click on the document title to go to that section of ... -...

197
Click on the Document Title to go to that section of the document Table of Contents Document Number Rev. Document Title Page Number A307-000-MF-MR- 8000-1277-RFQ A ENQUIRY DOCUMENT 2 A307-000-MF-MR- 8000 A MR/PR FOR STATIC FIRE EQUIPMENT - 1 87 6-66-0018 3 Standard specification for first aid hose reel 91 6-66-0021 3 Standard specification for stand post type water monitor 95 6-66-0046 3 Standard specification for water spray nozzle for cooling. 100 6-66-0047 3 Standard specification for hose cabinet. 106 6-78-0001 0 Specification for Quality Mgt. System Requirements from Bidders 111 6-79-0020 0 Standard specification for surface preparation and protective coating (new construction) 120 6-78-0003 0 Specification for Documentation Requirement from Suppliers 179 A307-0IY-16-47-DS- 0041 0 DATA SHEET FOR STAND POST TYPE WATER MONITOR 191 A307-0IY-16-47-DS- 16 0 Data Sheet- Spray Nozzle (MV) 192 A307-0IY-16-47-DS- 19 0 Data Sheet-Hose Reel 193 A307-0IY-16-47- 4942 0 SCOPE DRAWING FOR FIRE WATER/FOAM & LRM 194 A307-000-16-47- VDR-8000 A VDR 8000 195 Page 1 of 197

Upload: others

Post on 02-Apr-2020

4 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

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

Table of ContentsDocument Number Rev. Document Title Page

NumberA307-000-MF-MR-8000-1277-RFQ

A ENQUIRY DOCUMENT 2

A307-000-MF-MR-8000

A MR/PR FOR STATIC FIRE EQUIPMENT - 1 87

6-66-0018 3 Standard specification for first aid hose reel 916-66-0021 3 Standard specification for stand post type water monitor 956-66-0046 3 Standard specification for water spray nozzle for cooling. 1006-66-0047 3 Standard specification for hose cabinet. 1066-78-0001 0 Specification for Quality Mgt. System Requirements from Bidders 1116-79-0020 0 Standard specification for surface preparation and protective

coating (new construction)120

6-78-0003 0 Specification for Documentation Requirement from Suppliers 179A307-0IY-16-47-DS-0041

0 DATA SHEET FOR STAND POST TYPE WATER MONITOR 191

A307-0IY-16-47-DS-16

0 Data Sheet- Spray Nozzle (MV) 192

A307-0IY-16-47-DS-19

0 Data Sheet-Hose Reel 193

A307-0IY-16-47-4942

0 SCOPE DRAWING FOR FIRE WATER/FOAM & LRM 194

A307-000-16-47-VDR-8000

A VDR 8000 195

Page 1 of 197

Page 2: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

Page 1 of 5

EI Bhawan Annexe, Bhikaiji Cama Place, RK Puram, New Delhi – 110 066, INDIA

Phone No : 0091-11-26762121 ; Fax No : 0091-11-26191714, 26167664

REQUEST FOR QUOTATION (RFQ)

RFQ No. : SM/A307-000-MF-MR-8000/1277 Date : Date: 19-MAY-2014

Client : BHARAT PETROLEUM CORPN. LIMITED

Project: INTEGRATED REFINERY EXPANSION PROJECT AT KOCHI REFINERY

MR No.: A307-000-MF-MR-8000 REV. A

Item: STATIC FIRE EQUIPMENT - I Due Date & Time: 16-JUNE-2014 & Up to 1200 Hrs. (IST)

UNPRICED BID OPENING:

At 1400 Hrs. (IST) on 16-JUNE-2014 (at EIB - 5th Floor, Engineers

India Limited, Bhikaiji Cama Place, R.K. Puram, New Delhi –

110066, India) (In case the bid due date happens to fall on Holiday, the next working day shall be deemed to be due date)

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

Gentlemen, Bids are requested on behalf of our Client M/s Bharat Petroleum Corporation Limited on e-procurement system for the subject item in total compliance to technical specifications, scope, terms & conditions of enquiry documents / attachments.

1. Bidder should submit their bids strictly as per the requirements outlined hereunder and as specified in the material requisition.

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

Bidders to refer attached E-TENDERING METHODOLOGY (ANNEXURE-I) for detailed instructions on registration and online bid submission.

Special Notes for e-tendering:

a) NIC Portal mandates that the bidders are to be registered on the portal. The enquiry is being issued through EIL Tender Portal http://tenders.eil.co.in and Bidders can download the complete RFQ documents from the EIL Tender Portal only. And bidders shall submit their bids through NIC Portal (https://eprocure.gov.in/eprocure/app ) only.

b) All those vendors who have still not registered on the NIC Portal are required to register on the same

(immediately after issue of enquiry on EIL Tender portal but not later than ten days before the bid due

date) for facilitating uploading of their bids on the NIC Portal failing which it will not be possible for them to upload their bids. Pursuant to registration, the vendors are required to inform regarding NIC registration details.

Only NIC registered vendors can upload their bids on the NIC portal. Therefore, all those bidders who have not complied with the above registration requirements will not be eligible to bid. NIC registered bidders will be able to upload their bids from about one week before the bid due date up to Bid Due Date. However, an EIL enlisted vendor for the subject Limited RFQ who completes their NIC

Registration (including Digital Signature Certificate Registration) on NIC Portal atleast 2 (two) working

days prior to the Final Bid Due Date shall be allowed to upload their bids through a Corrigendum issued by EIL in the NIC Portal, provided such request from the concerned Vendor is received in EIL through E-mail by concerned Dealing Officer/RFQ Issuing Authority atleast 2 (two) working days prior to Bid Due Date. Request for extension in due date of submission of bids due to non registration or delayed registration in NIC portal shall not be entertained.

Page 2 of 197

Page 3: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

Page 2 of 5

c) The bid has to be necessarily submitted on the NIC Portal only. Inability of the bidders to upload their bids on account of not completing the registration with NIC portal as mentioned above will not be a reason for seeking BDD extension.

d) Enlisted vendors of EIL who have completed the registration on NIC shall only be allowed to submit the bids through NIC Portal. Therefore, it is in the interest of the bidders that they register on the NIC Portal at the earliest.

The vendor registration on NIC Portal is a very user friendly process. However, in case of any doubt, the vendor may contact the 24 X 7 CPP Portal helpdesk at Contact No. 1800 233 7315 or Mr. Amrit Chaswal at Ph. No. +91-7532022483 and E-mail: [email protected]

3. Bidders in their own interest are requested to register on CPP Portal and upload/submit their bid well in time. Bidder will be responsible for any delay due to other issues.

4. Bidders are required to upload the complete bid comprising of Part-I:- Unpriced Bid along with all supporting documents & Part-II :- Priced Bid on the CPP Portal (http://eprocure.gov.in/cppp) only.- Refer E-Tendering Methodology (ANNEXURE-I) enclosed with RFQ documents.

5. Upon the successful and timely submission of bids, the portal will give a successful bid submission message & a bid summary will be displayed with the bid no. and the date & time of submission of the bid with all other relevant details. The bid summary has to be printed and kept as an acknowledgment of the submission of bid. This acknowledgment may be used as an entry pass for attending the un-priced bid opening, if bidders so desire.

6. Technical specification should be strictly as per the Material Requisition attached. It may be noted that the Bid shal be evaluated as received and technical queries may not be issued.

7. Commercial requirements are specified in the Special Instructions to Bidders, General Purchase Conditions, Agreed Terms & Conditions (ATC) questionnaire and all other RFQ documents. The pre-filled Agreed Terms & Conditions Questionnaire should be returned duly signed and stamped along with copy of your un-priced bid.

8. The order, if placed, will be issued by our above-mentioned client.

9. If not bidding, please inform vide E-mail with attached regret letter within the due date & time, with reasons(s) of not participating in the RFQ. In case there is no response, names of such bidder may not be considered for issuance of future enquiries.

10. Direct bids only, without the intermediary of an Indian Agent will be considered from Foreign Bidder.

11. Delivery Period:-

FOR INDIAN BIDDERS: Within 7 Months for MR Item Sl. No. 01.01 to 01.07 & 01.09 to 01.11 and 8 months for item Sl. No. 01.08 on FOT Despatch Point Basis from the date of Fax of Acceptance. Date of LR/GR shall be considered the date of delivery.

FOR FOREIGN BIDDERS: Within 6 Months for MR Item Sl. No. 01.01 to 01.07 & 01.09 to 01.11 and 7 months for item Sl. No. 01.08 on FOB International Sea Port of Exit Basis from the Date of Fax of Acceptance. Date of clean bill of lading shall be considered the date of delivery.

12. Payment Terms shall be as per following:- For Indian bidders: The payment to Indian bidders shall be made in accordance with S. No. 1.2 & 1.7 Under Section A of Special Instruction to Bidders (SIB). For Foreign Bidders: The payment to foreign bidders shall be made in accordance with S. No. 2.1 Under Section A of Special Instruction to Bidders (SIB).

13. The offer should be valid for 04 (FOUR) months from final bid due date.

14. Only E-Bids uploaded in the e-tendering portal (http://eprocure.gov.in/cppp) shall be acceptable. Physical bids and Bids/ Offer through Email or fax/ Telex/Telegraphic or Bids received in open condition or Bids in any other mode shall not be accepted.

Page 3 of 197

Page 4: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

Page 3 of 5

15. 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.

16. Canvassing in any form by the Bidder or by any other agency on their behalf may lead to disqualification of their bid.

17. The E-bids received online shall be opened at EIL office on due date and time as specified above. Bidder can view online the name of the other bidders who have submitted their e-bids after opening is performed by EIL.

18. All technically and commercially acceptable bidders will be advised of venue, date and time of priced bid opening. Bids shall be opened online, hence bidders may review opening status at their places. Interested bidder may sent their representatives (duly authorised by a competent person and having the Letter of Authority as per proforma enclosed), of such technically and commercially acceptable bidders. Time and Date of opening of Price Bids shall be notified to the qualified and acceptable bidders at a later date.

19. 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.

20. Addendum / corrigendum to the RFQ documents if issued must be signed and submitted along with the bid.

21. 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.

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

23. 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.

24. The bidder who is providing the technology from the company which is recently acquired / taken over by them or purchasing the technology by other companies, shall be provide proper documentary evidence. In the absence of the same their offer shall be liable for rejection.

25. Bidders are requested to quote as per their capability as registered in EIL, as on the date of issue of RFQ.

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

27. The Net Worth of the bidder should be positive as per the immediate preceding year's audited financial results.

Bidders are required to submit the complete audited financial report for the preceding financial year including auditor’s report, balance sheet, profit and loss statements along with all relevant Annexures required to assess the positive net worth of the bidder in that financial year.

If the bidder is not meeting the above criteria their bid shall not be evaluated further.

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

Contact Persons for this RFQ are:

Page 4 of 197

Page 5: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

Page 4 of 5

Mr Subhendu Mondal, AGM(C&P),

Phone No. +91-(0)11-2676-3883 & email: [email protected]

Mr Anindya Sinha, Manager (C&P),

Phone No. +91-(0)11-2676-3886 & email: [email protected]

Mr. Vikrant Kumar, Sr. Engineer (C&P),

Phone No. +91-(0)11-2676-3892 & email: [email protected]

* Please specify RFQ. No. SM/A307-000-MF-MR-8000/1277 in all Correspondence. THIS IS NOT AN ORDER

Very truly yours, For & on behalf of

Bharat Petroleum Corporation Limited

(SUBHENDU MONDAL) ASST. GEN. MANAGER(C&P) ENGINEERS INDIA LIMITED Enclosure: As per List Attached

LIST OF ENCLOSURES

DOCUMENT

A) Proforma of Letter of Authority for Attending Un-priced / Priced Bid Opening

B) Price Schedule Format (For Indian Bidders)

C) Price Schedule Format (For Foreign Bidders)

D) Commercial document:

i) Agreed Terms & Conditions (For Indian Bidders)

ii) Agreed Terms & Conditions (For Foreign Bidders)

iii) Special Instruction to Bidders (SIB)

iv) General Purchase Conditions (Indian)

v) General Purchase Conditions (Imported)

vi) Special Packaging Requirements ( For Foreign Bidders)

vii) Tax Residency Certificate

viii) Proforma of Bank Guarantee (Performance)

ix) Integrity Pact

x) E-tendering Methodology (Annexure-I).

xi) Instructions for Foreign bidders for DSC

E) Technical document MR No. A307-000-MF-MR-8000 Rev. A

Page 5 of 197

Page 6: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

Page 5 of 5

Proforma of Letter of Authority

for Attending Unpriced / Priced Bid Opening

No. Date: The Asst.General Manager (C&P) Engineers India Limited Engineers India Bhawan EIB-5th Floor 1-Bhikaiji Cama Place New Delhi – 110 066 India Attn. : Mr. S.MONDAL Dear Sir,

We ………………………………………..hereby authorise following representative(s) to attend the

Unpriced / Priced Bid Opening against your RFQ No……………..……… .……………..………… for

……………..….……………………… (Item Name)

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

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

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

Yours faithfully,

Signature _________________________ Name & Designation ________________ For & on behalf of __________________

Note:

This Letter of Authority should be on the letterhead of the bidder and should be signed by a

person competent and having the Power of Attorney to bind the bidder.

Page 6 of 197

Page 7: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

1

2

3

4

5

6

7

8

9

10

11

12

13

14

NOTES:

ITEM: STATIC FIRE EQUIPMENT - I

Bidder shall furnish prices/details as above, in accordance with Instructions To Bidders/ Request for Quotation.

Bidder to confirm that he has noted the contents of the Preamble to the Price Schedule, Price Schedule, RFQ, Material Requisition etc and quoted his prices accordingly without any deviation.

2.Price Schedule contains total 3 pages .

1.Bidders must upload this document duly signed and stamped with both unpriced & priced offer.

In case of any discrepancy/anomaly in the item description & Qty. in this Price Schedule vis-à-vis the MR, the item description & Qty. as per MR shall prevail.

In case of any discrepancy between Unit Price and Total Price, Unit Price shall prevail

PREAMBLE TO PRICE SCHEDULE (INDIAN)

Scope of supply including testing, inspection, documentation etc., shall be strictly as per Material Requisition and other documents which are part of RFQ.

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

Evaluation shall be done Itemwise on Lowest evaluated price (L-1) price basis.

RFQ: SM/A307-000-MF-MR-8000/1277

Name of Bidder:

Quoted prices are firm and fixed till complete execution of the entire order and no variation on any account is allowed.

Bidder to note that Technical loading, if any, shall be as per loading criteria if specified in the MR and the same shall be considered for price evaluation.Hence, bidder shall quote accordingly.

Bidder to clearly indicate 'Quoted' / 'Not Quoted' against each Sr. No. in the price column in the unpriced Price Schedule. Bidders to submit Price Part of above Price Schedule in their Priced Bid and

Unpriced Part with the Unpriced Bid.

Bidders must quote Freight charges inclusive of service tax plus ed. Cess thereupon in the space provided in the price schedule.

Bidder should quote only for the item for which he is approved in EIL. Bidder should indicate "Not Applicable" in the price schedule against the items for which the Bidder is not eligible to quote (based

on their enlistment with EIL). In case Bidder quotes for the item for which he is not enlisted with EIL, that item shall not be considered for evaluation.

Bidder must quote the price in enclosed Price Schedule formats only. The formats shall not be changed and/or retyped.

Bidder to note that the inspection shall be carried out by EIL and the charges for the same shall be borne by OWNER. However, in case if certain raw material (i.e. import content) are required the same

shall be procured under TPIA (Lloyds/BV/DNV/TUV/CEIL) inspection in the country of origin and the quoted prices shall be inclusive of the same.

Page 7 of 197

Page 8: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

RFQ: SM/A307-000-MF-MR-8000/1277

UNIT PRICE ON FOT

DESPATCH POINT

INCLUDING P&F

TOTAL PRICE ON FOT

DESPATCH POINT INCLUDING

P&F

UNIT FREIGHT CHARGES

INCLUDING SERVICE TAX PLUS

EDU. CESS THEREON UPTO

PROJECT SITE

TOTAL FREIGHT CHARGES

INCLUDING SERVICE TAX PLUS

EDU. CESS THEREON UPTO

PROJECT SITE

(IN INR) (IN INR) (IN INR) (IN INR)

1 3 4 6

01.00

Tag No. Description.

01.01 000-MF-FN-001 Spray nozzles of "K" Factor 18 with 1/2" BSPT fixing arrangement 55

01.02 000-MF-FN-002 Spray nozzles of "K" Factor 22 with 1/2" BSPT fixing arrangement 925

01.03 000-MF-FN-003 Spray nozzles of "K" Factor 30 with 1/2" BSPT fixing arrangement 1275

01.04 000-MF-FN-004 Spray nozzles of "K" Factor 35 with 1/2" BSPT fixing arrangement 2460

01.05 000-MF-FN-005 Spray nozzles of "K" Factor 41 with 1/2" BSPT fixing arrangement 1175

01.06 000-MF-FN-006 Spray nozzles of "K" Factor 51 with 1/2" BSPT fixing arrangement 1550

01.07 000-MF-FN-007 Spray nozzles of "K" Factor 79 with 1/2" BSPT fixing arrangement 30

01.08 000-MF-FH-001 2580 Lpm capacity Water Monitor with aqua fog typr nozzle 95

01.09 000-MF-FS-001 Type-I Hose Cabinet including allaccessories 250

01.10 000-MF-FS-002 Type-II Hose cabinet including allaccessories 220

01.11 000-MF-FS-003 First Aid Hose Reel of Lenght 40 m and 20mm Bore 310

ITEM: STATIC FIRE EQUIPMENT - I

PRICE SCHEDULE FOR SUPPLY (INDIAN BIDDERS)

NAME OF BIDDER: M/S __________________________

SUPPLY OF STATIC FIRE EQUIPMENTS FOR FOLLOWING TAGS AS PER

COMPLETE SCOPE MENTIONED IN MR. NO. SM/A307-000-MF-MR-8000 REV.A

COMPLETE IN ALL RESPECTS

2

ITEM SL. NO.

AS PER MR.DESCRIPTION OF ITEMS

QTY.

(NOS)

MAIN SUPPLIES

Page 8 of 197

Page 9: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

RFQ: SM/A307-000-MF-MR-8000/1277

For Item

Sl . No.

as per

MR

Description

of Imported

Items

Qty.

(Unit____)

*(1)

CUSTOM

TARRIF

NO.

BASIC

CUSTOMS

DUTY (%)

CVD + EDU.

CESS ON CVD

(%)

EDU. CESS

ON

CUSTOM

DUTY (%)

SAD (%) TOTAL CUSTOM

DUTY (%)

Price in

Figures

Price in

Words

1 2 4 5 6 7 8 9

i)_____

ii)_____

iii)______

i)_____

ii)_____

iii)______

i)_____

ii)_____

iii)______

i)_____

ii)_____

iii)______

i)_____

ii)_____

iii)______

i)_____

ii)_____

iii)______

i)_____

ii)_____

iii)______

Note: Bidder to furnish item tag wise CIF value break up in separate sheet.

NAME OF BIDDER: M/S __________________________

For Item

SL. No.

………..

ITEM: STATIC FIRE EQUIPMENT - I

BIDDER TO FURNISH THESE DETAILS IN THE SAME FORMAT IN

SEPARATE PRICE FOLDER PROVIDED IN TENDER WIZARD PORTAL.

For Item

SL. No.

………..

DESCRIPTION RATE OF IMPORT DUTY INCLUDED IN QUOTED SUPPLY PRICES

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

FORMAT - "CIF/CD"

ENCLOSURE TO PRICE SCHEDULE FOR SUPPLY (INDIAN BIDDERS)

For Item

SL. No.

………..

CIF value of Import

Content included in

quoted supply prices for

column (2) Qty.

(In Rs)

For Item

SL. No.

………..

TOTAL CIF VALUE

3

For Item

SL. No.

………..

For Item

SL. No.

………..

For Item

SL. No.

………..

Page 9 of 197

Page 10: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

1

2

3

4

5

6

7

8

9

10

11

12

13

14

1

2

PREAMBLE TO PRICE SCHEDULE (FOREIGN)

RFQ: SM/A307-000-MF-MR-8000/1277

ITEM: STATIC FIRE EQUIPMENT - I

Bidder shall furnish prices/details as above, in accordance with Instructions To Bidders/ Request for Quotation.

Bidder should quote only for the item for which he is approved in EIL. Bidder should indicate "Not Applicable" in the price schedule against the items for which the Bidder is not eligible

to quote (based on their enlistment with EIL). In case Bidder quotes for the item for which he is not enlisted with EIL, that item shall not be considered for evaluation.

Evaluation shall be done Itemwise on Lowest evaluated price (L-1) price basis.

Bidder to note that the Third Party Inspection charges shall be included in quoted price for main equipment / items.

Name of Bidder:

Scope of supply including testing, inspection, documentation etc., shall be strictly as per Material Requisition and other documents which are part of RFQ.

NOTE:

Bidder to note that Technical loading, if any, shall be as per loading criteria if specified in the MR and the same shall be considered for evaluation.Hence, bidder shall quote

accordingly.

Bidder to clearly indicate 'Quoted'/'Not Quoted' against each Sr. No. in the price column in the unpriced Price Schedule. Bidders to submit Price Part of above Price Schedule in their

Priced Bid and Unpriced Part with the Unpriced Bid.

Bidder must quote the price in enclosed Price Schedule formats only. The formats shall not be changed and/or retyped.

Bidder to confirm that he has noted the contents of the preamble to the price schedule, price schedule, RFQ , material requisition etc. and quoted his prices accordingly without any

deviation.

Price Schedule contains total 2 pages .

Bidders must upload this document duly signed and stamped with both unpriced & priced offer.

Foreign Bidder shall quote in USD / Euro / INR only.

Quoted prices are firm and fixed till complete execution of the entire order and no variation on any account is allowed.

Bidder must quote Ocean Freight charges upto Kochi Port,Kerala (India) in the space provided in the price schedule.

in case of any discrepancy/anomaly in the item description & Qty. in this Price Schedule vis-à-vis the MR, the item description & Qty. as per MR shall prevail.

In case of any discrepancy between Unit Price and Total Price, Unit Price shall prevail

Page 10 of 197

Page 11: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

RFQ: SM/A307-000-MF-MR-8000/1277

UNIT PRICE ON FOB

INTERNATIONAL SEAPORT

OF EXIT BASIS AS PER

INCOTERMS 2010

TOTAL PRICE ON FOB

INTERNATIONAL SEAPORT

OF EXIT BASIS AS PER

INCOTERMS 2010

TOTAL OCEAN FREIGHT

CHARGES FROM FOB

INTERNATIONAL SEAPORT OF

EXIT TO SEA PORT OF ENTRY-

KOCHI (INDIA) (APPLICABLE

EXTRA ON COLUMN NO.4)

TOTAL OCEAN FREIGHT CHARGES

FROM FOB INTERNATIONAL

SEAPORT OF EXIT TO SEA PORT OF

ENTRY-KOCHI (INDIA) (APPLICABLE

EXTRA ON COLUMN NO.5)

(CURRENCY________

__)(CURRENCY__________) (CURRENCY__________) (CURRENCY__________)

1 3 4 5 6 7

01.00

Tag No. Description.

01.01 000-MF-FN-001 Spray nozzles of "K" Factor 18 with 1/2" BSPT fixing arrangement 55

01.02 000-MF-FN-002 Spray nozzles of "K" Factor 22 with 1/2" BSPT fixing arrangement 925

01.03 000-MF-FN-003 Spray nozzles of "K" Factor 30 with 1/2" BSPT fixing arrangement 1275

01.04 000-MF-FN-004 Spray nozzles of "K" Factor 35 with 1/2" BSPT fixing arrangement 2460

01.05 000-MF-FN-005 Spray nozzles of "K" Factor 41 with 1/2" BSPT fixing arrangement 1175

01.06 000-MF-FN-006 Spray nozzles of "K" Factor 51 with 1/2" BSPT fixing arrangement 1550

01.07 000-MF-FN-007 Spray nozzles of "K" Factor 79 with 1/2" BSPT fixing arrangement 30

01.08 000-MF-FH-001 2580 Lpm capacity Water Monitor with aqua fog typr nozzle 95

01.09 000-MF-FS-001 Type-I Hose Cabinet including allaccessories 250

01.10 000-MF-FS-002 Type-II Hose cabinet including allaccessories 220

01.11 000-MF-FS-003 First Aid Hose Reel of Lenght 40 m and 20mm Bore 310

2

MAIN SUPPLIES

SUPPLY OF STATIC FIRE EQUIPMENTS FOR FOLLOWING TAGS AS PER

COMPLETE SCOPE MENTIONED IN MR. NO. SM/A307-000-MF-MR-8000 REV.A

COMPLETE IN ALL RESPECTS

PRICE SCHEDULE FOR SUPPLY (FOREIGN BIDDERS)

ITEM: STATIC FIRE EQUIPMENT - I

NAME OF BIDDER: M/S __________________________

ITEM SL. NO.

AS PER MR.DESCRIPTION OF ITEMS

QTY.

(NOS)

Page 11 of 197

Page 12: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

A307_ATC (I) Page 1 of 8

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

BHARAT PETROLEUM CORPORATION LTD IREP-Kochi Refinery

(Job No. A307) AGREED TERMS & CONDITIONS (ATC)

(FOR INDIAN BIDDERS) Supplier Name: M/s ______________________________________________________________

RFQ No.: __________________________________________________________________

Supplier’s Offer Ref No. & Date: ______________________________________________________

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

Contact Person: ___________________________ E-mail _________________________________

1. ALL CORRESPONDENCE MUST BE IN ENGLISH LANGUAGE ONLY.

2. DULY SIGNED & STAMPED COPIES OF THIS “QUESTIONNAIRE”, WITH ALL THE

CLAUSES DULY CONFIRMED/ PRECISELY REPLIED TO BY THE SUPPLIER, SHALL BE ENCLOSED.

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

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

4. FAILURE ON PART OF THE SUPPLIER IN SUBMITTING THIS DULY FILLED-IN “QUESTIONNAIRE” WITH UN-PRICED BID AND/ OR SUBMITTING INCOMPLETE REPLIES MAY LEAD TO REJECTION OF SUPPLIER’S BID.

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

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

SL. NO.

DESCRIPTION SUPPLIER’S CONFIRMATION

1.

i)

Price Basis:

Quoted supply prices are on FOT - Despatch Point basis inclusive of Packing & Forwarding.

Confirmed

ii) Specify Despatch Point

----------------------- iii)

a)

b)

Freight Charges:

Confirm firm transportation charges inclusive of Service Tax and Ed Cess, upto project site, has been quoted separately by you in Price Schedule.

No Variation on any account (including Statutory Variation) on Service Tax on Transportation Charges shall be paid by the owner.

a) Confirmed , Quoted in Price

Schedule

b) Confirmed

iv) Insurance:

a) For Supply Only

Transit/Marine Insurance of Equipment/ Item has been taken care by the Owner & charges of the same have not been included in the quoted prices.

Confirmed.

Page 12 of 197

Page 13: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

A307_ATC (I) Page 2 of 8

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

SL. NO.

DESCRIPTION SUPPLIER’S CONFIRMATION

b) For Supply + Site Work

Comprehensive Insurance (Transit/Marine-cum-storage-cum-erection till handing over of equipment) has been taken care by the Seller & charges of the same have been included in the quoted prices.

Confirmed

2.

a.

b.

c.

d.

e. f.

g.

h.

Excise Duty applicable extra on Finished Goods: Specify Excise Tariff Sub-Heading No. Present Rate of Excise Duty & Edu. Cess payable extra on finished goods (including Spares) Any variations in Excise Duty & Edu. Cess at the time of supplies for any reasons including variation due to Turnover shall be borne by the Seller. Only Statutory Variations within the Contractual Delivery / completion period shall be borne by Purchaser. If Excise Duty & Edu. Cess is not applicable at present due to any reason, the same shall be borne by Seller if it becomes applicable later. Confirm Excise Duty & Edu. Cess will not be applicable on transportation charges. If Excise Duty & Edu. Cess is not applicable on transportation charges presently, and if it becomes applicable at the time of delivery due to any reasons other than statutory, the same will be borne by the Supplier. Confirm acceptance. Non Cenvatable Excise Duty, if any is included in quoted prices & no variation on any account (including statutory variation) shall be paid by Owner. Only Statutory Variations, if any, in the present rate of Excise Duty, upto the Contractual Delivery Date / Completion Period shall be to Owner’s account subject to documentary evidence to be furnished by Seller.

_________________

………..%

Confirmed

Confirmed

Confirmed

Confirmed

Confirmed

Confirmed

3.

a.

b.

c.

d.

e.

Sales Tax applicable extra on finished goods:

Central Sales Tax against Concessional Form “C” payable extra on finished goods (including spares) is applicable & the present rate (in %age) is indicated Kerala VAT payable extra on finished goods (including spares) without concessional form is applicable & the present rate (in %age) is indicated If CST / Kerala VAT is not applicable at present due to any reason, the same shall be borne by Supplier if it becomes applicable later. Confirm CST/ Kerala VAT will not be applicable on transportation charges. If CST / Kerala VAT is not applicable on transportation charges presently, and if it becomes applicable at the time of delivery due to any reasons other than statutory, the same will be borne by the Supplier. Confirm acceptance.

(Applicable / Not Applicable) (Please tick whichever is applicable)

…………%

(Applicable / Not Applicable) (Please tick whichever is applicable)

………….%

Confirmed

Confirmed

Confirmed

Page 13 of 197

Page 14: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

A307_ATC (I) Page 3 of 8

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

SL. NO.

DESCRIPTION SUPPLIER’S CONFIRMATION

h. Only Statutory Variations, if any, in the present rate of CST / Kerala VAT, upto the Contractual Delivery Date / Completion Period shall be to Owner’s account subject to documentary evidence to be furnished by Seller.

Confirmed

4. Octroi / Entry Tax:

Octroi / Entry Tax, if applicable on finished goods (including spares) shall be borne and paid directly by Owner. Confirm that Octroi / Entry Tax has not been included in the quoted prices.

Confirmed

5. Any new or additional taxes/ duties and any increase in the existing Cenvatable taxes/duties imposed after contractual completion period shall be to Supplier’s account whereas any corresponding decrease in the existing Cenvatable taxes/ duties shall be passed on to the Owner.

Confirmed

6.

a.

Spares Parts:

Confirm item wise unit price (FOT Despatch Point) of following spare parts as required in Material Requisition (MR) have been included indicating itemised quantity.

i) Mandatory Spares are quoted as per MR.

ii) Commissioning spares as specified in MR are included in the quoted Price.

iii) Special Tools & Tackles as specified in the MR are included in the quoted prices.

iv) Confirm spares wherever required have been included in the quoted price and list of spares is also furnished.

v) Recommended Spares for Two Years Operation & Maintenance, as specified in MR have been quoted separately with Price validity of One (1) year from Contractual Delivery Date for Main Items/Equipment & List of such spares has been furnished in the Unpriced Bid.

Confirmed

Confirmed (if Applicable as per MR)

Confirmed (if Applicable as per MR)

Confirmed (if Applicable as per MR)

Confirmed (if Applicable as per MR)

Confirmed (if Applicable as per MR)

7.

a.

b.

c.

d.

Site Work:

For Site Work, if in the scope of the Bidder as per MR, please confirm the following:

Confirm that quoted site work prices are exclusive of Service Tax & Edu. Cess but inclusive of VAT on Works Contract and all other applicable taxes & duties.

Percentage of Service Tax & Edu. Cess as applicable extra on Site Work.

Supplier shall submit the Assessment/ Liability Certificate from Sales Tax authorities indicating the VAT on Works Contract payable for enabling Owner to deduct the same from Supplier Invoices & make payment to the tax authorities. TDS Certificate towards VAT on Works Contract shall be provided by Owner. Statutory variation on VAT on Works Contract shall not be payable by Owner. Statutory Variation on Service Tax & Edu. Cess on Site work shall be paid by the Owner against documentary evidence within Contractual completion period.

Confirmed

-------------------%

Confirmed

Confirmed

Page 14 of 197

Page 15: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

A307_ATC (I) Page 4 of 8

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

SL. NO.

DESCRIPTION SUPPLIER’S CONFIRMATION

e.

Confirm that Entry Tax / Octroi applicable on Construction Machinery/Equipment brought by the supplier to site to execute / complete the site work shall be borne by the Supplier and same is included in the quoted prices. No variation (including statutory) on such entry tax shall be paid by the Owner.

Confirmed

8.

a.

b.

c.

d.

e.

Supervision / Training Charges: Charges for Supervision / Training, if in the scope of the Bidder as per MR have been indicated by bidder separately in the Price Schedule. Percentage of Service Tax & Edu. Cess as applicable extra on Supervision / Training Per-diem rate for supervision has been quoted in accordance with the Terms & Conditions for Supervision enclosed with the RFQ Documents. 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. 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 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.

Confirmed, Quoted in Price Schedule

----------------%

Confirmed

Noted & Confirmed

Noted & Confirmed

9. Confirm documentation charges as per MR are included in quoted prices.

Confirmed

10. Price Reduction for delay in delivery/ completion: a) Confirm acceptance of price reduction schedule for delay in

deliveries / completion as specified in GPC & Special Instructions to Bidders (SIB) enclosed in RFQ Document. Liquidated damages or penalty are not acceptable.

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

applicable reduction.

Confirmed

Confirmed

11. Delivery / Completion Period: Please confirm delivery / completion period as specified in the RFQ Covering Letter.

Confirmed

12.

Payment Terms: Confirm acceptance of “Terms and Mode of Payment” as per respective clause(s) given in SIB and RFQ covering letter.

Confirmed

Page 15 of 197

Page 16: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

A307_ATC (I) Page 5 of 8

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

SL. NO.

DESCRIPTION SUPPLIER’S CONFIRMATION

13.1 a.

PART ORDER: Confirm acceptance of Part Order clause as per GPC (Indigenous). And bidder also confirm acceptance to part quantity orders of any items (having quantities 5 Nos. & more) to facilitate purchase preference to MSME bidders as per Govt. guide lines.

Confirmed (If Applicable as per MR)

13.2 MSME BIDDERS:

a Confirm whether the bidder is a MSME bidder or not. YES/ NO

(Please tick whichever is applicable)

b In case bidder is a MSME bidder, they must submit documentary evidence for the same duly certified by Statutory Auditor of the bidder or a practicing Charted Account (not being an employee or a Director or not having any interest in the Bidder’s company/ firm) where audited accounts are not mandatory as per law.

_________________

c In case bidder does not submit duly authenticated

documentary evidence as required above, bidder shall not be considered eligible for availing MSME benefits.

Confirmed

d Any charges quoted extra as lumpsum (like IBR, Testing, freight, etc.) shall be applicable prorata on value basis in the event of part order / part quantities/ split order.

Confirmed

14. Repeat Order: Confirm Acceptance of Repeat Order clause as per RFQ Covering Letter / SIB / GPC.

Confirmed

15.

Performance Bank Guarantee: a) In the event of award of order, submission of Performance

Bank Guarantee for 10% of total order value along with Final supply payment valid till full guarantee period plus 3 (Three) months.

b) The Performance Bank Guarantee shall be strictly as per

enclosed proforma and shall be from any Indian Scheduled Bank or branch of an International Bank situated in India and registered with Reserve Bank of India as scheduled foreign Bank.

Confirmed

Confirmed

16. Guarantee / Warranty: Confirm acceptance to Guarantee / Warranty clause as mentioned in the GPC/SIB.

Confirmed

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

Confirmed

18. a.

b.

Testing and Inspection charges: Goods supplied are subject to stage wise and final inspection as specified in MR by EIL and no extra charges shall be payable by Owner towards the same. Travel, Living and Personnel expenses of EIL’s Representative shall be borne by Owner. Quoted prices are: i) Inclusive of all testing and inspection charges (if applicable)

as per MR. ii) Inclusive of all IBR/IGC/NACE charges (if applicable) as

required in the Material Requisition.

Confirmed

Confirmed

Page 16 of 197

Page 17: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

A307_ATC (I) Page 6 of 8

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

SL. NO.

DESCRIPTION SUPPLIER’S CONFIRMATION

c.

iii) Inclusive of all statutory certification charges PESO/CCOE

etc. (if applicable) as required in the Material Requisition Is your shop approved by IBR/CCE authority, if yes, indicate validity. i. IBR ii. CCE It is the responsibility of supplier to get the entire imported materials and the built in imported contents inspected by TPIA (i.e. Lloyds/BV/DNV/TUV/CEIL) in the country of origin and the quoted prices are inclusive of charges towards the same.

Confirmed

Confirmed

IBR Approved

Confirmed

19.

a.

b.

c.

d.

e.

f.

g.

h.

i.

Import Content: If your offer is based on certain imported raw materials required for equipments/ materials offered, please specify the following : Confirm that quoted prices are based on Merit rate of Customs duty, CVD, Educational Cess and SAD as applicable. Indicate rate of Import Duties considered and included in the quoted prices. Indicate brief description/ specification with itemised CIF value and country of origin of imported material. Indicate classification with tariff no. under which Vendor intends to import. Confirm prices shall be firm on account of variation in foreign exchange rate. Owner shall not provide any import licence. Quoted prices are after considering the benefit of CENVAT on CVD including Edu. Cess. In case material is shipped directly to Port/Project Site, quoted prices are excluding CENVAT benefit. In case material is directly dispatched from port, CVD amount shall be reimbursed subject to submission of bill of entry documents along with CVD invoice. 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.

(Applicable / Not Applicable) (Please tick whichever is applicable)

Confirmed

Refer Annexure to Price Schedule

Refer Annexure to Price Schedule

Refer Annexure to Price Schedule

Confirmed

Noted

Confirmed

Confirmed

Confirmed

j. k.

Statutory variations, if any, in the rate of Import Duties upto 2/3

rd contractual delivery period shall be to Owner’s account.

Any increase in price due to increase in the rate of Import Duties, due to any reasons, whatsoever, beyond the 2/3 rd contractual delivery period, shall 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.

Confirmed

Confirmed

Page 17 of 197

Page 18: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

A307_ATC (I) Page 7 of 8

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

SL. NO.

DESCRIPTION SUPPLIER’S CONFIRMATION

l. m.

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 variations, if any, thereon. Variation in price due to Customs duty rate will be dealt separately after receipt of material at site, against documentary evidence.

Confirmed

Confirmed

20.

a.

Validity of Bid: Confirm Bid validity as stipulated in RFQ covering letter from the final due date of bid submission.

Confirmed

21.

a)

b)

Compliance to RFQ documents:

Confirm your offer is in total compliance with RFQ Document containing technical specifications including General / Technical notes, scope of supply/services/site work (as applicable) including 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) Request for Quotation (RFQ) ii) Special Instructions to Bidders (SIB) iii) General Purchase Conditions (GPC) iv) Terms & Conditions of Site work / GCC / HSE / Integrity

Pact. v) Terms & Conditions for Supervision services

Confirmed

Confirmed Confirmed Confirmed

Confirmed(if applicable)

Confirmed(if applicable)

22. Whether any of the Directors of Bidder is a relative of any Director of Owner/EIL or the Bidder is a firm in which any Director of Owner/EIL or his relative is a Partner or the Bidder is a private company in which any director of Owner/EIL is a member or Director.

Confirmed No relation

23. Please confirm you have not been banned or delisted by any Government or Quasi Government agencies or PSUs. If you have been banned, then this fact must be clearly stated. This does not necessarily mean cause for disqualification. However if this declaration is not furnished the bid shall be rejected as non-responsive.

Not Banned

24. 24.1

24.2 a.

Please confirm your offer contains the following: UNPRICED OFFER- without any Deviations PRICED OFFER Duly filled Price Schedule with relevant annexures

Confirmed

Confirmed

25. Please confirm that you have quoted strictly for items based on your registration/approval with EIL as on date of issue of RFQ.

Confirmed

26. Any claim arising out of order shall be sent to Owner in writing with a copy to EIL within 3 months from the date of last despatch. In case the claim is received after 3 months, the same shall not be entertained by Consultant/ Owner.

Confirmed

27. Printed terms and conditions, if any, appearing in quotation, shall not be applicable in the event of order. In case of

Confirmed

Page 18 of 197

Page 19: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

A307_ATC (I) Page 8 of 8

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

SL. NO.

DESCRIPTION SUPPLIER’S CONFIRMATION

contradiction between the confirmations given above and terms & conditions mentioned elsewhere in the offer, the confirmation given/confirmed herein above shall prevail.

28. Confirm that Net worth of the Bidder’s company is positive as per the immediate preceding year’s audited financial results & Immediate preceding year’s audited annual financial results has been submitted along with un-priced bid.

Confirmed & Submitted

Page 19 of 197

Page 20: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

A307_ATC (F) Page 1 of 7

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

M/s BHARAT PETROLEUM CORPORATION LIMITED IREP-Kochi Refinery

(Job No. A307)

AGREED TERMS & CONDITIONS (ATC) (FOR FOREIGN BIDDERS)

Supplier Name: M/s ______________________________________________________________

RFQ No.: __________________________________________________________________

Supplier’s Offer Ref No. & Date: ______________________________________________________

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

Contact Person: ___________________________ E-mail _________________________________

1. ALL CORRESPONDENCE MUST BE IN ENGLISH LANGUAGE ONLY.

2. DULY SIGNED & STAMPED COPIES OF THIS “QUESTIONNAIRE”, WITH ALL THE CLAUSES

DULY CONFIRMED/ PRECISELY REPLIED TO BY THE SUPPLIER, SHALL BE ENCLOSED.

3. ALL COMMERCIAL TERMS ARE GIVEN/CONFIRMED IN THE QUESTIONNAIRE ITSELF AND NOT ELSEWHERE IN THE QUOTATION. IN CASE OF CONTRADICTION, THE SAME GIVEN HEREIN SHALL PREVAIL.

4. FAILURE ON PART OF THE SUPPLIER IN SUBMITTING THIS DULY FILLED-IN “QUESTIONNAIRE” WITH UN-PRICED BID AND / OR SUBMITTING INCOMPLETE REPLIES MAY LEAD TO REJECTION OF SUPPLIER’S BID.

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

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

SL. NO.

DESCRIPTION SUPPLIER’S CONFIRMATION

1. a) Confirm that the offer contains firm prices on F.O.B. International Seaport of Exit Basis

b) Indicate International Seaport of Exit c) Indicate the HSN Code of the Items

d) Details of any Free Trade Agreement (FTA) /

Comprehensive Economic Partnership Agreement (CEPA) / Treaty between Bidders country Govt. & Indian Government for availing custom duty exemption / concession. If bidder will not specifically mention the same, it is to be considered that there is no specific Agreement / Treaty between Govt. of Bidders & Purchasers County.

e) Confirm quoted prices are inclusive of stowage charges.

f) Confirm that ocean freight charges upto port of

entry- Kochi, (India) has been quoted separately

by you in the price schedule.

Confirmed

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

__________________

Applicable / Not Applicable

Confirmed

Confirmed , Quoted in Price Schedule

Page 20 of 197

Page 21: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

A307_ATC (F) Page 2 of 7

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

SL. NO.

DESCRIPTION SUPPLIER’S CONFIRMATION

g) In case you have not indicated the ocean freight charges separately in the price schedule please quote the same in terms of Percentage of the quoted FOB Price.

h) In case ocean freight charges are repeated anywhere in the bid/Price Schedule/ATC, then higher shall be considered for evaluation & lower for ordering. (In case of CFR)

------------ %

Confirmed

2. Insurance:

a) For Supply Only

Price quoted must exclude Marine insurance charges from FOB International Port of Exit, as same shall be arranged by the Owner. However all marine insurance charges for inland transit upto FOB International Port of Exit must be included by you in your prices.

b) For Supply + Site Work

Comprehensive Insurance (Transit/Marine-cum-storage-cum-erection till handing over of equipment) has been taken care by the Seller & charges of the same have been included in the quoted prices.

Confirmed

Confirmed

3. Owner reserves the option to place order either on FOB or CFR basis (applicable only as per requirement mentioned in RFQ documents).

Confirmed

4. Delivery / Completion Period:

a) Delivery / Completion period shall be as mentioned in the RFQ covering letter.

b) Confirm delivery period shall be reckoned from the date of Fax of Acceptance.

c) Confirm date of clean Bill of Lading shall be considered as date of delivery. (In case order is placed on FOB port of Exit basis or on CFR basis)

Confirmed

Confirmed

Confirmed

5.

a.

b.

Taxes & Duties:

All taxes, duties and levies of any kind payable upto FOB International Port of Exit shall be borne by Bidder.

Export permit/ licence if required shall be vendor’s responsibility & any expenditure towards same will be borne by Bidder.

Confirmed

Confirmed

6. a.

b.

c.

Supervision / Training Charges: Charges for Supervision / Training, if in the scope of the Bidder as per MR have been indicated by bidder separately in the Price Schedule.

Per-diem rate for supervision has been quoted in accordance with the Terms & Conditions for Supervision enclosed with the RFQ Documents. Bidder to indicate Permanent Account Number (PAN) to avoid any additional Tax deduction at source as per the prevailing Indian Income Tax Acts / Rules.

Confirmed, Quoted in Price Schedule

Confirmed

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

Page 21 of 197

Page 22: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

A307_ATC (F) Page 3 of 7

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

SL. NO.

DESCRIPTION SUPPLIER’S CONFIRMATION

d.

e.

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. 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 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.

Noted & Confirmed

Noted & Confirmed

7.

a.

b.

c.

d.

e.

Site Work: For Site Work, if in the scope of the Bidder as per MR, please confirm the following:

Confirm that quoted site work prices are exclusive of Service Tax & Edu. Cess but inclusive of VAT on Works Contract and all other applicable taxes & duties.

Percentage of Service Tax & Edu. Cess as applicable extra on Site Work. Supplier shall submit the Assessment/ Liability Certificate from Sales Tax authorities indicating the VAT on Works Contract payable for enabling Owner to deduct the same from Supplier Invoices & make payment to the tax authorities. TDS Certificate towards VAT on Works Contract shall be provided by Owner. Statutory variation on VAT on Works Contract shall not be payable by Owner. Statutory Variation on Service Tax & Edu. Cess on Site work shall be paid by the Owner against documentary evidence within Contractual completion period. Confirm that Entry Tax / Octroi applicable on Construction Machinery/Equipment brought by the supplier to site to execute / complete the site work shall be borne by the Supplier and same is included in the quoted prices. No variation (including statutory) on such entry tax shall be paid by the Owner.

Confirmed

-------------------%

Confirmed

Confirmed

Confirmed

8.

Validity:

a. Confirm Bid validity as stipulated in RFQ covering letter from the final due date of bid submission.

Confirmed

9. Manufacturer’s Name and Address

Page 22 of 197

Page 23: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

A307_ATC (F) Page 4 of 7

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

SL. NO.

DESCRIPTION SUPPLIER’S CONFIRMATION

10. a.

b.

Inspection Charges: Goods supplied are subject to stage wise and final inspection as specified in MR by TPI agency i.e. Lloyds/BV/DNV/TUV/CEIL in the country of origin and charges of the same shall be included in quoted prices and it is supplier’s responsibility to arrange for the same. No additional charges shall be paid by owner towards the same.

Quoted prices are:

i) Inclusive of all testing and inspection charges (if applicable) as per MR.

ii) Inclusive of all IBR/IGC/NACE charges (if applicable) as required in the Material Requisition.

iii) Inclusive of all statutory certification charges PESO/CCOE etc. (if applicable) as required in the Material Requisition.

Confirmed

Confirmed

Confirmed

Confirmed

11. Country of Origin: Country of origin from where the goods have been offered.

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

12. Currency of Quote: Furnish the currency of quote. Change in currency once quoted will not be allowed. Bidder shall quote either in USD / Euro / INR only.

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

13.

a)

b)

Spares Parts:

Confirm item wise unit price (FOB Port of Exit bais)of following spare parts as required in Material Requisition (MR) have been quoted indicating itemised quantity. i) Mandatory Spares are quoted as per MR.

ii) Commissioning spares as specified in MR are included in the quoted Price.

iii) Special Tools & Tackles as specified in the MR are included in the quoted prices.

iv) Confirm spares wherever required have been included in the quoted price and list of spares is also furnished.

Recommended Spares for Two Years Operation & Maintenance, as specified in MR have been quoted separately with Price validity of One (1) year from Contractual Delivery Date for Main Items/Equipment & List of such spares has been furnished in the Unpriced Bid. Also itemwsie Ocean freight charges upto port of entry, Kochi (India) for the spares has been quoted.

Confirmed

Confirmed (if Applicable as per MR)

Confirmed (if Applicable as per MR)

Confirmed (if Applicable as per MR)

Confirmed (if Applicable as per MR)

Confirmed (if Applicable as per MR)

14. Confirm documentation charges as per MR are inclusive in your quoted prices. Confirmed

15. Confirm customer references list for the item/model quoted by you, is given in offer.

Confirmed

Page 23 of 197

Page 24: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

A307_ATC (F) Page 5 of 7

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

SL. NO.

DESCRIPTION SUPPLIER’S CONFIRMATION

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

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

17. a.

Performance Bank Guarantee: Confirm goods to be supplied by you shall be guaranteed for performance as per the General Purchase Conditions (Imports) & Special Instructions to Bidders (SIB) and submission of the Bank Guarantee 15% of Order Total Value (10% towards Performance and 5% towards Price Reduction Schedule for delay in Delivery) shall be valid till full guarantee period plus 3 (Three) Months.

Confirmed

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

ii) However, if Performance Bank Guarantee are furnished other than the Nationalised Indian Bank, the banks where BGs are furnished, must be Commercial Bank having net worth in excess of Rs. 100 crore or USD 22 Millions and any declaration to this effect will be furnished by such Commercial Bank either in the bank guarantee itself or separately on a letter head.

Confirmed

Confirmed

18. Guarantee / Warranty Confirm acceptance to Guarantee / Warranty clause as mentioned in the General Purchase Conditions & Special Instructions to Bidders.

Confirmed

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

Confirmed

20. Part Order: a) Confirm acceptance of Part Order clause as per

GPC (Imports). And bidder also confirm acceptance to part quantity orders of any items (having quantities 5 Nos. & more) to facilitate purchase preference to MSME bidders as per Govt. guide lines.

b) In case of part order confirm all lumpsum charges quoted extra if any viz. Documentation, testing, packing, crating, handling, FOB, IBR etc., shall be applicable prorata on value basis in the event of part order / part quantities/ split order.

Confirmed if applicable as per MR()

Confirmed

Confirmed

21. Repeat Order: Confirm Acceptance to Repeat Order as per RFQ Covering Letter/SIB/GPC/Material Requisition.

Confirmed

Page 24 of 197

Page 25: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

A307_ATC (F) Page 6 of 7

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

SL. NO.

DESCRIPTION SUPPLIER’S CONFIRMATION

22. Price Reduction on delay in delivery/completion:

a) Confirm acceptance of price reduction schedule for delay in deliveries/completion of work/services specified in General Purchase Conditions (GPC) 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

Confirmed

23. Payment Terms: Confirm acceptance of payment terms as per “Payment Terms and Mode of Payment” specified in Special Instructions to Bidders and RFQ covering letter.

Confirmed

24. a) Letter of Credit shall be opened after receipt of unconditional order acknowledgement along with 15% bank guarantee(as per Sl. 17a above) valid till expiry of Material/Equipment Guarantee period as per General Purchase Conditions and Special Instructions to Bidders plus 3 (Three) months claim period.

b) Letter of Credit shall be opened through a Govt. of India Nationalised/ Scheduled Bank and hence need not be confirmed.

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

confirmation charges shall be borne by you. Please confirm.

Confirmed

Confirmed L/C not required

Noted

25. All Bank charges and stamp duties payable outside India in connection with payments to be made under Purchase Order for the item, if placed, shall be borne by you. All bank charges and stamp duties payable in India shall be borne by the Purchaser.

Confirmed

26. Please indicate name and address of your Bankers for L/C opening, telephone/E-mail address.

27. a)

b)

Confirm your offer is in total compliance with RFQ Document containing technical specifications including General / Technical notes, scope of supply/services/site work (as applicable) including 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 documents containing commercial terms and conditions as per the following documents, without any deviation:

i) Request for Quotation (RFQ)

ii) Special Instructions to Bidders(SIB)

iii) General Purchase Conditions (GPC) v) Terms & Conditions for Supervision vi)Terms & Conditions for Site work, GCC & HSE

Confirmed

Confirmed

Confirmed

Confirmed

Confirmed

Confirmed (if Applicable as per MR) Confirmed (if Site Work is Applicable as

per MR)

Page 25 of 197

Page 26: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

A307_ATC (F) Page 7 of 7

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

SL. NO.

DESCRIPTION SUPPLIER’S CONFIRMATION

vii) Integrity Pact

viii) Commercial / Technical Amendments, if any

Confirmed

Confirmed

28. Direct offer without the intermediary of an Indian Agent will only be considered. Noted & Confirmed.

29. Please confirm you have not been banned or delisted by any Government or Quasi Government agencies or PSUs. If you have been banned, then this fact must be clearly stated. This does not necessarily be cause for disqualification. However if this declaration is not furnished the bid shall be rejected as non-responsive.

Not Banned

30.

30.1

30.2

Please confirm your offer contains the following:

Unpriced offer- without any deviations

Priced Offer Price Schedule with annexures only.

Confirmed

Confirmed

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

Confirmed

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

Confirmed

33. Confirm that Net worth of the Bidder’s company is positive as per the immediate preceding year’s audited financial results & Immediate preceding year’s audited annual financial results has been submitted along with unpriced bid.

Confirmed & Submitted

VENDOR’S NAME: SIGNATURE & SEAL:

Page 26 of 197

Page 27: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

BPCL-KR Job: A307

A307_SIB Rev.6 dt. 14.04.2014 Page 1 of 20

INTEGRATED REFINERY EXPANSION PROJECT

OF M/s BHARAT PETROLEUM CORPORATION LTD,

KOCHI REFINERY, KOCHI, KERALA

SPECIAL INSTRUCTION TO BIDDER (SIB)

Page 27 of 197

Page 28: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

BPCL-KR Job: A307

A307_SIB Rev.6 dt. 14.04.2014 Page 2 of 20

INDEX

SECTION – A (TERMS OF PAYMENT) 1.0 Payment Terms For Indian Bidders 2.0 Payment Terms For Foreign Bidders 3.0 Ocean Freight

SECTION – B: EVALUATION CRITERIA FOR COMPARISION OF BIDS 4.0 Where only Indian Bids are under comparison 5.0 Where only Foreign Bids are under comparison 6.0 Where Indian as well as Foreign Bids are under comparison 7.0 General Notes 8.0 Special Notes on Taxes/Duties and CENVAT benefits 9.0 Price Reduction Schedule Towards Delay In Delivery 10.0 Guarantee / Warranty Period SECTION-C: (COMMERCIAL LOADING OF OFFERS IN CASE OF DEVIATIONS) 11.0 Basis of Loading 12.0 Payment Terms 13.0 Performance Bank Guarantee (PBG) 14.0 Delayed Deliveries 15.0 Price Variation 16.0 Freight charges 17.0 Indian taxes/ duties 18.0 Utilities 19.0 Delivery/Completion Period 20.0 Foreign Exchange Rate Variation/Custom Duty Variation For Indian Bidders (On

Built-In Import Content) 21.0 VAT on Works Contracts/ Service Tax/ Splitting Of Orders 22.0 Entry Tax 23.0 Rejection Criteria 24.0 Suo-Moto Changes In Prices 25.0 Price Implication Not Permitted 26.0 Integrity Pact SECTION-D: SPECIAL CONDITIONS. 27.0 Delivery Schedule/ Completion Period 28.0 Despatch Instructions for Indigenous Supplies 29.0 Additional Taxes & Duties (Applicable For Indian Bidder) 30.0 Recovery Of Custom Duty, Excise Duty And Sales Tax 31.0 Governing Law 32.0 Purchaser’s Rights And Remedies 33.0 Deduction At Source 34.0 Statutory Approval 35.0 Lien 36.0 Limitation Of Liability SECTION-E: GENERAL INSTRUCTIONS 37.0 General 38.0 Fraudulent Practices 39.0 One Bid Per Bidder 40.0 Language Of Bid 41.0 Earnest Money Deposit: 42.0 Modification And Withdrawal Of Bids 43.0 Examination Of Bids And Determination Of Responsiveness 44.0 Owner’s Right To Accept Any Bid And To Reject Any Bid 45.0 Notification Of Award 46.0 Waiver Or Transfer Of The Agreement 47.0 T&C For Foreign Suppliers (To Whom RFQ Issued) Operated Through Their Indian

Office / Subsidiaries 48.0 Tax Residency Certificate (TRC) Format For Foreign Bidder 49.0 Requirement of Employment Visa For Foreign Nationals

SECTION-F: ADDITIONAL CLAUSES TO GPC 50.0 Settlement of dispute between CPSEs or CPSEs & Government Departments

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

Page 28 of 197

Page 29: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

BPCL-KR Job: A307

A307_SIB Rev.6 dt. 14.04.2014 Page 3 of 20

SPECIAL INSTRUCTIONS TO BIDDERS

BHARAT PETROLEUM CORPORATION LIMITED, KOCHI REFINERY

INTEGRATED REFINERY EXPANSION PROJECT

SECTION-A: TERMS OF PAYMENT

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

1.0 PAYMENT TERMS FOR INDIAN BIDDERS:

1.1 Where the Material Requisition is only for supply of materials and there is no Supplier Data Requirement specified in MR e.g. Bulk Piping Items, etc.

1.1.1 100% Payment within 30 days after receipt and acceptance of materials at site and on submission of Performance Bank Guarantee for 10% of Total Order Value, valid till the full guarantee period plus Three months claim period.

1.2 Where the Material Requisition calls for Supplier Drawings/Technical Documentation.

1.2.1 90% Payment within 30 days of receipt and acceptance of materials at Site and on submission of dispatch documents.

1.2.2 10% Payment after receipt of final technical documentation as per PR against EIL’s certification and on submission of Performance Bank Guarantee for 10% of Total Order Value, valid till full guarantee period plus Three months claim period.

1.3 Where Supply of materials and Erection or Site Work are in the scope of Supplier and Package Items.

1.3.1 Supply

1.3.1.1 5% Payment on approval of all drawings atleast in CODE-2 by EIL against submission of Bank Guarantee of equivalent amount valid till complete execution of Order plus Three months claim period.

1.3.1.2 15% Payment after receipt of identified raw materials at Supplier’s Works and against certification by EIL and submission of Bank Guarantee of equivalent amount valid till complete execution of Order plus Three months claim period.

1.3.1.3 60% Payment after receipt of equipment/materials at BPCL’s Site. Billing Schedule to be furnished by the Supplier in case pro-rata payments are required.

1.3.1.4 10% payment after completion of Site Work and submission of final Technical documents as specified in the Purchase Requisition against EIL’s Certification and submission of Performance Bank Guarantee for 10% of Total Order Value (Supply plus Site Work), valid till full guarantee period plus three months claim period.

In case of delay in start of the site work beyond 6 months, the above 10% Payment shall be released against submission of Bank Guarantee of equivalent amount valid initially for 1 year and subject to extension upto completion of the site work. However, in the event of delay in the site work, the Supplier is not relieved of his responsibility to carry out the same.

1.3.1.5 10% payment within 30 days of handing over the successfully commissioned equipment. Wherever commissioning is not in the Supplier’s scope, the payment will be released after completion of Site Work as per PR and handing over of equipment.

1.3.2 Erection/ Site work

1.3.2.1 90% Payment against monthly running bills (based on agreed Billing Schedule), duly certified by EIL.

1.3.2.2 10% Payment within 30 days after final handing over of equipment package to BPCL at site.

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

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

Page 29 of 197

Page 30: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

BPCL-KR Job: A307

A307_SIB Rev.6 dt. 14.04.2014 Page 4 of 20

1.4.2 15% after receipt of identified raw materials at Supplier’s Works and against certification by EIL and submission of Bank Guarantee of equivalent amount valid till complete execution of Order plus Three months claim period.

1.4.3 60% Payment through NEFT against receipt of materials at BPCL’s Site. Billing Schedule to be furnished by the Supplier in case pro-rata payments are required.

1.4.4 10% Payment after receipt of final documents as required in Purchase Requisition against EIL’s certification and on submission of Performance Bank Guarantee for 10% of Total Order Value, valid till full guarantee period plus Three months claim period.

1.4.5 Balance 10% Payment within 30 days of receipt of equipment at Site.

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

1.5.1 5% Payment on approval of all drawings atleast in CODE-2 by EIL against submission of Bank Guarantee of equivalent amount valid till complete execution of Order plus Three months claim period.

1.5.2 75% Payment against receipt of materials at BPCL’s Site. Billing Schedule to be furnished by the Supplier in case pro-rata payments are required.

1.5.3 10% Payment after receipt of final documents as required in Purchase Requisition against EIL’s certification and on submission of Performance Bank Guarantee for 10% of Total Order Value, valid till full guarantee period plus three months claim period

1.5.4 Balance 10% Payment against Commissioning/Demonstration of Performance Guarantee (if applicable) or 6 months from receipt of material at Site (against Bank Guarantee of equivalent amount valid for 1 year), whichever is earlier. However, in the event of delay in conducting the Performance Guarantee Run, the Supplier is not relieved of his responsibility to carry out the same. No additional payment shall be made for visit of Supplier to Site for demonstrating the performance, if the same is included in the scope of Supplier.

For items where supervision during erection, testing and commissioning is not required, the last 10% Payment shall be released within 30 days of receipt of material at Site.

1.6 Payment for PGTR / Per Diem Charges for Supervision of Erection, Testing &

Commissioning

1.6.1 100% Payment of Invoice Amount shall be paid on completion of supervision services / PGTR against submission of Invoice along with Time Sheet duly certified by EIL/BPCL Site-In-Charge. Payment shall be made after deducting Income Tax at applicable rate. Service Tax, if any, shall be paid on submission of Service Tax Invoice.

1.6.2 Where erection/commissioning supervision, commissioning assistance is required from the vendor, penalty for non mobilization/delay in mobilization as per order shall also be specified in the specifications. The penalty shall generally be 1.5 times the per diem rate for each day of delay of reporting to site and shall be in addition to price reduction for delayed delivery.

1.6.3 Wherever supervision is in the scope of MR, bidders shall provide additional BG of an amount equal

to the per diem charges for the number of days considered for evaluation over and above 10% PBG to cover compensation for delay in mobilising the erection/ commissioning personnel. This BG will be released to the bidder upon the erection/ commissioning personnel reporting at site. This BG shall be furnished along with payment milestone for submission of final documentation as per PR and shall be valid up to six months which shall be extended based on the request by BPCL. (In case where commissioning, Performance Guarantee Test, etc. are required and the 10% is under hold, this condition shall not be applicable).

1.7 Transportation charges

1.7.1 100% Payment within 4 weeks after receipt of materials at site.

1.8 General

1.8.1 Excise Duty, Service Tax & VAT on Supplies shall be released only on receipt of Cenvatable/ Vatable copy of corresponding Invoice enabling availing of Input Credit by BPCL.

1.8.2 No initial advance payment along with Order shall be made by the Owner against Supplies as well as Services (i.e. Transportation, Erection, Site Work, etc.). If a Supplier insists on the same, their Offer shall be rejected.

1.8.3 Bank Guarantee(s) shall be issued through Scheduled Commercial Bank in India/ Indian Branch of Foreign Bank, directly to BPCL as per the Pro-forma enclosed with RFQ documents and Supplier shall also enclose copy of the same along with Invoice.

Page 30 of 197

Page 31: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

BPCL-KR Job: A307

A307_SIB Rev.6 dt. 14.04.2014 Page 5 of 20

1.8.4 All payments shall be released either through Electronic Clearing System (ECS) / Electronic Fund Transfer (EFT)/ Real Time Gross Settlement (RTGS) or through internet, within 30 days of receipt of Invoice and all requisite documents, complete in all respects.

1.8.5 Billing schedule shall be submitted to EIL & BPCL by the Supplier for approval within 30 days from the date of Purchase Order wherever specified therein. No payment against pro-rata dispatch shall be made without approval of Billing Schedule.

1.8.6 Major Raw Material: Shall be as specified below:

i. Columns and Vessels: Plates and Forgings

ii. Heat Exchangers: Plates, Forgings and Tubes

iii. Pumps/Compressors: Castings and Drivers

iv. Any other item(s) as may be defined in MR/PR.

2.0 PAYMENT TERMS FOR FOREIGN BIDDERS:

2.1 Where the Material Requisition is only for Supply of materials

2.1.1 100% of FOB Order Value shall be paid through an Irrevocable Letter of Credit against submission of Shipping Documents. The Letter of Credit shall be established only on receipt of acceptance of Fax of Acceptance/Purchase Order along with submission of Bank Guarantee of 15% of Order Value (10% towards Performance Bank Guarantee valid till full Guarantee period plus Three months claim period & separate 5% Bank Guarantee towards Price Reduction Schedule due to delay in delivery valid till contractual delivery date (CDD) + Five and half Months).

For PGTR cases only

In case of PGTR 90% supply amount shall be released through Letter of Credit and last 10% supply amount shall be released against successful demonstration of Performance Guarantee Test Run & submission of Invoices duly certified by Site-In-charge or 6 months from receipt of material at site (against BG of equivalent amount valid for 1 year), whichever is earlier. However in the event of delay in conducting the PGTR, the bidder is not relieved of his responsibility to carry out the same. No additional payment shall be made for visit of supplier to site for demonstrating the PGTR, if the same is included in the scope of supplier.

2.2 Where the Material Requisition calls for Supply of material and Erection or Site Work in the scope of Supplier and Package Items

For Supply Portion

2.2.1 90% Payment of FOB Supply value through an Irrevocable Letter of Credit against submission of Shipping Documents. The Letter of Credit shall be established only on receipt of acceptance of Fax of Acceptance/Purchase Order along with submission of Bank Guarantee of 15% of Order Value (10% towards Performance Bank Guarantee valid till full Guarantee period plus Three months claim period & separate 5% Bank Guarantee towards Price Reduction Schedule due to delay in delivery valid till contractual delivery date (CDD) + Five and half Months).

2.2.2 10% Payment of FOB Supply value through direct wire transfer through banking channels on completion of Erection or Site Work or Commissioning/Performance Guarantee Test Run (PGTR) at site, as applicable as per Purchase Order/Purchase Requisition (PR) against submission of final documents or Certificate of Completion of Work by BPCL Site.

For PGTR cases only

The above amount (10%) shall be released against successful demonstration of Performance Guarantee Test Run & submission of Invoices duly certified by Site-In-charge or 6 months from receipt of material at site (against BG of equivalent amount valid for 1 year), whichever is earlier. However in the event of delay in conducting the PGTR, the bidder is not relieved of his responsibility to carry out the same. No additional payment shall be made for visit of supplier to site for demonstrating the PGTR, if the same is included in the scope of supplier.

For Site Work Portion (Erection/Commissioning/PGTR)

2.2.3 100% Payment of Amount for Erection or Site Work or Commissioning/Performance Guarantee Test Run (PGTR) at site, shall be paid through direct wire transfer through banking channels on completion of Erection or Site Work at site as per Purchase Order against submission of Certificate for Completion of Work by EIL Site.

The Letter of Credit shall be established only on receipt of acceptance of Fax of Acceptance/Purchase Order along with submission of Performance Bank Guarantee of 15% of Total Order Value [Supply+Site Work] (10% towards Performance Bank Guarantee valid till full Guarantee

Page 31 of 197

Page 32: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

BPCL-KR Job: A307

A307_SIB Rev.6 dt. 14.04.2014 Page 6 of 20

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

2.3 For Training

2.3.1 At Site: 100% payment against final bill to be submitted by seller after completion of training duly certified by site-in-charge.

2.3.2 At Supplier’s Works: 100% payment against final bill to be submitted by seller after completion of training.

2.4 Annual Maintenance Contract

100% payment shall be paid at the end of each quarter of the contractual year against quarterly progressive bills to be submitted by Seller duly certified by Site-in-Charge.

2.5 Payment for PGTR / Per Diem Charges for Supervision of Erection, Testing &

Commissioning

2.5.1 100% Payment of Invoice amount through direct wire transfer as per normal banking channels on completion of supervision activity / PGTR upon submission of Invoice, Time Sheet duly certified by Site In-Charge at BPCL Site, legible copy of visa (showing date of entry and date of exit from India) and passport (showing Name and Nationality of the personnel). Payment shall be made after deducting Income Tax at applicable rate.

2.5.2 Where erection/commissioning supervision, commissioning assistance is required from the vendor, penalty for non mobilization/delay in mobilization as per order shall also be specified in the specifications. The penalty shall generally be 1.5 times the per diem rate for each day of delay of reporting to site and shall be in addition to price reduction for delayed delivery.

2.5.3 Wherever supervision is in the scope of MR, bidders shall provide additional BG of an amount equal

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

2.6 General

2.6.1 No initial advance payment along with Order shall be made by the Owner against Supplies as well as Services (i.e. Transportation, Erection, Site Work, etc.). If a Supplier insists on the same, their Offer shall be rejected.

2.6.2 All Bank Guarantee(s) shall be issued through any Indian Scheduled Bank or branch of an International Bank situated in India and registered with Reserve Bank of India as scheduled foreign Bank as per Pro-forma provided in RFQ documents. All Bank Guarantees will be directly to BPCL by the Bank.

2.6.3 All bank charges and stamp duties payable outside India in connection with payments shall be borne by the Supplier. All bank charges and stamp duties payable in India shall be borne by BPCL except L/C Amendment charges for delays in delivery. Confirmation charges for Confirmed L/C shall be borne by Supplier.

2.6.4 Billing schedule shall be submitted to EIL & BPCL by the Supplier for approval within 30 days from the date of Purchase Order wherever specified therein. No part shipment shall be made without approval of billing schedule.

2.6.5 Subject to Technical Acceptability, For supplies sourced within India (if any) by Foreign Bidder & directly dispatched to Site shall have following provisions: (Refer Annexure-A)

3.0 OCEAN FREIGHT:

3.1 Ocean freight from FOB Port of Exit to designated Indian Port shall be arranged by BPCL through their nominated Freight Forwarder. Supplier shall arrange handing over the material to BPCL Freight Forwarder at the designated Port of Exit.

3.2 In cases where the RFQ requires the Supplier to quote Ocean Freight, BPCL reserves the right to ask the Supplier to arrange shipment through their own Freight Forwarder at the quoted freight rates.

3.3 Owner/EIL reserves the right to place the order for foreign bidder either on FOB basis or CFR basis. In case of award, initially the order shall be placed on FOB basis and Owner reserves the right to convert the same to CFR basis within 4 months, from placement of order. Therefore, the Ocean

Page 32 of 197

Page 33: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

BPCL-KR Job: A307

A307_SIB Rev.6 dt. 14.04.2014 Page 7 of 20

Freight Charges/ CFR prices should be valid for additional 4 months from the date of Order. The bidder is required to furnish the shipping details within 45 days from the date of order. In case the bidder is not able to prove the shipping details within 45 days then 4 months shall be considered from the date of receipt of shipping details of consignment for converting FOB to CFR.

3.4 Above clause no. 3.1 to 3.3 is not applicable for Turn-Key jobs where ocean freight along with Marine cum transit cum erection insurance in bidders scope.

SECTION – B: EVALUATION CRITERIA FOR COMPARISION OF BIDS

4.0 WHERE ONLY INDIAN BIDS ARE UNDER COMPARISON:

Bids shall be evaluated on the basis of Net Effective Price i.e. landed cost at Site including Third Party Inspection charges (if applicable) by Third Party Inspection Agency as nominated by BPCL minus CENVAT/ Set Off benefit available to BPCL.

Commercial loading shall be done on FOT Dispatch Point price.

If a Bidder does not quote freight charges, his offer shall be loaded with maximum freight charges as quoted by the other bidders.

Taxes/Duties:

Taxes and Duties will be loaded as applicable. However, if a Bidder states that the Sales Tax/ Excise Duty is not applicable at present or quotes lesser percentage stating the same will be charged as applicable at the time of delivery, then such Bidder’s price will be loaded by the highest rate as indicated by the remaining bidders.

5.0 WHERE ONLY FOREIGN BIDS ARE UNDER COMPARISON:

Bids shall be evaluated on the CIF basis including Custom Clearance (as mentioned below), considering firm ocean freight up to Port of Entry (Kochi, India) as quoted by bidders.

Sl. No. Head Basis

1 F.O.B. Price As quoted by the Bidder (including stowage charges in case of pipes*) and Third Party Inspection charges.

* Stowage charges, if not included in the quoted FOB Price, the same shall be loaded @ 10% of freight quoted by the Bidder.

2 Add – Ocean Freight Firm Freight charges as quoted by Bidders or provision mentioned in the bid documents

3 Add – Marine Insurance @ 1% of FOB Price

4 Add – Customs Duty Prevailing Rate on (CIF value plus Landing Charges @ 1% of CIF Value)

5 Commercial Loading, if any On FOB Value

6 Less – Cenvatable Duties

7 FOT SITE PRICE Sum Total (Sl. Nos. 1 ~ 5) – (Sl. No. 6)

If a Bidder does not quote Ocean freight charges, his offer shall be loaded with maximum freight charges as quoted by the other bidders.

Comparison shall be done on equivalent Indian Rupees considering RBI Reference rate of Foreign Exchange published on the day of Opening of Priced Bids.

Normally, deviations in Payment terms, Firm prices & Performance Bank Guarantee are not acceptable. However, wherever Bidder insists, the loading shall be done as applicable to Indigenous cases on FOB price.

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

Domestic Bidders:

Bids shall be evaluated on the basis of Landed Cost at Site (considering EIL Inspection charges @ 1.25% of FOT Dispatch Point price) including all duties, taxes and transportation charges less Cenvatable Excise Duty, Cenvatable Service Tax, VAT on Supplies, VAT on Works Contract, whichever is applicable.

Commercial loading shall be done on FOT Dispatch Point price.

Page 33 of 197

Page 34: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

BPCL-KR Job: A307

A307_SIB Rev.6 dt. 14.04.2014 Page 8 of 20

Foreign Bidders:

Bids shall be evaluated on the basis of landed cost at Site including the charges of inspection by Third Party Inspection Agency, all duties, taxes and ocean freight charges as under less Cenvatable

CVD/SAD, Cenvatable Service Tax, VAT on Supplies, VAT on Works Contract, whichever is

applicable.

Sl. No. Head Basis

1 F.O.B. Price As quoted by the Bidder (including stowage charges in case of pipes*) and Third Party Inspection charges.

* Stowage charges, if not included in the quoted FOB Price, the same shall be loaded @ 10% of freight quoted by the Bidder.

2 Add – Ocean Freight Firm Freight charges as quoted by Bidders

3 Add – Marine Insurance @ 1% of FOB Price

4 Add – Customs Duty Prevailing Rate on (CIF value plus Landing Charges @ 1% of CIF Value)

5 Add – Port Handling Charges @ 2% of CIF Value

Sl. No. Head Basis

6 Add – Inland Freight Charges from Port of Entry in India to Project Site

1% of Landed Cost i.e. Sl. Nos. 1 to 5

7 Add – L/C charges @ 1% of FOB Price

8 Commercial Loading, if any On FOB Value

9 Less – Cenvatable Duties

10 FOT SITE PRICE Sum Total (Sl. Nos. 1 ~ 8) – (Sl. No. 9)

Wherever supervision and site works are involved, in that cases service tax plus Ed. Cess shall be loaded with as applicable rates

7.0 GENERAL NOTES:

i. Cost of Mandatory (Insurance) Spares, if identified in the Material Requisition, Commissioning spares and Special Tools & Tackles will be included for price evaluation of bids, but costs of Spares for Two Years Normal Operation & Maintenance shall be excluded.

ii. Cost of loading towards Technical Parameters (Utilities, etc.) wherever applicable shall be carried out.

iii. BPCL shall claim CENVAT benefits on Excise Duty, CVD/SAD, Service Tax as well as the Cess applicable and accordingly Excise Duty/ CVD/ SAD/ Cess/ Service Tax shall be considered and necessary credit shall be given for evaluation and comparison of bids.

Wherever Site Work, AMC, Training, Supervision, etc. are required as per MR/RFQ, the same shall be considered for evaluation.

iv. Bidders shall indicate the Customs Duty at Merit Rate in their Offer.

v. The Bidder must ascertain and confirm along with supporting documents in the bid, if any Custom duty exemption / waiver is applicable to the products being supplied by bidder under any multi-lateral / bi-lateral trade agreement between India and Bidder’s country. The bidder shall liable to provide all documentation to ensure availment of the exemption / waiver. In case the bidder defaults on this due to any reason whatsoever, they shall be liable to bear the incremental Custom Duty applicable, if any. Any Custom Duty applicability on account of any change in the bi-lateral / multi-lateral agreement shall be in bidder’s account.

Page 34 of 197

Page 35: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

BPCL-KR Job: A307

A307_SIB Rev.6 dt. 14.04.2014 Page 9 of 20

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

vi. BPCL shall issue Concessional Form ‘C’ for Central SalesTax, for all applicable cases. vii. Comparison shall be done on equivalent Indian Rupees considering RBI Reference Rate of Foreign

Exchange published on the day of opening of the Price Bids. viii. Third Party Inspection charges for foreign bidder must be included in quoted prices or anything

specifically mentioned in RFQ documents.. ix. Excise Duty, Central Sales Tax, VAT on Supplies & Service Tax shall not be included in the quoted

prices and shall be payable extra at actual. BPCL shall claim eligible credit on CENVAT/Service Tax/VAT quoted by the Bidder and therefore eligible portion of CENVAT/Service Tax/VAT shall be considered for price comparison. Bidder shall be required to furnish proper invoices issued in accordance with relevant rules for enabling BPCL to avail CENVAT benefits. Further, the amount of Excise Duty, Service Tax & VAT shall only be payable against submission of CENVATABLE/ VATABLE Invoices, subject to maximum amount quoted in the Offer and in case of non-submission, will not be paid.

x. Bidders quoted transportation charges shall be inclusive of service tax plus education cess thereupon applicable on transportation.

xi. Transit Insurance/ Marine Insurance shall be excluded from Supplier’s scope for the items where only supply is involved, and in such cases, the same shall be arranged by the Owner. For purchases involving Site Work, the Comprehensive Insurance (Transit/Marine cum Storage, Erection, till handing over of equipment) shall be in the scope of Supplier.

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

xiii. If various item rates are present in the RFQ and if there is correction/wrong entry or a difference between the values entered in figures and in words, the following procedure shall be adopted for evaluation.

i. When there is a difference between the rate in figures and in words for an item, the rate which corresponds to the amount worked out by the Bidder for the item based on the notional quantity specified, shall be taken as correct.

ii. When the rate quoted by the Bidder in figures and words tallies but the amount is incorrect, the rate quoted by the Bidder shall be taken as correct.

iii. When it is not possible to ascertain the correct rate as detailed above, the rate quoted for the item in words shall be adopted as the quoted rate.

iv. If the total amount written against an item does not correspond to the rate written in figures and if the rate in words is missing, then the higher of the rates, i.e. higher of the rate worked out by dividing the amount by the notional quantity and the rate quoted shall be considered for evaluation In the event that such a bid is determined as the lowest bid, the lower of the rates shall be considered for award of works.

8.0 SPECIAL NOTES ON TAXES/DUTIES AND CENVAT BENEFITS:

(i) CST/ Kerala VAT (Applicable only on supplies being made from within state of Kerala), as applicable during the contractual delivery period, shall be paid by the supplier and the same shall be reimbursed on submission of the documentary proof. 'C' Form for CST will be issued for all applicable cases. However no concessional form is applicable for Kerala VAT.

(ii) CENVAT BENEFITS: In view of CENVAT/ Input credit benefits being available to BPCL on Excise Duty, no loading on Cenvatable excise duty and/ or interest thereon shall be considered for comparison of bids. In the case of Kerala VAT on Supplies, loading will be done to extent of 80% of VAT rate (since VAT credit is available for 20% only) In the case of Service Tax, Cenvat credit against Service Tax shall be available to BPCL to the extent of 96% only. Hence loading of 4% of Service Tax rate shall be considered for Price evaluation.

(iii) BPCL shall claim CENVAT benefits on Excise Duty, Kerala VAT /CVD/SAD/Service Tax as well as the cess applicable and accordingly Excise Duty /VAT/CVD/SAD/Service Tax, Cess shall be considered and necessary credit shall be given for evaluation and comparison of

Page 35 of 197

Page 36: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

BPCL-KR Job: A307

A307_SIB Rev.6 dt. 14.04.2014 Page 10 of 20

bids. Credit shall be taken during evaluation for 20% of Kerala VAT rate, 96% of Service Tax rate and full amount for other Cenvatable taxes and duties.

(iv) Excise Duty, Central Sales Tax, Kerala VAT & Service Tax shall not be included in the quoted prices and shall be payable extra at actuals. Further, the amount of Excise Duty, Service Tax, Central Sales Tax, KVAT shall only be payable against submission of supporting documents/Cenvatable/Vatable invoices subject to maximum amount quoted in the offer and in case of non-submission, will not be paid.

(v) Non Cenvatable Excise Duty, if any is to be included in quoted prices & no variation on any

account (including statutory variation) shall be paid by Owner. (vi) All New taxes/duties/cess/levies notified after the last date of submission of bid (final bid due

date) but within contractual delivery/ completion period, shall be to Owner’s account.

(vii) The bidder shall be required to furnish details of any special dispensation regarding concessional/ exempted taxes/ duties.

9.0 PRICE REDUCTION SCHEDULE TOWARDS DELAY IN DELIVERY:

i. For Indigenous Vendor:

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

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

b) In case item involving only supply:- Delayed Delivery shall be as per clause 9 of GPC (For Indigenous materials & equipments).

ii. For Foreign Vendor:

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

Price Reduction Schedule (Supply + Site work) towards delay in delivery for foreign bidder shall be applicable as per clause no. 17 of GPC Import of RFQ subject to following modification: “Imports, for any delay in delivery of equipments / materials or part thereof beyond the delivery date stipulated, the vendor shall be liable to pay, compensation at 0. 5% of the total FOB Value of order per week of delay or part thereof subject to maximum of 5% of the total FOB Value of order”.

a) In case item involving only supply:- Delayed Delivery shall be as per clause 17 of GPC (For Foreign materials & equipments).

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

10.0 Guarantee / Warranty Period :-

i) For Indigenous Vendor:

a) In case item involving supply and site work including comprehensive Insurance policy:-

In partial modification of the terms specified in clause 30 of GPC –12 months from the date of handing over of duly completed plant/equipment/system as per the contract at site to the owner.

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

c) In case item involving only supply:- Performance Guarantee shall be as per clause 30 of GPC (For Indigenous materials & equipments).

Page 36 of 197

Page 37: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

BPCL-KR Job: A307

A307_SIB Rev.6 dt. 14.04.2014 Page 11 of 20

ii) For Foreign Vendor:

a. In case item involving supply and site work including comprehensive Insurance policy:-

In partial modification of the terms specified in clause 26 of GPC –12 months from the date of handing over of duly completed plant/equipment/system as per the contract at site to the owner.

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

c. In case item involving only supply:- Performance Guarantee shall be as per clause 26 of GPC (For Foreign materials & equipments).

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

11.0 BASIS OF LOADING:

The Foreign Bids shall be loaded on FOB Port of Exit prices and the Indian Bids shall be loaded on FOT Despatch Point prices.

12.0 PAYMENT TERMS:

i. Any differential payment terms offered by an Indian supplier as against the terms specified in the RFQ/ GPC shall be loaded @ 15% (simple interest) per annum for the applicable period as under: Drawing approval : 80% of the delivery period Sub-ordering of raw materials : 75% of the delivery period Receipt of raw material at vendor’s works : 50% of the delivery period Final 10% also against dispatch documents : one month

Period of any other stage shall be suitably decided at the time of evaluation. In cases like turnkey jobs, to derive the delivery period of supply items, the total period of turnkey jobs shall be split into delivery period of supplies & site work period in the ratio of 70:30 for loading of differential payment terms for the supply periods as defined above.

ii. Foreign suppliers shall not be permitted to offer differential payment terms as against the terms specified in the RFQ/ GPC and in case they insist, their offer shall be rejected.

iii. Advance along with FOA/ PO will not be allowed. If a supplier insists for advance payment along with FOA/PO, his offer shall be rejected.

13.0 PERFORMANCE BANK GUARANTEE (PBG):

i. Performance Bank Guarantee shall be required in all cases of supplies of all values. In case a supplier offers to give a PBG for less than 10% of order value, or for a lesser period than what is provided in GPC, loading shall be done for the differential amount and/ or the differential period. For differential period/ amount, the following example will amplify the methodology of loading (if GPC specifies 10% PBG for 18 months + 3 months claim period = Total 21 months):

For differential period: Period offered by Bidder Loading 10% for 21 months - No loading 10% for 18 months - 10% x 3/21 = 1.43% 10% for 12 months - 10% x 9/21 = 4.29% 10% for 6 months - 10% x 15/21 = 7.14%

For differential Amount: Other than 10%: To be loaded by percentage by which PBG is short of 10%.

ii. In case, bidder does not agree to submit the PBG, 10% payment shall be deducted and withheld till the guarantee period.

iii. In case, Bidder does not agree to submit the PBG or agree for deduction as per Cl. 13.(ii) above, the offer shall be liable for rejection.

14.0 DELAYED DELIVERIES:

i. For Supply Only: [considering 0.5% un-delivered order value (UDOV) ~ 5% total order value

(TOV)]

Page 37 of 197

Page 38: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

BPCL-KR Job: A307

A307_SIB Rev.6 dt. 14.04.2014 Page 12 of 20

In case a Supplier does not accept the delayed delivery clause and/or takes any deviation (indicates Penalty clause/Liquidated damages in place of Price Reduction Clause) or takes exception to the percentage rate mentioned in GPC, the offer of such supplier(s) shall be loaded as under:

0.5% UDOV to 5%TOV : No loading 0.5% UDOV to 5% UDOV : 5%

0.5% UDOV to less than 5% TOV : Differential between the offered %age and 5% Any other deviation/Liquidated : 5% Damages/ penalty or non acceptance of price reduction schedule

ii. For Supply + Site Work: [considering 0.5% total order value (TOV) ~ 5% total order value

(TOV)]

0.5% TOV to 5%TOV : No loading 0.5% UDOV to 5%TOV : 5% loading 0.5% TOV to less than 5% TOV : Differential between the Offered % and 5% Any other deviation/Liquidated : 5% Damages/ penalty or non acceptance of price reduction schedule

15.0 PRICE VARIATION:

Suppliers must quote firm & fixed prices unless price variation is specified in the RFQ. Where price variation is permitted as per RFQ, the loading thereto shall be as follows:

a) Firm Price No loading

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

c) No ceiling on the formula specified (This loading shall be done only after putting efforts with Supplier to indicate ceiling and obtaining BPCL’s approval)

1.5 times the maximum ceiling specified by other Suppliers. In case all other Suppliers have quoted firm prices then @ 1.25% for every month of quoted delivery period to be taken as ceiling.

d) No formula and no ceiling specified by Supplier (This shall be resorted to only after putting efforts with Supplier and obtaining BPCL’s approval)

Offer may be rejected.

16.0 FREIGHT CHARGES:

i. Indian Suppliers shall quote firm freight charges up to destination by road transport for all cases until unless specified otherwise in the RFQ documents.

17.0 INDIAN TAXES/ DUTIES:

In case a supplier states that taxes/duties are not applicable at present and will be charged as applicable at the time of delivery then his bid shall be loaded by the maximum rate of taxes/duties applicable.

18.0 DELIVERY/COMPLETION PERIOD:

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

19.0 UTILITIES:

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

20.0 FOREIGN EXCHANGE RATE VARIATION/CUSTOM DUTY VARIATION FOR INDIAN BIDDERS

(ON BUILT-IN IMPORT CONTENT) :

i. Prices shall remain firm and fixed without any escalation except for statutory variation in customs duty rate.

The prices shall be firm and fixed on account of FE variation also.

Page 38 of 197

Page 39: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

BPCL-KR Job: A307

A307_SIB Rev.6 dt. 14.04.2014 Page 13 of 20

ii. Indigenous bidders shall be required to quote their prices including customs duty (Merit rate) towards their built in import content. CIF content in Indian Rupees shall also be furnished by Bidders along with the merit rate of customs duty considered.

iii. The statutory variation in customs duty shall be subject to the following guidelines and the supplier shall confirm the following in their bid:

(a) Maximum CIF value of import content shall be furnished in the bid.

(b) The material to be imported covering the above CIF value to be indicated in the bid.

(c) Any increase in price due to increase in customs duty rate beyond two-third of the quoted delivery period will be to supplier’s account. However, any decrease in price due to decrease in customs duty rate at the time of actual clearance of imported materials shall be passed on to BPCL.

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

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

i. Wherever site work is involved, suppliers shall quote their prices inclusive of VAT on Works Contracts. The Supplier shall submit the assessment/ liability certificate from Sales Tax Authority stating the tax due on Contract/ Running bill submitted for payment for enabling BPCL to deduct the VAT on Works Contract as per the certificate, from Suppliers Invoices and remittance to tax authorities. TDS Certificate towards deduction of VAT on Works Contract shall be provided to supplier by owner. Payment to the Supplier will be released only on receipt of the aforesaid certificate. The Supplier shall submit the total tax liability certificate along with final bill. Under no circumstance, the Supplier should remit VAT on Works Contract directly to the Department. Any loss to BPCL, due to direct remittance of VAT on Works Contract by Supplier will be recovered from Supplier. BPCL shall not be responsible for any delay in payment/ non-payment of bill due to delay in submission/ non-submission of the aforesaid certificate. Order for Supply and Site Work shall not be split and only single order covering the entire scope of work on each supplier shall be placed.

ii. Wherever, Service Tax is applicable, Suppliers shall quote their prices exclusive of Service Tax. Supplier shall be required to furnish Invoices towards Service Tax in order to enable BPCL to avail credit of the same. Presently BPCL is able to avail credit of 96% of the Service Tax rate only. Hence, 4% of Service Tax rate shall be loaded for price evaluation. The same is not applicable for service tax on transportation charges, since CENVAT Benefits not available.

22.0 ENTRY TAX:

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

23.0 REJECTION CRITERIA:

Bidder shall strictly comply with the technical and commercial requirements. Bid shall be considered non responsive and rejected, if bidder insists on deviations to the under mentioned provisions of RFQ/Bidding document:

i) Bid Security amount, Bid security validity, issuing bank and any major deviation to format of Bid security. However this shall not be applicable in case Bid security is not required as per RFQ/Bidding Document.

ii) Advance payment along with FOA/ PO.

iii) Unless specified in the RFQ, Price variation with no formula and no ceiling.

iv) Price change/implication against TQ/CQ when there is no change in scope of work, specification and terms & conditions of MR/RFQ.

v) Delivery / completion schedule.

vi) Guarantee/ Defects Liability Period

vii) Inadequate Bid Validity

viii) Performance bank Guarantee or any other bank guarantee mandatorily required against Milestone or supervision or Price Reduction Schedule (PRS)

Page 39 of 197

Page 40: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

BPCL-KR Job: A307

A307_SIB Rev.6 dt. 14.04.2014 Page 14 of 20

24.0 SUO-MOTO CHANGES IN PRICES:

(i.) Any Suo-moto reduction in price offered by a supplier within the bid validity by way of discount or revised prices subsequent to the bid due date and which is not as a result of any change in scope of supply or terms and conditions, shall not be taken into account for evaluation. However, such reduction in price shall be taken into account for ordering if such supplier happens to be the recommended supplier as per the originally quoted prices.

(ii.) However, in the event of any suo-moto price increase sought by a supplier subsequent to the bid due date and which is not as a result of any change in scope of supply or terms and conditions, the bid of such a supplier shall be rejected for the items in which such suo-moto increase is made.

(iii.) Any wrong interpretation of taxes & duties or any taxes & duties not specified in the offer shall be borne by Bidder.

25.0 PRICE IMPLICATION NOT PERMITTED:

Price implications on account of technical clarifications shall not be permitted as long as BPCL/EIL do not change the specifications/ scope spelt out in the RFQ.

26.0 INTEGRITY PACT:

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

Bidding shall be through E-tendering methodology as per Enclosed Annexure-I to RFQ..

SECTION-D: SPECIAL CONDITIONS.

27.0 DELIVERY SCHEDULE/ COMPLETION PERIOD:

i. All goods under the scope of the Supplier shall be delivered as per delivery schedule/ completion period specified in Request for Quotation (RFQ) and no variation shall be permitted.

ii. Failing to meet the delivery schedule/ completion period will be subject to price reduction and/or other remedies available to the purchaser in RFQ documents.

iii. Price Reduction Schedule (PRS) shall be applicable as per Clause 9.0 of GPC (Indian) & clause no. 17 of GPC (Imported) and mentioned in RFQ Covering letter.

(iv.) The delivery schedule/ completion period shall be reckoned from the date of Fax of Acceptance.

(V.) For Indian Bidder date of LR/GR shall be considered as date of delivery or date of receipt of material at site shall be the date of delivery as specified in RFQ/FOA/PO. For Foreign Bidder date of clean bill of Lading shall be considered as date of Delivery.

(VI.) In case of foreign bidder, quoted FOB Port of Exit prices shall be inclusive of all charges, all taxes & duties, applicable upto FOB port of exit.

28.0 DESPATCH INSTRUCTIONS FOR INDIGENOUS SUPPLIES:

i. Supplier shall obtain despatch clearance from the purchaser prior to despatch.

ii. Following despatch documents are required to be submitted by the Indigenous supplier immediately after shipment is made.

Commercial Invoice

Dispatch instructions/ clearance by Purchaser/Consultant.

Inspection Release Note by Third Party Inspection Agency/ Purchaser/ Consultant.

LR/ GR

Packing List

Test Certificates (NDT reports, MTC, etc. as per MR)

Certificate of Measurement and Weight

List of documents as specified in Vendor Data Requirement in Material Requisition & counter signed & stamped by EIL.

Page 40 of 197

Page 41: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

BPCL-KR Job: A307

A307_SIB Rev.6 dt. 14.04.2014 Page 15 of 20

29.0 NEW / ADDITIONAL TAXES & DUTIES (Applicable for Indian Bidder):

i. Within the contractual delivery period, if any new taxes and/or duties come into force the same will be reimbursed to bidder against documentary evidence. However any new or additional taxes/ duties imposed after contractual delivery shall be to borne by seller.

ii. All necessary taxes & duties registration, if required for carrying out the site activities shall be done by the bidder and cost towards the same shall be included in quoted prices.

iii. The statutory variations on Customs duty (rate) considered on above CIF value of built – in import content, within contractual delivery period shall be to Employer’s account against submission of the documentary evidence. However, any increase in the rate of Customs duty beyond the contractual completion period shall be to bidder’s account. In case of wrong classification, no variation including statutory variation of Customs Duty will be payable extra. Any decrease in the rate of Customs duty shall be passed on to the Employer.

iv. The statutory variations on Excise rate and amount of Excise Duty, CST with concessional form & VAT without concessional form, which will be payable on the finished goods and Cenvatable Service Tax, as applicable, within the contractual delivery period shall be to Employer’s account against submission of the documentary evidence. Any increase in the rate of these taxes and duties beyond the contractual completion period shall be to bidder’s account. However, any decrease in the rate of taxes & duties shall be passed on to the Employer.

v. Works Contract Tax & service tax on transportation, if applicable, shall be included in the quoted prices and no variation including statutory variations shall be payable by BPCL.

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

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

31.0 GOVERNING LAW:

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

32.0 PURCHASER’S RIGHTS AND REMEDIES:

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

33.0 DEDUCTION AT SOURCE:

i. Purchaser will release the payment to the Supplier after effecting deductions as per applicable law in force. Purchaser will release the payment to the Supplier after effecting deductions as per applicable law in force. Owner shall deduct VAT on Works Contract as applicable & shall furnish TDS certificate to supplier.

ii. Purchaser will release payments to the Supplier after offsetting all dues to the Purchaser payable by the Supplier under the Contract.

34.0 STATUTORY APPROVAL RELATED WITH SUPPLIES / WORKS:

Approval from any authority (i.e. Inspector of Boiler, Electrical Inspector, and Municipal Corporation

of Greater Kochi (MCGK) etc.) required as per statutory rules and regulations of Central/ State

Government shall be the responsibility of Contractor agency.

The application on behalf of the OWNER for submission to relevant authorities along with copies of

required certificate complete in all respects shall be prepared and submitted by the Contractor

agency well ahead of time so that the actual construction/ commissioning of the work is not delayed

for want of the approval/ inspection by concerned authorities. The Contractor agency shall arrange

the inspection of the works by the authorities and necessary coordination and liaison work in this

respect shall be the responsibility of the Contractor agency. Reimbursement by the OWNER of the

Page 41 of 197

Page 42: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

BPCL-KR Job: A307

A307_SIB Rev.6 dt. 14.04.2014 Page 16 of 20

statutory fees payable by Contractor agency (as per advance approval of OWNER) may be provided

for, subject to submission of receipt.

The Contractor agency shall carry out any change/ addition required to meet the requirements of the

statutory authorities, within the quoted rates. The inspection and acceptance of the work by statutory

authorities shall be the responsibility of the Contractor agency. List of all documents, drawings, forms, affidavits etc required for the approvals shall be submitted by the contractor agency.

35.0 LIEN:

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

36.0 LIMITATION OF LIABILITY:

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

SECTION-E: GENERAL INSTRUCTIONS

37.0 GENERAL: Bidders shall submit their Bids in following manner & containing the listed inputs, duly

filled-in, stamped & signed by authorized signatory of Bidder holding Power of Attorney, as a

minimum requirement:

a) PART-I: UNPRICED OFFER

A. All technical specifications as per requirement of MR.

B. Agreed Terms & Conditions duly filled in.

C. Terms & Conditions for Supervision of Erection/Testing/Commissioning, if applicable

D. Terms & Conditions for Site Work, if applicable

E. Copy of Registration with EIL, if applicable

F. Copy of MOU/ MOM, if any, signed with EIL and referred in offer.

G. Integrity Pact, duly filled-in, stamped & signed on each page (if applicable).

H. Complete Audited Financial Report of latest preceding Financial year.

I. Deviation sheet, if any.

J. Price Schedule with prices blanked out but “Quoted/ Not quoted” to be mentioned & its relevant enclosures, duly filled-in, stamped & signed on each page.

b) PART-II: PRICED OFFER

A. Price Schedule with prices filled in.

B. Statement that all specifications and terms & conditions are as per un-priced part of offer.

Note:

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

38.0 FRAUDULENT PRACTICES:

The OWNER requires that Bidders/ Contractors observe the highest standard of ethics du ring the award/ execution of Contract. "Fraudulent Practice" means a misrepresentation of facts in order to influence the award of a Contract to the detriment of the Owner, and includes collusive practice among bidders (prior to or after bid submission) designed to establish bid prices at artificial non-competitive levels and to deprive the Owner of the benefits of free and open competition. a) The OWNER will reject a proposal for award if it determines that the bidder recommended for

award has engaged in fraudulent practices in competing for the Contract in question. Bidder is required to furnish the complete and correct information/ documents required for evaluation of their bids. If the information/ documents forming basis of evaluation is found to be false/ forged, the same shall be considered adequate ground for rejection of bids and forfeiture of Earnest Money Deposit.

Page 42 of 197

Page 43: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

BPCL-KR Job: A307

A307_SIB Rev.6 dt. 14.04.2014 Page 17 of 20

b) In case, the information/ document furnished by the Bidder/ Contractor forming basis of evaluation of his bid is found to be false/ forged after the award of the contract, Owner shall have full right to terminate the contract and get the remaining job executed at the risk & cost of such Bidder/ Contractor without any prejudice to other rights available to Owner under the contract such as forfeiture of CPBG/ Security Deposit, withholding of payment etc.

c) In case, this issue of submission of false documents comes to the notice after execution of work, Owner shall have full right to forfeit any amount due to the Bidder/ Contractor along with forfeiture of CPBG/ Security Deposit furnished by the bidder/ contractor.

d) Further, such bidder/ contractor shall be put on Blacklist/ Holiday/ Negative List of OWNER/EIL debarring them from future business with Owner & EIL for a time period, as per the prevailing policy of OWNER & EIL.

39.0 ONE BID PER BIDDER:

a. A Bidder shall submit only one bid in the same bidding process. A Bidder who submits or

participates in more than one bid will cause all the proposals in which the bidder has

participated to be disqualified.

b. Alternative price bids are not acceptable.

40.0 LANGUAGE OF BID:

a) The Bid prepared by the bidder, all correspondence/drawings and documents relating to the

bid exchanged by the bidder with the Owner/Consultant shall be in English Language alone

provided that any document furnished by the bidder may be written in another language so

long as accompanied by an English translation, in which case, for the purpose of interpretation

of the bid, the English translation shall govern.

b) In the event of submission of any document/ certificate by the Bidder in a language other than

English, the English translation of the same duly authenticated by Chamber of Commerce of

Bidder’s country shall be submitted by the Bidder. Metric measurement system shall be

applied.

41.0 EARNEST MONEY DEPOSIT:

Bidder shall furnish, as part of its Bid, EMD for an amount as indicated in the NIT/ IFB. If the Bidder is unable to submit Bid Document Fee & EMD in original within the due date & time, then bidder shall submit the original Bid Document Fee & EMD within 7 days from the date of unpriced bid opening, provided copy of the same have been uploaded on E-Tendering Website. In case the bidder fails to submit the same in original within 7 days, then their bid shall be rejected, irrespective of their status/ ranking in tender and notwithstanding the fact that a copy of Bid Document Fee & EMD was earlier uploaded by the bidder. OWNER shall not pay any interest on EMD furnished. The EMD shall be in favour of BPCL and shall be acceptable in the form of Crossed Demand Draft or Bank Guarantee in the prescribed pro-forma.

The Bank Guarantees/DD for EMD shall be issued by any Scheduled Commercial Bank (other than co-operative Bank) in India or any Indian Branch of Foreign Bank and same shall be as per the format given in this bidding document. Swift Message or Cash or Cheque in lieu EMD shall not be acceptable.

The bank guarantee for submission of EMD shall be valid as period mentioned in EMD / Bid Security format or elsewhere mentioned in Bid Document / RFQ. EMD/ Bid securities of unsuccessful bidders will be returned upon award of Contract. However, EMD of the successful Bidder will be returned upon the Bidder's acceptance of PO/ signing the Contract and furnishing the PBG. The EMD may be forfeited:

If a Bidder withdraws its bid during the period of Bid Validity or does any breach of tendering terms and conditions, or

If a bidder modifies his bid on his own.

In case of a successful Bidder, if the Bidder fails, within the specified period:

i. To submit the order acceptance.

ii. To furnish the PBG.

Page 43 of 197

Page 44: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

BPCL-KR Job: A307

A307_SIB Rev.6 dt. 14.04.2014 Page 18 of 20

42.0 MODIFICATION AND WITHDRAWAL OF BIDS:

a) The Bidder may modify / withdraw its Bid prior to the due date prescribed for submission of Bids.

b) No bid shall be modified subsequent to the deadline for submission of bids. c) No bid shall be allowed to be withdrawn in the interval between the deadline for submission

of bids and the expiration of the period of bid validity specified by the bidder. Withdrawal of a bid during this interval shall result in the forfeiture of bidder’s bid security.

43.0 EXAMINATION OF BIDS AND DETERMINATION OF RESPONSIVENESS:

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

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

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

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

44.0 OWNER’S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY BID:

The Owner/EIL reserves the right to accept or reject any bid, and to annul the bidding process and reject all bids at any time prior to award of the order without thereby incurring any liability to the affected bidder or bidders or any obligations to inform the affected bidder or bidders of the ground for Owner/EIL’s action.

45.0 NOTIFICATION OF AWARD:

d) Prior to the expiration of period of bid validity Owner /EIL will notify the successful bidder in writing by fax/e-mail to be confirmed in writing, that his bid has been accepted. The notification of award/ Fax of Acceptance will constitute the formation of the Order.

e) The Delivery Schedule shall commence from the date of notification of award/ Fax of Acceptance (FOA).

f) Award of Contract/Order will be by issuing Fax of Acceptance (FOA) of your bid. FOA will contain price, delivery and other salient terms of bid and RFQ Document.

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

46.0 WAIVER OR TRANSFER OF THE AGREEMENT:

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

47.0 T&C FOR FOREIGN SUPPLIERS OPERATED THROUGH THEIR INDIAN OFFICE /

SUBSIDIARIES:

Page 44 of 197

Page 45: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

BPCL-KR Job: A307

A307_SIB Rev.6 dt. 14.04.2014 Page 19 of 20

I. The parent company shall issue an authorization from the authorized signatory like CEO, CFO, CS to confirm their authorization to the subsidiary to manufacture & supply the equipments.

II. The parent company shall furnish a back-up guarantee duly signed by above signatory for the performance of the equipment.

III. The order shall be placed on Indian subsidiary and the payment shall be released to Indian subsidiary.

IV. Indian subsidiary shall be a manufacturing company in the same product & not a liaison / representative office.

V. Bidder to submit bipartite agreement between parent & subsidiary to ensure experience & compliance to contract.

VI. All critical components / parts to be supplied by parent company only which is enlisted with EIL.

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

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

with RFQ Document.

49.0 REQUIREMENT OF EMPLOYMENT VISA FOR FOREIGN NATIONALS:

i) All Foreign nationals coming to India for execution of Projects/ Contracts will have to apply for Employment Visa only and that grant of Employment Visa would be subject to strict adherence of following norms:

a. Employment Visa is granted only for the skilled and qualified professionals or to a person who is

being engaged or appointed by a Company, Organization, Industry or Undertaking etc. in India

on contract or employment basis at a senior level, skilled position such as technical expert, senior

executive or in managerial position etc.

b. Request for Employment Visa for jobs for which large number of qualified Indians are available, is

not considered.

c. Under no circumstances an Employment Visa is granted for routine, ordinary secretarial/ clerical

jobs.

ii) Suppliers are advised in their own interest to check latest Visa rules from Indian Embassy/ High Commission in their country in case Foreign nationals are required to be deputed to India during execution of the Contract.

50.0 Order of Precedence of Commercial Documents:

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

SECTION-F: ADDITIONAL CLAUSES TO GPC

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

Settlement of dispute between CPSEs or CPSEs & Government Departments

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

Page 45 of 197

Page 46: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

BPCL-KR Job: A307

A307_SIB Rev.6 dt. 14.04.2014 Page 20 of 20

ANNEXURE-A INTEGRATED REFINERY EXPANSION PROJECT (IREP) OF

M/s BPCL KOCHI REFINERY, KOCHI, KERALA (INDIA) (Job No. A307)

TERMS & CONDITIONS FOR INDIAN SOURCED COMPONENTS / SERVICES BY FOREIGN BIDDER

Foreign bidder may source components / sub-supplies and services from India, if allowed as per Material Requisition. Such sub-supplies / services shall be subject to following Commercial Terms & Conditions:

1. PRICING:

1.1 The Foreign bidder shall quote firm price for items being sourced from India in Indian rupees on FOT Site basis inclusive of packing, forwarding, transportation, all applicable taxes, duties & levies payable upto site.

1.2 Materials if ordered against this Bidding Document are required to be dispatched on door delivery basis through a reliable bank approved Road Transport Company unless the transport company is named by the Owner.

2. AWARD OF ORDER:

Client will place single order for Main Supplies/ Services including Indian source supplies/ Services

with single point responsibility taken care by foreign (principal) bidder. However obligation of

Performance Bank Guarantee & Price Reduction Schedule for complete package shall always be in

scope of foreign (principal) Bidder.

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

4. PRICE REDUCTION SCHEDULE FOR DELAY IN DELIVERY / SERVICES: PRS for delay in deliver / services shall be applicable on total order value including Indian sourced component / Service.

5. OVERALL RESPONSIBILTY:

Overall responsibility towards the contractual obligations like delivery, bid security, order execution,

performance guarantee etc. including supplies being sourced from India shall be only with the

foreign (principal) bidder.

6. PERFORMANCE BANK GUARANTEE Foreign (principal) bidder shall submit one performance bank guarantee as per GPC for total order

value including value of items source from India.

7. INSPECTION

i. Inspection of Item being sourced from India shall be by EIL/Owner.

ii. Any change in sourcing from indigenous supplies to imported supplies and vice-versa after bid

submission is not permitted.

iii. Considering EIL Inspection charges, during evaluation prices of Indigenous source item shall be

loaded by @1.25% of FOT Despatch Point Price price.

8. PAYMENT TERMS:

8.1 Indian Sourced supplies:

100% payment along with taxes and duties will be paid against receipt & acceptance of Indian sourced goods/material at project site and on presentation of invoice suitable for availing Cenvat.

8.2 Payment of Indian source supplies/Services shall be released directly to Indian counterpart against Invoices raised by Indian counterpart duly endorsed by Foreign principal for payment.

8.3 The payments shall be made after Adjustment of Price Reduction Schedule.

9. In case of any deviation to above requirement, loading shall be applicable as mentioned for Indian Bidder.

Page 46 of 197

Page 47: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

Page 47 of 197

Page 48: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

Page 48 of 197

Page 49: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

Page 49 of 197

Page 50: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

Page 50 of 197

Page 51: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

Page 51 of 197

Page 52: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

Page 52 of 197

Page 53: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

Page 53 of 197

Page 54: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

Page 54 of 197

Page 55: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

ShamPatroleUI"

BHARAT PETROLEUM CORPORATION LIMITEDKOCHI REFINERY

GENERAL PURCHASE CONDITIONS

FOR IMPORTED MATERIALS AND EQUIPMENTS

INDEX

1. DEFINITIONS 19.REJECTION, REMOVAL OF REJECTED

GOODS AND REPLACEMENT2.

REFERENCE FOR DOCUMENTATION

20.

PRICE3.

IMPORT LICENCE

21.

TERMS OF PAYMENT4.

CONFIRMATION OF ORDER

22.

RECOVERY OF SUMS DUE5.

SALES CONDITIONS

23.

MODIFICATIONS6.

COMPLETE AGREEMENT

24.

CANCELLATION7.

INSPECTION-CHECKING- TESTING

25.

PATENTS AND ROYALTIES8.

EXPEDITING

26.

PERFORMANCE GUARANTEE9.

WEIGHTS AND MEASURES

27.

NON-WAIVER10.

OILS & LUBRICANTS

28.

NO ASSIGNMENT11.

SPARE PARTS

29.

VENDOR'S DRAWINGS AND12.

PACKING AND MARKINGDATA REQUIREMENT

13.

SHIPMENT AND SHIPMENT NOTICES30.

TECHNICAL INFORMATION

14.

SHIPPING31.

SERVICES OF VENDOR'S PERSONNEL

15.

TRANSIT RISK INSURANCE32.

ARBITRATION

16.

RESPECT FOR DELIVERY DATES33.

PART ORDER/REPEAT ORDER

17.

DELAYED DELIVERY34.

ADDRESSES

18.

DELAYS DUE TO FORCE MAJEURE

-1-

•Page 55 of 197

Page 56: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

1. DEFINITIONS:

The following expressions used in the purchase ordershall have meaning indicated against each of these;The OWNER means BHARAT PETROLEUMCORPORATION LIMITED a company incorporated inIndia having its registered office at Mumbai. India andshall include its successors and assigns."GoodslMaterials" : Goods and/or materials shall meanany of the articles, materials, machinery, equipment,supplies drawings, data and other property and allservices Including but not limited to assigning, delivery,Installation, Inspection. testing and commissioningspecified or required to complete the order.

·Vendor" : Vendor shall mean the person, firm orcorporation to whom this purchase order is issued, andinclude its successors and assigns.

"Inspectors" : Inspectors deputed by Owner.2. REFERENCE FOR DOCUMENTATION:

Purchase order Number must appear on allcorrespondence, drawings, invoices, shipping notes,packing and on any documents or papers connectedwith the order.

3. IMPORT LICENCE:

Relevant particulars of the import licence if any shall beduly indicated in the invoice and shipping documentsas well as on the packages or consignments.

4. CONFIRMATION OF ORDER:

The vendor shall acknowledge the receipt of thePurchase order within ten days following the mailing ofthis order and shall thereby confirm his acceptance ofthis Purchase Order in its entirety without exceptions.This acknowledgment will be on both purchase orderand General Purchase Conditions. Vendor shall alsosubmit along with order acceptance a Bank Guaranteeas per clause 26 hereunder.

6. SALES CONDITIONS:

With Vendor acceptance of provisions of this PurchaseOrder he waives and considers as cancelled any of hisgeneral sales conditions.

6. COMPLETE AGREEMENT:

The terms and conditions of this Purchase Orderconstitute the entire agreement between the partiesthereto. Changes will be binding only if the amendmentsare made in writing and signed by an authorisedrepresentative of the Owner and the Vendor.

7. INSPECTION-CHECKING-TERMS:

The equipment, materials and workmanship covered bythe Purchase Order is subject to inspection and testingat any time prior to shipment and/or despatch and tofinal Inspection within a reasonable time after arrival atsite. Inspectors shall have the right to carry out theInspections and testing which will Include the rawmaterials at manufacturer's shop, at fabricator's shopand at the time of actual despatch before and aftercompletion of packing.

-2-

7.1 All tests mechanical and others and particularlythose required by relevant codes will be performedat the Vendor's expenses and in accordance withinspector's instructions. The vendor will also bearthe expenses.

7.2 Concerning preparation and rendering of testsrequired by Boiler Inspector~te or such otherstatutory testing agencies or by L10yds register ofshipping as may be required.

7.3 Before shipping or despatch, the equipment and/or materials will have to be checked and stampedby Inspectors who are authorised also to forbidthe use and despatch of any equipment and/ormaterials which during tests and inspection fail tocomply with the specification. codes and testingrequirements.

7.4 The Vendor will have to-

Inform Owner at least fifteen days in advance ofthe exact place date and time of rendering theequipment or materials for required Inspection.

Provide free access to inspectors during normalworking hours to Vendors or his /lts sub-Vendor'swork and place at their disposal all useful meansof performing, checking, marklhg testing,inspection and final stamping.

Even if the inspection and tests are fully carriedout Vendor is not absolved to any degree of hisresponsibilities to ensure that all equipments andmaterials supplied comply strictly withrequirements as per agreement both duringrequirements as per agreements both duringconstruction, at the time of delivery, inspection onarrival at site and after Its erection or start-up andguarantee period as stipulated In clause 26 hereof.

7.5 The Vendor's responsibility will not be lessened toany degree due to any comments made by Owner/Owner's representatives and inspectors on theVendor's drawings or specifications or byinspectors witnessing any chemical or physicaltests. In any case the equipment must be in strictaccordance with the Purchase Order and or itsattachments failing which the Owner shall have theright to reject the goods and hold the Vendor liablefor non-performance of contract.

8. EXPEDITING:

Owner/Owner's representatives have been assigned toexpedite both manufacture and shipment of equipmentand materials covered by the Purchase Order. TheOwner/Owner's representatives shall have free accessto Vendor's shop and/or sub supplier's shop at any timeand they shall provide all necessary assistance andInformation to help them perform their job.

9. WEIGHTS AND MEASUREMENTS:

The shipping documents, invoices, packing lists and allother relevant documents shall contain the same unitsof weight and measurements as given in the Owner'sPurchase Order.

•Page 56 of 197

Page 57: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

10. OILS & LUBRICANTS:

The first filling of oils and lubricants for every equipmentshall be included In the price. The vendor shall alsorecommend for quality and quantity of oils and lubricantsrequired for one year's continuous operation.

11. SPARE PARTS:

The vendor must furnish itemised and priced list of spareparts required for two years operation of the equipment.

The vendor shall provide the necessary cross sectionaldrawing to Identify the spare parts numbers and theirlocation as well as inter-changeability chart.

12. PACKING AND MARKING:

All equipment/materials shall be suitably packed inweather proof, seaworthy packing for ocean transportunder tropical conditions and for rail or road or otherappropriate transport in India. The packing shall bestrong and efficient enough to ensure safe preservanceupto the final point of destination.

Equipment / Materials shall be protected by suitablecoat of paint and all bright parts protected from rust byapplication of rust preventive as may be necessary. Allmachined surface shall be suitably protected.

All fragile and all exposed parts will be packed with careand the packages shall bear the words -HANDLE WITH

CARE GLASS FRAGilE, DON'T ROLL. THIS END UP.THIS END DOWN.· to be indicated by arrow.

A distinct colour splash in say red-black around eachpackage crate/bundle shall be given for identification.

Ail pipes and sheets shall be marked with strips bearingprogressive No.

In case of bundles, the shipping marks shall beembossed on metal or similar tag and wired securelyon each end.

For bulk uniform material when packed in several cases,progressive serial numbers shall be indicated on eachcases. All nozzles, holes and opening and also alldelicate surfaces shall be carefully protected againstdamage and bad weather. Flange faces of all nozzlesshall be protected by blanks. All manufactured surfacesshall be painted with rust proof paint.

All threaded fittings shall be packed in cases.

The vendor shall be held liable for all damages orbreakages to the goods due to defective or Insufficientpacking as well as for corrosion due to insufficientgreasing/ protection.

On three sides of the packages, the following marksshall appear clearly visible in indeliable paint and onVendor's care and expense.

BHARAT PETROLEUM CORPORATION LIMITEDKOCHI REFINERYAMBALAMUGAlKOCHI-682302

From

To:

Chief Manager (Projects)

Bharat Petroleum Corporation Ltd.

Koehl Refinery, AmbalamugalKochi - 682 302

Purchase Order No.

Item:

Equipment:

NetWeight:

Gross Weight:

Case No.

Dimensions:

Kgs.

Kgs.

of

-3-

Total Cases:

•Page 57 of 197

Page 58: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

l!!RI§.;. MarKIngshall be bold-minimum letter height 5cm.for every order and every shipment, packages must bemarked with serial progressive numbering. All packageswill bear warning signs on the outside denoting thecenter of gravity and sling marks. Packages that requirespecial handing and transport should have their centresof gravity and points at which they may be grippedclearly indicated and marked -Attention Special LoadHandle with Care" In English Language. Any otherdirection for handling shall be clearly indicated on thepackage.

Top heavy containers will be so marked either TopHeavy or Heavy Ends. When packing material is cleanand light coloured, a dark black stencil paint shall beacceptable. However, where packaging material issoiled or dark, a coat of flat zinc white paint shall beapplied and allowed to dry before applying the specificmarkings.

In case of large equipments like vessels, heatexchangers, etc. documents contained in the envelopeshall be fastened Inside a shell connection with anidentifying arrow sign -documents" applied with Indeliblepaint.

13. SHIPMENT AND SHIPMENT NOTICES:

The Vendor shall make shipment only after priorapproval of Inspector whenever specifically mentioned.As soon as any shipment is made, the Foreign Suppliershall send advance information by way of Fax messageto Chief Manager (Projects), Bharat PetroleumCorporation Ltd., Koehl Refinery, Ambalamugal, Kochi­682 302 giving particulars of the shipment, vessel'sname, port of shipment, bill of lading number and date,total FOB and freight value with confirmation copies bypost to the owner, Bharat Petroleum CorporationLimited, Koehl Refinery, Ambalamugal, Kochi -682 302In case of air shipment a copy each of airway bill &Invoice shall be sent by fax to BPCL as soon asshipment is made.

14 SHIPPING:

14.1 SEA SHIPMENT:

All shipment of materials shall be made by firstclass direct vessels, through the chartering wing,Ministry of Surface Transport Govt, of India, NewDelhi as per procedure detailed hereunder. TheForeign supplier shall arrange with VesselsOwners or Forwarding Agents for proper storageof the entire Cargo intended for the project in aspecific manner so as to facilitate and to avoidany over carriage at the port of discharge. Allshipment shall be under deck unless carriage ondeck is unavoidable.

The bills of lading should be made out in favour ofBharat Petroleum Corporation Ltd.,

All columns in the body of the bill of lading namelymarks and nos. material description, weightparticulars, etc. should be uniform in all theshipping documents. The freight particulars shouldmention the basis of freight tonnage, heavy lift

-4-

charges, if any, surcharge, discount, etc. clealand separately and the net total freight payabshown at the bottom.

All documents vlz. bill of lading/airway bi,Invoices/packing list, freight memos, country 4

origin certificates, test certificate, drawings ancatalogues should be in English language.

In addition to the bill of lading which should bobtained In 3 stamped original plus as many copieias required, Invoices packing lists, freight memos(If the freight particulars are not shown In the billlof lading), country of origin certificate, testcomposition certificate, shall be made out agains',each shipment in as many number of copies asshown below. The bill of lading, invoice andpacking list specifically must show uniformly, themarks and numbers, contents case wise countryof origin, consignees name, port of destination andall other particulars as indicated under clause 12.The invoice must show the unit rates and net totalEO.B. prices. Items packed separately should alsobe Invoiced and the value shown accordingly.Packing list must show apart from other particularsactual contents in each case, net and grossweights and dimensions, and the total number ofpackages. All documents should be duly signedby the Vendor's authorised representatives.

Shipping arrangements shall be made byChartering Wing Ministry of Surface Transport,New Delhi through their respective forwardingagents, M/s. Schenker & Co., P.O. Box 11031302043 Hamburg West Germany, Ph. 49 (040)361350, Fax (040) 36135216 Gr.2/a, Telex217004-33 Sh.d, for shipping consignments fromUK / continent port; M/s. OPT Overseas ProjectTransport Inc. 46 sellers Street, kearny, N.J.07032, Tel (201) 998-7771, Telex 673-3586, Fax(201)998-7833. In respect of consignments formUS/CANADA, MEXICO & SOUTH AMERICA andthe Embassy of India in Japan, Tokyo in respectof consignments from Japaneses ports. Suppliershall furnish to the respective agents the full detailsof consignments such as outside dimensions,weights (both gross and net) No. of packages,technical descriptions and drawings, name oftheSupplier, ports of loading, etc. 6 weeks notice shallbe given by the supplier to enable the concernedagency to arrange shipping space.

The bill of lading Shall Indicate the following:

Shipper: Government of India

Consignee:Bharat Petroleum Corporation Ltd.­Koehi Refinery,Ambalamugal,Kochl - 682 302.

In case of supplies from USA, Export licences, ifany required from the American Authorities shallbe obtained by the U.S. suppliers. If need be

•Page 58 of 197

Page 59: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

Insurance against all marine and transit risk on FOB towarehouse basis shall be covered under the owner'smarine policy. However, the Vendor shall ensure the ineffecting shipments clear bills of lading/airway bills areobtained and the carriers responsibility is fully retainedthe carriers so that the consignee's interests are fullysecured and are in no way jeopardized.RESPECT FOR DELIVERY DATES:

Time of delivery mentioned in the Purchase Order shallbe the essence of the agreement and no variation shallbe permitted except with prior authorisation in writingfrom the Owner. Goods should be delivered securelypacked and in good order and condition at the placeand within the time specified in the Purchase Order for

assistance for obtaining such export licenceswould be available from India supply Mission atWashington.

14.2 AIRSHIPMENT:

In case of Airshipment, the material shall beshipped through freight consolidator (approved byus). The airway bill shall be made out in favour ofBHARAT PETROLEUM CORPORATION LTD,Kochi Refinery, Ambalamugal, Kochi - 682 302Tel: 91-484-2722061-69, Fax: 91-484- 2721094/2720855/56.

14.3 TRANSMISSION OF SHIPPING DOCUMENTS:

Foreign supplier shall obtain the shippingdocuments in eleven complete sets including threeoriginal stamped copies of the Bill of lading/AirwayBill as quickly as possible is made, and airmail asshown below so that they are received at leastthree weeks before the Vessels' arrival in case ofsea shipment and immediately on air freighting incase of air-shipment. Foreign supplier shall be fullyresponsible for any delay and/or demurrage inclearance of the consignment at the port due todelay in transmittal of the shipping documents.

If in terms of latter of otherwise, the completeoriginal set of documents are required to be sentto BPCL through Bank the distribution indicatedbelow will confine to copies of documents onlyminus originals.

their delivery. By time delivery, is meant the date on theBill of lading/Air way Bill at FOB port of despatch.

17. DELAYED DELIVERY:

The time and date of delivery of materials/equipmentas stipulated in the Purchase Order shall be deemedto be the essence of the agreement. For any delay indelivery of equipment materials or part thereof beyondthe delivery date stipulated, the vendor shall be liableto pay compensation at O. 5% per week or part thereofthe FOB Port of embarkation value of the non-delivereditems of equipment subject to maximum of 5% of thetotal FOB value. The Owner reserves the right ofcancelling the Purchase Order for any delay exceedingthe period of maximum compensation and the vendorshall be liable to all consequences thereof. If the delayin delivery is due to Force Majeure, the owner shall befree to act in terms under clause 18 of this text.

18. DELAYS DUE TO FORCE MAJEURE:

In the event of causes of Force Majeure occuring within,the contractual date of delivery the Owner on receipt ofapplication from the Vendor may extend the contractualdate of delivery without imposition of penalty. Only thosecauses which depend on natural calamities, civil warsand national strikes which have a duration of more thanseven consecutive calendar days are considered thecauses of force majeure. The decision of Owner shallbe final and binding on Vendor.

The Vendor must advise the Owner by a Registeredletter duly certified by a local chamber of statutoryauthorities, the beginning and the end of the delayimmediately, but in no case later than within 10 days ofthe beginning and end of such cause of Force Majeurecondition as defined above.

19. REJECTION, REMOVAL OF REJECTED GOODSAND REPLACEMENT:

In case the testing and inspection at any stage ofinspection reveal that the equipment, materials andworkmanship do not comply with the specification andrequirements, the same shall be removed by the Vendorat his/its own expense and risk within the time allowedby the Owner. The Owner shall be at liberty to disposeof such rejected goods in such a manner as he maythink appropriate. In the event the Vendor fails to removethe rejected goods within the period as aforesaid, allexpenses incurred by the Owner for such disposal shallbe to the account of the Vendor. The freight paid by theOwner, if any, on the inward joumey of the rejectedmaterials shall be reimbursed by the vendor to theOwner before the rejected materials are removed bythe Vendor. The Vendor will have to proceed with thereplacement of that equipment without claiming anyextra payment if so required by the Owner. The timetaken for replacement in such event will not be addedto the contractual delivery period.

20. PRICE:

Unless otherwise agreed to in the terms of the PurchaseOrder, the price shall be :

4414

BPCL, Kochi Refinery

4 (including 1original)

444

Documents

Bill of lading/Airway BillInvoicePacking ListFreight MemoCountry of Origin­CertificateDrawingCatalogueInvoice ofthirdParty/Lloyd forInspection charges,wherever applicable.

TRANSIT RISK INSURANCE:

16.

15.

-5-

•Page 59 of 197

Page 60: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

Firm and not subject to escalation for any reasonwhatsoever even though It might be necessary for theorder execution to take longer than the delivery periodspecified in the order.

21. TERMS OF PAYMENT:

Payment will be made by the Owner against submissionof despatch documents by Cash Against Documents/Letter of Credit.

22. RECOVERY OF SUMS DUE:

Whenever any claim against the Vendor for paymentof a sum of money arises out of or under the contract,the Owner shall be entitled to recover such sums fromany sum them due or when at any time thereafter maybecome due from the Vendor under this or any othercontract with the Owner and should this sum be notsufficient to cover the recoverable amount, the vendorshall pay to the Owner on demand the balanceremaining due.

23. MODIFICATIONS:

The Owner shall have the right to make technicalchanges or modifications in the technical documents/specifications. Any major changes or modifications shallbe at the cost, if any, of the Owner. As soon as possibleafter receipt of the written request for changes thevendor shall furnish in writing to the owner an estimateof cost for such major changes and modifications andits effect on the FOB delivery date. On receipt ofOwner's written authorisation, the Vendor shall promptlyproceed with the changes/modifications.

24. CANCELLATION:

The owner reserves the right to cancel this PurchaseOrder or any part thereof and shall be entitled to rescindthe contract wholly or in part In a written notice to theVendor if:

The Vendor fails to comply with the terms of thisPurchase Order.

The Vendor fails to deliver the goods on time and/orreplace the rejected goods promptly:

The Vendor makes a general assignment for the benefitof creditors; and

A receiver is appointed for any of the property ownedby the Vendor.

Upon receipt of the said cancellation notice, the Vendorshall discontinue all work on the Purchase Order andmatters connected with it.

The owner in that event will be entitled to procure therequirement in the open market and recover excesspayment over the Vendor reserving to Itself the right toforfeit the security deposit, if any, placed by the Vendoragainst the contract.

25. PATENTS AND ROYALTIES:

On acceptance of this order, the Vendor will be deemedto have entirely indemnified the Owner's representativesfrom any legal action or claims regarding compensationfor breach of patent rights which the Vendor deemsnecessary to comply for manufacturing the orclefed

-6-

equipment and/or materials or which can, in any way.26. PERFORMANCE GUARANTEE:

The Vendor shall guarantee that any and all materialsused in execution of the Purchase Order shall in strictcompliance with characteristics, requirements andspecifications and that the same shall be free from anydefects. Checking of the Vendor's drawings by theOwner/Owner's representatives and their approval andpermission to ship or despatch the equipment andmaterials granted by Inspectors shall not relieve theVendor from any part of hlsllts responsibilities for properfulfillment of the requirements. The Vendor willguarantee that all materials and equlpments shall berepaired or replaced as the case may be at site, at itsown expense, in case the same have been found to bedefective in respect of material, workmanship or smoothand rated operation within a period of twelve monthsafter the same have been Commissioned or 18 monthsfrom despatch whichever is earlier.

The guarantee period for the part that may be altered,repaired or replaced shall be 12 months from the dateon which the same is commissioned.

Acceptance by the Owner or Its inspectors of anyequipment and materials or its replacement will notrelieve the Vendor of its responsibility of supplying theequipment/materials strictly according to the guaranteeagreed by the Vendor. The Vendor shall furnish a BankGuarantee along with the order acceptance for theamount equivalent to 10% of the F.O.B. value ofequipment/ materials to support Vendor's performance(as per proforma hereunder). This Bank Guarantee shallremain in force for the entire period covered by theperformance guarantee. It will be the responsibility ofthe Vendor to keep the Bank Guarantee fullysubscribed. Any shortfall in the value of the BankGuarantee as a result of encashment by the ownereither in full or in part in terms of the performanceGuarantee shall be made good by the Vendor withinone week thereof.

27. NON-WAIVER:

Failure of the Owner/Owner's representatives to insistupon any of the terms or conditions incorporated in thePurchase Order or failure or delay to exercise any rightsor remedies specified herein or by law or failure toproperly notify Vendor in the event of breach, or theacceptance of payment of any goods hereunder orapproval of design shall not release the Vendor andshall not be deemed waiver of any right of the Owneror Owner's representatives to Insist upon the strictperformance thereof or any of his or their rights orremedies as to any such goods regardless of whengoods are shipped, received or accepted nor shall anypurported modification or revision ofthe order by Owner/Owner's representative act as waiver of the termshereof.

28. NO ASSIGNMENT:

The purchase Order shall not be assigned to any otheragency by the Vendor without obtaining prIor-written

•Page 60 of 197

Page 61: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

consent of the Owner.

29. VENDOR'S DRAWINGS AND DATA REQUIREMENT:

The Vendor shall submit drawings data anddocumentation in accordance with but not limited to

what is specified in the bid document and lor InVendor'sdrawings and data form attached to the Purchase Orderand as called for in clause 8, vlz, 'Expediting' above.The types, quantities and time limits of submitting thismust be respected in its entirety failing which thepurchase Order shall not be deemed to have beenexecuted for all purposes including settlement ofpayment since the said submission is an integral partof purchase Order execution.

30. TECHNICAL INFORMATION:

Drawings, specifications & details shall be the propertyof the Owner and shall be returned by the Vendor ondemand. The Vendor shall not make use of drawingsand specifications for any purpose at any time saveand except for the purposes of the Owner. The Vendorshall not disclose the technical Information furnished

or gained by the Vendor to any person, firm or body orcorporate authority and shall make all endeavours toensure that the technical Information is keptCONFIDENTIAL. The technical information impartedand supplied to the Vendor by the Owner shall at alltimes remain the absolute property ofthe Owner.

31. SERVICES OF VENDOR'S PERSONNEL:

Upon two weeks advance notice, the Vendor shalldepute the necessary personnel to India for supervisionof erection and start up of the equipment and train afew of the Owner's personnel for the operation and

-7-

maintenance of the equipment if required by the Owner.The terms and conditions for the services of the

Vendor's personnel shall be indicated in the quotationitself.

32. ARBITRATION:

Any dispute or difference between the Vendor on onehand and the Owner on the other. of any kindwhatsoever at any time or times, arising out of or inconnection with or incidental to the Purchase Orderincluding any dispute or difference regarding theinterpretation of the terms and conditions or any clausethereof shall be referred to arbitration under the Rulesof International Chamber of Commerce in Paris. Thevenue of such arbitration shall be in India. The Indian

law shall apply.33. PART ORDER I REPEAT ORDER:

Vendor shall agree to accept part order at owner'soption without any limitations whatsoever and alsoaccept repeat order during a period of six months afterplacement of purchase order at the same unit pricesterms and conditions.

34. ADDRESS:

Bharat Petroleum Corporation Ltd.

Kochi Refinery

AmbalamugalKochi - 682 302

INDIA

Tel: 91-484-2722061-69

Fax: 91-484-2721094/2720855/56

•Page 61 of 197

Page 62: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

PROFORMA OF BANK GUARANTEE

( Performance )

(Ref. clause 26)

To

Bharat Petroleum Corporation LimitedKoehl Refinery, Ambalamugal, Kerala- 682302

Dear Sir,

In consideration of the Bharat Petroleum Corporation Limited (hereinafter called 8theCompany8 which expression shallinclude its suceessorsand assigns) having awarded to MIs. (Name) (address)..................................................•....................................................................................................................... (hereinafterreferred to as ~he Supplier- which expression wherever the subject or context so permits Include Its successors and assigns) asupply contract In terms Interalia, of the Company's Purchase Order No dated and theGeneral Purchase Conditions of the company and upon the condition of supplier's fumishing security for the Performance of thesupplier's obligation and/or discharge of the supplier's liability under and/or In connection with the said supply contract up to asum of (in figure) (in words) ................. ) contract value.

we, (Name) (constitution) ; (hereinafter called8the Bank8 which expression shall include its successors and assigns) hereby jointly and severally undertake the guarantee topay to the Company In (Currency) forthwith on demand in writing and without protest or demur of any and all moneys anywisepayable by the Supplier to the Company under in respect of or in connection with the said supply contract inclusive of all theCompany's losses and damages and costs, (Inclusive between attorney and client), charges and expenses and other moneysanywise payable In respect to the above as specified in any notice of demand made by the Company to the Bank with referenceto this Guarantee up to aggregate limit of Rs (Rupees ... . .. . ... .. . .. . ... .. . ... .. . .. . .. . .. . .. .... ..only)

AND the Bank hereby agrees with company that:

This Guarantee / Undertaking shall be a continuing / undertaking and shall remain valid and irrevocable for all claims of theCompany and liabilities of the Supplier arising up to and until midnight of .

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

This Guarantee / Undertaking shall be in addition to any other guarantee or security whatsoever that the company may now or atany time anywise have in relation to the Supplier's obligationslliabilities under and/or connection with the said supply contract,and the Company shall have full authority to take recourse to or reinforce this security in preference to the other securlty(ies) atits sole discretion, and failure on the part of the Company in enforcing or requiring enforcement of any other security shall havethe effect of releasing the Bank from its liability hereunder.

The company shall be at liberty without reference to the bank and without affecting the full liability of the Bank hereunder to takeany other security in respect of the Supplier's obligations and/or liabilities under or In connection with the said supply contractand to vary the terms vis a vis the supplier of the said supply contract or to grant time and/or Indulgence to the supplier or toreduce or to Increase or otherwise vary the prices of the total contract value or and/or the remedies of the company under anyother security (Ies) now or hereafter held by the company and no such dealing(s), varlation(s), reduction(s), Increase(s) or theindulgence(s) or arrangement(s) with the supplier or release or forbearance whatsoever shall have the effect of releasing theBank from its full liability to the Company hereunder or of prejudicing rights of the Company, against the Bank.

The Guarantee / Undertaking shall not be determined or affected by the liquidation or winding up, dissolution or change ofconstitution or insolvency of the supplier but shall in all respects and for all purposes be binding and operative until payment of allmoneys payable to the Company in terms hereof.

The Bank hereby waives all rights at any time inconsistent with the terms of its Guarantee / Undertaking and the obligations of theBank in terms hereof shall not be anywise affected or suspended by reason of any dispute or disputes having been raised by thesupplier (whether or not pending before any Arbitrator, office, Tribunal or Court) or any denial of liability by the supplier or anyother of communication whatsoever by the supplier stopping or preventing or purporting to stop or prevent any payment by theBank to the Company in terms hereof.

The amount stated in any notice of demand addressed by the Company to the Guarantor as liable to be paid to the Company bythe supplier or as suffered or incurred by the Company on account of any losses or damages of costs, charges and or expensesshall as between the Bank and the company be conclusive of the amount so liable to be paid to the Company or suffered orincurred by the Company, as the case may be and payable by the Guarantor to Company in terms hereof.

Yours faithfully,

-8-

•Page 62 of 197

Page 63: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

Job No. : A307 BPCL-KR - IREP

SPR-Foreign Page 1 of 1

SPECIAL PACKAGING REQUIREMENTS

All raw/solid wood packaging material used for packaging shall be appropriately treated and marked as per ISPM-15 (International Standards of Phyto-sanitary measures 15) OR shall be accompanied by a Phytosanitary Certificate with the treatment endorsed. The treatment of raw/solid wood packaging material prior to export shall include either Methyl Bromide (MB) @ 48 g/m3 for 16 hrs at 21º C and above or any equivalent thereof or heat treatment (HT) at 56º C for 30 min (core temperature of wood) or Kiln Drying (KD) or Chemical Pressure Impregnation (CPI) or any other treatments provided that these meet the HT specifications of the ISPM-15. However, the above conditions shall not be applicable to wood packaging material wholly made of processed wood products such as ply wood, particle board, oriental strand board of veneer that have been created using glue, heat and pressure or combination thereof. The above conditions shall also not be applicable to wood packaging material such as veneer peeler cores, wood wool & shavings and thin wood pieces (less than 6mm thickness) unless they are found to be harboring any pests.

Page 63 of 197

Page 64: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

Tax Residency Certificate (TRC) Format for Foreign Bidder

Sl. No. Description 1. Name of the assessee

2. Status ( Individual, Company, Firm etc…) of the assesse

3. Nationality ( in case of individual)

4. Country / Specified territory of incorporation / registration

5. Assessee’s tax identification number in the country / specified territory of residence or in case no such number, then, a unique number on the basis of which the person is identified by the Govt. of the country or the specified territory

6. Residential status for the purpose of tax

7. Period for which the certificate is applicable

8. Address of the applicant for the period for which the certificate is applicable.

Note:-

1. Tax Residency Certificate (TRC) containing above details is compulsory for claiming tax

relief under Double Taxation Avoidance Agreement (DTAA) in respect of foreign

remittances. 2. TRC containing the details as above shall be verified by the Govt of the country or the

specified territory of which the contractor/ Licensor (ie, assessee) claims to be a resident

for the purpose of tax. 3. Bidder must submit TRC containing the details as above along with invoice for the

purpose of effecting payment. Please be noted that non furnishing of TRC will delay

the payment to non – residents.

Page 64 of 197

Page 65: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

PROFORMA OF BANK GUARANTEE ( Performance ) (Ref. clause 26) To Bharat Petroleum Corporation Limited Kochi Refinery, Ambalamugal, Kerala- 682 302 Dear Sir, In consideration of the Bharat Petroleum Corporation Limited (hereinafter called “the Company” which expression shall include its successors and assigns) having awarded to M/s. (Name)…................................... ………………………………..(address) …………………………………............ ................................................. ................... ................................................... (hereinafter referred to as “The Supplier” which expression wherever the subject or context so permits include its successors and assigns) a supply contract in terms interalia, of the Company’s Purchase Order No………………………dated……………………… and the General Purchase Conditions of the company and upon the condition of supplier’s furnishing security for the Performance of the supplier’s obligation and/or discharge of the supplier’s liability under and/or in connection with the said supply contract up to a sum of (in figure)…………........................…. (in words) .......................................................................................... ........................................................................ ……………..............................................………) contract value. We, (Name)………...........................……………………(constitution)………………...........................….. (hereinafter called “the Bank” which expression shall include its successors and assigns) hereby jointly and severally undertake the guarantee to pay to the Company in (Currency) forthwith on demand in writing and without protest or demur of any and all moneys anywise payable by the Supplier to the Company under in respect of or in connection with the said supply contract inclusive of all the Company’s losses and damages and costs, (inclusive between attorney and client), charges and expenses and other moneys anywise payable in respect to the above as specified in any notice of demand made by the Company to the Bank with reference to this Guarantee up to aggregate limit of Rs………………………...... (Rupees …..... ................................................................... ……………………………………..only) AND the Bank hereby agrees with company that: This Guarantee / Undertaking shall be a continuing / undertaking and shall remain valid and irrevocable for all claims of the Company and liabilities of the Supplier arising up to and until midnight of…………………………….. This date shall be 6 months from the last date of guarantee period This Guarantee / Undertaking shall be in addition to any other guarantee or security whatsoever that the company may now or at any time anywise have in relation to the Supplier’s obligations/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 failure on the part of the

Page 65 of 197

Page 66: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

Company in enforcing or requiring enforcement of any other security shall have the effect of releasing the Bank from its liability hereunder. The company shall be at liberty without reference to the bank and without affecting the full liability of the Bank hereunder to take any other security in respect of the Supplier’s obligations and/or liabilities under or in connection with the said supply contract and to vary the terms vis a vis the supplier of the said supply contract or to grant time and/or indulgence to the supplier or to reduce or to increase or otherwise vary the prices of the total contract value or and/or the remedies of the company under any other security (ies) now or hereafter held by the company and no such dealing(s), variation(s), reduction(s), increase(s) or the indulgence(s) or arrangement(s) with the supplier or release or forbearance whatsoever shall have the effect of releasing the Bank from its full liability to the Company hereunder or of prejudicing rights of the Company, against the Bank. The Guarantee / Undertaking shall not be determined or affected by the liquidation or winding up, dissolution or change of constitution or insolvency of the supplier but shall in all respects and for all purposes be binding and operative until payment of all moneys payable to the Company in terms hereof. The Bank hereby waives all rights at any time inconsistent with the terms of its Guarantee / Undertaking and the obligations of the Bank in terms hereof shall not be anywise affected or suspended by reason of any dispute or disputes having been raised by the supplier (whether or not pending before any Arbitrator, office, Tribunal or Court) or any denial of liability by the supplier or any other of communication whatsoever by the supplier stopping or preventing or purporting to stop or prevent any payment by the Bank to the Company in terms hereof. The amount stated in any notice of demand addressed by the Company to the Guarantor as liable to be paid to the Company by the supplier or as suffered or incurred by the Company on account of any losses or damages of costs, charges and or expenses shall as between the Bank and the company be conclusive of the amount so liable to be paid to the Company or suffered or incurred by the Company, as the case may be and payable by the Guarantor to Company in terms hereof. Yours faithfully,

Page 66 of 197

Page 67: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

Page 67 of 197

Page 68: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

Page 68 of 197

Page 69: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

Page 69 of 197

Page 70: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

Page 70 of 197

Page 71: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

Page 71 of 197

Page 72: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

Page 72 of 197

Page 73: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

Annexure – 1

E-TENDERING METHODOLOGY

Instructions for Online Bid Submission:

The bidders are required to submit soft copies of their bids electronically on the CPP Portal (URL:

http://eprocure.gov.in) only, using valid Digital Signature Certificates. The instructions given below are

meant to assist the bidders in registering on the CPP Portal, prepare their bids in accordance with the

requirements and submitting their bids online on the CPP Portal.

More detailed information useful for submitting online bids on the CPP Portal may be obtained at:

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.

Page 73 of 197

Page 74: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

3) The bidder should make a note of the unique Tender ID assigned to each tender, in case

they want to obtain any clarification / help from the Helpdesk.

PREPARATION OF BIDS

1) Bidder should take into account any corrigendum published on the tender document before

submitting their bids.

2) Please go through the tender advertisement and the tender document carefully to

understand the documents required to be submitted as part of the bid. Please note the

number of covers in which the bid documents have to be submitted, the number of

documents - including the names and content of each of the document that need to be

submitted. Any deviations from these may lead to rejection of the bid.

3) Bidder, in advance, should get ready the bid documents to be submitted as indicated in the

tender document and generally, they can be in PDF / XLS / RAR / DWF formats. Bid

documents may be scanned with 100 dpi with black and white option. However, Price

Schedule / SOR shall be strictly in RAR format without altering any contents of the

formats uploaded by EIL in their Bidding Document.

4) To avoid the time and effort required in uploading the same set of standard documents which

are required to be submitted as a part of every bid, a provision of uploading such standard

documents (e.g. PAN card copy, annual reports, auditor certificates etc.) has been provided

to the bidders. Bidders can use “My Space” area available to them to upload such

documents. These documents may be directly submitted from the “My Space” area while

submitting a bid, and need not be uploaded again and again. This will lead to a reduction in

the time required for bid submission process.

SUBMISSION OF BIDS

1) Bidder should log into the site well in advance for bid submission so that he/she upload the

bid in time i.e. on or before the bid submission time. Bidder will be responsible for any delay

due to other issues.

2) The bidder has to digitally sign and upload the required bid documents one by one as

indicated in the tender document.

3) Bidder has to select the payment option as “offline” to pay the tender fee / EMD as

applicable and enter details of the instrument.

4) Bidder should prepare the EMD as per the instructions specified in the tender document. The

original should be posted/couriered/given in person to the Tender Processing Section, with

in 7 calendar days of the date of Unpriced bid opening. The details of the DD/any other

accepted instrument, physically sent, should tally with the details available in the scanned

copy and the data entered during bid submission time. Otherwise the uploaded bid will be

rejected.

5) A Price Bid format has been provided with the tender document to be filled by all the bidders.

Bidders are requested to note that they should necessarily submit their financial bids in the

format provided and no other format is acceptable. Bidders are required to download the

Price Bid file, open it and complete the cells with their respective financial quotes and other

details (such as name of the bidder). No other cells should be changed. Once the details

have been completed, the bidder should save it and submit it online, without changing the

filename. If the Price Bid file is found to be modified by the bidder, the bid will be rejected.

Page 74 of 197

Page 75: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

6) The server time (which is displayed on the bidders’ dashboard) will be considered as the

standard time for referencing the deadlines for submission of the bids by the bidders,

opening of bids etc. The bidders should follow this time during bid submission.

7) All the documents being submitted by the bidders would be encrypted using PKI encryption

techniques to ensure the secrecy of the data. The data entered cannot be viewed by

unauthorized persons until the time of bid opening. The confidentiality of the bids is

maintained using the secured Socket Layer 128 bit encryption technology. Data storage

encryption of sensitive fields is done.

8) The uploaded tender documents become readable only after the tender opening by the

authorized bid openers.

9) Upon the successful and timely submission of bids, the portal will give a successful bid

submission message & a bid summary will be displayed with the bid no. and the date & time

of submission of the bid with all other relevant details.

10) The bid summary has to be printed and kept as an acknowledgement of the submission of

the bid. This acknowledgement may be used as an entry pass for any bid opening meetings.

RETENDER

1) Please note that if Tender has been retendered, than it is mandatory for the bidder to

submit their offer again on CPP Portal.

ASSISTANCE TO BIDDERS

1) Any queries relating to the tender document and the terms and conditions contained therein

should be addressed to the Tender Inviting Authority for a tender or the relevant contact

person indicated in the tender.

2) Any queries relating to the process of online bid submission or queries relating to CPP Portal

in general may be directed to the 24x7 CPP Portal Helpdesk. The contact number for the

helpdesk is 1800 233 7315.

Page 75 of 197

Page 76: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

Government eProcurement System

D S C f o r F o r e i g n N a t i o n a l s Version 1.0

Procedure for obtaining Digital Signature by Foreign Vendors

This document gives the procedure to be followed by bidders who are resident of countries other

than India for participating in Online Tendering Activity.

As per the IT ACT 2000, all bidders who participate in the online bidding process in this site

should possess a valid Digital Signature issued by any of the Digital Signature Certificate (DSC)

vendors approved by CCA, India (https://cca.gov.in). The following document gives the procedure

that is generally followed by various vendors.

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

1. Identity Proof (ID Proof) of the person in whose name DSC has to be issued (E.g.

Passport copy)

2. Bank account statement in country of residence, duly attested by Indian Embassy / High

Commission / Consulate / Apostille in the country where the applicant is currently

located. (At least 6 months of Bank transactions) with the proof indicating the account is

owned by the Individual.

3. Copy of the Trade license attested by any one of the authorities as specified in Point 2

above.

4. As the Individual is representing the company, an Authorization on company’s letter head

as given in the form

5. Copy of the Authorization letter or invitation letter from department for the

participation in the tender by any one of the tender inviting authority.

As of now, it is learnt that GNFC, TCS, eMudhra issue DSCs with the above procedure. The

copy of the nCodes, TCS and eMudhra Format is enclosed as Annexure; the Copies of other

vendors will be made available on receipt of information from these vendors.

Note: The Information given by the vendors is attached for facilitating the Foreign Nationals to

procure DSCs from the Indian CA authorized vendors for information purpose only as shared by

the respective CA's.

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

GNFC

Tata Consultancy Services

eMudhra

Page 76 of 197

Page 77: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

Page 77 of 197

Page 78: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

Page 78 of 197

Page 79: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

Page 79 of 197

Page 80: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

Page 80 of 197

Page 81: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

Page 81 of 197

Page 82: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

Page 82 of 197

Page 83: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

Page 83 of 197

Page 84: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

Page 84 of 197

Page 85: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

Page 85 of 197

Page 86: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

Page 86 of 197

Page 87: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

ENGINEERS INDIA LIMITED

16 Client: BPCL-KOCHI REFINERY

Project: INTEGRATED REFINERY EXPANSION PROJECT

Th

is d

raw

ing

, d

esig

n a

nd

det

ails

giv

en o

n t

his

fo

rmat

are

th

e p

rop

erty

of

EN

GIN

EE

RS

IN

DIA

LIM

ITE

D.

Th

ey a

re m

erel

y l

oan

ed o

n t

he

bo

rro

wer

's e

xp

ress

ag

reem

ent

that

th

ey w

ill

no

t b

e re

pro

du

ced

,

cop

ied

, ex

hib

ited

or

use

d,

exce

pt

in t

he

lim

ited

way

per

mit

ted

by

a w

ritt

en c

on

sen

t g

iven

by

th

e le

nd

er t

o t

he

bo

rro

wer

fo

r th

e in

ten

ded

use

. E

IL-1

64

1-5

15

Rev

.1 A

4-2

10

x2

97

.

Sheet 1 of 4

ITEM DESCRIPTION: STATIC FIRE EQUIPMENT - I

GROUP ITEM CODE: DESTINATION: As per Commercial Documents

MR CATEGORY: I DELIVERY PERIOD: As per Commercial Documents

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

21/03/2014 16

JOB NO. UNIT/

AREA

MAIN

COST

DOC.

CODE

SR. NO. REV. DATE

47

DIVN. DEPT.

ORIGINATOR

NOTES :

1

2

3

This page is a record of all the Revisions of this Requisition.

The nature of the Revision is briefly stated in the "Details" column below, the

Requisition in its entirety shall be considered for contractual purposes.

Vendor shall note the MR category and shall submit his offer in line with the

requirements included in attached 'Instructions to Bidders'.

REV. DATE BY CHK. APPD. DETAILS

A 21/03/2014 ISSUED FOR MRALOK DDB SKN

MATERIAL REQUISITION (TOP SHEET)

000 MF MR 8000 AA307

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

Page 87 of 197

Page 88: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

ENGINEERS INDIA LIMITED

16 Client: BPCL-KOCHI REFINERY

Project: INTEGRATED REFINERY EXPANSION PROJECT

Th

is d

raw

ing

, d

esig

n a

nd

det

ails

giv

en o

n t

his

fo

rmat

are

th

e p

rop

erty

of

EN

GIN

EE

RS

IN

DIA

LIM

ITE

D.

Th

ey a

re m

erel

y l

oan

ed o

n t

he

bo

rro

wer

's e

xp

ress

ag

reem

ent

that

th

ey w

ill

no

t b

e re

pro

du

ced

,

cop

ied

, ex

hib

ited

or

use

d,

exce

pt

in t

he

lim

ited

way

per

mit

ted

by

a w

ritt

en c

on

sen

t g

iven

by

th

e le

nd

er t

o t

he

bo

rro

wer

fo

r th

e in

ten

ded

use

. E

IL-1

64

1-5

15

Rev

.1 A

4-2

10

x2

97

.

Sheet 2 of 4

REQUISITION NO. REV.

AA307-000-MF-MR-8000

SR. NO.TAG NO/

ITEM CODE/ [ ID. NO. ]DESCRIPTION QUANTITY

01.00

02.00

03.00

04.00

05.00

06.00

07.00

08.00

09.00

Drawings and documents as per attached

Vendor Data requirement for all supplies

and services covered above in Sr.Nos.1.00

to Sr.No.8.00

<< DELETED >>

<< DELETED >>

<< DELETED >>

<< DELETED >>

<< DELETED >>

<< DELETED >>

<< DELETED >>

Drawings and documents as per attached

Vendor Data requirement for all supplies

and services covered above in Sr.Nos.1.00

to Sr.No.8.00

Lot

Vendors shall quote prices in EIL Price Schedule except for Sr.No.9.00. Price for

documentation is implied to be included in the prices quoted against Sr.No.1.00 to

Sr.No.8.00

01.01

01.02

01.03

01.04

01.05

01.06

01.07

01.08

01.09

01.10

01.11

000-MF-FN-001

000-MF-FN-002

000-MF-FN-003

000-MF-FN-004

000-MF-FN-005

000-MF-FN-006

000-MF-FN-007

000-MF-FH-001

000-MF-FS-001

000-MF-FS-002

000-MF-FS-003

Spray nozzles of "K" Factor 18 with 1/2"

BSPT fixing arrangement. (Delivery At

Kochi, Kerela)

Spray nozzles of "K" Factor 22 with 1/2"

BSPT fixing arrangement. (Delivery At

Kochi, Kerela)

Spray nozzles of "K" Factor 30 with 1/2"

BSPT fixing arrangement. (Delivery At

Kochi, Kerela)

Spray nozzles of "K" Factor 35 with 1/2"

BSPT fixing arrangement. (Delivery At

Kochi, Kerela)

Spray nozzles of "K" Factor 41 with 1/2"

BSPT fixing arrangement. (Delivery At

Kochi, Kerela)

Spray nozzles of "K" Factor 51 with 1/2"

BSPT fixing arrangement. (Delivery At

Kochi, Kerela)

Spray nozzles of "K" Factor 79 with 1/2"

BSPT fixing arrangement. (Delivery At

Kochi, Kerela)

2580 Lpm capacity Water Monitor with

aqua fog typr nozzle (delievery At

Kochi, Kerala)

Type-I Hose Cabinet including all

accessories (Delivery at Kochi, Kerela)

Type-II Hose cabinet including all

accessories (Delivery at Kochi, Kerala)

First Aid Hose Reel of Lenght 40 m and 20

mm Bore (Delivery at Kochi Kerala)

55 Nos

925 Nos

1275 Nos

2460 Nos

1175 Nos

1550 Nos

30 Nos

95 Nos

250 Nos

220 Nos

310 Nos

Page 88 of 197

Page 89: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

ENGINEERS INDIA LIMITED

16 Client: BPCL-KOCHI REFINERY

Project: INTEGRATED REFINERY EXPANSION PROJECT

Th

is d

raw

ing

, d

esig

n a

nd

det

ails

giv

en o

n t

his

fo

rmat

are

th

e p

rop

erty

of

EN

GIN

EE

RS

IN

DIA

LIM

ITE

D.

Th

ey a

re m

erel

y l

oan

ed o

n t

he

bo

rro

wer

's e

xp

ress

ag

reem

ent

that

th

ey w

ill

no

t b

e re

pro

du

ced

,

cop

ied

, ex

hib

ited

or

use

d,

exce

pt

in t

he

lim

ited

way

per

mit

ted

by

a w

ritt

en c

on

sen

t g

iven

by

th

e le

nd

er t

o t

he

bo

rro

wer

fo

r th

e in

ten

ded

use

. E

IL-1

64

1-5

15

Rev

.1 A

4-2

10

x2

97

.

Sheet 3 of 4

REQUISITION NO. REV.

AA307-000-MF-MR-8000

SR. NO.TAG NO/

ITEM CODE/ [ ID. NO. ]DESCRIPTION QUANTITY

Vendor to note that the numbers given in square '[]' and curly '{}' brackets are

not for their use and meant for store purpose only. Items shall be tagged as per

main equipment Tag No. only.

Page 89 of 197

Page 90: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

ENGINEERS INDIA LIMITED

16 Client: BPCL-KOCHI REFINERY

Project: INTEGRATED REFINERY EXPANSION PROJECT

Sheet 4 of 4

Th

is d

raw

ing

, d

esig

n a

nd

det

ails

giv

en o

n t

his

fo

rmat

are

th

e p

rop

erty

of

EN

GIN

EE

RS

IN

DIA

LIM

ITE

D.

Th

ey a

re m

erel

y l

oan

ed o

n t

he

bo

rro

wer

's e

xp

ress

ag

reem

ent

that

th

ey w

ill

no

t b

e re

pro

du

ced

,

cop

ied

, ex

hib

ited

or

use

d,

exce

pt

in t

he

lim

ited

way

per

mit

ted

by

a w

ritt

en c

on

sen

t g

iven

by

th

e le

nd

er t

o t

he

bo

rro

wer

fo

r th

e in

ten

ded

use

. E

IL-1

64

1-5

15

Rev

.1 A

4-2

10

x2

97

.

REQUISITION NO. REV.

AA307-000-MF-MR-8000

LIST OF ATTACHMENTS

SL.

No.DOCUMENT TITLE DOCUMENT NO.

REVISION

REV. REV. REV. REV.

DATE DATE DATE DATE

In case of any subsequent revision of MR or PR, only revised sheets of theattachments listed above shall be issued alongwith the revision.

GENERAL NOTES:

Standard Specification for

First aid Hose Reel

Standard specification for

stand post type water monitor

Standard specification for

water spray nozzle for

cooling.

Standard specification for

hose cabinet.

Specification for Quality

Management System Requirements

from Biddrs

Standard Specificaton for

surface preparation and

Protective coating

Specification for

documentation requirements

from suppliers

Data Sheet for Fire Water

Monitor

Data Sheet for Spray Nozzle

(Medium Velocity)

Data Sheet for First aid Hose

Reel

Scope Drawing for Fire water &

Foam Monitor and Long range

Monitor

Vendor Data Requirement for

Static fire Equipment-I

1

2

3

4

5

6

7

8

9

10

11

12

6-66-0018

6-66-0021

6-66-0046

6-66-0047

6-78-0001

6-79-0020

6-78-0003

A307-0IY-16-47-DS-

41

A307-0IY-16-47-DS-

16

A307-0IY-16-47-DS-

19

A307-0IY-16-47-

4942

A307-000-16-47-

VDR-8000

3

3

3

3

0

0

0

0

0

0

0

A

23/05/2011

24/09/2013

21/01/2013

21/01/2013

04/06/2009

30/08/2012

04/06/2009

21/03/2014

12/10/2012

15/10/2012

20/03/2014

21/03/2014

STANDARD SPECIFICATIONS

DATASHEET

DRAWINGS

VDR

Page 90 of 197

Page 91: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

151P-4eOga IM1Atg

1.11271zwase 141J.41.1)

ENGINEERSINDIA LIMITEDIA Govt of India Undertaking)

STANDARD SPECIFICATIONFOR FIRST AID HOSE REEL

STANDARD SPECIFICATIONNo.

6-66-0018 Rev. 3Page 1 of 4

-srrErrw *mial •71

"ftribi

STANDARD SPECIFICATIONFOR

FIRST AID HOSE REEL

3 23.05.11 REVISED & REISSUED AS STD. SPEC ALOK S VK DM

2 12.01.06 REVISED & REISSUED AS STD. SPEC SKC NK VDS VJN

1 21.11.96 REVISED & ISSUED AS STD. SPEC NK PCS MMK A SONI

0 31.03.82 ISSUED AS STD. SPEC. RB KP HVR RCPC

Standards GM StandardsRev.No Date Purpose Prepar

ed byChecke

d byCommitteeConvenor

(Engg) BureauChairman

Approved by

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

Page 91 of 197

Page 92: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

STANDARD SPECIFICATIONNo.

6-66-0018 Rev. 3Page 2 of 4

151KRZOM- ENGINEERSa Etweg vio INDIA LIMITED1.101 (A Govt. Incha Undertaking)

STANDARD SPECIFICATIONFOR

FIRST AID HOSE REEL

ABBREVIATIONS:

IS Indian Standard

General Civil Standards Committee

Convener: Mr. R. B. Bhutda

Members: Mr. Vipan GoelMr. D.C. BrahmaMr. R.K. SharmaMr. S. K. NaskarMr. Raju ChutaniMr. P.K. Mittal (Strl)Mr. A.T. Dharmik (Piping)Mr. U.A. Patro (Electrical)Mr. J. K. Joshi (Environment)Mr. S. Mukherjee (Construction)Mr. M.P. Jain (Projects)

Copyright EIL — All rights reservedFormat No. 8-00-0001-F1 Rev. 0Page 92 of 197

Page 93: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

daraqA$1g7 felPrg)

ENGINEERSINDIA LIMITEDIA Gout d India Undertaking)

STANDARD SPECIFICATIONFOR

FIRST AID HOSE REEL

STANDARD SPECIFICATIONNo.

6-66-0018 Rev. 3Page 3 of 4

CONTENTS

1.0 SCOPE 4

2.0 CODES AND STANDARDS 4

3.0 MATERIAL, CONSTRUCTION AND TEST 4

4.0 SIZE 4

5.0 HYDRAULIC PERFORMANCE 4

6.0 MARKING 4

7.0 INSPECTION AND TESTING 4

8.0 VENDOR's DRAWING AND DATA REQUIREMENT 4

9.0 DATA SHEET REQUIREMENT 4

10.0 APPROVAL 4

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

Page 93 of 197

Page 94: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

ENGINEERS

Ogeir Nifieg INDIA LIMITED

ImWIml Milril) (A Gov/ 04 India Undertaking)

STANDARD SPECIFICATIONFOR

FIRST AID HOSE REEL

STANDARD SPECIFICATIONNo.

6-66-0018 Rev. 3Page 4 of 4

1.0 SCOPE

This specification covers the requirements regarding material, constructional details and test forFloor/Wall mounted First Aid Hose Reel, intended for installation within process units / buildings asemergency fire fighting equipment.

2.0 CODES AND STANDARDS

IS : 884 First-Aid hose reel for fire-fighting.NOTE: Latest Edition of all Codes and Standards shall be followed.

3.0 MATERIAL, CONSTRUCTION AND TEST

Material, Construction, tests and all other requirements shall conform to IS: 884, Type-A Hose Reel,except as mentioned in the Data Sheet of Hose Reel attached with Bids / Requestion.

4.0 SIZE

Length = 40 mInternal Bore = 20 mm

5.0 HYDRAULIC PERFORMANCE

5.1 First Aid hose reel shall be capable of discharging not less than 24 1pm at the reel inlet pressure of7 kg/cm2g.

5.2 The horizontal range of water jet shall not be less than 6.0 m at the reel inlet pressure of 7 kg/cm2g.

6.0 MARKING

Each hose reel shall be clearly and permanently marked with the following information along withPurchaser's name.

Manufacturer's name or Trade MarkYear of ManufactureThe letters IS: 884Length and size of tube carried on hose reel.

e) Type of Reel.

7.0 INSPECTION AND TESTING

Owner's / EIL's authorised representative shall have access at all reasonable times to vendor's workswhere Hose Reels are being manufactured and/or tested. Vendor shall arrange for all tests andinspection facilities for checking material, design and construction, hydraulic performance,workmanship, finish and hydrostatic testing. Any shortcoming pointed out shall be rectified to thesatisfaction of the inspectors. All consumables i.e. water etc. shall be arranged by vendor at his owncost.

8.0 VENDOR's DRAWING AND DATA REQUIREMENT

Vendor shall furnish drawings and data for review.

9.0 DATA SHEET REQUIREMENT

Vendor shall fill the relevant data in the Data Sheet provided along with this specification in MaterialRequisition.

10.0 APPROVAL

Vendor shall furnish valid BIS certificate letter after award of contract.

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

Page 94 of 197

Page 95: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

faa-& ENGINEERS lagrdg INDIA LIMITED riro, 3P{,i, (A Govt of India Undertaking)

STANDARD SPECIFICATION FOR STAND POST TYPE WATER MONITOR

STANDARD SPECIFICATION No.

6-66-0021 Rev. 3 Page 1 of 5

-chz mew 1111T-Ta

*MU

STANDARD SPECIFICATION FOR STAND POST

TYPE WATER MONITOR

N\4"; )))

3 24.09.13 REVISED & ISSUED AS STD. SPEC RBT RKS kg) DM

2 12.01.06 REVISED & ISSUED AS STD. SPEC SKC NK VDS VJN

1 15.07.98 REVISED & ISSUED AS STD. SPEC RC NK MMK A SONI

0 09.09.88 ISSUED AS STD. SPEC. NK PCS I-1VR RCPC

Rev. No Date Purpose

Prepared by

Checked by

Standards Committee Convenor

Standards Bureau

Chairman

Approved by

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved Page 95 of 197

Page 96: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

STANDARD SPECIFICATION No.

6-66-0021 Rev. 3 Page 2 of 5

lil 5fgar 051ft

(mrtn elecnream.ynn,)

ENGINEERS STANDARD SPECIFICATION FOR

INDIA LIMITED STAND POST TYPE IA Govt of Ind. Undertaking) WATER MONITOR

Abbreviations:

ANSI : American National Standards Institute

BIS : Bureau of Indian Standards

IS Indian Standard

NB Nominal Bore

General Civil Standards Committee

Convener: Mr. R.B. Bhutda

Members: Mr. Vipan Goel Mr. R.K. Sharma Mr. S. K. Naskar Mr. Vinod Mahajan Mr. Amitabh Kishore Mr. Rajan ji Srivastava (Structural) Mr. Harish Chandra (Piping) Mr. B. R. Bhogal (Electrical) Mr. Praveen Goel (Environment) Mr. S. Mukherjee (Construction) Mr. V S Chhhaya (Projects)

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

Page 96 of 197

Page 97: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

lig-elt 00les IAAR-A

ENGINEERS STANDARD SPECIFICATION FOR

INDIA LIMITED STAND POST TYPE GovI of India Undenaking) WATER MONITOR

STANDARD SPECIFICATION No.

6-66-0021 Rev. 3 Page 3 of 5

CONTENTS

1.0 SCOPE 4

2.0 CODES AND STANDARDS 4

3.0 DESIGN AND CONSTRUCTION 4

4.0 MATERIAL 4

5.0 WORKMANSHIP AND FINISH 4

6.0 MARKING 4

7.0 INSPECTION 4

8.0 DRAWINGS 5

9.0 VENDOR's DRAWING AND DATA REQUIREMENT 5

10.0 APPROVAL 5

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

Page 97 of 197

Page 98: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

ENGINEERS STANDARD SPECIFICATION FOR

err faigieg INDIA LIMITED STAND POST TYPE tAr<nren,,AgrA/ IA Govt onnala Undertaking) WATER MONITOR

STANDARD SPECIFICATION No.

6-66-0021 Rev. 3 Page 4 of 5

1.0 SCOPE

This specification covers the general requirements regarding Material, Design and Construction, Workmanship and Finish, Anticorrosive Treatment, Performance requirements, Tests, Painting, Accessories, Marking and Inspection for Stand Post Type Water Monitor.

2.0 CODES AND STANDARDS

IS: 778

Copper alloy Gate, Globe and Check Valves for Water Works Purpose IS: 8442

Functional requirement For Stand Post Type Water Monitor for Fire Fighting.

NOTE: Latest Edition of all Codes and Standards shall be followed.

3.0 DESIGN AND CONSTRUCTION

3.1 Design and Construction of Water Monitor shall conform to IS: 8442, except as mentioned in data sheet for Stand Post Type Water Monitor enclosed with Bid / Requisition document.

3.2 The Monitor shall be Aqua Fog, self-locking type and operated by a single person.

3.3 The monitor shall be mounted on a 100 mm (4") N.B. Raised Face, Slip On type Flange with all dimensions conforming to ANSI B 16.5, 150 lbs rating,

3.4 Near the base flange a drain connection shall be provided with a 15 mm ('") NB drain valve at the end of pipe.

3.5 The threaded end of the water nozzle shall be hexagonal to facilitate screwing of the nozzle on the water barrel with nozzle spanner.

4.0 MATERIAL

All material for different parts of Water Monitor shall be as per IS: 8442 except as mentioned in data sheet for Stand Post Type Water Monitor enclosed with Bid/Requisition document.

5.0 WORKMANSHIP AND FINISH

Workmanship and finish, anticorrosive treatment, painting, Hydraulic performance, tests and accessories shall conform to IS: 8442, except as mentioned in data sheet for Stand Post Type Water Monitor enclosed with Bid/Requisition document.

6.0 MARKING

Each monitor shall be clearly and permanently marked with the following:

(a) Manufacturer's name or trademark (b) Year of manufacture (c) Purchaser's name. (d) Discharge Capacity in liters / minute. (e) BIS certification mark.

7.0 INSPECTION

Owner's / EIL's authorised representative shall have access at all reasonable times to vendor's works where Monitors are being manufactured and/or tested. Vendor shall arrange for all tests and inspection facilities for checking material, design and construction, hydraulic performance, workmanship, finish and hydrostatic testing as per IS: 8442. Any shortcoming pointed out shall be rectified to the satisfaction of the inspectors. All consumables i.e. water etc. shall be arranged by vendor at his own cost.

Format No. 8-00-0001-F1 Rev. 0

Copyright EIL — All rights reserved

Page 98 of 197

Page 99: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

STANDARD SPECIFICATION No.

6-66-0021 Rev. 3 Page 5 of 5

01 el f=gzir OWeg

1.1,1 tveme 051,3PCM1 )

ENGINEERS STANDARD SPECIFICATION FOR

INDIA LIMITED STAND POST TYPE IA Govt of Inds Undenak.9) WATER MONITOR

8.0 DRAWINGS

Refer scope drawing enclosed in Bid / Requisition document.

9.0 VENDOR's DRAWING AND DATA REQUIREMENT

Vendor shall furnish drawings and data as per "Vendor's drawings and Data Requirements" for information and records.

10.0 APPROVAL

Vendor shall furnish BIS approval letter along with offer.

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

Page 99 of 197

Page 100: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

STANDARD SPECIFICATION STANDARD SPECIFICATION No.

5,401th INDIA LIMITED ENGINEERS FOR WATER SPRAY NOZZLE 6-66-0046 Rev. 3

IA GoN1 ul India UndertakInqi FOR COOLING Page 1 of 6

AO r ilcei fieR

11114)iaiel k I 1

STANDARD SPECIFICATION FOR WATER SPRAY NOZZLE FOR

COOLING

2.t 3 21.01.2013 REAFFIRMED AND ISSUED AS STD. SPEC. Y

KUMA R RC SC

2 07.08.07 REVISED & ISSUED AS STD. SPEC RKS RB NK VC

1 28.02.98 REVISED & ISSUED AS STD. SPEC VEDA SM MMK A SONI

0 14.06.90 ISSUED AS STD. SPEC. VDS UCJ RPB - RCPC

Rev. No

Date Purpose Prepared

by Checked

by

Standards Committee Convenor

GM (ENGG)

Standards Bureau

Chairman

Approved by

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

Page 100 of 197

Page 101: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

ENGINEERS STANDARD SPECIFICATION STANDARD SPECIFICATION No.

INDIA LIMITED FOR WATER SPRAY NOZZLE 6-66-0046 Rev. 3 FOR COOLING Page 2 of 6

Stg?Sal ei :IT ttiardg,

Abbreviations:

ANSI American National Standards Institute

FM Factory Mutual

Gr. Grade

IS Indian Standard

kg/cm' g Kilogram / Square Centimeter Gauge Pressure

lbs Pound

LPCB Loss Prevention Certification Board

Ipm Liters Per Minute

M Meter

MS Mild Steel

NFPA National Fire Protection Association

OISD Oil Industry Safety Directorate

Ph Phosphorus

SS Stainless Steel

TAC Tariff Advisory Committee

UL Underwriters Laboratory

VdS Verband Der Sachversicherer

General Civil Standards Committee

Convener: Mr. R.B. Bhutda

Members: Mr. Vipan Goel Mr. R.K. Sharma Mr. S. K. Naskar Mr. Vinod Mahajan Mr. Amitabh Kishore Mr. Rajan ji Srivastava (Structural) Mr. Harish Chandra (Piping) Mr. B. R. Bhogal (Electrical) Mr. Praveen Goel (Environment) Mr. S. Mukherjee (Construction) Mr. V S Chhaya (Projects)

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

Page 101 of 197

Page 102: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

dadat_Jei ait% ENGINEERS slazzfOtl-e-sW INDIA LIMITED

‘A G.0 u, Onnenal■ing)

STANDARD SPECIFICATION STANDARD SPECIFICATION No.

FOR WATER SPRAY NOZZLE 6-66-0046 Rev. 3 FOR COOLING Page 3 of 6

CONTENTS

1.0 SCOPE 4

2.0 CODES AND STANDARDS 4

3.0 DESIGN REQUIREMENTS 4

4.0 MATERIAL OF CONSTRUCTION 5

5.0 WORKMANSHIP AND FINISH 5

6.0 ACCESSORIES 5

7.0 TESTING 5

8.0 MARKING 5

9.0 INSPECTION 6

10.0 VENDOR's DRAWING AND DATA REQUIREMENTS 6

11.0 APPROVALS 6

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

Page 102 of 197

Page 103: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

STANDARD SPECIFICATION STANDARD SPECIFICATION No.

FOR WATER SPRAY NOZZLE 6-66-0046 Rev. 3 FOR COOLING Page 4 of 6

fa el t ENGINEERS 5Igia esiqW, INDIA

LIMITED IA GoAt of India Undertaking,

1.0 SCOPE

This specification covers the general requirements of Codes and Standards, Material, Design, Fabrication and Acceptance tests for Medium and High Velocity Water Spray Nozzles supplied along with couplings for cooling of spheres, bullets, tanks and pumps which are exposed to radiant heat. The same shall also be used for cable cellars, cable galleries and transformers in electrical sub stations for fire suppression system.

2.0 CODES AND STANDARDS

a) Material / Design Codes :

IS: 291 Machining purposes

IS: 305 Aluminium bronze ingots and castings

IS: 318 Specification For Leaded Tin Bronze Ingots And Castings.

IS: 554 Pipe Threads where pressure Tight Joints are made on Threads - Dimensions, Tolerances and Designation

IS: 2768 Copper alloy strip for bullet envelope

IS: 7811 Phosphor bronze rods and bars

IS: 7814 Phosphor bronze sheet strip and foil

ANSI B16.11 Forged Steel Fittings, Socket-Welding and Threaded.

SS : 316

b) Reference Codes :

TAC Manual

OISD Standards

NFPA

NOTE: Latest Edition of all Codes and Standards shall be followed

3.0 DESIGN REQUIREMENTS

a) The nozzle shall produce a 120° angle, uniform, full cone spray pattern, covering a circular area of about 3 metre diameter, when located about 0.60 M away from the vessel surface or any other angle as per the requirement of system design.

b) The water shall strike the vessel with low impact and minimum rebound.

c) Each nozzle shall have minimum orifice of 6mm and the flow through the nozzle shall be defined by nozzle constant "K- Factor". The flow of various design pressure shall be worked out by the formula :

Q = K (P)° 5 Where Q = Flow through nozzle in Ipm K = Nozzle constant P = Pressure in bar at inlet of nozzle.

Flow through nozzle shall be within ± 5%. Bidder shall provide K- Factor and spray angle at different orientation angle details along with bid.

d) Vendor shall furnish the performance test data for nozzle regarding variation in discharge rate and spray angle at different pressure varying from 1.4 kg/cm2g to 3.5

kg/cm2g.

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

Page 103 of 197

Page 104: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

el $1g7 le1 ,

ENGINEERS INDIA LIMITED IA Gov/ of Incla Underldiong)

STANDARD SPECIFICATION STANDARD SPECIFICATION No.

FOR WATER SPRAY NOZZLE 6-66-0046 Rev. 3 FOR COOLING Page 5 of 6

e) The nozzles shall be non-clogging type.

0 Inlet side of nozzle shall have tapered threads conforming to IS: 554.

g) MS Half coupling shall be of 3000 lbs rating, as per ANSI B 16.11.

h) Nozzle shall have a hexagonal or square shape on the out side, to facilitate screwing of the nozzle to female Half coupling, welded to the water ring.

i) Nozzles shall be fitted on the circumferential rings around vessels.

j) Water pressure available at the nozzle ring shall be varying between 1.40 kg/cm2g to

3.50 kg/cm2g for medium velocity spray nozzles.

k) Water pressure available at nozzle ring shall be varying between 2.8 kg/cm2g to 5

kg/cm2g for high velocity spray nozzles (projectors) in case of Indoor Transformers

I) Water pressure available at nozzle ring shall be varying between 3.5 kg/cm2g to 5

kg/cm2g for high velocity spray nozzles (projectors) in case of Outdoor Transformers

4.0 MATERIAL OF CONSTRUCTION

Spray nozzles shall be constructed of the following material :

4.1 For Non Saline Water supply Body Forged Brass to IS:291 Gr.l /SS:316

Deflector Brass IS: 2768 / SS:316 Deflector Pin Brass IS: 291 GNI / SS :316

4.2 For Sea Water supply Body Nickel Aluminium Bronze to IS:305

Deflector Ph. Bronze to IS: 7814

Deflector Pin Ph. Bronze to IS:7811

5.0 WORKMANSHIP AND FINISH

All nozzles shall have good workmanship and finish. All burrs and other irregularities shall be neatly removed.

6.0 ACCESSORIES

Vendor shall supply forged steel spanners for fixing the nozzles to the half couplings.

7.0 TESTING

Nozzles shall be tested by the vendor in presence of EIL/Owner's representative at his works for performance as required in Cl. No. 3.0.

8.0 MARKING

i) All the Nozzles shall have IS/ UL/ FM/ VdS / LPCB mark.

ii) K-Factor, spray angle and Manufacturer name /Trade mark.

Vendor shall furnish the required documents / certificates in this regards.

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

Page 104 of 197

Page 105: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

:A °' ENGINEERS STANDARD SPECIFICATION STANDARD SPECIFICATION No.

St4-21T Meg INDIA LIMITED FOR WATER SPRAY NOZZLE 6-66-0046 Rev. 3 'A GOO ,Thde0a“.91 FOR COOLING Page 6 of 6

9.0 INSPECTION

Owner's / EIL's authorised representative shall have access at all reasonable times to vendor's works where Water Spray Nozzle assemblies are being manufactured and/or tested. Vendor shall arrange for all tests and inspection facilities for checking material, design and construction, hydraulic performance, workmanship, finish and hydrostatic testing. Any shortcoming pointed out shall be rectified to the satisfaction of the inspectors.

10.0 VENDOR's DRAWING AND DATA REQUIREMENTS

Vendor shall furnish drawings and data as per "Vendor's drawings and Data Requirements" for approval prior to manufacturing.

11.0 APPROVALS

The water spray nozzles shall be UL / FM / VdS / LPCB approved.

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

Page 105 of 197

Page 106: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

14Ct4Z (214-'1(

SC DM 3 21.01.2013 REAFFIRMED AND ISSUED AS STD. SPEC.

NK VC 2 26.12.07 REVISED AND REISSUED AS STD. SPEC. GAURAV PPC

Rev. No Date

GM (ENGG) Purpose

Standards Bureau

Chairman

Standards Committee Convenor

Prepared Checked by by

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

1 20.06.97 REVISED AND REISSUED AS STD. SPEC. NK PCS MMK

0 31.03.82 ISSUED AS SM. SPEC.

A.SONI

RECOMPOSED IN AUG. 95

Approved by

RB HVR

o an-e? ENGINEERS

/fg-al10,WE INDIA LIMITED Govl At moo undertarngiiA

STANDARD SPECIFICATION FOR

HOSE CABINET

STANDARD SPECIFICATION No.

6-66-0047 Rev. 3 Page 1 of 5

mi-41/2a rceR H Fa k ip

STANDARD SPECIFICATION FOR HOSE CABINET

Page 106 of 197

Page 107: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

51ga iMeg ENGINEERS INDIA LIMITED IA Gnat of India Undenakingl

STANDARD SPECIFICATION FOR

HOSE CABINET

STANDARD SPECIFICATION No.

6-66-0047 Rev. 3 Page 2 of 5

Abbreviations:

BIS Bureau of Indian Standards

GI Galvanised Iron

IS Indian Standard

MS Mild Steel

mm Millimeter

General Civil Standards Committee

Convener: Mr. R.B. Bhutda

Members: Mr. Vipan Goel Mr. R.K. Sharma Mr. S. K. Naskar Mr. Vinod Mahajan Mr. Amitabh Kishore Mr. Rajan ji Srivastava (Structural) Mr. Harish Chandra (Piping) Mr. B. R. Bhogal (Electrical) Mr. Praveen Goel (Environment) Mr. S. Mukherjee (Construction) Mr. V S Chhaya (Projects)

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

Page 107 of 197

Page 108: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

d01 Stglir feRtg

ENGINEERS INDIA LIMITED IA Govl of India Undeptaltown

STANDARD SPECIFICATION FOR

HOSE CABINET

STANDARD SPECIFICATION No.

6-66-0047 Rev. 3 Page 3 of 5

CONTENTS

1.0 SCOPE 4

2.0 CODES AND STANDARDS 4

3.0 DESIGN REQUIREMENTS 4

4.0 MATERIAL 4

5.0 PAINTING 5

6.0 MARKING 5

7.0 TESTING 5

8.0 INSPECTION 5

9.0 VENDOR's DRAWING AND DATA REQUIREMENT 5

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

Page 108 of 197

Page 109: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

7 tll

ENGINEERS INDIA LIMITED IA Goy/ ol inc a LAleplaking)

STANDARD SPECIFICATION FOR

HOSE CABINET

STANDARD SPECIFICATION No. 6-66-0047 Rev. 3

Page 4 of 5

1.0 SCOPE

1.1 This specification covers the general requirements regarding the Design requirement, Material, Construction, Painting and Marking of Hose cabinet and fire fighting equipments contained in the cabinets.

1.2 The Hose cabinet shall be supplied along with all the fire fighting equipments contained in it.

2.0 CODES AND STANDARDS

IS: 5 Colors for Ready Mix Paints and Enamels

IS: 636 Non-Percolating flexible fire fighting delivery hose

IS: 903 Fire Hose Delivery Couplings, Branch Pipe, Nozzles and Nozzle Spanner

IS: 2871 Branch pipe, universal, for fire fighting purposes

IS: 2932 Enamel, Synthetic, Exterior: (a) Under Coating, (b) Finishing

IS: 4927 Unlined Flax Canvas Hose for Fire fighting

IS: 8423 Controlled percolating hose for fire fighting

NOTE: Latest Edition of all Codes and Standards shall be followed.

3.0 DESIGN REQUIREMENTS

3.1 Hose cabinet shall be of two types, Type-I and Type-11, to accommodate delivery hose and jet nozzle with branch pipe or universal branch pipe.

3.2 Type I Hose Cabinet

3.2.1 It shall be suitable to accommodate one delivery hose of size 63 mm, 15 meter long with ends couplings, one jet nozzle with branch pipe or one universal branch pipe.

3.2.2 It shall be capable of being mounted on wall. Necessary hangers and bracket for hose, nozzle and branch pipe or universal branch pipe shall be provided, with the cabinet.

3.2.3 It shall be provided with single panel glass door

3.3 Type II Hose Cabinet

3.3.1 It shall be suitable to accommodate two delivery hoses 63 mm, 15 meter long with end couplings, two jet nozzles with branch pipe or two universal branch pipes.

3.3.2 It shall be of self-supporting type, suitable for outside installation. Necessary hangers and brackets for hose, nozzle and branch pipe or universal branch pipe shall be provided within the cabinet.

3.3.3 It hall be provided with double panel glass door.

3.4 Both the types shall be provided with handle type lock, a small recess to keep cabinet key under glass cover, a small hammer secured to the cabinet with a chain to break key glass cover.

4.0 MATERIAL

4.1 Cabinet shall be made of 18 gauge MS sheet suitably welded with single/double MS door frame glass covered. Glass shall be securely fitted to the door frame in a standard manner.

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

Page 109 of 197

Page 110: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

gf T1,Meg■

ENGINEERS INDIA LIMITED IA roe of India Undenakingli

STANDARD SPECIFICATION FOR

HOSE CABINET

STANDARD SPECIFICATION No.

6-66-0047 Rev. 3 Page 5 of 5

4.2 Door shall be provided with standard handle Mortise type lock.

4.3 Hammer shall be of MS with GI chain.

4.4 Suitable size angle iron posts shall be provided to support type II cabinet.

4.5 Delivery hose shall be either of the following type

a) Unlined Flax canvas hose to IS 4927 or

b) Reinforced rubber lined hose to IS 636 or

c) Controlled percolating hose to IS 8423.

4.6 End couplings, jet nozzle and branch pipe shall conform to IS 903.

4.7 Universal branch pipe shall conform to IS 2871.

5.0 PAINTING

The hose cabinet shall be painted with 3 coats of anticorrosive fire red paint conforming to shade no. 536 of IS: 5 from outside and white paint from inside. The paint shall conform to IS: 2932.

6.0 MARKING

6.1 Each cabinet shall be clearly and permanently marked with following.

a) The words Hose Cabinet-Type I or II

b) Instructions for use.

6.2 Each equipment in the cabinet shall be marked with BIS certification mark and purchaser's name.

7.0 TESTING

All equipments being supplied with Hose Cabinet shall be tested as per relevant IS test requirements.

8.0 INSPECTION

Owner's / EIL's authorised representative shall have access at all reasonable times to vendor's works where Hose Cabinets and equipments being supplied with Hose Cabinet, are being manufactured and/or tested. Vendor shall arrange for all tests and inspection facilities for checking material, design and construction, hydraulic performance, workmanship, finish and hydrostatic testing. Any shortcoming pointed out shall be rectified to the satisfaction of the inspectors.

9.0 VENDOR's DRAWING AND DATA REQUIREMENT

Vendor shall furnish drawings and data as per "Vendor's drawings and Data Requirements" for information and records.

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

Page 110 of 197

Page 111: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

Page 111 of 197

Page 112: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

Page 112 of 197

Page 113: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

Page 113 of 197

Page 114: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

Page 114 of 197

Page 115: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

Page 115 of 197

Page 116: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

Page 116 of 197

Page 117: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

Page 117 of 197

Page 118: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

Page 118 of 197

Page 119: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

Page 119 of 197

Page 120: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

siitaet5Keg

RI AQFIV CA ,

ENGINEERSSTANDARD SPECIFICATION

INDIA LIMITED FOR SURFACE PREPARATIONIA GOO Of N. Undeflangl AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 1 OF 59

(Cr)

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

Rev.No Date Purpose Prepared

by Checked byStandards StandardsCommittee BureauConvenor Chairman

Approved by

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

Page 120 of 197

Page 121: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

02-zieLa ENGINEERS STANDARD SPECIFICATION$1?-eir la Me ear INDIA LIMITED FOR SURFACE PREPARATION

HIM eknillcIAJAA.M IA GNI al India LInderlaIm9/ AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 2 OF 59

Abbreviations:

AS Alloy SteelCS Carbon SteelDFT : Dry Film ThicknessDM De-mineralizedGI Galvanized IronID Internal DiameterIRN Inspection Release NoteLTCS : Low Temperature Carbon SteelMS Mild SteelNB Nominal BoreOD Outside DiameterRCC : Reinforced Cement ConcreteSS Stainless SteelTSAC : Thermally Sprayed Aluminium CoatingWFT : 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 121 of 197

Page 122: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

OfteituvaNEERs STANDARD SPECIFICATIONlaiReedi INDIA LIMITED FOR SURFACE PREPARATION

PIM FRW ZIRJR140 IA Go.4 ei India unden.lono AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 3 OF 59

CONTENTS

SL. DESCRIPTION PAGENO NO.

1.0 General 42.0 Scope 43.0 Reference Codes & Standards 64.0 Equipment 75.0 Surface Preparation, Shop Primer,Coating Application & Repair and Documentation 76.0 Paint Materials 167.0 Coating Systems 218.0 Coating System for Gratings, Rolling & Stationery Ladders, Spiral Stairways and

Hand Rails in All Location 239.0 Coating System for Offsite Area (Inland Plants) 2410.0 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 2511.0 Coating System for Effluent Treatment Plant (ETP) 2712.0 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 2813.0 Internal Coating Systems for Carbon Steel and Low Alloy Storage Tanks - All

Process Units & Off-Sites 3014.0 Coating Systems for External Side of Underground Carbon Steel Plant Piping and

Underground Vessels 3215.0 Coating Under Insulation (Coastal Or Inland Plants) All Units Areas & Off-Sites 3316.0 Coating System for Carbon Steel Components of Coolers / Condensers (Internal

Protection) for Fresh Water Service 3417.0 Coating System (Internal Protection) for Galvanized or Non Ferrous or Stainless

Steel/ Duplex Stainless Steel Components of Coolers/ Condensers for Fresh WaterService 35

18.0 Storage 3519.0 Colour Code 3520.0 Identification of Vessels, Piping etc 4221.0 Painting for Civil Defence Requirements 4222.0 Quality Control, Inspection and Testing 4223.0 Guarantee 4624.0 Qualification Criteria of Painting Contractor/Sub-Contractor 4625.0 Qualification/Acceptance Criteria for Paint Coating System 4626.0 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 122 of 197

Page 123: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

StilMziet- ENONEERS STANDARD SPECIFICATIONOar iiiRtg Ter INDIA LIMITED FOR SURFACE PREPARATION

own ARAW/INJOSA) /A Govt a htha Unden•ingi AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 4 OF 59

1.0 GENERAL

1.1

This technical specifications shall be applicable for the work covered by the contract, andwithout prejudice to the provisions of various international codes of practice, standardspecifications etc. It is understood that contractor shall carry out the work in all respects withthe best quality of materials and workmanship and in accordance with the best engineeringpractice 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 specificwork is to be done, it shall be deemed that the same shall be supplied or carried out by thecontractor.

Any deviation from this standard without written deviation permit from appropriateauthority 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 thefollowing.

2.1.1 This specification defines the requirements for surface preparation, selection and applicationof primers and paints on external surfaces of equipment, vessels, machinery, piping, ducts,steel structures, external & internal protection of storage tanks for all services and chimneysif 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 andlining 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, storageTanks, 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 ifany 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 andinternal surfaces of MS chimney without refractory lining. (If present)

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

Page 123 of 197

Page 124: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

0a-zetaENGINEERS STANDARD SPECIFICATION51gar fatilegW INDIA WIRD FOR SURFACE PREPARATION

laiRrIMENVOIMBIll (A GoN ot India undertaiongi AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 5 OF 59

Identification of colour bands on all piping as required including insulated aluminiumclad, galvanized, SS and nonferrous piping.

Identification lettering/ numbering on all painted surfaces of equipment/piping insulatedaluminium clad, galvanized, SS and non-ferrous piping.

Marking / identification signs on painted surfaces of equipment/piping includinghazardous service.

Supply of all primers, paints and all other materials required for painting (other thanOwner 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 thefield/site before and after erection as required.

All CS Piping, equipments, storage tanks and internal surfaces of RCC tanks in ETPplant.

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 thereis any specific requirement by the owner, the same shall be painted as per the relevantspecifications:

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 tohim 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 124 of 197

Page 125: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

151fraeLA ENGINEERS STANDARD SPECIFICATIONItgar 'Matt INDIA umnB) FOR SURFACE PREPARATION

(NM Fletifie Maga,/ IA Gobi al India uncienaton9/ AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 6 OF 59

equipments shall be applied at site, only after all welding, testing on systems arecompleted 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 otherwiseshall 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 thecontract, latest editions of the following codes and standards are applicable for the workcovered by this contract.

IS-5 : Colour codingRAL DUTCH : International Standard for colour shade (Dutch Standard)IS-101 : Methods of test for ready mixed paints and enamelsIS-2379 : Indian Standard for Pipe line identification-colour codeISO-12944 : Corrosion Protection of steel Structures by Protective Paint

SystemASTM-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 InstitutionSSPC : Steel Structures Painting Council

3.2 Surface Preparation Standards

The latest editions of any of the following standards shall be followed for surfacepreparation:

3.2.1 ISO 8501-1 / SIS-05 59 00: ISO standard for Preparation of steel substrates beforeapplication of paints and related products. This standard contains photographs of the variousstandards on four different degrees of rusted steel and as such is preferable for inspectionpurpose 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 aregiven in Table-I.

3.3 The contractor shall arrange, at his own cost, to keep a set of latest edition of above standardsand codes at site.

3.4 The paint manufacturer's instructions shall be followed as far as practicable at all times forbest 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 ofthis standard shall be followed.

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

Page 125 of 197

Page 126: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

1511teTa ENONEERS STANDARD SPECIFICATIONoga naleuw INDIA umn-ED FOR SURFACE PREPARATION

Men KROP7m3R6311 IA GOY/ India Undatalang/ AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 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 allequipments, 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 arrangedby the contractor at site and in sufficient quantity. The manufacturer's test certificates / datasheets for all the above items shall be reviewed by Engineer-in-charge at site before start ofwork.

4.2 Mechanical mixer shall be used for paint mixing operations in case of two pack systemsexcept that the Engineer-In-Charge may allow the hand mixing of small quantities at hisdiscretion in case of specific requirement for touch up work only.

5.0 SURFACE PREPARATION, SHOP PRIMER COATING APPLICATION & REPAIRAND DOCUMENTATION

5.1 General

5.1.1 In order to achieve the maximum durability, one or more of following methods of surfacepreparation shall be followed, depending on condition of surface to be painted and asinstructed by Engineer-In-Charge. Adhesion of the paint film to surface depends largely onthe degree of cleanliness of the metal surface. Proper surface preparation contributes more tothe 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 anddry surface is obtained. Unless otherwise specified, surface preparation shall be done as perprovisions of relevant tables given elsewhere in this specification. The minimum acceptablestandard, in case of thermally sprayed metal coatings, in case of mechanical or power toolcleaning it shall be St. 3 or equivalent. In case of blast cleaning it shall be Sa 2-1/2 as perSwedish Standard SIS-055900 (latest edition) or SSPC-SP or ISO 8501-01.Blast cleaningshall 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 aromaticsolvent to remove all grease, oil etc.

5.1.3 Irrespective of whether external or internal surface to be coated, blast cleaning shall not beperformed where dust can contaminate surfaces undergoing such cleaning or during humidweather conditions having humidity exceed 85%. In case of internal coating of storage tanks,dehumidifier shall be used, to control humidity level below 60%. Dehumidifier shoulddepress 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 126 of 197

Page 127: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

Oa ft ENGINEERS STANDARD SPECIFICATIONOg a 'Meg INDIA LIMITED FOR SURFACE PREPARATION

MON FIXOW COIORFM /A Govt kW Undertaking) AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 8 OF 59

below the metal substrate temperature during centre period of blasting and coatingapplication. During the interval time between application of primer coat and subsequentintermediate and top coats or between blast cleaning completion and start of application ofprimer coat, dehumidifier unit should be in continuous operation to ensure that nocondensation occurs on substrate.

Dehumidifier should be able to maintain grain drop (moisture removal) at the rate of 25grains per pound of air per hour. Dehumidifier should have capacity of at least 2 air changesper hour of the enclosed space. All necessary psychometric data should be collected bycontractor for the given site conditions before starting operation of dehumidifier to ensurethat desired values of dew point, moisture content in enclosed scope is achieved.

Dehumidification to be maintained round the clock for surface preparation and painting tillthe total coating application is over.

Dehumidifier shall not be stopped under any condition till the entire blasted surface is primedto the satisfaction of the technical representative of the paint manufacturer interested withquality assurance for the work. In case the dehumidifier breaks down in middle of the job, thesame shall be replaced at the risk and the cost of the contractor and the entire unfinishedwork shall be repeated.

5.1.4 The Engineer in-charge shall have the right to disallow usage of dehumidifier if theperformance is not meeting the specified requirements. Under such circumstances thecontractor shall remove the equipment and replace the same with another equipment toprovide 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 byairless spray/ air assisted conventional spray if recommended by the paint manufacturer ondry surface. This should be done immediately and in any case within 4 hours of cleaning ofsurface. However, at times of unfavorable weather conditions, the Engineer-In-Charge shallhave 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, duringunfavorable 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 looseparticle 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 surfacemust be thoroughly washed with water to remove acid & loose particles and then driedcompletely 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 orsteel grit, copper slag or Nickel slag, Al 203 particles at pressure of 7kg/cm 2 at an appropriatedistance 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 — G42conforming to SSPC AB I and 5250 grade size of steel shots (maximum) to obtain a desiredsurface 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 127 of 197

Page 128: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

aielMENGINEERS STANDARD SPECIFICATIONIguemegwir INDIA LIMITED FOR SURFACE PREPARATION

Men AMR =MOM (A GS of India UndedaIngl AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 9 OF 59

range of G16 — G24. The combination of steel grits and shots shall be normally in the ratio of3:1. The quality of abrasives shall be free from contaminants and impurities and shall meetthe requirements of SSPC AB I . Compressed air shall be free from moisture and oil. Theblasting nozzles should be venturi style with tungsten carbide or boron carbide as thematerials for liners. Nozzles orifice may vary from 3/16" to %". On completion of blastingoperation, the blasted surface shall be clean and free from any scale or rust and must show agrey white metallic luster. Primer/first coat of paint shall be applied within 4 hours of surfacepreparation. Blast cleaning shall not be done outdoors in bad weather without adequateprotection or when there is dew on the metal, which is to be cleaned. Surface profile shall beuniform to provide good key to the paint adhesion (i.e. 35 to 50 microns). If possiblevacuum 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, grindingwheels or rotating steel wire- brushes. Excessive burnish of surface shall be avoided as it canreduce paint adhesion. On completion of cleaning, the detached rust mill scale etc. shall beremoved by clean rags and /or washed by water or steam and thoroughly dried withcompressed air jet before application of paint.

5.3 Non-Compatible Shop Coat Primer

For equipments on which application of total protective coating (Primer + Intermediate + topcoat) is carried out at shop, compatibility of finish coat with primer should be checked withpaint manufacturer. If the shop coat is in satisfactory condition showing no major defect uponarrival at site, the shop coat shall not be removed.

5.4 Shop coated equipments (coated with Primer & Finishing coat) should not be repainted unlesspaint is damaged. Repair shall be carried out as per Table 7.2 of paint systems dependingupon compatibility of paint.

5.5 Shop primed equipment and surfaces will only be 'spot cleaned' in damaged areas by meansof power tool brush cleaning or hand tool cleaning and.then spot primed before applying onecoat of field primer unless otherwise specified. If shop primer is not compatible with fieldprimer then shop coated primer should be completely removed before application of selectedpaint system for particular environment.

5.6 For Package units/equipment, shop primer should be as per the paint system given in thisspecification. However, manufacturer's standard can be followed after review.

As mentioned in section 2.4, all coating application at field (field primer, intermediate andtop coat) on equipments, structures, piping, etc, shall be carried out only after its erection andall 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 specialcases where application can be carried out by brush subject to suitability of theapplication of the paint product by brush.

Spot repairStripe coating on edges

Format No. 8-00-0001-F1 Rev. 0

Copyright EIL — MI rights reserved

Page 128 of 197

Page 129: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

samzEift. ENGINEERS STANDARD SPECIFICATION51?eg faitegW: INDIA LIMITED FOR SURFACE PREPARATION

MUT fIRIVOIMIPM (A Ga.( al Oda undenakm AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 10 OF 59

- Small bore parts not suitable for spray application.

Irregular surfaces such as sharp edges, welds, small brackets, and interstices may stripecoated to ensure specified DFT is achieved. Paint manufacturer recommendationshould be followed before deciding for brush application.

5.7.1 Surface shall not be coated in rain, wind or in environment where injurious airborne elementsexists, when the steel surface temperature is less than 5°F above dew point when the relativehumidity is greater than 85% or when the temperature is below 40°F and when theambient/substrate temp is below the paint manufacturer's recommended temperature ofapplication 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 aspracticable 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 continuousfilm uniform thickness free of probes. Any spots or areas missed in application shall berecoated and permitted to dry before the next coat is applied. Applied paint should have thedesired wet film thickness.

5.7.4 Each coat shall be in proper state of cure or dryness before the application of succeedingcoat. Material shall be considered dry for recoating when an additional coat can be appliedwithout the development of any detrimental film irregularities, such as lifting or loss ofadhesion 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 betinted, when practical, sufficiently to produce enough contrast to indicate complete coverageof the surface. The tinting material shall be compatible with the material and not detrimentalto 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 steelstructure paint Manual Vol.1 & Vol.2 by SSPC, USA, Air less spray relies on hydraulicpressure rather than air atomization to produce the desired spray. An air compressor orelectric motor is sued to operate a pump to produce pressures of 1000 to 6000 psi. paint isdelivered to the spray gun at this pressure through a single hose within the gun, a single paintstream is divided into separate streams, which are forced through a small orifice resulting inatomization of paint without the use of air. This results in more rapid coverage with less overspray. Airless spray usually is faster, cleaner, more economical and easier to use thanconventional air spray.

Airless spray equipment is mounted on wheels, and paint is aspirated in a hose that suckspaint from any container, including drums. The unit shall have in built agitator that keep thepaint uniformly mixed during the spraying. The unit shall consist of in built strainer. Usuallyvery 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 obtainoptimum 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 129 of 197

Page 130: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

1512-ada INGINEERS STANDARD SPECIFICATION#arepeow INDIA umirED FOR SURFACE PREPARATION

OfferleIRPRIM3aqi/ IA Gov1 a/ India UnclettSagl AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 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, andrough or pitted steel. Wide flat brushes are suitable for large flat areas, but theyshall 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 andstandardize the paint application technique to achieve the desired WFT. This has to beensured 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 considereddry for re-coating when another coat can be applied without the development of any filmirregularities such as lifting or loss of adhesion of undercoats. Drying time of the applied coatshould not exceed maximum specified for it as a first coat; if it exceeds the paint material haspossibly 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'sspecification for the paint.

5.8.4 Paint shall be protected from rain, condensation, contamination, snow and freezing until dryto 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 handlingand 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 thisspecification.

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 damagedsilicone 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 scrapingand 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 130 of 197

Page 131: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

0R-4:Aft ENGINEERS STANDARD SPECIFICATIONSiga tilaiegel INDIA LIMITED FOR SURFACE PREPARATION

11412712013Valgarff / IA Gott of Ha undertaking) AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 12 OF 59

surface, if possible. Feather the primed surface over the intact adjacent surface surroundingthe 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). Similarlyone 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 theintended 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 givenbelow:

- 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 aboveidentified table and temperature range.

- Identify the shop priming requirement from Table 7.1 based on compatibility of the abovepaint 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 workincluding 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 ofcoats 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 131 of 197

Page 132: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

02zielt. ENGINEERSSTANDARD SPECIFICATION

I@Tif WeVITIV INDIA LIMITED FOR SURFACE PREPARATIONINIPPIFIRINVMMICID (A Gov of Inda Underliong) AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 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 per5.11.2 -5.11.7 above as well as the approved procedure of work (5.11.1 above). The jobrecord consisting of information as required in accordance to 5.11.2 — 5.11.7 shall be enteredon 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 132 of 197

Page 133: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

1515036a ENGINEERS STANDARD SPECIFICATIONKiegW WA LIMITED FOR SURFACE PREPARATION

l aildleRzer7013Rdill Cdd d India Underldm9) AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 14 OF 59

TABLE-1 (FOR CLAUSE 5.0)

SURFACE PREPARATION STANDARDS

SI.No. DESCRIPTION

VARIOUS INTERNATIONALSTANDARDS (EQUIVALENT) REMARKSISO 8501-1/

SIS-05 59 00SSPC-SP,

USANACE,

USA

1

Manual or hand toolcleaning

Removal of loose rust, loosemill scale and loose paint,chipping, scrapping,standing and wire brushing.Surface should have a faintmetallic sheen

ST.2 SSPC-SP-2 --

This method isapplied when thesurface is exposed tonormal atmosphericconditions whenother methods cannotbe adopted and alsofor spot cleaningduring maintenancepainting.2

Mechanical or power toolcleaning

Removal of loose rust loosemill scale and loose paint todegree specified by powertool chipping, de-scaling,sanding, wire brushing andgrinding, after removal ofdust, surface should have apronounced metallic sheen.

ST.3 SSPC-SP-3 --

3

Dry abrasive Blast cleaning

There are four commongrades of blast cleaning

3.1

White metal

Blast cleaning to white metalcleanliness. Removal of all.visible rust. Mill scale, paint& foreign matter 100%cleanliness with desiredsurface profile.

SA 3 SSPC-SP-5 NACE#1

Where extremelyclean surface can beexpected for prolonglife of paint system.

3.2

Near white metal

Blast cleaning to near whitemetal cleanliness, until atleast 95% of each element ofsurface area is free of allvisible residues with desiredsurface profile. SA 21/4 SSPC-SP-10 NACE#2

The minimumrequirement forchemically resistantpaint systems such asepoxy, vinyl,polyurethane basedand inorganic zinc.silicatelicate paints, alsofor conventional paintsystems used underfairly corrosiveconditions to obtaindesired life of paintsystem.

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

Page 133 of 197

Page 134: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

Isdozesk-r ENGINEERS STANDARD SPECIFICATIONfatalegwv INDIA mem FOR SURFACE PREPARATION

laiRn FRaW !NW) GoA a/ India Undenaly.91 AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 15 OF 59

SI.No. DESCRIPTION

VARIOUS INTERNATIONALSTANDARDS (EQUIVALENT) REMARKS

ISO 8501-1/SIS-05 59 00

SSPC-SP,USA

NACE,USA

3.3

Commercial Blast

Blast cleaning until at leasttwo-third of each element ofsurface area is free of allvisible residues with desiredsurface profile.

SA 2 SSPC-SP-6 NO.3

For steel required tobe painted withconventional paintsfor exposure tomildly corrosiveatmosphere for longerlife of the paintsystems.

3.4

Brush-off Blast

Blast cleaning to white metalcleanliness, removal of allvisible rust, mill scale, paint& foreign matter. Surfaceprofile is not so important

SA 1 SSPC-SP-7 NO.4

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

Page 134 of 197

Page 135: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

15illtea ENGINEERS STANDARD SPECIFICATIONItgai Bakst INDIA map FOR SURFACE PREPARATION

Men eiMEORMCFM (A Govt of India Undertalung) AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 16 OF 59

6.0 PAINT MATERIALS

Paint manufacturers shall furnish the characteristics of all paints materials on original printedliterature, alongwith the test certificate for all specified characteristics given in thisspecification. All the paint materials shall be of first quality and conform to the followinggeneral characteristics as per the tables 6.1, 6.2, 6.3 and 6.4.

PAINT MATERIALS

TABLE No. 6.1 PRIMERS

SI.No.

DESCRIPTION P-2 P-4 P-6 P-7

1 Technical name

Chlorinatedrubber ZincPhosphate primer.

Etchprimer/washprimer

Epoxy zincphosphate primer

ZINGA,LOCKTITE orZRCcold galvanizing

2 Type and composition

Single pack, airdrying chlorinatedrubber basedmediumplasticised withunsaponifiableplasticizer,pigmented withzinc phosphate.

Two packpolyvinyl butyralresin mediumcured withphosphoric acidsolutionpigmented withzinc tetroxychromate.

Two componentpolyamine curedepoxy resinmedium,pigmented withzinc phosphate.

One packSynthetic Resinbased zincgalvanizingcontaining min92% of electrolyticzinc dust of99.95% purity.

3 Volume Solids % 40±3 10±1 50±1 37%

4DFT (Thy Filmthickness) per coat inmicrons

40-45 8-10 40-50 40-50p

5 Theoritical coveringcapacity in M2/coat/ litre 8-10 8-10 8-10 4m2/kg

6 Weight per litre inkgs/litre 1.3±0.05 1.2±0.05 1.4±0.05 2.67 kg at 15°C

7 Touch dry at 30°C(minimum) 30 minutes 2 hrs. After 30 min. 10 minutes

8 Hard dry at 30°C(maximum.) 8 hrs. 24 hrs. 8 hrs 24 hrs.

9 Overcoating interval Min.: 8 hrs Min: 4-6 hrs. Min.:Shrs. Min.:4 hrs

10 Pot life at 30°C for twocomponent paints

NotApplicable Not applicable 6 - 8 hrs. Unlimited

11 Temperature (Resistance(minimum)

60 °CDry service

NADry service

80°CDry service

50°CDry service

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

Page 135 of 197

Page 136: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

15ifiziEgftENIONEERS STANDARD SPECIFICATIONstar taRegWINDIA LIMITED FOR SURFACE PREPARATION

011iTIF01112451W1, (A GM al Se Undertab19) AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 17 OF 59

PAINT MATERIALS

TABLE No. 6.2 FINISH PAINTS

SI.No

DESCRIPTION F-2 F-3 F-6A/I3 F-6C F-7

1 Technical nameAcrylicPolyurethanefinish paint

Chlorinatedrubber basedfinish paint

Epoxy-High Build.coati ngSolvent lessepox coating

High build coaltar epoxycoating.

2 Type andcomposition

Two-packaliphaticisocynatecured acrylicfinish paint.

Single packplasticisedchlorinatedrubber basedmedium withchemical andweatherresistantpigments.

F-6A Two-packAromatic aminecured epoxy resinmedium suitablypigmented.F-6B: polyamidecured epoxy resinmedium suitablypigmented

Two pack,cured withAmineAdduct;catalyzedepoxy resinsuitably.pigmented

Two packpolyamidecured epoxyresin blendedwith coaltarmedium,suitablypigmented

3 Volume Solids % 40 ± 3 38±2 60±3 99+1 65±3

4DFT (Dry Filmthickness) per coat inmicrons

30-40g 30-40 100-125g 200-500 100-125g

5Theoritical coveringcapacity inM2/coat/litre

11-15 11-15 5-6 2-3 5.2-6.5

6 Weight per liter inkgs/litre 1.15±0.03 1.150.03 1.41+0.03 1.40+0.03 1.40±0.03

7 Touch dry at 30°C 30 minutes 30 minutes. 3 hrs. 3 hrs. 4 hrs.

8

Hard dry at 30°C(max)Full cure at 30°C (forimmersion/ hightemperature service)

8 hrs 8 hrs16 hrs

5 days 16 hrs48 hrs

5 days

9 Over-coating intervalat 30°C

Min.12 hrs. Min.:Overnight

Min.: OvernightMax.: 5 days

Min.: 8 hrs.Max.: 48 hrs.

Min.: 24 hrsMax.: 5 days.

10Pot life (approx.) at30°C for twocomponent paints

6-8 hrs. otapplicable 4-6 hrs 30 minutes 4-6 hrs.

11

TemperatureResistance(minimum)

80 °CDry service

min

60 °CImmersion

service80°C

Dry service

120°C(Diyservice),

50°C(Immersion

service)

125°CImmersion

service

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

Page 136 of 197

Page 137: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

Owes ENGINERS STANDARD SPECIFICATIONoges kveg INDIA Limo) FOR SURFACE PREPARATION

Wien diereer eagatale deort d India Undertaking) AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 18 OF 59

PAINT MATERIALS

TABLE No. 6.3 FINISH PAINTS

SI.No DESCRIPTION F-8 F-9 F-11 F-12

1 Technical name

Self priming typesurface tolerant

high build epoxycoating (complete

rust controlcoating).

Inorganic zincsilicate coating

Heat resistantsynthetic mediumbased two pack

Aluminium paintsuitable upto

250°C dry temp.

Heat resistantsilicone

Aluminium paintsu table upto

500 °i C dry temp.

2 Type & composition

Two pack epoxyresin based

suitablepigmented and

capable ofadhering tomanually

prepared surfaceand old coating.

A two pack airdrying self curing

solvent basedinorganic zinc

silicate coating withminimum 80% zinccontent on dry film.

The final cure ofthe dry film shallpass the MEK rub

test.

Heat resistantsynthetic mediumbased two pack

Aluminium paintsuitable upto

250°C.

Single packsilicone resinbased medium

with Aluminiumflakes.

3 Volume Solids % 7813 60±3 3810.03 2012

4DFT (Dry Filmthickness) per coat inmicrons

100-125 65-75p 15-20g 15-20g

5Theoritical coveringcapacity in M2/coat/litre

6.0-7.2 8-9 10-12 8-10

6 Weight per liter inkgs/litre 1.4110.03 2.310.03 0.95±0.03 1.0010.03

7 Touch dry at 30°C(maximum) 3 hrs. 30 minutes. 3 hrs. 30 minutes.

8

Hard dry at 30°C(maximum)Full cure 30°C (forimmersion thightemperature service)

24 hrs

5days

12

NA

12 hrs

NA

24 hrs

NA

9 Over-coating interval Min.: 10 hrs Mm.: 12 hrsMb. . at 20°C& 50 % RH 24 lin Mb.: 24 hrs

10 Pot life at 30°C for twocomponent paints 90 minutes. 4-6 hrs. Not applicable Not applicable

11 TemperatureResistance (minimum)

80 °CDry service

400 °CDry service

250°CDry service

500°CDry service

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

Page 137 of 197

Page 138: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

ate ENGINEERSazir Wear INDIA LIMITED

NOM MN ?AMMO (A GS of kola tAlerlicing)

STANDARD SPECIFICATIONFOR SURFACE PREPARATIONAND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 19 OF 59

PAINT MATERIALS

TABLE No. 6.4 FINISH PAINTS

SI.No

DESCRIPTION F-14 F-15 F-16 F-17

1 Technical name Polyamine curedcoal tar epoxy

Two-componentEpoxy phenoliccoating cured withPolyamine adducthardner system(primer +intermediate coat+ finish paint)

Ambient temperaturecuring Poly Siloxanecoating/High buildcold aapplied inorganiccopolymer basedaluminium coatingsuitable for under.Insulation coating ofCS and SS piping forhigh temperatureservice.

Two componentsolvent free typehigh build epoxyphenolic/novalacepoxy phenoliccoating cured withPolyamine adducthardner system

2 Type & composition

Speciallyformulatedpolyamine curedcoal tar epoxysuitable forapplication underinsulation

Two pack ambienttemperature curingepoxy phenoliccoating systemsuitable forapplication underinsulation ofCS/SS piping

Amercoat 738 fromPPG Protective &Marine Coatings orIntertherm 751 CSA ofInternational (AkzoNobel). Note: 6

Two componentsolvent free typehigh build epoxyphenolic/novalacepoxy phenoliccoating cured withPolyamine adducthardner system

3 Volume Solids % 70±3 70±3 60±2 98-100

4DFT (Dry Filmthickness) per coat inmicrons

100-125 75-100 75-100 125- 150

5Theoritical coveringcapacity in M2/coat/litre

5-8 4-5 7.0- 9.0 6.5 - 8

6 Weight per liter inkgs/litre (mix paint) 1.4540.03 1.650.03 1.3 1.7

7 Touch dry at 30°C(maximum) 4 hrs 3 hrs 1 hr 2 hrs

8

Hard dry at 30°C(maximum)Full cure 30°C (forimmersion Thightemp. service)

24 hrs

168 hrs (7 days)

24 hrs

168 hrs (7 days)

16 hrs

-

24 hrs

168 hrs (7 days)

9 Over-coating interval Min. 6 hrsMax.S days

Min. 36 hrsMax.21 days

Min.16 hrsMax. Not applicable

Min. 16 hrsMax.21 days

10Pot life at 30°C fortwo componentpaints

4 hrs 4-6 hrs 1 hr 1 hr

11

TemperatureResistance

-45°C to 125°Cunder insulationAnd immersion

-45°C to 150°Cunder insulation &

immersion(Note: 5)

upto 400 °C for C.Steel & S. Steel forIntertherm 751 CSAupto 480 °C for C.

Steel & upto 600 °Cfor S. Steel forAmercoat 738

-45°C to 150°C forimmersion service

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

Page 138 of 197

Page 139: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

0151-43-eta ENGINEERSSTANDARD SPECIFICATION

Igtlf Emegw INDIA LIMIIID FOR SURFACE PREPARATIONIMWIFIRMFMWD IA Gobi of Incl. Unded*V AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 20 OF 59

NOTES (for tables 6.1 to 6.4):

Covering capacity and DFT depends on method of application. Covering capacityspecified above are theoretical. Allowing the losses during application, min specifiedDFT should be maintained.

All primers and finish coats should be cold cured and air drying unless otherwisespecified.

All paints shall be applied in accordance with manufacturer's instructions for surfacepreparation, intervals, curing and application. The surface preparation, quality andworkmanship should be ensured. In case of conflict between this specification andmanufacturer's recommendation, the same shall be clarified through EIL SMMSdepartment.

Technical data sheets for all paints shall be supplied at the time of submission ofquotations.

F-15: Two-component Epoxy phenolic coating cured with Polyamine adduct hardnersystem (primer + intermediate coat + finish paint) suitable upto 225°C (Intertherm 228from M/s Akzo Nobel Coatings India Pvt Ltd. Bangalore). For all other companies, thetemperature resistance shall be a maximum of 150°C.

F-16: Ambient temperature curing epoxy poly siloxane Coating or high build coldapplied inorganic co-polymer based aluminium coating.

Amercoat 738 from PPG Protective & Marine coatings. Mumbai, is suitable up to480°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 & SSsurfaces.

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

Page 139 of 197

Page 140: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

fit ENGINEERS STANDARD SPECIFICATIONligar ta2eg ie INDIA LIMITED FOR SURFACE PREPARATION

1 11101.124112=3WRI■ IA Gen a/ Ind4a Undertalng) AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 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 befollowed

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 alllocations (Inland or coastal)

Notes:

Coating systems (Primers, Finish Paints etc.) based on Areaclassification/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 bedone as per Table 7.2.

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

Page 140 of 197

Page 141: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

el ENGINEERS STANDARD SPECIFICATION

lita Raft INDIA LIMITED FOR SURFACE PREPARATION

imeneRanuoim IA GNI d Undertakng) AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 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

P-7Single pack, cold galvanizing compounds containing minimum 92% electrolytic zinc in dry film.

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

F-16Engineered Epoxy poly Siloxane Coating or high build cold applied inorganic co-polymer based

aluminium coating

F-17Two component solvent free type high build epoxy phenolic/novalac epoxy phenolic coating cured

with Polyamine adduct hardener system

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

Page 141 of 197

Page 142: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

latrazieLre ENGINEERS STANDARD SPECIFICATIONlgaf Efieg NDIA LIMITED FOR SURFACE PREPARATION

lageR21201701JMAI (A Govt Lea Undertakin) AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 23 OF 59

TABLE 7.2 REPAIR OF PRE-ERECTION/PRE-FABRICATION OR SHOP PRIMERAFTER ERECTION/WELDINGFor all un-insulated CS, LTCS & low allow steel items in all Environments

SI.No. Design Temp. in °C Surface

Preparation Coating SystemTotal DFTin Microns

(min.)Remarks

7.2.1 -90 to 400 SSPC-SP-3 1 coat of F-9 65-75 See notebelow 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 tablesshall be done for all the items to be painted. In case the damages of primer are severe and spreadover large area, entire primer shall be removed by blasting to achieve SSPC-SP-10 and surfacesto be primed again with F-9 or F-12 as applicable.

TABLE 8.0 COATING SYSTEM FOR GRATINGS, ROLLING & STATIONERYLADDERS, SPIRAL STAIRWAYS AND HAND RAILS IN ALL LOCATION

SI.No.

DesignTemp. in

°CCoating System Total DFT

in Microns (min.)

8.1 Up to 60

Hot Dip Galvanizing to 80-85 microns (600-610gm/m2)as per IS 4759, 2629, 4736, 2633 +

1 coat of P-6 @ 40u DFT/coat + 1 coat of F-2 @ 40microns DFT/coat

80 microns of finish coat(excluding the thickness of(excluding

)

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 becarried 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 topcoated with paint system as given in Table 8.0 above (i.e., 1 coat of P-6 @ 40g DFT/coat + 1coat 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 142 of 197

Page 143: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

PlitiegaENONIEERS STANDARD SPECIFICATIONOga ft W INDIA UMITED FOR SURFACE PREPARATION

AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 24 OF 59

lam mewl:limn.) IA Gal of w. undmanno

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*

SI.No.

DesignTemp. in

° C

SurfacePreparation &

Pre-erection/ShopPrimer

Coating System(Post-erection / Field)

Total FinalDFT

in Microns(min.)

RemarksPrimer Finish Coat

9.1 -90 to -15SSPC-SP-10;

lcoat of F-9 @65-75p DFT/coat

None None 65-75No over-coating to bedone on

lead to mudcracking.

F-12 shall beambienttemperaturecuring type

9.2 -14 to 60SSPC-SP-10;

1 coat of F-9 @65-75p DFT/coat

None I coat of F-2 @40p DFT/coat

F-9 as it will105-115

9.3 61 to 80SSPC-SP-10;

lcoat of F-9 @65-75g OFT/coat

None 1 coat of F-2 @40g DFT/coat 105-115

9.4 81 to 250SSPC-SP-10;

I coat of F-9 @65-75p DFT/coat

None

2 coats of F-1120p

DFT@/coat;(2x20=40)

105

9.5 251 to 400SSPC-SP-10;

1 coat of F-9 @65-75p DFT/coat

None

2 coats of F-12@ 20p

DFT/coat(2x20=40)

105-115

9.6 401 to 550SSPC-SP-10;

lcoat of F-12 @20g DFT/coat

None2 coats of F-12@20g DFT/coat

(2x20=40)60

* Flare line within unit or offsite areas shall be coated as per Clause 10.3 of Table 10.0, buthaving 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 moreitems for a particular contract where these specifications are used. The Contractor is fullyresponsible for completing painting including prefabrication primer for all the items suppliedand 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 notbe repeated again in the field. In case the damages of primer are severe and spread over largeareas, 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 theAluminum paint as per the Color coding requirement for specific service of piping given inClause 19.0.

4 All coating system including surface preparation, primer, and finish coat for piping shall be doneat field only.

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

Page 143 of 197

Page 144: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

15Naega- ENGNEERSSTANDARD SPECIFICATION

5litaf talateltli INDIA LMTED FOR SURFACE PREPARATIONeRternorni IA God al Indo Undenalogl AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 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 alloysteels (note-1)

SI.No.

DesignTemp. in °C

Surface Preparation &Pre-erection/Shop

Primer

Coating System(Post-erection / Field)

Total DFTin

Microns(min.)

RemarksPrimer Finish Coat

10.1 -90 to -15SSPC-SP-10;

lcoat of F-9 @65-75g DFT/coat

None None 65-75No over-

coating to bedone onF 9 as it willlead to mudcracking.

temperaturecuring type

c) Finish coatincludingprimercompatiblewith finishcoat (i.e. fieldprimer) shallbe applied atsite only.Finishcoating is notpermitted atequipmentmanufactureshop.

10.2 -14 to 80SSPC-SP-I 0;

lcoat of F-9 @65-75p DFT/coat

1 coat of P-6@ 40 p

DFT/coat

2 coats of F-6A@ 100 g

DFT/coat + 1coat of F-2 @4 0p DFT/coat;(2x100 + 40=

240)

F-12 shallbe ambient

345_355

10.3 81 to 400SSPC-SP-10;

lcoat of F-9 @65-75p DFT/coat

None

2 coats of F-12@ 20p

DFT/coat2x20=40

105-115

10.4 401 to 550SSPC-SP-10;

lcoat of F-12 @20p DFT/coat

None

2 coats of F-12@ 20p

DFT/coat;(2x20=40)

60

NOTES:

The list of items given in the heading of the above table is not exhaustive. There may be moreitems for a particular contract where these specifications are used. The Contractor is fullyresponsible for completing painting including prefabrication primer for all the items suppliedand 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 notbe 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 144 of 197

Page 145: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

ail-ileaENGINEERS STANDARD SPECIFICATION Eififtw INDIA LIMITED FOR SURFACE PREPARATION

imprriWREM3001411 (A GS of In& Undertalargl AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 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 surfacewithout 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 of200 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 theAluminum paint as per the Color coding requirement for specific service of piping given inClause 19.0.

All coating system including surface preparation, primer, finish coat for piping shall be done atsite/field only.

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

Page 145 of 197

Page 146: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

OWIETte. ENONEERS STANDARD SPECIFICATION1ga fa2e3 WV INDIA LIMITED FOR SURFACE PREPARATION

Olen eiROIMMICR)A GM a/ Incia Undertalong) AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 27 OF 59

TABLE 11.0 COATING SYSTEM FOR EFFLUENT TREATMENT PLANT (ETP)

SI.No.

Design Temp.in °C Surface Preparation

Coating System TotalDFT inMicrons(min.)

RemarksPrimer Finish Coat

11.1For Extemal Surfaces of C.S./M.S. items: Screens, Walk way bridges, Baffles, Dual media filters,Vertical pumps, piping in treated effluent sump, bio sludge pump, Screw pump and pump house, CStanks, sumps and vessels.

-14 to 80 SSPS-SP-101 coat of F-9@ 65-75gDFT/coat

2 coats ofF-6A @100gDFT/coat + 1

of F-2 @coat40g

DFT/coat;(2x100+40=2

40)

305-315 -

11.2 For Internal Surfaces of CS/MS Items: Bio-sludge sump, Fil er feed sump, Process sump, Sanitarysump, Transfer ump, Sludge, Slop oil tank, scrapping mechanism in Clarifier

-14 to 80 SSPS-SP-101 coat of F-9@ 65-75gDFT/coat.

3 coats ofF-6A @100g

DFT/coat(3x100=300)

365-375 Note:1

11.3 All R.C.C./concrete surfaces exposed to effluent water / liquid such as tanks, structures, drains etc. inProcess sump, TPI separator (Process and Oil), Aeration Tank and Transfer sump etc.

-14 to 80

Blast cleaning to SSPC-SPguide lines and Acidetching with 10-15% HCIacid followed by thoroughwater washing.

Epoxy Screed lining

applied as per

3mm

Epoxy screedlining shall be

specificmanufacturerand Engineer-in-Chargeinstructions

11.4 C.S/M.S Dual media filters (Internal), Chemical dosing tanks(intemal such as Di-AmmoniumPhosphate (DAP) and Urea

Up to 60 SSPC-SP-10Natural Rubber Lining(As per IS 4682, Part 1) 4.5mm

NaturalRubber lining

shall beapplied as per

specificmanufacturerand Engineer-

in-Chargeinstructions

NOTES

1. The paint /coating manufacturers shall provide their Quality control test certificate of coatingmaterials (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 146 of 197

Page 147: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

azdZICS ENGNEERS STANDARD SPECIFICATIONOa' 111e W INDIA LIMITED FOR SURFACE PREPARATION

(02,121POIRCOMWM (A Sort el In& Undeftmg ) AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 28 OF 59

TABLE 12.0 EXTERNAL COATING SYSTEMS FOR UNINSULATED CARBON STEELAND LOW ALLOY STEEL STORAGE TANKS (For all plant locations, coastalor inland)

All Process Units & Off-sites

SI.No.

Design Temp.in °C

SurfacePreparation

(Field)

Coating system (Field)(see note 1 below)

TotalDFT

inMicrons(min.)

Remarks

Primer Finish Coat

12 1'All external surfaces of shell, wind girders, appurtenances, roof tops of all above ground tank including top

.side of external and internal floating roof and associated external structural works.

12.1.1 -14 to 80 SSPC-SP-10lcoat of F-9 @ 65-75pDFT/coat + lcoat of P-6@ 40p DFT/ coat ;

2 coats of F-6A @100p DFT /coat + 1coat of F-2 @ 40pDFT/ coat;

345-355

F-6 shouldbe suitable

foroccasional

waterimmersion

12.1.2 81 to 150 SSPC-SP-101 coat of F-15 primer @80p DFT/ coat + 1 coatof F-15 intermediatecoat @ 80p DFT/coat ;

1 coat of F-15 finishcoat @80p DFT/ coat +lcoat of F-2 @ 40pDFT/ coat;

280 -

12.1.3 151 to 500 SSPC-SP-10 lcoat of F-9 @ 65-75pDFT/coat

2 coats of F-12 @20 pDFT/ coator

1 coat of F-16 @ 50 pDFT / coat

105or

115 -

12.2 External surfaces of bottom pla e (soil side) for all storage tanks.

12.2.1 -14 to 80 SSPC-SP-10 1 coat of F-9 @65-75p DFT/ coat

3 coats of F-7@ 100pDFT/coat (3x100=300)

365_375

F-7 shouldbe suitable

forimmersionservice of

theproducts

given

12.2.2 81 to 150 SSPC-SP-10

1 coat of F-15 primer @80p DFT/ coat + 1 coatof F-15 intermediatecoat @ 80p DFT/coat ;(80+80=160)

1 coat of F-15 finishcoat @ 80p DFT/ coat 240 -

12.2.3 151 to 550 SSPC-SP-10 1 coat of F-16 @ 125 pDFT /coat

1 coat of F-16 @ 125 pDFT /coat 250 -

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 147 of 197

Page 148: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

5Rizth ft ENGINEERS

1@U Elffleg NDIA LIMITED

leiarr FIROIMIWII IA Gut d India Undedalung)

STANDARD SPECIFICATIONFOR SURFACE PREPARATIONAND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 29 OF 59

For CSSSPC SP-6Commercial

Productsfrom

JOTUN or

12.3.1 -180 to 650 Blast 1 coat of inert polymericmatrix coating @ 125 u

2 coats of inertpolymeric matrixcoating @ 125 Ft

350-400

HI-TEMPcoatings or

SKFORMULA TIONS are

recommended.

For SSSSPC SP-1with non-chlochloridesolvent

NOTES

All paint coating application including primer for tankage shall be carried out at field aftererection 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 WeldHeat 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 bottomplate, 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 148 of 197

Page 149: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

151fizieta ENCINEERS STANDARD SPECIFICATION

Oga tiRegs INDIA LMTED FOR SURFACE PREPARATIONINF 212(INVINMER) (A Gout of kb Undettiong) AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 30 OF 59

TABLE 13.0 INTERNAL COATING SYSTEMS FOR CARBON STEEL AND LOW ALLOYSTORAGE TANKS

All Process Units & Off-sites

SI.No.

DesignTemp. in °C

SurfacePreparation

(Field)

Coating system (Field)(see note 1 below)

TotalDFT

inMicrons(min.)

Remarks

Primer Finish Coat

CRUDE OIL, ATF, TURPENTINE OIL, LUBRICAT NG OIL AND VEGETABLE OILUnderside 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-15intermediate coat @

13.1.1 -14 to 90 SSPC-SP-10 1 coat of F-15 primer a—800 DFT/ coat 800 DFT/coat + 1 coat

of F-15 finish coat @240-300 -

80p DFT/ coat,

PETROLEUM PRODUCTS & INTERMEDIATES like LDO, HSD , GAS OIL, FEEDS ofFCC-PC, FCC-LCO, VGO-HDT, ISOM, DHDT, REFORMATE, DCU, NHT & GASOLINE,

13.2 NAPHTHA, ISOMERATE AND KEROSENE.Underside of Floating roofs, internal surface of cone roof, inside of bottom plate, internal surfaces ofBare shell for full height, underside of floating roof, oil side surfaces of deck plates, oil side surfaces ofpontoons, support structures and ladders etc.

13.2.I -14 to 45 SSPC-SP-10 I coat of F-9 @

75 0 DFT/coat - 75 Note 2

1 coat of F-15

13.2.2 46 to 90 SSPC-SP-10 1 coat of F-15 primer @

80p DFT/ coat

intermediate coat @80p DFT/coat + 1 coatof F-15 finish coat @

240-300 -

800 DFT/ coat;

13.3 POTABLE AND FIRE WATERAll internal surfaces, accessories and roof structures of Cone and Dome roof tanks

13.3.1 -14 to 60 SSPC-SP-10 1 Coats of P-6 @

100 0 DFT/coat;

2 Coats of F-6A @1000 DFT/ Coat;

(2x100=200)300-350 Note-4

13.4 DE-MINERALIZED (DM) WATERAll internal surfaces, accessories and roof structures of Cone and Dome roof tanks

13.4.1 -14 to 60 SSPC-SP-i0 1 Coats of P-6 @

1000 DFT/coat;

2 coats of F-6C @200p DFT/ coat;

(2x200=400)400-450 -

1 coat of F-15intermediate coat @

13.4.2 61 to150 SSPC-SP-10 1 coat of F-15 primer @

800 DFT/ coat800 DFT/coat + 1 coatof F-15 finish coat @ 240-300

800 DFT/ coat;(80+80=160)

13.5 HYDROCHLORIC ACID (HCI) 10 %All internal surfaces, accessories and roof structures of Cone and Dome roof tanks

13.5.1 -14 to 60 SSPC-SP-10 None Natural Rubber Lining 4.5 mm -

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

Page 149 of 197

Page 150: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

ofteiftENGINEERS STANDARD SPECIFICATIONogaiEgRegewr INDIA um-rED FOR SURFACE PREPARATION

114M MK,'"UMR0 IA GS of Undertaiong) AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 31 OF 59

13.6AGGRESSWE SOLVENTS LIKE HEXANE, HEXENE, BENZENE, XYLENE AND TOLUENEAll internal surfaces, accessories and roof structures of Cone and Dome roof tanks

13.6.1 -14 to 65 SSPC-SP-10 1 coat of F-9 @ 75p

DFT/ coat --- 75

13.7 ETHYLENE GLYCOL (EG) TANKSInternal shell-full height, bottom plate, underside of roof and all accessories

13.7.1 All SSPC-SP-10 None

3 coats of vinylchloride co-polymerAMERCOAT 23 @

75p /Coat;(3x75=225)

225 -

13.8 Inside pontoon and inside of double deck of all floatingroofs13.8.

1 - 14 to 80 SSPC-SP-3 1 coat of F-8 @ 100p 1 coat of F-8 @ 100pDFT/coat DFT/coat 200

13.9 WET SLOPS, AMINE soluCons, SOUR WATER , WATER DRAW OFFAll internal surfaces, accessories and roof structures of Cone and Dome roof tanks

13.9.1 -14 to 90 SSPC-SP-]0 1 coat of F-15 primer @

80p DFT/ coat

1 coat of F-15intermediate coat @

80p DFT/coat + 1 coatof F-15 finish coat @

80p DFT/ coat;(80+80=160)

240

13.10

VACUUM RESIDUE, FUEL OIL , DRY SLOP, BITUMEN AND OTHER HIGH TEMPERATUREHYDROCARBON LIQUIDSUnderside of floating roof, internal surface of cone roof, bottom plate, inside of bare shell — includingwetted and non wetted surfaces, oil side surfaces of deck plates, oil side surfaces of pontoons, roofstructures, structural steel and ladders

13.10.1 Up to 150°C SSPC-SP-10 1 coat of F-17 primer

@ 125p DFT/ coat

1 coat of F-17intermediate coat @

125p DFT/coat + 1 coatof F-17 finish coat@125p DFT/ coat.

(125+125=250)

375 _.. N..ote:3

13.11 ALKALIS UP TO 50 % CONCENTRATIONAll internal surfaces, accessories and roof structures of Cone and Dome roof tanks

13.111 Up to 60°C SSPC-SP-10 1 coat of F-15 primer

80p DFT/ coatmer @ 2 Coats of F-6 A @

100p DFT/coat;(2x100=200)

280-100 -

NOTESI. 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 designtemperature 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 authoritycertification.

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

Page 150 of 197

Page 151: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

ateaftINGINEERSSTANDARD SPECIFICATION

Igar fitileuW WA LIMITED FOR SURFACE PREPARATIONIiik717421191PONAZIPI) IA GM al Ma Undslasn91 AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 32 OF 59

TABLE 14.0 COATING SYSTEMS FOR EXTERNAL SIDE OF UNDERGROUNDCARBON STEEL PLANT PIPING AND UNDERGROUND VESSELS

SI.No.

DesignTemp. in

°C

SurfacePreparation

&Shop Primer

Coating system (Field) Total FinalDFT

in Microns(min.)

RemarksSurfacePreparation &

min.)Finish Coat

14.1 Underground carbon steel plant piping

14.1.1 25 to 65 ---

SSPC-SP-10;

1 coat of syntheticfast drying primer25 @it DFT/ coat

I layer of coaltar tapecoating @ 2mm +1

coat of synthetic fastdrying primer 25 @u

OFT/ coat + 1 layer ofcoal tar tape coating @

2mm /layer as perEIL Standard

Specification No6-79-0011

4 mm

The primerDFT is notmeasurable.

Reconciliationprimer shallbe done bycoverage of

maximum 10sq.m/litre

14.2.1 66 to 150 ---

SSPC-SP-10;

1 coat of F-17primer @ 125u

DFT/ coat

1 coat of F-17intermediate coat @125u DFT/coat + Icoat of F-17 finish

coat @125u DFT/ coat

375 -

14.2.2 151 to 400 ---

SSPC-SP-10;

1 coat of F-I6primer @l25µ

DFT/ coat

1 coat of F-16 finishcoat @125u DFT/ coat 250 -

14.3 External side of un-insulated underground storage vessels

14.3.1 -40 to 80

SSPC-SP-10;

I coat of F-9@

65-75u DFT/coat

-- 3 coats of F-7 @ 100uDFT/coat 365-375 -

14.3.2 81 to 150

SSPC-SP-10;

1 coat of F-17primer @

125u DFT/coat

---

I coat of F-17intermediate coat @125u DFT/coat + 1coat of F-17 finishcoat @12512 DFT/ coat

375 -

143.3 151 to 400

SSPC-SP-10;

I coat of F-16primer @

125u DFT/coat

--- 1 coat of F-16 finishcoat @125u DFT/ coat 250 -

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

Page 151 of 197

Page 152: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

sfillteifitENONEERS STANDARD SPECIFICATIONazo eies INDIA utsiTED FOR SURFACE PREPARATION

IMIPWd3,0111 IA GOA d loan Undeglaan9) AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 33 OF 59

TABLE 15.0

COATING UNDER INSULATION (COASTAL OR INLAND PLANTS). ALLUNITS AREAS & OFF-SITESFor insulated Piping, Equipments, Storage vessels, tanks, Columns etc of CarbonSteel, LTCS, Low Alloy Steel & Stainless Steels

SI.No.

DesignTemp. in °C

SurfacePreparation &

Pre-erection/Shop

Primer

Coating System(Post-erection / Field)

TotalFinalDFT

inMicrons(min.)

RemarksPrimer/

Intermediate Finish Coat

15.1 Carbon steel, LTCS and low Alloy steel Piping

15.1.1 -45 to 120SSPC-SP-10;

'coat of F-15 @75p DFT/coat

1 coat of F-15 @75p DFT/coat

2 coats of F-15 @75p DFT/coat;

(2x75= 150)225- 250 -

15.1.2 121-540SSPC-SP-10;

'coat of F-12 @20p DFT/coat

None2coat of F-I2 @20p DFT/coat;

(2x20=40)60 -

15.2 Carbon steel, LTCS and low Alloy steel - Storage vessels, Reactors, Columns & Equipments

15.2.1 -45 to 120SSPC-SP-10;

'coat of F-15 @75p DFT/coat

1 coat of F-15 @75p DFT/coat

2 coats of F-15 @75p DFT/coat;

(2x75= 150)225- 250 -

15.2.2 121 to 540

Temporary oilbased varnishcoating to beprovided fortransport and

storage

Thermally Sprayed Aluminium coating(TSAC)

Refer ANNEXURE-I - -

153 Stainless Stee (SS) including Alloy-20 piping (Note:2)

15.3.1 -180 to Zero

For CSSSPC SP-6

Commercial Blast 1 coat of inertpolymeric matrixcoating @ 125 p

2 coats of inertpolymeric matrixcoating @ 125 p

350-400

Products fromJOTUN or HI-

TEMP coatings orSK

FORMULATIONSare recommended.

For SSSSPC SP-1 with

non-chloridesolvent

15.3.2 0 to 125

SSPC-SP-10(15-25p surface

profile)1 coat of F-15@80 p DFT/coat

1 coat of F-15intermediate coat

@80 p DFT/coat

1 coat of F-15finish coat@ 80

p DFT/coat;240

If the piping &equipments arealready erected

then surface shallbe prepared bycleaning with

emery paper and wash/flush with

chloride free DMwater followed by

wiping withorganic solvent

15.3.3 126 to 400SSPC-SP-10

1 coat of F-16 @125 g DFT/coat

None 1 coat of F-16 @125 0 DFT/coat 250

Not recommendedfor operatingtemperature

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

Page 152 of 197

Page 153: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

laizEtha ENGINEERS STANDARD SPECIFICATIONGlga tiOtegmv INDIA UNITED FOR SURFACE PREPARATION

1011PFT 21R077 ttUatf 0 IA Govl of Yea Undetlicingi AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 34 OF 59

15.3.4 401 to 600

SSPC SP-10;1 coat of

Amercoat 738@125 it DFT/coat

NoneI coat of

Amercoat 738@125 g DFT/coat

250

between60 - 120 °C

15.4 Coating system for Cyclic Service of Carbon Steel, LTCS, Low Alloy Steel & Stainless Steel

15.4.1 - 40 to 150

SSPC-SP-10(15-25g surface

profile)1 coat of F-15 @80 p DFT/coat

1 coat of F-15intermediate coat@ 80g DFT/coat

1 coat of F-15finish coat @

80m DFT/coat;240

Apcothem EPN200 of M/s Asian

Paints LtdOR

Equivalent

15.4.2 -180 to 650

For CSSSPC SP-6

Commercial Blast 1 coat of inertpolymeric matrixcoating @ 125 g

2 coats of inertpolymeric matrixcoating @ 125 g

350-400

Products fromJOTUN or HI-

TEMP coatings orSK

FORMULATIONSare recommended.

For SSSSPC SP-1 with

non-chloridesolvent

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 oxidegrits/shots or garnet.

3. In case of overlapping of temperature ranges as mentioned in 15.4.1 and 15.4.2, clause 15.4.1shall be followed.

TABLE 16.0 COATING SYSTEM FOR CARBON STEEL COMPONENTS OF COOLERS /CONDENSERS (INTERNAL PROTECTION) FOR FRESH WATER SERVICEFresh Water boxes, channels, partition plates, end covers and tube sheets etc.

SI.No.

DesignTemp. in .C

Surface Preparation& Pre-erection/Shop

Primer

Coating System(Post-erection / Field)

TotalFinal DFTin Microns

(min.)

RemarksPrimer Finish paint

16.1 Up to 80 °C SSPC-SP-10 1 coat of F-15@ 80 microns

2 coats of F-15 @80p DFT/coat; 240

16.2 80 to 140 SSPC-SP-10

1 coat of GlassFibre ReinforcedNovolac epoxy of

1.5 mm DFT

1500 -

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

Page 153 of 197

Page 154: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

laitairiENONEERS STANDARD SPECIFICATION5fgaitameni, INDIA umiTED FOR SURFACE PREPARATION

MR" eleanSFM (A Gm 0/ India Undertiongi AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 35 OF 59

TABLE 17.0 COATING SYSTEM (INTERNAL PROTECTION) FOR GALVANIZED ORNON FERROUS OR STAINLESS STEEL/ DUPLEX STAINLESS STEELCOMPONENTS OF COOLERS/ CONDENSERS FOR FRESH WATERSERVICE

SI.No.

DesignTemp. in °C

Surface Preparation& Pre-erection/Shop

Primer

Coating System(Post-erection / Field)

Total FinalDFT

in Microns(min.)

RemarksPrimer Finish paint

17.1 Up to 80 Sweep Blasting 1 coat of F-15 @80g DFT/coat;

1 coat of F-15 @80g DFT/coat; 160 -

17.2 80 to 140 Sweep Blasting ---

I coat of GlassFibre ReinforcedNovolac epoxy of

1.5 mm DFT

1500 -

18.0 STORAGE

18.1 All paints and painting materials shall be stored only in rooms to be arranged by contractorand approved by Engineer-in-charge for the purpose. All necessary precautions shall betaken to prevent fire. The storage building shall preferably be separate from adjacentbuilding. A signboard bearing the word "PAINT STORAGE - NO NAKED LIGHT -HIGHLY INFLAMABLE" shall be clearly displayed outside. Manufacturer'srecommendation shall be followed for storage of paint materials.

19.0 COLOUR CODE

The following colour coding system shall be followed. However alternate colour coding mayalso 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 bandssuperimposed over the ground colour. The ground colour identifies the basic nature of theservice 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. Forinsulated lines ground colour shall be provided as per specified length and interval to identifythe basic nature of service and secondary colour bands to be painted on these specified lengthto identify the particular service. Above colour code is applicable for both unit and offsitepipelines.

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

Page 154 of 197

Page 155: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

,S RS STANDARD SPECIFICATION0?atitatuvoy INDIA LIMITED FOR SURFACE PREPARATION

Sifflirel3qtall IA Govt d Irda Undenkr9) AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 36 OF 59

COLOUR CODING

SR.No.

SERVICE RECOMMNDED COLOUR FORPAINT SYSTEM

RAL COLOUR CODE

BASECOLOUR

BANDCOLOUR

HYDROCARBON LINES (UNINSULATED)

1 CRUDE SOUR Dark Admiralty grey with 1 orange band 7012 20112 CRUDE SWEET Dark Admiralty grey with I red band 7012 30013 LUBE OILS Dark Admiralty grey with 1 green band 7012 60104 FLARE LINES Heat Resistant Aluminium 90065 LPG Orange with 1 oxide red band 2011 30096 PROPYLENE Orange with 2 blue bands 2011 50137 NAPTHA Orange with 1 green band 2011 60108 M.S. Orange with 1 dark admiralty grey band 2011 70129 AV.GASOLINE (96 RON) Orange with 1 band each of green, white

and red bands2011 6010 9010 3001

10 GASOLINE (regular, leaded) Orange with 1 black band 2011 900511 GASOLINE (premium,

leaded)Orange with 1 blue band 2011 5013

12 GASOLINE (white) Orange with 1 white band 2011 901013 GASOLINE (Aviation

100/130)Orange with 1 red band 2011 3001

14 GASOLINE (Aviation115/145)

Orange with 1 purple band 2011 4006

15 N-PENTANE Orange with 2 blue bands 2011 501316 DIESEL OIL (White) Oxide red with 1 white band 3009 901017 DIESEL OIL (Black) Oxide red with 1 yellow band 3009 102318 KEROSENE Oxide red with 1 green band 3009 601019 HY.KEROSENE Oxide red with 2 green bands 3009 601020 DISUFIDE OIL (EX-

MEROX)Oxide red with 1 black band 3009 9005

21 M.T.0 Oxide red with 3 green bands 3009 601022 DHPPA Oxide red with 2 white bands 3009 901023 FLUSHING OIL Oxide red with 2 black bands 3009 900524 LAB FS Oxide red with 2 dark admiralty grey

bands3009 7012

25 LAB RS Oxide red with 3 dark admiralty greybands

3009 7012

26 LAB (Off. Spec) Oxide red with 1 light grey band 3009 703527 N-PARAFFIN Oxide red with 1-blue band 3009 501328 HEAVY ALKYLATE Oxide red with red band 3009 300129 BLOW DOWN, VAPOR

LINEOff white / Aluminum with 1-Brownband

9006 8004

30 SLOWDOWN Off white / Aluminum with 2 brownbands

9006 8004

31 A.T.F. Leaf brown with 1 white band 8003 901032 TOULENE Leaf brown with 1 yellow band 8003 102333 BENZENE Leaf brown with 1 green band 8003 601034 LAB PRODUCT Leaf brown with 1 blue band 8003 501335 FUEL OIL Black with 1 yellow band 9005 1023

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

Page 155 of 197

Page 156: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

OfraeliftENGINEERS STANDARD SPECIFICATIONogeg gaituw INDIA umn-ED FOR SURFACE PREPARATION

INIMMER1101MOR0 IA GOA d India Undedakingl AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 37 OF 59

36 FULE OIL (Aromatic rich) Black with 2 yellow bands 9005 102337 ASPHALT Black with 1 white band 9005 901038 SLOP AND WASTE OILS Black with 1 orange band 9005 201139 SLOP AROMATICS Black with 2 orange bands 9005 2011

CHEMICAL LINES

40 TRI-SODIUM PHOSPHATE Canary yellow with 1 violet band 1012 500041 CAUSTIC SODA Canary yellow with 1 black band 1012 900542 SODIUM CHLORIDE Canary yellow with 1 white band 1012 901043 AMMONIA Canary yellow with 1 blue band 1012 501344 CORROSION INHIBITOR Canary yellow with 1 Aluminum band 1012 900645 HEXAMETA PHOSPHATE Canary yellow with 2 black bands 1012 900546 ACID LINES Golden Yellow with 1 red band 1004 300147 RICH AMINE Canary yellow with 2 blue bands 1012 501348 LEAN AMINE Canary yellow with 3 blue bands 1012 501349 SOLVENT Canary yellow with 1 green band 1012 601050 LCS Canary yellow with 1 smoke grey 1012 7031

WATER LINES

51 RAW WATER Sky blue with 1 black band 5015 900552 INDUSTRIAL WATER Sky blue with 2 signal red band 5015 300153 TREATED WATER Sky blue with 1 oxide red band 5015 300954 DRINKING WATER Sky blue with 1 green band 5015 601055 COOLING WATER Sky blue with 1 light brown band 5015 101156 SERVICE WATER Sky blue with 1 signal red brown 5015 300157 TEMPERED WATER Sky blue with 2 green bands 5015 6010

58 DM WATER Sky blue with 1 aluminum band 5015 900659 DM WATER ABOVE 150°F Sky blue with 2 black bands 5015 9005

60 SOUR WATER Sky blue with 2 yellow bands 5015 101361 STRIPPED WATER Sky blue with 2 blue bands 5015 501362 ETP TREATED WATER Sky blue with 2 oxide red bands 5015 3009

FIRE PROTECTION SYSTEM (ABOVE GROUND)

63 FIRE WATER FOAM &EXTINGUISHERS

Post office red 3002

AIR & OTHER GAS LINES (UNINSULATED)

64 SERVICE MR Sea green with 1 signal red band 6018 300165 INSTRUMENT AIR Sea green with 1 black band 6018 900566 NITROGEN Sea green with 1 orange band 6018 201167 FREON Sea green with 1 yellow band 6018 102368 CHLORINE Canary yellow with 1 oxide band 1012 300969 SO2 Canary yellow with 2 white bands 1012 901070 H2S Orange with 2 red oxide bands 2011 300971 GAS (Fuel) Orange with 1 aluminum band 2011 900672 GAS (Sour) Orange with 2 aluminum bands 2011 9006

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

Page 156 of 197

Page 157: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

olgra14 ENGINEERS STANDARD SPECIFICATIONogatimever NA UNITED FOR SURFACE PREPARATION

1 4*Vi MeRnm agara) (AGutsneauncleilaking) AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 38 OF 59

73 GAS (Sweet) Orange with 2 signal red band 2011 300174 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 102376 MP STEAM Off white / Aluminum with 1 red band 9006 300177 MLP STEAM Off white / Aluminum with 1 orange band 9006 201178 LP STEAM Off white / Aluminum with 1 light green

band9006 6021

79 CONDENSATE Sky blue with 1 white band 5015 901080 CONDENSATE ABOVE

150°FSky blue with 3 oxide red band 5015 3009

81 BFW Sky blue with 2 red bands . 5015 3001Note: For all insulated steam lines, the colour coding shall be follow as given for un insulated lines with thespecified length of color bands.

INSULATED HYDROCARBON PIPING

82 IFO SUPPLY 1Black ground colour with 1 yellow bandin centre 102390059

83 IFO RETURN Black ground colour with 1 green band incentre

9005 6010

84 HPS Black ground colour with 1 red band incentre

9005 3001

85 BITUMEN Black ground colour with 2 red bands incentre

9005 3001

86 CLO Black ground colour with 1 brown bandin centre

9005 8004

87 VB TAR Black ground colour with 2 brown bandsin centre

9005 8004

88 VR AM (BITUMEN / VBUFEED)

1 Black ground colour with 1 blue bandin centre

9005 5013

89 VR BH 1 Black ground colour with 2 blue bandsin centre

9005 5013

90 VAC. SLOP 1 Black ground colour with 1 white bandin centre

9005 9010

91 SLOP 1 Black ground colour with 1 orange bandin centre

9005 2011

92 CRUDE SWEET 1 Dark admiralty grey ground colour with1 red band in centre

7012 3001

93 CRUDE OUR 1 Dark admiralty grey ground colour with1 orange band in centre

7012 2011

94 VGO / HCU 1 Oxide red ground colour with 2 steelgrey bands in centre

3009 7011

95 OHCU BOTOM / FCCUFEED

1 Oxide red ground colour with 2 steelgrey bands in centre

3009 7011

UNINSULATED EQUIPMENTS, TANKS AND STRUCTURES

96 HEATER STRUCTURE Steel grey 701197 HEATER CASING Heat resistant aluminium 900698 VESSELS & COLUMNS Aluminium 9006

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

Page 157 of 197

Page 158: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

15ilfraqt ENGINEERSSTANDARD SPECIFICATION

igeg Eveglief INDIA umiTED FOR SURFACE PREPARATIONINA/ 2ROWMACNI) IA Cal el India Undertaking) AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 39 OF 59

99 HYDROGEN BULLETS Pink 3014100 LPG VESSELS Oxide red 3009101 SO2 VESSEL Canary yellow 1012102 HEAT EXCHANGER Heat resistant aluminium 9006103 FO TANK AND HOT

TANKSBlack 9005

104 ALL OTHER TANKS Aluminum / Off white 9006105 CAUSTIC / AMINE / ACID

TANKSGolden yellow 1004

106 SOUR WATER Sky Blue 5015107 OUTER SURFACE IN

BOILER HOUSEHeat resistant aluminum 9006

108 COMPRESSORS ANDBLOWERS

Dark admiralty grey 7012

109 PUMPS Navy blue 5014110 MOTORS & SWITCH GEAR Bluish green 5024111 HAND RAILING Signal red 3001112 STAIRCASE, LADDER

AND WALKWAYSBlack 9005

113 LOAD LIFTINGEQUIPMENT ANDMONORAILS ETC

Leaf brown 8003

114 GENERAL STRUCTURE Black 9005

PIPES AND FITTINGS OF ALLOY STEEL AND SS MATERIAL IN STORE

115 IBR Signal red 3001116 9Cr-lMo Verdigris green 6021117 5Cr-0.5Mo Satin blue 5012118 2 1 ,4Cr-1 Mo Aircraft yellow 1026119 1,,4Cr- 1/2 Mo Traffic Yellow 1023120 SS-304 Dark blue grey 5008121 SS-316 Dark violet 4005122 SS-321 Navy blue 5014

SAFETY COLOUR SCHEMES

123 DANGEROUSOBSTRUCTION

Black and alert orange band 9005 2008

124 DANGEROUS OREXPOSED PARTS OFMACHINERY

Alert orange 2008

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 groundcolour and 1 / 2 colour bands.

19.2 Ground ColourOn uninsulated pipes, the entire pipe has to be painted in ground colour., and on metal claddedinsulated lines, minimum 2M long portion should be painted.

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

Page 158 of 197

Page 159: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

el ENGNERS STANDARD SPECIFICATIONlazir faiatowNDIAumn-ED FOR SURFACE PREPARATION

7ROW ,a MOM IA God d Ada Undertaking / AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 40 OF 59

19.3 Colour BandsLocation of colour bands:

At Battery LimitsIntersection points & change of direction points in pipingMidway of piping section, near valves, across culvertsAt 50 M interval on long stretch pipesAt starting and termination points.

Minimum width:

NB Width75 mmNB X 25 MMNB X 18 MMNB X 15 MM

3" and belowAbove 3" to 6"Above 6" to 12"Above 12"

II! Note:For insulated pipes, NB indicatesOD of the insulation

Sequence :Colour bands shall be arranged in sequence showing Table above and the sequence follows thedirection 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 hazardoussubstances will be given hazard marking of 30 mm wide diagonal stripes of Black and Golden Yellowas 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 with3 colours

Dark Green Light green Medium Brown5

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' LetteringStyle on all equipment and piping (Both insulated & uninsulated) after completion of all paintworks. 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 159 of 197

Page 160: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

02-zieLft ENGINEERS STANDARD SPECIFICATIONIgZIT gate* WA LIMITED FOR SURFACE PREPARATION

IMEAMIIInM 3AIFAI IA GoN d India Undeoliongl AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 41 OF 59

Operations Group shall specify location.

Sizes shall be:Columns, Vessels, Heaters: 150 mmPumps and other M/c 50 mmPiping 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

SINo

Item Color

1 Pipe rack structurals Dark Admiraltry Grey2 Chequered Plate ( Both faces) Black3 Grating Black4 Ladder Rungs & Railing Vertical Posts Black5 Hand Rail, Middle rail, Toe Plate Signal Red6 Ladder Verital Posts Signal Red7 Building Structurals, Steel Columns; brackets,

beams, bracings, roof trusses, purlings, sidegirts, louvers, stringers

Dark Admiratry Grey

8 OverHead Monorail Signal Red9 Gantry Girder & Monorail Dark Green10 Monorail Stopper Plates Signal Red.11 Coke Cutting System Signal red12 EOT / HOT Cranes Canary Yellow13 Transformers, & Battery room structurals Dark Admiraltry Grey

14 Electrical Motors Dark Blue

Indicative

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

Page 160 of 197

Page 161: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

OWES ENGINEERS STANDARD SPECIFICATIONSaga €10e3W INDIA LIMITED FOR SURFACE PREPARATION

PRA panne an) IA Govt Crl hda Undertakng ) AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 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 bestencilled 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 ColumnsAll tanks in OffsitesLarge VesselsSpheres

21.2 Two coats of selected finishing paint as per defense requirement shall be applied in aparticular 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 (allmatte finish).

Dark Green Light Green Dark Medium Brown5

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 forapplication 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 161 of 197

Page 162: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

OPzEtt, ENGINEERS STANDARD SPECIFICATION laatuilir INDIA UMITED FOR SURFACE PREPARATION

1142710IROW WWI/ IA Gait pi India Uadettiong) AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 43 OF 59

accompanied by manufacturer's test certificates. Paint formulations without certificates arenot acceptable (see section 24.0).

22.2 The contractor must produce Test Certificate from Pre Qualified Paint Manufacturer forvarious tests as detailed out in section 25.1 of this document, for each batch & for eachcategory of product. The Engineer-in-Charge shall have the right to test wet samples of paintfrom each batch at random for verifying quality of paint supplied. Contractor shall arrange tohave such tests, when called for by Engineer-in-Charge, performed at his cost any one of theindependent laboratories listed in the 25.1 of this document.

Samples for the test will be drawn at random in presence Engineer-in-Charge or hisrepresentations. 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. Inparticular, following stage-wise inspection will be performed and contractor shall offer thework for inspection and approval of every stage before proceeding with the next stage. Therecord of inspection shall be maintained in the registers. Stages of inspection are as follows:

Surface preparationPrimer 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 insec 6.7 of Annexure-I of this specification (specification for thermally sprayedAluminium 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 ofdust on blasted surface. Checks shall be done on each component atleast once per 200 m2of blasted surface and minimum of 3 checks per shift.Test for presence of soluble salt as per method ISO 8502-9. Maximum allowable saltcontent shall be considered 20 mg/m 2 (2 mg/cm 2). Checks shall be done on eachcomponent 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 methodas per Annexure-C of IS 12944-4 (water cleaning). After cleaning surface shall beretested for salt after drying.Blast profile measurement — This shall be done as described in sec 6.2 of Annexure-I ofthis specification (Specification for thermally sprayed Aluminium).Test for blasting Media and Blasting air- this shall be done as described in sec 6.6 ofAnnexure-I of this specification (Specification for thermally sprayed Aluminium).

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

Page 162 of 197

Page 163: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

161daelela, ENGINEERS STANDARD SPECIFICATIONOgzir tapeg w NDR

LIDFOR SURFACE PREPARATION

Mien FIRM WWI) IA Gad of Nu Uncle/01V AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 44 OF 59

In addition to above, record should include type of shop primer already applied on equipmente.g. zinc silicate, or zinc rich epoxy, or zinc phosphate.

Any defect noticed during the various stages of inspection shall be rectified by the contractorto the entire satisfaction of Engineer-In-Charge before proceeding further. Irrespective of theinspection, repair and approval at intermediate stages of work, contractor shall be responsiblefor making good any defects found during final inspection/guarantee period/defect liabilityperiod as defined in general condition of contract. Dry film thickness (DFT) shall be checkedand 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 priorapproval of Engineer-in-charge.

22.4 Primer Application

After surface preparation, the primer should be applied to cover the crevices, corners, sharpedges 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 ensureapplication of individual coats, the thickness of each coat and complete coverage should bechecked 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 appropriaterange(s) for measuring.

Dry film thickness of each coat, surface profile gauge for checking of surface profile in caseof sand blasting. Holiday detectors and pinhole detector and protector whenever required forchecking in case of immersion conditions.

22.7 Prior to application of paints on surfaces of chimneys, the thickness of the individual coatshall be checked by application of each coat of same paint on M.S.test panel. The thickness ofpaint on test panels shall be determined by using gauge such as 'Elkometer'. The thickness ofeach coat shall be checked as per provision of this specification. This shall be approved byEngineer-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 experttechnical service at site as and when required. This service should be free of cost and withoutany obligation to the owner, as it would be in the interest of the manufacturer to ensure thatboth surface preparation and application are carried out as per their recommendations. Thecontractor 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 gaugesshould 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 163 of 197

Page 164: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

agraes ENGINEERS STANDARD SPECIFICATIONazit ta5tegWV INDIA LIMITED FOR SURFACE PREPARATION

ilMwegawo (A GM of Inda Undertalcmg) AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 45 OF 59

shall be as per SSPC-DA 2. Measured DFT shall be within + 10% of the dry filmthickness, specified in the specifications.

Adhesion of the primer to the steel substrate and intercoat adhesion of the subsequentcoat(s) after curing for at least a week after application of the topcoat shall be examined bya knife test in accordance with ASTM D 6677. For the knife test, if the rating is better than8, the adhesion is considered acceptable. The adhesion is destructive and tested areas shallbe repaired afterward using the spot repair procedure. Alternatively, the applicator mayperform the adhesion test on a steel coupon coated using the same surface preparation andcoating application procedure as the work piece. Adhesion testing shall be carried out foreach component at least once per 200 m2 (2000 ft2) of coated surface.

Holiday testing shall be conducted in accordance with NACE SP 0188. For immersionservices, 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 holidaytested. Voltage at which test is to be carried out will depend upon DFT of coating beingtested and shall be as per NACE SP 0188. Any holiday is unacceptable and should bemarked and repaired immediately.

22.10 The contractor shall arrange for spot checking of paint materials for Specific gravity, glowtime (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 coatingcontractor and the facility owner shall both be present and they shall sign an agreed inspectionreport. Such reports shall include:General

Names of the coating contractor and the responsible personnelDates 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 PreparationCondition of surface before preparationTools and methods used to prepare surfaceCondition 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 164 of 197

Page 165: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

15i1frita ENGINEERS STANDARD SPECIFICATION

V_IF INDIA UNITED FOR SURFACE PREPARATIONle FROWCPWO (A Gpi of Irda usertakm9) AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 46 OF 59

TestingType and calibration of inspection instruments usedType 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 usedare in accordance with the specifications contained herein/to be provided during execution ofwork.

24.0 QUALIFICATION CRITERIA OF PAINTING CONTRACTOR/SUB-CONTRACTOR

Painting contractor who is awarded any job for EL, Projects under this standard must havenecessary equipments, machinery, tools and tackles for surface preparation, paint applicationand inspection. The contractor mush have qualified, trained and experienced surfacepreparator, paint applicator, inspector and supervisors. The contractor supervisor, inspector,surface preparator and paint applicator must be conversant with the standards referred in thisspecification.

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 supplyof their products. Contractor is advised to select coating manufacturer. Only after obtainingprequalification from EL for the manufacturer based on following requirements. Even thosemanufacturers, 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 followingprequalification requirements.

Manufacturer should have been in continuous business of paint coating formulation andmanufacturer for at least past 5 years.

Manufacturer should posses past experience of supplying his products to hydrocarbonprocessing industry or offshore platforms in the past 5 years.

- Coating manufacturer should have supplied at least 10000 litre of an individual productto hydrocarbon processing industry or offshore platform.

The manufacturer's manufacturing procedure & QA/QC system shall meet ISO 9001requirements and preferably should posses ISO 14000 certificate.

The Quality control set up should be manned by qualified paint technologists whose biodata 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 areputed independent laboratory for the following test items. Test certificates which aremore than 3 years old will not be considered.

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

Page 165 of 197

Page 166: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

OFEET ENONEERS STANDARD SPECIFICATIONIariaffleg41, INDIA UNITED FOR SURFACE PREPARATION

iwnewa.mgarm IA Gart Inda Undertaar0 AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 47 OF 59

Test Test MethodSpecific gravity ASTM D 1475Dipping properties ASTM D 823Film characteristics -Solids content by weight ASTM D 2369Drying time ASTM D 1640Flexibility ASTM D 1737/ D 522Hardness ASTM D 3363Adhesion ASTM D 2197Abrasion resistance ASTM D 968/ D 1044DFT/coat As per SSPC guidelinesStorage Stability ASTM D 1849Resistance to moisture vapour permeability for 2000 hrs ASTM D 2247Cyclic Test for the duration of 4200 h (25 cycles a 168hours)

ISO 7253, ASTM G53

% Zn in Dry film for Inorganic ZincSilicate primer

-

Chemical Resistance test- 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)

ASTM D 543

Resistance to water using water immersion (applicableonly for F6-, F-7, F-8, F-14 & F-15)

ASTM D 870

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(only for F-9, F-6, polysiloxane)

ASTM D2485 - 91

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 ASTMD 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 anindependent 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 166 of 197

Page 167: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

000:eftENGINEERS STANDARD SPECIFICATIONsiges eg W: WA LIMITED FOR SURFACE PREPARATION

men eeteRtel3AARI (A God d( Undell/A1A) AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 48 OF 59

IICT, HyderabadHBTI, KanpurDMSRDE, KanpurBIS LaboratoriesUICT, Matunga, MumbaiRITES, KolkataPDIL, SindriNTH, Kolkata

Contractor shall furnish to EIL for approval/ acceptance of all necessarydocuments/information including test certificates to prove that the paint manufacturers, fromwhom he intends to procure paint products, meet the various requirements for fulfilling thepre-qualification criteria as given under section 25.1 above. The paint manufacturer shall bequalified and approved for supply after review/assessment of the submission made by thecontractor.

25.2 Information to be furnished during delivery of coating system:

Contractor along with delivery of paint material has to furnish following information frompaint 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 foreach category of product for the following test items. Test to be witnessed & certifiedby third party inspection agency. All test results must mention clearly the batch no. andcategory 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 containerswith batch no. and test certificate on regular format of manufacturer's testing laboratory. Thesampling shall be certified and sealed by a certifying agency.

26.2 All test panels should be prepared by Govt. testing agency coloured photographs of testpanels 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 thereport. Test report must contain details of observation and rusting if any, as per the testingcode.

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

Page 167 of 197

Page 168: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

Oftieta ENGINEERS STANDARD SPECIFICATIONTif Ell5leg4TV WA LIMITED FOR SURFACE PREPARATIONMien a21017 ./L7RIM IA GM of India Undeddimal AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 49 OF 59

26.3 Manufacturers should intimate the company, details of sample submitted for testing, name ofGovt. testing agency, date, contact personnel of the govt. testing agency. At the end of thetest 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 168 of 197

Page 169: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

151Rat ENGINEERS STANDARD SPECIFICATION11;471E1071ft%, INDIA LIMITED FOR SURFACE PREPARATION

MM.'MOWS° IA GM India Underlimg ) AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 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 thermallysprayed aluminum coatings (TSAC) for corrosion protection of insulated carbon steel pipingand 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 thisstandard specification. Structures, components thermally sprayed shall not have any uncoatedarea 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 paintcoating 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 andgrease after degreasing shall be tested by method given elsewhere in the specification (ReferSec. 6.7). Thereafter the surface to be abrasive blasted to white metal finish as per NACE1/SSPC-SP 5 for marine and immersion service. Using SSPC VIS 1, it is to be visuallyassessed that the blast cleaned surface meets requirement of SSPC-SP 5. Thereafter clearcellophane tape test as per ISO 8502-3 shall be used to confirm absence of dust on the blastedsurface Finally blasted surface shall be tested for presence of soluble salts as per method ISO8502-9. 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 bymethod as per Annex C of IS 12944-4 (Water Cleaning). After cleaning the surface shall beretested 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 meshsize G-16 to G-40. Copper, Nickel slag, Garnet or Aluminum Oxide as abrasives will also besuitable 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 andblasting equipment used. The blasted surface should be having angular profile depth not lessthan 65 microns with sharp angular shape but shall not exceed 85 microns. The profile depthshall be measured according to NACE standard RP 0287 (Replica Tape) or ASTM D 4417method B (Profile depth gauge).

For manual blasting one profile depth measurement shall be taken every 10-20 m 2 of blastedsurface.

Surface preparation shall be completed in one abrasive blast cleaning operation whereverpossible.

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

Page 169 of 197

Page 170: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

agraift ENGINEERS STANDARD SPECIFICATION$1g a fifReall INDIA UNITED FOR SURFACE PREPARATION

(NMI MIRMIARI/ (A Gout al lita Underlakin3) AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 51 OF 59

If rust bloom (visual appearance of rust) appears on the blast cleaned surface before thermalspraying, the affected area shall be reblasted to achieve specified degree of cleanliness afterwhich only thermal spraying shall commence.

Air blasting pressure at nozzle shall be normally maintained at 100 psi. Air pressure andmedia size should be reduced and adjusted to preclude damage/distortion to thin gaugematerials. Blasting time on work piece should be adjusted to only clean the surface and cutrequired anchor tooth with minimum loss of metal. Blast angle should be as close toperpendicular as possible but in no case greater than ± 30 ° from perpendicular to worksurface. Blasting media must be free of debris, excessive fines, and contaminants such asNaCI and sulfur salts (Ref. SEC 6.0 of this Spec). Blast cleaning shall not be performed whenthe surfaces to be blasted are wet or less than 5°C above dew point temperature or when therelative 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 cleaningequipment and procedures. Suction blasting equipment shall not be used. Sec 6.6.2 shall beused 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 ofcommercial purity grade, its composition shall be in accordance with requirement of BS 1475or ASTM B833 or ISO 209-1 type Al (wrought aluminum and aluminum alloys, wire). Wireshall 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 225microns 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 psifor flame sprayed and 1500 psi for arc sprayed coating with an average of 2000 psi for arcsprayed coatings. Minimum tensile bond strength should be achieved by proper anchor toothprofile of blasted surface, laying down the TSA thickness in multiple passes and carrying outTSA application under controlled environment

3.1.5 Porosity

All thermally sprayed metallic coatings will have porosity. For thermally sprayed aluminumcoatings 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 170 of 197

Page 171: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

lafteleENIONEERS STANDARD SPECIFICATIONes iiptew INDIA umn-ED FOR SURFACE PREPARATION(MRPI FRaRVINJWMil IA GO. Dna Wean) AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 52 OF 59

4.0 THERMAL SPRAY APPLICATION PROCEDURE

Items in the atmospheric zone to be coated by TSA shall be applied by either Flamespray or Arc spray method only. For coating under insulation, application shall be byarc wire method.

4.1 Equipment Set Up

4.1.1 Thermal spray equipment shall be set up calibrated, operated (1) according to manufacturerinstructions/technical manuals and also TSAC applicators refinement thereto and (2) asvalidated 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 shallbe validated with bend test (See 6.5 of this Spec).

4.1.3 Spray Parameters

Spray Parameters Method of Application

Arc voltageArc wire Spray Flame Wire Spray

27 V -Air pressure 80 psi 80 psi

Steel surface cleanliness NACE-1 white metal 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 psiCoating porosity Less than 8% Less than 15%.

Spray distance (spray Gunwork piece) 6-8" 5-7"

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 thermalspraying of blasted surface should be no more than four hours. If within this period rust bloomappears Sec 4.4.1of this specification will apply.

Format No. 8-00.0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 171 of 197

Page 172: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

azdzieft ENGINEERS STANDARD SPECIFICATION1&11€151erilV INDIA LIMITED FOR SURFACE PREPARATION

imerreRaRtitM11711 IA Gat al InCia UNIeltaking) AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 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°Cto prevent condensation of moisture in the flame on the substrate. For arc spraying thepreheating is not required.

4.4 Thermal Spraying

Spraying should commence only after validation of equipment set up by procedurequalification test and spray parameter validation tests described in Sec 7.0 and 6.5respectively. Thermal spraying must commence within 15 minutes from the time ofcompletion of blast cleaning

The specified coating thickness shall be applied in several crossing passes. The coating bondstrength is greater when the spray passes are kept thin. Laying down an excessively thick spraypass 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 testdescribed in Sec 7.0 of this specification.

For manual spraying, spraying to be done in perpendicular crossing passes to minimize thinspots 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 tothe substrate.Maintain nominal standoff distance and spray pass width as given below:

Spray method Standoff (Inches) Spray pass width(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 bereblasted to achieve the specified level of cleanliness.

If Rust bloom in form of discoloration, or any blistering or a degraded coating appears at anytime during application of TSAC, then spraying shall be stopped and acceptable sprayed areashall be marked off. The unsatisfactory areas shall be repaired to the required degree of surfacecleanliness and profile.

Blast the edges of the TSAC to provide for 2-3" feathered area overlap of the new work intoexisting TSAC.

Then apply TSAC to the newly prepared surfaces and overlap the existing TSAC to the extentof feathered edge so that overlap is a consistent thickness.

Format No. 8-00-0001-F1 Rev. 0 Copyright Ell. —AI rights reserved

Page 172 of 197

Page 173: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

latazidie ENGINEERS STANDARD SPECIFICATIONsigtaReW INDIA LIMITED FOR SURFACE PREPARATION

2174WZAJWIRD (A Go..4 Inda Undedalungl AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 54 OF 59

4.4.2 Masking

Masking all those parts and surfaces which are not required to be thermally sprayed asinstructed by purchaser should be inspected by applicator to ensure that they are properlymarked and covered by purchaser.

Complex geometries (flanges, valve manifolds, intersections) shall be masked by applicator tominimize overspray i.e. TSAC applied outside spray parameters (primarily gun to substratedistance and spray angle).

4.4.3 TSAC Finish

The deposited TSAC shall be uniform without blisters, cracks, loose particles, or exposed steelas examined with 10 X magnification.

5.0 SEALER

Sealant shall be applied after satisfactory application of TSAC and completion of all testingand 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 worksealer shall be applied within 8 hours. The sealcoat shall be thin enough to penetrate into thebody 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 manufacturerinstruction 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 bevisually inspected using SSPC-VIS 1. The clear cellophane-tape test as per ISO 8502-3 shallbe used to confirm absence of dust or foreign debris on the cleaned surface. Checks shall bedone on each component at least once per 200 m2 of blasted surface and minimum of 3 checksper shift.

6.2 Blast Profile Measurement: (In-Process testing during actual production before applicationof TSA coating)

The angular profile depth measurement shall be done by profile tape as per method NACEStandard RP 0287 or ASTM D 4417 method B (Profile depth gauge micrometer). Spotmeasurement shall be carried out every 15m2 of blasted surface. At each spot threemeasurements shall be taken over an area of 10 cm 2 and average of measurements to berecorded and reported.If profile is <65 microns blasting shall continue till grater than 65 microns depth profile isachieved.

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

Page 173 of 197

Page 174: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

Oftela ENGINEERS STANDARD SPECIFICATIONfelliteCe INDIA LIMITED FOR SURFACE PREPARATION

awn maw nem) (A Gem al inda Underlikog AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 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, onemeasurement line for every 15 m2 of applied TSAC shall be selected along which 5measurements 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 measuring10 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 bealso measured and reported.

6.3.5 If TSAC is less than specified minimum thickness, apply additional TSAC until specifiedthickness 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 toASTM D 4541 using a self-aligning adhesion tester.

One measurement shall be made every 50 m2. If tensile bond at any individual spotis less than 1000 psi for flame sprayed coating and 1500 psi for arc sprayed coatingthe 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 beconducted on sample coupons before start of thermal spraying work to qualify the following asmentioned 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 mmthk. 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 incrossing 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 174 of 197

Page 175: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

g,,ENGINEERS(gale tiregw INDIA LMTED

STANDARDSTANDARD SPECIFICATIONFOR SURFACE PREPARATION

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 01411MeRePWW) IA Govt al India Undertiong) AND PROTECTIVE COATINGPAGE 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 Xmagnification.

Inspection for the absence of oil contamination shall be conducted using followingprocedure :

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. Ifpresent, media to be replaced.

c) Clean blasting equipment, especially pot and hoses, and then replace blasting mediaand 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 checkedfor 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 followingprocedure 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-freetrichloromethane on the suspect area especially pitting, crevice corrosion areas or depressedareas. 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 measurementCoating bond strengthPorosity test

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

Page 175 of 197

Page 176: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

loirif&JelitENIGINERS STANDARD SPECIFICATIONgtIf WegNEW INDIA LIMITED FOR SURFACE PREPARATION

MDR [111,3M11/ IA Gael d hdia Underlain)) AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 57 OF 59

Bend strength

TSAC applicator's surface finishing and application process and equipment set up, calibrationand operation shall be qualified by application of TSA on a reference sample which shall beused as a comparator to evaluate the suitability of application process. Only that applicator willbe permitted to carry out the work when test specimens coated by the applicator meets thedesired requirements as cited below.

The sample shall be made of a steel plate measuring approx. 18"x 18" x Vo" thick. If the actualwork is less than 1/4" thick then the sample to be made from material of representativethickness.

The surface preparation, TSAC application shall be made with actual field equipments andprocess/spray parameters and procedures as per the specification. The depth profile of blastedsurface, TSAC coating thickness for each cross pass and total thickness range shall be as perspecification.

The surface preparation and thermal spraying shall be carried out in representativeenvironmental conditions spraying with makeshift enclosure.

7.1 After application of coating, thickness and tensile bond measurements shall be made infollowing 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 doneusing 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 selfaligning test instrument to be done at centre of each quadrant. Total of 4 measurementsfor the sample.

One porosity evaluation test by Metallographic examination shall be conducted todemonstrate the achievement of porosity within the limits specified. Sample shall beprepared for Metallographic examination as per ASTM E — 3.

The procedure shall be considered qualified if thickness and tensile-bond strength andporosity 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 includingin-process QC checkpoints adopted during procedure qualification as described above shouldbe 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 176 of 197

Page 177: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

SfilOze ift ENONEERS STANDARD SPECIFICATIONligaf 215leg ire INDIA WAITED FOR SURFACE PREPARATION

1411PMFIRFROMPI) IA &vet Incha Undertaang/ AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 58 OF 59

TSAC application process consisting of equipment capabilities and their technicalparameters, 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 profiledepth, 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 QCinformation. All the results of the tests and quality control checks shall be entered inthe record for each component/part thermally sprayed. All the result of tests(thickness, tensile bond, bend tests) and other validation tests (e.g. procedurequalification test, test for surface cleanliness after abrasive blasting, test forcleanliness 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 Jobrecord.

Any modification affected after procedure qualification in the procedure, QC, sprayparameter, equipment spec to the original information (submitted before award of thework) must also form part of Job record.

10.0 WARRANTY

The TSAC applicator shall warrant the quality of material used by providing the purchaserwith a certificate of materials used to include

Spray feed stock: Alloy type/designation, Lot Number, wire diameter, chemicalanalysis, 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 applicatorshall follow all appropriate regulatory requirements.

12.0 CODES AND STANDARDS

This specification shall apply in case of conflict between specification and followingapplicable standards:

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

Page 177 of 197

Page 178: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

(3ti1tael4t ENGINEERS STANDARD SPECIFICATION5gaia2egwiNDIA umn-ED FOR SURFACE PREPARATION

Wen FRa W ',AMER) IA Govi al India Undeltalangl AND PROTECTIVE COATING

STANDARD SPECIFICATIONNO. 6-79-0020

Rev. 0PAGE 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

0287Field Measurement of Surface Profile of Abrasive Blast Cleaned SteelSurfaces Using a Replica Tape.

ASTM D 4541Test method for Pull-Off Strength of Coating Using Portable AdhesionTesters.

ANSI/AWS C2.18Guide for the Protection of Steel with Thermal Spray Coatings ofAluminum, Zinc and Their Alloys and Composites.

NACE No. 12/AWSC2.23M/SSPC-CS

23.00

Specification for the application of thermal spray coatings (Metallizing) ofaluminum, zinc, and their alloys and composites for the corrosionprotection of steel.

SSPC Publication The inspection of coatings and linings: A Handbook of Basic practice forInspectors, 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-SP 5

White Metal Blast Cleaning.

NACE No. 2/SSPC-SP 10

Near —White Metal Blast Cleaning.

SSPC-VIS 1Guide and Reference Photographs for Steel Surfaces Prepared by DryAbrasive Blast Cleaning.

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

Page 178 of 197

Page 179: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

Page 179 of 197

Page 180: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

Page 180 of 197

Page 181: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

Page 181 of 197

Page 182: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

Page 182 of 197

Page 183: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

Page 183 of 197

Page 184: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

Page 184 of 197

Page 185: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

Page 185 of 197

Page 186: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

Page 186 of 197

Page 187: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

Page 187 of 197

Page 188: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

Page 188 of 197

Page 189: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

Page 189 of 197

Page 190: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

Page 190 of 197

Page 191: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

DATA SHEET FOR STAND POST TYPE WATER MONITOR

(FOR NON-SALINE WATER SERVICE)

DATA SHEET NO.

A307-0IY-16-47-DS-41 Rev. 0

Page 1 of 1

Format No. 6-66-0021-F1 Rev. 0 Copyright EIL – All rights reserved

PROJECT Integrated Refinery Expansion Project (IREP)

CLIENT M/S BPCL

PLANT KOCHI Refinery JOB NO A307 UNIT NO 0IY

GENERAL CODES IS: 8442

LOCATION OUTDOOR

TYPE STAND POST TYPE (FIXED), SINGLE BARREL

OPERATING CONDITIONS FLUID HANDLED NON-SALINE WATER /FOAM SOLUTION

TEMPERATURE AMBIENT

PRESSURE MAX. 10.5 KG/CM2g

MIN. 7.0 KG/CM2g

DESIGN FEATURES MONITOR BODY OPERATION TYPE MANUAL.

MOVEMENT HORIZONTAL ROTATION- 360 DEG (IN EITHER DIRECTION) VERTICAL ROTATION- 135 DEG. (90 DEG UPWARD AND 45 DEG DOWNWARD)

INLET CONNECTION SIZE 4"

OUTLET CONNECTION EXTERNAL THREADS AS PER IS: 2643 WITH CLASS A TOLERANCE

NOZZLE TYPE REFER NOTE - 1

CONNECTION THREADED, FEMALE (TO SUIT WATER BARREL)

SIZE 38MM FINISH YELLOW EPOXY PAINTED PERFORMANCE NOZZEL PRESSURE 7.0 KG/CM2g

FLOW RATE 2580 lpm

MIN. DISCHARGE HORIZONTAL RANGE

MIN. HORIZONTAL RANGE -60 m AT 7 KG/CM2G AT 30 DEGREE FROM HORIZONTAL IN STILL AIR CONDITION

MATERIALS NOZZLE/JET SPRAY NOZZLE STAINLESS STEEL CONFORMING TO IS 3444

SWIVEL JOINT/WORM AND WORM WHEEL Grade 2/3 of IS 318 or Grade 3 of IS 304 or STAINLESS STEEL CONFORMING TO IS 6603

BODY / ELBOWS / BENDS SS-304

WATER BARREL SS-304 (TO SUIT NOZZLE) LOCK HANDLE STAINLESS STEEL CONFORMING TO IS 6603

HANDLE MILD STEEL CONFIRMING TO IS:1732

DRAIN VALVE STAINLESS STEEL

BASE FLANGE PLATES, SHEETS CONFORMING TO IS 6911

WORM SHAFT STAINLESS STEEL CONFORMING TO IS 6603

TEST & INSPECTION DIMENSION & WORKMANSHIP YES

FUNCTIONAL TEST FOR HORIZONTAL AND VERTICAL MOVEMENT

YES

PERFORMANCE TEST YES

HYDROSTATIC TEST PRESSURE 23 KG/CM2g FOR 5 MINUTES WITHOUT ANY LEAKAGE.

PAINTING PAINTING: FIRE RED PAINT AS PER IS:2932, CONFORMING TO SHADE NO. 536

OF IS:5 AND FOR SURFACE PREPARATION & PROTECTIVE COATING REFER EIL STANDARD SPRCIFICATION NO. 6-79-0020.

NOTES: 1. NOZZLE SHALL BE AQUA FOAM TYPE (ARRANGEMENT OF JET AND SPRAY)

2. IN CASE OF ANY CONFLICT BETWEEN DATA GIVEN HERE WITH DATA GIVEN IN THE STD. SPEC. NO. 6-66-0027, DATA SHEET SHALL BE GIVEN PREFERENCE.

3. MONITOR SHALL BE PAINTED WITH LUMINOUS COLOUR FOR EASE OF IDENTIFICATION DURING EMERGENCY.

4. MONITOR SHALL BE BIS MARKED & APPROVED.

0 21.03.2014 ISSUED FOR ENGG. PU/ADESH DDB SKN

REV. DATE REVISION BY CHK APP.

ENGINEERS INDIA LTD NEW DELHI

FIRE WATER MONITOR (AQUA FOG TYPE)

(FOR NON-SALINE WATER SERVICE)

DATA SHT.NO. A307-0IY-16-47-DS-41

REV 0

Page 191 of 197

Page 192: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

DATA SHEET FOR SPRAY NOZZLES

(MEDIUM VELOCITY)

DATA SHEET NO.

A307-0IY-16-47-DS-16 Rev 0

Page 1 of 1

Format No. 6-66-0027-F1 Rev. 0 Copyright EIL – All rights reserved

PROJECT Integrated Refinery Expansion Project (IREP)

CLIENT M/S BPCL

PLANT KOCHI Refinery JOB NO A307 UNIT NO 0IY

GENERAL TYPE MEDIUM VELOCITY, OPEN, NON CLOG TYPE

SERVICE FIRE WATER

FLUID WATER

STATE LIQUID

DESIGN REQUIREMENT CAPACITY (LPM) (*)

PRESSURE AT INLET (KG/CM2 G) 1.40-3.50

DISCHARGE PATTERN 120 DEGREE ANGLE, UNIFORM FULL CONE SPRAY PATTERN

SIZE 1/2" NB

LIQUID PROPERTIES SPECIFIC GRAVITY 1.00

VISCOSITY CP 0.651

MATERIAL OF CONSTRUCTION BODY COPPER ALLOY GRADE-II AS PER IS:318

DEFLECTOR BRASS SHEET AS PER IS:410

MS HALF COUPLING 3000 lbs RATING AS PER ANSI B 16.11

ACCESSORIES FORGED STEEL SPANNERS FOR FIXING THE YES

NOZZLES TO HALF COUPLINGS

TESTING AND INSPECTION YES

NOTES

1. SPRAY NOZZLES SHALL BE ISI MARKED AND SHALL BE APPROVED BY TAC ACCREDITED AGENCIES/ UL LISTED/FM APPROVED.

2. FOR DETAILED SPECIFICIATION, REFER EIL SPEC. NO. 6-66-0046.

3. (*) DATA TO BE FURNISH BY THE VENDOR.

4. SPRAY NOZZLE SHALL BE SUPPLIED ALONG WITH 3000 lbs RATING HALF COUPLING.

0 12.10.12 ISSUED FOR ENGG. ADESH DDB SKN NO DATE REVISION BY CHK APP

ENGINEERS INDIA LTD NEW DELHI

DATA SHEET FOR SPRAY NOZZLES (MV)

DATA SHT. NO. A307-0IY-16-47-DS-16

REV 0

Page 192 of 197

Page 193: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

DATA SHEET FOR FOR

FIRST AID HOSE REEL (FOR NON-SALINE WATER

SERVICE)

DATA SHEET NO.

A307-0IY-16-47-DS-19 Rev. 0

Page 1 of 1

Format No. 6-66-0018-F1 Rev. 0 Copyright EIL – All rights reserved

PROJECT Integrated Refinery Expansion Project (IREP)

CLIENT M/S BPCL

PLANT KOCHI Refinery JOB NO A307 UNIT NO 0IY GENERAL CODES IS: 884

LOCATION OUTDOOR

TYPE HORIZONTAL TYPE

OPERATING CONDITIONS FLUID HANDLED NON-SALINE WATER

TEMPERATURE AMBIENT

PRESSURE MAX. 10.5 KG/CM2g

MIN. 7.0 KG/CM2g

DESIGN FEATURES BODY OPERATION TYPE MANUAL.

MOVEMENT SWINGING (1800 ) OUTDOOR

. HORIZONTAL TYPE FOR FIRE

ENGINE.

INLET CONNECTION SIZE 3/4" (20mm)

OUTLET CONNECTION THREADS AS PER IS: 2643 (PART I).

LENGTH 40 METRE

PERFORMANCE NOZZEL PRESSURE 7.0 KG/CM2g .

FLOW RATE SHALL NOT BE LESS THAN 24 lpm.

MIN. DISCHARGE HORIZONTAL RANGE

SHALL NOT BE LESS THAN 6m AT 7 KG/CM2g.

MATERIALS HUB M.S. IS: 513

SIDES M.S. IS: 513

SUPPORT FRAME M.S. IS: 513

SWIVEL JOINT SS-304

HOSE REEL TUBING RUBBER BRAIDED

STRAIGHT JET TYPE NOZZLE WITH BRANCH PIPE AND COUPLING.

SS 304

STOP VALVE IS: 778

TEST & INSPECTION DIMENSION & WORKMANSHIP AS PER IS: 884

PERFORMANCE TEST AS PER IS: 884

HYDROSTATIC TEST PRESSURE FOR HOSE 7 KG/CM2g FOR 5 MINUTES WITHOUT ANY LEAKAGE.

BURSTING PRESSURE FOR HOSE 30 KG/CM2g .

PAINTING PAINTING: FIRE RED PAINT AS PER IS:2932, CONFORMING TO SHADE NO.

536 OF IS:5 AND FOR SURFACE PREPARATION & PROTECTIVE COATING REFER EIL STANDARD SPRCIFICATION NO. 6-79-0020.

NOTES:

1. FOR DETAILED SPECIFICATION, REFER EIL SPEC. NO. 6-66-0018.

2. IN CASE OF ANY CONFLICT BETWEEN DATA GIVEN HERE WITH DATA GIVEN IN THE STD. SPEC. NO. 6-66-0018, DATA SHEET SHALL BE GIVEN PREFERENCE

3. VENDOR SHALL FURNISH VALID BIS CERTIFICATE LETTER AFTER AWARD OF CONTRACT.

0 15.10.12 ISSUED FOR ENGG. ADESH DDB SKN

REV. DATE REVISION BY CHK APP.

ENGINEERS INDIA LTD NEW DELHI

FIRST AID HOSE REEL (FOR NON-SALINE WATER SERVICE)

DATA SHT.NO. A307-0IY-16-47-DS-19

REV 0

Page 193 of 197

Page 194: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

1-1641-0504 REV.0 A4-210x297

NEW DELHIENGINEERS INDIA LIMITED

REV.DRAWING NO.

APPD.APPD.CHECKEDBYREVISIONDATEREV.

Pag

e 19

4 o

f 19

7

Page 195: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

VENDOR DATA REQUIREMENTS

FOR

STATIC FIRE EQUIPMENTS-I

A 21-MAR-2014 ISSUED WITH MR ALOK DDB SKN

Rev.No.

Date Purpose Prepared by Checked by Approved by

VENDOR DATA REQUIREMENTSFOR

STATIC FIRE EQUIPMENTS-I of 3

Document No.A307-000-16-47-VDR-8000

Rev. A

Page 1

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

Page 195 of 197

Page 196: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

VENDOR DATA REQUIREMENTS

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

STATIC FIRE FIGHTING EQUIPMENTS

MONITORS

Notes :

1. "TICK" denotes applicability.

2. Post order, drawing / document review shall commence only after approval of Document Control Index (DCI).

3. All post order documents shall be submitted / approved through EIL eDMS portal.

4. Final documentation shall be submitted in hard copy (Six prints) and soft ( two CDs/DVDs ) in addition to

submission through EIL eDMS.

5. Refer - 6-78-0001: Specification for quality management system from Bidders.

6. Refer - 6-78-0003: Specification for documentation requirement from Suppliers.

7. All drawings & documents shall be submitted in A4 or A3 paper sizes. Documents in higher paper size shall

S.NO.

DESCRIPTION WITHBID

POST ORDERREMARKSFOR

REVIEWFOR

RECORD

WITHDATABOOK

(FINAL)

1. Data Sheet FOR HOSE CABINETTYPE-I, HOSECABINET TYPE-II,HOSE REEL, SPRAYNOZZLES

S.NO.

DESCRIPTION WITHBID

POST ORDERREMARKSFOR

REVIEWFOR

RECORD

WITHDATABOOK

(FINAL)

1. Technical Data Sheet

2. Deviation Schedule

3. Basic Design parameters, performance datalike Projectile movement of water stream, Footprint (shape, size, area) of stream at landingzone, catalogues, Brochures, K- factor ofnozzle, Pressure drop across the monitor, etc.

4. Inspection and testing Records

5. General Arrangement drawing and crosssectional details drawings

6. Installation, Pre-commissioning andPerformance Guarantee tests procedures

7. Operating & instruction manual

VENDOR DATA REQUIREMENTSFOR

STATIC FIRE EQUIPMENTS-I of 3

Document No.A307-000-16-47-VDR-8000

Rev. A

Page 2

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

Page 196 of 197

Page 197: Click on the Document Title to go to that section of ... - EILtenders.eil.co.in/newtenders/userdata/Doc... · Click on the Document Title to go to that section of the document Table

be submitted in exceptional circumstances or as indicated in the MR/Tender.

8. Post order- The schedule of drawing / data submission shall be mutually agreed between EIL & the bidder /

contractor / supplier during finalization of Document Control Index (DCI).

VENDOR DATA REQUIREMENTSFOR

STATIC FIRE EQUIPMENTS-I of 3

Document No.A307-000-16-47-VDR-8000

Rev. A

Page 3

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

Page 197 of 197