bevel protectors.

7.4 All sealant lines and other cavities of the valve shall be filled with sealant before shipment.

7.5 Packaging and shipping instructions shall be as per API 6D.

7.6 On packages, following shall be marked legibly with suitable marking ink:
a) Order Number
b) Manufacturer's Name
c) Valve size and rating
d) Tag Number
e) Serial Number

8.0 SPARES AND ACCESSORIES

8.1 Manufacturer shall furnish list of recommended spares and accessories for valves required
during start-up and commissioning and supply of such spares shall be included in the price
quoted by Manufacturer.

8.2 Manufacturer shall furnish list of recommended spares and accessories required for two years
of normal operation and maintenance of valves and price for such spares shall be quoted
separately.

9.0 DOCUMENTATION
Documentation to be submitted by Manufacturer to Company is summarized below. Number
of Copies (Hard copies / soft copies etc.) shall be as indicated in CONTRACT document.

9.1 At the time of bidding, Manufacturer shall submit the following documents:
a) Reference list of similar ball valves manufactured and supplied in last seven years
indicating all relevant details including project, year, client, location, size, rating,
service etc.

b) Torque curves for the power actuated valves along with the break torque, running
torque for the valve stem and maximum allowable stem torque.

c) Copy of valid API 6D Certificate.

d) Fire Safe test certificate qualifying the valves as per API 6FA/ API 607/ ISO 10497
carried out in last 10 years shall be furnished.

e) Details of support foot including dimensions and distance from valve centreline to
bottom of support foot.

List of recommended spares required during start-up and commissioning & 2 years of
normal operation and maintenance.

9.2 After placement of order, the Manufacturer shall submit the following drawings, documents
and specifications for Company's approval:

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

Page 35 of 163
STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
ei ENGINEERS PIPELINE BALL VALVES
fge_ii leliAtg INDIA LIMITED 6-71-0014 Rev. 5
(A Govt of India Undefta*mg) (ONSHORE) Page 15 of 16

a) General arrangement & detailed sectional drawings showing all parts with reference
numbers and material specifications, overall dimensions and features. Number of
turns of hand wheel required for operating the valve from full open to full close
position for Gear Operated valves, painting/ coating scheme, Complete dimensional
details of support foot (where applicable), shall be indicated in the GA.

Manufacture of valves shall commence only after approval of the above documents. Once the
approval has been given by Company, any changes in design, material and method of
manufacture shall be notified to Company whose approval in writing of all changes shall be
obtained before the valve is manufactured.

9.3 Within 30 days from the approval date, Manufacturer shall submit to Company the approved
drawings, documents and specifications as listed in clause 9.2 above.

9.4 Prior to shipment, Manufacturer shall submit to Company following:

a) Test certificates as per clause 6.0 of this specification.

b) Manual for installation, erection, maintenance and operation instructions including a


list of recommended spares for the valves.

9.5 All documents shall be in English language only.

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

Page 36 of 163
STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
ENGINEERS PIPELINE BALL VALVES 6-71-0014 Rev. 5
Ogeji faf51-eg INDIA LIMITED
■4112A eleane ,PRISA) CA Govt of India Undertaking) (ONSHORE) Page 16 of 16

ABOVE GROUND INSTALLATION


SEALANT
INJECTION (NOTE-2)

1:
WITH PLUG

SEALANT SEALANT
INJECTION INJECTION (NOTE-2)
(NOTE-2)
DRAIN VALVE
WITH PLUG

FULL BORE VALVES NOTES:—


VALVE SIZE, DN(mm) A, DN(mm) B, DN(mm) 1 ALL VALVES (BALL OR PLUG) AND PLUGS FOR A AND
50 TO 150 - 15 B SHALL BE APPROVED BY THE PURCHASER.
200 TO 600 15 25 2 SEALANT POINTS SHALL BE PROVIDED FOR FULL
BORE VALVES OF NOMINAL VALVE SIZE 200 mm (8")
650 & ABOVE 15 40
& ABOVE AND REDUCED BORE VALVES OF NOMINAL
REDUCED BORE VALVES VALVE SIZE, DN 250 mm (10") AND ABOVE ONLY.
SEALANT LINES SHALL HAVE PROVISION TO REPLACE THE
VALVE SIZE, DN(mm) A, DN(mm) B, DN(mm,
SEALANT INJECTION FITTING UNDER FULL LINE PRESSURE.
50 TO 200 - 15 SEALANT LINES SHALL HAVE BLOCK VALVE & INTERNAL
250 TO 750 15 25 NON RETURN VALVE.
ABOVE 750 15 40 9 ALL VENT/DRAIN CONNECTION SHALL BE WELDED WITH
THE BODY.

UNDERGROUND INSTALLATION

300 350 300

GROUND BLE
PLU
—VENT VALVES
LEVEL — DRAIN VALVES

/. ,.
ik (B)
DRAIN
VE NT LILNEE
IN (A)
DRAIN LINE
(C)
-......_
— VENT VALVE

WO —DRAIN VALVE

FB VALVES DN 50 mm(2") TO DN 150 mm(6") FB VALVES >. DN 200 mm 8")


RB VALVES DN 50 mm(2") TO DN 200 mm(8") RB VALVES DN 250 mm(10")

FULL BORE (FB) VALVES NOTES:—


VALVE SIZE, DN(mm) A, DN(mm) B, DN(mm) C, DN(mm) 1 ALL VALVES (BALL OR PLUG) AND PLUGS FOR A AND
50 TO 150 - - 15 B SHALL BE APPROVED BY THE PURCHASER.
200 TO 300 25 25 - 2 SEALANT POINTS SHALL BE PROVIDED FOR FULL
350 TO 600 25 25 - BORE VALVES OF NOMINAL VALVE SIZE 200 mm (8")
650 & ABOVE 40 40 & ABOVE AND REDUCED BORE VALVES OF NOMINAL
-
VALVE SIZE, DN 250 mm (10") AND ABOVE ONLY.
SEALANT LINES SHALL HAVE PROVISION TO REPLACE THE
REDUCED BORE (RB) VALVES SEALANT INJECTION FITTING UNDER FULL LINE PRESSURE.
VALVE SIZE, DN(mm) A, DN(mm) B, DN(mm) C, DN(mm) SEALANT LINES SHALL HAVE BLOCK VALVE & INTERNAL
50 TO 200 - - 15 NON RETURN VALVE.
250 TO 400 25 25 - 3 ALL VENT/DRAIN CONNECTION IN BURIED SECTION
450 TO 750 25 25 - SHALL BE OF WELDED CONSTRUCTION. ALL PIPING
INCLUDING VALVE ENDS IN BURIED PORTIONS OF VENT &
800 & ABOVE 40 40 - DRAIN SHALL BE WELDED TYPE.
FIGURE-4.9

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

Page 37 of 163
SPECIFICATION FOR QUALITY STANDARD SPECIFICATION No.
ENGINEERS MANAGEMENT SYSTEM 6-78-0001 Rev. 1
lakgINDIA LIMITED REQUIREMENTS FROM
mren ewaire mjvam) (A Gavt at India Undertaking)

BIDDERS Page 1 of 7

64)(11 Chrlf qui ciall -51-04ff


u tea aliikrrat t ?drift'

SPECIFICATION FOR QUALITY


MANAGEMENT SYSTEM
REQUIREMENTS FROM BIDDERS

QMS QMS
1 12.03.15 General Revision Standards Standards MPJ SC
Committee Committee

QMS QMS
0 04.06.09 Issued as Standard Specification Standards Standards SCT ND
Committee Committee
Standards Standards
Committee Bureau
Rev. Checked
Date Purpose Prepared by Convener Chairman
No by
Approved by


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

Page 38 of 163
ENGINEERS SPECIFICATION FOR QUALITY STANDARD SPECIFICATION No.

INDIA LIMITED SYSTEM 6-78-0001 Rev. 1


lft2 (AG'"ind'Undelt6ung) REQUIREMENTS FROM BIDDERS Page 2 of 7

Abbreviations:

CV Curriculum Vitae
ISO International Organization for Standardization
MR Material Requisition
PO Purchase Order
PR Purchase Requisition
QA Quality Assurance
QMS Quality Management System

QMS Standards Committee

Convener: Mr. M.P. Jain

Members: Mr. A.K. Chaudhary (Insp.)


Mr. S.K. Kaul (C&P)
Mr. R.K. Trivedi (Engg.)
Mr. Ravindra Kumar (Const.)
Mr. Tilak Raj (Projects)
Mr. Vinod Kumar (CQA)

Copyright EIL — All rights reserved


Format No. 8-00-0001-F1 Rev. 0

Page 39 of 163
ENGINEERS SPECIFICATION FOR QUALITY STANDARD SPECIFICATION No.
Igar llks INDIA LIMITED SYSTEM 6-78-0001 Rev.
Oiren
'A
Govt
At ' nth' Und"k"V) REQUIREMENTS FROM BIDDERS Page 3 of 7

CONTENTS

Clause Title Page


No.
1.0 SCOPE 4
2.0 DEFINITIONS 4
3.0 REFERENCE DOCUMENTS 4
4.0 QUALITY MANAGEMENT SYSTEM — GENERAL 4
5.0 QUALITY SYSTEM REQUIREMENTS 4
6.0 AUDITS 7
7.0 DOCUMENTATION REQUIREMENTS 7

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

Page 40 of 163

el ENGINEERS SPECIFICATION FOR QUALITY STANDARD SPECIFICATION No.


$1g-zg faReg INDIA LIMITED MANAGEMENT SYSTEM 6-78-0001 Rev. 1
own 120.2 .I J40.9) IA GOVt of India Undertaking) REQUIREMENTS FROM BIDDERS Page 4 of 7

1.0 SCOPE

This specification establishes the Quality Management System requirements to be


met by BIDDER for following purpose:

• QMS requirements to be met by suppliers/contractors after award of work/


during contract execution.

2.0 DEFINITIONS
2.1 Bidder

For the purpose of this specification, the word "BIDDER" means the person(s), firm,
company or organization who is under the process of being contracted by EIL /
Owner for delivery of some products (including service). The word is considered
synonymous to supplier, contractor or vendor.

2.2 Project Quality Plan

Document tailored from Standard Quality Management System Manual of BIDDER,


specifying how the quality requirements of the project will be met.

2.3 Owner

Owner means the owner of the project for which services / products are being
purchased and includes their representatives, successors and assignees.

3.0 REFERENCE DOCUMENTS



6-78-0002 Specification for Documentation Requirements from
Contractors
6-78-0003 Specification for Documentation Requirements from Suppliers

4.0 QUALITY MANAGEMENT SYSTEM — GENERAL

Unless otherwise agreed with EIL / Owner, the BIDDER proposed quality system
shall fully satisfy all relevant requirements of ISO 9001 "Quality Management
Systems — Requirements." Evidence of compliance shall be current certificate of
quality system registration to ISO 9001 or a recent compliance audit recommending
registration from a certification agency. The quality system shall provide the
planned and systematic control of all quality related activities for execution of
contract. Implementation of the system shall be in accordance with BIDDER'S
Quality Manual and PROJECT specific Quality Plan.

5.0 QUALITY SYSTEM REQUIREMENTS


5.1 BIDDER shall prepare and submit for review / record, Project Quality Plan / Quality
Assurance Plan for contracted scope / job. The BIDDER'S Quality Plan shall
address all of the applicable elements of ISO 9001, identify responsible parties
within BIDDER'S organization, for the implementation / control of each area,
reference the applicable procedures used to control / assure each area, and verify
the documents produced for each area. The Project Quality Plan shall necessarily
define control or make reference to the relevant procedures, for design and
engineering, purchase, documentation, record control, bid evaluation, inspection,
production/manufacturing, preservation, packaging and storage, quality control at

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

Page 41 of 163

ENGINEERS SPECIFICATION FOR QUALITY STANDARD SPECIFICATION No.

INDIA LIMITED MANAGEMENT SYSTEM 6-78-0001 Rev. 1


(A Gavt of India undertaking' REQUIREMENTS FROM BIDDERS Page 5 of 7

construction site, pre-commissioning, commissioning and handing over (as


applicable) in line with contract requirement and scope of work.

5.2 BIDDER shall identify all specified or implied statutory and regulatory requirements
and communicate the same to all concerned in his organization and his sub
contractor's organization for compliance.

5.3 BIDDER shall deploy competent and trained personnel for various activities for
fulfillment of PO / contract. BIDDER shall arrange adequate infrastructure and work
environment to ensure that the specification and quality of the deliverable are
maintained.

5.4 BIDDER shall do the quality planning for all activities involved in delivery of order.
The quality planning shall cover as minimum the following:

Resources
Product / deliverable characteristics to be controlled.
Process characteristics to ensure the identified product characteristics are
realized
Identification of any measurement requirements, acceptance criteria
Records to be generated
Need for any documented procedure

The quality planning shall result into the quality assurance plan, inspection and test
plans (ITPs) and job procedures for the project activities in the scope of bidder.
These documents shall be submitted to EIL/Owner for review/approval, before
commencement of work.

5.5 Requirements for sub-contracting / purchasing of services specified in contract /


tender shall be adhered to. In general all outsourced items will be from approved
vendors of EIL. Wherever requirements are not specified, or approved sub vendors
do not exist, the sub-contractor shall establish and maintain a system for purchasing
/ sub-contracting to ensure that purchased product / service conforms to specified
requirements. Criteria for selection of sub-contractor, evaluation, re-evaluation,
maintenance of purchasing data and verification of purchased product (sub-
contractor services), constitute important components of this requirement.

5.6 BIDDER shall plan and carry production and service provision under controlled
conditions. Controlled conditions shall include, as applicable

the availability of information that describes the characteristics of the product


the availability of work instructions
the use of suitable equipment
the availability and use of monitoring and measuring devices
the implementation of monitoring and measurement
the implementation of release, delivery and post-delivery activities

5.7 BIDDER shall validate any processes for production and service provision where
resulting output cannot be verified by subsequent monitoring and measurement.
This includes any process where deficiencies become apparent only after the
product is in use or service has been delivered.

5.8 BIDDER shall establish a system for identification and traceability of product /
deliverable throughout product realization. Product status with respect to inspection
and testing requirements shall be identified.


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

Page 42 of 163

ei ENGINEERS SPECIFICATION FOR QUALITY STANDARD SPECIFICATION No.

lge.ji id5fez INDIA LIMITED MANAGEMENT SYSTEM 6-78-0001 Rev. 1


Oren erRRIZ .71.1.113,70 IA Govt of India undettaking) REQUIREMENTS FROM BIDDERS Page 6 of 7

5.9 BIDDER shall identify, verify, protect and safeguard EIL / Owner property (material /
document) provided for use or incorporation into the product. If any Owner / EIL
property is lost, damaged or otherwise found to be unsuitable for use, this shall be
reported to the EIL / Owner.

5.10 BIDDER shall ensure the conformity of product / deliverable during internal
processing and delivery to the intended destination. Requirements mentioned in the
tender shall be adhered to.

5.11 BIDDER shall establish system to ensure that inspection and testing activities are
carried out in line with requirements. Where necessary, measuring equipments
shall be calibrated at specified frequency, against national or international
measurement standards; where no such standard exists, the basis used for
calibration shall be recorded. The measuring equipments shall be protected from
damage during handling, maintenance and storage.

5.12 BIDDER shall ensure effective monitoring, using suitable methods, of the processes
involved in production and other related processes for delivery of the scope of
contract.

5.13 BIDDER shall monitor and measure the characteristics of the product/deliverable to
verify that product requirement has been met. The inspection (stage as well as
final) by BIDDER and EIL / Owner personnel shall be carried out strictly as per the
ITPs forming part of the contract. Product release or service delivery shall not
proceed until the planned arrangements have been satisfactorily completed, unless
otherwise approved by relevant authority and where applicable by Owner / EIL.

5.14 BIDDER shall establish and maintain a documented procedure to ensure that the
product which does not conform to requirements is identified and controlled to
prevent its unintended use or delivery

5.15 All non-conformities (NCs) / deficiencies found by the BIDDER'S inspection /


surveillance staff shall be duly recorded, including their disposal action shall be
recorded and resolved suitably. Effective corrective and preventive action shall be
implemented by the BIDDER so that similar NCs including deficiencies do not recur.

5.16 All deficiencies noticed and reported by EIL / Owner shall be analyzed by the
BIDDER and appropriate corrective and preventive actions shall be implemented.
BIDDER shall intimate EIL / Owner of all such corrective and preventive action
implemented by him.

5.17 BIDDER should follow the standards, specifications and approved drawings.
Concessions/Deviations shall be allowed only in case of unavoidable circumstances.
In such situations Concession/deviation request must be made by the BIDDER
through online system of EIL eDMS. URL of EIL eDMS is
http://edocx.eil . co . in/vportal.

5.18 BIDDER shall have documented procedure for control of documents.

5.19 All project records shall be carefully kept, maintained and protected for any damage
or loss until the project completion, then handed over to EIL / Owner as per contract
requirement (Refer Specification Nos. 6-78-0002 - Specification for Documentation
Requirements from Contractors and 6-78-0003 - Specification for Documentation
Requirements from Suppliers), or disposed as per relevant project procedure.

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

Page 43 of 163

ENGINEERS SPECIFICATION FOR QUALITY STANDARD SPECIFICATION No.


ei MANAGEMENT SYSTEM
IftJr
kif51ft. INDIA LIMITED 6-78-0001 Rev. 1
wirer riraxem3Tmil (A Goof of India UndertakIngi
REQUIREMENTS FROM BIDDERS Page 7 of 7

6.0 AUDITS

BIDDER shall plan and carry out the QMS audit for the job. Quality audit programme
shall cover design, procurement, construction management and commissioning as
applicable including activities carried out by sub-vendors and sub-contractors. This
shall be additional to the certification body surveillance audits carried out under
BIDDER'S own ISO 9001 certification scheme.

The audit programmes and audit reports shall be available with bidder for scrutiny
by EIL / Owner. EIL or Owner's representative reserves the right to attend, as a
witness, any audit conducted during the execution of the WORKS.

In addition to above EIL, Owner and third party appointed by EIL/Owner may also
perform Quality and Technical compliance audits. BIDDER shall provide assistance
and access to their systems and sub-contractor / vendor systems as required for this
purpose. Any deficiencies noted shall be immediately rectified by BIDDER.

7.0 DOCUMENTATION REQUIREMENTS

BIDDER shall submit following QMS documents immediately after award of work
(Within one week) for record / review by EIL / Owner.

Organization chart (for complete organization structure and for the project)
Project Quality Plan/Quality Assurance Plan
Job specific Inspection Test Plans, if not attached with PR
Job Procedures
Inspection/Test Formats

In addition to above QMS documents, following documentation shall be maintained


by the BIDDER for submission to EIL / Owner on demand at any point of time during
execution of the project.

Quality Manual
Certificate of approval for compliance to ISO: 9001 standard
Procedure for Control of Non-conforming Product
Procedure for Control of Documents
Sample audit report of the QMS internal and external audits conducted during
last one year
Customer satisfaction reports from at least 2 customers, during the last one
year
Project QMS audit report
Technical audit reports for the project
Corrective action report on the audits

Documents as specified above are minimum requirements. BIDDER shall submit


any other document/data required for completion of the job as per EIL/Owner
instructions.

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

Page 44 of 163
SPECIFICATION FOR STANDARD SPECIFICATION No.

∎31 ENGINEERS DOCUMENTATION
ligar lafgesW INDIA LIMITED 6-78-0003 Rev. 1
(411W1 292,51V MIJ‘10571) Govt o India Undertalongj
REQUIREMENTS FROM
SUPPLIERS Page 1 of 8

affr irewufat 74ER


*mat t feitu
SPECIFICATION FOR
DOCUMENTATION REQUIREMENTS
FROM SUPPLIERS

C)(415----2
QMS QMS
1 12.03.15 General Revision Standards Standards SC
Committee Committee

QMS QMS
0 04.06.09 Issued as Standard Specification Standards Standards SCT ND
Committee Committee
Standards Standards
Comm ifte Bureau
Rev. Prepared Checked
Date Purpose Convener Chairman
No by by
Approved by

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

Page 45 of 163
SPECIFICATION FOR STANDARD SPECIFICATION
(t,ft. ENGINEERS
1i laWGNIIY INDIA LIMITED
ogire, efiTIWAnowAl (A Govt of Into Undertaking(
DOCUMENTATION
REQUIREMENTS FROM
No.
6-78-0003 Rev. 1
SUPPLIERS Page 2 of 8

Abbreviations:

DCI - Document Control Index


eDMS - Electronic Document Management System
FOA Fax of Acceptance
HOD Head of Division / Department
IC Inspection Certificate
IRN Inspection Release Note
ITP Inspection and Test Plan
LOA Letter of Acceptance
MOU Memorandum of Understanding
MR Material Requisition
PO Purchase Order
PR Purchase Requisition
PVC Polyvinyl Chloride
QMS Quality Management System
TPIA Third Party Inspection Agency
URL Universal Resource Locator

QMS Standards Committee

Convener: Mr. M.P. Jain

Members: Mr. A.K. Chaudhary (Insp.)


Mr. S.K. Kaul (C&P)
Mr. R.K. Trivedi (Engg.)
Mr. Ravindra Kumar (Const.)
Mr. Tilak Raj (Projects)
Mr. Vinod Kumar (CQA)

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

Page 46 of 163

SPECIFICATION FOR STANDARD SPECIFICATION


ei ENGINEERS DOCUMENTATION No.
Oaez idiWIeg INDIA LIMITED 6-78-0003 Rev. 1
011E71 ewaxedaagem)

(A Govt of India Undertaking) REQUIREMENTS FROM
SUPPLIERS Page 3 of 8

CONTENTS


Clause Title Page
No.
1.0 SCOPE 4
2.0 DEFINITIONS 4
3.0 REFERENCE DOCUMENTS 4
4.0 DOCUMENTATION REQUIREMENTS 4

Attachments
Format for completeness of Final Documentation Format No. 3-78-0004


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

Page 47 of 163
SPECIFICATION FOR STANDARD SPECIFICATION
dol ENGINEERS DOCUMENTATION No.
5'gzir tlf5ltu INDIA LIMITED 6-78-0003 Rev. 1
I.VOM (A Govt of Intha Undertakongt REQUIREMENTS FROM
SUPPLIERS Page 4 of 8

1.0 SCOPE
This specification establishes the Documentation Requirements from Suppliers.
All documents/data against the PO / PR / MR shall be developed and submitted to
EIL/Owner by the suppliers for review / records, in line with this specification.

2.0 DEFINITIONS

2.1 Supplier

For the purpose of this specification, the word "SUPPLIER" means the person(s),
firm, company or organization who is under the process of being contracted by EIL /
Owner for delivery of some products (including service). The word is considered
synonymous to bidder, contractor or vendor.

2.2 Owner

Owner means the owner of the project for which services / products are being
purchased and includes their representatives, successors and assignees.

3.0 REFERENCE DOCUMENTS

6-78-0001 Specification for Quality Management System Requirements


from Bidders

4.0 DOCUMENTATION REQUIREMENTS

4.1 Documents/Data to be Submitted by the Supplier

4.1.1 The Supplier shall submit the documents and data against the PO/PR/MR as per the
list given in respective PO/PR/MR.

4.1.2 Review of the supplier drawings by EIL would be only to review the compatibility with
basic designs and concepts and in no way absolve the supplier of his
responsibility/contractual obligation to comply with PR requirements, applicable
codes, specifications and statutory rules/regulations. Any error/deficiency noticed
during any stage of manufacturing/execution/installation shall be promptly corrected
by the supplier without any time and cost implications, irrespective of comments on
the same were received from EIL during the drawing review stage or not.

4.1.3 Unless otherwise specified, submission of documents for Review/Records shall


commence as follows from the date of Fax of Intent / Letter of Intent/ Fax of
Acceptance (FOA)/ Letter of Acceptance (LOA):
QMS - 1 week
Drawing/Document Control Index - 2 weeks
Other Documents/Drawings - As per approved Drawing/Document Control
Index/Schedule

4.1.4 Documents as specified in PO/PR/MR are minimum requirements. Supplier shall


submit any other document/data required for completion of the job as per EIL/Owner
instructions.

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

Page 48 of 163
SPECIFICATION FOR STANDARD SPECIFICATION
ENGINEERS DOCUMENTATION No.
'7f 11 INDIA LIMITED 6-78-0003 Rev. 1
I OfiTt cYeawlnn (A Govt of India UndenakIngi REQUIREMENTS FROM
SUPPLIERS Page 5 of 8

4.2 Style and Formatting

4.2.1 All Documents shall be in ENGLISH language and in M.K.S System of units.

4.2.2 Before forwarding the drawings and documents, contractor shall ensure that the
following information are properly mentioned in each drawing:
Purchase Requisition Number
Name of Equipment / Package
Equipment / Package Tag No.
Name of Project
Client
Drawing / Document Title
Drawing / Document No.
Drawing / Document Revision No. and Date

43 Review and Approval of Documents by Supplier

4.3.1 The Drawing/Documents shall be reviewed, checked, approved and duly


signed/stamped by supplier before submission. Revision number shall be changed
during submission of the revised supplier documents and all revisions shall be
highlighted by clouds. Whenever the supplier require any sub-supplier drawings to be
reviewed by EIL, the same shall be submitted by the supplier after duly reviewed,
approved and stamped by the supplier. Direct submission of sub-supplier's drawings
without contractor's approval shall not be entertained.

4.4 Document Category

4.4.1 Review Category

Following review codes shall be used for review of supplier Drawings/Documents:

Review Code 1 No comments. Proceed with manufacture/


fabrication as per the document.
Review Code 2 Proceed with manufacture/fabrication as per
commented document. Revised document
required.
Review Code 3 Document does not conform to basic
requirements as marked. Resubmit for review
R Document is retained for Records. Proceed
with manufacture/fabrication.
V Void

4.5 Methodology for Submission of Documents to EIL/Owner

4.5.1 Document Control Index (DCI)

Supplier shall create and submit Document Control Index (DCI) for review based on
PO/PR/MR along with schedule date of submission of each drawing/document on EIL
eDMS. The DCI shall be specific with regard to drawing/document no. and the exact
title. Proper sequencing of the drawings/documents should be ensured in schedule
date of submission.


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

Page 49 of 163

SPECIFICATION FOR STANDARD SPECIFICATION


r1.7
-14 ENGINEERS DOCUMENTATION No.
51g-a feff5leg INDIA LIMITED 6-78-0003 Rev. 1
1.17,124ifflsrefloJOORI1 IA GUN. of India Undertaking, REQUIREMENTS FROM
SUPPLIERS Page 6 of 8

4.5.2 Submission of Drawings/Documents


Drawings/documents and data shall be uploaded on the EIL eDMS Portal as per DCI.
The detail guidelines for uploading documents on EIL eDMS Portal are available on
following URL

http://edocx.eil.co.in/vportal

4.5.3 Statutory Approvals

Wherever approval by any statutory body is required to be taken by Supplier, the


Supplier shall submit copy of approval by the authority to EIL.

4.5.4 Details of Contact Persons of Supplier

After placement of order supplier shall assign a Project Manager for that order. The
details are to be filled online through the portal. The details include e-mail address,
mailing address, telephone nos., fax nos. and name of Project Manager. All the system
generated emails pertaining to that order shall be sent to the assigned Project
Manager.

4.5.5 Schedule and Progress Reporting

Supplier shall submit monthly progress report and updated procurement, engineering
and manufacturing status (schedule vs. actual) every month, beginning within 2 weeks
from FOA/LOA. In case of exigencies, EIL/Owner can ask for report submission as
required on weekly/fortnightly/adhoc basis depending upon supply status and supplier
shall furnish such reports promptly without any price implication. Format for progress
report shall be submitted by the Supplier during kick off meeting or within one week of
receiving FOA/LOA, whichever is earlier.

4.5.6 Quality Assurance Plan/Inspection and Test Plan


Inspection and test plans (ITP) attached if any, to the MR/PR are to be followed.
However for cases wherein ITPs have not been attached with MR/PR, Supplier shall
submit within one week of receiving FOA/LOA, the Quality Assurance Plan for
manufacturing, covering quality control of critical bought out items/materials,
inspection & testing at various stages of production, quality control records and site
assembly & testing as may be applicable to the specific order and obtain approval
from concerned Regional procurement Office of EIL/third party inspection agency, as
applicable.
For Package equipment contracts, the supplier shall prepare a list of items/
equipments and their inspection categorization plan for all items included in the scope
of supply immediately after receipt of order and obtains approval for the same from
EIL. The items shall be categorized into different categories depending upon their
criticality for the scope of inspection of TPIA and/or EIL.
4.5.7 Inspection Release Note (IRN)/ Inspection Certificate (IC)
IRN/ IC shall be issued by EIL Inspector/ third party inspection agency on the basis of
successful inspection, review of certificates as per specifications & agreed quality plan
(as applicable) and only after all the drawings/documents as per DCI are submitted
and are accepted under review code-1 or code R. Supplier shall ensure that necessary
documents/manufacturing and test certificates are made available to EIL/TPIA as and
when desired.

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

Page 50 of 163
SPECIFICATION FOR STANDARD SPECIFICATION
ENGINEERS DOCUMENTATION No.
Ogell 0151jeg INDIA LIMITED 6-78-0003 Rev. 1
1.127, owtore o43frosso IA Govt of India Unclettalong) REQUIREMENTS FROM
SUPPLIERS Page 7 of 8

Note: Non fulfilling above requirement shall result into appropriate penalty or with-
holding of payment as per conditions of PO/PR/MR.

4.5.8 Transportation Plan


Transportation Plan for Over Dimensional Consignments (ODC), if any, shall be
submitted within 2 weeks of receiving FOA/LOA, for approval. Consignment with
parameters greater than following shall be considered as over dimensional.

Dimensions: 4 meters width x 4 meters height x 20 meters length

Weight : 32 MT

4.6 Final Documentation


4.6.1 As Built Drawings
Shop changes made by Supplier after approval of drawings under `Code 1' by EIL and
deviations granted through online system , if any, shall be marked in hard copies of
drawings which shall then be stamped 'As-built' by the supplier. These 'As-built'
drawings shall be reviewed and stamped by EIL Inspector/ TPIA also. Supplier shall
prepare scanned images files of all marked — up 'As — built' drawings. Simultaneously
Supplier shall incorporate the shop changes in the native soft files of the drawings
also.
4.6.2 As Built Final Documents
As built final documents shall be submitted as listed in PO/PR/MR.
4.6.3 Packing/Presentation of Final Documents
Final Documents shall be legible photocopies in A4, A3 size only. Drawings will be
inserted in plastic pockets (both sides transparent, sheet thickness minimum 0.1 mm)
with an extra strip of 12 mm wide for punching so that drawings are well placed.
Final Documentation shall be bound in Hard board Plastic folder(s) of size 265 mm x
315 mm (101 /2 inch x 12 1 /2 inch) and shall not be more that 75 mm thick. It may be of
several volumes and each volume shall have a volume number, index of volumes and
index of contents of that particular volume. Where number of volumes are more,
90mm thickness can be used. Each volume shall have top PVC sheet of minimum
0.15 mm thick duly fixed and pressed on folder cover and will have 2 lever clip. In
case of imported items documents, 4 lever clip shall also be accepted. All four corners
of folders shall be properly metal clamped. Indexing of contents with page numbering
must be incorporated by supplier. Spiral/Spico bound documents shall not be
acceptable. As mentioned above, books should be in hard board plastic folders with
sheets punched and having 2/4 lever clips arrangement.
Each volume shall contain on cover a Title Block indicating package Equipment Tag
No. & Name, PO/Purchase Requisition No., Name of Project and Name of Customer.
Each volume will have hard front cover and a reinforced spine to fit thickness of book.
These spines will also have the title printed on them. Title shall include also volume
number (say 11 of 15) etc.
4.6.4 Submission of Soft Copies
Supplier shall submit to EIL, the scanned images files as well as the native files of
drawings/documents, along with proper index.


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

Page 51 of 163
SPECIFICATION FOR STANDARD SPECIFICATION
(L:ED'D ENGINEERS No.
lig ar idf5les
I MT
C,'
INDIA UMITED
riernfO7IJOCFAI IA Govt of India Undertaking)
DOCUMENTATION
REQUIREMENTS FROM 6-78-0003 Rev. 1
SUPPLIERS Page 8 of 8

In addition to hard copies, Supplier shall submit electronic file (CD-ROM) covering soft
copies of all the final drawings and documents, all text documents prepared on
computer, scanned images of all important documents (not available as soft files), all
relevant catalogues, manuals available as soft files (editable copies of drawings/text
documents, while for catalogues/manuals/proprietary information and data, PDF files
can be furnished).
All the above documents shall also be uploaded on the EIL eDMS portal.
4.6.5 Completeness of Final Documentation
Supplier shall get the completeness of final documentation verified by EIUTPIA and
attach the Format for Completeness of Final Documentation (Format No. 3-78-0004)
duly signed by EIL Inspector or TPIA as applicable to the document folder.


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

Page 52 of 163

COMPLETENESS OF FINAL
fEr) ENGINEERS DOCUMENTATION
$afg7:11 tel5leg
Men eRali• 4,30.0
INDIA LIMITED
(A Gort of hula Undertakog)

COMPLETENESS OF FINAL DOCUMENTATION

Name of Supplier/Contractor
Customer
Project
EIL's Job No.
Purchase Order No./
Contract No.

Purchase Requisition No./


Tender No. Rev. No. :

Name of the Work/


Equipment

Tag. No.
Supplier's/ Contractor's
Works Order No.

Certified that the Engineering Documents/ Manufacturing & Test Certificates submitted by the
supplier are complete in accordance with the Vendor Data Requirements of Purchase
Requisition.

Signature Signature
Date Date
Name Name
Designation Designation
Department Department

Supplier/Contractor EIL/TPIA

arTilittl/APPROVED
gTffTeR/ Sig
eilegiltk
tvi . ...........
.....
4/ Name: ......... .. . ......
..................
f4-41--/ Date: ..... ••••••• .... ......

Format No. 3-78-0004, Rev. 1/ 12.03.2015 Copyright EIL — All rights reserved

Page 53 of 163
ADDENDUM TO STANDARD DOCUMENT No.
SPECIFICATION NO. 6-44-0014 A872-020-83-41-AD-0014 Rev 0
REV. 6 (STANDARD
SPECIFICATION FOR PIPELINE Page 1 of 3
BALL VALVES (ONSHORE))

M/s BHARAT PETROLEUM CORPORATION LIMITED

ADDENDUM TO STANDARD SPECIFICATION NO. 6-44-0014


REV. 5
(STANDARD SPECIFICATION FOR
PIPELINE BALL VALVES (ONSHORE))

0 19.07.2017 Issued as Addendum to Specification DM SD MSG


Rev. Checked Approved
Date Purpose Prepared by
No by by

Page 54 of 163
ADDENDUM TO STANDARD DOCUMENT No.
SPECIFICATION NO. 6-44-0051
REV. 6 (TECHNICAL NOTES FOR A872-020-83-41-AD-0014 Rev 0
PIPES) Page 2 of 3

CONTENTS

1.0 AMENDMENTS/ ADDITIONALREQUIREMENTS .....................................3

Page 55 of 163
ADDENDUM TO STANDARD DOCUMENT No.
SPECIFICATION NO. 6-44-0051
REV. 6 (TECHNICAL NOTES FOR A872-020-83-41-AD-0014 Rev 0
PIPES) Page 3 of 3

1.0 AMENDMENTS/ADDITIONAL REQUIREMENTS

Following amendments/ additional requirements shall be applicable:

1.1.1 The Table in Clause No. 5.1.4(a) of Specification No. 6-44-0014, Revision 5,
stands replaced as under:

Pressure Class Rating Valve Size Extent of Radiography

ANSI 300 # Class All sizes 100%

Page 56 of 163
Document No.
JOB SPECIFICATION (ELECTRICAL)
MOV ACTUATOR A872-020-16-50-SP-9120
Rev. A
Page 1 of 4

JOB SPECIFICATION
(ELECTRICAL)
FOR
MOV ACTUATORS
(MR No. – A872-020-QV-MR-9120)

PROJECT : LPG IMPORT TERMINAL AT HALDIA


OWNER :M/s BPCL

JOB NO. : A872

A 17.07.2017 ISSUED WITH MR JM ANPS ANPS


Rev. Prepared Checked Approved
Date Purpose
No by by by

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

Page 57 of 163
Document No.
JOB SPECIFICATION (ELECTRICAL)
MOV ACTUATOR A872-020-16-50-SP-9120
Rev. A
Page 2 of 4

1. GENERAL
1.1 The specification defines the basic requirements of the electrical works in vendor’s scope
for the MOV (to be installed in various units as mentioned in the list below). This job
specification shall be read in conjunction with EIL standard specifications, data sheets and
documents attached with the Material Requisition. In case of any conflict amongst various
documents enclosed with MR, the most stringent requirement shall govern and Owner/EIL
decision in this regards shall be final.
1.2 The equipment shall conform to this specification, enclosed data sheets and standard
specifications.
2. SCOPE
2.1 Vendor’s scope, in each case, shall include sizing, design, engineering, manufacturing,
supply, testing at manufacturer’s works, packing and delivery at site of MOV actuators for
Ball valves including supply of all commissioning spares, mandatory spares, special tools
& tackles and quotation for two years recommended spares as per the specifications and
data sheets enclosed with the requisition.
2.2 Vendor shall supply cable glands and tinned copper crimping type lugs for equipment
supplied by them. For outdoor equipment, double compression type Nickel plated brass
FLP cable glands shall be supplied.
3. EXCLUSIONS
3.1 Supply of feeders for MOV Actuators.
3.2 Supply and laying of all power, control, signal cables from field to Substation & Control
room.

4. SPECIAL REQUIREMENTS
4.1 The MOV’s shall comply with EIL Spec.6-51-0091; Data sheet A872-020-16-50-DS-9120
and shall meet the specific requirements as indicated against respective MOV Tag Nos. in
the table below:
Gas
Area
Group, Power and Control Fireproofing
S.NO MOV TAG No. Classific
Temp. cable size requirement
ation
Class
Refer List at the
Not Required
1. end of the Zone 2 II A/II B, T3 During Drawing Review
document
4.2 All MOVs specified in the package shall be Flameproof (Ex-de) type with minimum ingress
protection IP-65. All Flame proof equipment shall conform to the requirements of IS/IEC
60079-1 & 60079-0.
4.3 All MOVs shall have cable entries for one power cable and minimum two control cables.
Exact number of cables and sizes shall be finalized during detailed engineering.
Provisions, as required in Vendor’s equipment for termination of the same, shall be made
accordingly without any cost & time implications to Owner. Unused cable entries shall be
sealed with flameproof blanking plugs to be supplied by vendor.
4.4 Limit switch for full open/full close of MOV to be provided.
4.5 All the equipment indigenous and imported shall have a valid statutory approval of
CCOE/PESO and copies of the same (CCOE/PESO) shall be furnished during detailed
engineering stage which is mandatory as per local rules/regulations.

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

Page 58 of 163
Document No.
JOB SPECIFICATION (ELECTRICAL)
MOV ACTUATOR A872-020-16-50-SP-9120
Rev. A
Page 3 of 4

4.6 Flameproof cable glands and blanking plugs to be supplied with actuator shall meet all the
requirement of IS/IEC-60079.
4.7 Paint shade shall be dark admiralty grey shade 632 of IS-5/ RAL 7031
5. SPARES

5.1 Commissioning spares for all electrical equipments are included in Vendor’s scope of
supply and shall be included in the base price. List of the same shall be furnished with the
offer.
5.2 Vendor shall submit a list with unit prices of recommended spares for two years of normal
operation for all electrical equipment along with their bid.

6. ATTACHMENTS:
Sr. No. Title Document No. Rev.
1. Data Sheet – MOV Actuators A872-020-16-50-DS-9120 A
2. Data Sheet – Load Data Format A872-020-16-50-DS-9121 A
3. Vendor Data Requirement A872-020-16-50-VR-9120 A
4. Specification for Electrical Motor
6-51-0091 4
operated Valve Actuators
5. Inspection & test plan for electrical motor
6-81-1091 2
operated valve actuators

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

Page 59 of 163
Document No.
JOB SPECIFICATION (ELECTRICAL)
MOV ACTUATOR A872-020-16-50-SP-9120
Rev. A
Page 4 of 4

LIST OF MOV

S.No SIZE RATING QUANTITY TAG NO. POWER SUPPLY


415V±10%, 50Hz ±3%,
010- MOV-1105 Three Phase (TP) AC supply,
010-MOV-1106 Solid earthed,
020-MOV-1103 System Fault level:- 50 kA
1. 18” 300#
6 020-MOV-1104 (for 1 sec)
020-MOV-1201
020-MOV-1202

020-MOV-1203
3. 3” 300# 2 020-MOV-1204 DO

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

Page 60 of 163
VENDOR DATA REQUIREMENTS Document No.
A872-020-83-41-VDR-9120
FOR Rev. A
MOTOR OPERATED BALL VALVES (API
6D) Page 1 of 3

VENDOR DATA REQUIREMENTS


FOR
MOTOR OPERATED BALL VALVES (API 6D)

A 20-JUL-2017 ISSUED FOR BIDS VS DM MSG


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

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

Page 61 of 163
VENDOR DATA REQUIREMENTS Document No.
A872-020-83-41-VDR-9120
FOR Rev. A
MOTOR OPERATED BALL VALVES (API
6D) Page 2 of 3

VENDOR DATA REQUIREMENTS

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

POST ORDER
S. WITH WITH
N DESCRIPTION FOR FOR DATA REMARKS
BID
O. REVIEW RECORD BOOK
(FINAL)
1. Detailed sectional drawing showing all parts
with reference numbers and material
specification of Valve, Weight of valve
2. Assembly drawings with overall dimensions
and features, Number of handwheel turns for
full open/close, Weight of Valve & Actuator
assembly
3. Form B, L, S, F & T
4. Duly Filled-in Compliance Statement A872-000-
QV-CS-9120
5. Duly Filled-in Check List A872-000-QV-CL-
9120
6. Copy of valid API 6D Certificate
7. Copy of valid API 6FA/ API 607/ ISO 10497
Certificate NOT OLDER THAN 10 YEARS
FROM BID DUE DATE
8. Installation, Operation & Maintenance manuals
containing all certified drawings and documents
including prolonged storage procedure
9. Other technical details & vendor's product
catalogues enclosed
10. Quality Assurance Plan
11. Test certificates : Material Test Certificates
12. Test certificates : Non destructive test reports
13. Test certificates : Hydrostatic Test Certificate
14. Test certificates : Mechanical Performance Test
Reports
15. Test certificates : Type Test certificate for
electrical items
16. Test certificates : Dimensional check
17. Test certificates : Any other Test report
18. Bill of Materials
19. Painting Procedure
20. As built drawings
21. Weight of assembly
22. Filled -up Data Sheets, duly signed and
stamped
23. Body to tail piece & shell thickness calculation
for valves
Format No. EIL-1642-1924 Rev.1 Copyright EIL - All rights reserved

Page 62 of 163
VENDOR DATA REQUIREMENTS Document No.
A872-020-83-41-VDR-9120
FOR Rev. A
MOTOR OPERATED BALL VALVES (API
6D) Page 3 of 3

POST ORDER
S. WITH WITH
N DESCRIPTION FOR FOR DATA REMARKS
BID
O. REVIEW RECORD BOOK
(FINAL)
24. Vendor shall submit MTC for valve body
material along with valve GAD in first
submission. Vendor shall indicate actual yield
strength of valve body material in the Valve
GAD.

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 - 6-78-0002: Specification for documentation requirements from Contractors.
7. Refer - 6-78-0003: Specification for documentation requirement from Suppliers.
8. All drawings & documents shall be submitted in A4 or A3 paper sizes. Documents in higher paper size shall
be submitted in exceptional circumstances or as indicated in the MR/Tender.
9. Post order- The schedule of drawing / data submission shall be mutually agreed between EIL & the bidder /
contractor / supplier during finalization of Document Control Index (DCI).
10. "@" indicates submission of documents to Inspection Agency.
11. Bill of Material shall form part of the respective drawing.
12. Also refer other department's VDR :-
13. Electrical

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

Page 63 of 163
Document No.
VENDOR DATA REQUIREMENTS A872-020-16-50-VDR-9120
FOR Rev. B
MOV ACTUATOR Page 1 of 3

VENDOR DATA REQUIREMENTS


FOR
MOV ACTUATOR

B 18-JUL-2017 ISSUED WITH MR JM ANPS ANPS


A 18-JUL-2017 ISSUED WITH MR JM ANPS ANPS
Rev. Date Purpose Prepared by Checked by Approved by
No.

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

Page 64 of 163
Document No.
VENDOR DATA REQUIREMENTS A872-020-16-50-VDR-9120
FOR Rev. B
MOV ACTUATOR Page 2 of 3

VENDOR DATA REQUIREMENTS

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

POST ORDER
S. WITH WITH
N DESCRIPTION FOR FOR DATA REMARKS
BID
O. REVIEW RECORD BOOK
(FINAL)
1. Schedule of Vendor Documents
2. Data Sheets (Duly filled-in)
3. G.A.Drawings and mounting details of
actuators
4. Wiring and Connection diagrams
5. Test Records
6. Type Test Certificates for Flameproof/
Explosionproof equipment
7. Inspection & Test Plan (ITP) -For review by Refer Note-'*'
Inspection Dept.
8. List of Maintenance Spares
9. List of Special Tools & Tackles
10. Equipment storage procedure at site
11. Data Books/ Manuals : Installation Manual and
Standards
12. Data Books/ Manuals : Operating/ Maintenance
Manual
13. Data Books/ Manuals : Catalogues/ Brochures
indicating complete technical details and data
for actuator selection
14. Details of fireproofing, if specified in data sheet

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. 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.
6. 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).
7. "@" indicates submission of documents to Inspection Agency.
8. Bill of Material shall form part of the respective drawing.

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

Page 65 of 163
Document No.
VENDOR DATA REQUIREMENTS A872-020-16-50-VDR-9120
FOR Rev. B
MOV ACTUATOR Page 3 of 3

9. '*' indicates the following:


a. Equipments whose ITP is attached with Contract -ITP for respective equipment shall be followed. Therefore,
no ITP is to be furnished for review for those equipments.
b. Equipments whose ITP is not attached with Contract-Manufacturer's ITP shall be submitted by Packager/
Vendor/Contractor to respective Regional Procurement Office (RPO) near to manufacturer's works for approval
by EIL Inspection.
10. All technical details and documents furnished with bids shall be treated as data for engineering. These shall
however be subject to Purchasers review after order placement and bidder shall comply to MR/Tender
requirements without any cost & time implication to EIL/Owner.

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

Page 66 of 163
SPECIFICATION FOR STANDARD SPECIFICATION NO.
ENGINEERS
Og-ar la
Ws `40ir INDIA LIMITED
IA GOA of India Undertaking)
ELECTRICAL MOTOR OPERATED
VALVE ACTUATORS
6-51-0091 Rev. 4
Page 1 of 10

re1W1 1:frU "Clch arra

SPECIFICATION
FOR
ELECTRICAL MOTOR OPERATED
VALVE ACTUATORS

REVISED AND ISSUED AS STANDARD BRB


4 25-03-14 RG
SPECIFICATION
REVISED AND ISSUED AS STANDARD VC
3 27-08-07 AM SKG JMS
SPECIFICATION
REVISED AND ISSUED AS STANDARD
2 16-09-02 VCB JMS VPS SKG
SPECIFICATION
REVISED AND ISSUED AS STANDARD
1 03-04-97 RKM VPS SG A.SONI
SPECIFICATION
0 17-12-84 ISSUED AS STANDARD SPECIFICATION ADS SG SGG
Standards Standards
Rev. Prepared Checked Committee Bureau
Date Purpose by Convenor Chairman
No by
Approved by

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

Page 67 of 163
SPECIFICATION FOR STANDARD SPECIFICATION NO.
ENGINEERS
INDIA LIMITED ELECTRICAL MOTOR OPERATED 6-51-0091 Rev. 4
IA Govt of InEia Undertaking)
VALVE ACTUATORS Page 2 of 10

Abbreviations:

CEA Central Electricity Authority


CIMFR Central Institute of Mines & Fuel Research
DGMS Director General of Mines & Safety
FM Factory Mutual Research Corporation
IEC International Electrotechnical Commission
LCIE Laboratoire Central des Industries Electriques
MOV Motor operated valve
PESO Petroleum and Explosives Safety Organisation
PVC Poly Vinyl Chloride
UL Underwriters Laboratory

Electrical Standards Committee

Convener: Mr. B.R. Bhogal


Members: Ms. S. Anand
Mr. Parag Gupta
Mr. M. K. Sahu
Mr. A.K. Choudhury (Inspection)
Ms. N.P. Guha (Projects)

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

Page 68 of 163
SPECIFICATION FOR STANDARD SPECIFICATION NO.
11 ENGINEERS
51g-ar 22e'g INDIA LIMITED ELECTRICAL MOTOR OPERATED 6-51-0091 Rev. 4
INTRT IA Govt of Ind. undertak.g) VALVE ACTUATORS Page 3 of 10

CONTENTS

1.0 SCOPE 4

2.0 CODES AND STANDARDS 4

3.0 GENERAL REQUIREMENTS 4

4.0 SITE CONDITIONS 4

5.0 POWER SUPPLY 5

6.0 TECHNICAL SPECIFICATIONS 5

7.0 EQUIPMENT FOR CLASSIFIED HAZARDOUS AREAS 8

8.0 FIREPROOFING 9

9.0 INSPECTION, TESTING AND ACCEPTANCE 9

10.0 PACKING AND DESPATCH 10

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

Page 69 of 163
SPECIFICATION FOR STANDARD SPECIFICATION NO.
ENGINEERS
zlf Ofjig INDIA LIMITED ELECTRICAL MOTOR OPERATED 6-51-0091 Rev. 4
NRTII A771112. 7.1.3.70.1/ Govt of India Undotto«..9) VALVE ACTUATORS Page 4 of 10

1.0 SCOPE
The scope of this specification covers design, manufacture, assembly, shop testing and supply
of electrical motor operated valve actuators intended for fully/ partially opening and closing
valve duty with inching facility.

2.0 CODES AND STANDARDS


2.1 The equipment shall comply with the requirements of latest revision of the following
standards issued by BIS (Bureau of Indian Standards) unless specified otherwise:

IS 5 Colours for ready mixed paints and enamels


IS 325 Three-phase Induction Motors
IS 4691 Degrees of protection provided by enclosure for rotating electrical machinery
IS 4722 Rotating electrical machines- Specification
IS 5571 Guide for Selection of Electrical Equipment for Hazardous area
IS 9334 Electric Motor Operated Actuators
IS 13947 Low Voltage Switchgear and Controlgear
(Parts-1, 3, 4 & 5)

2.2 In case of imported equipment, the standards of the country of origin shall be applicable if
these standards are equivalent or more stringent than the applicable Indian standards.

2.3 The equipment shall also conform to the provisions of Central Electricity Authority
Regulation - 2010 and other statutory regulations currently in force in the country.

2.4 In case Indian standards are not available for any equipment, standards issued by IEC/ BS/
VDE/ IEEE/ NEMA or equivalent agency shall be applicable.

2.5 In case of any contradiction between various referred standards/ specifications/ data sheets and
statutory regulations, the most stringent requirement shall govern and decision of Owner in
this regard shall be final and binding.

3.0 GENERAL REQUIREMENTS


3.1 The offered equipment shall be brand new with state of the art technology having a proven
field track record. No prototype equipment shall be offered.

3.2 Vendor shall ensure availability of spare parts and maintenance support services for the
offered equipment for at least 10 years from the date of supply.

3.3 Vendor shall give a notice of at least one year to the end user of equipment and EIL before
phasing out the product/ spares to enable the end user to place order for spares and services.

3.4 The vendor shall be responsible for design, engineering and manufacturing of the complete
actuator to fully meet the intent and requirements of this specification and attached data sheets.

4.0 SITE CONDITIONS


The electrical motor operated valve actuators shall be suitable for operating under site
conditions as specified in the requisition and data sheet. If not specifically mentioned therein,
a design ambient temperature of 40°C and an altitude not exceeding 1000m above mean sea
level shall be considered.

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

Page 70 of 163
SPECIFICATION FOR STANDARD SPECIFICATION NO.
ENGINEERS
IMI51-eg INDIA LIMITED ELECTRICAL MOTOR OPERATED 6-51-0091 Rev. 4
.T7PrFla,f7 ,01.3vo.a, IA Govl of lncba Undertalong) VALVE ACTUATORS Page 5 of 10

5.0 POWER SUPPLY


The electrical motor operated valve actuators shall be suitable for power supply at 415V ±
10%, 50 Hz ± 3%, 3 phase, unless specified otherwise in the data sheet.

6.0 TECHNICAL SPECIFICATIONS

Each MOV actuator shall include the motor, actuator unit, gears, position indicators, limit
switches, handwheel, electrical starter and controls, terminal box etc. as a self-contained unit.
The actuator shall be sized to provide adequate torque and/ or thrust to ensure the complete
intended travel of the valve under the worst operating and electrical power supply conditions.

6.1 Motor

6.1.1 The motor shall be 3-phase squirrel cage induction type unless specified otherwise in the data
sheet. It shall have totally enclosed non-ventilated and surface cooled construction.

6.1.2 The motor shall be designed for valve actuator service with high starting torque and shall be
suitable for Direct on line starting. It shall be rated for S2-15 minute duty and shall conform to
IS 325 or equivalent international standards.

6.1.3 The actuator assembly shall be provided with Thermostat(s) embedded in it to achieve
protection of motor against over-temperature.

6.1.4 The motor shall be suitable for starting under required torque with 75% of rated voltage at
motor terminals.

6.1.5 The motor shall have class 'F' insulation with temperature rise limited to class `B' limits.
Motor winding shall be treated to resist corrosive agents and moisture.

6.1.6 Motor rotor shall preferably be of die-cast aluminium and, if brazed, shall be free from
phosphorous.

6.1.7 Motor installed in actuator shall be rated for minimum of 60 starts/stop per hour. This is
minimum requirement of actuator envisaged for ON-OFF duty only.

6.1.8 In case of intrusive type actuator, anti-condensation heater shall be provided irrespective of IP-
65 enclosure. However, in case of non-intrusive type actuator, space heater is not required.

6.2 Integral Starter and Control Transformer

The reversing starter, control transformer and local controls shall be integral with the valve
actuator, unless specified otherwise in the data sheet. Solid state control of valve actuator and
electrically isolated interface for remote control requirement shall be provided, wherever these
features exist in manufacturer's design.

The integral starter shall be supplied with the following devices:

a) Electrically and mechanically interlocked reversing contactors for opening and closing
operations
b) Control transformer with necessary tapping and protected with suitable easily
replaceable fuses
c) Terminal block for external cable connection fully prewired for internal devices of
valve actuator.
d) MOV Actuators operating with AC power supply shall be provided with Instantaneous
Phase reversal protection.

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

Page 71 of 163
SPECIFICATION FOR STANDARD SPECIFICATION NO.
G1 ENQNEERS
f&A 02eg INDIA LIMITED ELECTRICAL MOTOR OPERATED 6-51-0091 Rev. 4
1.27, t-ircnr, Onalow3,7 IA Govt of india Undertalong)
VALVE ACTUATORS Page 6 of 10

6.3 Integral Push Button, Selector switches, Indications and Control devices

The following local control devices shall be provided integral with the MOV actuator:

a) Push buttons for `Opening/ Closing/ Stop' or alternatively `Open/ Close' selector
switch
b) `Local/ Off/ Remote' selector switch, pad-lockable in each position
c) Local continuous position indication from `Valve fully open' to `Valve fully closed'
position, which may be of analogue or digital type using mechanical indication/
Indicating lamps/ LEDs.

6.4 Torque and Travel Limit Switches

Torque limit switches shall be provided to protect the motor from over-loading by cutting-off
the power supply to motor during opening and closing operations. The limit switches shall be
preset. However, it shall be possible to set the value of maximum torque during closing from
50% to 100% of rated torque of actuators. Travel limit switch shall be provided to cut-off the
power supply to the motor at the end of preset limit of valve travel. The switches shall be
provided with requisite number of potential-free contacts for valve actuator operation and for
indication on remote panels as specified in data sheet. Instead of mechanical torque limit
switches, magnetic pulse counter/encoders to measure and control the stroke of actuator may
be provided, wherever this feature exists in manufacturer's design.

6.5 Control Facilities

The internal controls and monitoring circuits shall be incorporated within the integral starter
along with transformer and control unit of valve actuator.

Remote control facility shall be provided as a standard feature. The remote control circuits
shall be powered from internally derived control supply voltage. Common status contact
indicating the availability of the MOV actuator for remote control shall be provided by
monitoring the following:

Loss of one or more phases of power supply


Loss of control circuit supply
Selector switch in local mode
Local stop push button set to `Off
Motor thermostat tripped
Any other local fault/ abnormal condition.

Where applicable, one number hand-held infrared/blue tooth remote programming device
required for site commissioning and reconfiguring (without the need of removal of the MOV
cover) shall be supplied for each group of 10 valve actuators (subject to minimum one
infrared/ Bluetooth remote setting device, even if number of valve actuators are less than ten).

6.6 Interface with Owner's PLC/DCS / REMOTE PUSH BUTTON STATION

Potential free contacts for the following shall be provided in actuator assembly for hardwire
interface with Owner's DCS/PLC and/or Remote Push Button station:-

a) Run indication
b) Trip indication — 2 Nos.
c) Open status — 2 Nos.
d) Close status — 2 Nos.
e) Ready to start indication
f) Torque high indication

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

Page 72 of 163
-

SPECIFICATION FOR STANDARD SPECIFICATION NO.


ENQNEERS
Ogzirmmarl&f5Erdg INDIA LJMITED ELECTRICAL MOTOR OPERATED 6-51-0091 Rev. 4
,r2a5zt a57.~ Govt of Ind. Undettakng) VALVE ACTUATORS Page 7 of 10

g) Thermostat status
h) Open command — 2 Nos.
i) Close command — 2 Nos.
j) Local/Remote

6.7 Hand Operation

A hand wheel with hand/ auto lockable lever shall be provided for emergency operation of the
MOV. The energisation of the motor shall automatically re-engage power operation.

6.8 Two-Wire Control system

Where specified in the data sheet, the MOV actuators shall be suitable for 2-wire control
system. These actuators shall have individual field units connectable to a master station
through a single 2-core cable loop for control and monitoring of the MOVs. The vendor shall
indicate the maximum number of field units that can be connected to a master station and the
maximum distance from the field unit to the master station. The vendor shall also indicate
maximum number of control inputs and control/ status outputs from each field unit that can be
handled through the 2-wire control system.

Each field unit/ MOV actuator shall be addressable from the master station through a unique
address code. A11 the field settable/ adjustable parameters of the MOV actuator shall be
settable from the master station. Similarly all the indications available on the MOV actuator
shall be available at the master station. Full diagnostic features for the MOV actuators shall be
available from the master station as well.

Suitable redundancy feature shall be provided, such that in case of a single fault at any
location in the cable, the field unit continues to communicate with the master station. The
master station shall be suitable for hook-up with the plant DCS system.

6.9 Digital Control System

If specified in data sheet, electric actuator shall be provided with an integrally mounted device
providing digital connectivity with Owner's PLC/DCS for actuator control, status indication &
monitoring. In this case, master station is not required any more. The control device shall meet
the appropriate recognized protocol or BUS standards. Selection of protocol shall be as per
data sheet only. Typical protocol/buses include:-

- Modbus RTU
- Profibus DP
- Device Net
Foundation FieldBus

Terminal for hardwired communication shall also be provided in addition to digital


communication facility.

6.10 Remote Position Indicator

If requirement of remote position indication is specified in the data sheet, a 4-20 mA remote
position transmitter shall be provided in the valve actuator and a continuous position indicator
for mounting in purchaser's remote panel shall be supplied as a loose item. The remote
position indicator shall continuously indicate the position of travel of the valve.

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

Page 73 of 163
SPECIFICATION FOR STANDARD SPECIFICATION NO.
ENQNEERS
r 02-a'g INDIA LIMITED ELECTRICAL MOTOR OPERATED 6-51-0091 Rev. 4
NR71 F.1312 21513PLIM IA Govt ol India Unclettaiong)
VALVE ACTUATORS Page 8 of 10

6.11 Nameplate

Each motorized valve actuator shall be provided with a stainless steel nameplate furnishing
the following details, attached firmly to it at a place convenient for reading:

a) Actuator tag number as per data sheet


b) Motor kW rating, motor short time rating, motor supply voltage, nominal motor phase
current, auxiliary switch rating
c) Maximum torque setting
d) Actuator enclosure type, lubricant type
e) Actuator type, wiring diagram number/ catalogue number, actuator serial number.

A separate nameplate shall be provided for hazardous area application.

6.12 The enclosure of complete MOV actuator including motor, integral starter, control
transformer unit and all control devices shall have minimum IP-65 degree of protection
which shall include the `0' ring for complete environmental protection.

6.13 Wiring and Terminals

A11 devices provided in the actuator shall be wired up to the terminal block. The contacts
for remote operation and indication shall also be wired up to the terminal block.
Minimum 10% spare terminals shall be provided for future interlocks. Internal wiring
for power and control circuits shall be appropriately sized for MOV actuator rating.
Each wire shall be identified at both ends using PVC ferrules. The terminal
compartment shall be separated from the inner electrical components of the actuator by
means of a watertight seal so that the actuator electrical components are protected from
the ingress of moisture and foreign materials when the terminal cover is removed during
installation and maintenance.

6.14 The actuator shall be provided with minimum five adequately sized cable entries viz.,
one for power cable and two for control cables. However, the actual number of control
cable entries in actuators with 2-wire control system shall be provided based on job
requirements as specified in data sheets/specification for control systems for MOVs.
Suitable double compression cable glands shall be provided with each actuator for all
cable entries and sealing plugs for all control cable entries. The cable glands and plugs
shall be made of Nickel-plated brass. Plastic plugs shall not be acceptable.

7.0 EQUIPMENT FOR CLASSIFIED HAZARDOUS AREAS

7.1 Actuators meant for hazardous areas shall meet the requirements of IS 5571, IEC 60079 or
equivalent international standards and shall be suitable for Gas groups and Temperature class
as specified in the data sheet. Gas group IIB and Temperature class T3 (200°C) shall be
considered if not indicated in data sheet. The manufacturer shall possess valid test certificates
issued by a recognized independent test house (CIMFR/ Baseefa/ LCIE/ UL/ FM or
equivalent) for the offered actuators. A11 indigenous equipment shall conform to Indian
standards and shall have been tested and certified by Indian testing agencies. All equipment
(indigenous and imported) shall also have valid statutory approvals as applicable for the
specified hazardous locations from Petroleum and Explosives Safety Organisation (PESO /
DGMS) or any other applicable statutory authority. All indigenous flameproof equipment
shall have valid BIS license and corresponding marking as required by statutory authorities.

7.2 Apart from the nameplate indicating the tag no., a separate nameplate shall also be provided
on each actuator to indicate the details of the testing agency (CIMFR or equivalent), test
certificate number with date, statutory approval number with date, approval agency (PESO /

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

Page 74 of 163
SPECIFICATION FOR STANDARD SPECIFICATION NO.
k5-1P_Jt.7 (r=,,) ENGINEERS
122es, INDIA LIMITED ELECTRICAL MOTOR OPERATED 6-51-0091 Rev. 4
(A Govl of India UndertaInng)
VALVE ACTUATORS Page 9 of 10

DGMS), BIS license number with date, applicable Gas group and Temperature class etc. The
nameplates shall be riveted/ fixed with screws and not pasted. In case any of the standard
details listed above are embossed on the enclosures, the same need not be repeated.

8.0 FIREPROOFING

8.1 Electric actuators shall be provided with fire proofing if specified in data sheet. The fire
proofing shall be rated for 30 minutes. Arrangement can be made by Intumescent paint/fire
resistant blankets/fire resistant boxes. Specific requirement of fire proofing arrangement shall
be mentioned in data sheet. In general case, if only fire proofing is required, Intumescent paint
(brand name: - K-Mass/ERS/Equivalent) shall be provided. The required certificates for the
fireproof rating shall be furnished from an independent test laboratory.

8.2 MOV Actuators with fireproofing shall be suitable for termination of mica insulated fire
survival type power and control cables.

9.0 INSPECTION, TESTING AND ACCEPTANCE

9.1 The equipment shall be subject to inspection by EIL/ Owner or by an agency authorized by the
owner. Manufacturer shall furnish all necessary information concerning the supply to EIL/
Owner's inspector. During the course of manufacturing, the purchaser or his authorized
representative shall be free to visit the works and assess the progress of work and the
manufacturer shall render him all possible assistance to do so.

9.2 Following routine tests shall be carried out at the manufacturers' works under his supervision
and at his own cost for all the actuators:-

9.2.1 Functional and calibration test for torque and limit switches

9.2.2 Response time test

9.2.3 Variation of supply voltage

9.2.4 Variation of frequency

9.2.5 Test on output shaft at 100% torque

9.2.6 Tests for motor(As per relevant IS/IEC)

9.3 Following type test certificates of offered model of actuator shall be submitted for review &
approval:-

9.3.1 Life test

9.3.2 Test on motor terminal box

9.3.3 Damp heat recycling test

Two weeks' notice shall be given to Owner / EIL for witnessing the final testing of the
complete assembly to ensure satisfactory operation of the MOV actuators. Type test
certificates shall be furnished during detailed engineering. Final acceptance of MOVs at site
shall be subject to successful testing of the MOV actuators with the valves.

9.4 Type test certificates, original drawings referred in certificates and statutory approval
certificates and BIS license, where applicable, shall be shown to the inspection agency on
demand. The certificates and BIS license must be valid at the time of dispatch.

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

Page 75 of 163
SPECIFICATION FOR STANDARD SPECIFICATION NO.
ENGINEERS
Og-ar ffit1.j-e'g INDIA LIMITED ELECTRICAL MOTOR OPERATED 6-51-0091 Rev. 4
F221512 217130,1571) IA Govl of Ind. undenakng) VALVE ACTUATORS Page 10 of 10

9.5 Test certificates of bought-out components shall be shown to the inspection agency on
demand.

10.0 PACKING AND DESPATCH

A11 the equipment shall be divided into multiple sections for protection and ease of handling
during transportation. The equipment shall be properly packed for the selected mode of
transportation, i.e. by ship, rail or trailer. The equipment shall be wrapped in polythene sheets
before being placed in crates/ cases to prevent damage to finish. The crates/ cases shall have
skid bottoms for handling. Special notations such as `Fragile', `This side up', `Center of
gravity', `Weighe, `Owner's particulars', `PO no.' etc. shall be clearly and indelibly marked
on the packages together with other details as per purchase order.

The equipment may be stored outdoors for long periods before installation. The packing shall
be completely suitable for outdoor storage in areas with heavy rains and high ambient
temperature unless otherwise agreed. In order to prevent movement of equipment/ components
within the crates, proper packing supports shall be provided. A set of instruction manuals for
erection, testing and commissioning, a set of operation and maintenance manuals and a set of
final drawings shall be enclosed in a waterproof cover along with the shipment

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

Page 76 of 163
Document No.
A872-020-16-50-LL-9120
CHECKLIST Rev. No. A
(ELECTRICAL) Page 1 of 2

CHECK LIST (ELECTRICAL)


FOR
MOV ACTUATORS
(BALL VALVES)

PROJECT : LPG IMPORT TERMINAL AT


HALDIA
OWNER :M/s BPCL

JOB NO. : A872

BIDDER'S
SL.NO. COMMENT / QUERY CONFIRMATION /
ANSWER

A 17.07.2017 ISSUED WITH MR. JM ANPS ANPS


Prepared Reviewed Approved
Rev Date Purpose
by by by

Page 77 of 163
Document No.
A872-020-16-50-LL-9120
CHECKLIST Rev. No. A
(ELECTRICAL) Page 2 of 2

Confirm that valid test certificates for the offered hazardous


area actuators i.e. Ex (de) suitable for gas gr.IIA/IIB and
1.0 temp.Cl.T3 and approval certificates from PESO/CCOE are
available and same shall be shown to inspector during
inspection and furnished as part of final documentation.
Confirm that you have attached filled up electrical load data
2.0
format giving actuator load data with the offer.
3.0 Pl. confirm compliance to the following:
3.1 EIL standard specification 6-51-0091.
Purchaser specified data in the datasheet for actuator (Ball
3.2
valves) (A922-020-16-50-DS-9120).
Inspection & test plan for electrical motor operated valve
3.3
actuators (6-81-1091).
Confirm that the type of cable gland along with plugs for
unused entries (the cable size for the gland shall be
4.0 informed to bidder during detailed engg.) to be supplied by
bidder along with each of the valve actuator shall be double
compression, flameproof, Ex(d) type.
Confirm that you have furnished list of spares recommended
for two years of operation and maintenance of the
equipment, along with recommended quantity and unit price,
5.0
for the actuators. Please ensure that two years’ spares
required for normal operation are quoted separately and are
not included in item price.
Confirm that commissioning spares, if required, (Spares
which would be necessary during commissioning of the
6.0
actuator and associated hardware, as envisaged by you) are
included along with equipment supply.

Page 78 of 163
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use.EIL-1650-1281, Rev 1 A4-210x297.

ELECTRIC LOAD DATA

A 17.07.2017 ISSUED FOR MR JM ANPS ANPS


REV DATE PURPOSE BY CHECKED APPROVED
Plant: LPG IMPORT DRAWING NO Date REV
TERMINAL AT HALDIA
Electric Load Data A872-020-16-50-DS-9121 A
ENGINEERS INDIA LIMITED Location: HALDIA
Sheet 1 of 2
NEW DELHI Client: M/s BPCL
Format No.: EIL-1650-1281 Rev. 2 Copyright EIL - All rights reserved

Page 79 of 163
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use.EIL-1650-1281, Rev1 A4-210 X 297

1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18
S.no Tag no. Service Nor- Type of Manufacturer Eqpt. Mounting Drive Rated GD of Desi- End Min Dri Mot. Motor
mal / eqpt.:Pump/Cent of equipment Status arrgmt. speed Rot. gn of Rec. ver dir.
Std.by .comp./Recip.co r.p.m. Part kg- abs. curve kW of incl of Rated Speed
mp./blower etc. m Shaft /max motor Yes rot. kW rpm
kW KW /No (from
nde)

Legend for Equipment status: # : Based on offer @ : Based on formal data * : Estimated Sheet X of X
Plant LPG IMPORT TERMINAL DRAWING NO Date REV
ENGINEERS INDIA LIMITED AT HALDIA
NEW DELHI Location: HALDIA Electric Load Data A872-020-16-50-DS-9121 A
Client: M/s BPCL Sheet 2 of 2
Format No.: EIL-1650-1281 Rev. 2 Copyright EIL - All rights reserved

Page 80 of 163
Copyright EIL — All rightsreserved
0'Aold Ld- 1. 000-00-8'oN leauod

Page 81 of 163
Aq pemuddv
o
O
Z o
o <

eelqwwoo

cn

cn
co

o
uoneluawaidw! JOi panssi
C>

800Z.Z630

c-)
panss!ed pue pes!Aeu Z 1. 0Z '90'6Z
STANDARD SPECIFICATION NO.

4 n
CD 0 5
• 00 r-' t•I' E71 '6 (
'--S ■-
-6' ;-1
' '.71 " '-ri ril c:,nnnnoo oo>cr
•C cr, ,-o
Hnnn
ozi 'F)' H r-t 4 ("•» -ci H ,-ri rn ._,, rri (-) 7, > cli '7,
Cr CD n '-0 H H H E.:1 rn C/D rID
eb 0 .4- ■-■
trl ,.,.
.-1 0 E. (!
)
rn .1 ril AD
:-.
(-) > c.
r7 o .
= ril
t=,
làD
tl

()

0'Aa2:1 Ld- 1000-00-9 'oN


0
5`—;:,, 0 5" '-' '.1.1 ›.11 '.11 rri (-) CD
(-)CDr) r)
•-•
co > co >
4 4 ,,,, -,.' CD `.< 9
•••1 '0 C:D.
r-r• cD CD cD •-t 5 8- E.:
on : ;
1 o E
"S '. 0 cn ‘-<
cr)
z t-t -• -•
rD) CD ri5 t-ci cr/i,' • - -F o o, . , '''
9
c 1-', .0
>- ' (1,

cp
-t =
FD''
rri 1•••-1 .
,i 0
: .R
r2
,... s:,› CfQ QD •-• z-
,. 0., p_D_ . o (1) rp t'D 0: <
cn •-•
o H, co -t- CD (D og .-t
-1 tw v)
t--(i) ''. CD ,._ 0 ■-•• cp »
CD 0 4) CfQ ,, ,
t-b = •-,., Cl CA
CD r, ,•-r- (•
:_t) rw ./,
, '5'• CD
o --
cn '-' • -t 1 PD) rri ==.
• 0 P-o f. r) CIQ ..., • ■-s
'-'• E. 'is Q) CD H
,..., CD c 4f
QD < )'
CfQ 5.8— ct)
QD .... • •--P-
c4 ■-•.,
= c.) Cro <-r- cn f:1-
CD •-•,• 0
r) erc? o.. t-' -1
0 5 s''
cr g° g co

:•
--t -1
: :0 crt 8—• c-r
>
c)
g-
er) SDD

PD (1)
co CD
ic) ,...., .
,. tri
(-, .—,- .o
15,). rD .6-.
c).,
sw
tz,)
CD
O ,-r

EE

• Z
CD •-- •
CD
li lzD

-t rt ■-i r)()<4,or-rio trl '-d o H ozt
C.) '6'-' '-' (-) — cn 4 '-'3 c.) n n >-"1
tri 0 cA -to o >
-cs --3 S
,'-c H
';';i
o.
co
c)
•-••

r) < ■--I t-1 ,C) t-0 t zi t-zi t-cl '-ci t-ci t-C Z Z
-t t----• ---, cr, .-■
...,. CD 0 0 " (1) r2 p) o
• c).., ;- ,.1 • ,?2,. a> _-' c.,-) . ,..,
,-,-.
G. ri cl. -s
0
rocntw ol, ••
•: =-• co `-' -' QD 5
CD ~0• -I o •c:i ' il' ".- . < 5:0 CL 7-1)
- s),) =
Ithp01PIN

r--• ■••r D 9
,..v)ziC1Q - (t) (-) - . (1, - CD
co ..-t n g;
g
t:)... ,-4-t r, " CD 5-' A) •-.1 --
cD .0 0 >< CD •-■••
, ,..,.
'-d 2, .„-
'. P,) "
— '
,•-• Cf) (1)
-cs < ,__,
° ~-'
~' . .--,
r) 1::'
,--, (.1)
.1 crc
9 -
n t. lri
0 sw
1. Eu, -• o
o .-- .--• • ::+à co
-- ..c) cr • •cp
`-.< $2'D •-1 AL ■H
o cm (-)_. E,.! ,,s• F., .,- cp
co CD •-•- CD
,
rrlci c)) CID CD-, ,,, 0
'-' -z = o =
4 ,̀4-
'-C ,C, rD (r, "
uoiptulsuop Jo tepowN

cp
.-- ( ). CD ,-,., CfQ
r-4,
pgaH uogms onmsod iaK

'-'h (I) Ciq


c)
7z CD
O4 rD)
CD ■-•• • C) {--) '' ö

:-.h rDo c) '-c-i. -o C) g
o 0 " -t
CD
1601-18-9


•-r. t ., CfQ
rD) "
e)
'")
=
N >
patueseJ sL4 6!.1 IIV— 11341160do3
Z

o
o c)

-.
o
STANDARD SPECIFICATION NO.

Page 82 of 163
STANDARD SPECIFICATION NO.
Z*Aall1601-18-9

adops

ThisInspectionandTestPlancoverstheminimumtestingrequirementsof Electrical MotorOperatedValve Actuators.


0
t.)

PO/PR/ Standardsreferredthere in/Jobspecifications/Approved documents.


SINablaffif1öa21 LSd L UNV NOLLDadSNI

SCOPE OF INSPECTION
cA
or

QUANTUM

o
g
n
STAGE/ ACTIVITY CHARACTERISTICS SUB
OF CHECK SUPPLIER EIL/TPIA
SUPPLIER
o
—,,

Procedures

.,
:
.

.
o
t....)

Material Inspection

Functional& Electrical tests


IncomingMaterial like
StatutoryBody Certifications for items(as 100%by MaterialTest
1.)--

motor,gears,cableglands

x
applicable) •• Supplier
• Certificates
etc.
o
c.à

Inprocess Inspection

ElectricalMotor Operated 100%by Supplier'stest


,..,
:_,

x
Visual, Dimensional,Bill ofMaterial

.
ValveActuator Assembly supplier records

Page 83 of 163
0 'nal{ L3- 1000-001'oN i ewiod
pamesai s;116!J IIV — 113411 6pAdoo
t.....) z &)
,-• O i\-) 0

.-ri
5.
t:,)
5n"
4i
CD
C)

ActuatorBody
0.«

Final Inspection

0Aad Ld- 1000-00-8 'oN letuJod


STAGE/ ACTIVITY


• • • • • • • • • • • • • • •
(-) o '<-:,,, (;), r -i < ,-c) -: '-ri 13:) ,,
CD (-) .<
5
6Q .
-.{-1,) 2., '"CJ ('-5. .9 n) '-' '-' * '"ti CP o • •=,,- F) (')
— -• ,-,
94 < --' '-'» . . ^1, 0 ".• <•-t• cn c>5. .-4., 5
-, c) ,-: ■—• ,—
.., cn rA cp o vt n) o ■; '-' CD AD
CD C4 C CD ■• 6-
S,-#' l'''
,—, cp "'ti c)
(1)
CD . r-4, = ,,, .-1, ■-• CD ,
CI) n) ----. 0-. ;1
1) '...." '. ;w (I) 1 ') " (:
'-"r ei
C'-7) . Ft
) 0 '.' '`; ■-•,- C) eD 8
'. cl. ,E,›,
. . .-,
1,) -•
,-P- (,,, •-r- , ..-,-
P fP` CD 0 CD
o , ci) •••::1 •-,- • :)
nD -cs o ,-. c) -• CD
o ,_,%-'
0 c7). " •a, cn
o -- •-cr- —
,-, CD cn -c=1.,r7 .-1
co ,-4- (-) cp o P3 CA
A3
cn PL ,-,, -p• <-4- •t —
CD ."8.
CrCi
— -to 5 o
Sn
CD
co c)
C4 O --'
C.) CL. r-f
.-') V'
'-C, 1-1,
CD
CHARACTERISTICS

0
CD ■
-t PD

9 .C5
cp o -t
...c Fr7
PressureTest for Flameproof Enclosures

-
c) • < CD
s.--, 0 E
" " 1-4, CfQ

cn

rri ,9-
. ,, '"ci. o
,..-,- c,
t--, -, ,z,:.
supplier
100% by
QUANTUM
OF CHECK

cl)
;:.-'•, •-,
7:
co cn CD 1::$
1
M
cn ,,
c-› •-: n
cn CD 0 CD
CD
e,-- -,
-,rz. ,„- o
records

co -' cn
o
-t CD
r„
Supplier'stest

sz,.. °-' <. 4-

1 1
SUB
SUPPLIER

Copyright EI L — Al l rightsreserved
SUPPLIER
Z*AallI60 1-I8-9

SCOPE OF INSPECTION

X
STANDARD SPECIFICATION NO.

EIL/TPIA

Page 84 of 163
STANDARD SPECIFICATION NO.
AallI 601-I8-9

SCOPE OF INSPECTION

:
0 C"

QUANTUM

r)

n
STAGE/ ACTIVITY

c-5

P-3
1-1
ril

CD
cA

w
OF CHECK SUB

...
g

°%;
M
SUPPLIER
SUPPLIER
Certificate fromtestingagency like ATEX,
CIMFRBASEEFA, FM/UL, PTBetc. for
suitability inspecified hazardousarea
Certificate for fireproofrating.

,
Test formotorasperrelevant IS/IEC
Typetestcertificates formotors
c7).

5
---, c4

o cr

' —h

c-,

-'.-
ro ..:i
cn
ci>

o
-o
2
-cs5
0
0

(L)
iv

----.

x
Avalid BIS license for indigenoussupply

o
t=2.
CD

Cil

Statutory approval certificates from

(-)
CCE/PESO foruse inspecified hazardous

...

cn
area.
Degreeof protectioncertificateas
applicable.
Lifecycletestre •ort.
vii
O

Painting
c.n

Paintingand Packing Visual.


-

•• •
Suitableprotectiontoprevententryof

c.
''
••

x
c>

• ••• •foreign
• •
material.
• Testrecords
Properpackingtopreventany damage
duringtransportation.
O

Documentationand IC
cr■

Reviewof Internal TestReportsand MTCs. Supplier's Test


IC issuance Records /
.--,
cr■

Documentationand IC

x
.
Inspection
Certificate(IC)

Finaldata folder
Compilationof Inspectionreports,drawings,
cr,
iv

FinalDocumentsubmission
c>

x
cp

x
/Completeness
.—

etcasper VDR / PR
certificate

Page 85 of 163
0Aed Ld- 1000-00-9 'oN
pamesei s}1.1 6P IIV— 11311160doo

c) t—,
s),) o
r) crz
o
‘--- ci.
-so cn
s.:.-—'

.,
C1,

0•AedL3- 1000-00-8 "oN


• 'P,+> 6
cn 0
cf)

a—) ,CZ
c) o"
CfCi S=1. C)

AD CD ri)

•-t .
•-r- C)

•--t-
0 ....
•-• • ,-,.
'"C"D« Cl-
CA eD
CD o
c )" "L4
•-t
AD CD E
•-...• ..0 0 Az M
'g, ;0:,
cr ... •
co CM
"

,..., CD t• AD
cr) P+ -cs -
•-t vs
o
'-cs
co r)
0
„..8 >
co ct)
,,.< Ci.
AD
4 w
cD
c,.
, ,— t•..ie

CD
'" Isso

... ,,,6.ADADCDI0 ,4 cii

co
"
` -n o o
I'd

CD .-t Cl. ril

. . AD

C1.•
. (1) •3
e-r c) co

.•

5 "CD
-• • (/) M0 ci)

5.

o
cr cp co
i
c.si -.• 5
c) . C
.-1.,
CD 4zn M >
c) co
sc).. >>
,...
—..... o r)
-I
:zo
e-s-
... CD .—.
O 0.• C)
• ■-• .
cn ,:::› >
.., r-
c)
• o 0)
1:s
o" 1
s:)
▪ ,-,-
co
sz)- 0..
0
Cl. co
0
c)

5
cs)
ro ,i-
o vs
vs
V) o-
s).)

s=3
VD
0
Cr
CD to
AD (0
'11=S 0
0)
-Samplesmust includemin1 Noof

1=3
0
.--'D -
AD 0)
paniesai s}115P 11V— 11341460do3

Cf
Z*AnII601-18-9

CT

c
VDVD
STANDARD SPECIFICATION NO.

Page 86 of 163
STANDARD SPECIFICATION No.
ENGINEERS TECHNICAL NOTES FOR
5fg-ar I~-3
dg INDIA LIMITED PIPES 6-44-0051 Rev. 6
IA GoN of Indo Undeflakng)
Page 1 of 10

lebri ch i•JA

TECHNICAL NOTES
FOR PIPES

REVISED AND ISSUED AS STANDARD


6 25.09.14
SPECIFICATION SH' K ATD(‘'\:' SC
REVISED AND ISSUED AS STANDARD
5 31.12.13
SPECIFICATION UK SH AK RN SC
REVISED AND ISSUED AS STANDARD
4 04.07.08
SPECIFICATION RN SC DM VC
REVISED AND ISSUED AS STANDARD
3 15.03.00 RN BRB NS AS
SPECIFICATION
HYDROTEST & I.G.C. TEST CLAUSES
2 04.04.94 AKG BPV GRR AS
REVISED
Standards Standards
Committee Bureau
Rev. Prepared Checked
Date Purpose Convenor Chairman
No by by
Approved by

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

Page 87 of 163
STANDARD SPECIFICATION No.
ENGINEERS TECHNICAL NOTES FOR
INDIA LIMITED PIPES 6-44-0051 Rev. 6
rivvottt.1.5trool, IA Govt ot Intha Undertalfing)
Page 2 of 10

Abbreviations:

ANSI American National Standards Institute


API American Petroleum Institute
ASME American Society of Mechanical Engineers
ASTM American Society for Testing & Materials
BHN Brinell Hardness Number
BIS Bureau of Indian Standards
E.FS.W Electric Fusion Weld
E.R.W Electric Resistance Weld
HAZ Heat Affected Zone
HIC Hydrogen Induced Cracking
IBR Indian Boiler Regulations
IGC Inter Granular Corrosion
IS Indian Standard
LT Low Temperature
MR Material Requisition
NACE MR National Association of Corrosion Engineers : Material Requirement
NB Nominal Bore
NPT Nominal Pipe Thread
PMI Positive Material Identification
PR Purchase Requisition
SMYS Specified Minimum Yield Strength
SS Stainless Steel

Piping Standards Committee

Convenor : Mr. R. Nanda

Members : Mr. M. Ismaeel


Mr. Amrendra Kumar
Mr. G. Balaji
Mr. K.J. Harinarayanan (HMTD)
Mr. P P Lahiri / Mr. S. Ghoshal (SMMS)
Mr. S. Mukherjee (Construction)
Mr. K.V.K. Naidu (Projects)

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

Page 88 of 163
STANDARD SPECIFICATION No.
ENGINEERS TECHNICAL NOTES FOR
$;fgW 2154- INDIA LIMITED PIPES 6-44-0051 Rev. 6
1+fV7R rwnrt ,151,70541, IA Govl of lodia Undeftalong)
Page 3 of 10

CONTENTS

1.0 GENERAL 4
2.0 IBR PIPES 6
3.0 ACCEPTABLE DEVIATIONS 7
4.0 HYDROSTATIC TEST 7
5.0 MARKING AND DESPATCH 10
6.0 REFERENCES 10

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

Page 89 of 163
STANDARD SPECIFICATION No.
ENGINEERS TECHNICAL NOTES FOR
2f5le'g INDIA LIMITED
IA Govl ol lnaia Undertakog)
PIPES 6-44-0051 Rev. 6
Page 4 of 10

1.0 GENERAL

1.1 A11 pipes and their dimensions, tolerances, chemical composition, physical properties, heat
treatment, hydrostatic test and other testing and marking requirements shall conform to the
latest codes and standards specified in the material requisition (MR). Supplier shall strictly
comply with MR/PR stipulations and no deviations shall be permitted. Post Order
Concession/Deviation Permit 5-0000-0180-F1 as mentioned in Cl. 5.18 of Specification for
Quality Management System Requirements from Bidders (6-78-0001) is not applicable.

1.2 Testing

1.2.1 Test reports shall be supplied for all mandatory tests as per the applicable material
specifications. Test reports shall also be furnished for any supplementary tests as specified in
the MR & Clauses 1.10 & 1.11.

1.2.2 Material test certificates (physical property, chemical composition & heat treatment report)
shall also be furnished for the pipes supplied.

1.2.3 PMI shall be performed as per the scope and procedures as defined in the spec for PMI at
Supplier's Works (6-81-0001).

1.2.4 Refer to specification nos. 6-81-0002 and 6-81-0003 for Inspection & Test plans for welded
pipes and seamless pipes respectively.

1.3 Manufacturing Processes

1.3.1 Steel made by acid Bessemer process shall not be acceptable.

1.3.2 A11 longitudinally welded pipes should employ only automatic welding.

1.4 Pipe shall be supplied in single or double random length of 4 to 7 and 7 to 14 meters
respectively.

1.5 a. Seamless and E.R.W. pipes shall not have any circumferential seam joint in a random
length. However, in case of E.FS.W pipe, in one random length one welded
circumferential seam of same quality as longitudinal weld is permitted. This weld
shall be at least 2.5 m from either end. The longitudinal seams of the two portions
shall be staggered by 90°. Single random length in such cases shall be 5 to 7 m.

b. Unless otherwise mentioned in the respective material code, E.FS.W pipes < 36" shall
not have more than one longitudinal seam joint and E.FS.W pipes 36" shall not
have more than two longitudinal seam joints.

1.6 Pipe with screwed ends shall have NPT external taper pipe threads conforming to
ASME/ANSI B1.20.1 up to 1.5" NB & IS 554 for 2" to 6" NB.

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

Page 90 of 163
STANDARD SPECIFICATION No.
ENGINEERS TECHNICAL NOTES FOR
INDIA LIMITED PIPES 6-44-0051 Rev. 6
wlrrT t,vcrtV ItISOIstt ) IA Govt ol Intlia Gott000k,o9)
Page 5 of 10

1.7 Pipe with beveled ends shall be in accordance with ASME B16.25. Weld contours shall be as
follows:

Material Wall Thickness Weld Contour


Up to 22 mm Figure 2 Type A
Carbon Steel (Except
Low Temp. Carbon Steel) > 22 mm Figure 3 Type A

Up to 10 mm Figure 4
Alloy Steel,
Stainless Steel & > 10 mm & Up to 25 mm Figure 5 Type A
Low Temp. Carbon Steel
> 25 mm Figure 6 Type A

1.8 Galvanized pipes shall be coated with zinc by hot dip process conforming to IS 4736 / ASTM
A 153.

1.9 All austenitic stainless steel pipes shall be supplied in solution annealed condition. All types
of 321 or 347 stainless steel pipes shall be in a stabilized heat treated condition. Stabilizing
heat treatment shall be carried out subsequent to the normal solution annealing. Soaking time
& holding temp. for stabilizing heat treatment shall be 4 hrs & 900°C respectively.

1.10 I.G.C. Test for Stainless Steels

1.10.1 For all austenitic stainless steel pipes inter-granular corrosion test shall have to be conducted
as per following:

ASTM A262 Practice "B" with acceptance criteria of "60 mils/year (max.)".
OR
ASTM A262 Practice E with acceptance criteria of no cracks at 20X magnification and
microstructure to be observed at 250X magnification shall ensure the absence of any cracks/
fissures. When testing is conducted as per practice 'E' photograph of microstructure shall be
submitted for record.

1.10.2 When specifically asked for in MR for high temperature application of some grades of
austenitic stainless steel (eg.SS 309, 310, 316, 316H etc.) ASTM A262 Practice "C" with
acceptance criteria of "15 mils/year (max.)" shall have to be conducted.

1.10.3 For the IGC test as described in 1.10.1 & 1.10.2, two sets of samples shall be drawn from each
solution annealing lot; one set corresponding to highest carbon content and the other set
corresponding to the highest pipe thickness.

All welded pipes indicated as `CRY0' & `LT' in MR shall be impact tested per requirement
& acceptance criteria of ASME B31.3. The impact test temperature shall be -196°C & -45°C
for stainless steel and carbon steel respectively unless specifically mentioned otherwise in
MR.

1.12 NACE/HIC Requirements

1.12.1 Pipes under "NACE" category and those designated as "HIC1" shall meet the requirements
given in NACE MR-0103 unless mentioned otherwise.

1.12.2 Pipes made from plates and designated as "HIC1" shall meet the HIC requirements of EIL
specification 6-79-0013 unless mentioned otherwise.

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

Page 91 of 163
STANDARD SPECIFICATION No.
`51
1 ENGINEEFZS TECHNICAL NOTES FOR
5fga 02-eg INDIA LIMITED PIPES 6-44-0051 Rev. 6
1.11UR ertcnt ,TR,1-4.1) Ift Govt of UnciertaNingf
Page 6 of 10

1.13 Specified heat treatment for carbon steel and alloy steel and solution annealing for stainless
steel pipes shall be carried out after weld repairs. Number of weld repairs at the same spot
shall be restricted to maximum two by approved repair procedure.

1.14 For black or galvanized pipes to IS 1239, the minimum percentage of elongation shall be
20%.

1.15 All 1Cr-V2Mo and 11/4Cr-1/4Mo seamless pipes shall be normalised and tempered.

1.16 For all welded alloy steel pipes with mandatory requirement of heat treatment and
radiography, radiography shall be performed after heat treatment.

1.17 For Hydrogen service pipes following special requirements shall also be met:

1.17.1 All carbon steel pipes having wall thickness 9.53 mm (0.375") and above shall be normalised.
Cold drawn pipes shall be normalised after the final cold draw pass for all thicknesses.

1.17.2 All alloy steel (Cr-Mo) pipes shall be normalised and tempered. The normalising and
tempering shall be a separate heating operation and not a part of the hot forming operation.
The maximum room temperature tensile strength shall be 100,000 psig.

1.17.3 For carbon steel Pipes, hardness of weld and HAZ shall be 200 BHN (max.). For alloy steel
Pipes, hardness of weld and HAZ shall be 225 BHN (max.).

1.17.4 For all austenitic stainless steels, the weld deposit shall be checked for ferrite content. A
Ferrite No.(FN) not less than 3% and not more than 10% is required to avoid sigma phase
embrittlement during heat treatment. FN shall be determined by Ferritescope prior to post
weld heat treatment.

1.17.5 For all Carbon steel and Alloy steel pipes with wall thickness over 20mm, Charpy-V Notch
impact testing shall be carried out in accordance with paragraph UG-84 of ASME Section
VIII, Div-1 for weld metal and base metal from the thickest item per heat of material and per
heat treating batch. Impact test specimen shall be in complete heat treated condition and
accordance with ASTM A370. Impact energies at 0°Celsius shall average greater than 27J (20
ft-lb) per set of three specimens, with a minimum of 19J (15 ft-lb).

1.18 For dual grades of SS where specified, chemical composition and mechanical properties of
both grades specified shall be ensured.

2.0 IBR PIPES

2.1 IBR Documentation

2.1.1 Pipes under purview of IBR shall be accompanied with IBR certificate original in Form III-A
duly approved and countersigned by IBR authority/local authority empowered by the Central
Boiler Board of India(Photocopy of the original certificate duly attested by the local boiler
inspector where the supplier is located is the minimum requirement for acceptance) or Form
III-D [for well known pipe manufacturers as per IBR] signed by Manufacturer's authorized
representative. Well known pipe manufacturers, as recognized by IBR, shall submit a duly
attested copy of Form XVI-G along with Form

2.1.2 For materials 11/4Cr - V2Mo (ASTM A335 Gr.P11 / A691 Gr.11/4Cr), 21/4Cr - 1Mo (ASTM
A335 Gr.P22 / A691 Gr.21/4Cr) & 9Cr -1Mo-V (A335 Gr.P91/A691 Gr.91), Form III-A
approved by IBR shall include the tabulation of Et, Sc & Sr values for the entire temperature
range given below. Et, Sc & Sr values shall be such that throughout the temperature range

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

Page 92 of 163
STANDARD SPECIFICATION No.
ENGINEERS TECHNICAL NOTES FOR
$R-ar 22-eg
1.177, rrmrr an s~›
INDIA LIMITED
IA Govt ot India Undertalfingt
PIPES 6-44-0051 Rev. 6
Page 7 of 10

E,/ 1.5

Sr / 1.5 SA

Sc

where ,

SA Allowable stress at the working metal temperature.


Yield point (0.2% proof stress at the working metal temperature)
S, The average stress to produce elongation of 1%(creep) in 100000 hrs at the
working metal temperature.
Sr The average stress to produce rupture in 100000 hrs at the working metal
temperature and in no case more than 1.33 times the lowest stress to produce
rupture at this temperature.

SA (psi)

Temp(°F)
500 600 650 700 750 800 850 900 950 1000 1050 1100
Material
A335 Gr.P11 17200 16700 16200 15600 15200 15000 14500 12800 9300 6300 4200 2800

A691 Gr.11/4Cr 18900 18300 18000 17600 17300 16800 16300 15000 9900 6300 4200 2800
A335 Gr.P22 /
17900 17900 17900 17900 17900 17800 14500 12800 10800 7800 5100 3200
A691 Gr.21/4Cr
A335 Gr.P91/
28100 27700 27300 26700 25900 24900 23700 22300 20700 18000 14000 10300
A691 Gr.91
Note : SA values shall be as per the latest edition prevai ing.

2.2 For carbon steel pipes under IBR the chemical composition shall conform to the following:

Carbon (max) 0.25%


Others (S, P, Mn) As prescribed in IBR.

The chemical composition as indicated in this clause is not applicable for pipes other than IBR
services.

3.0 ACCEPTABLE DEVIATIONS

3.1 Pipes to IS 3589 Gr.410 are acceptable in place of IS 3589 Gr.330.

3.2 Pipes of Grades SS317 of corresponding material are acceptable in place of Grades SS316 or
SS316(2.5 Mo min.).

3.3 Pipes of Grades SS317L of corresponding material are acceptable in place of Grades SS316L
or SS316L(2.5Mo min.).

3.4 Seamless pipes are acceptable in place of welded pipes except in the case of welded
SS321/SS321H pipes with nominal thickness greater than 9.53mm.

4.0 HYDROSTATIC TEST

4.1 A11 pipes shall be hydrostatically tested.

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

Page 93 of 163
STANDARD SPECIFICATION No.
~_le7 ENGINEERS TECHNICAL NOTES FOR
• e5 INDIA LIMITED
IA Govt of Incha Undertalting)
PIPES 6-44-0051 Rev. 6
Page 8 of 10

4.2 The mill test pressure shall be as follows:

4.2.1 Seamless, E.R.W. & Spiral Welded

a) Carbon Steel

Material Std. Test Pressure Std.

ASTM A106 Gr.B ASTM A530

API 5L Gr.B, Seamless API 5L

API 5L, E.R.W. API 5L

API 5L, Spiral API 5L

ASTM A333 Gr.3 & 6, Seamless ASTM A530

ASTM A333 Gr.3 & 6, E.R.W. ASTM A530

b) Seamless Alloy Steel

Material Std. Test Pressure Std.

ASTM A335 Gr.P1, P12, P11, P22, P5, P9 ASTM A530

ASTM A268 TP 405, TP410 ASTM A530

c) Seamless Stainless Steel

Material Std. Test Pressure Std.


ASTM A312 Gr.TP 304, 304L, 304H, 316, ASTM A999
316L, 316H, 321, 347

d) Seamless Nickel Alloy

Material Std. Test Pressure Std.

ASTM B161 UNS No. 2200 ASTM B161

ASTM B165 UNS No. 4400 ASTM B165

ASTM B167 UNS No. 6600 ASTM B167

ASTM B407 UNS No. 8800 ASTM B407

e) Welded Nickel Alloy

Material Std. Test Pressure Std.

ASTM B725 UNS No. 2200,4400 ASTM B725

ASTM B517 UNS No. 6600 ASTM B517

ASTM B514 UNS No. 8800 ASTM B514

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

Page 94 of 163
STANDARD SPECIFICATION No.
ENGINEERS TECHNICAL NOTES FOR
0141
-eg INDIA LIMITED
IA Govt of Indo UnclertaNngt
PIPES 6-44-0051 Rev. 6
Page 9 of 10

4.2.2 Electric Fusion Welded

a) Carbon Steel & Alloy Steel E.FS.W (16" & above)

Material Std. Test Pressure Std.


API 5L Gr.B P = 2ST/D
ASTM A671 Gr.CC65, 70 (C1.32) S = 90% of SMYS
ASTM A672 Gr.C60, 65, 70 (CI.12,22) Except for API 5L Gr.B
ASTM A671 Gr.CF60, 65, 66, 70 (C1.32) S = 85% of SMYS
ASTM A691 Gr.V2Cr, 1Cr, 11/4Cr, 21/4Cr, For API 5L Gr.B
SCr, 9Cr (C1.42) T = Nominal Wall Thickness
D = O.D of Pipe

b) Stainless Steel E.FS.W (2" to 6")

The hydrostatic test pressure in kg/cm2 for the following materials shall be as given
below :

Material Gr.1 :ASTM A312 TP 304 / 304H / 316 / 316H / 321 / 347 welded.
Material Gr.2 :ASTM A312 TP 304L / 316L welded.

Size Pipe Schedule : 10S Pipe Schedule : 40S Pipe Schedule : 80S
Material Material Material Material Material Material
Gr. 1 Gr.2 Gr.1 Gr.2 Gr.1 Gr.2
2" 100 80 155 130 230 190

3" 80 60 155 130 230 190

4" 80 50 155 130 230 190

6" 65 35 90 75 155 130

c) Stainless Steel E.FS.W (8" and above).

Material Std. Test Pressure Std.


ASTM A358 TP 304L, 304, 304H, 316L, P = 2ST/D
316, 316H, 321, 347 (Classes 1, 3 & 4) S = 85% of SMYS
T = Nominal Wall Thickness
D = O.D of Pipe
ASTM A358 TP 304L, 304, 304H, 316L, P = 2ST/D
316, 316H, 321, 347 (Classes 2 & 5) S = 72% of SMYS
T = Nominal Wall Thickness
D = 0.D of Pipe

4.2.3 Carbon Steel Pipes to BIS Standards

Material Std. Test Pressure Std.


IS 1239 IS 1239

IS 3589 IS 3589

4.3 Hydrostatic pressure testing shall be performed using iron free water, which is clean and free
of silt. Maximum chloride content in water for hydrostatic testing for SS piping shall be 50
ppm.
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 95 of 163
STANDARD SPECIFICATION No.
ENGINEERS TECHNICAL NOTES FOR
OrcRes
1
.1,P+,,
M11 J457,01/
INDIA LIMITED
IA GoN ol India UnclettaMing)
PIPES 6-44-0051 Rev. 6
Page 10 of 10

5.0 MARKING AND DESPATCH

5.1 All pipes shall be marked in accordance with the applicable codes, standards and
specifications. In addition the purchase order number, the item code & special conditions like
"IBR", "CRY0", "NACE", "H2" etc. shall also be marked.

5.2 Pipes under "IBR","CRY0", "NACE" & "H2" shall be painted with one circumferential
stripe of colour red, light purple brown, canary yellow & white respectively for easy
identification. Width of stripe shall be 12mm for pipe sizes lens than 3" and 25mm for pipes
3" and above.

5.3 Paint or ink for marking shall not contain any harmful metal or metallic salts such as zinc, lead
or copper which cause corrosive attack on heating.

5.4 Pipes shall be dry, clean and free from moisture, dirt and loose foreign materials of any kind.

5.5 Pipes shall be protected from rust & corrosion.

5.6 Rust preventive used on machined surfaces to be welded shall be easily removable with a
petroleum solvent and the same shall not be harmful to welding.

5.7 Both ends of the pipe shall be protected with the following material:

Plain end Plastic cap


Bevel end Wood, Metal or plastic cover
Threaded end Metal or plastic threaded cap

5.8 Pipes may be provided with plastic push-fit type end caps/ steel caps without belt wire.

5.9 Steel end protectors to be used on galvanized pipes shall be galvanized. Plastic caps can also
be used as end protectors for galvanised pipe ends.

6.0 REFERENCES

6.1 6-81-0001: Specification for Positive Material Identification (PMI) at Supplier's Works.

6.2 6-81-0002: Inspection & test plan for welded pipes.

6.3 6-81-0003: Inspection & test plan for seamless pipes.

6.4 6-79-0013: Material requirements for carbon steel components used in sour service for
petroleum refinery environments

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

Page 96 of 163
STANDARD SPECIFICATION NO.
INSPECTION AND TEST PLAN

_71 ENGINEERS
INDIA LIMITED FOR 6-81-0004 Rev. 5
I for.fvfn.1) (A Govt of India Undertaking}
VALVES Page 1 of 7

fktorr a -crteTur
INSPECTION AND TEST PLAN
FOR
VALVES

5. 17.06,2013 REVISED AND RE-ISSUED TKK RKS SCG DM

4 15.07.2011 REVISED AND RE-ISSUED TKK SCG AKC DM

3 30.06.2010 REVISED AND RE-ISSUED RKB VKJ SKP ND

2 31.01.2008 REVISED AND RE-ISSUED CS SS MVKK VC

1 05.10.2005 QUANTUM OF CHECK & SCOPE OF INSPECTION REVISED SS MVKK SY VJN

Standards Committee Standards Bureau


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

Format No. 8-00-0001-F7 Rev. 0 Copyright EIL — All rights reserved

Page 97 of 163
STANDARD SPECIFICATION NO.
INSPECTION AND TEST PLAN
ei ENGINEERS
fg-zrr iffaeg INDIA LIMITED FOR 6-81-0004 Rev. 5
eieM1,751,275141 IA Govt of India Undertaking)
VALVES Page 2 of 7

Abbreviations:

CEIL Certification Engineers International Limited MRT Mechanical Run Test


CIMFR Central Institute of Mining & Fuel Research NDT Non Destructive Testing
CE Carbon Equivalent NPSH Net Positive Suction Head
DFT Dry Film Thickness PO Purchase Order
DPT Dye Penetrant Testing PESO Petroleum Explosive Safety Organization
DHT De-hydrogen Heat Treatment PQR Procedure Qualification Record
ERTL Electronics Regional Test Laboratory PR Purchase Requisition
FCRI Fluid Control Research Institute PMI Positive Material Identification
HT Heat Treatment RT Radiography Testing
HIC Hydrogen Induced Cracking SSCC Sulphide Stress Corrosion Cracking
ITP Inspection and Test Plan TC Test Certificate
IP Ingress Protection TPI or TPIA Third Party Inspection Agency
IHT Intermediate Heat Treatment UT Ultrasonic Testing
IC Inspection Certificate VDR Vendor Data Requirement
IGC Inter Granular Corrosion WPS Welding Procedure Specification
MPT/MT Magnetic Particle Testing WPQ Welders Performance Qualification
MTC Material Test Certificate

Inspection Standards Committee

Convenor : Mr. S C Gupta

Members:

Mr. R.K. Singh Mr. Rajeev Kumar Mr. Himangshu Pal


Mr. Neeraj Mathur Mr. T Kamalakannan Mr. Deepak Gupta (Project)
Mr. Mayank Jain

Format No. 8-00-0001-F7 Rev.O


Copyright EIL — All rights reserved

Page 98 of 163
STANDARD SPECIFICATION NO.
INSPECTION AND TEST PLAN
k31 eJ ENGINEERS
fg- zrr la154tg INDIA LIMITED FOR 6-81-0004 Rev. 5
(A Govt of India Undertaking)
VALVES Page 3 of 7

1.0 SCOPE

This Inspection and Test Plan covers the minimum testing requirements of Valves.

2.0 REFERENCE DOCUMENTS

PO/PR/Standards referred therein/ Job specifications /Approved documents.

3.0 INSPECTION AND TEST REQUIREMENTS

SCOPE OF INSPECTION
SL QUANTUM OF
STAGE/ ACTIVITY CHARACTERISTICS RECORD SUB
NO CHECK SUPPLIER EIL/TPIA
SUPPLIER

1.0 Procedure
Hydrostatic Test,
Heat Treatment, NDT, Procedure
1.1 Helium Leak Test Documented Procedures 100% - H R
Documents
And
Other Procedures

Welding Parameters & WPS,PQR W- New


1.2 WPS,PQR & WPQ 100% - H
R- Existing
Qualification Record &WPQ

Fire safe, H
As per PR / Purchase Acceptance
1.3 Pre-Qualification Tests Cryogenic & Other - H
Specification Report (If new)
Test as applicable

Format No. 8-00-0001-F7 Rev.O


Copyright EIL — All rights reserved

Page 99 of 163
STANDARD SPECIFICATION NO.
INSPECTION AND TEST PLAN
k31 elei la ENGINEERS
6-81-0004 Rev. 5
5V--ar faireg INDIA LIMITED FOR
17177R FRIVU ‘7,1.3,195 +1) IA Govt India Undertaking)
Al
VALVES Page 4 of 7

SCOPE OF INSPECTION
SL QUANTUM OF
STAGE/ ACTIVITY CHARACTERISTICS RECORD SUB
NO CHECK SUPPLIER EIL/TPIA
SUPPLIER

2.0 Material Inspection

Chemical ,Mechanical ,
Castings & Forgings Heat Treatment, Test R R
2.1. 100% H
(Body, Bonnet, Disc, Stem, Body ring) NDT,IGC & Other Certificates
Properties as applicable

Castings & Forgings Inspection H -


2.2 Visual & Dimension 100% H
(Body, Bonnet, Disc, Stem, Body ring) Report

Radiography As per PR / Purchase Films and R R


2.3. Body and Bonnet Castings H
Examination Specification report

Test
2.4 Bars for Trim material Chemical Analysis Each Heat Certificates& H R -
Lab Report
Test
Gaskets, Gear units, Fasteners, Gland, Physical / Chemical Certificates& H R -
2.5 100%
Packings, etc. Properties Lab Report
Test
Performance , Certificates ,
2.6 Actuators as applicable Statutory Certificates as 100% H H R
Inspection
nspection
report

Copyright EIL — All rights reserved


Format No. 8-00-0001-F7 Rev.O

Page 100 of 163


STANDARD SPECIFICATION NO.
,51
1faJt.-1'
INSPECTION AND TEST PLAN
ENGINEERS
INDIA LIMITED FOR 6-81-0004 Rev. 5
IHIF kora,' MI ,10,H ) (A Goer of India Undertaking)
VALVES Page 5 of 7

SCOPE OF INSPECTION
SL QUANTUM OF
STAGE/ ACTIVITY CHARACTERISTICS RECORD SUB
NO CHECK SUPPLIER EIL/TPIA
SUPPLIER

3.0 In Process Inspection

Welding Parameters as Inspection


3.1 Welding 100% - H -
per WPS / PQR Reports

Inspection
3.2 Machining of components Visual / Dimension 100% - H -
Reports

4.0 Final Inspection

Hydrostatic / Pneumatic Test and As per PR / Purchase RW


4.1 Leak Check Test Report - H
Helium Leak test as applicable Specification (Note 1)

RW
4.2 Visual / Dimension Surface & Dimension 100% Test Report - H
(Note 1)
Check

Functional Test for Actuator Operated Satisfactory 100% RW


4.3 Test Report - H
Valves Performance

Format No. 8-00-0001-F7 Rev.O Copyright EL — All rights reserved

Page 101 of 163


STANDARD SPECIFICATION NO.
INSPECTION AND TEST PLAN
ENGINEERS
5fgziT 254-"d5 INDIA LIMITED FOR 6-81-0004 Rev. 5
14-7,eWOwmt JxRIM (A Govt of India Undertaking(
VALVES Page 6 of 7

SCOPE OF INSPECTION
SL QUANTUM OF
STAGE/ ACTIVITY CHARACTERISTICS RECORD SUB
NO CHECK SUPPLIER EIL/TPIA
SUPPLIER

PMI Check As per EIL Spec. Inspection


4.4 Chemical - H RW
6-81-0001 Report

Verify Components & Inspection RW


As per PR / Purchase H
4.5 Strip Check(As applicable) Differential hardness if -
Specification Report (Note 1)
applicable

Stamping of Valves H
Stamping Of Accepted Inspection
4.6 Final Stamping which are witnessed - H
Valves rt
Report (Note-1)
by EIL/TPIA.

5.0 Painting

Inspection -
5.1 Painting and Color coding as applicable Visual / DFT Check 100% - H
Report

6.0 Documentation & IC


Review of Stage
Documentation & Inspection Inspection Reports / Supplier TC
6.1 100% - H H
Certificate(IC) Test Reports & Issue of & IC
IC

Format No. 8-00-0001-F7 Rev.O Copyright EIL — All rights reserved

Page 102 of 163


STANDARD SPECIFICATION NO.
k3t ei ENGINEERS
INSPECTION AND TEST PLAN
$'fgar 254-eg INDIA LIMITED
eleage ,711,5R17,
17 IA Govt of India UndettakIng)
FOR 6-81-0004 Rev. 5
VALVES Page 7 of 7

Legend: H- Hold (Do not proceed without approval), P-Perform, RW - Random Witness (As specified or 10% ( min.1 no. of each size and type of Bulk item)), R-
Review, W-Witness (Give due notice, work may proceed after scheduled date).

NOTES (As applicable):


1. For Non NACE &Non Hydrogen service Carbon Steel Valves up to size 12" will be accepted on review of Supplier Test Certificates. Supplier Test
Certificate to be reviewed by EIL/TPIA.
2. This document describes the generic test requirements. Any additional test or Inspection scope if specified in contract documents shall also be
applicable.(Unless otherwise agreed upon)
3. Acceptance Norms for all the activities shall be as per PO/PR/STANDARDS referred there in /Job Specification /Approved Documents.

Format No. 8-00-0001-F7 Rev.O Copyright EIL — All rights reserved

Page 103 of 163


BHARAT PETROLEUM CORPORATION LIMITED
REV. DATE REVISION BY CHECKED APPD. APPD.

BPCL LPG IMPORT FACILITY AT HALDIA

SEALANT INJECTION NIPPLES OUTSIDE


THE INSULATION BOX (TYPICAL)
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they

VOIDS FILLED WITH


will not be reproduced, copied, exhibited or used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use.

NOTE 4 FIBROUS INSULATION

50 MM BELOW
GLAND

INSULATION

BODY'S BIGGEST
LOCATION

TYPICAL INSULATION SCHEME ON ABOVE GROUND VALVES

NOTE
1. THIS DRAWING IS INDICATIVE & IS FOR REFERENCE PURPOSE.
2. VALVE WILL BE INSULATED AS INDICATED ABOVE. HENCE, VALVE VENDOR SHALL PROVIDE SEALANT
INJECTION CONNECTION'S LENGTH & ARRANGEMENT ACCORDINGLY.
3. SUPPLY & INSTALLATION OF ALL INSULATION MATERIAL IS NOT IN THE SCOPE OF VALVE VENDOR.
4. SEALANT INJECTION NIPPLES SHALL NOT CLASH WITH THE LEVER/ GEARBOX/ MOTOR ACTUATOR BEING
SUPPLIED BY THE VALVE VENDOR.
5. SEALANT INJECTION LINES SHALL BE SUITABLY CLAMPED/ BRACED WITH THE VALVE BODY TO PROTECT THE
SEALANT INJECTION LINE FROM BENDING AND DAMAGE DURING TRANSPORTATION, HANDLING & NORMAL
OPERATION.

DRAWING IS NOT TO SCALE


DRAWING NO. REV.
SEALANT INJECTION
ENGINEERS INDIA LIMITED ARRANGEMENT ON ABOVE GROUND A872-020-83-41-SK-0001 A
NEW DELHI
INSULATED VALVES Sheet 1 of 1
1-1641-0504 REV.0 A4-210x297

Page 104 of 163


STANDARD SPECIFICATION STANDARD SPECIFICATION
siitaet5 (Cr) ENGINEERS FOR SURFACE PREPARATION NO. 6-79-0020
Keg INDIAN.LIMITED
RI AQFIV CA , IA GOO Of Undeflangl AND PROTECTIVE COATING Rev. 0
PAGE 1 OF 59

tin a K4
1-49-br
(7q. Wu! tg)

STANDARD SPECIFICATION
FOR
SURFACE PREPARATION
AND PROTECTIVE COATING
(NEW CONSTRUCTION)

6-44-0004 REV. 3 REVISED, RE-


0 30.08.12 NUMBERED 8 ISSUED AS STANDARD A.SRIDHAR R.CHAUDHURY P.P.LAHIRI D.MALHOTRA
SPECIFICATION
Standards Standards
Rev. Prepared Committee Bureau
No Date Purpose by Checked by Convenor Chairman
Approved by

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

Page 105 of 163


STANDARD SPECIFICATION STANDARD SPECIFICATION
02-zieLa ENGINEERS NO. 6-79-0020
$1?-eir la Me ear INDIA LIMITED FOR SURFACE PREPARATION
HIM eknillcIAJAA.M IA GNI al India LInderlaIm9/ AND PROTECTIVE COATING Rev. 0
PAGE 2 OF 59

Abbreviations:

AS Alloy Steel
CS Carbon Steel
DFT : Dry Film Thickness
DM De-mineralized
GI Galvanized Iron
ID Internal Diameter
IRN Inspection Release Note
LTCS : Low Temperature Carbon Steel
MS Mild Steel
NB Nominal Bore
OD Outside Diameter
RCC : Reinforced Cement Concrete
SS Stainless Steel
TSAC : Thermally Sprayed Aluminium Coating
WFT : Wet Film Thickness

SMMS Standards Committee

Convener : Mr. P.P. Lahiri

Members : Mr. A. Amin (SMMS)


Mr. R. Chaudhury (SMMS)
Mr. S. Ghosal (SMMS)
Mr. G.S. Hegde (SMMS)
Mr. P. Saha (SMMS)
Mr. R Nanda (Piping)
Mr. Raj Kishore (Pipeline)
Mr. A.K. Gupta (HMTD)
Mr. S. Mukharjee (Construction)
Mr. A.R. Purushottam (POSD)
Mr. R. Muthulingam (Inspection)
Mr. M.P. Jain (Projects)

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

Page 106 of 163


OfteituvaNEERs STANDARD SPECIFICATION STANDARD SPECIFICATION
FOR SURFACE PREPARATION NO. 6-79-0020
laiReedi INDIA LIMITED Rev. 0
PIM FRW ZIRJR140 IA Go.4 ei India unden.lono AND PROTECTIVE COATING PAGE 3 OF 59

CONTENTS

SL. DESCRIPTION PAGE


NO NO.

1.0 General 4
2.0 Scope 4
3.0 Reference Codes & Standards 6
4.0 Equipment 7
5.0 Surface Preparation, Shop Primer,Coating Application & Repair and Documentation 7
6.0 Paint Materials 16
7.0 Coating Systems 21
8.0 Coating System for Gratings, Rolling & Stationery Ladders, Spiral Stairways and
Hand Rails in All Location 23
9.0 Coating System for Offsite Area (Inland Plants) 24
10.0 Coating System For Unit Areas as well as DM, CPP, Cooling Tower of Inland Plants
and for All Areas (Unit, Offsite, DM, CPP, etc.) of Coastal Plants 25
11.0 Coating System for Effluent Treatment Plant (ETP) 27
12.0 External Coating Systems for Uninsulated Carbon Steel and Low Alloy Steel Storage
Tanks (For All Plant Locations, Coastal or Inland) - All Process Units & Off-Sites 28
13.0 Internal Coating Systems for Carbon Steel and Low Alloy Storage Tanks - All
Process Units & Off-Sites 30
14.0 Coating Systems for External Side of Underground Carbon Steel Plant Piping and
Underground Vessels 32
15.0 Coating Under Insulation (Coastal Or Inland Plants) All Units Areas & Off-Sites 33
16.0 Coating System for Carbon Steel Components of Coolers / Condensers (Internal
Protection) for Fresh Water Service 34
17.0 Coating System (Internal Protection) for Galvanized or Non Ferrous or Stainless
Steel/ Duplex Stainless Steel Components of Coolers/ Condensers for Fresh Water
Service 35
18.0 Storage 35
19.0 Colour Code 35
20.0 Identification of Vessels, Piping etc 42
21.0 Painting for Civil Defence Requirements 42
22.0 Quality Control, Inspection and Testing 42
23.0 Guarantee 46
24.0 Qualification Criteria of Painting Contractor/Sub-Contractor 46
25.0 Qualification/Acceptance Criteria for Paint Coating System 46
26.0 Method of Sampling & Dispatch for Laboratory Testing 48

Annexure-I Specification For TSAC 50

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

Page 107 of 163


StilMziet- ENONEERS
STANDARD SPECIFICATION STANDARD SPECIFICATION
FOR SURFACE PREPARATION NO. 6-79-0020
Oar iiiRtg Ter INDIA LIMITED Rev. 0
own ARAW/INJOSA) /A Govt a htha Unden•ingi AND PROTECTIVE COATING PAGE 4 OF 59

1.0 GENERAL

1.1 This technical specifications shall be applicable for the work covered by the contract, and
without prejudice to the provisions of various international codes of practice, standard
specifications etc. It is understood that contractor shall carry out the work in all respects with
the best quality of materials and workmanship and in accordance with the best engineering
practice and instructions of Engineer-In-Charge.

1.2 Wherever it is stated in the specification that a specific material is to be supplied or a specific
work is to be done, it shall be deemed that the same shall be supplied or carried out by the
contractor.

Any deviation from this standard without written deviation permit from appropriate
authority will result in rejection of job.

1.3 This specification coven the requirement for protective coating for new construction.

2.0 SCOPE

2.1 Scope of work covered in the specification shall include, without being limited to the
following.

2.1.1 This specification defines the requirements for surface preparation, selection and application
of primers and paints on external surfaces of equipment, vessels, machinery, piping, ducts,
steel structures, external & internal protection of storage tanks for all services and chimneys
if any. The items listed in the heading of tables of paint systems is indicative only, however,
the contractor is fully responsible for carrying out all the necessary painting, coating and
lining on external and internal surfaces as per the tender requirement.

2.2 Extent of Work

2.2.1 The following surfaces and materials shall require shop, pre-erection and field painting:

All uninsulated Carbon Steel & Alloy Steel equipments like vessels, Columns, storage
Tanks, Exchangers if any, parts of boilers etc.

All uninsulated carbon steel and low alloy plant and related piping, fittings and valves
(including painting of identification marks), furnace ducts and stacks.

All insulated parts of vessels, boilers, chimneys, stacks, piping and steam piping and if
any other insulated items present.

All items contained in a package unit as necessary.

All structural steel work, pipe, structural steel supports, walkways, handrails, ladders,
platforms etc.

Flare lines, external surfaces of MS chimney with or without refractory lining and
internal surfaces of MS chimney without refractory lining. (If present)

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

Page 108 of 163


0a-zetaENGINEERS STANDARD SPECIFICATION STANDARD SPECIFICATION
FOR SURFACE PREPARATION NO. 6-79-0020
51gar fatilegW INDIA WIRD Rev. 0
laiRrIMENVOIMBIll (A GoN ot India undertaiongi AND PROTECTIVE COATING PAGE 5 OF 59

Identification of colour bands on all piping as required including insulated aluminium


clad, galvanized, SS and nonferrous piping.

Identification lettering/ numbering on all painted surfaces of equipment/piping insulated


aluminium clad, galvanized, SS and non-ferrous piping.

Marking / identification signs on painted surfaces of equipment/piping including


hazardous service.

Supply of all primers, paints and all other materials required for painting (other than
Owner supplied materials)

Over insulation surface of equipments and pipes wherever required.

Painting under insulation for carbon steel, alloy steel and stainless steel as specified.

Painting of pre-erection/fabrication and Shop primer.

Repair work of damaged pre-erection/ fabrication and shop primer and weld joints in the
field/site before and after erection as required.

All CS Piping, equipments, storage tanks and internal surfaces of RCC tanks in ETP
plant.

Quality control, testing and inspection during all stages of work (surface preparation,
application of coating and testing of furnished coating).

2.2.2 The following surfaces and materials shall not require painting in general. However, if there
is any specific requirement by the owner, the same shall be painted as per the relevant
specifications:

Uninsulated austenitic stainless steel.

Plastic and/or plastic coated materials

c. Non-ferrous materials like aluminum, Cu-Ni alloy, galvanized steel.

2.3 Documents

2.3.1 The contractor shall perform the work in accordance with the following documents issued to
him for execution of work.

Bill of quantities for piping, equipment, machinery and structures etc.

Piping Line List.

c. Painting specifications including special civil defence requirements.

2.4 Unless otherwise instructed, final paint coating (i.e., application of field primer,
wherever required, intermediate and top coats) on pre-erection/ shop primed

Format No. 8-00-0901-F1 Rev. 0 Copyright EIL —All rights reserved

Page 109 of 163


151fraeLA ENGINEERS
STANDARD SPECIFICATION STANDARD SPECIFICATION
Itgar 'Matt INDIA umnB) FOR SURFACE PREPARATION NO. 6-79-0020
(NM Fletifie Maga,/ IA Gobi al India uncienaton9/ AND PROTECTIVE COATING Rev. 0
PAGE 6 OF 59

equipments shall be applied at site, only after all welding, testing on systems are
completed as well as after completion of steam purging wherever required .

2.5 Changes and deviations required for any specific job due to clients requirement or otherwise
shall be referred to E1L for deviation permit.

3.0 REFERENCE CODES & STANDARDS

3.1 Without prejudice to the provision of Clause 1.1 above and the detailed specifications of the
contract, latest editions of the following codes and standards are applicable for the work
covered by this contract.

IS-5 : Colour coding


RAL DUTCH : International Standard for colour shade (Dutch Standard)
IS-101 : Methods of test for ready mixed paints and enamels
IS-2379 : Indian Standard for Pipe line identification-colour code
ISO-12944 : Corrosion Protection of steel Structures by Protective Paint
System
ASTM-Vol 6.01&6.03 : American standard test methods for Paints and Coatings.
ANSI A 13.1 : Scheme for identification of piping systems: American
National Standards Institution
SSPC : Steel Structures Painting Council

3.2 Surface Preparation Standards

The latest editions of any of the following standards shall be followed for surface
preparation:

3.2.1 ISO 8501-1 / SIS-05 59 00: ISO standard for Preparation of steel substrates before
application of paints and related products. This standard contains photographs of the various
standards on four different degrees of rusted steel and as such is preferable for inspection
purpose by the Engineer-In-Charge.

3.2.2 Steel Structures Painting Council, U.S.A. (Surface Preparation Specifications (SSPC-SP).

3.2.3 National Association of Corrosion Engineers, U.S.A., (NACE).

3.2.4 Various International Standards equivalent to Swedish Standard for surface preparations are
given in Table-I.

3.3 The contractor shall arrange, at his own cost, to keep a set of latest edition of above standards
and codes at site.

3.4 The paint manufacturer's instructions shall be followed as far as practicable at all times for
best results. Particular attention shall be paid to the following:

Instructions for storage to avoid exposure as well as extremes of temperature.

Surface preparation prior to painting shall be followed as per Table 8.0 to 16.0 of
this standard shall be followed.

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

Page 110 of 163


oga1511teTa
STANDARD SPECIFICATION STANDARD SPECIFICATION
naleuw ENONEERS
INDIA umn-ED FOR SURFACE PREPARATION NO. 6-79-0020
Rev. 0
Men KROP7m3R6311 IA GOY/ India Undatalang/ AND PROTECTIVE COATING
PAGE 7 OF 59

Mixing and thinning.

Application of paints and recommended limit on time intervals in between coats.

4.0 EQUIPMENT

4.1 All tools, brushes, rollers, spray guns, blast material, hand power tools for cleaning and all
equipments, scaffolding materials, shot & grit blasting equipments & air compressors etc.
required to be used shall be suitable for the work and all in good order and shall be arranged
by the contractor at site and in sufficient quantity. The manufacturer's test certificates / data
sheets for all the above items shall be reviewed by Engineer-in-charge at site before start of
work.

4.2 Mechanical mixer shall be used for paint mixing operations in case of two pack systems
except that the Engineer-In-Charge may allow the hand mixing of small quantities at his
discretion in case of specific requirement for touch up work only.

5.0 SURFACE PREPARATION, SHOP PRIMER COATING APPLICATION & REPAIR


AND DOCUMENTATION

5.1 General

5.1.1 In order to achieve the maximum durability, one or more of following methods of surface
preparation shall be followed, depending on condition of surface to be painted and as
instructed by Engineer-In-Charge. Adhesion of the paint film to surface depends largely on
the degree of cleanliness of the metal surface. Proper surface preparation contributes more to
the success of the paint protective system.

Abrasive blast cleaning

Mechanical or power tool cleaning

5.1.2 Mill scale, rust, rust scale and foreign matter shall be removed fully to ensure that a clean and
dry surface is obtained. Unless otherwise specified, surface preparation shall be done as per
provisions of relevant tables given elsewhere in this specification. The minimum acceptable
standard, in case of thermally sprayed metal coatings, in case of mechanical or power tool
cleaning it shall be St. 3 or equivalent. In case of blast cleaning it shall be Sa 2-1/2 as per
Swedish Standard SIS-055900 (latest edition) or SSPC-SP or ISO 8501-01.Blast cleaning
shall be Sa 3 as per Swedish Standard in case thermally sprayed metal coatings.

Before surface preparation by blast cleaning, the surface shall be degreased by aromatic
solvent to remove all grease, oil etc.

5.1.3 Irrespective of whether external or internal surface to be coated, blast cleaning shall not be
performed where dust can contaminate surfaces undergoing such cleaning or during humid
weather conditions having humidity exceed 85%. In case of internal coating of storage tanks,
dehumidifier shall be used, to control humidity level below 60%. Dehumidifier should
depress the dew point of air in the enclosed space, sufficient enough so as to maintain it 3°C

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

Page 111 of 163


Oa ft ENGINEERS STANDARD SPECIFICATION
FOR SURFACE PREPARATION
STANDARD SPECIFICATION
NO. 6-79-0020
Og a 'Meg INDIA LIMITED
Rev. 0
MON FIXOW COIORFM /A Govt kW Undertaking) AND PROTECTIVE COATING PAGE 8 OF 59

below the metal substrate temperature during centre period of blasting and coating
application. During the interval time between application of primer coat and subsequent
intermediate and top coats or between blast cleaning completion and start of application of
primer coat, dehumidifier unit should be in continuous operation to ensure that no
condensation occurs on substrate.

Dehumidifier should be able to maintain grain drop (moisture removal) at the rate of 25
grains per pound of air per hour. Dehumidifier should have capacity of at least 2 air changes
per hour of the enclosed space. All necessary psychometric data should be collected by
contractor for the given site conditions before starting operation of dehumidifier to ensure
that desired values of dew point, moisture content in enclosed scope is achieved.

Dehumidification to be maintained round the clock for surface preparation and painting till
the total coating application is over.

Dehumidifier shall not be stopped under any condition till the entire blasted surface is primed
to the satisfaction of the technical representative of the paint manufacturer interested with
quality assurance for the work. In case the dehumidifier breaks down in middle of the job, the
same shall be replaced at the risk and the cost of the contractor and the entire unfinished
work shall be repeated.

5.1.4 The Engineer in-charge shall have the right to disallow usage of dehumidifier if the
performance is not meeting the specified requirements. Under such circumstances the
contractor shall remove the equipment and replace the same with another equipment to
provide satisfactory results without any additional cost to the owner.

5.1.5 Irrespective of the method of surface preparation, the first coat of primer must be applied by
airless spray/ air assisted conventional spray if recommended by the paint manufacturer on
dry surface. This should be done immediately and in any case within 4 hours of cleaning of
surface. However, at times of unfavorable weather conditions, the Engineer-In-Charge shall
have the liberty to control the time period, at his sole discretion and/or to insist on re-
cleaning, as may be required, before primer application is taken up. In general, during
unfavorable weather conditions, blasting and painting shall be avoided as far as practicable.

5.1.6 The external surface of R.C.C. chimney to be painted shall be dry and clean. Any loose
particle of sand, cement, aggregate etc. shall be removed by scrubbing with soft wire brush.
Acid etching with 10-15% HCL solution for about 15 minutes shall be carried and surface
must be thoroughly washed with water to remove acid & loose particles and then dried
completely before application of paint.

5.2 Procedure for Surface Preparation

5.2.1 Air Blast Cleaning with abrasives

The surfaces shall be blast cleaned using one of the abrasives like angular chilled cast iron or
steel grit, copper slag or Nickel slag, Al 203 particles at pressure of 7kg/cm 2 at an appropriate
distance and angle depending of nozzle size maintaining constant velocity and pressure.
Chilled cast iron or steel shall be in the form of shot or grit of size in the range of G16 — G42
conforming to SSPC AB I and 5250 grade size of steel shots (maximum) to obtain a desired
surface profile of 35-50 microns trough to peak. For all other abrasives, size shall be in the

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

Page 112 of 163


aielMENGINEERS STANDARD SPECIFICATION STANDARD SPECIFICATION
FOR SURFACE PREPARATION NO. 6-79-0020
Iguemegwir INDIA LIMITED Rev. 0
Men AMR =MOM (A GS of India UndedaIngl AND PROTECTIVE COATING PAGE 9 OF 59

range of G16 — G24. The combination of steel grits and shots shall be normally in the ratio of
3:1. The quality of abrasives shall be free from contaminants and impurities and shall meet
the requirements of SSPC AB I . Compressed air shall be free from moisture and oil. The
blasting nozzles should be venturi style with tungsten carbide or boron carbide as the
materials for liners. Nozzles orifice may vary from 3/16" to %". On completion of blasting
operation, the blasted surface shall be clean and free from any scale or rust and must show a
grey white metallic luster. Primer/first coat of paint shall be applied within 4 hours of surface
preparation. Blast cleaning shall not be done outdoors in bad weather without adequate
protection or when there is dew on the metal, which is to be cleaned. Surface profile shall be
uniform to provide good key to the paint adhesion (i.e. 35 to 50 microns). If possible
vacuum collector shall be installed for collecting the abrasives and recycling.

5.2.2 Mechanical or Power Tool Cleaning

Power tool cleaning shall be done by mechanical striking tools, chipping hammers, grinding
wheels or rotating steel wire- brushes. Excessive burnish of surface shall be avoided as it can
reduce paint adhesion. On completion of cleaning, the detached rust mill scale etc. shall be
removed by clean rags and /or washed by water or steam and thoroughly dried with
compressed air jet before application of paint.

5.3 Non-Compatible Shop Coat Primer

For equipments on which application of total protective coating (Primer + Intermediate + top
coat) is carried out at shop, compatibility of finish coat with primer should be checked with
paint manufacturer. If the shop coat is in satisfactory condition showing no major defect upon
arrival at site, the shop coat shall not be removed.

5.4 Shop coated equipments (coated with Primer & Finishing coat) should not be repainted unless
paint is damaged. Repair shall be carried out as per Table 7.2 of paint systems depending
upon compatibility of paint.

5.5 Shop primed equipment and surfaces will only be 'spot cleaned' in damaged areas by means
of power tool brush cleaning or hand tool cleaning and.then spot primed before applying one
coat of field primer unless otherwise specified. If shop primer is not compatible with field
primer then shop coated primer should be completely removed before application of selected
paint system for particular environment.

5.6 For Package units/equipment, shop primer should be as per the paint system given in this
specification. However, manufacturer's standard can be followed after review.

As mentioned in section 2.4, all coating application at field (field primer, intermediate and
top coat) on equipments, structures, piping, etc, shall be carried out only after its erection and
all welding, testing, steam purging (wherever carried out) have been completed.

5.7 Coating Procedure and Application

All paint coatings shall be applied by airless spray excepting at the following special
cases where application can be carried out by brush subject to suitability of the
application of the paint product by brush.
Spot repair
Stripe coating on edges

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

Page 113 of 163


samzEift. ENGINEERS STANDARD SPECIFICATION STANDARD SPECIFICATION
FOR SURFACE PREPARATION NO. 6-79-0020
51?eg faitegW: INDIA LIMITED Rev. 0
MUT fIRIVOIMIPM (A Ga.( al Oda undenakm AND PROTECTIVE COATING PAGE 10 OF 59

- Small bore parts not suitable for spray application.


Irregular surfaces such as sharp edges, welds, small brackets, and interstices may stripe
coated to ensure specified DFT is achieved. Paint manufacturer recommendation
should be followed before deciding for brush application.

5.7.1 Surface shall not be coated in rain, wind or in environment where injurious airborne elements
exists, when the steel surface temperature is less than 5°F above dew point when the relative
humidity is greater than 85% or when the temperature is below 40°F and when the
ambient/substrate temp is below the paint manufacturer's recommended temperature of
application and curing. De-humidifier equipment shall be used to control RH and Dew point.
The paint application shall not be done when the wind speed exceeds 20km per hour.

5.7.2 Blast cleaned surface shall be coated with one complete application of primer as soon as
practicable but in no case later than 4 hrs the same day.

5.7.3 To the maximum extent practicable, each coat of material shall be applied as a continuous
film uniform thickness free of probes. Any spots or areas missed in application shall be
recoated and permitted to dry before the next coat is applied. Applied paint should have the
desired wet film thickness.

5.7.4 Each coat shall be in proper state of cure or dryness before the application of succeeding
coat. Material shall be considered dry for recoating when an additional coat can be applied
without the development of any detrimental film irregularities, such as lifting or loss of
adhesion of the under coat. Manufacturer instruction shall be followed for inter coat interval.

5.7.5 When the successive coat of the same colour have been specified, alternate coat shall be
tinted, when practical, sufficiently to produce enough contrast to indicate complete coverage
of the surface. The tinting material shall be compatible with the material and not detrimental
to its service life and shall be recommended by the original paint manufacturer.

5.7.6 Airless spray application shall be in accordance with the following procedure: as per steel
structure paint Manual Vol.1 & Vol.2 by SSPC, USA, Air less spray relies on hydraulic
pressure rather than air atomization to produce the desired spray. An air compressor or
electric motor is sued to operate a pump to produce pressures of 1000 to 6000 psi. paint is
delivered to the spray gun at this pressure through a single hose within the gun, a single paint
stream is divided into separate streams, which are forced through a small orifice resulting in
atomization of paint without the use of air. This results in more rapid coverage with less over
spray. Airless spray usually is faster, cleaner, more economical and easier to use than
conventional air spray.

Airless spray equipment is mounted on wheels, and paint is aspirated in a hose that sucks
paint from any container, including drums. The unit shall have in built agitator that keep the
paint uniformly mixed during the spraying. The unit shall consist of in built strainer. Usually
very small quantity of thinning is required before spray. In case of high build epoxy coating
(two pack). 30:1 pump ratio and 0.020-0.023" tip size will provide a good spray pattern.
Ideally fluid hoses should not be less than 3/8" ID and not longer than 50 ft to obtain
optimum results.

In case of gun choking, de-choking steps shall be followed immediately.

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

Page 114 of 163


ada INGINEERS
#ar1512-
epeow INDIA umirED
STANDARD SPECIFICATION
FOR SURFACE PREPARATION
STANDARD SPECIFICATION
NO. 6-79-0020
OfferleIRPRIM3aqi/ IA Gov1 a/ India UnclettSagl AND PROTECTIVE COATING Rev. 0
PAGE 11 OF 59

5.7.7 Brush application of paint shall be in accordance with the following:

Brushes shall be of a style and quality that will enable proper application of paint.

Round or oval brushes are most suitable for rivets, bolts, irregular surface, and
rough or pitted steel. Wide flat brushes are suitable for large flat areas, but they
shall not have width over five inches.

Paint shall be applied into all corners.

Any runs or sags shall be brushed out.

There shall be a minimum of brush marks left in the applied paint.

Surfaces not accessible to brushes shall be painted by spray, doubers, or sheepkin.

5.7.8 For each coat the painter should know the WFT corresponding to the specified DFT and
standardize the paint application technique to achieve the desired WFT. This has to be
ensured in the qualification trial.

5.8 Drying of Coated Surfaces

5.8.1 No coat shall be applied until the preceding coat has dried. The material shall be considered
dry for re-coating when another coat can be applied without the development of any film
irregularities such as lifting or loss of adhesion of undercoats. Drying time of the applied coat
should not exceed maximum specified for it as a first coat; if it exceeds the paint material has
possibly deteriorated or maxing is faulty.

5.8.2 No paint shall be force dried under conditions which will cause chalking, wrinkling,
blistering formation of pores, or detrimentally affect the conditions of the paint.

5.8.3 No drier shall be added to paint on the job unless specifically called for in the manufacturer's
specification for the paint.
5.8.4 Paint shall be protected from rain, condensation, contamination, snow and freezing until dry
to the fullest extent practicable.

5.9 Spot Repair of Damaged Primer

5.9.1 Where pre erection shop primer has been damaged at isolated localized spots during handling
and transportation, or after erection / welding, the repair of damaged coating of pre-erection /
pre-fabrication or shop primer shall be done as given below and as per the Table 7.2 of this
specification.

5.9.2 Repair of damaged inorganic zinc silicate pre-erection / pre-fabrication or shop primer
(F9) after erection / welding in the design temperature of -90°C to 400°C and damaged
silicone aluminium (F-12) pre-erection / pre-fabrication or shop primer after erection /
welding for design temperature range of 401 — 550 °C.

Surface Preparation: Quickly remove the primer from damaged area by mechanical scraping
and emery paper conforming to SSPC-SP-3 to expose the white metal. Blast clean the

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

Page 115 of 163


0R-4:Aft ENGINEERS
STANDARD SPECIFICATION STANDARD SPECIFICATION
FOR SURFACE PREPARATION NO. 6-79-0020
Siga tilaiegel INDIA LIMITED Rev. 0
11412712013Valgarff / IA Gott of Ha undertaking) AND PROTECTIVE COATING PAGE 12 OF 59

surface, if possible. Feather the primed surface over the intact adjacent surface surrounding
the damaged area by emery paper.

Primer coating: One coat of F-9 shall be applied wherever damage was observed on pre-
erection / pre fabrication or shop primer of inorganic zinc silicate coating (F-9). Similarly
one coat of F-12 shall be applied wherever damage observed on pre-erection / pre-
fabrication shop primer of silicone aluminium (F-12).

5.9.3 Wherever if damaged areas are found extensive and spread over large areas, then entire pre-
erection / pre-fabrication or shop primer shall be removed by blasting to achieve SSPC-SP-
10 then entire blasted surface shall be primed again with F-9 or F-12 as applicable for the
intended design temp. (See note under table 7.2).

5.10 Paint Application

5.10.1 Shop priming/pre-erection priming with F9 or F12 shall be done only on blasted surface
(SSPC-SP-10)

5.10.2 Shop priming / pre-erection priming with F9 or F 12 shall be done only with airless spray.

5.10.3 Assessment of Painting Requirement

The paint system to be applied for a specific job shall be arrived at sequentially as given
below:

- Identify the environment from area classification details and chose the appropriate table.

- Identify the design temperature from the technical documents

- Identify the specific field paint system and surface preparation requirement from the above
identified table and temperature range.

- Identify the shop priming requirement from Table 7.1 based on compatibility of the above
paint system.

- Identify the need of repair of shop primer and execute as per Table 7.2.

5.11 Documentation / Records

5.11.1 A written quality plan with procedure for qualification trials and for the actual work
including test and inspection plan & procedure for approval before start of work.

5.11.2 Daily progress report with details of weather conditions, particular of applications, no of
coats and type of materials applied, anomalies, progress of work versus program.

5.11.3 Results of measurement of temperatures relative humidity, surface profile, film thickness,
holiday detection, adhesion tests with signature of appropriate authority.

5.11.4 Particulars of surface preparation and paint application during trials and during the work.

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

Page 116 of 163


02zielt. ENGINEERS
STANDARD SPECIFICATION STANDARD SPECIFICATION
FOR SURFACE PREPARATION NO. 6-79-0020
I@Tif WeVITIV INDIA LIMITED Rev. 0
INIPPIFIRINVMMICID (A Gov of Inda Underliong) AND PROTECTIVE COATING PAGE 13 OF 59

5.11.5 Details of non-compliance, rejects and repairs.

5.11.6 Type of testing equipments and calibration.

5.11.7 Code and batch numbers of paint materials used.

The coating applicator must maintain a job record consisting of all the information as per
5.11.2 -5.11.7 above as well as the approved procedure of work (5.11.1 above). The job
record consisting of information as required in accordance to 5.11.2 — 5.11.7 shall be entered
on daily basis and should be daily signed by Engineer-in-charge.

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

Page 117 of 163


1515036a ENGINEERS
STANDARD SPECIFICATION STANDARD SPECIFICATION
KiegW WA LIMITED FOR SURFACE PREPARATION NO. 6-79-0020
l aildleRzer7013Rdill Cdd d India Underldm9) AND PROTECTIVE COATING Rev. 0
PAGE 14 OF 59

TABLE-1 (FOR CLAUSE 5.0)

SURFACE PREPARATION STANDARDS

VARIOUS INTERNATIONAL
SI. STANDARDS (EQUIVALENT)
DESCRIPTION REMARKS
No. ISO 8501-1/ SSPC-SP, NACE,
SIS-05 59 00 USA USA
Manual or hand tool
cleaning

Removal of loose rust, loose ST.2 SSPC-SP-2 --


1 mill scale and loose paint,
chipping, scrapping, This method is
standing and wire brushing. applied when the
Surface should have a faint surface is exposed to
metallic sheen normal atmospheric
Mechanical or power tool conditions when
cleaning other methods cannot
be adopted and also
Removal of loose rust loose ST.3 SSPC-SP-3 -- for spot cleaning
mill scale and loose paint to during maintenance
2 degree specified by power painting.
tool chipping, de-scaling,
sanding, wire brushing and
grinding, after removal of
dust, surface should have a
pronounced metallic sheen.
Dry abrasive Blast cleaning
3
There are four common
grades of blast cleaning
White metal

Blast cleaning to white metal Where extremely


cleanliness. Removal of all clean surface can be
3.1 . SA 3 SSPC-SP-5 NACE#1
visible rust. Mill scale, paint expected for prolong
& foreign matter 100% life of paint system.
cleanliness with desired
surface profile.
Near white metal The minimum
requirement for
Blast cleaning to near white chemically resistant
metal cleanliness, until at paint systems such as
least 95% of each element of epoxy, vinyl,
surface area is free of all polyurethane based
visible residues with desired and inorganic zinc
3.2 SA 21/4 SSPC-SP-10 NACE#2 .
surface profile. silicate
licate paints, also
for conventional paint
systems used under
fairly corrosive
conditions to obtain
desired life of paint
system.

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

Page 118 of 163


STANDARD SPECIFICATION STANDARD SPECIFICATION
Isdozesk -r ENGINEERS
fatalegwv INDIA mem FOR SURFACE PREPARATION NO. 6-79-0020
laiRn FRaW !N W) GoA a/ India Undenaly.91 AND PROTECTIVE COATING Rev. 0
PAGE 15 OF 59

VARIOUS INTERNATIONAL
SI. STANDARDS (EQUIVALENT)
DESCRIPTION REMARKS
No. ISO 8501-1/ SSPC-SP, NACE,
SIS-05 59 00 USA USA
Commercial Blast For steel required to
be painted with
Blast cleaning until at least conventional paints
two-third of each element of for exposure to
3.3 SA 2 SSPC-SP-6 NO.3
surface area is free of all mildly corrosive
visible residues with desired atmosphere for longer
surface profile. life of the paint
systems.
Brush-off Blast

Blast cleaning to white metal


3.4 cleanliness, removal of all SA 1 SSPC-SP-7 NO.4
visible rust, mill scale, paint
& foreign matter. Surface
profile is not so important

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

Page 119 of 163


15illtea ENGINEERS
STANDARD SPECIFICATION STANDARD SPECIFICATION
Itgai Bakst INDIA map FOR SURFACE PREPARATION NO. 6-79-0020
Men eiMEORMCFM (A Govt of India Undertalung) AND PROTECTIVE COATING Rev. 0
PAGE 16 OF 59

6.0 PAINT MATERIALS

Paint manufacturers shall furnish the characteristics of all paints materials on original printed
literature, alongwith the test certificate for all specified characteristics given in this
specification. All the paint materials shall be of first quality and conform to the following
general characteristics as per the tables 6.1, 6.2, 6.3 and 6.4.

PAINT MATERIALS

TABLE No. 6.1 PRIMERS

SI. DESCRIPTION P-2 P-4 P-6 P-7


No.
Chlorinated Etch Epoxy zinc ZINGA,
rubber Zinc primer/wash phosphate primer LOCKTITE or
1 Technical name
Phosphate primer. primer ZRC
cold galvanizing
Single pack, air Two pack Two component One pack
drying chlorinated polyvinyl butyral polyamine cured Synthetic Resin
rubber based resin medium epoxy resin based zinc
medium cured with medium, galvanizing
2 Type and composition plasticised with phosphoric acid pigmented with containing min
unsaponifiable solution zinc phosphate. 92% of electrolytic
plasticizer, pigmented with zinc dust of
pigmented with zinc tetroxy 99.95% purity.
zinc phosphate. chromate.
3 Volume Solids % 40±3 10±1 50±1 37%
DFT (Thy Film
4 thickness) per coat in 40-45 8-10 40-50 40-50p
microns
Theoritical covering
5 8-10 8-10 8-10 4m2/kg
capacity in M2/coat/ litre
Weight per litre in
6 1.3±0.05 1.2±0.05 1.4±0.05 2.67 kg at 15°C
kgs/litre
Touch dry at 30°C
7 30 minutes 2 hrs. After 30 min. 10 minutes
(minimum)
Hard dry at 30°C
8 8 hrs. 24 hrs. 8 hrs 24 hrs.
(maximum.)
9 Overcoating interval Min.: 8 hrs Min: 4-6 hrs. Min.:Shrs. Min.:4 hrs
Pot life at 30°C for two Not
10
component paints Applicable
Not applicable 6 - 8 hrs. Unlimited
Temperature (Resistance 60 °C NA 80°C 50°C
11
(minimum) Dry service Dry service Dry service Dry service

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

Page 120 of 163


15ifiziEgftENIONEERS STANDARD SPECIFICATION STANDARD SPECIFICATION
FOR SURFACE PREPARATION NO. 6-79-0020
star taRegWINDIA LIMITED
011iTIF01112451W1, (A GM al Se Undertab19) AND PROTECTIVE COATING Rev. 0
PAGE 17 OF 59

PAINT MATERIALS

TABLE No. 6.2 FINISH PAINTS

SI. DESCRIPTION F-2 F-3 F-6A/I3 F-6C F-7


No
Acrylic Chlorinated
1 Technical name Polyurethane rubber based Epoxy-High
. Build Solvent less High build coal
finish paint finish paint coati ng epox coating tar
coating.
epoxy

Single pack F-6A Two-pack Two pack, Two


plasticised Aromatic amine cured pack
with polyamide
Two-pack chlorinated cured epoxy resin Amine
aliphatic rubber based medium suitably Adduct; cured epoxy
2 Type and isocynate medium with resin blended
composition pigmented. with
cured acrylic chemical and F-6B: polyamide catalyzed
epoxy resin
coaltar
finish paint. weather cured epoxy resin suitably medium,
resistant .
medium suitably pigmented suitably
pigments. pigmented pigmented
3 Volume Solids % 40 ± 3 38±2 60±3 99+1 65±3
DFT (Dry Film
4 thickness) per coat in 30-40g 30-40 100-125g 200-500 100-125g
microns
Theoritical covering
5 capacity in 11-15 11-15 5-6 2-3 5.2-6.5
M2/coat/litre
6 Weight per liter in 1.15±0.03 1.150.03 1.41+0.03 1.40+0.03 1.40±0.03
kgs/litre
7 Touch dry at 30°C 30 minutes 30 minutes. 3 hrs. 3 hrs. 4 hrs.
Hard dry at 30°C
(max) 16 hrs
8 hrs 48 hrs
8 Full cure at 30°C (for 8 hrs 16 hrs
immersion/ high 5 days
5 days
temperature service)
9 Over-coating
at 30°C
interval Min.12 hrs. Min.: Min.: Overnight Min.: 8 hrs. Min.: 24 hrs
Overnight Max.: 5 days Max.: 48 hrs. Max.: 5 days.
Pot life (approx.) at
10 30°C for two 6-8 hrs. ot 4-6 hrs 30 minutes
applicable 4-6 hrs.
component paints
Temperature 120°C(Diy
Resistance 80 °C 60 °C service), 125°C
11 (minimum) Dry service Immersion 80°C 50°C Immersion
min service Dry service
(Immersion service
service)

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

Page 121 of 163


ogesOwes
STANDARD SPECIFICATION STANDARD SPECIFICATION
kveg
ENGINERS
INDIA Limo) FOR SURFACE PREPARATION NO. 6-79-0020
Wien diereer eagatale deort d India Undertaking) AND PROTECTIVE COATING Rev. 0
PAGE 18 OF 59

PAINT MATERIALS

TABLE No. 6.3 FINISH PAINTS

SI.
DESCRIPTION F-8 F-9 F-11 F-12
No
Self priming type Heat resistant
Heat resistant
surface tolerant synthetic medium
silicone
high build epoxy Inorganic zinc based two pack
1 Technical name Aluminium paint
coating (complete silicate coating Aluminium paint
suitable upto
rust control suitable upto
500 ° C dry temp.
coating). 250°C dry temp.
A two pack air
Two pack epoxy drying self curing
resin based solvent based
Heat resistant
suitable inorganic zinc Single pack
synthetic medium
pigmented and silicate coating with silicone resin
based two pack
2 Type & composition capable of minimum 80% zinc based medium
Aluminium paint
adhering to content on dry film. with Aluminium
suitable upto
manually The final cure of flakes.
250°C.
prepared surface the dry film shall
and old coating. pass the MEK rub
test.
3 Volume Solids % 7813 60±3 3810.03 2012
DFT (Dry Film
4 thickness) per coat in 100-125 65-75p 15-20g 15-20g
microns
Theoritical covering
5 capacity in M2/coat/ 6.0-7.2 8-9 10-12 8-10
litre
Weight per liter in
6 1.4110.03 2.310.03 0.95±0.03 1.0010.03
kgs/litre
Touch dry at 30°C
7 3 hrs. 30 minutes. 3 hrs. 30 minutes.
(maximum)
Hard dry at 30°C
(maximum) 24 hrs 12 12 hrs 24 hrs
8 Full cure 30°C (for
immersion thigh 5days NA NA NA
temperature service)
Mb. 12 hrs . at 20°C
Mm.:
9 Over-coating interval Min.: 10 hrs 24 lin Mb.: 24 hrs
& 50 % RH
Pot life at 30°C for two
10 90 minutes. 4-6 hrs. Not applicable Not applicable
component paints
Temperature 80 °C 400 °C 250°C 500°C
11
Resistance (minimum) Dry service Dry service Dry service Dry service

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

Page 122 of 163


ate ENGINEERS
STANDARD SPECIFICATION STANDARD SPECIFICATION
FOR SURFACE PREPARATION NO. 6-79-0020
azir Wear INDIA LIMITED
Rev. 0
NOM MN ?AMMO (A GS of kola tAlerlicing) AND PROTECTIVE COATING PAGE 19 OF 59

PAINT MATERIALS

TABLE No. 6.4 FINISH PAINTS

SI. F-16
DESCRIPTION F-14 F-15 F-17
No
Ambient temperature
curing Poly Siloxane
Two-component Two component
coating/High build
Epoxy phenolic solvent free type
cold applied inorganic
coating cured with high build epoxy
copolymer based
Polyamine cured Polyamine adduct phenolic/novalac
1 Technical name aluminium coating
coal tar epoxy hardner system epoxy phenolic
suitable for under
(primer + . coating cured with
Insulation coating of
intermediate coat Polyamine adduct
CS and SS piping for
+ finish paint) hardner system
high temperature
service.
Two pack ambient Two component
Specially
temperature curing Amercoat 738 from solvent free type
formulated
epoxy phenolic PPG Protective & high build epoxy
polyamine cured
coating system Marine Coatings or phenolic/novalac
2 Type & composition coal tar epoxy
suitable for Intertherm 751 CSA of epoxy phenolic
suitable for
application under International (Akzo coating cured with
application under
insulation of Nobel). Note: 6 Polyamine adduct
insulation
CS/SS piping hardner system
3 Volume Solids % 70±3 70±3 60±2 98-100
DFT (Dry Film
4 thickness) per coat in 100-125 75-100 75-100 125- 150
microns
Theoritical covering
5 capacity in M2/coat/ 5-8 4-5 7.0- 9.0 6.5 - 8
litre
Weight per liter in
6 1.4540.03 1.650.03 1.3 1.7
kgs/litre (mix paint)
Touch dry at 30°C
7 4 hrs 3 hrs 1 hr 2 hrs
(maximum)
Hard dry at 30°C
(maximum) 24 hrs 24 hrs 16 hrs 24 hrs
8 Full cure 30°C (for
immersion Thigh 168 hrs (7 days) 168 hrs (7 days) - 168 hrs (7 days)
temp. service)
Over-coating interval Min. 6 hrs Min. 36 hrs Min.16 hrs Min. 16 hrs
9
Max.S days Max.21 days Max. Not applicable Max.21 days
Pot life at 30°C for
10 two component 4 hrs 4-6 hrs 1 hr 1 hr
paints
Temperature upto 400 °C for C.
Resistance Steel & S. Steel for
-45°C to 150°C
-45°C to 125°C Intertherm 751 CSA
under insulation & -45°C to 150°C for
11 under insulation upto 480 °C for C.
immersion immersion service
And immersion Steel & upto 600 °C
(Note: 5)
for S. Steel for
Amercoat 738

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

Page 123 of 163


0151-43-eta ENGINEERS STANDARD SPECIFICATION STANDARD SPECIFICATION
FOR SURFACE PREPARATION NO. 6-79-0020
Igtlf Emegw INDIA LIMIIID Rev. 0
IMWIFIRMFM WD IA Gobi of Incl. Unded*V AND PROTECTIVE COATING PAGE 20 OF 59

NOTES (for tables 6.1 to 6.4):

Covering capacity and DFT depends on method of application. Covering capacity


specified above are theoretical. Allowing the losses during application, min specified
DFT should be maintained.

All primers and finish coats should be cold cured and air drying unless otherwise
specified.

All paints shall be applied in accordance with manufacturer's instructions for surface
preparation, intervals, curing and application. The surface preparation, quality and
workmanship should be ensured. In case of conflict between this specification and
manufacturer's recommendation, the same shall be clarified through EIL SMMS
department.

Technical data sheets for all paints shall be supplied at the time of submission of
quotations.

F-15: Two-component Epoxy phenolic coating cured with Polyamine adduct hardner
system (primer + intermediate coat + finish paint) suitable upto 225°C (Intertherm 228
from M/s Akzo Nobel Coatings India Pvt Ltd. Bangalore). For all other companies, the
temperature resistance shall be a maximum of 150°C.

F-16: Ambient temperature curing epoxy poly siloxane Coating or high build cold
applied inorganic co-polymer based aluminium coating.

Amercoat 738 from PPG Protective & Marine coatings. Mumbai, is suitable up to
480°C for CS surfaces and 600°C for SS surfaces.

Intertherm 751 from Akzo Nobel Coatings India Pvt Ltd. Bangalore, Inorganic co-
polymer cold applied Aluminium spray coating is suitable upto 400°C of CS & SS
surfaces.

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

Page 124 of 163


fit ENGINEERS
STANDARD SPECIFICATION STANDARD SPECIFICATION
FOR SURFACE PREPARATION NO. 6-79-0020
ligar ta2eg e INDIA LIMITED
i
Rev. 0
1 11101.124112=3WRI■ IA Gen a/ Ind4a Undertalng) AND PROTECTIVE COATING PAGE 21 OF 59

7.0 COATING SYSTEMS

The coating system should be selected based on the Plant location as given below:

Classification based on Plant Location:

a) Plant located in Inland area (more than 50 km from coast);


Environment Classification — Industrial

For offsite areas: Table 9.0 to be followed

For all unit areas including DM,CPP and Cooling Tower: Table 10.0 to be
followed

b) Plant located on sea coast or within 50 km from sea coast;


Environment classification- Industrial marine

- For offsite area, as well as all unit area including DM, CPP, Cooling Tower:
Table 10.0 to be followed

c) For external surface of above ground tanks, table 12.0 to be followed for all
locations (Inland or coastal)

Notes:

Coating systems (Primers, Finish Paints etc.) based on Area


classification/environments/Applications are tabulated in Table 8.0 to Table 17.0

Primers & Finish paints covered in Tables 8.0 to 17.0 are listed in Table 7.1.

3. Repair of Pre-Erection/Pre-Fabrication & Shop priming after erection/ welding shall be


done as per Table 7.2.

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

Page 125 of 163


STANDARD SPECIFICATION STANDARD SPECIFICATION
el ENGINEERS NO. 6-79-0020
Raft
litaimeneRanuoim INDIA LIMITED
IA GNI d Undertakng)
FOR SURFACE PREPARATION
AND PROTECTIVE COATING Rev. 0
PAGE 22 OF 59

TABLE 7.1: LIST OF PRIMERS & FINISH COATS COVERED IN TABLE NOS. 8 to 18.0
PRIMERS
P-2 Chlorinated rubber zinc Phosphate Primer
P-4 Etch Primer/Wash Primer
P-6 Two component Epoxy Zinc Phosphate Primer cured with polyamine hardener
Single pack, cold galvanizing compounds containing minimum 92% electrolytic zinc in dry film.
P-7
make ZINGA, LOCKTITE (of HENKEL) or ZRC

FINISH COATS / PAINTS


F-2 Two component Acrylic — Polyurethane finish paint
F-3 Chlorinated Rubber finish paint
F-6A High Build Epoxy finish coating cured with polyamine hardener
F-6B High Build Epoxy finish coating cured with polyamide hardener
F-6C Solvent less Epoxy Coating cured with poly amine hardener
F-7 High. build Coal Tar epoxy coating cured with polyamine hardener
F-8 Self priming surface Tolerant High Build epoxy coating. cured with polyamine hardener
F-9 Two component Inorganic Zinc Silicate coating
F-11 Heat resistant synthetic medium based Aluminium paint
F-12 Two component Heat resistant Silicone Aluminium paint.
F-14 Specially formulated coal tar epoxy coating. cured with polyamine hardener
F-15 Two component Epoxy phenolic coating cured with Polyamine adduct hardener system
Engineered Epoxy poly Siloxane Coating or high build cold applied inorganic co-polymer based
F-16
aluminium coating
Two component solvent free type high build epoxy phenolic/novalac epoxy phenolic coating cured
F-17
with Polyamine adduct hardener system

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

Page 126 of 163


latrazieLre ENGINEERS STANDARD SPECIFICATION STANDARD SPECIFICATION
FOR SURFACE PREPARATION NO. 6-79-0020
lgaf Efieg NDIA LIMITED
Rev. 0
lageR21201701JMAI (A Govt Lea Undertakin) AND PROTECTIVE COATING PAGE 23 OF 59

TABLE 7.2 REPAIR OF PRE-ERECTION/PRE-FABRICATION OR SHOP PRIMER


AFTER ERECTION/WELDING
For all un-insulated CS, LTCS & low allow steel items in all Environments

Total DFT
SI. Surface Coating System in Microns Remarks
No.
Design Temp. in °C Preparation
(min.)
7.2.1 -90 to 400 SSPC-SP-3 1 coat of F-9 65-75 See note
below and
7.2.2 401 to 550 SSPC-SP-3 1 coat of F-12 20 clause 5.9.3

NOTES

1 The application and repair of pre-erection/pre-fabrication or Shop Primer given in above tables
shall be done for all the items to be painted. In case the damages of primer are severe and spread
over large area, entire primer shall be removed by blasting to achieve SSPC-SP-10 and surfaces
to be primed again with F-9 or F-12 as applicable.

TABLE 8.0 COATING SYSTEM FOR GRATINGS, ROLLING & STATIONERY


LADDERS, SPIRAL STAIRWAYS AND HAND RAILS IN ALL LOCATION

Design
SI. Total DFT
No.
Temp. in Coating System in Microns (min.)
°C
Hot Dip Galvanizing to 80-85 microns (600-610
80 microns of finish coat
gm/m2)as per IS 4759, 2629, 4736, 2633 +
8.1 Up to 60 (excluding the thickness of
1 coat of P-6 @ 40u DFT/coat + 1 coat of F-2 @ 40
)
microns DFT/coat

NOTES:

1 No galvanized specimen shall have thickness less than 80 microns.

2 Repair of the damaged area of galvanized coatings due to welding during erection shall be
carried out as per recommended practice IS 11759 using cold galvanizing spray process.
Organic Paint systems are not acceptable for repair.

3 After repair of damaged galvanized coating by Cold Galvanized, the repaired area shall be top
coated with paint system as given in Table 8.0 above (i.e., 1 coat of P-6 @ 40g DFT/coat + 1
coat of F-2 @ 40g DFT/coat).

4 Approved Cold Galvanizing manufacturers are ZINGA, LOCKTITE or Z.R.C.

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

Page 127 of 163


PlitiegaENONIEERS STANDARD SPECIFICATION STANDARD SPECIFICATION
FOR SURFACE PREPARATION NO. 6-79-0020
Oga ft W INDIA UMITED Rev. 0
lam mewl:limn.) IA Gal of w. undmanno AND PROTECTIVE COATING PAGE 24 OF 59

TABLE 9.0 COATING SYSTEM FOR OFFSITE AREA (INLAND PLANTS)


For external surfaces of Un-insulated & aboveground (atmospheric exposure)
Structures, Piping, Vessels, Equipments, Pumps, etc. (Note-1); (For Carbon Steel,
LTCS & Low Alloy Steel). See Note Below*

Surface Coating System Total Final


Design
SI. Preparation & (Post-erection / Field) DFT
Temp. in Remarks
No. Pre-erection/Shop in Microns
°C Primer Finish Coat
Primer (min.)
SSPC-SP-10; No over-
9.1 -90 to -15 lcoat of F-9 @ None None 65-75 coating to be
65-75p DFT/coat done on
SSPC-SP-10; F-9 as it will
I coat of F-2 @
9.2 -14 to 60 1 coat of F-9 @ None 105-115 lead to mud
40p DFT/coat cracking.
65-75p DFT/coat
SSPC-SP-10;
1 coat of F-2 @
9.3 61 to 80 lcoat of F-9 @ None 105-115
40g DFT/coat
65-75g OFT/coat
2 coats of F-11
SSPC-SP-10;
20p
9.4 81 to 250 I coat of F-9 @ None 105
DFT
@/coat;
65-75p DFT/coat
(2x20=40)
2 coats of F-12
SSPC-SP-10;
@ 20p
9.5 251 to 400 1 coat of F-9 @ None 105-115
DFT/coat
65-75p DFT/coat F-12 shall be
(2x20=40)
ambient
SSPC-SP-10; 2 coats of F-12 temperature
9.6 401 to 550 lcoat of F-12 @ None @20g DFT/coat 60 curing type
20g DFT/coat (2x20=40)

* Flare line within unit or offsite areas shall be coated as per Clause 10.3 of Table 10.0, but
having finish coat of 2 coats of F-12.

NOTES:

1 The list of items given in the heading of the above table is not exhaustive. There may be more
items for a particular contract where these specifications are used. The Contractor is fully
responsible for completing painting including prefabrication primer for all the items supplied
and fabricated through his scope of work as per tender document.

2 If the Pre-erection/Pre-fabrication & Shop Primer has already been completed, the same shall not
be repeated again in the field. In case the damages of primer are severe and spread over large
areas, the engineer-in-charge may decide & advise re-blasting and priming again. Repair of pre-
fabrication/pre-erection primer, if required, shall be done as per Table 7.2.

3 In case of Paint systems as per SI. Nos. 9.5 and 9.6, the color bands shall be applied over the
Aluminum paint as per the Color coding requirement for specific service of piping given in
Clause 19.0.

4 All coating system including surface preparation, primer, and finish coat for piping shall be done
at field only.

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

Page 128 of 163


15Naeg a- ENGNEERS
STANDARD SPECIFICATION
FOR SURFACE PREPARATION
STANDARD SPECIFICATION
NO. 6-79-0020
5litaf talateltli INDIA LMTED
Rev. 0
eRternorni IA God al Indo Undenalogl AND PROTECTIVE COATING
PAGE 25 OF 59

TABLE 10.0 COATING SYSTEM FOR UNIT AREAS AS WELL AS DM, CPP,
COOLING TOWER OF INLAND PLANTS AND FOR ALL AREAS (UNIT,
OFFSITE, DM, CPP, etc.) OF COASTAL PLANTS

For external surfaces of un-insulated and above ground (atmospheric exposure)


structures, piping, vessels, equipments, external surface of MS chimney/stacks,
RCC chimney, internal surface of MS chimney without refractory lining, towers,
columns, pumps, compressors, blowers etc. of carbon steel, LTCS & low alloy
steels (note-1)

Surface Preparation & Coating System Total DFT


Design Pre-erection/Shop (Post-erection / Field) in
SI. Remarks
Temp. in °C Primer Microns
No. Primer Finish Coat
(min.)
SSPC-SP-10; No over-
10.1 -90 to -15 lcoat of F-9 @ None None 65-75 coating to be
65-75g DFT/coat done on
F 9 as it will
2 coats of F-6A lead to mud
@ 100 g cracking.
DFT/coat + 1
SSPC-SP-I 0; 1 coat of P-6
coat of F-2 @ 345_355 F-12 shall
10.2 -14 to 80 lcoat of F-9 @ @ 40 p
4 0p DFT/coat; be ambient
65-75p DFT/coat DFT/coat
(2x100 + 40= temperature
240) curing type

c) Finish coat
including
2 coats of F-12 primer
SSPC-SP-10; @ 20p compatible
10.3 81 to 400 lcoat of F-9 @ None DFT/coat 105-115 with finish
65-75p DFT/coat 2x20=40 coat (i.e. field
primer) shall
be applied at
site only.
Finish
2 coats of F-12 coating is not
SSPC-SP-10; permitted at
@ 20p
10.4 401 to 550 lcoat of F-12 @ None 60 equipment
DFT/coat;
20p DFT/coat manufacture
(2x20=40)
shop.

NOTES:

The list of items given in the heading of the above table is not exhaustive. There may be more
items for a particular contract where these specifications are used. The Contractor is fully
responsible for completing painting including prefabrication primer for all the items supplied
and fabricated through his scope of work as per tender document.

If the Pre-erection/Pre-fabrication & Shop Primer has already been completed, the same shall not
be repeated again in the field. In case the damages of primer are severe and spread over large

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

Page 129 of 163


ail-ileaENGINEERS STANDARD SPECIFICATION STANDARD SPECIFICATION
Eififtw INDIA LIMITED
imprriWREM3001411 (A GS of In& Undertalargl
FOR SURFACE PREPARATION
AND PROTECTIVE COATING
NO. 6-79-0020
Rev. 0
PAGE 26 OF 59

areas, the engineer-in-charge may decide & advise re-blasting and priming again. Repair of pre-
fabrication/pre-erection primer, if required, shall be done as per Table 7.2.

For external surface of MS chimney with or without refractory lining and for internal surface
without refractory lining, paint system as per 10.3 above shall be followed.

For external surface of RCC Chimney, 2 coats of F-6 @ 10012 DFT/coat to obtain total DFT of
200 p. shall be applied after proper surface preparation as per guidelines in 5.1.6.

In case of paint systems as per SI. Nos. 10.3 and 10.4, the colour bands shall be applied over the
Aluminum paint as per the Color coding requirement for specific service of piping given in
Clause 19.0.

All coating system including surface preparation, primer, finish coat for piping shall be done at
site/field only.

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

Page 130 of 163


OWIETte. ENONEERS
STANDARD SPECIFICATION STANDARD SPECIFICATION
FOR SURFACE PREPARATION NO. 6-79-0020
1ga fa2e3 WV INDIA LIMITED Rev. 0
Olen eiROIMMICR)A GM a/ Incia Undertalong) AND PROTECTIVE COATING PAGE 27 OF 59

TABLE 11.0 COATING SYSTEM FOR EFFLUENT TREATMENT PLANT (ETP)

Coating System Total


SI. Design Temp. DFT in
Surface Preparation Remarks
No. in °C Primer Finish Coat Microns
(min.)
For Extemal Surfaces of C.S./M.S. items: Screens, Walk way bridges, Baffles, Dual media filters,
11.1 Vertical pumps, piping in treated effluent sump, bio sludge pump, Screw pump and pump house, CS
tanks, sumps and vessels.
2 coats of
F-6A @100g
DFT/coat + 1
1 coat of F-9
coat40g
of F-2 @
-14 to 80 SSPS-SP-10 @ 65-75g 305-315 -
DFT/coat
DFT/coat;
(2x100+40=2
40)
For Internal Surfaces of CS/MS Items: Bio-sludge sump, Fil er feed sump, Process sump, Sanitary
11.2
sump, Transfer ump, Sludge, Slop oil tank, scrapping mechanism in Clarifier
3 coats of
1 coat of F-9
F-6A @100g
-14 to 80 SSPS-SP-10 @ 65-75g 365-375 Note:1
DFT/coat
DFT/coat.
(3x100=300)
All R.C.C./concrete surfaces exposed to effluent water / liquid such as tanks, structures, drains etc. in
11.3 Process sump, TPI separator (Process and Oil), Aeration Tank and Transfer sump etc.
Epoxy screed
lining shall be
Blast cleaning to SSPC-SP
applied as per
guide lines and Acid
specific
-14 to 80 etching with 10-15% HCI Epoxy Screed lining 3mm
manufacturer
acid followed by thorough
and Engineer-
water washing.
in-Charge
instructions
C.S/M.S Dual media filters (Internal), Chemical dosing tanks(intemal such as Di-Ammonium
11.4
Phosphate (DAP) and Urea
Natural
Rubber lining
shall be
Natural Rubber Lining applied as per
Up to 60 SSPC-SP-10 (As per IS 4682, Part 1) 4.5mm specific
manufacturer
and Engineer-
in-Charge
instructions

NOTES

1. The paint /coating manufacturers shall provide their Quality control test certificate of coating
materials (F-6A) for immersion service of the exposed effluent given in 11.2.

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

Page 131 of 163


azdZICS ENGNEERS
STANDARD SPECIFICATION STANDARD SPECIFICATION
FOR SURFACE PREPARATION NO. 6-79-0020
Oa' 111e W INDIA LIMITED Rev. 0
(02,121POIRCOMWM (A Sort el In& Undeftm g ) AND PROTECTIVE COATING PAGE 28 OF 59

TABLE 12.0 EXTERNAL COATING SYSTEMS FOR UNINSULATED CARBON STEEL


AND LOW ALLOY STEEL STORAGE TANKS (For all plant locations, coastal
or inland)

All Process Units & Off-sites

Total
Surface Coating system (Field) DFT
SI. Design Temp. Preparation (see note 1 below) in Remarks
No. in °C (Field)
Microns
Primer Finish Coat (min.)
All external surfaces of shell, wind girders, appurtenances, roof tops of all above ground tank including top
12' 1 . of external and internal floating roof and associated external structural works.
side
F-6 should
2 coats of F-6A @
lcoat of F-9 @ 65-75p be suitable
100p DFT /coat + 1
SSPC-SP-10 DFT/coat + lcoat of P-6 for
12.1.1 -14 to 80 coat of F-2 @ 40p 345-355
@ 40p DFT/ coat ; occasional
DFT/ coat;
water
immersion

1 coat of F-15 primer @ 1 coat of F-15 finish


SSPC-SP-10 80p DFT/ coat + 1 coat coat @80p DFT/ coat +
12.1.2 81 to 150 280 -
of F-15 intermediate lcoat of F-2 @ 40p
coat @ 80p DFT/coat ; DFT/ coat;

2 coats of F-12 @20 p


105
DFT/ coat
lcoat of F-9 @ 65-75p or or
12.1.3 151 to 500 SSPC-SP-10 -
DFT/coat 115
1 coat of F-16 @ 50 p
DFT / coat

12.2 External surfaces of bottom pla e (soil side) for all storage tanks.
F-7 should
be suitable
for
SSPC-SP-10 1 coat of F-9 @ 3 coats of F-7@ 100p 365_375 immersion
12.2.1 -14 to 80
65-75p DFT/ coat DFT/coat (3x100=300) service of
the
products
given
1 coat of F-15 primer @
80p DFT/ coat + 1 coat
SSPC-SP-10 1 coat of F-15 finish
12.2.2 81 to 150 of F-15 intermediate 240 -
coat @ 80p DFT/ coat
coat @ 80p DFT/coat ;
(80+80=160)
1 coat of F-16 @ 125 p 1 coat of F-16 @ 125 p
12.2.3 151 to 550 SSPC-SP-10 250 -
DFT /coat DFT /coat

12.3 For underside of the bottom plate (in case tank is not lifted during PWHT) (see Note 2c)

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

Page 132 of 163


5Rizth ft ENGINEERS STANDARD SPECIFICATION STANDARD SPECIFICATION
FOR SURFACE PREPARATION NO. 6-79-0020
1@U Elffleg NDIA LIMITED
Rev. 0
leiarr FIROIMIWII IA Gut d India Undedalung) AND PROTECTIVE COATING PAGE 29 OF 59

For CS Products
SSPC SP-6 from
JOTUN or
Commercial
Blast HI-TEMP
2 coats of inert
-180 to 650 1 coat of inert polymeric coatings or
12.3.1 polymeric matrix 350-400
For SS matrix coating @ 125 u SK
coating @ 125 Ft
SSPC SP-1 FORMULA
with non- TIONS are
chloride
chlo recommend
solvent ed.

NOTES

All paint coating application including primer for tankage shall be carried out at field after
erection and completion of all welding.

For underside of bottom plate :


Painting shall be carried out before laying of bottom plate for tanks with Non-Post Weld
Heat Treatment (PWHT).
For tanks with PWHT, painting shall be carried out after PWHT.
c) In case tank is not lifted during PWHT then painting shall be applied before laying of bottom
plate, clause no. 12.3.1 shall be followed.

Caution: PWHT temperature shall not exceed 650°C.

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

Page 133 of 163


STANDARD SPECIFICATION STANDARD SPECIFICATION
151fizieta ENCINEERS
Oga tiRegs INDIA LMTED FOR SURFACE PREPARATION NO. 6-79-0020
Rev. 0
INF 212(INVINMER) (A Gout of kb Undettiong) AND PROTECTIVE COATING
PAGE 30 OF 59

TABLE 13.0 INTERNAL COATING SYSTEMS FOR CARBON STEEL AND LOW ALLOY
STORAGE TANKS

All Process Units & Off-sites

Coating system (Field) Total


Surface DFT
SI. Design Preparation (see note 1 below)
in Remarks
No. Temp. in °C (Field) Microns
Primer Finish Coat
(min.)
CRUDE OIL, ATF, TURPENTINE OIL, LUBRICAT NG OIL AND VEGETABLE OIL
Underside of floating roof, internal surface of cone roof, inside of bottom plate, Internal surfaces of Shell
13.1
- including wetted and free board height, oil side surfaces of deck plates, oil side surfaces of pon oons,
roof structures, structural steel, ladders and other CS internals
1 coat of F-15
intermediate coat @
13.1. 1 coat of F-15 primer a -
-14 to 90 SSPC-SP-10 — 800 DFT/coat + 1 coat 240-300
1 800 DFT/ coat
of F-15 finish coat @
80p DFT/ coat,
PETROLEUM PRODUCTS & INTERMEDIATES like LDO, HSD , GAS OIL, FEEDS of
FCC-PC, FCC-LCO, VGO-HDT, ISOM, DHDT, REFORMATE, DCU, NHT & GASOLINE,
NAPHTHA, ISOMERATE AND KEROSENE.
13.2
Underside of Floating roofs, internal surface of cone roof, inside of bottom plate, internal surfaces of
Bare shell for full height, underside of floating roof, oil side surfaces of deck plates, oil side surfaces of
pontoons, support structures and ladders etc.
13.2. I coat of F-9 @
-14 to 45 SSPC-SP-10 - 75 Note 2
I 75 0 DFT/coat
1 coat of F-15
intermediate coat @
13.2. 1 coat of F-15 primer @
46 to 90 SSPC-SP-10 80p DFT/coat + 1 coat 240-300 -
2 80p DFT/ coat
of F-15 finish coat @
800 DFT/ coat;
POTABLE AND FIRE WATER
13.3 All internal surfaces, accessories and roof structures of Cone and Dome roof tanks
2 Coats of F-6A @
13.3. 1 Coats of P-6 @ Note-4
-14 to 60 SSPC-SP-10 1000 DFT/ Coat; 300-350
1 100 0 DFT/coat;
(2x100=200)
DE-MINERALIZED (DM) WATER
13.4 All internal surfaces, accessories and roof structures of Cone and Dome roof tanks
2 coats of F-6C @
13.4. 1 Coats of P-6 @
-14 to 60 SSPC-SP-i0 200p DFT/ coat; 400-450 -
1 1000 DFT/coat;
(2x200=400)
1 coat of F-15
intermediate coat @
13.4. 1 coat of F-15 primer @ 800 DFT/coat + 1 coat
61 to150 SSPC-SP-10 240-300
2 800 DFT/ coat of F-15 finish coat @
800 DFT/ coat;
(80+80=160)
HYDROCHLORIC ACID (HCI) 10 %
13.5
All internal surfaces, accessories and roof structures of Cone and Dome roof tanks
13.5. 4.5 mm -
-14 to 60 SSPC-SP-10 None Natural Rubber Lining
1

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

Page 134 of 163


STANDARD SPECIFICATION STANDARD SPECIFICATION
ofteiftENGINEERS
ogaiEgRegewr INDIA um-rED FOR SURFACE PREPARATION NO. 6-79-0020
114M MK,'"UMR0 IA GS of Undertaiong) AND PROTECTIVE COATING Rev. 0
PAGE 31 OF 59

AGGRESSWE SOLVENTS LIKE HEXANE, HEXENE, BENZENE, XYLENE AND TOLUENE


13.6 All internal surfaces, accessories and roof structures of Cone and Dome roof tanks

13.6. 1 coat of F-9 @ 75p


-14 to 65 SSPC-SP-10 --- 75
1 DFT/ coat

ETHYLENE GLYCOL (EG) TANKS


13.7 Internal shell-full height, bottom plate, underside of roof and all accessories
3 coats of vinyl
chloride co-polymer
13.7. AMERCOAT 23 @ 225 -
All SSPC-SP-10 None
1
75p /Coat;
(3x75=225)
13.8 Inside pontoon and inside of double deck of all floatingroofs
13.8. 1 coat of F-8 @ 100p 1 coat of F-8 @ 100p
- 14 to 80 SSPC-SP-3 200
1 DFT/coat DFT/coat
WET SLOPS, AMINE soluCons, SOUR WATER , WATER DRAW OFF
13.9
All internal surfaces, accessories and roof structures of Cone and Dome roof tanks
1 coat of F-15
intermediate coat @
13.9. 1 coat of F-15 primer @ 80p DFT/coat + 1 coat
-14 to 90 SSPC-SP-]0 240
1 80p DFT/ coat of F-15 finish coat @
80p DFT/ coat;
(80+80=160)
VACUUM RESIDUE, FUEL OIL , DRY SLOP, BITUMEN AND OTHER HIGH TEMPERATURE
HYDROCARBON LIQUIDS
13.10 Underside of floating roof, internal surface of cone roof, bottom plate, inside of bare shell — including
wetted and non wetted surfaces, oil side surfaces of deck plates, oil side surfaces of pontoons, roof
structures, structural steel and ladders
1 coat of F-17
intermediate coat @
13.10 1 coat of F-17 primer 125p DFT/coat + 1 coat 375 .. N.. _
Up to 150°C SSPC-SP-10 ote:3
.1 @ 125p DFT/ coat of F-17 finish coat
@125p DFT/ coat.
(125+125=250)
ALKALIS UP TO 50 % CONCENTRATION
13.11
All internal surfaces, accessories and roof structures of Cone and Dome roof tanks
2 Coats of F-6 A @
13.11 1 coat of F-15 primer
mer @
Up to 60°C SSPC-SP-10 100p DFT/coat; 280-100 -
1 80p DFT/ coat
(2x100=200)

NOTES
I. All paint coating application including primer shall be carried out after erection and completion
of all welding work at site.

F-6A should be suitable and resistant for immersion service for the respective Hydrocarbons.

This system can be used where maximum operating temperature is below 150°C and design
temperature is upto 200°C. Cases of operating temperature > 150°C are not covered in this spec,
such cases shall be covered in the job specifications.

4 F-6 A shall be suitable for drinking water service and should have competent authority
certification.

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

Page 135 of 163


ateaftINGINEERS
STANDARD SPECIFICATION STANDARD SPECIFICATION
FOR SURFACE PREPARATION NO. 6-79-0020
Igar fitileuW WA LIMITED Rev. 0
Iiik717421191PONAZIPI) IA GM al Ma Undslasn91 AND PROTECTIVE COATING PAGE 32 OF 59

TABLE 14.0 COATING SYSTEMS FOR EXTERNAL SIDE OF UNDERGROUND


CARBON STEEL PLANT PIPING AND UNDERGROUND VESSELS

Surface Coating system (Field) Total Final


Design Preparation
SI. Surface DFT
Temp. in & Remarks
No. Preparation & Finish Coat in Microns
°C Shop Primer
(min.)
min.)
14.1 Underground carbon steel plant piping

I layer of coaltar tape


The primer
coating @ 2mm +1
DFT is not
coat of synthetic fast
SSPC-SP-10; measurable.
drying primer 25 @u
Reconciliation
OFT/ coat + 1 layer of
14.1.1 25 to 65 --- 1 coat of synthetic 4 mm primer shall
coal tar tape coating @
fast drying primer be done by
2mm /layer as per
25 @it DFT/ coat coverage of
EIL Standard
maximum 10
Specification No
sq.m/litre
6-79-0011

SSPC-SP-10; 1 coat of F-17


intermediate coat @
14.2.1 66 to 150 --- 1 coat of F-17 125u DFT/coat + I 375 -
primer @ 125u coat of F-17 finish
DFT/ coat coat @125u DFT/ coat
SSPC-SP-10;
1 coat of F-16 finish
14.2.2 151 to 400 ---
1 coat of F-I6 250 -
coat @125u DFT/ coat
primer @l25µ
DFT/ coat
14.3 External side of un-insulated underground storage vessels
SSPC-SP-10;

I coat of F-9 3 coats of F-7 @ 100u


14.3.1 -40 to 80 -- 365-375 -
@ DFT/coat
65-75u DFT/
coat
SSPC-SP-10;
I coat of F-17
intermediate coat @
1 coat of F-17
14.3.2 81 to 150 --- 125u DFT/coat + 1 375 -
primer @
coat of F-17 finish
125u DFT/
coat @12512 DFT/ coat
coat
SSPC-SP-10;

I coat of F-16 1 coat of F-16 finish


143.3 151 to 400 --- 250 -
primer @ coat @125u DFT/ coat
125u DFT/
coat

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

Page 136 of 163


azosfillteifitENONEERS
STANDARD SPECIFICATION STANDARD SPECIFICATION
eies INDIA utsiTED FOR SURFACE PREPARATION NO. 6-79-0020
Rev. 0
IMIPWd3,0111 IA GOA d loan Undeglaan9) AND PROTECTIVE COATING
PAGE 33 OF 59

TABLE 15.0 COATING UNDER INSULATION (COASTAL OR INLAND PLANTS). ALL


UNITS AREAS & OFF-SITES
For insulated Piping, Equipments, Storage vessels, tanks, Columns etc of Carbon
Steel, LTCS, Low Alloy Steel & Stainless Steels

Coating System Total


Surface
(Post-erection / Field) Final
Preparation &
SI. Design DFT
Pre- Remarks
No. Temp. in °C Primer/ in
erection/Shop Finish Coat
Intermediate Microns
Primer
(min.)
15.1 Carbon steel, LTCS and low Alloy steel Piping
SSPC-SP-10; 2 coats of F-15 @
1 coat of F-15 @
15.1.1 -45 to 120 'coat of F-15 @ 75p DFT/coat; 225- 250 -
75p DFT/coat
75p DFT/coat (2x75= 150)
SSPC-SP-10; 2coat of F-I2 @
15.1.2 121-540 'coat of F-12 @ None 20p DFT/coat; 60 -
20p DFT/coat (2x20=40)
15.2 Carbon steel, LTCS and low Alloy steel - Storage vessels, Reactors, Columns & Equipments
SSPC-SP-10; 2 coats of F-15 @
1 coat of F-15 @
15.2.1 -45 to 120 'coat of F-15 @ 75p DFT/coat; 225- 250 -
75p DFT/coat
75p DFT/coat (2x75= 150)
Temporary oil
based varnish Thermally Sprayed Aluminium coating
121 to 540 coating to be (TSAC)
15.2.2 - -
provided for Refer ANNEXURE-I
transport and
storage
153 Stainless Stee (SS) including Alloy-20 piping (Note:2)

For CS
SSPC SP-6 Products from
Commercial Blast JOTUN or HI-
1 coat of inert 2 coats of inert
-180 to Zero TEMP coatings or
15.3.1 polymeric matrix polymeric matrix 350-400
For SS SK
coating @ 125 p coating @ 125 p
SSPC SP-1 with FORMULATIONS
non-chloride are recommended.
solvent
If the piping &
equipments are
already erected
then surface shall
SSPC-SP-10
1 coat of F-15 be prepared by
(15-25p surface 1 coat of F-15
cleaning with
15.3.2 0 to 125 profile) intermediate coat finish coat@ 80 240
emery paper and
1 coat of F-15@ @80 p DFT/coat p DFT/coat; wash/flush with
80 p DFT/coat
chloride free DM
water followed by
wiping with
organic solvent
SSPC-SP-10 Not recommended
1 coat of F-16 @
15.3.3 126 to 400 1 coat of F-16 @ None 250 for operating
125 0 DFT/coat
125 g DFT/coat temperature

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

Page 137 of 163


STANDARD SPECIFICATION
laizEtha ENGINEERS FOR SURFACE PREPARATION
STANDARD SPECIFICATION
NO. 6-79-0020
Glg a tiOtegmv INDIA UNITED Rev. 0
1011PFT 21R077 ttUatf 0 IA Govl of Yea Undetlicingi AND PROTECTIVE COATING PAGE 34 OF 59

SSPC SP-10; between


I coat of
1 coat of 60 - 120 °C
15.3.4 401 to 600
Amercoat 738@
None Amercoat 738@ 250
125 it DFT/coat 125 g DFT/coat
15.4 Coating system for Cyclic Service of Carbon Steel, LTCS, Low Alloy Steel & Stainless Steel
SSPC-SP-10 Apcothem EPN
(15-25g surface 1 coat of F-15 1 coat of F-15 200 of M/s Asian
15.4.1 - 40 to 150 profile) intermediate coat finish coat @ 240 Paints Ltd
1 coat of F-15 @ @ 80g DFT/coat 80m DFT/coat; OR
80 p DFT/coat Equivalent
For CS
Products from
SSPC SP-6
JOTUN or HI-
Commercial Blast 1 coat of inert 2 coats of inert
-180 to 650 TEMP coatings or
15.4.2 For SS polymeric matrix polymeric matrix 350-400
SK
SSPC SP-1 with coating @ 125 g coating @ 125 g FORMULATIONS
non-chloride are recommended.
solvent
15.5 No painting is required for insulated Monel, Incoloy and Nickel lines.

NOTES

"Cyclic Service" is characterized by rapid temperature fluctuation.


The blast cleaning abrasives for SS and Alloy steel surfaces shall be Aluminium oxide
grits/shots or garnet.
3. In case of overlapping of temperature ranges as mentioned in 15.4.1 and 15.4.2, clause 15.4.1
shall be followed.

TABLE 16.0 COATING SYSTEM FOR CARBON STEEL COMPONENTS OF COOLERS /


CONDENSERS (INTERNAL PROTECTION) FOR FRESH WATER SERVICE
Fresh Water boxes, channels, partition plates, end covers and tube sheets etc.

Coating System Total


Surface Preparation Final DFT
SI. Design (Post-erection / Field)
& Pre-erection/Shop Remarks
No. Temp. in .C in Microns
Primer Primer Finish paint (min.)
1 coat of F-15 2 coats of F-15 @
16.1 Up to 80 °C SSPC-SP-10 240
@ 80 microns 80p DFT/coat;
1 coat of Glass
Fibre Reinforced
16.2 80 to 140 SSPC-SP-10 1500 -
Novolac epoxy of
1.5 mm DFT

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

Page 138 of 163


STANDARD SPECIFICATION STANDARD SPECIFICATION
laitairiENONEERS
5fgaitameni, INDIA umiTED FOR SURFACE PREPARATION NO. 6-79-0020
MR" eleanSFM (A Gm 0/ India Undertiongi AND PROTECTIVE COATING Rev. 0
PAGE 35 OF 59

TABLE 17.0 COATING SYSTEM (INTERNAL PROTECTION) FOR GALVANIZED OR


NON FERROUS OR STAINLESS STEEL/ DUPLEX STAINLESS STEEL
COMPONENTS OF COOLERS/ CONDENSERS FOR FRESH WATER
SERVICE

Coating System Total Final


Surface Preparation
SI. Design (Post-erection / Field) DFT Remarks
& Pre-erection/Shop in Microns
No. Temp. in °C
Primer Primer Finish paint
(min.)
1 coat of F-15 @ 1 coat of F-15 @
17.1 Up to 80 Sweep Blasting 160 -
80g DFT/coat; 80g DFT/coat;
I coat of Glass
Fibre Reinforced
17.2 80 to 140 Sweep Blasting --- 1500 -
Novolac epoxy of
1.5 mm DFT

18.0 STORAGE

18.1 All paints and painting materials shall be stored only in rooms to be arranged by contractor
and approved by Engineer-in-charge for the purpose. All necessary precautions shall be
taken to prevent fire. The storage building shall preferably be separate from adjacent
building. A signboard bearing the word "PAINT STORAGE - NO NAKED LIGHT -
HIGHLY INFLAMABLE" shall be clearly displayed outside. Manufacturer's
recommendation shall be followed for storage of paint materials.

19.0 COLOUR CODE

The following colour coding system shall be followed. However alternate colour coding may
also be followed as per Owner's colour coding practice/scheme.

19.1 IDENTIFICATION

The system of colour coding consists of a ground colour and secondary colour bands
superimposed over the ground colour. The ground colour identifies the basic nature of the
service and secondary colour band over the ground colour distinguishes the particular service.
The ground colour shall be applied over the entire length of the un-insulated pipes. For
insulated lines ground colour shall be provided as per specified length and interval to identify
the basic nature of service and secondary colour bands to be painted on these specified length
to identify the particular service. Above colour code is applicable for both unit and offsite
pipelines.

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

Page 139 of 163


,S RS STANDARD SPECIFICATION STANDARD SPECIFICATION
FOR SURFACE PREPARATION NO. 6-79-0020
0?atitatuvoy INDIA LIMITED
Rev. 0
Sifflirel3qtall IA Govt d Irda Undenkr9) AND PROTECTIVE COATING PAGE 36 OF 59

COLOUR CODING

SR. SERVICE RECOMMNDED COLOUR FOR RAL COLOUR CODE


No. PAINT SYSTEM
BASE BAND
COLOUR COLOUR

HYDROCARBON LINES (UNINSULATED)

1 CRUDE SOUR Dark Admiralty grey with 1 orange band 7012 2011
2 CRUDE SWEET Dark Admiralty grey with I red band 7012 3001
3 LUBE OILS Dark Admiralty grey with 1 green band 7012 6010
4 FLARE LINES Heat Resistant Aluminium 9006
5 LPG Orange with 1 oxide red band 2011 3009
6 PROPYLENE Orange with 2 blue bands 2011 5013
7 NAPTHA Orange with 1 green band 2011 6010
8 M.S. Orange with 1 dark admiralty grey band 2011 7012
9 AV.GASOLINE (96 RON) Orange with 1 band each of green, white 2011 6010 9010 3001
and red bands
10 GASOLINE (regular, leaded) Orange with 1 black band 2011 9005
11 GASOLINE (premium, Orange with 1 blue band 2011 5013
leaded)
12 GASOLINE (white) Orange with 1 white band 2011 9010
13 GASOLINE (Aviation Orange with 1 red band 2011 3001
100/130)
14 GASOLINE (Aviation Orange with 1 purple band 2011 4006
115/145)
15 N-PENTANE Orange with 2 blue bands 2011 5013
16 DIESEL OIL (White) Oxide red with 1 white band 3009 9010
17 DIESEL OIL (Black) Oxide red with 1 yellow band 3009 1023
18 KEROSENE Oxide red with 1 green band 3009 6010
19 HY.KEROSENE Oxide red with 2 green bands 3009 6010
20 DISUFIDE OIL (EX- Oxide red with 1 black band 3009 9005
MEROX)
21 M.T.0 Oxide red with 3 green bands 3009 6010
22 DHPPA Oxide red with 2 white bands 3009 9010
23 FLUSHING OIL Oxide red with 2 black bands 3009 9005
24 LAB FS Oxide red with 2 dark admiralty grey 3009 7012
bands
25 LAB RS Oxide red with 3 dark admiralty grey 3009 7012
bands
26 LAB (Off. Spec) Oxide red with 1 light grey band 3009 7035
27 N-PARAFFIN Oxide red with 1-blue band 3009 5013
28 HEAVY ALKYLATE Oxide red with red band 3009 3001
29 BLOW DOWN, VAPOR Off white / Aluminum with 1-Brown 9006 8004
LINE band
30 SLOWDOWN Off white / Aluminum with 2 brown 9006 8004
bands
31 A.T.F. Leaf brown with 1 white band 8003 9010
32 TOULENE Leaf brown with 1 yellow band 8003 1023
33 BENZENE Leaf brown with 1 green band 8003 6010
34 LAB PRODUCT Leaf brown with 1 blue band 8003 5013
35 FUEL OIL Black with 1 yellow band 9005 1023

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

Page 140 of 163


STANDARD SPECIFICATION
ogegOfrae
STANDARD SPECIFICATION
liftENGINEERS NO. 6-79-0020
gaituw INDIA umn-ED FOR SURFACE PREPARATION
INIMMER1101MOR0 IA GOA d India Undedakingl AND PROTECTIVE COATING Rev. 0
PAGE 37 OF 59

36 FULE OIL (Aromatic rich) Black with 2 yellow bands 9005 1023
37 ASPHALT Black with 1 white band 9005 9010
38 SLOP AND WASTE OILS Black with 1 orange band 9005 2011
39 SLOP AROMATICS Black with 2 orange bands 9005 2011

CHEMICAL LINES

40 TRI-SODIUM PHOSPHATE Canary yellow with 1 violet band 1012 5000


41 CAUSTIC SODA Canary yellow with 1 black band 1012 9005
42 SODIUM CHLORIDE Canary yellow with 1 white band 1012 9010
43 AMMONIA Canary yellow with 1 blue band 1012 5013
44 CORROSION INHIBITOR Canary yellow with 1 Aluminum band 1012 9006
45 HEXAMETA PHOSPHATE Canary yellow with 2 black bands 1012 9005
46 ACID LINES Golden Yellow with 1 red band 1004 3001
47 RICH AMINE Canary yellow with 2 blue bands 1012 5013
48 LEAN AMINE Canary yellow with 3 blue bands 1012 5013
49 SOLVENT Canary yellow with 1 green band 1012 6010
50 LCS Canary yellow with 1 smoke grey 1012 7031

WATER LINES

51 RAW WATER Sky blue with 1 black band 5015 9005


52 INDUSTRIAL WATER Sky blue with 2 signal red band 5015 3001
53 TREATED WATER Sky blue with 1 oxide red band 5015 3009
54 DRINKING WATER Sky blue with 1 green band 5015 6010
55 COOLING WATER Sky blue with 1 light brown band 5015 1011
56 SERVICE WATER Sky blue with 1 signal red brown 5015 3001
57 TEMPERED WATER Sky blue with 2 green bands 5015 6010

58 DM WATER Sky blue with 1 aluminum band 5015 9006


59 DM WATER ABOVE 150°F Sky blue with 2 black bands 5015 9005

60 SOUR WATER Sky blue with 2 yellow bands 5015 1013


61 STRIPPED WATER Sky blue with 2 blue bands 5015 5013
62 ETP TREATED WATER Sky blue with 2 oxide red bands 5015 3009

FIRE PROTECTION SYSTEM (ABOVE GROUND)

63 FIRE WATER FOAM & Post office red 3002


EXTINGUISHERS

AIR & OTHER GAS LINES (UNINSULATED)

64 SERVICE MR Sea green with 1 signal red band 6018 3001


65 INSTRUMENT AIR Sea green with 1 black band 6018 9005
66 NITROGEN Sea green with 1 orange band 6018 2011
67 FREON Sea green with 1 yellow band 6018 1023
68 CHLORINE Canary yellow with 1 oxide band 1012 3009
69 SO2 Canary yellow with 2 white bands 1012 9010
70 H2S Orange with 2 red oxide bands 2011 3009
71 GAS (Fuel) Orange with 1 aluminum band 2011 9006
72 GAS (Sour) Orange with 2 aluminum bands 2011 9006

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

Page 141 of 163


STANDARD SPECIFICATION STANDARD SPECIFICATION
ogatimever
ol
gra14 ENGINEERS
NA UNITED FOR SURFACE PREPARATION NO. 6-79-0020
Rev. 0
1 4*Vi MeRnm agara) (AGutsneauncleilaking) AND PROTECTIVE COATING PAGE 38 OF 59

73 GAS (Sweet) Orange with 2 signal red band 2011 3001


74 HYDROGEN Orange with 1 light green band 2011 6021

STEAM AND CONDENSATE LINES (UNINSULATED)

75 HP STEAM Off white / Aluminum with 1 yellow band 9006 1023


76 MP STEAM Off white / Aluminum with 1 red band 9006 3001
77 MLP STEAM Off white / Aluminum with 1 orange band 9006 2011
78 LP STEAM Off white / Aluminum with 1 light green 9006 6021
band
79 CONDENSATE Sky blue with 1 white band 5015 9010
80 CONDENSATE ABOVE Sky blue with 3 oxide red band 5015 3009
150°F .
81 BFW Sky blue with 2 red bands 5015 3001
Note: For all insulated steam lines, the colour coding shall be follow as given for un insulated lines with the
specified length of color bands.

INSULATED HYDROCARBON PIPING

82 IFO SUPPLY 1Black ground colour with 1 yellow band


9
9005 1023
in centre
83 IFO RETURN Black ground colour with 1 green band in 9005 6010
centre
84 HPS Black ground colour with 1 red band in 9005 3001
centre
85 BITUMEN Black ground colour with 2 red bands in 9005 3001
centre
86 CLO Black ground colour with 1 brown band 9005 8004
in centre
87 VB TAR Black ground colour with 2 brown bands 9005 8004
in centre
88 VR AM (BITUMEN / VBU 1 Black ground colour with 1 blue band 9005 5013
FEED) in centre
89 VR BH 1 Black ground colour with 2 blue bands 9005 5013
in centre
90 VAC. SLOP 1 Black ground colour with 1 white band 9005 9010
in centre
91 SLOP 1 Black ground colour with 1 orange band 9005 2011
in centre
92 CRUDE SWEET 1 Dark admiralty grey ground colour with 7012 3001
1 red band in centre
93 CRUDE OUR 1 Dark admiralty grey ground colour with 7012 2011
1 orange band in centre
94 VGO / HCU 1 Oxide red ground colour with 2 steel 3009 7011
grey bands in centre
95 OHCU BOTOM / FCCU 1 Oxide red ground colour with 2 steel 3009 7011
FEED grey bands in centre

UNINSULATED EQUIPMENTS, TANKS AND STRUCTURES

96 HEATER STRUCTURE Steel grey 7011


97 HEATER CASING Heat resistant aluminium 9006
98 VESSELS & COLUMNS Aluminium 9006

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

Page 142 of 163


15ilfraq t ENGINEERS
STANDARD SPECIFICATION STANDARD SPECIFICATION
igeg Eveglief INDIA um iTED FOR SURFACE PREPARATION NO. 6-79-0020
INA/ 2ROWMACNI) IA Cal el India Undertaking) AND PROTECTIVE COATING Rev. 0
PAGE 39 OF 59

99 HYDROGEN BULLETS Pink 3014


100 LPG VESSELS Oxide red 3009
101 SO2 VESSEL Canary yellow 1012
102 HEAT EXCHANGER Heat resistant aluminium 9006
103 FO TANK AND HOT Black 9005
TANKS
104 ALL OTHER TANKS Aluminum / Off white 9006
105 CAUSTIC / AMINE / ACID Golden yellow 1004
TANKS
106 SOUR WATER Sky Blue 5015
107 OUTER SURFACE IN Heat resistant aluminum 9006
BOILER HOUSE
108 COMPRESSORS AND Dark admiralty grey 7012
BLOWERS
109 PUMPS Navy blue 5014
110 MOTORS & SWITCH GEAR Bluish green 5024
111 HAND RAILING Signal red 3001
112 STAIRCASE, LADDER Black 9005
AND WALKWAYS
113 LOAD LIFTING Leaf brown 8003
EQUIPMENT AND
MONORAILS ETC
114 GENERAL STRUCTURE Black 9005

PIPES AND FITTINGS OF ALLOY STEEL AND SS MATERIAL IN STORE

115 IBR Signal red 3001


116 9Cr-lMo Verdigris green 6021
117 5Cr-0.5Mo Satin blue 5012
118 2 1,4 Cr-1 Mo Aircraft yellow 1026
119 1,,4Cr- 1/2 Mo Traffic Yellow 1023
120 SS-304 Dark blue grey 5008
121 SS-316 Dark violet 4005
122 SS-321 Navy blue 5014

SAFETY COLOUR SCHEMES

123 DANGEROUS Black and alert orange band 9005 2008


OBSTRUCTION
124 DANGEROUS OR Alert orange 2008
EXPOSED PARTS OF
MACHINERY

Note: All LPG service PSVs shall be painted Deep Blue.

All drains & Vents shall be painted in Main line colour.


The colour code scheme is for identification of piping service group, It consists of a ground
colour and 1 / 2 colour bands.

19.2 Ground Colour


On uninsulated pipes, the entire pipe has to be painted in ground colour., and on metal cladded
insulated lines, minimum 2M long portion should be painted.

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

Page 143 of 163


STANDARD SPECIFICATION STANDARD SPECIFICATION
el ENGNERS NO. 6-79-0020
lazir faiatowNDIAumn-ED FOR SURFACE PREPARATION
O
7R W ,a MOM g
IA God d Ada Undertakin / AND PROTECTIVE COATING Rev. 0
PAGE 40 OF 59

19.3 Colour Bands


Location of colour bands:
At Battery Limits
Intersection points & change of direction points in piping
Midway of piping section, near valves, across culverts
At 50 M interval on long stretch pipes
At starting and termination points.

Minimum width:

NB Width
3" and below 75 mm
Above 3" to 6" NB X 25 MM II! Note:
Above 6" to 12" NB X 18 MM For insulated pipes, NB indicates
Above 12" NB X 15 MM OD of the insulation

Sequence :
Colour bands shall be arranged in sequence showing Table above and the sequence follows the
direction of flow. The width of the l st Band to 2nd band is 4:1,

!!! Note : Wherever deemed required by Process Department or Safety, pipes handling hazardous
substances will be given hazard marking of 30 mm wide diagonal stripes of Black and Golden Yellow
as per IS : 2379.

19.4 Special Camouflage Painting for Uninsulated Crude and Product Storage Tanks.

Paint specification shall be as per standards.

Camouflage painting scheme for Defense requirement in irregular patches will be applied with
3 colours

Dark Green Light green Medium Brown


5 3 2

The patches shall be irregular and asymmetrical and inclined at 30 to 60 Degrees.

Patches should be continuous at surface meeting lines / points.

Slits / holes shall be painted in dark green shade.

Width of patches shall be 1 to 2 meters.

19.5 Identification Markings on Equipment / Piping

Equipment tag Numbers shall be Stenciled / neatly painted using normal 'Arial' Lettering
Style on all equipment and piping (Both insulated & uninsulated) after completion of all paint
works. Lettering colour shall be either BLACK or WHITE, depending upon the background,
so as to obtain good contrast.

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

Page 144 of 163


02zieLft ENGINEERS STANDARD SPECIFICATION STANDARD SPECIFICATION
NO. 6-79-0020
-

IgZIT gate* WA LIMITED FOR SURFACE PREPARATION


IMEAMIIInM 3AIFAI IA GoN d India Undeoliongl AND PROTECTIVE COATING Rev. 0
PAGE 41 OF 59

Operations Group shall specify location.

Sizes shall be:


Columns, Vessels, Heaters: 150 mm
Pumps and other M/c 50 mm
Piping OD / 2 with Maximum 100 MM.
Storage Tanks (As per Drawings)

19.6. Colour Coding for Control Valve

Carbon steel body - Light grey

Alloy steel body - Canary yellow

Stainless steel body - Natural

The actuator of the Control valve shall be painted as :

Direct action (open on air failure) valves - Green

Reverse acting (close on air failure 1 valves - Red

The painting Status shall be comprehensively updated every 6 months for compliance

19.7 Colour Coding for Structural & Others

SI Item Color Indicative


No
1 Pipe rack structurals Dark Admiraltry Grey
2 Chequered Plate ( Both faces) Black
3 Grating Black
4 Ladder Rungs & Railing Vertical Posts Black
5 Hand Rail, Middle rail, Toe Plate Signal Red
6 Ladder Verital Posts Signal Red
7 Building Structurals, Steel Columns; brackets,
beams, bracings, roof trusses, purlings, side Dark Admiratry Grey
girts, louvers, stringers
8 OverHead Monorail Signal Red
9 Gantry Girder & Monorail Dark Green
10 Monorail Stopper Plates Signal Red.
11 Coke Cutting System Signal red
12 EOT / HOT Cranes Canary Yellow
13 Transformers, & Battery room structurals Dark Admiraltry Grey

14 Electrical Motors Dark Blue

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

Page 145 of 163


OWES ENGINEERS STANDARD SPECIFICATION
FOR SURFACE PREPARATION
STANDARD SPECIFICATION
NO. 6-79-0020
Sga €10e3W INDIA LIMITED
a
Rev. 0
PRA panne an) IA Govt Crl hda Undertakng ) AND PROTECTIVE COATING PAGE 42 OF 59

20.0 IDENTIFICATION OF VESSELS, PIPING ETC

20.1 Equipment number shall be stencilled in black or white on each vessel, column, equipment &
machinery (insulated or uninsulated) after painting. Line number in black or white shall be
stencilled on all the pipe lines of more than one location as directed by Engineer-In-Charge;
Size of letter printed shall be as below:

Column & Vessels 150mm (high)


Pump, compressor & other machinery 50mm (high)
Piping 40-150 mm

20.2 Identification of Storage Tanks

The storage tanks shall be marked as detailed in the drawing.

21.0 PAINTING FOR CIVIL DEFENCE REQUIREMENTS

21.1 Following items shall be painted for camouflaging if required by the client.
All Columns
All tanks in Offsites
Large Vessels
Spheres

21.2 Two coats of selected finishing paint as per defense requirement shall be applied in a
particular pattern as per 20.3 and as per the instructions of Engineer-In-Charge.

21.3 Method of Camouflaging

21.3.1 Disruptive painting for camouflaging shall be done in three colours in the ratio of 5:3:2 (all
matte finish).

Dark Green Light Green Dark Medium Brown


5 3 2

21.3.2 The patches should be asymmetrical and irregular.

21.3.3 The patches should be inclined at 30° to 60° to the horizontal.

21.3.4 The patches should be continuous where two surfaces meet at an angle.

21.3.5 The patches should not coincide with corners.

21.3.6 Slits and holes shall be painted in dark shades.

21.3.7 Width of patches should be 1 to 2 meters.

22.0 QUALITY CONTROL, INSPECTION AND TESTING

22.1 All painting materials including primers and thinners brought to site by contractor for
application shall be procured directly from manufactures as per specifications and shall be

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

Page 146 of 163


OPzEtt, ENGINEERS STANDARD SPECIFICATION STANDARD SPECIFICATION
NO. 6-79-0020
laatuilir INDIA UMITED
1142710IROW WWI/ IA Gait pi India Uadettiong)
FOR SURFACE PREPARATION
AND PROTECTIVE COATING Rev. 0
PAGE 43 OF 59

accompanied by manufacturer's test certificates. Paint formulations without certificates are


not acceptable (see section 24.0).

22.2 The contractor must produce Test Certificate from Pre Qualified Paint Manufacturer for
various tests as detailed out in section 25.1 of this document, for each batch & for each
category of product. The Engineer-in-Charge shall have the right to test wet samples of paint
from each batch at random for verifying quality of paint supplied. Contractor shall arrange to
have such tests, when called for by Engineer-in-Charge, performed at his cost any one of the
independent laboratories listed in the 25.1 of this document.

Samples for the test will be drawn at random in presence Engineer-in-Charge or his
representations. Following tests to be carried out if called for by Engineer-in-Charge:

Specific Gravity
- % solids by weight (% zinc content in case of inorganic or organic zinc primer)
Drying time (touch dry & full curing)
- Adhesion
Flexibility
- Hardness
Storage stability (pot life)

Test methods for above tests shall be as per relevant ASTM or ISO Standard.

22.3 The painting work shall be subject to inspection by Engineer-In-Charge at all times. In
particular, following stage-wise inspection will be performed and contractor shall offer the
work for inspection and approval of every stage before proceeding with the next stage. The
record of inspection shall be maintained in the registers. Stages of inspection are as follows:

Surface preparation
Primer application
(c) Each coat of paint

During surface preparation, following tests are to be carried out:

Test for absence oil & grease after degreasing before blasting as per procedure given in
sec 6.7 of Annexure-I of this specification (specification for thermally sprayed
Aluminium Coating).
Tests for surface finish of blasted surface shall be done by visual inspection using SSPC-
VISI. Clear cellophane tape test as per ISO 8502-3 shall be used to confirm absence of
dust on blasted surface. Checks shall be done on each component atleast once per 200 m2
of blasted surface and minimum of 3 checks per shift.
Test for presence of soluble salt as per method ISO 8502-9. Maximum allowable salt
content shall be considered 20 mg/m 2 (2 mg/cm 2). Checks shall be done on each
component atleast once per 200 m2 of blasted surface and minimum of 3 checks per shift.
In case salt exceeds specified limit, the contaminated surface shall be cleaned by method
as per Annexure-C of IS 12944-4 (water cleaning). After cleaning surface shall be
retested for salt after drying.
Blast profile measurement — This shall be done as described in sec 6.2 of Annexure-I of
this specification (Specification for thermally sprayed Aluminium).
Test for blasting Media and Blasting air- this shall be done as described in sec 6.6 of
Annexure-I of this specification (Specification for thermally sprayed Aluminium).

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

Page 147 of 163


STANDARD SPECIFICATION STANDARD SPECIFICATION
w ENGINEERS
161daelela,
Ogzir tapeg NDR FOR SURFACE PREPARATION NO. 6-79-0020
Rev. 0
Mien FIRM WWI) LID
IA Gad of Nu Uncle/01V AND PROTECTIVE COATING PAGE 44 OF 59

In addition to above, record should include type of shop primer already applied on equipment
e.g. zinc silicate, or zinc rich epoxy, or zinc phosphate.

Any defect noticed during the various stages of inspection shall be rectified by the contractor
to the entire satisfaction of Engineer-In-Charge before proceeding further. Irrespective of the
inspection, repair and approval at intermediate stages of work, contractor shall be responsible
for making good any defects found during final inspection/guarantee period/defect liability
period as defined in general condition of contract. Dry film thickness (DFT) shall be checked
and recorded after application of each coat and extra coat of paint should be applied to make-
up the DFT specified without any extra cost to owner, the extra coat should have prior
approval of Engineer-in-charge.

22.4 Primer Application

After surface preparation, the primer should be applied to cover the crevices, corners, sharp
edges etc. in the presence of inspector nominated by Engineer-In-Charge.

22.5 The shades of successive coats should be slightly different in colour in order to ensure
application of individual coats, the thickness of each coat and complete coverage should be
checked as per provision of this specification. This should be approved by Engineer-In-
Charge before application of successive coats.

22.6 The contractor shall provide standard thickness measurement instrument with appropriate
range(s) for measuring.

Dry film thickness of each coat, surface profile gauge for checking of surface profile in case
of sand blasting. Holiday detectors and pinhole detector and protector whenever required for
checking in case of immersion conditions.

22.7 Prior to application of paints on surfaces of chimneys, the thickness of the individual coat
shall be checked by application of each coat of same paint on M.S.test panel. The thickness of
paint on test panels shall be determined by using gauge such as 'Elkometer'. The thickness of
each coat shall be checked as per provision of this specification. This shall be approved by
Engineer-In-Charge before application of paints on surface of chimney.

22.8 At the discretion of Engineer-In-Charge, the paint manufacturer must provide the expert
technical service at site as and when required. This service should be free of cost and without
any obligation to the owner, as it would be in the interest of the manufacturer to ensure that
both surface preparation and application are carried out as per their recommendations. The
contractor is responsible to arrange the same.

22.9 Final inspection of finished coating shall consist of measurement of:


Paint dry film thickness (DFT),
Adhesion, and,
3) Holiday detection check as well as for finish and workmanship.

1) Coating DFT measurement shall be as per ISO 2808. Type II electromagnetic gauges
should be used for ferrous substrates. DFT gauge calibration, number of measurement

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

Page 148 of 163


agraes STANDARD SPECIFICATION STANDARD SPECIFICATION
ENGINEERS NO. 6-79-0020
azit ta5tegWV INDIA LIMITED FOR SURFACE PREPARATION
ilMweg awo (A GM of Inda Undertalcmg) AND PROTECTIVE COATING Rev. 0
PAGE 45 OF 59

shall be as per SSPC-DA 2. Measured DFT shall be within + 10% of the dry film
thickness, specified in the specifications.

Adhesion of the primer to the steel substrate and intercoat adhesion of the subsequent
coat(s) after curing for at least a week after application of the topcoat shall be examined by
a knife test in accordance with ASTM D 6677. For the knife test, if the rating is better than
8, the adhesion is considered acceptable. The adhesion is destructive and tested areas shall
be repaired afterward using the spot repair procedure. Alternatively, the applicator may
perform the adhesion test on a steel coupon coated using the same surface preparation and
coating application procedure as the work piece. Adhesion testing shall be carried out for
each component at least once per 200 m2 (2000 ft2) of coated surface.

Holiday testing shall be conducted in accordance with NACE SP 0188. For immersion
services, 100% of coated area shall be inspected for holidays. For atmospheric exposure,
10% of coated area which must include weld seams, corners and edges to be holiday
tested. Voltage at which test is to be carried out will depend upon DFT of coating being
tested and shall be as per NACE SP 0188. Any holiday is unacceptable and should be
marked and repaired immediately.

22.10 The contractor shall arrange for spot checking of paint materials for Specific gravity, glow
time (ford cup) and spreading rate.

22.11 Final Inspection of coating system

A final inspection shall be conducted prior to the acceptance of the work. The coating
contractor and the facility owner shall both be present and they shall sign an agreed inspection
report. Such reports shall include:
General
Names of the coating contractor and the responsible personnel
Dates when work was performed

Coating Materials
- Information on coating materials being applied
- Condition of coating materials received

Environmental Conditions
- Weather and ambient conditions
- Coating periods

Surface Preparation
Condition of surface before preparation
Tools and methods used to prepare surface
Condition of surface after preparation

Coating Application
- Equipment used
- Mixing procedure prior to application
- Coating application techniques used

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

Page 149 of 163


15i1frita ENGINEERS STANDARD SPECIFICATION
FOR SURFACE PREPARATION
STANDARD SPECIFICATION
NO. 6-79-0020
V_IF INDIA UNITED Rev. 0
le FROWCPWO (A Gpi of Irda usertakm9) AND PROTECTIVE COATING
PAGE 46 OF 59

Testing
Type and calibration of inspection instruments used
Type of quality control tests performed, and results

23.0 GUARANTEE

23.1 The contractor shall guarantee that the chemical and physical properties of paint materials used
are in accordance with the specifications contained herein/to be provided during execution of
work.

24.0 QUALIFICATION CRITERIA OF PAINTING CONTRACTOR/SUB-CONTRACTOR

Painting contractor who is awarded any job for EL, Projects under this standard must have
necessary equipments, machinery, tools and tackles for surface preparation, paint application
and inspection. The contractor mush have qualified, trained and experienced surface
preparator, paint applicator, inspector and supervisors. The contractor supervisor, inspector,
surface preparator and paint applicator must be conversant with the standards referred in this
specification.

25.0 QUALIFICATION/ACCEPTANCE CRITERIA FOR PAINT COATING SYSTEM

25.1 Pre-Qualification of Paint Coating Manufacturer and his Products

Paint Coating manufacture meeting the following requirements shall be considered for supply
of their products. Contractor is advised to select coating manufacturer. Only after obtaining
prequalification from EL for the manufacturer based on following requirements. Even those
manufacturers, whose names are appearing elsewhere in the tender document, under the list of
"EIL's Recommended or Approved Vendors", will also be required to meet the following
prequalification requirements.

Manufacturer should have been in continuous business of paint coating formulation and
manufacturer for at least past 5 years.

Manufacturer should posses past experience of supplying his products to hydrocarbon


processing industry or offshore platforms in the past 5 years.

- Coating manufacturer should have supplied at least 10000 litre of an individual product
to hydrocarbon processing industry or offshore platform.

The manufacturer's manufacturing procedure & QA/QC system shall meet ISO 9001
requirements and preferably should posses ISO 14000 certificate.

The Quality control set up should be manned by qualified paint technologists whose bio
data should be sent along with quality control organization chart.

Pre-Qualification Testing:
Manufacturer should have got his products tested at least one time in last 3 years at a
reputed independent laboratory for the following test items. Test certificates which are
more than 3 years old will not be considered.

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

Page 150 of 163


OFEET STANDARD SPECIFICATION STANDARD SPECIFICATION
ENONEERS NO. 6-79-0020
Iariaffleg41, INDIA UNITED FOR SURFACE PREPARATION
iwnewa.mgarm IA Gart Inda Undertaar0 AND PROTECTIVE COATING Rev. 0
PAGE 47 OF 59

Test Test Method


Specific gravity ASTM D 1475
Dipping properties ASTM D 823
Film characteristics -
Solids content by weight ASTM D 2369
Drying time ASTM D 1640
Flexibility ASTM D 1737/ D 522
Hardness ASTM D 3363
Adhesion ASTM D 2197
Abrasion resistance ASTM D 968/ D 1044
DFT/coat As per SSPC guidelines
Storage Stability ASTM D 1849
Resistance to moisture vapour permeability for 2000 hrs ASTM D 2247
Cyclic Test for the duration of 4200 h (25 cycles a 168 ISO 7253, ASTM G53
hours)
% Zn in Dry film for Inorganic Zinc -
Silicate primer
Chemical Resistance test ASTM D 543
- 10% & 40% NaOH (applicable only for F-6 & F-15)
- 10% H2SO4 (applicable only for F-6 & F-15)
- 10 % Nitric Acid test (applicable only for F-6 & F-15)
- Benzene / Toluene (applicable only for F-6 & F-15)
- Kerosene (applicable only for F-6 & F-15)
- Sea water (applicable only for F-6 & F-15)
- MIBK test (applicable only for F-6 & F-15)
Resistance to water using water immersion (applicable ASTM D 870
only for F6-, F-7, F-8, F-14 & F-15)
Dry Heat Resistance test
(applicable only for F-9, F-6A/B, F-2, F-15, F-16,
polysiloxane, heat resistance Al silicone)
Thermal shock resistance test ASTM D2485 - 91
(only for F-9, F-6, polysiloxane)

Each coating product to be qualified shall be identified by the following

An infrared scan (fingerprint), for Part A and B, each component as per ASTM
D 2621
Specific gravity of Base and curing agent (Ref. ISO 2811)
3) Ash content (ASTM D1650), volatile and non-volatile matters (ISO 3251) of each
component

The identification shall be carried out on the batch, which is used for the Pre-
qualification testing. Pre-qualification of the products shall be carried out at an
independent laboratory.

Test shall be carried out at any one of the following laboratories and tests to be witnessed &
certified by third party inspection agency (TUV, BV, DNV).

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

Page 151 of 163


000:eftENGINEERS STANDARD SPECIFICATION STANDARD SPECIFICATION
FOR SURFACE PREPARATION NO. 6-79-0020
siges eg W: WA LIMITED
Rev. 0
men eeteRtel3AARI (A God d( Undell/A1A) AND PROTECTIVE COATING PAGE 48 OF 59

IICT, Hyderabad
HBTI, Kanpur
DMSRDE, Kanpur
BIS Laboratories
UICT, Matunga, Mumbai
RITES, Kolkata
PDIL, Sindri
NTH, Kolkata

Contractor shall furnish to EIL for approval/ acceptance of all necessary


documents/information including test certificates to prove that the paint manufacturers, from
whom he intends to procure paint products, meet the various requirements for fulfilling the
pre-qualification criteria as given under section 25.1 above. The paint manufacturer shall be
qualified and approved for supply after review/assessment of the submission made by the
contractor.

25.2 Information to be furnished during delivery of coating system:

Contractor along with delivery of paint material has to furnish following information from
paint manufacturer to EIL for acceptance/approval of products.

Batch test certificates (Batch Testing)

Along with delivery to site of the paint products from pre-qualified coating manufacturer.
Contractor has to produce test certificate from paint manufacturer for each batch and for
each category of product for the following test items. Test to be witnessed & certified
by third party inspection agency. All test results must mention clearly the batch no. and
category of product tested. Tests to be conducted for following properties:

Infrared scan for Part A and B, each component


- Specific Gravity
- % solids by weight (% zinc content in case of inorganic or organic zinc primer)

Product information sheet/ technical data sheet for each category of product.

26.0 METHOD OF SAMPLING & DISPATCH FOR LABORATORY TESTING


(Pre-Qualification tests (sec. 25.1), Batch testing (sec. 25.2) and Inspection testing (sec.
22.0))

26.1 Samples of coating materials should be submitted to the Govt. laboratory in sealed containers
with batch no. and test certificate on regular format of manufacturer's testing laboratory. The
sampling shall be certified and sealed by a certifying agency.

26.2 All test panels should be prepared by Govt. testing agency coloured photographs of test
panels should be taken before and after the test and should be enclosed along with test report.

Sample batch no. and manufacturer's test certificate should be enclosed along with the
report. Test report must contain details of observation and rusting if any, as per the testing
code.

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

Page 152 of 163


Oftieta ENGINEERS
STANDARD SPECIFICATION STANDARD SPECIFICATION
FOR SURFACE PREPARATION NO. 6-79-0020
Tif Ell5leg4TV WA LIMITED Rev. 0
Mien a21017 ./L7RIM IA GM of India Undeddimal AND PROTECTIVE COATING PAGE 49 OF 59

26.3 Manufacturers should intimate the company, details of sample submitted for testing, name of
Govt. testing agency, date, contact personnel of the govt. testing agency. At the end of the
test the manufacturer should submit the test reports to the company for approval.
26.4 Coating systems for panel test shall be decided after discussion with EIL

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

Page 153 of 163


151Rat ENGINEERS
71E1071ft%, INDIA LIMITED
STANDARD SPECIFICATION
FOR SURFACE PREPARATION
STANDARD SPECIFICATION
NO. 6-79-0020
11;4 Rev. 0
MM.'MOWS° g
IA GM India Underlim ) AND PROTECTIVE COATING PAGE 50 OF 59

ANNEXURE-I

SPECIFICATION FOR THERMALLY SPRAYED ALUMINIUM (TSA) COATING

1.0 SCOPE

The following sections outlines the requirement of supply, application and testing of thermally
sprayed aluminum coatings (TSAC) for corrosion protection of insulated carbon steel piping
and equipments with design temperature not exceeding 540 ° C.

2.0 ITEMS TO BE THERMALLY SPRAYED

Steel Structures/equipments to be protected by TSAC shall be as per Tables 15.0 of this


standard specification. Structures, components thermally sprayed shall not have any uncoated
area or shall not be in mechanically connected by flanges etc to any uncoated bare steel work.
Such adjacent areas to TSA coated areas, if not coated by TSA shall have suitable paint
coating system as per the standard specification.

3.0 TSAC REQUIREMENTS

3.1 Surface Preparation

All the parts to be sprayed shall be degreased according to SSPC-SP 1. The absence of oil and
grease after degreasing shall be tested by method given elsewhere in the specification (Refer
Sec. 6.7). Thereafter the surface to be abrasive blasted to white metal finish as per NACE
1/SSPC-SP 5 for marine and immersion service. Using SSPC VIS 1, it is to be visually
assessed that the blast cleaned surface meets requirement of SSPC-SP 5. Thereafter clear
cellophane tape test as per ISO 8502-3 shall be used to confirm absence of dust on the blasted
surface Finally blasted surface shall be tested for presence of soluble salts as per method ISO
8502-9. Maximum allowable salt content shall be considered 50mg/m 2 . (5 micrograms/cm2)
.In case salt content exceeds specified limit. The contaminated surface shall be cleaned by
method as per Annex C of IS 12944-4 (Water Cleaning). After cleaning the surface shall be
retested for salt content after drying. Testing shall be carried out at least on each component,
once per 200 m2 and a min of 3 times per shift during progress of work.

The blasting media shall be either chilled iron or angular steel grit as per SSPC-AB-3 of mesh
size G-16 to G-40. Copper, Nickel slag, Garnet or Aluminum Oxide as abrasives will also be
suitable having mesh size in the range of G16 to G24 (10-30 mesh), conforming to SSPC-AB-
1. Mesh size shall be required as appropriate to the anchor tooth depth profile requirement and
blasting equipment used. The blasted surface should be having angular profile depth not less
than 65 microns with sharp angular shape but shall not exceed 85 microns. The profile depth
shall be measured according to NACE standard RP 0287 (Replica Tape) or ASTM D 4417
method B (Profile depth gauge).

For manual blasting one profile depth measurement shall be taken every 10-20 m 2 of blasted
surface.

Surface preparation shall be completed in one abrasive blast cleaning operation wherever
possible.

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

Page 154 of 163


agraift ENGINEERS STANDARD SPECIFICATION STANDARD SPECIFICATION
FOR SURFACE PREPARATION NO. 6-79-0020
$1g a fifReall INDIA UNITED Rev. 0
(NMI MIRMIARI/ (A Gout al lita Underlakin3) AND PROTECTIVE COATING PAGE 51 OF 59

If rust bloom (visual appearance of rust) appears on the blast cleaned surface before thermal
spraying, the affected area shall be reblasted to achieve specified degree of cleanliness after
which only thermal spraying shall commence.

Air blasting pressure at nozzle shall be normally maintained at 100 psi. Air pressure and
media size should be reduced and adjusted to preclude damage/distortion to thin gauge
materials. Blasting time on work piece should be adjusted to only clean the surface and cut
required anchor tooth with minimum loss of metal. Blast angle should be as close to
perpendicular as possible but in no case greater than ± 30 ° from perpendicular to work
surface. Blasting media must be free of debris, excessive fines, and contaminants such as
NaCI and sulfur salts (Ref. SEC 6.0 of this Spec). Blast cleaning shall not be performed when
the surfaces to be blasted are wet or less than 5°C above dew point temperature or when the
relative humidity in the vicnicity of the work is greater than 90%.

3.1.1 Blasting Equipment

The TSAC applicator shall use mechanical (centrifugal wheel) or pressure pot blast cleaning
equipment and procedures. Suction blasting equipment shall not be used. Sec 6.6.2 shall be
used to validate clean and dry air.

3.1.2 Feed Stock

The feed stock shall be in the form of wire. The feed stock shall be 99.5% aluminum of
commercial purity grade, its composition shall be in accordance with requirement of BS 1475
or ASTM B833 or ISO 209-1 type Al (wrought aluminum and aluminum alloys, wire). Wire
shall be supplied in protective wrapping indicating batch number and other details.

3.1.3 Thickness Requirement

The nominal thickness of finished TSAC shall be 250 microns having minimum value of 225
microns at low thickness areas (valleys) and not more than 275 microns at peak areas.

The finished thickness shall be measured using SSPC-PA 2 type 2 fixed probe gauge
(Magnetic Gauge).

3.1.4 Coating Bond Strength Requirement

The TSAC coating shall have a minimum individual tensile-bond strength value of 1000 psi
for flame sprayed and 1500 psi for arc sprayed coating with an average of 2000 psi for arc
sprayed coatings. Minimum tensile bond strength should be achieved by proper anchor tooth
profile of blasted surface, laying down the TSA thickness in multiple passes and carrying out
TSA application under controlled environment

3.1.5 Porosity

All thermally sprayed metallic coatings will have porosity. For thermally sprayed aluminum
coatings porosity shall not exceed 15% of total surface area for flame sprayed coating and 8%
for arc spray coating.

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

Page 155 of 163


lafteleENIONEERS STANDARD SPECIFICATION STANDARD SPECIFICATION
es iiptew INDI A umn-ED FOR SURFACE PREPARATION NO. 6-79-0020
(MRPI FRaRVINJWMil IA GO. Dna Wean) AND PROTECTIVE COATING Rev. 0
PAGE 52 OF 59

4.0 THERMAL SPRAY APPLICATION PROCEDURE

Items in the atmospheric zone to be coated by TSA shall be applied by either Flame
spray or Arc spray method only. For coating under insulation, application shall be by
arc wire method.

4.1 Equipment Set Up

4.1.1 Thermal spray equipment shall be set up calibrated, operated (1) according to manufacturer
instructions/technical manuals and also TSAC applicators refinement thereto and (2) as
validated by Procedure Qualification (Sec 7.0 of this specification).

4.1.2 Spray Parameters

Spray parameters (see 4.1.3 below) and thickness of each crossing pass shall be set and shall
be validated with bend test (See 6.5 of this Spec).

4.1.3 Spray Parameters

Spray Parameters Method of Application


Arc wire Spray Flame Wire Spray
Arc voltage 27 V -
Air pressure 80 psi 80 psi
NACE-1 white metal /
Steel surface cleanliness NACE-1 white metal
or Near white metal
Steel surface profile 75 microns (minimum) 75 microns (min.)
Arc current 250-280A -
Coating thickness 225 microns (nominal) 225 microns(Nominal)
Coating adhesion > 1500 psi (Total coating),see 3.1.4 >1000 psi
Coating porosity Less than 8% Less than 15%.
Spray distance (spray Gun 5-7"
6-8"
work piece)
Spray Pass width 40mm 20 mm

The above parameters to be validated with a bend test by the contractor before start of work
(for details of bend test see Sec 6.5 of this Spec).

4.2 Post Blasting Substrate Condition and Thermal Spraying Period.

4.2.1 The steel surface temperature shall be at least 5°C above dew point of ambient air temperature.

Steel substrate surface temperature shall be recorded by with a contact pyrometer.


Thermal spraying should commence within 15 minutes from the time of completion of blasting

4.2.2 Holding Period

Time between the completion of final anchor tooth blasting and completion of thermal
spraying of blasted surface should be no more than four hours. If within this period rust bloom
appears Sec 4.4.1of this specification will apply.

Format No. 8-00.0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 156 of 163


STANDARD SPECIFICATION STANDARD SPECIFICATION
az
dzieft ENGINEERS NO. 6-79-0020
1&11€151erilV INDIA LIMITED FOR SURFACE PREPARATION
imerreRaRtitM11711 IA Gat al InCia UNIeltaking) AND PROTECTIVE COATING Rev. 0
PAGE 53 OF 59

4.3 Pre-Heating

For flame spraying, the initial starting area of 1-2 square feet to be preheated to approx.120°C
to prevent condensation of moisture in the flame on the substrate. For arc spraying the
preheating is not required.

4.4 Thermal Spraying

Spraying should commence only after validation of equipment set up by procedure


qualification test and spray parameter validation tests described in Sec 7.0 and 6.5
respectively. Thermal spraying must commence within 15 minutes from the time of
completion of blast cleaning

The specified coating thickness shall be applied in several crossing passes. The coating bond
strength is greater when the spray passes are kept thin. Laying down an excessively thick spray
pass increases the internal stresses in TSAC and decreases the bond strength of total TSAC.
The suitable thickness for crossing passes shall be determined by procedure qualification test
described in Sec 7.0 of this specification.

For manual spraying, spraying to be done in perpendicular crossing passes to minimize thin
spots in coating. Approx. 75-100 microns of TSAC shall be laid down in each pass.

The surface geometry of the item or area to be sprayed should be inspected before application.
The spraying pass and sequence shall be planned according to following.

Maintain Gun as close to perpendicular as possible and within ± 30° from perpendicular to
the substrate.
Maintain nominal standoff distance and spray pass width as given below:

Spray pass width


Spray method Standoff (Inches)
(Inches)
Arc Wire 6-8 1 'A( 40mm )
Flame wire 5-7 %( 20mm )

4.4.1 Rust Bloom (Visual appearance of rust or Discoloration)

If Rust bloom appears on the blasted surface before thermal spraying, the affected area shall be
reblasted to achieve the specified level of cleanliness.

If Rust bloom in form of discoloration, or any blistering or a degraded coating appears at any
time during application of TSAC, then spraying shall be stopped and acceptable sprayed area
shall be marked off. The unsatisfactory areas shall be repaired to the required degree of surface
cleanliness and profile.

Blast the edges of the TSAC to provide for 2-3" feathered area overlap of the new work into
existing TSAC.

Then apply TSAC to the newly prepared surfaces and overlap the existing TSAC to the extent
of feathered edge so that overlap is a consistent thickness.

Format No. 8-00-0001-F1 Rev. 0 Copyright Ell. —AI rights reserved

Page 157 of 163


STANDARD SPECIFICATION
latazidie ENGINEERS FOR SURFACE PREPARATION
STANDARD SPECIFICATION
NO. 6-79-0020
sigtaReW INDIA LIMITED Rev. 0
2174WZAJWIRD .
(A Go .4 Inda Undedalungl AND PROTECTIVE COATING PAGE 54 OF 59

4.4.2 Masking

Masking all those parts and surfaces which are not required to be thermally sprayed as
instructed by purchaser should be inspected by applicator to ensure that they are properly
marked and covered by purchaser.

Complex geometries (flanges, valve manifolds, intersections) shall be masked by applicator to


minimize overspray i.e. TSAC applied outside spray parameters (primarily gun to substrate
distance and spray angle).

4.4.3 TSAC Finish

The deposited TSAC shall be uniform without blisters, cracks, loose particles, or exposed steel
as examined with 10 X magnification.

5.0 SEALER

Sealant shall be applied after satisfactory application of TSAC and completion of all testing
and measurements of the finished TSAC as per Sec 6.0 of this specification.

For shop workSealer shall be applied immediately after thermal spraying and for field work
sealer shall be applied within 8 hours. The sealcoat shall be thin enough to penetrate into the
body of TSAC.

The sealant shall be Silicone Alkyd Aluminium paint having DFT not more than 35-40 micron.
Typically seal coat shall be applied at a spreading rate resulting in theoretical 38 microns DFT.
The seal coat shall be applied in accordance with SSPC-PA 1 and the paint manufacturer
instruction for sealing.

6.0 TESTING AND MEASUREMENT SCHEDULE

6.1 Surface Finish

That the blasted cleaned surface meets the required criteria (NACE 1/SSPC-SP 5) shall be
visually inspected using SSPC-VIS 1. The clear cellophane-tape test as per ISO 8502-3 shall
be used to confirm absence of dust or foreign debris on the cleaned surface. Checks shall be
done on each component at least once per 200 m2 of blasted surface and minimum of 3 checks
per shift.

6.2 Blast Profile Measurement: (In-Process testing during actual production before application
of TSA coating)

The angular profile depth measurement shall be done by profile tape as per method NACE
Standard RP 0287 or ASTM D 4417 method B (Profile depth gauge micrometer). Spot
measurement shall be carried out every 15m 2 of blasted surface. At each spot three
measurements shall be taken over an area of 10 cm 2 and average of measurements to be
recorded and reported.
If profile is <65 microns blasting shall continue till grater than 65 microns depth profile is
achieved.

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

Page 158 of 163


Oftela ENGINEERS STANDARD SPECIFICATION
FOR SURFACE PREPARATION
STANDARD SPECIFICATION
NO. 6-79-0020
felliteCe INDIA LIMITED Rev. 0
awn maw nem) (A Gem al inda Underlikog AND PROTECTIVE COATING PAGE 55 OF 59

6.3 TSAC Thickness (In-Process Testing For finished coating during regular production)

6.3.1 TSAC finished thickness shall be measured using SSPC-PA 2 type 2 fixed probe gauge.

6.3.2 For flat surfaces, measurements shall be taken along a straight measurement line, one
measurement line for every 15 m2 of applied TSAC shall be selected along which 5
measurements to be taken at 25 mm internal and average to be reported.

6.3.3 For curved surface or complex geometry, 5 measurements shall be taken at a spot measuring
10 cm2 in area. One spot to be taken for every 15 m2 of applied TSAC area.

6.3.4 The TSAC thickness in surface changes or contour changes, welds and attachments shall be
also measured and reported.

6.3.5 If TSAC is less than specified minimum thickness, apply additional TSAC until specified
thickness range is achieved.

6.3.6 All locations and values of TSAC thickness measurements shall be recorded in Job Record
(JR).

6.4 Tensile Bond Testing (In-Process testing for finished coating during regular production)

Tensile Bond strength of the TSAC finish coat shall be determined according to
ASTM D 4541 using a self-aligning adhesion tester.

One measurement shall be made every 50 m2. If tensile bond at any individual spot
is less than 1000 psi for flame sprayed coating and 1500 psi for arc sprayed coating
the degraded TSAC shall completely removed and reapplied.

The tensile bond portable test instrument to be calibrated according to ASTM C 633

6.5 Bend Tests

Bend test shall be carried out at beginning of each work shift. Bend tests shall also be
conducted on sample coupons before start of thermal spraying work to qualify the following as
mentioned earlier in this specification.

To qualify spray parameters and thickness of each crossing pass.

6.5.1 Test Procedure

Five corrosion control steel coupons each of dimension 50 mm x 150 mm x 1.3 mm


thk. to be prepared.

Surface shall be prepared by dry abrasive blast cleaning as per this specification.

TSAC shall be applied as per specified thickness range. TSAC should be sprayed in
crossing passes laying down approx. 75-100 microns in each pass.

TSAC applied coupons shall be bent 180 ° around a 13 mm diameter mandrel.

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

Page 159 of 163


g,, STANDARD SPECIFICATION STANDARD SPECIFICATION
(gal etiregw ENGINEERS
INDIA LMTED FOR SURFACE PREPARATION NO. 6-79-0020
1411MeRePWW) IA Govt al India Undertiong) AND PROTECTIVE COATING Rev. 0
PAGE 56 OF 59

e) Bend test shall be considered passed if on bend radius there is

- No cracking or spalling or lifting by a knife blade from the substrate


- Only minor cracking that cannot be lifted from substrate with a knife blade.

Bend test fails if coating cracks with lifting from substrate.

6.6 Tests for blasting media, blasting air

6.6.1 Blasting Media (For every fresh batch of media and one random test during blasting)

Blasting Media shall be visually inspected for absence of contamination and debris using 10 X
magnification.

Inspection for the absence of oil contamination shall be conducted using following
procedure :

Fill a small clean 200 ml bottle half full of abrasive.

Fill the bottle with potable water, cap and shake the bottle.

Inspect water for oil film/slick. If present, the blasting media is not to be used.

Soluble salt contamination if suspected shall be verified by method ASTM D 4940. If


present, media to be replaced.

c) Clean blasting equipment, especially pot and hoses, and then replace blasting media
and retest.

6.6.2 Test for Blasting Air (Once Daily before start of blasting and once at random during blasting)

The air for blasting shall be free from moisture and oil. The compressor air shall be checked
for oil and water contamination per ASTM D 4285.

6.7 Test for presence of oil/grease and contamination

The steel substrate after degreasing as per SSPC-SP 1 shall be tested as per following
procedure to validate absence of oil and grease contamination.

Visual inspection - Continue degreasing until all visible signs of contamination are removed.
Conduct a solvent evaporation test by applying several drops or a small splash of residue-free
trichloromethane on the suspect area especially pitting, crevice corrosion areas or depressed
areas. An evaporation ring formation is indicative of oil and grease contamination.
Continue degreasing and inspection till test is passed.

7.0 TSAC APPLICATOR QUALIFICATION

Following tests to be carried out as part of procedure qualification test for the applicator.
Thickness measurement
Coating bond strength
Porosity test

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

Page 160 of 163


loi
rif&JelitENIGINERS
STANDARD SPECIFICATION STANDARD SPECIFICATION
FOR SURFACE PREPARATION NO. 6-79-0020
gtIf WegNEW INDIA LIMITED Rev. 0
MDR [111,3M11/ IA Gael d hdia Underlain)) AND PROTECTIVE COATING PAGE 57 OF 59

Bend strength

TSAC applicator's surface finishing and application process and equipment set up, calibration
and operation shall be qualified by application of TSA on a reference sample which shall be
used as a comparator to evaluate the suitability of application process. Only that applicator will
be permitted to carry out the work when test specimens coated by the applicator meets the
desired requirements as cited below.

The sample shall be made of a steel plate measuring approx. 18"x 18" x Vo" thick. If the actual
work is less than 1/4" thick then the sample to be made from material of representative
thickness.

The surface preparation, TSAC application shall be made with actual field equipments and
process/spray parameters and procedures as per the specification. The depth profile of blasted
surface, TSAC coating thickness for each cross pass and total thickness range shall be as per
specification.

The surface preparation and thermal spraying shall be carried out in representative
environmental conditions spraying with makeshift enclosure.

7.1 After application of coating, thickness and tensile bond measurements shall be made in
following manner.

Divide the sample piece into four quadrants.

Measure thickness along the diagonal line of each quadrant.

Four each quadrant five in-line thickness measurements at 1" interval shall be done
using SSPC-PA 2 type 2 fixed probe gauge. Thus a total of four "five in line"
thickness measurements to be done for the whole sample.

One tensile bond measurement using ASTM D 4541 type III or IV portable self
aligning test instrument to be done at centre of each quadrant. Total of 4 measurements
for the sample.

One porosity evaluation test by Metallographic examination shall be conducted to


demonstrate the achievement of porosity within the limits specified. Sample shall be
prepared for Metallographic examination as per ASTM E — 3.

The procedure shall be considered qualified if thickness and tensile-bond strength and
porosity values meet the specification requirement.

7.2 Bend test: Bend test shall be carried out as detailed at sec. 6.5 of this specification.

Applicators thermal spray equipment set-up, operation and procedure of application including
in-process QC checkpoints adopted during procedure qualification as described above should
be always subsequently followed during entire duration of work.

8.0 DOCUMENTATION

The following information shall be provided by TSAC applicator before award of work.

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

Page 161 of 163


S ilOzeift ENONEERS
f
STANDARD SPECIFICATION
FOR SURFACE PREPARATION
STANDARD SPECIFICATION
NO. 6-79-0020
gaf 215leg e INDIA WAITED
li ir
Rev. 0
1411PMFIRFROMPI) IA &vet Incha Undertaang/
AND PROTECTIVE COATING PAGE 58 OF 59

TSAC application process consisting of equipment capabilities and their technical


parameters, feed stock material and source of procurement.

Detailed application procedure and in-process quality control check points for (a)
surface preparation (b) thermal spraying (c) seal coats.

Type and specification of instruments to be deployed for measurement of blast profile


depth, TSAC thickness and tensile bond.

Paint manufacturer data sheet for the selected sealing coat to be applied.

9.0 RECORDS

The TSAC applicator shall maintain job record to record production and QC
information. All the results of the tests and quality control checks shall be entered in
the record for each component/part thermally sprayed. All the result of tests
(thickness, tensile bond, bend tests) and other validation tests (e.g. procedure
qualification test, test for surface cleanliness after abrasive blasting, test for
cleanliness of abrasives and air) shall also be recorded and duly signed by owner.

All the information mentioned in Sec 8.0 above should also form part of the Job
record.

Any modification affected after procedure qualification in the procedure, QC, spray
parameter, equipment spec to the original information (submitted before award of the
work) must also form part of Job record.

10.0 WARRANTY

The TSAC applicator shall warrant the quality of material used by providing the purchaser
with a certificate of materials used to include

Spray feed stock: Alloy type/designation, Lot Number, wire diameter, chemical
analysis, name of supplier, manufacturer.

Sealant: Name of manufacturer, application data sheet.

11.0 SAFETY

The TSAC applicator shall follow all safety procedures required by the purchaser/owner.
Owner shall also give compliance requirement to be followed by applicator. The applicator
shall follow all appropriate regulatory requirements.

12.0 CODES AND STANDARDS

This specification shall apply in case of conflict between specification and following
applicable standards:

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

Page 162 of 163


(3i1tael4t ENGINEERS STANDARD SPECIFICATION STANDARD SPECIFICATION
5gaia2egwiNDIA umn-ED FOR SURFACE PREPARATION NO. 6-79-0020
t

Wen FRaW ',AMER) IA Govi al India Undeltalang l AND PROTECTIVE COATING Rev. 0
PAGE 59 OF 59

AWS C. 2.17 Recommended Practice for Electric arc Spray.


ASTM C 633 Test Method for Adhesive/Cohesive Strength of Flame Sprayed Coatings.
ASTM D 4285 Method for indicating Oil or Water in Compressed Air.
ASTM D 4417 Test Method for Field Measurement of Surface Profile of Blasted Steel.
BS 2569 Specification for Sprayed Metal Coating.
NACE Standard RP Field Measurement of Surface Profile of Abrasive Blast Cleaned Steel
0287 Surfaces Using a Replica Tape.
Test method for Pull-Off Strength of Coating Using Portable Adhesion
ASTM D 4541
Testers.
Guide for the Protection of Steel with Thermal Spray Coatings of
ANSI/AWS C2.18
Aluminum, Zinc and Their Alloys and Composites.
NACE No. 12/AWS Specification for the application of thermal spray coatings (Metallizing) of
C2.23M/SSPC-CS aluminum, zinc, and their alloys and composites for the corrosion
23.00 protection of steel.
The inspection of coatings and linings: A Handbook of Basic practice for
SSPC Publication
Inspectors, Owners, and Specifiers.
SSPC-AB 1 Mineral and Slag Abrasives.
SSPC-AB 3 Ferrous Metallic Abrasives.
SSPC-PA 1 Shop, Field, and Maintenance Painting of Steel.
SSPC-PA 2 Measurement of Dry Coating Thickness with Magnetic Gages.
NACE No. 1/SSPC- White Metal Blast Cleaning.
SP 5
NACE No. 2/SSPC- Near —White Metal Blast Cleaning.
SP 10
Guide and Reference Photographs for Steel Surfaces Prepared by Dry
SSPC-VIS 1
Abrasive Blast Cleaning.

Format No. 8-00-0001-F1 Rev. 0 Signature Not


Copyright EIL —All Verified
rights reserved

Digitally signed by VIVEK DIXIT


Date: 2017.09.08 18:57:14 IST
Location: eProcure

Page 163 of 163

You might also like