OBE Basis LSTK Contract for Polypropylene Unit of MRPL Phase - III Project
ENQUIRY DOCUMENT
(Document No : A018-335-YI-MR-1307-146-RFQ)
Page 1 of 146
Click on the Document Title to go to that section of the document
Table of ContentsDocument Number Rev. Document Title Page
NumberA018-335-YI-MR-1307-146-RFQ
0 ENQUIRY DOCUMENT 3
REV3 0 INSTRUCTIONS TO BIDDERS 25A018-GPC_IND 0 GPC (INDIGENOUS) - CLIENT 33A018-ATC_IND 0 AGREED TERMS & CONDITION (INDIGENOUS) 46A018-335-YI-MR-1307
A Field Instruments (P,DP,F ,L,T,TD) 53
A018-335-16-51-VDR-1307
A VENDOR DATA REQUIREMENT 57
A018-335-16-51-SI-1307
A SPECIAL INSTRUCTION TO VENDOR 59
A018-335-YI-TQS-1307
A TECHNICAL QUESTIONAIRE 64
6-78-0001 1 Specification for quality management system requirements frombidders
65
6-78-0003 1 Specification for documentation requirement from suppliers 726-52-0032 4 Standard specification for electronic / pneumatic instruments. 816-81-2032 3 ITP for electronic/pneumatic instruments 976-44-0052 6 Technical notes for valves. 104A018-335-16-51-OD-1369
0 Porcedure for Final Documentation 124
A018-335-16-51-OD-1307
A ANY OTHER DOCUMENT 132
A018-335-16-51-CF-1307
A COMPLIANCE FORMAT 144
A018-335-16-51-MD-1307
A MISCELLANEOUS 146
Page 2 of 146
EI Bhawan Annexe, Bhikaiji Cama Place, RK Puram, New Delhi – 110 066, INDIA Phone : 0091-11-26762121, 26101419; Fax : 0091-11-26191714, 26167664,
E-TENDER
REQUEST FOR QUOTATION (RFQ)
* Ref. RC/ A018-335-YI-MR-1307/146 Date: 08-07-2015
To,
Client : Mangalore Refinery & Petrochemicals Ltd
Project : PP Unit : Phase III Refinery Expansion
RFQ No : RC/ A018-335-YI-MR-1307/146
Item : FIELD INSTRUMENTS (P,DP,F ,L,T,TD)
Due Date: 20.07.2015 (up to 1200 hrs IST)
PRE-BID MEETING NA
UNPRICED BID OPENING:
At 1400 Hrs.(IST) on bid due date (at Business Centre, EI Bhawan, Annexe-UG Floor, 1-Bhikaiji Cama Place, New Delhi-110066). (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,
1. Bids are requested for the captioned item in complete accordance with enquiry documents/attachments.
2. Bidder can download the RFQ Documents from EIL website (http://tenders.eil.co.in) or from Govt. Website or from Govt. Website http://eprocure.gov.in/app/ .
3. Bidders are requested to submit e-bids electronically on the CPP Portal (URL: http://eprocure.gov.in) only in accordance with the instructions and terms & conditions enclosed with this RFQ Covering letter.
Bids should be submitted online separately in two parts as follows:
PART-I: UNPRICED BID, complete with commercial & technical details & document consisting the following: i. Offer Covering Letter
ii. Duly Signed & Stamped Copy of Prefilled Agreed terms & Conditions (ATC).
iii. Duly filled-in, signed & stamped Annexure I to Prefilled ATC giving basic details on transportation charges, taxes/ duties etc.
iv. Bank Certified Mandate Form as per Annexure-II to Prefilled ATC along with copy of cancelled cheque.
v. Unpriced copy of price schedule (i.e. identical to Part-II, with PRICES BLANKED OUT and replaced by „QUOTED
or „NOT QUOTED).
vi. Unpriced copy of 2 years recommended spares for Operation & Maintenance of equipment in the format
enclosed with RFQ
vii. Unpriced copy of Supervision Charges quoted in the “Terms & Conditions for Supervision of Erection, Testing &
Commissioning” indicating “Q” in place of Prices.
viii. Unpriced copy of Unit Rates of items for addition/deletion purpose.
ix. Latest Audited Balance Sheet.
x. Technical Documents, required as per the Material Requisition
Page 3 of 146
PART-II: Containing only prices filled in the prescribed price schedule excel format provided in the RFQ Document, consisting of the following priced documents:
i) Prices in Price Schedule Format (only as per Excel file available in the RAR format which is uploaded on EIL website (http://tenders.eil.co.in).
ii) Prices for 2 years recommended spares for Operation & Maintenance of equipment, in the
format enclosed in the RFQ.
iii) Unit Rates of items for addition/deletion purpose.
iv) Priced copy of Supervision Charges quoted in the “Terms & Conditions for Supervision of Erection,
Testing & Commissioning.
Note: a) Deviations to terms and conditions, presumptions etc shall not be stipulated in Price part of bid and
price bids shall not contain any stapled slips. In case of any conditions stipulated in price bids or the price bid containing any stapled slips, the bids of such bidders shall be summarily rejected and shall not be considered for further evaluation. Evaluation shall be carried out excluding such bidder(s.)
4. Bids complete in all respects should be successfully submitted online on or before the BID-DUE DATE AND TIME.
5. Offers received through Fax / Telex / Telegraphic / E-Mail / hard form (other than the documents specifically required in hard form) shall not be considered.
6. Technical specifications should be strictly as per the material requisition attached.
7. EIL will open the bids received online at their office, at the specified date and time given in the RFQ or extended date, if any.
Similarly, all technically and commercially acceptable bidders will be advised of date and time of online priced bid opening. EIL will open bids at their office .Bidder may attend the opening and the bidder’s representatives
(duly authorised by a competent person and should carry a Letter of Authority as per proforma enclosed), who choose to attend, on date, time and venue as mentioned hereinabove.
8. Net Worth of the Bidder shall be positive as per the immediate preceding year’s Audited financial results. Bidder is therefore requested to furnish the latest Audited Financial Statement including Profit & Loss Account.
In case, the bidder’s Net Worth is negative, their bid shall not be evaluated further.
Bidders are also requested to submit following Networth details in their Login of EIL’s Tender Portal (http://tenders.eil.co.in) before downloading the Enquiry:
a) From Financial Month/ Year _____________ to Month/ Year _________________ b) Net worth (Positive/ Negative) ________________ c) Upload Audited Financial Statements (Browse/ Attach) : _______________________
9. Preference to MSEs
a) In case the bidder is a Micro or Small Enterprise registered with District Industries Centers or Khadi and
Village Industries Commission or Khadi and Village Industries Board or Coir Board or National Small
Industries Corporation or Directorate of Handicrafts and Handloom or any other body specified by
Ministry of Micro, Small and Medium Enterprises:
i) Tender Documents shall be issued to MSEs free of cost.
ii) MSEs shall be exempted from payment of EMD.
b) The owner reserves the right to allow Micro & Small enterprises as well as MSEs Owned by SC/ST
entrepreneur, price preference as admissible under the prevailing procurement policy for MSEs.
The quantity against the item(s) of MR may be split to enable ordering of 20% quantity against the item(s) of MR to MSEs, inline with price preference as admissible under the prevailing procurement policy for MSEs. Accordingly, the quoted prices against various items
Page 4 of 146
of MR shall remain valid in case of splitting of quantities of the items in view of the same. However, in case where quantity against a line item cannot be split (i.e., minimum 20% to MSEs) or items with single quantity or in group item, the complete line item/group shall be awarded on MSE bidder within the price range of L1 bidder’s evaluated price + 15% subject to their matching L1 bidder’s price. Above preference to MSEs shall not be applicable to MRs where Site work is also included in the scope.
c) MSE bidder shall submit the following:
i) Documentary evidence that the bidder is a Micro or Small Enterprises registered with District
Industries Centers or Khadi and Village Industries Commission or Khadi and Village Industries
Board or Coir Board or National Small Industries Corporation or Directorate of Handicrafts and
Handloom or any other body specified by Ministry of Micro, Small and Medium Enterprises.
ii) If the MSE is owned by SC/ST Entrepreneurs, the bidder shall furnish appropriate documentary
evidence in this regard.
iii) The above documents submitted by the bidder shall be duly certified (in original) by a Notary
Public or Statutory Auditor of the bidder or a practicing Chartered Accountant (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.
If the bidder does not provide the appropriate document or any evidence to substantiate the above, then it will be presumed that he does not qualify for any preference admissible in the Public Procurement Policy, 2012.
d) For facilitating promotion and development of micro and small enterprises, EIL is committed to promote
the procurement of supplies/ services from MSEs in Orders/ contracts awarded by EIL. Accordingly,
bidders are also encouraged to promote the same by considering MSE sub-suppliers/ sub-contractors to
the extent possible under the Orders/ Contracts awarded on them by EIL. After award of work,
supplier/ contractor shall furnish a statement alongwith copies of orders/ FOAs placed by them on their
sub-suppliers/ sub-contractors who are MSEs, to EIL Project Manager/ RCM, as applicable.
10. 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.
11. The order if placed will be issued by EIL. 12. If not bidding, please return enquiry documents along with regret letter within the due date with reason(s) of
not participating in the RFQ. 13. Purchaser reserves the right to allow purchase preference to Central Public Sector Undertakings/enterprises,
as admissible under prevailing policy of Government of India.
14. SHIFTING OF ORDER: Not applicable. 15. The bidder shall bear all costs associated with the preparation and submission of its bid, and the Purchaser
shall in no case be responsible or liable for these costs regardless of the conduct or outcome of the bidding process.
16. Bidders who are enlisted with EIL are required to quote as per their capabilities registered with EIL. 17. EIL reserves the right to use in-house information for assessment of bidder’s capability for consideration of
bid. 18. EIL reserve the right to make any changes in the terms and conditions of purchase and to reject any or all the
bids. 19. 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. 20. In case a supplier seeks any suo-moto price increase 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 sought.
Page 5 of 146
21. FRAUDULENT PRACTICES The Owner requires that Bidders/ Vendors/ Contractors observe the highest standard of ethics during the award/ execution of Contract. "Fraudulent Practice" means a misrepresentation of facts in order to influence the award of a Contract to the detriment of the Owner, and includes collusive practice among bidders (prior to or after bid submission) designed to establish bid prices at artificial non-competitive levels and to deprive the owner of the benefits of free and open competition. 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.
b) In case, the information/ document furnished by the Bidder/ Vendor/ Contractor forming basis of evaluation of his bid is found to be false/ forged after the award of the contract, Owner shall have full right to terminate the contract and get the remaining job executed at the risk & cost of such Bidder/ Vendor/ Contractor without any prejudice to other rights available to Owner under the contract such as forfeiture of CPBG/ Security Deposit, withholding of payment etc.
c) Incase, 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/ Vendor/ Contractor along with forfeiture of CPBG/ Security Deposit furnished by the bidder/vendor/ contractor.
d) Further, such bidder/ vendor/ contractor shall be put on Blacklist/ Holiday/ Negative List of owner debarring them from future business with Owner for a time period, as per the prevailing policy in EIL.
22. Submission of authentic documents is the prime responsibility of the bidder. Wherever EIL has concern or apprehension regarding the authenticity/correctness of any document, EIL reserves the right to get the documents cross verified from the document issuing authority.
23. Deviations to terms and conditions, presumptions etc shall not be stipulated in Price part of bid and price bids shall not contain any stapled slips. In case of any conditions stipulated in price bids or the price bid containing any stapled slips, the bids of such bidders shall be summarily rejected and shall not be considered for further evaluation. Evaluation shall be carried out excluding such bidder(s.)
24. CLARIFICATION REQUESTS FROM BIDDERS A bidder may seek clarification regarding the bidding document provisions, bidding process and / or rejection of his bid. EIL shall respond to such requests with in a reasonable time.
25. SHIFTING OF ORDER Based on the lowest evaluated item wise prices out of the techno-commercial acceptable bidders, the shifting of order shall be carried out provided the following conditions are met: a) Shifting shall be done only if shifting cost of each order is up to Rs.1, 00,000/-. b) Shifting shall not be resorted to if the value is more than 25% of the total order value of the
recommendation (i.e. total order valued for MR/RFQ). However, this ceiling will not be applicable where total order value of recommendation is up to Rs. 4, 00,000/-.
c) In case the order value on L1 bidder is more than Rs. 2, 00,000/- then shifting shall not be resorted. With above shifting the selected bidder for award will be deemed to be L1 bidder
26. Validity of offer shall be up to 3 Months from bid due date / extended due date. 27. Payment terms:
For Supply: As per clause no 1.1.2 of Instruction to Bidders. For Supervision of Erection, Testing & Commissioning : As per clause no 1.1.4 of Instruction to Bidders.
28. Delivery Period: Delivery schedule For Supply shall be 04 Weeks on FOT despatch point basis reckoned from the date of issue of Purchase order. Date of LR/GR shall be the date of delivery.
29. Repeat Order is applicable for this RFQ.
Page 6 of 146
30. SETTLEMENT OF DISPUTE BETWEEN GOVT. DEPT./ PUBLIC SECTOR UNDERTAKING
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.
31. INSTRUCTION FOR ENROLMENT OF BIDDER TO CPP PORTAL
a) NIC Portal mandates that the bidders are to be registered on the portal before any enquiry can be issued to them. In order to expedite issue of enquiries, the enquiry is being issued through EIL Tender Portal and also being published on Central Public Procurement Portal. The enquiry shall be issued to the bidders on the NIC e-Procurement Portal as soon as their registration is completed in the NIC Portal (https://eprocure.gov.in/eprocure/app ).
b) All those vendors who have still not registered on the NIC Portal are required to register on the same
(immediately after issue of enquiry on EIL portal but not later than ten days before the bid due date) for facilitating issue of enquiry to them on the NIC Portal failing which it will not be possible for them to upload their bids. Pursuant to registration, the vendors are also required to login in EIL tender portal and update NIC’s registration details and inform the undersigned regarding the same for the subject enquiry.
In any case, the enquiry shall be issued on NIC portal to NIC registered vendors about one week before the bid due date. Therefore, all those bidders who have not complied with the above registration requirements will not be issued this enquiry on NIC portal and will not be eligible to bid. Request for extension in due
date of submission of bids due to non registration or delayed registration in NIC portal shall not be entertained.
c) The bid has to be necessarily submitted on the NIC Portal and only those bidders who are issued the
enquiry through NIC Portal will be eligible to submit their bids. In case a bidder does not register on the NIC Portal and as a consequence, cannot be issued the enquiry through NIC Portal, it shall be deemed that he is not interested in bidding against this enquiry and no further correspondence will be entertained.
d) In future, EIL shall be issuing all enquiries through NIC Portal alone and bidders who do not register with
NIC Portal may not be able to submit their bids. Therefore, it is in the interest of the bidders that they register on the NIC Portal at the earliest.
e) The vendor registration on NIC Portal is a very user friendly process. However, in case of any doubt, the
vendor may contact the undersigned.
32. Following clause stands added at the end of clause no. 6 of Instruction To Bidder of RFQ
a) As an option to submit Bank Guarantee in lieu of submission of PBG, Indian bidder can accept the cash retention of 10% of total order value from the payment against which the PBG is required to be submitted as per payment terms.
b) As another option, bidder can also accept to furnish Demand Draft of 10% of total order value (within the period specified in PO).
If the bidder is opting for any of the above 2 options other than Bank Guarantee, the bidder should clearly state the same in their offer. Without any indication of the same, bidder acceptance for submission of Bank Guarantee in lieu of PBG shall be considered
Page 7 of 146
33. Following clause stands added to “Terms & Conditions for Supervision of Erection, Testing & Commissioning” enclosed with RFQ:
VALIDITY PERIOD OF PER DIEM RATE SHALL BE UPTO THE END OF GUARANTEE PERIOD.FURTHER, IN CASE SERVICES FOR SUPERVISION ARE REQUIRED AFTER THE GUARANTEE PERIOD, 8% ANNUAL ESCALATION SHALL BE APPLICABLE.
34. Contact Persons for this RFQ are:
Ms. Rekha Choudhary–Asst. General Manager (C&P)–Phone: 91-11-2676 3457,E-mail: [email protected] Ms. Anwesha Sahoo –Engineer (C&P) – Phone: 91-11-2676 3388 ,E-mail: [email protected]
* Please specify Ref. No. (i.e. RFQ No.) in all correspondence.
THIS IS NOT AN ORDER
Very truly yours,
R. Choudhary
Asst. General Manager (C&P)
Enclosure: As per List Attached LIST OF ENCLOSURES
DOCUMENT
A) Special Notes B) Special Instructions to Bidders C) Reply / Acknowledgement letter
D) Proforma of Letter of Authority E) Format For 2 Years Spares of normal operation & maintenance F) Terms & Conditions for Supervision of Erection, Testing & Commissioning G) Format for pre-bid queries H) Instructions to Bidders for e-Tendering
I) Price Schedule– uploaded on EIL website (http://tenders.eil.co.in)
J) Commercial document:
i) Instructions to Bidders (ITB) Rev.3 ii) General Purchase Conditions (INDIGENOUS) iii) Packing, Marking, Shipping & Documentation Specification For Indigenous Material (Doc. No. 8-1843-
0002, Rev.0)
iv) Agreed Terms & Conditions (For Indigenous Bidders)
K) Technical document:
Material Requisition (MR) No. : A018-335-YI-MR-1307 Rev. A
Page 8 of 146
RFQ No. : RC/ A018-335-YI-MR-1307/146
Item : FIELD INSTRUMENTS (P,DP,F ,L,T,TD) NAME OF BIDDER :
SPECIAL NOTES
(TO BE FURNISHED DULY SIGNED AND STAMPED ALONGWITH OFFER)
(IN CASE NOT FURNISHED ALONG WITH OFFER, THEN THE SAME SHALL BE TREATED ACCEPTABLE)
1. Inspection shall be by Lloyds/BV/DNV/CEIL/TUV and charges for the same shall be included in
quoted prices. This shall supersede any other contradiction mentioned any where else in the RFQ Document.
(Important Instruction: Bidder to comply with the above requirement. Bidder should not mention TPI Charges extra / Extra at actual. In case bidder mentioned TPI Charges extra / Extra at actual, then the bid shall be rejected).
2. Evaluation shall be done on Bottomline basis.
3. Quoted prices shall be net of discounts, if any. Conditional discounts, if offered, shall not be considered for evaluation.
4. EPCG Benefit: For Indian/Domestic Bidders, invalidation letter against EPCG shall be given only in case bidder is importing raw material. Indian/Domestic bidders will not be provided invalidation letter who are not importing raw material.
Indian/Domestic bidders shall charge terminal excise duty; MRPL will obtain Cenvat benefits for the same against cenvatable documents.
5. The bidder will have single point responsibility for all contractual purposes. The status of all other vendor (s) (if any) referred/ identified by the Vendor in the offer, shall be that of Vendor's sub-vendor / sub-supplier only.
6. The Bidder shall note that Price Implication is not allowed on account of Technical / Commercial clarifications. The Price Implication shall be allowed only if there is any change in scope / specification / requirement of MR.
7. Other terms & conditions of RFQ Documents shall remain unchanged.
8. Offer is in complete compliance with Commercial requirement of RFQ and there is no commercial deviation in the offer.
9. MODIFICATION TO Clause 7(v) of ITB:
Since MRPL shall be able to avail 50% credit against Karnataka VAT, only 50% of Karnataka VAT shall be loaded for evaluation.
(Signature of Bidders)
Page 9 of 146
REPLY / ACKNOWLEDGEMENT LETTER
FAX # : 00-91-11-26167664 / 26191714
E-MAIL # : [email protected]
(PLEASE FAX / E-MAIL TO EIL WITHIN SEVEN DAYS ON RECEIPT OF RFQ)
AGM(C&P)
Engineers India Limited
EIA 2nd Floor, Bhikaiji Cama Place,
New Delhi – 110166
INDIA
Attention : Ms. R. Choudhary
Client : Mangalore Refinery & Petrochemicals Ltd
Project : PP Unit, Phase III Refinery Expansion
RFQ No. : RC/ A018-335-YI-MR-1307/146
Item : FIELD INSTRUMENTS (P,DP,F ,L,T,TD)
Due Date : 20.07.2015 (up to 1200 hrs IST)
Dear Sirs,
We acknowledge with thanks receipt of your above cited RFQ along with enclosures. We undertake that
the contents of the above RFQ shall be kept confidential including all the drawings, specifications and
documents and the said documents shall be used only for the purpose, for which they are intended.
Further, our response is as under: - (Bidders to put a tick, as applicable).
1. We will submit the bid within due date.
2. We regret to submit our offer/quote because of the following reasons:
a. _____________________________________________________
b. _____________________________________________________
Thanking you,
Very truly yours,
Name of Bidder :
Contact Person :
Contact Person Mobile No :
Bidder’s Address :
Bidder’s Phone No. :
Bidder’s Fax No. :
Bidder’s E-mail :
Page 10 of 146
PROFORMA OF LETTER OF AUTHORITY FOR ATTENDING PRE-BID MEETING / UNPRICED BID OPENING / AND PRICED BID OPENING
No. Date:
To,
ENGINEERS INDIA LIMITED
1, Bhikaiji Cama Place
R.K. Puram, New Delhi 110066(India)
Attn . Ms. Rekha Choudhary, Asst. General Manager (C&P)
Dear Sirs,
We……………………………………..hereby authorise following representatives (s) to attend the Pre-Bid
meeting/ unpriced bid opening / and priced bid opening against your RFQ No.:
……………………………………. / for Item …………………………………….……………
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 letter head of the bidder and should be signed by a person
competent and having the power of attorney to bind the bidder.
Page 11 of 146
RFQ No. : RC/ A018-335-YI-MR-1307/146 Item : FIELD INSTRUMENTS (P,DP,F ,L,T,TD) Name of Bidder: ______________________________________________ Offer No. : _______________________________________________
(Format For 2 Years Spares of normal operation & maintenance) (APPLICABLE FOR INDIAN BIDDERS)
S.No Description Quantity (No.)
Unit Price on FOT dispatch point basis (In INR)
Total Price on FOT dispatch point basis (In INR)
% escalation for 3rd year
% escalation for 4th year
Road Freight
(%)
(Refer Note 2)
1 Two years operation and maintenance spares as per manufacturer recommendation.
-----------%
-----------%
-----------%
NOTES:
i. Prices for spares for 2 year normal operation and maintenance shall be furnished on FOT Despatch point basis as per this format only. Supplier shall quote road freight upto Project Site in India.
ii. The prices for 2 years normal operation & maintenance shall be valid upto 2 years from the date of purchase order. However, bidder to also quote for annual escalation in % for subsequent 2 years.
iii. The price for spares for 2 year normal operation shall not be considered for evaluation and owner reserves the right to select and order these spares.
Signature of Vendor Name / Seal of Vendor :
Page 13 of 146
T&C – SUPV (Indigenous) OBE-LSTK-A018 JUN09 Rev. 1 Page 1 of 1
JOB No: A018
TERMS & CONDITIONS FOR SUPERVISION OF ERECTION & COMMISSIONING (FOR INDIGENOUS BIDDERS)
OBE-LSTK-MRPL A. TERMS & CONDITIONS :
1.0 Bidder shall quote per diem charges which shall include to and fro fare, lodging,
boarding, transport, all insurance including third party, income tax etc. & all other incidental charges.
2.0 Per diem rates shall apply from the day the supervisory personnel reach site and upto the day they leave site.
3.0 Working hours as those prevailing at site – normally eight hours a day, Monday through Saturday and holidays as applicable to site personnel shall apply.
4.0 Bidder’s supervisory personnel to observe/abide by site working conditions prevailing in the existing refinery, safety codes & Indian laws.
5.0 A notice period of one month will be given for supervision of erection. 6.0 A tentative schedule for commissioning will be given one month in advance so that
Bidder’s personnel reach site within 7 days from intimation for erection, testing & commissioning assistance.
B. CHARGES FOR SUPERVISION OF ERECTION/TESTING/COMMISSIONING S. No. Description Bidder’s Reply / information 1.0 2.0 3.0 4.0 5.0
Number of supervisory personnel required. Per diem charges (per person) for 8 hours work on normal working days. Overtime rate/ hour beyond normal 8 hours work on normal working days. Overtime rate/ hour for work on weekly off days/ holidays (as applicable to Refinery site). Maximum estimated time (number of days) for job completion.
6.0
Service Tax payable extra (Bidder shall be paid this tax only against cenvatable invoices issued in accordance with service tax rules)
@ ___________ %
NOTES: In case bidder recommends more than one category level of supervisory personnel the information desired at S. No. 1.0 to 5.0 shall be furnished separately for each category of supervisory personnel. RFQ No: BIDDER’S SIGNATURE & DATE ITEM: NAME OFFER NO: DESIGNATION SEAL/ STAMP
Page 14 of 146
Template No. 5-0000-0001-T2 Rev. 1 Copyrights EIL – All rights reserved
Dated -02-July-2014
Annexure – 1
E-TENDERING METHODOLOGY
Instructions for Online Bid Submission:
The bidders are required to submit soft copies of their bids electronically on the CPP Portal (URL:
http://eprocure.gov.in) only, using valid Digital Signature Certificates. The instructions given below are
meant to assist the bidders in registering on the CPP Portal, prepare their bids in accordance with the
requirements and submitting their bids online on the CPP Portal.
More detailed information useful for submitting online bids on the CPP Portal may be obtained at:
http://eprocure.gov.in/eprocure/app .
REGISTRATION
1) Bidders are required to enroll on the e-Procurement module of the Central Public
Procurement Portal (URL: http://eprocure.gov.in/eprocure/app) by clicking on the link “Click
here to Enroll” on the CPP Portal is free of charge.
2) As part of the enrolment process, the bidders will be required to choose a unique username
and assign a password for their accounts.
3) Bidders are advised to register their valid email address and mobile numbers as part of the
registration process and submit in EIL tender portal for updation of records
(http://tenders.eil.co.in) . These details would be used for any communication from the CPP
Portal.
4) Upon enrolment, the bidders will be required to register their valid Digital Signature
Certificate (DSC) (Class II or Class III Certificates with signing key usage) issued by any
Certifying Authority recognized by CCA India (e.g. Sify / TCS / nCode / eMudhra etc.), with
their profile.
5) Foreign Bidders have to refer “DSC details for foreign Bidders” for Digital signature
Certificates requirements which comes under Download Tab at
http://eprocure.gov.in/eprocure/app and the remaining part is same as above and below.
6) Only one valid DSC should be registered by a bidder. Please note that the bidders are
responsible to ensure that they do not lend their DSC‟s to others which may lead to misuse.
7) Bidder then logs in to the site through the secured log-in by entering their user ID / password
and the password of the DSC / e-Token.
SEARCHING FOR TENDER DOCUMENTS
1) There are various search options built in the CPP Portal, to facilitate bidders to search active
tenders by several parameters. These parameters could include Tender ID, organization
name, location, date, value, etc. There is also an option of advanced search for tenders,
wherein the bidders may combine a number of search parameters such as organization
name, form of contract, location, date, other keywords etc. to search for a tender published
on the CPP Portal.
2) Once the bidders have selected the tenders they are interested in, the same can be moved
to the respective „My Tenders‟ folder. This would enable the CPP Portal to intimate the
bidders through SMS / e-mail in case there is any corrigendum issued to the tender
document.
Page 15 of 146
Template No. 5-0000-0001-T2 Rev. 1 Copyrights EIL – All rights reserved
Dated -02-July-2014
3) The bidder should make a note of the unique Tender ID assigned to each tender, in case
they want to obtain any clarification / help from the Helpdesk.
PREPARATION OF BIDS
1) Bidder should take into account any corrigendum published on the tender document before
submitting their bids.
2) Please go through the tender advertisement and the tender document carefully to
understand the documents required to be submitted as part of the bid. Please note the
number of covers in which the bid documents have to be submitted, the number of
documents - including the names and content of each of the document that need to be
submitted. Any deviations from these may lead to rejection of the bid.
3) To avoid Network congestion, Bidder is recommended to upload file size of up to Maximum
35 MB per part. However, in case file size exceeds 35 MB, bidder may compress the files by
scanning with 75 dpi setting as per s.no 4 below and can use additional 25 MB space (“My
Documents”) provided to the bidder as per s.no 5 below.
4) Bidder, in advance, should get ready the bid documents to be submitted as indicated in the
tender document and generally, they can be in PDF / XLS / RAR / DWF formats. Bid
documents may be scanned with 75 dpi with black and white option. However, Price
Schedule / SOR shall be strictly in RAR format without altering any contents of the
formats uploaded by EIL in their Bidding Document.
5) To avoid the time and effort required in uploading the same set of standard documents which
are required to be submitted as a part of every bid, a provision of uploading such standard
documents (e.g. PAN card copy, annual reports, auditor certificates etc.) has been provided
to the bidders. Bidders can use “My Documents” area available to them to upload such
documents. These documents may be directly submitted from the “My Documents” area
while submitting a bid, and need not be uploaded again and again. This will lead to a
reduction in the time required for bid submission process.
SUBMISSION OF BIDS
1) Bidder should log into the site well in advance for bid submission so that he/she upload the
bid in time i.e. on or before the bid submission time. Bidder will be responsible for any delay
due to other issues.
2) The bidder has to digitally sign and upload the required bid documents one by one as
indicated in the tender document.
3) Bidder has to select the payment option as “offline” to pay the tender fee / EMD as
applicable and enter details of the instrument.
4) Bidder should prepare the EMD as per the instructions specified in the tender document. The
original should be posted/couriered/given in person to the Tender Processing Section, with
in 7 calendar days of the date of Unpriced bid opening. The details of the DD/any other
accepted instrument, physically sent, should tally with the details available in the scanned
copy and the data entered during bid submission time. Otherwise the uploaded bid will be
rejected.
5) A Price Bid format has been provided with the tender document to be filled by all the bidders.
Bidders are requested to note that they should necessarily submit their financial bids in the
format provided and no other format is acceptable. Bidders are required to download the
Page 16 of 146
Template No. 5-0000-0001-T2 Rev. 1 Copyrights EIL – All rights reserved
Dated -02-July-2014
Price Bid file, open it and complete the cells with their respective financial quotes and other
details (such as name of the bidder). No other cells should be changed. Once the details
have been completed, the bidder should save it and submit it online, without changing the
filename. If the Price Bid file is found to be modified by the bidder, the bid will be rejected.
6) The server time (which is displayed on the bidders‟ dashboard) will be considered as the
standard time for referencing the deadlines for submission of the bids by the bidders,
opening of bids etc. The bidders should follow this time during bid submission.
7) All the documents being submitted by the bidders would be encrypted using PKI encryption
techniques to ensure the secrecy of the data. The data entered cannot be viewed by
unauthorized persons until the time of bid opening. The confidentiality of the bids is
maintained using the secured Socket Layer 128 bit encryption technology. Data storage
encryption of sensitive fields is done.
8) The uploaded tender documents become readable only after the tender opening by the
authorized bid openers.
9) Upon the successful and timely submission of bids, the portal will give a successful bid
submission message & a bid summary will be displayed with the bid no. and the date & time
of submission of the bid with all other relevant details.
10) The bid summary has to be printed and kept as an acknowledgement of the submission of
the bid. This acknowledgement may be used as an entry pass for any bid opening meetings.
RETENDER
Please note that if Tender has been retendered, than it is mandatory for the bidder to
submit their offer again on CPP Portal.
WITHDRAWAL OF BID
It may please be noted that bidders now have an additional feature of withdrawing their
bids before due date and time. After submitting the bid on the CPP Portal, if the bidder
wishes to withdraw his bid, he can do so. However, if the bidder withdraws his bid, he
will be exempted from further participation in the tender and won’t be able to submit
his bid again for that particular tender.
ASSISTANCE TO BIDDERS
1) Any queries relating to the tender document and the terms and conditions contained therein
should be addressed to the Tender Inviting Authority for a tender or the relevant contact
person indicated in the tender.
2) Any queries relating to the process of online bid submission or queries relating to CPP Portal
in general may be directed to the 24 x 7 CPP Portal Helpdesk. The contact number for the
helpdesk is 1800-3070-2232 and Mobile Nos +91-7878007972, +91-7878007973.
Page 17 of 146
Page
INSTRUCTIONS TO BIDDERS MRPL OBE LSTK JOB
25 FEB.10 – REV3
MRPL PHASE
III REFINERY
EXPANSION
1 PAYMENT TERMS 1.1 INDIGENOUS SUPPLIERS
1.1.1 Where the MR is only for supply of materials and there is no Vendor data requirement (VDR) specified in the MR.
a) 90% against despatch documents directly to EIL on pro-rata basis together with
full taxes, duties and transportation charges.
b) 10% on receipt and acceptance of last consignment of materials at site and on submission of Performance Bank Guarantee valid for 3 months beyond guarantee
period and on submission of E1/E2 form (wherever applicable).
1.1.2 Where the MR is only for supply of materials and calls for Vendor Data Requirement.
i) a) 5% on approval of drawings, wherever required (identified in Purchase
Requisition, in at least Code 2) and manufacturing schedule. b) 80% (85% in cases where drawing approval is not required) against despatch
documents directly to EIL on pro-rata basis together with full taxes, duties and transportation charges.
c) 5% on receipt of Final / as built Drawings / Documents / Data / Manual in requisite number of copies / sets/ CDs as per VDR specified in Purchase
Requisition.
d) 10% on receipt and acceptance of goods/ equipment at site against submission of Performance Bank Guarantee valid for 3 months beyond guarantee period and
on submission of E1/E2 form (wherever applicable).
Note : In case of pumps, compressors, heat exchangers, columns and vessels,
the 80%/85% payment shall be split in three parts as under : i) 10% being released against placement of sub-orders for specified
major raw materials as under, against submission of equivalent bank guarantee.
Columns and Vessels Plates and forgings Heat Exchangers Plates, Forgings and tubes
Pumps Castings and motors
Compressors Castings/forgings and drivers
ii) 15% being released against receipt and identification of specified major raw materials as under, by EIL nominated inspectors, against
submission of equivalent bank guarantee.
Columns and Vessels Plates and forgings Heat Exchangers Plates, Forgings and tubes
Pumps Castings Compressors Castings/forgings
iii) Balance payment out of 80%/85% against despatch documents as above.
1.1.3 Where the MR/Package includes supply as well as site work
i) SUPPLY a) 5% on approval of drawings, wherever required (identified in Purchase
Requisition, in at least Code 2) and manufacturing schedule.
Page 25 of 146
Page
INSTRUCTIONS TO BIDDERS MRPL OBE LSTK JOB
17 FEB.10 – REV3
MRPL PHASE
III REFINERY
EXPANSION
b) 10% against placement of sub-orders for major raw materials to be specified by
EIL, against submission of equivalent bank guarantee. c) 70% (75% in cases where drawing approval is not required) against despatch
documents directly to EIL on pro-rata basis together with full taxes, duties and
transportation charges. d) 5% on receipt of Final / as built Drawings / Documents / Data / Manual in
requisite number of copies / sets/ CDs as per VDR specified in Purchase Requisition.
e) 10% on successful completion of site work against submission of Performance
Bank Guarantee valid for 3 months beyond guarantee period and on submission of E1/E2 form (wherever applicable).
SITE WORK
a) 90%: Against monthly running bills (based on agreed billing schedule) duly
certified by Engineer-in-charge. b) 10%: On successful completion and handing over of goods/equipment at site.
1.1.4 Supervision of Erection, Testing & Commissioning
Payment shall be 100% pro-rata against monthly progressive bills to be submitted by
Seller duly certified by Engineer-in-Charge. Payment shall be made within 30 days of
submission of bills. 1.2 FOREIGN SUPPLIERS
1.2.1 Where the MR is only for supply of materials and there is no Vendor data requirement (VDR) specified in the MR.
100% against shipping documents through irrevocable Letter of Credit.
1.2.2 Where the MR is only for supply of materials and calls for Vendor Data Requirement.
a) 5% on approval of drawings, wherever required (identified in Purchase Requisition, in at least Code 2) and manufacturing schedule through wire
transfer.
b) 90% (95% in cases where drawing approval is not required) against shipping documents through irrevocable Letter of Credit.
c) 5% on receipt of Final / as built Drawings / Documents / Data / Manual in requisite number of copies / sets/ CDs as per VDR specified in Purchase
Requisition through wire transfer.
Note : In case of pumps, compressors, heat exchangers, columns and vessels,
the 90%/95% payment shall be split in three parts as under : i) 10% being released against placement of sub-orders for specified
major raw materials as under, against submission of equivalent bank guarantee.
Columns and Vessels Plates and forgings
Heat Exchangers Plates, Forgings and tubes Pumps Castings and motors
Compressors Castings/forgings and drivers
ii) 15% being released against receipt and identification of specified
major raw materials as under, by EIL nominated inspectors, against submission of equivalent bank guarantee.
Columns and Vessels Plates and forgings
Page 26 of 146
Page
INSTRUCTIONS TO BIDDERS MRPL OBE LSTK JOB
17 FEB.10 – REV3
MRPL PHASE
III REFINERY
EXPANSION
Heat Exchangers Plates, Forgings and tubes
Pumps Castings Compressors Castings/forgings
iii) Balance payment out of 90%/95% against shipping documents as above.
1.2.3 Where the MR/Package includes supply as well as site work
SUPPLY a) 5% on approval of drawings, wherever required (identified in Purchase
Requisition, in at least Code 2) and manufacturing schedule through wire
transfer. b) 10% against placement of sub-orders for major raw materials to be specified by
EIL, against submission of equivalent bank guarantee through wire transfer. c) 70% (75% in cases where drawing approval is not required) against shipping
documents through irrevocable Letter of Credit.
d) 5% on receipt of Final / as built Drawings / Documents / Data / Manual in requisite number of copies / sets/ CDs as per VDR specified in Purchase
Requisition, through wire transfer. e) 10% on successful completion of site work, through wire transfer.
SITE WORK
a) 90%: Against monthly running bills (based on agreed billing schedule) duly
certified by Engineer-in-charge. b) 10%: On successful completion and handing over of goods/equipment at site.
1.2.4 Supervision of Erection, Testing & Commissioning
1. Payment shall be 100% pro-rata against monthly progressive bills to be submitted by Seller duly certified by Engineer-in-Charge. Payment shall be made within 30 days of
submission of bills. NOTES :
i. Payment to indigenous suppliers shall be released either through Electronic Clearing System (ECS)/ Electronic Fund Transfer (EFT)/ Real Gross Time
Settlement (RGTS) or through internet. In view of this, necessary details, such as name of bank, bank account no. etc., duly attested by bidder’s bank must be
submitted along with the offer.
ii. Irrevocable Letter of Credit for payment to foreign suppliers shall be established in favour of the bidder in a bank in his country, for an appropriate amount, 60
days before scheduled date of delivery (anticipated date of delivery in case it is known to be earlier than scheduled date of delivery) subject to receipt of
unconditional acceptance of Purchase Order and submission of requisite
Performance Bank Guarantee within 30 days of FOA. However, in case of foreign orders with value upto US $ 50,000, L/C shall be opened within 45 days of
receipt of acceptance copy of PO alongwith CPBG (wherever applicable). In case confirmed L/C is insisted by Bidder, L/C confirmation charges shall be to Bidder’s
account.
iii. All payments (other than through L/C) shall be released within 30 days of receipt
of invoice and all requisite documents, complete in all respects. iv. All bank charges of respective bankers shall be to respective account.
v. Seller shall submit Billing Schedule within three weeks after placement of FOA for
EIL’s approval. vi. Sellers requiring multiple despatches will restrict the number of despatches to
Page 27 of 146
Page
INSTRUCTIONS TO BIDDERS MRPL OBE LSTK JOB
17 FEB.10 – REV3
MRPL PHASE
III REFINERY
EXPANSION
maximum three, unless agreed otherwise by Project Manager.
vii. Other than the payment terms given above, no other advance payments shall generally be payable. Any payment before despatch of material shall be
considered as advance payment. If any Seller insists on advance payments, such
advance payment (other than the ones given in payment terms in this ITB) shall be interest bearing @13% per annum (simple interest) on reducing balance, upto
delivery period and shall be released only against equivalent Bank Guarantee. All bank guarantees against advance payments shall be valid up to contractual
delivery date plus three months. Interest shall be adjusted while releasing the
payment against despatch documents. viii. Similarly, advance payment for mobilization of site shall be interest bearing
@13% per annum (simple interest).
2 TRANSPORTATION
2.1 INDIGENOUS SUPPLIERS
Indigenous suppliers are required to dispatch the goods on door delivery basis through
any of the bank approved Transporters. Any deviation shall be subject to prior approval of Project Manager.
2.2 FOREIGN SUPPLIERS
In case order is placed on FOB International port of exit basis, ocean transportation from FOB Port of Exit to the designated Indian Port (Mangalore) shall be arranged through EIL
nominated freight forwarder. Bidder shall arrange handing over the material to nominated freight forwarder at the designated Port of Exit.
The bidder will be required to furnish firm cargo details containing weight, dimensions,
no. of packages, no. & type of containers required & Port of shipment. In case the actual
cargo dispatched exceeds the cargo details furnished, the extra freight incurred by EIL/MRPL will be to Supplier’s account.
The marine freight quoted should be kept valid for a period of six months beyond the
date of issue of FOA. EIL reserves the option to ask the bidder to arrange shipment at
the quoted freight rates.
3 CURRENCY OF QUOTE
FOREIGN SUPPLIERS
Foreign suppliers are required to submit prices only in a freely convertible currency. In
case a foreign supplier is sourcing part of equipment/ services from India, prices of such equipment/ services shall be quoted in Indian Rupees only. INDIAN SUPPLIERS
Indian suppliers are required to submit price in Indian Rupees.
4 SINGLE POINT RESPONSIBILITY OF THE SUPPLIER
In case of MRs containing supplies as well site work, a single order, covering the supplies
as well site work, shall be placed. Split ordering will not be permitted. In case, a foreign supplier requests for a separate order on his Indian sub-supplier, the
same shall not be accepted. However, payment to Indian sub-supplier shall be released
directly in Indian Rupees against invoices duly certified by the Foreign supplier. For this purpose, the Indian sub-supplier’s name, material and corresponding price in Indian
Rupees, shall be clearly spelt out in the purchase order on foreign supplier. Indian sub-supplier’s delivery shall be within the overall delivery of the foreign supplier. “C” form
shall be issued to Indian sub-suppliers.
5 GUARANTEE PERIOD
Page 28 of 146
Page
INSTRUCTIONS TO BIDDERS MRPL OBE LSTK JOB
17 FEB.10 – REV3
MRPL PHASE
III REFINERY
EXPANSION
15 months after the equipment/ material have been put in service or 30 months from the
date of shipment, whichever is earlier.
6 PERFORMANCE BANK GUARANTEE (PBG)
i. PBG shall be required @ 10% of total order value. However, Performance Bank Guarantee shall not be required for orders upto Rs. 25 lakh (equivalent foreign
currency in case of foreign suppliers) in case of pipes, fittings, flanges, gaskets and fasteners, in limited enquiries. For all other cases, Performance Bank Guarantee
shall not be required for orders upto Rs. 5 lakh (equivalent foreign currency in case of foreign suppliers).
ii. EIL shall get all bank guarantees verified for authenticity from the regional /
controlling / branch office of the issuing bank before the same are accepted. iii. In limited enquiries for purchasing, Indigenous suppliers shall be required to submit
the PBG while claiming the last 10% payment. iv. In all other cases, the PBG shall be required to be submitted within four weeks of
issue of FOA.
v. Performance Bank Guarantees shall be valid till expiry of guarantee period plus three months claim period after which the PBG shall be released. However,
wherever site work is involved, in addition to the above, the PBG shall be released subject to receipt of clearance from Tax & other statutory authorities related to
project. vi. Bank Guarantee(s) shall be issued through Indian Nationalised Bank/ Indian
Scheduled bank (other than Co-operative Banks) / Indian branches of foreign
banks, vii. Bank Guarantee shall have a claim period of three months after its expiry.
7 INDIAN TAXES/DUTIES
i. The prices shall be exclusive of all Indian taxes/duties applicable on finished goods/services
supplied directly to EIL except Works Contract Tax. Variations of any kind on Works Contract
Tax shall be to supplier’s account. The excluded taxes/duties shall be payable extra at actuals
against documentary evidence. Karnataka Entry Tax shall not be included in prices since the
same shall be borne by MRPL.
ii. Karnataka Special Entry Tax, if applicable, shall be payable extra at actuals.
iii. All Cenvatable payments on account of Excise Duty, Service Tax & Karnataka VAT shall be
released on receipt of Cenvatable /vattable copy of corresponding invoice valid for availing
CENVAT / VAT credit (as per contract between EIL and MRPL).
iv. Since Cenvat credit shall be available against Excise Duty and Service tax (including service tax
on freight), these shall not be loaded for comparison of bids.
v. Since MRPL shall be able to avail 37% credit against Karnataka VAT, only 63% of Karnataka VAT
shall be loaded for evaluation.
EIL will not issue any concessional form for Karnataka VAT (KVAT).
vi. Indigenous suppliers shall issue E1/E2 form on quarterly basis within 15 days after completion
of each quarter based on “C” form no. provided by EIL. EIL will provide original “C” form in
exchange of original E1/E2 form.
vii. All non-cenvatable/non-vattable taxes/duties shall be loaded for evaluation.
8 FIRM PRICES
i. The prices shall be firm and fixed and not subject to any variation, whatsoever. ii. Variations on account of foreign exchange rates, in case of indigenous suppliers, shall
be to suppliers’ account.
iii. Customs Duty variations, in case of indigenous suppliers, alongwith cascading effect on Indian taxes/duties, shall be to EIL’s account. For this purpose, the suppliers shall
be required to furnish the CIF value of foreign content in Indian Rupees alongwith the customs duty rate considered, in their offer.
Page 29 of 146
Page
INSTRUCTIONS TO BIDDERS MRPL OBE LSTK JOB
17 FEB.10 – REV3
MRPL PHASE
III REFINERY
EXPANSION
9 PRICE REDUCTION SCHEDULE
i) Price Reduction Schedule, in case of MRs other than packages, shall be @1/2% of value of
delayed equipment/ item per week of delay or part thereof subject to a maximum of 5% of
total order value.
ii) For packages, with or without site work, the Price Reduction Schedule shall be @1/2% of total
order value per week of delay or part thereof subject to a maximum of 5% of total order
value.
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 reduction for delay.
Iv) Price reduction shall be effected in the Invoice value before presenting for payment. The
Purchase reserves the right to cancel the Purchase Order for any delay exceeding the period
of maximum reduction and the Seller shall be liable to all consequences thereof.
10 COMPREHENSIVE MARINE-CUM-ERECTION INSURANCE
Comprehensive Insurance (Transit/Marine cum storage, erection, till handing over of
equipment) shall be arranged by MRPL.
11 BASIS OF EVALUATION
11.1 WHERE ONLY INDIAN BIDS ARE UNDER COMPARISON Bids shall be evaluated on the basis of landed cost at Site, including site work, if any,
considering Third Party inspection Charges wherever applicable (as quoted by
bidders), all duties, taxes, transportation charges less Cenvatable excise duty, Cenvatable service tax, Cenvatable educational cess & vattable KVAT (37% of KVAT).
Cost of mandatory spares, if identified in the Material Requisition, commissioning
spares and special tools & tackles will be included for price evaluation of bids, but cost of Spares for two years operation shall be excluded.
Supervision charges shall be considered for evaluation wherever supervision is
required.
AMC charges shall be considered for evaluation wherever AMC is required.
Commercial loading shall be considered for evaluation of bids.
Technical loading, if any, shall be considered for evaluation of bids.
11.2 WHERE ONLY FOREIGN BIDS ARE UNDER COMPARISON
Bids shall be evaluated on the basis of CFR (Mangalore) prices including third party inspection
charges wherever applicable (as quoted by bidders), and considering sea freight as under: Packages/equipments/pipes & plates :
Firm freight as quoted by bidders Bulk items – piping (other than pipes) / instruments :
Europe / Japan / Asia : 6% of FOB price Australia / American Continent : 9% of FOB price
Cost of mandatory spares identified in the Material Requisition, Commissioning Spares and special tools & tackles will be included for evaluation of bids, but costs of Spares for two years operation shall be excluded.
Supervision charges shall be considered for evaluation, wherever, supervision is required. AMC charges shall be considered for evaluation wherever AMC is required. Commercial loading shall be considered for evaluation of bids. Technical loading, if any, shall be considered for evaluation of bids. Comparison of bids shall be carried out on equivalent Indian Rupees basis considering Bills
Selling rates of Foreign Exchange as available from State Bank of India on the day of priced opening. In case the same is not available, the exchange rate from Economic Times, New Delhi edition, published on the day of priced opening, shall be considered.
Page 30 of 146
Page
INSTRUCTIONS TO BIDDERS MRPL OBE LSTK JOB
17 FEB.10 – REV3
MRPL PHASE
III REFINERY
EXPANSION
NOTE : In case site work is also involved, the comparison shall include site work and various other charges as per 11.3.
11.3 WHERE INDIAN AS WELL AS FOREIGN BIDS ARE UNDER COMPARISON
INDIGENOUS BIDDERS
i) The evaluated price of indigenous bidders shall be carried out on the basis of landed cost at Site, as per clause 11.1 above. Further, wherever Indian bidders are subject to EIL inspection, instead of third party inspection charges, notional inspection charges @1.25% of FOT Despatch point price for EIL inspection shall be considered.
FOREIGN BIDDERS
The evaluated price of foreign bidders shall be on the basis of landed cost at Site, including the following:
i) Evaluation shall be done as per clause 11.2 above plus
ii) L/C charges @ 1% of FOB price.
iii) Custom clearance and Port Handling charges @ 2% of landed cost, i.e., S. No. (i) to (ii).
iv) Prevailing rate of Customs duty (calculated on CIF value plus Landing Charges @ 1% of CIF Value(considering 1% of FOB price as marine insurance).
v) Notional inland freight charges @ 1% of landed cost, i.e., S. No. (i) to (ii), from Port of Entry (Mangalore respectively) to MRPL project site.
vi) Site work, wherever applicable. Note : Transit insurance for Indian bidders and Marine Insurance for foreign bidders, will not be loaded, being arranged by MRPL under MCE Policy.
11.4 GENERAL
Any differential in taxes and duties will be cost loaded on case to case basis. However, if 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 at present. In case of pipes, in case a foreign bidder has not quoted or not included stowage
charges, the same shall be loaded @ 10% of bidder’s quoted Ocean Freight. In case Supplier(s) has quoted estimated freight charges or quoted freight at
actuals or not quoted at all, the loading shall be done by maximum freight quoted by other Supplier(s) of similar locations or based on EIL estimate.
12 LOADING/REJECTION CRITERIA Cost loading on account of deviations to commercial terms & conditions shall be
calculated on FOT Despatch Point price/ FOB price as under : 12.1 PERFORMANCE BANK GUARANTEE (PBG)
In case a supplier takes any deviation with respect to the amount or period or validity of
the performance bank guarantee, the offer shall be rejected. 12.2 PRICE REDUCTION SCHEDULE (PRS)
PRICE REDUCTION SCHEDULE (APPLICABLE AS 1/2% DOV ~ 5% TOV) FOR DELAYED DELIVERY (PRS):
a) 1/2% of DOV up to maximum of 5% of TOV No loading
b) 1/2% of DOV up to maximum of 5% of DOV 2.5%
c) Other than the above 5%
PRICE REDUCTION SCHEDULE (APPLICABLE AS 1/2% TOV ~ 5% TOV) FOR DELAYED DELIVERY (PRS) (For packages only)
Page 31 of 146
Page
INSTRUCTIONS TO BIDDERS MRPL OBE LSTK JOB
17 FEB.10 – REV3
MRPL PHASE
III REFINERY
EXPANSION
a) 1/2% of TOV up to maximum of 5% of TOV No loading
b) 1/2% of TOV to x% of TOV (5-x)% c) Other than the above 5%
TOV – Total Order Value; DOV – Delayed Order Value
12.3 PRICE VARIATION
a) Firm Prices No Loading b) In case of Price Variation Formula
with ceiling
Loading by ceiling percentage
offered c) No formula and no ceiling
specified by the bidder
Offer shall be rejected
Note : In case the enquiry itself provides for price variation on account of certain
variables, offers seeking such variation shall not be loaded.
12.4 PAYMENT TERMS
Payment terms at variance with RFQ (which are not interest bearing), will not be permitted. However, if a bidder insists on the same, these shall be loaded @13% per
annum (simple interest) for the relevant period.
12.5 DELIVERY
FOR ENQUIRIES WITH DELIVERY/COMPLETION PERIOD UPTO 6 MONTHS
Delivery/Completion period longer than required in enquiry shall be loaded @
1/2% per week upto a maximum of four (4) weeks. In case, a supplier quotes delivery longer than four (4) weeks from required, the bid shall be rejected. One
(1) month shall be construed as equal to four (4) weeks for the purpose of such evaluation.
FOR ENQUIRIES WITH DELIVERY /COMPLETION PERIOD BEYOND 6 MONTHS
Delivery/Completion period longer than required in enquiry shall be loaded @
1/2% per week upto a maximum of six (6) weeks. In case, a supplier quotes delivery longer than six (6) weeks from required, the bid shall be rejected. One
(1) month shall be construed as equal to four (4) weeks for the purpose of such evaluation.
Page 32 of 146
A018-GPC-IND-AUG10-REV2 Page 1 of 13
ENGINEERS INDIA LIMITED
MRPL – OBE LSTK
GENERAL PURCHASE CONDITIONS (INDIGENOUS)
INDEX
PART – A: GENERAL PURCHASE CONDITIONS (INDIGENOUS)
1. DEFINITIONS 2. REFERENCE FOR DOCUMENTATION 3. CONFIRMATION OF ORDER 4. SALES CONDITIONS 5. COMPLETE AGREEMENT 6. INSPECTION - CHECKING - TESTING 7. OFFICIAL INSTITUTIONAL TESTING 8. OILS & LUBRICANTS 9. SPARE PARTS 10. TRANSIT RISK INSURANCE 11. RESPECT FOR DELIVERY DATES 12. DELAYED DELIVERY 13. DELAYS DUE TO FORCE MAJEURE 14. REJECTION, REMOVAL OF REJECTED GOODS AND
REPLACEMENT 15. TRANSFER OF PROPERTY FROM THE SELLER TO THE PURCHASER 16. PRICE 17. TERMS OF PAYMENT
PART – B: PACKING MARKING & SHIPPING
SPECIFICATIONS
1. WEIGHTS AND MEASUREMENTS 2. DESPATCH INSTRUCTIONS 3. PACKING & MARKING
18. RECOVERY OF SUMS DUE 19. CHANGES 20. CANCELLATION 21. PATENTS AND ROYALTY 22. CONTROL REGULATION 23. PERFORMANCE GUARANTEE 24. NON-WAIVER 25. NON-ASSIGNMENT 26. PART ORDER/REPEAT ORDER 27. SELLER’S DRAWINGS AND DATA REQUIREMENT 28. TECHNICAL INFORMATION 29 PROGRESS CHART AND EXPEDITING 30. SERVICES OF SELLER’S PERSONNEL 31. SELLER’S LIABILITIES 32. PURCHASER’S MATERIAL 33. HEADINGS 34. ARBITRATION 35. JURISDICTION
4. SHIPMENT AND SHIPMENT NOTICES 5. INVOICING & NEGOTIATION OF DOCUMENTS
Page 33 of 146
A018-GPC-IND-AUG10-REV2 Page 2 of 13
PART – A: GENERAL PURCHASE CONDITIONS (INDIGENOUS) 1. DEFINITIONS: The following expressions used in these General Purchase Conditions (GPC) and the Purchase shall have the meaning indicated against each of these: The PURCHASER / OWNER means Engineers India Limited, a company incorporated in India having its registered office at Engineers India Bhawan, 1, Bhikaiji Cama Place, RK Puram, New Delhi-110066 and shall include its successors and assignees. “GOODS/MATERIALS”: Goods and/or materials shall mean any of the Articles, Materials, Machinery, Equipment, Supplies, Drawings, Data and other property and all services including but not limited to design, delivery, installation, inspection, testing and commissioning specified to complete the order. “SELLER”: Seller shall mean the Person, Firm or Corporation to whom the Fax of Acceptance / Purchase Order is issued. “Contractual Delivery Date”: Contractual Delivery Date is the date on which goods shall be delivered F.O.T dispatching point/destination in accordance with the terms of the Purchase Order. The contractual delivery date/period is inclusive of all the lead time for engineering, procurement of raw materials, manufacturing, inspection, testing packing and any other activities whatsoever required to be accomplished for effecting the delivery at the agreed delivery point. “Procurement co-coordinators /Managers”: Purchaser’s authorized representative appointed as procurement co-ordinators/ manager. “INSPECTORS”: Inspectors deputed / authorized by Purchaser / procurement co-ordinator / managers. CLIENT: Client means Mangalore Refinery and Petrochemicals Limited. PROJECT: PP UNIT, Mangalore Refinery & Petrochemicals Limited, Mangalore, Karnataka 2. REFERENCE FOR DOCUMENTATION: Purchase Order / Purchase Requisition number must appear on order confirmation, correspondence, drawings, invoices, shipping notes, packing and/ or any documents or paper connected with the Order. 3. CONFIRMATION OF ORDER: The Seller shall acknowledge the receipt of the Fax of Acceptance (FOA) / Purchase Order within seven days following the date of the FOA / Purchase Order and shall thereby confirm his acceptance of the FOA / Purchase Order without any exceptions. This acknowledgment will
bear on both FOA / Purchase Order and General Purchase Conditions 4. SALES CONDITIONS: With Seller’s acceptance of provision of the Purchase Order, he waives and considers as cancelled any of his general sales conditions. 5. COMPLETE AGREEMENT: The terms and conditions of the Purchase Order shall constitute the entire Agreement between the parties hereto. Changes will be binding only if the amendments are made in writing and signed by an authorized representative of the Purchaser. 6. INSPECTION-CHECKING-TESTING: The equipment, materials and workmanship covered by the Purchase Order are subject to inspection and testing at any time prior to shipment and/or despatch and to final inspection within a reasonable time after arrival at the place of delivery. Inspectors shall have the right to carry out the inspection and testing which will include the raw materials at manufacturer’s shop, at fabricator’s shop and at the time of actual despatch before and after completion of packing. All tests, mechanical and others as specified in the Purchase Requisition and particularly those required by codes will be performed at Seller’s expenses and in accordance with Inspector’s instructions. The Seller will also bear the expenses concerning preparation and rendering of tests required by Boiler Inspectorate or such other statutory testing agencies or by Lloyds Register of Shipping and Industrial Services as may be required. The salaries and fees of Inspectors and their travelling, lodging and boarding expenses will not be borne by the Seller unless inspection becomes anfractuous due to any omission or commission on the part of the Seller. Before shipping or despatch, the equipment and/or materials will have to be checked and stamped by Inspectors who are authorized also to forbid the use and despatch of any equipment and/or materials which during tests and inspection fail to comply with the specification, codes and testing requirements. The Seller shall: - Inform Procurement Coordinator/Managers at
least eight days in advance of the exact place, date and time of rendering the equipment or materials for required inspection.
- Provide free access as required to Inspectors
during normal and / or extended working hours to Seller’s or his/its sub-Supplier’s works and
Page 34 of 146
A018-GPC-IND-AUG10-REV2 Page 3 of 13
place at their disposal all useful means of performing, checking, marking, testing, inspection and final stamping.
Even if the Inspections and tests are fully carried out, Seller would not be absolved to any degree from his responsibilities to ensure that all equipment and material supplied comply strictly with requirements as per agreement both during manufacturing, at the time of delivery, inspection, on arrival at site and after its erection or start-up and guarantee period as stipulated in Clause 29 herein. The Seller’s responsibility will not be lessened to any degree due to any comments made by Procurement Coordinators/Managers and Inspectors on the Seller’s drawings or specifications or by inspectors witnessing any chemical or physical tests. In any case, the equipment must be in strict accordance with the Purchase Order and/or its attachments failing which the Purchaser shall have the right to reject the goods and hold the Seller liable for non-performance of contract. 7. OFFICIAL INSTITUTIONAL TESTING: In addition to testing and inspection by Inspectors mentioned above, Lloyds register Industrial services or similar institutional agencies like Boiler-Inspectorate may be assigned for official testing of all coded equipment. The Seller shall ensure that all Procedures for preparation and Performance of test prescribed by such institution shall be complied scrupulously. The Seller is required to send to such institutions as may be designed by the Purchaser at least three sets of fabricated / manufactured drawings for each equipment and calculations. All manufacturer’s mill test certificates and analytical reports from material laboratories in respect of all raw material and components employed shall have to be presented to such Institution’s Inspectors in the number of copies required. Seller shall be responsible for any delay in submission of necessary certificates. The Seller shall maintain close liaison with Procurement Co-ordinators and Institution’s Inspectors to maintain Schedule and delay, if any, in this process will not be taken into consideration as a cause of Force Majeure. 8. OILS & LUBRICANTS: The first filling of oils and lubricants, if any, required for every equipment shall be included in the price. The Seller shall also recommend the quality / quantity of oils and lubricants required for one-year continuous operation. 9. SPARE PARTS: The Seller must furnish item wise and priced list of spare parts required for two years normal operation and maintenance of the equipment and prime movers also. The Seller shall provide the necessary cross - sectional drawing to identify the spare parts numbers and their
location as well as an inter-changeability chart. 10. TRANSIT RISK INSURANCE: The Purchaser against its/ Client’s Open General Policy (The name of the Insurance Co. will be conveyed subsequently) shall cover transit Risk Insurance. The Seller shall advise the dispatch particulars to the Insurance Company under advice to the Procurement Coordinators / Managers before shipment. 11. RESPECT FOR DELIVERY DATES: Time of delivery as mentioned in the Purchase Order shall be the essence of the agreement and no variation shall be permitted except with prior authorization in writing from the Purchaser. Goods should be delivered securely packed and in good order and condition at the place and within the time specified in the Purchase Order for their delivery. The Purchaser reserves the right to defer the period of delivery in writing. 12. DELAYED DELIVERY: The time and date of delivery of materials / equipment as stipulated in the Order shall be deemed to be the essence of the contract. In case of delay in execution of the order beyond the date of delivery stipulated in the order or any extensions sanctioned, the Purchaser may at his option either to : (i) IN CASES OTHER THAN PACKAGES : Accept delayed delivery at prices reduced by a sum equivalent to one half of one percent (1/2%) of the total value of delayed equipment / item for every week of delay or part thereof, limited to a maximum of five percent (5%) of the total order value. FOR PACKAGES WITH OR WITHOUT SITE WORK : Accept delayed delivery, , at prices reduced by a sum equivalent to one half of one percent (1/2%) of the total order value for every week of delay or part thereof, limited to a maximum of five percent (5%) of the total order value. (ii) Cancel the order in part or full and purchase such cancelled quantities from elsewhere on account and at risk and cost of the Seller, without prejudice to its right under (i) above in respect to goods delivered. 13. DELAYS DUE TO FORCE MAJEURE: In the event of causes of Force Majeure occurring within the agreed delivery terms, the delivery dates can be extended by the Purchaser on receipt of application from the Seller without imposition of penalty. Only those causes which depend on natural calamities, wars and national strikes which have duration of more than seven consecutive calendar days and Government Acts and other direct legislative enforcement are considered the causes of Force Majeure. The Seller must advise the Purchaser by a registered letter duly certified by a local Chamber of Commerce or
Page 35 of 146
A018-GPC-IND-AUG10-REV2 Page 4 of 13
statutory authorities, the beginning and the end of such causes of delay immediately, but in no case later than 10 days from the beginning and end of each cause of such Force Majeure condition defined above. The extension of time for completion of the work or any part of the work or any operation(s) involved therein shall be the sole remedy of the Seller for any cause or event of delay and the Seller shall not be entitled in addition to or in lieu of such extension to claim any damages or compensation for extended stay or otherwise whether under the law governing contracts or quasi-Seller or any other relationship, and the Seller hereby waives and disclaims any and all contrary rights. 14. REJECTION, REMOVAL OF REJECTED
GOODS AND REPLACEMENT: In case the testing and inspection at any stage by Inspectors reveal that the equipment, material and workmanship do not comply with the specification and requirements, the Seller at his/its own expense and risk shall remove the same within the time allowed by the Purchaser. The Purchaser shall be at liberty to dispose of such rejected goods in such a manner, as he may think appropriate. In the event the Seller fails to remove the rejected goods within the period as aforesaid, all expenses incurred by the Purchaser for such disposal shall be to the account of the Seller. The freight paid by the Purchaser, if any, on the inward journey of the rejected materials shall be reimbursed by the Seller to the Purchaser before the rejected materials are removed by the Seller. The Seller shall have to proceed with the replacement of that equipment or part of the equipment at Purchaser’s stores / site, if so required by the Purchaser, without claiming any extra payment. The time taken for replacement in such event will not be added to the contractual delivery period. 15. TRANSFER OF PROPERTY FROM THE
SELLER TO THE PURCHASER. The transfer of property shall be deemed to have taken place as follows subject to the provisions herein contained: 15.1 F.O.T. despatch point: On handing over the
equipment to the carrier against receipt and such receipt having been passed over to the Purchaser.
15.2 Equipment sent freight/ carriage paid to the Refinery site: On receipt of goods at site. 15.3 Equipment erected by the Seller; on acceptance at job site. 15.4 Equipment commissioned by the Seller: On
taking over by the Purchaser for regular operation after test run at maximum capacity for specified period satisfactorily performed.
16. PRICE:
Unless otherwise agreed to in the terms of the Purchase Order, the price shall be: a) Firm and not subject to escalation for any reasons whatsoever till the execution of entire order even though it might be necessary for the order execution to take longer than the delivery period specified in the order. b) Inclusive of adequate road worthy packing and forwarding charges upto effecting delivery at F.O.T. despatch point in all cases whenever F.O.T destination delivery terms are agreed to but exclusive of transit insurance. c) Exclusive of Central/State Sales Tax, Excise Duty and or such imposts which are leviable by law on sales of finished goods to Purchaser and/or Octroi duty, if any, leviable at destination/ project site. The nature and extent of such levies shall be shown separately. 17. TERMS OF PAYMENT: Payment terms shall be as specified in the Enquiry / Purchase Order. All Cenvatable payments on account of Excise Duty, Service Tax & Karnataka VAT shall be released on receipt of Cenvatable /vattable copy of corresponding invoice valid for availing CENVAT / VAT credit. Seller shall ensure submission of proper documents for availing CENVAT/ VAT benefits. In case the documents are not found to be in order and MRPL is not able to claim CENVAT/VAT, the amount of Duty / Tax to that extent shall not be paid and if already paid, the same shall be recovered from the Seller. The financial settlement of Seller’s Invoice is liable to be withheld in the event the Seller has not complied with submission of drawing, data and such documentation as called for in Purchase Order and/or as required otherwise. 18. RECOVERY OF SUMS DUE: Whenever any claim against the Seller for payment of sum of money arises out of or under the contract, the Purchaser shall be entitled to recover such sums from any sum then due or which at any time thereafter may become due from the Seller under this or any other contract with the Purchaser including right to encash the PBG. In the event of encashment of PBG, the same shall be re-stored to its original amount by the Seller and should this sum be not sufficient to cover the recoverable amount, the Seller shall pay to the Purchaser on demand the balance remaining due. 19. CHANGES The Purchaser has the option at any time to make changes in quantities ordered or in specifications and drawings. If such changes cause an increase or
Page 36 of 146
A018-GPC-IND-AUG10-REV2 Page 5 of 13
decrease in the price or in the time required for supply, an equitable, adjustment under this provision must be finalized within 10 days from the date when the change is ordered. 20. CANCELLATION: The Purchaser reserves the right to cancel the Purchase Order or any part thereof and shall be entitled to rescind the contract wholly or in part in a written notice to the Seller if: i) The Seller fails to comply with the terms of this
Purchase Order. ii) The Seller fails to deliver the goods on time
and/or replace the rejected goods promptly. iii) The Seller becomes bankrupt or goes into
liquidation. iv) The Seller makes a general assignment for the
benefit of creditors. v) A receiver is appointed for any of the property
owned by the Seller. Upon receipt of the cancellation notice the Seller shall discontinue all work on the Purchase Order and matters connected with it. The Purchaser in that event will be entitled to procure the requirement in the open market and recover the excess payment over the Vender’s agreed price, if any, from the Seller, reserving to itself the right to forfeit the security deposit, if any, made by the Seller against the contract. The Seller is aware that the said goods are required by the Purchaser for the ultimate purpose of material production and that non delivery may cause loss of production and consequently loss or profit to the Purchaser. In this event of the Purchaser exercising the option to claim damages for non-delivery other than by way of difference between the market price and the contract price, the Seller shall pay to the Purchaser, the fair compensation to be agreed upon between the Purchaser and the Seller. The provision of this clause shall not prejudice the right of the Purchaser from invoking the provisions of clause “Delayed Delivery” as aforesaid. 21. PATENTS AND ROYALTIES:
On acceptance of this order, the Seller will be deemed to have entirely indemnified the Purchaser and Procurement Coordinators/Managers from any legal action or claims regarding compensation for breach of patent rights which the Seller deems necessary to apply for manufacturing the ordered equipment and/or materials or which can in any way be connected in the manufacture.
22. CONTROL REGUALTIONS: The supply, despatch and delivery of goods shall be arranged by the Seller in strict conformity with the statutory regulations including provision of Industries (Development and Regulation) Act, 1951 and any amendment thereof as applicable from time to time. The Purchaser disowns any responsibility for any irregularity or contravention of any of the statutory regulations in manufacture or supply of his stores covered by this order. 23. PERFORMANCE GUARANTEE:
The Seller shall guarantee that any and all materials used in execution of the Purchase Order shall be in strict compliance with characteristics, requirements and specifications agreed upon and that the same shall be free from any defects. Checking of the Seller’s drawings by Procurement Co-coordinators/ Managers and their approval and permission to ship or despatch the equipment and materials guaranteed by Inspectors shall not relieve the Seller from any part of his/its responsibilities of proper fulfillment of the requirement. The Seller will guarantee that all materials and equipment shall be repaired or replaced as the case may be, at his own expense in case the same have been found to be defective in respect of materials, workmanship or smooth and rated operation within a period 15 months after the equipment/ material have been put in service or 30 months from the date of shipment, whichever is earlier. The guarantee period for the replaced parts shall be 15 months starting from the date on which the replacements are put in service or period as specified above in case of critical items, whichever is later. Acceptance by the Purchaser or Inspectors of any equipment and materials or their replacement will not relieve the Seller of his/its responsibility concerning the above guarantee. The Seller shall furnish a Bank Guarantee for 10% of total of total order value (as per proforma hereunder) to support Seller’s performance. This bank guarantee shall remain in force for the entire period covered in Performance Guarantee plus three months. Bank Guarantee shall be from a Scheduled Bank(other than cooperative bank)/ Nationalized Bank / Indian branch of a foreign bank. 24. NON-WAIVER: Failure of the Purchaser / Procurement Coordinators/ Managers to insist upon any of the terms or conditions incorporated in the Purchase Order or failure or delay to exercise any rights or remedies herein or by law or failure to properly notify Seller in the event of breach, or the acceptance of or payment of any goods hereunder or approval of design shall not release the Seller and shall not be deemed a waiver of any right of the Purchaser / Procurement Coordinators/Managers to
Page 37 of 146
A018-GPC-IND-AUG10-REV2 Page 6 of 13
insist upon the strict performance thereof or any of his or their rights or remedies as to any such goods regardless of when goods are shipped received or accepted nor shall any purported oral modification or revisions of the order by Purchaser/ Procurement Coordinators/Managers act as waiver of the terms hereof. 25. NON ASSIGNMENT:
The Seller without obtaining prior written consent of the Purchaser shall not assign the Purchase Order to any other agency. 26. PART ORDER/ REPEAT ORDER Seller hereby agrees to accept part order at Purchasers option without any limitation whatsoever and also accept repeat order(s) during a period of 6 months from the date of original purchase order on same unit prices, terms and conditions. 27. SELLER’S DRAWING AND DATA
REQUIREMENT: The Seller shall submit drawings, data and documentation in accordance with but not limited to what is specified in the requisition and/or in the Seller drawings and data form attached to the Purchase Requisition and as called for in Clause 8, viz. Expediting above. Types, quantities and time limits of submitting this must be respected in its entirety failing which the Purchase Order shall not be deemed to have been executed for all purposes including settlement of payment since the said submission is an integral part of Purchase Order execution. 28. TECHNICAL INFORMATION: Drawings, specifications and details shall be the property of the Purchaser and shall be returned by the Seller on demand. The Seller shall not make use of drawings and specifications for any purpose at any time save and except for the purpose of the Purchaser. The Seller shall not disclose the technical information furnished to or gained by the Seller under or by virtue of or as a result of the implementation of the Purchase Order to any person, firm or body or Corporate authority and shall make all endeavours to ensure that the technical information is kept CONFIDENTIAL. The technical information imparted and supplied to the Seller by the Purchaser shall at all times remain the absolute property of the Purchaser. 29. PROGRESS CHART AND EXPEDITING: The Seller shall submit to EIL within four (4) weeks from the date of Fax Of Acceptance a BAR CHART showing start and finish dates for various activities forming part of the execution of the order and identifying the delivery dates to this activity schedule. Seller shall update this
bar chart every fortnight showing the actual performance of the activities and if and how the delivery date has been affected thereby. Copies of the updated bar chart will also be submitted for review of the progress of the order. Procurement Coordinator/Managers have been assigned to expedite both manufacture and shipment of equipment and materials covered by the Purchase Order. The Procurement Co-coordinator/ Managers shall have free access to Seller’s shop and/or sub-Supplier’s shop at any time and they shall be provided all the necessary assistance and information to help them perform their job. In order to facilitate over-all execution of the order within the contractual delivery date, Seller shall furnish to Procurement Coordinator / Manager within 4 weeks of receipt of Purchase Order in required number of copies of documents / detailed drawings such as but not limited to schedule/PERT chart, unpriced copies of sub orders/sub contracts, phased program of itemize manufacturing, testing and delivery and any other information/documentation as may be called for by the Procurement Coordinators/Managers. All post order correspondence shall be addressed to the DGM (Inspection), with a copy to the Project Manager, Engineers India Ltd., New Delhi. 30. SERVICES OF SELLER’S PERSONNEL: Upon three week advance notice, the Seller shall depute the necessary personnel along with required Tools & Tackles to site for supervision of erection and start up of the equipment and train a few of the MRPL/ EIL’s personnel for the operation and maintenance of the equipment, if required by the Purchaser. The terms and conditions for the services of the Seller shall be mutually settled. 31. SELLER’S LIABILITIES The Seller’s workmen or employees shall under no circumstances be deemed to be in Purchaser’s employment and the Seller shall hold himself responsible for any claims which they or their heirs, dependents or personal representatives may have or make for damages or compensation for anything done or committed to be done in the course of carrying out of the work covered by this Purchase Order, whether arising on Purchaser’s premises or elsewhere and agrees to Indemnify the Purchaser against any such claim or claims if made against the Purchaser and all cost (as between attorney and purchaser) of proceedings, suits or action which the Purchaser may incur or sustain in respect of the same. The Seller shall also procure and keep in force at his own cost comprehensive automobile Liability insurance for adequate coverage in respect of all his vehicle/s visiting or plying in project premises. The Seller shall also be responsible for compliance of existing laws in respect of their workmen and employees.
Page 38 of 146
A018-GPC-IND-AUG10-REV2 Page 7 of 13
32. PURCHASER’S MATERIAL a) Purchaser’s materials shall be delivered to the Seller after the Seller submits the Bank Guarantee for Indemnifying the full value thereof strictly in the manner and as per Performa of Bank Guarantee approved by the Purchaser. b) Wherever possible, the material shall be consigned to goods depot to be specifically confirmed by Seller. The Seller at his responsibility and cost shall arrange Loading/Unloading and any handling from the destination. c) The Seller shall give a firm and binding list of Purchasers issue of materials which shall be duly reviewed & approved by EIL and the desired schedule of its delivery to shop floor strictly in accordance with the sequence of fabrication vis-a-vis the contractual delivery period. d) Unused materials or scrap from material supplied by the Purchaser to the Seller shall be returned by the Seller to the Purchaser or if the Purchaser so directs the Seller may dispose of the same by sale or otherwise on such terms and conditions as the Purchaser may stipulate and the Seller shall pay to the Purchaser the sale proceeds of the material so disposed off by sale deducting there from expenses incurred by the Seller on such sale, the quantum of such deduction to be mutually agreed upon in advance between the Purchaser and the Seller. 33. HEADINGS: The headings of the conditions hereof shall not affect construction thereof. 34. ARBITRATION: Any dispute or difference between the parties hereof arising out of any notified claim of the SELLER included in his final bill and /or arising out of any amount claimed by the OWNER (whether or not the amount claimed by the OWNER or any part thereof shall have been deducted from the Final bill of the supplier or any amount paid by the OWNER to the SELLER in respect of the work) shall be referred to arbitration in accordance with the UNCITRAL Rules as adopted in India by the Arbitration & Conciliation Act, 1996. The venue of the arbitration shall be New Delhi. Notwithstanding the existence of any dispute or arbitration in terms hereof or otherwise, the Seller shall continue and be bound to continue and perform the works to completion in all respects according to the Contract (unless the Contract or works be determined by the Owner or by the Seller under the provisions of the Contract), and the Seller shall remain liable and bound
in all respects under the Contract. 35. JURISDICTION
The Seller hereby agrees that the Court situated at New Delhi alone shall have the jurisdiction to hear and determine all action and proceedings arising out of this contract.
Page 39 of 146
A018-GPC-IND-AUG10-REV2 Page 8 of 13
PROFORMA OF BANK GUARANTEE (PERFORMANCE)
(On non‐judicial stamp paper of appropriate value) (For Indigenous Suppliers)
To Engineers India Limited Engineers India Bhawan 1 Bhikaiji Cama Place R.K. Puram New Delhi – 110 066
Kind Att.: Head (LSTK‐Finance) RFQ NO.: _______________________
Dear Sirs, In consideration of the Engineers India Limited, 1 Bhikaiji Cama Place, R.K. Puram, New Delhi‐110066 (hereinafter called – “the Purchaser” which expression shall include its successors and assigns having awarded ________________________________ work to M/s (Name) _______________________________________ (Constitution) ___________________________ (Address) _____________________________ (hereinafter referred to as “the Supplier” which expression shall wherever the subject or context so permits include its successors and assigns) a supply contract in terms inter‐alia, of the Purchaser’s Letter No. ______________________ dated __________ hereinafter referred to as the “Contract” and the general purchase conditions of the purchaser and upon the condition of Supplier’s furnishing security for the Performance of the Supplier’s obligations and/or discharge of the Supplier’s liabilities under and/or in connection with the said supply contract for a sum of Rs. _______________________ only amounting to 10% (ten percent) of the total contract value. We _______________________________________ (name) a body / corporate registered/constituted under the laws of ___________________________ and having a Branch at ______________________ (Indian Branch Address) (hereinafter called “the Bank” which expression shall include its successors and assigns) with the intent to bind the Bank and its successors and assigns, hereby undertake to pay the Purchaser at __________________ (place) on first demand in writing without protest or demur or proof or satisfaction or condition and without reference to supplier any and all amounts from time to time demanded by the Purchaser from the Bank with reference to this Guarantee/Undertaking upto an aggregate limit of Rs. _________________ (Rupees ___________________________ only). AND THE BANK DOTH HEREBY FURTHER AGREE AS FOLLOWS:‐ 1. This Guarantee/Undertaking shall be a continuing Guarantee/Undertaking and shall remain valid
and irrevocable for all claims of the Purchaser and liabilities of the Supplier arising upto and until ___________ plus claim period of 3 months.
Page 40 of 146
A018-GPC-IND-AUG10-REV2 Page 9 of 13
2. This Guarantee/Undertaking shall be in addition to any other guarantee or security whatsoever that the Purchaser may now or at any time have in relation to the Supplier’s obligations liabilities under and/or in connection with the said supply contract and the Purchaser shall have full authority to take recourse to or reinforce this security in preference to the other security(ies) at its sole discretion, and no failure on the part of the Purchaser in enforcing or requiring enforcement of any other security shall have the effect of releasing the Bank from its full liability hereunder.
3. The Purchaser shall be at liberty without reference to the Bank and without affecting the full
liability of the Bank hereunder to take an other security in respect of the Supplier’s obligation and/or liabilities under or in connection with the said supply contract and to vary the terms vis‐à‐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 to release or to forebear from enforcement of all or any of the obligations of the Supplier under the said supply contract and/or the remedies of the Purchaser under any other Guarantee(s) or Security(ies) now or hereafter held by the Purchaser and no such dealing(s), variation(s), reduction(s) or other 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 Purchaser hereunder or of prejudicing rights of the Purchaser against the Bank.
4. This Guarantee/Undertaking shall not be determined or affected by the liquidation or winding up,
dissolution, or change of constitution or insolvency of the Supplier or any change in the legal constitution of the Bank or of the Purchaser.
5. Bank hereby waives all rights at any time inconsistent with the terms of this
Guarantee/Undertaking and the obligations of the Bank in terms hereof shall not be anywise affected or suspended by reasons of any dispute or disputes having been raised by the Supplier (whether or not pending before any Arbitrator, Officer, Tribunal or Court) or any denial of liability by the Supplier or any other order for Communication whatsoever by the Supplier stopping or preventing or purporting to stop or prevent any payment by the Bank to the Purchaser in terms hereof.
6. Notwithstanding anything contained herein:
(a) The Bank’s liability under this Guarantee/Undertaking shall not exceed Rs._____________ (In figures) ______________________ (In words) ____________________________ only).
(b) This Guarantee/Undertaking shall remain in force upto _____________ and any extension(s) thereof, if any; and
(c) The Bank shall be released and discharged from all liability under this
Guarantee/Undertaking unless a written claim or demand is issued to the Bank on or before _____________ plus 3 months period or the date of expiry of any extension(s) thereof if this guarantee/undertaking has been extended.
Page 41 of 146
A018-GPC-IND-AUG10-REV2 Page 10 of 13
7. The Bank doth hereby declares that Shri ______________________ (name & designation of the person authorized to sign on behalf of the Bank) is authorized to sign this Guarantee/Undertaking on behalf of the Bank and to bind the Bank thereby.
Yours faithfully,
(Signature)
NAME & DESIGNATION NAME OF THE BANK
NOTE 1. This Guarantee is required to be stamped as an agreement according to the Stamp Duty Act. 2. The Performance Bank Guarantee shall be strictly as per above proforma and shall be through
Indian or Foreign Branches of Indian Scheduled Banks (other than Cooperative Bank)/Nationalized Bank or Indian Branches of Foreign Banks.
3. The bank shall provide details viz contact person, telephone number, fax number, e‐mail address
and address of the Controlling/Regional Office of issuing bank for verification of authenticity of Bank Guarantee.
4. This Guarantee is required to be sent by Seller’s Bankers directly to the Head (LSTK‐Finance),
Engineers India Limited, EI Bhawan, 3rd Floor, 1, Bhikaiji Cama Place, New Delhi‐110066.
Page 42 of 146
A018-GPC-IND-AUG10-REV2 Page 11 of 13
PROFORMA OF BANK GUARANTEE ADVANCE (INDIGENOUS)
(On non‐judicial stamp paper of appropriate value) To Engineers India Limited 1 Bhikaiji Cama Place New Delhi – 110 066
Attn.: Head (LSTK‐Finance) Project ______________________ RFQ No. _____________________
Dear Sirs, Engineers India Limited, 1, Bhikaiji Cama Place, New Delhi‐110066 (hereinafter called – “the Purchaser” which expression shall include its successors and assigns) has awarded M/s ____________________________________ (hereinafter called “The Supplier” which expression shall include its successors and assigns) the work of designing, manufacturing, fabricating and supply of ______________________ in terms of a contract as constituted by Purchase Order No. ____________________ dated _________________ issued by the Purchaser to the Supplier (hereinafter called “The Contract” which expression include all the amendments and/or modifications of the Purchase Oder). AND WHEREAS the Purchaser has agreed to advance the Supplier a sum of Rs._________________ (Rupees _________________________________________________) hereinafter called “The Advance” as financial assistance to the Supplier under the Contract on the condition, inter alia, that the advance shall be secured by a Bank Guarantee as hereinafter appearing: We ______________________________ Bank _____________________ a Bank incorporated/ constituted under the laws of _____________________ and having it registered/principal office at _________________________________ (hereinafter called “The Bank” which expression shall include our successors and assigns) in consideration of the aforesaid promises and at the request of the Supplier DO HEREBY bind ourselves and our successors and assigns, and irrevocable undertake to pay the Purchaser on first demand in writing without protest or demur or proof or condition and without reference to the Supplier any and all amounts at any time and from time to time claimed by you, as due to you under or in respect of the said advance, and demanded by you from us, with reference to this undertaking for an aggregate limit of Rs. _____________ (Rupees ___________________________________________). AND, we, the Bank DO HEREBY further agree as follows: (i) The Purchaser shall have the fullest liberty without reference to the Bank and without affecting in
any way the liability of the Bank under this Guarantee/Undertaking, at any time and/or from time to time to anywise vary the Contract and/or any of terms and conditions thereof or of or relative to the advance and to extend time for the performance of the Contract and/or repayment of the advance or to postpone for any time or from time to time the obligations of the Supplier and to waive or postpone exercise of any of the rights available to the Purchaser against the Supplier or to forebear from enforcing any of the terms or conditions of the Contract and/or the advance or any security(ies) available to the Purchaser, AND the liability of the Bank shall remain in full force and effect notwithstanding any exercise by the Purchaser of the liberty with reference to any or
Page 43 of 146
A018-GPC-IND-AUG10-REV2 Page 12 of 13
all the matters aforesaid or by reason of time being given to the Supplier or any forbearance, waiver, act or omission on the part of the Purchaser or any indulgence by the Purchaser to the Supplier or any other act, matter or thing whatsoever which under the law relating to sureties would have the effect of releasing the Bank from its liability hereunder or any part thereof, AND the BANK DOTH HEREBY waive all rights at any time inconsistent with the terms of this Guarantee/Undertaking.
(ii) It shall not be necessary for the Purchaser to proceed against the Supplier before proceeding against the Bank and this guarantee/undertaking shall be enforceable against the Bank as principal debtor notwithstanding the existence of any other security for any indebtedness of the Supplier to the Purchaser (including relative to the advance) and notwithstanding that any such security shall at the time when claim is made against the Bank or proceedings taken against the Bank be outstanding or unrealized.
(iii) As between the Bank and the Purchaser for the purpose of this guarantee/undertaking the amount claimed by the Purchaser from the Bank with reference to this guarantee/ undertaking shall be final and binding upon the bank as to the amount payable by the Bank to the Purchaser hereunder.
(iv) The liability of the Bank to the Purchaser under this guarantee/undertaking shall remain in full force and effect notwithstanding the existence of any difference or dispute between the Supplier and the Purchaser, the Supplier and the Bank and/or the Bank and the Purchaser, or otherwise howsoever touching or affecting these presents or the liability of the Supplier to the Purchaser, and notwithstanding the existence of any instructions or purported instructions of the Supplier or any other person(s) to the Bank not to pay or for any cause withhold or defer payment to the Purchaser under these presents with the intent that notwithstanding the existence of such difference, dispute or instruction, the Bank shall be and remain liable to make payment to the Purchaser.
(v) This guarantee/undertaking shall not be affected by any change in the constitution of the Bank or that of the Supplier or the Purchaser, or any irregularity in the exercise of borrowing powers by or on behalf of the Supplier.
(vi) This guarantee/undertaking shall be valid for all claims/demands made by the Purchaser to or upon us upto ____________________ provided always that if for any reasons, the Supplier is unable to complete supplies under the Contract, the Bank shall at the request of the Purchaser and without recourse to the Supplier extend the validity of this guarantee/undertaking for a further period of six months. For the purpose of this clause, the Purchaser’s statement that the Supplier is unable to complete supplies under the contract shall be conclusive and final binding on us.
(vii) Notwithstanding anything contained herein: (a) The Bank’s liability under this Guarantee/Undertaking shall not exceed Rs. _______
(Rupees __________________________________only). (b) This Guarantee/Undertaking shall remain in force upto ______________ and any
extension(s) thereof; and
Page 44 of 146
A018-GPC-IND-AUG10-REV2 Page 13 of 13
(c) The Bank shall be released and discharged from all liability under this Guarantee/ Undertaking unless a written claim or demand is issued to the Bank on or before ________ plus 3 months claim period, or the date of expiry of any extension(s) thereof if this guarantee/undertaking has been extended.
(viii) The Bank DOTH HEREBY declare that Mr. ______________ (name of the person signing on behalf
of the Bank) who is _____________ (his designation), is authorized to sign this guarantee/undertaking on behalf of the Bank and to bind the Bank thereby.
Dated this ________________________ day of ______________ Yours faithfully, For _____________________________________________ Signature ________________________________________ Name & Designation ________________________________ Name of the Branch ________________________________ NOTE 1. This Guarantee is required to be stamped as an agreement according to the Stamp Duty Act. 2. The Performance Bank Guarantee shall be strictly as per above proforma and shall be through
Indian or Foreign Branches of Indian Scheduled Banks (other than Cooperative Bank)/Nationalized Bank or Indian Branches of Foreign Banks.
3. The bank shall provide details viz contact person, telephone number, fax number, e‐mail address
and address of the Controlling/Regional Office of issuing bank for verification of authenticity of Bank Guarantee.
4. This Guarantee is required to be sent by Seller’s Bankers directly to the Head (LSTK‐Finance),
Engineers India Limited, EI Bhawan, 3rd Floor, 1, Bhikaiji Cama Place, New Delhi‐110066.
Page 45 of 146
ATC-IND-OBE-A018-MAR 10-REV 2 Page 1 of 7
JOB NO. A018 ENGINEERS INDIA LIMITED
OBE-LSTK MRPL PRE-FILLED AGREED TERMS & CONDITIONS (FOR INDIGENOUS SUPPIERS)
BIDDER’s NAME : M/s.___________________________________________________________________ RFQ No.: ____________________________________________________________________________ Bidder’s Offer Ref. No. :__________________________________________________________________ Tel No. : ____________________________________ Fax No.:______________________________________ Contact Person :________________________E-Mail:______________________ Mobile No:______________ 1. Duly signed & stamped copies of this pre-filled ’Questionnaire’ shall be enclosed with each and every set of bidder’s
unpriced quotation. 2. Failure on the part of bidder in not returning this duly filled-up ’Questionnaire’ with all the sets of unpriced
quotation and/or submitting incomplete replies may lead to rejection of bidder’s quotation.
S. No. DESCRIPTION BIDDER’S CONFIRMATION
1 a)
Quoted prices are on FOT despatch point basis inclusive of Packing & Forwarding (P&F) charges.
Confirmed
b) Specify Despatch Point in the enclosed Annexure – I Indicated (Refer ANNEXURE – I)
c) Indicate firm freight charges for transportation by road upto the Project site excluding Service Tax & Education Cess.
Indicated (Refer ANNEXURE – I)
d) Confirm the freight charges (optional for Purchaser) for Recommended Spares for two years normal operation & maintenance have been quoted separately.
Confirmed
e) Confirm the freight for all other supplies like mandatory spares, tools and tackles etc., are included in freight for main equipment.
Confirmed
f) Marine-cum-erection insurance (MCE policy) shall be arranged by MRPL and therefore, the same shall not be included in the quoted prices.
Confirmed
2 a)
Excise Duty + Education Cess: Tarrif sub heading no.
Indicated (Refer ANNEXURE – I)
b)
Present rate of Excise Duty + Education Cess payable extra against documentary evidence on finished products (including spares).
Indicated (Refer ANNEXURE – I
c) Maximum rate applicable (If present rate is nil or concessional) Indicated (Refer ANNEXURE – I) d) Clarify whether Excise Duty will be applicable on freight charges also.
Not Applicable / Applicable (Please tick, whichever is applicable)
e) Please indicate following break-up 3.1a) Cenvatable [Excise Duty + Educational Cess] 3.1b) Non Cenvatable
3.1a) 100% 3.1b) NIL
3 a)
Sales Tax: Sales tax payable extra Specify CST/ KVAT (Karnataka VAT)
Indicated (Refer ANNEXURE – I)
b)
Present rate * * In case of CST, C form shall be provided. However, in case of KVAT, no concessional form will be issued.
Indicated (Refer ANNEXURE – I)
c)
MRPL shall avail credit of 37% of KVAT and thus corresponding amount shall not be loaded for price comparison. KVAT shall be reimbursed to bidder subject to submission of requisite documents enabling owner to avail ‘INPUT CREDIT’ for the same.
Confirmed
d)
Clarify whether CST / KVAT will be applicable on freight charges also. Not Applicable / Applicable (Please tick, whichever is applicable)
Page 46 of 146
ATC-IND-OBE-A018-MAR 10-REV 2 Page 2 of 7
S. No. DESCRIPTION BIDDER’S CONFIRMATION
4 In case Excise Duty / CST / KVAT are not stated as applicable on freight charges presently, and if they are applicable at the time of delivery due to any reasons other than statutory, the same will be borne by the Bidder. Confirm compliance.
Confirmed
5 a)
Only statutory variations, if any, in the present rate of Excise Duty, Ed. Cess, CST / KVAT, Service tax etc. upto the contractual delivery period shall be to EIL’s account subject to documentary evidence to be furnished by the bidder. Any variation beyond CDD shall be borne by bidder.
Confirmed
b)
However, any variation in Excise duty + Ed. Cess at the time of supplies for any reasons, other than statutory, including variations due to turnover, shall be borne by bidder.
Confirmed
6 a)
Works Contract Tax: Wherever site job is involved, suppliers to quote their prices inclusive of works contracts tax and no variation on this account shall be allowed.
Confirmed
b)
Only single order covering complete scope of supply & services will be issued and order for supply and services shall not be split.
Confirmed
c)
Any statutory variation on WCT or change in rate of WCT due to wrong assessment by supplier shall be to supplier’s account.
Confirmed
7 Service Tax: Service tax shall be paid only against a cenvatable invoice issued in accordance with Service Tax rules.
Confirmed
8 a) The prices shall not be inclusive of entry tax since the same shall be borne by MRPL. Confirm Compliance.
b) Special Entry tax, if applicable, shall be reimbursed at actuals against satisfactory documentary evidence. Confirm compliance.
Confirmed Confirmed
9 a)
All new taxes/duties/cess/levies notified after the last date of submission of final price bid/price implication, but within contractual delivery /completion period, shall be to EIL’s account. These shall be reimbursed against documentary evidence. However, in case of delay on account of supplier, any new or additional taxes and duties imposed after contractual delivery shall be to supplier’s account. Confirm compliance.
Confirmed
b)
Any errors of interpretation of applicability of taxes/duties by bidders shall be to bidders’ account.
Confirmed
10 a)
Price Reduction Schedule: Acceptance of Price Reduction Schedule for delayed delivery as per GPC (Indigenous).
Confirmed
b) In case of delay in delivery, bills shall be submitted after deducting price reduction for delay.
Confirmed
11 Delivery Period / Completion Period: Please confirm delivery/completion period as per RFQ.
Confirmed
12
a)
Payment Terms: Acceptance of applicable Payment terms as per RFQ documents / Instructions to Bidders.
Confirmed
b)
Payment shall be released either through Electronic Clearing System (ECS)/ Electronic Fund Transfer (EFT)/ Real Gross Time Settlement (RGTS) or through internet. In view of this, confirm that necessary details such as name of bank, bank account no. etc. as per Mandate Form enclosed with RFQ, has been furnished duly attested by your bank, along with your offer (as per Annexure-II) .
Indicated (Refer ANNEXURE – II)
13 a)
Part Order: Acceptance of Part Order as per GPC (Indigenous).
Confirmed
b) The quantity against a particular item shall not be split. Confirmed c)
Any charges quoted extra as lumpsum shall be applicable prorata on value basis in the event of part order.
Confirmed
14 Repeat Order: Acceptance of repeat order within the period specified in GPC.
Confirmed
Page 47 of 146
ATC-IND-OBE-A018-MAR 10-REV 2 Page 3 of 7
S. No. DESCRIPTION BIDDER’S CONFIRMATION
15 a)
Performance Bank Guarantee: Submission of Performance Bank Guarantee for 10% of total order value as per General Purchase Conditions (GPC)/ Instructions to Bidders.
Confirmed
b) Indemnity Bond/Corporate Guarantee in lieu of PBG shall not be considered.
Confirmed
16 Guarantee : Confirm acceptance of Guarantee period/terms as per General Purchase Conditions (GPC)/ Instructions to Bidders.
Confirmed
17 a)
Firmness of prices: Quoted prices shall remain firm and fixed on account of FE variation, till complete execution of the order.
Confirmed
b) FE variation, if any, shall be borne by the bidder. Confirmed 18
a) Customs Duty: Confirm that customs duty has been considered as per the Taxes/Duties clause of Special Instructions to Bidders / Special Notes (if any)
Confirmed
b) Indicate maximum CIF value of Import content and the details of material to be imported alongwith rate of Cutoms duty considered etc.
Indicated (Refer ANNEXURE – III)
c) Further, note that variation in Customs Duty shall be allowed upto 2/3rd of the original / extended Contractual Delivery Date.
Confirmed
d)
Variation in CD will be paid on the actual CIF value subject to a maximum of the quoted CIF value, based on documentary evidence (Bill of Entry, Invoice) for the quantity utilized.
Confirmed
e) Cascading effect of customs duty variation on ED/CST shall also be borne by EIL. Confirm compliance.
Confirmed
19
Testing charges: Confirm that quoted prices are inclusive of all testing including IBR/ IGC/ Radiography/ NACE charges (if applicable) as per Material Requisition attached.
Confirmed
20 a)
Third Party Inspection charges: Goods and services shall be subject to stagewise and final inspection by EIL or by a third party inspection agency as given in the Special Instructions to Bidders.
Confirmed
b) In case the SIB indicates the inspection by a third party inspection agency, the charges for the same shall be included in the prices quoted.
Confirmed
c) In case the SIB indicates the inspection by EIL, the charges for EIL inspectors shall not be included in the prices quoted and shall be borne by EIL.
Confirmed
21 Validity: Validity of the offer shall be as per RFQ.
Confirmed
22 a)
Acceptance of all other terms & conditions as per attached : General Purchase Conditions
Confirmed
b) Instructions to bidders Confirmed
c) Special Instructions to bidders Confirmed
d) Terms & Conditions for Supervision of Erection & Commissioning (if applicable)
Confirmed
e) Terms & Conditions for Site Work (if applicable) Confirmed
Page 48 of 146
ATC-IND-OBE-A018-MAR 10-REV 2 Page 4 of 7
S. No. DESCRIPTION BIDDER’S CONFIRMATION
23 a) b) c) d) e)
Confirm the list, wherever required as per MR, has been submitted for following : Mandatory Spares (if specified in MR) Commissioning Spares (as included in main item) Special tools & tackles (if required) Recommended Spares for two years normal operation & maintenance Please note that prices for Recommended Spares for two years normal operation & maintenance shall be valid for two years after contractual delivery date. Note : No additional cost shall be paid by EIL in case mandatory / commissioning spares / special tools & tackles over & above those considered by bidder are required.
Included Included Included Quoted (as applicable) Confirmed
24 Confirm that you have quoted strictly for items based on your registration / approval with EIL on the date of issue of RFQ.
Confirmed
25 Furnish Annual Report containing Balance Sheet & Profit & Loss Statement for last three (3) years along with your unpriced offer.
Enclosed
26 Confirm that net worth of your company (bidder) during the last financial year is positive.
Confirmed
27 Whether any of the Directors of Bidder is a relative of any Director of EIL or the Bidder is a firm in which any Director of EIL or his relative is a partner of the Bidder or a private company in which any Director of EIL is a Director.
No
28 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.
Confirmed
29 Deviations to Terms & Conditions shall lead to loading of prices or rejection of offer as per Instructions to Bidders. Please confirm.
Confirmed
30 Printed terms and conditions, if any, appearing in quotation, shall not be applicable in the event of order. In case of contradiction between the confirmations given above and terms & conditions mentioned elsewhere in the offer, the confirmation given herein above shall prevail.
Confirmed
BIDDER’S SIGNATURE & DATE : _______________________________ SEAL/ STAMP
Page 49 of 146
ATC-IND-OBE-A018-MAR 10-REV 2 Page 5 of 7
ANNEXURE - I NAME OF BIDDER : _________________________________ OFFER REF. _______________________________________ Dated _____________ RFQ NO.: __________ ITEM : __________ Project : OBE-LSTK-MRPL Bidder confirms the following :
1. DESPATCH POINT
2. Freight Charges Extra Upto Project Site (excluding Service Tax & Education Cess.)
% EXTRA
3. Service Tax & Education Cess on Freight Charges Upto Project Site (not to be included in the freight charges) Note : Bidder shall be paid service tax on freight only against issue of cenvatable invoice issued in accordance with service tax rules
% EXTRA
4. Excise Duty : Tarrif Sub Heading No. 5. Excise Duty + Education Cess % EXTRA6. Maximum rate of Excise Duty applicable (If present
rate is nil or concessional) % EXTRA
7. Central Sales Tax against form ‘C’ % EXTRA8. Karnataka VAT (KVAT) without any concessional form
(Applicable for supplies from Karnataka State) % EXTRA
BIDDER’S SIGNATURE & DATE : _______________________________ WITH SEAL/STAMP
Page 50 of 146
ATC-IND-OBE-A018-MAR 10-REV 2 Page 6 of 7
ANNEXURE - II MANDATE FORM
1. Bidder Name :
2. Bidder Code: :
3. Address of the Bidder :
4. Particulars of Bank Account of Bidder :
a. Name of the Bank :
b. Name of the Branch and Address of the Branch :
c. Branch Code :
d. 9 – Digit MICR code Number of the Bank & Branch (As appearing in the MICR Cheque issued by the bank) (Please do not give multicity cheque book code Number)
:
e. Type of account (Saving Bank, Current or Cash Credit) :
f. Account Number :
g. RGTS/ IFSC Code (11 digit) :
h. NEFT Code No. :
5. E-mail address of the Bidder :
6. Contact Person(s) of the Bidder :
I/ we declare that the particulars given above are correct and complete and I/ we accord our consent for receiving all our payments through Electronic Mechanism.
____________________________________________________ (Signature and designation of the Authorised person(s) of Bidder)
Official seal of the Bidder Place : Date :
BANK CERTIFICATION Certified that the particulars furnished above are correct as per our records. Place : Date :
______________________________________ Signature of the Authorised Official of the Bank Bank’s Stamp
Page 51 of 146
ATC-IND-OBE-A018-MAR 10-REV 2 Page 7 of 7
ANNEXURE – III
DETAILS OF CIF VALUE Offer Ref No:____________________ RFQ No: _______________________ Item : ________________________
DETAILS OF BUILT-IN CIF VALUE OF IMPORT CONTENT WITH ITEMWISE DETAILS & RATES OF CUSTOMS DUTY CONSIDERED
S. No.
DETAILS OF BUILT-IN IMPORTED RAW MATERIALS AND COMPONENTS
QTY. (No.)
CIF VALUE OF IMPORT CONTENT INCLUDED IN
QUOTED SUPPLY PRICES (Rs.)
RATE OF CUSTOMS DUTY INCLUDED IN QUOTED PRICES
UNIT CIF VALUE
TOTAL CIF VALUE
CUSTOMS TARIFF
NO.
BASIC CUSTOMS DUTY (%)
CVD+ ED. CESS
(%)
ADDITIONAL CVD (%)
TOTAL DUTY (%)
1 2 3 4 __ __
TOTAL CIF VALUE Rs.
(Bidder to indicate CIF value & details item wise wherever applicable).
____________________ ____________________ (NAME OF BIDDER) (SIGNATURE OF BIDDER)
Page 52 of 146
ENGINEERS INDIA LIMITED
NEW DELHI
Project :
Client :
Polypropelene Plant
MRPL
The
draw
ing,
des
ign
and
deta
ils g
iven
on
this
form
at a
re th
e pr
oper
ty o
f EN
GIN
EE
RS
IND
IA L
IMIT
ED
. The
y ar
e m
erel
y lo
aned
and
on
the
borr
ower
's e
xpre
ss a
gree
men
t tha
t the
y w
ill n
ot b
e re
prod
uced
,co
pied
, exh
ibite
d or
use
d, e
xcep
t in
limite
d w
ay p
erm
itted
by
a w
ritte
n co
nsen
t giv
en b
y th
e le
nder
to th
e bo
rrow
er fo
r the
inde
nded
use
. E
IL-1
641-
515
Rev
.1 A
4-21
0x29
7
Sheet 1 Of 4
DOCUMENT NUMBER(Always quote the Document Number given below as reference)
MATERIAL REQUISITION (TOP SHEET)
Notes:1. This page is a record of all Revisions of this Requisition2. The nature of the Revision is briefly stated in the "Details" column below, the Requisition in its entirety shall be considered for contractual pupose.
3.Vendor shall note the MR category and shall submit his offer in line with the requirements included in attached 'Instructions to Bidders'
5103/06/2015
DATE
16
ORIGINATOR
DIVN. DEPT.REVJOB NO
AUNIT/ MAIN
COSTDOC.
CODE SR.NO.
A018 335 YI MR 1307
SKG SKG MN Issued for BidsA 03/06/2015
REV APPDCHKBYDATE D E T A I L S
Field Instruments (P,DP,F,L,T,TD)15RD PP Unit,MRPL PH-III
ITEM DESCRIPTION:
GROUP ITEM CODE DESTINATION :
DELIVERY PERIOD :IIITEM CATEGORY
This is a system generated approved document and does not require signature.
Page 53 of 146
ENGINEERS INDIA LIMITED
NEW DELHI
Project :
Client :
REQUISITION No. REVPolypropelene Plant
MRPL A018-335-YI-MR-1307 A
The
draw
ing,
des
ign
and
deta
ils g
iven
on
this
form
at a
re th
e pr
oper
ty o
f EN
GIN
EE
RS
IND
IA L
IMIT
ED
. The
y ar
e m
erel
y lo
aned
and
on
the
borr
ower
's e
xpre
ss a
gree
men
t tha
t the
y w
ill n
ot b
e re
prod
uced
,co
pied
, exh
ibite
d or
use
d, e
xcep
t in
limite
d w
ay p
erm
itted
by
a w
ritte
n co
nsen
t giv
en b
y th
e le
nder
to th
e bo
rrow
er fo
r the
inde
nded
use
. E
IL-1
641-
515
Rev
.1 A
4-21
0x29
7
Sheet 2 Of 4
DESCRIPTION QUANTITYS.NO TAG NO ./ ITEM CODE
Vendors shall quote prices against these items in their price scheduleVendor to note that the numbers given in square '[]' and curly '{}' brackets are not for their use andmeant for store purpose only.Items shall be tagged as per equipment Tag No. only.
Pressure Transmitters (HART type ),SS 316 body with SS 316L GoldPlated element ( Qty 7 Nos )
Temperature Transmitters (HART) (Qty 5 Nos)
Pressure Transmitters ( FF )-Low Range (Qty 3 Nos)
Differential Pressure Instrument ( FF )(Qty 2 Nos)
Supply of two years operation and Maintenance Spares,as perenclosed instructions to vendorUnit Rates
Unit Rates of items for addition/deletion purpose,as per the enclosedinstructions to vendor.
GROUP A
GROUP B
GROUP C
GROUP D
1.0001
1.0002
1.0003
1.0004
5
6
6.001
1
1
1
1
1
Lot
Lot
Lot
Lot
Lot
Design ,engineering,manufacture,procurement of materials andbought out components, assembly at shop,inspection,testing atmanufacturer's works, packing, delivery, documentation as per theenclosed EIL standard specifications, instructions to vendors, jobspecification, data sheets etc
1
Page 54 of 146
ENGINEERS INDIA LIMITED
NEW DELHI
Project :
Client :
REQUISITION No. REVPolypropelene Plant
MRPL A018-335-YI-MR-1307 A
The
draw
ing,
des
ign
and
deta
ils g
iven
on
this
form
at a
re th
e pr
oper
ty o
f EN
GIN
EE
RS
IND
IA L
IMIT
ED
. The
y ar
e m
erel
y lo
aned
and
on
the
borr
ower
's e
xpre
ss a
gree
men
t tha
t the
y w
ill n
ot b
e re
prod
uced
,co
pied
, exh
ibite
d or
use
d, e
xcep
t in
limite
d w
ay p
erm
itted
by
a w
ritte
n co
nsen
t giv
en b
y th
e le
nder
to th
e bo
rrow
er fo
r the
inde
nded
use
. E
IL-1
641-
515
Rev
.1 A
4-21
0x29
7
Sheet 3 Of 4
1
2
3
4
5
6
7
8
9
10
11
12
S. No.
Vendor Data Requirement
Special Instruction to Vendor
Technical Questionarrie
Spec. for quality management sys.req.from bidders
Spec. for documentation requirementsfrom supplier
Standard spec for Electronic/PneumaticInstruments
ITP for electronic/pneumatic instruments
Special Requirements for HydrogenService
Procedure For Final Documentation
GROUPING DETAILS
COMPLIANCE STATEMENT
Deviation List Format
DOCUMENT TITLE
A018-335-YI-VD-1307
A018-335-YI-SI-1307
A018-335-YI-TM-1307
6-78-0001
6-78-0003
6-52-0032
6-81-2032
6-44-0052
00-ES-100-001
ANNEXURE-I
ANNEXURE-II
A018-000-16-51-MD-1307
DOCUMENT NO.
0
0
A
0
0
4
2
0
0
0
0
0
REV
03/06/2015
03/06/2015
03/06/2015
04/06/2009
04/06/2009
12/03/2012
22/03/2012
01/06/2015
19/05/2015
01/06/2015
01/06/2015
01/06/2015
DATE
In case of any subsequent revision of MR or PR,only revised sheets of the attachments listed above shall be issuedalongwith the revision.
LIST OF ATTACHMENTS
GENERAL NOTES:
SHEETS
2
5
1
9
12
16
7
1
8
10
1
1
Page 55 of 146
Eng
inee
rs In
dia
Lim
ited
Clie
nt/ P
roje
ct:M
RP
L/P
olyp
rope
lene
Pla
nt
S.N
o.D
rg/ D
oc. N
omen
clat
ure
as p
er E
IL V
endo
r Dat
aR
equi
rem
ent
Title
Rev
. 0R
ev. 1
Rev
. 2
Ven
dor D
rg/ D
oc N
o.Fo
rmE
lect
roni
c(E
)/ P
rint (
P)
Cat
egor
yR
evie
w(R
)/R
ecor
ds(I)
Sch
edul
eD
ate
of 1
stS
ubm
issi
on(R
ev. 0
)
Ant
icip
ated
(Ant
) Dat
e of
sub
mis
sion
by
vend
orA
ctua
l (A
ct) D
ate
of s
ubm
issi
on b
y ve
ndor
Dat
e of
Ret
urn
(Rew
) by
EIL
Rev
iew
Sta
tus
(Cod
e)R
ev. 3
Cod
eR
ewAct
Ant
Cod
eR
ewAct
Ant
Cod
eR
ewAct
Ant
Cod
eR
ewAct
Ant
Cod
eR
ewAct
Ant
Rem
arks
Ven
dor
Dra
win
g/ D
ocum
ent S
ubm
issi
on S
ched
ule
Item
Des
crip
tion:
Fiel
dIn
stru
men
ts (P
,DP
,F,L
,T,T
D)
Ven
dor's
Nam
e
:C
onta
ct P
erso
n (N
ame/
Tel
/ Fax
/ em
ail)
:S
tatu
s D
ate:
Con
tact
Per
son(
EIL
):E
IL O
rigi
natin
g D
epar
tmen
t :I
nstr
umen
tatio
n
PR
No.
:
Dat
e of
LO
I:
PO
No.
:
Dat
e of
PO
:
Rev
iew
Sta
tus
Cod
e:
1. N
o C
omm
ents
2. P
roce
ed w
ith m
anuf
actu
re/ f
abric
atio
n as
per
com
men
ted
docu
men
t.R
evis
ed d
ocum
ent r
equi
red.
3. D
ocum
ent d
oes
not c
onfo
rm to
bas
ic re
quire
men
ts a
s m
arke
d.R
esub
mit
for R
evie
w. R
: Ret
aine
d fo
r Ref
eren
ce
V: V
oid
Form
No.
EIL
-164
1-19
23 R
ev.1
Page 56 of 146
VENDOR DATA REQUIRMENT
ENGINEERS INDIA LIMITED
NEW DELHIUNIT :CLIENT
VENDOR :
ORDER NO. :
REV APPVDCHKDBYDATE
PLANT :
335
A018-335-YI-MR-1307MNSKGSKG03/06/2015
A018-335-YI-VD-1307 0
Polypropelene Plant
MRPL
SPECIFICATION REV
REQ. NO. :
The
draw
ing,
des
ign
and
deta
ils g
iven
on
this
form
at a
re th
e pr
oper
ty o
f EN
GIN
EE
RS
IND
IA L
IMIT
ED
. The
y ar
e m
erel
y lo
aned
and
on
the
borr
ower
's e
xpre
ss a
gree
men
t tha
t the
y w
illno
t be
repr
oduc
ed, c
opie
d, e
xhib
ited
or u
sed,
exc
ept i
n lim
ited
way
per
mitt
ed b
y a
writ
ten
cons
ent g
iven
by
the
lend
er to
the
borr
ower
for t
he in
dend
ed u
se.
EIL
-165
1-72
6 R
ev.0
A4-
210x
297
0
Page 1 Of 2
Dimensional details with mounting details and model number Connections by purchase(Piping,Electrical Etc.) Wiring diagrams Parts list Recommended spare parts list(for two years operation ) Installation, Operation and maintenance manual Nomograph and sizing calculations Test certificates Certificate from statutory body Assembly details Catalogues in english Testing and Inspection proceduresFinal Documentation in soft copy (CD)Filled up data sheetsDeviation List (if any)
Prints
WithProposal(Prints)
Date Needed
AFTER PURCHASE ORDERDescription
6
6
6
6
6
6
6
6
6W
6W
6W
2W
1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15.
FinalDocumentation
/ As Built
6(W/S)
6(W/S)6(W/S)
6(W/S)
6(W/S)6(W/S)6(W/S)6(W/S)
6(W/S)6(W/S)
Page 57 of 146
VENDOR DATA REQUIRMENT
ENGINEERS INDIA LIMITED
NEW DELHIUNIT :CLIENT
VENDOR :
ORDER NO. :
REV APPVDCHKDBYDATE
PLANT :
335
A018-335-YI-MR-1307MNSKGSKG03/06/2015
A018-335-YI-VD-1307 0
Polypropelene Plant
MRPL
SPECIFICATION REV
REQ. NO. :
The
draw
ing,
des
ign
and
deta
ils g
iven
on
this
form
at a
re th
e pr
oper
ty o
f EN
GIN
EE
RS
IND
IA L
IMIT
ED
. The
y ar
e m
erel
y lo
aned
and
on
the
borr
ower
's e
xpre
ss a
gree
men
t tha
t the
y w
illno
t be
repr
oduc
ed, c
opie
d, e
xhib
ited
or u
sed,
exc
ept i
n lim
ited
way
per
mitt
ed b
y a
writ
ten
cons
ent g
iven
by
the
lend
er to
the
borr
ower
for t
he in
dend
ed u
se.
EIL
-165
1-72
6 R
ev.0
A4-
210x
297
0
Page 2 Of 2
NOTES :
1. Fold all drawings to 216mm X 279mm and roll transparencies.
2. Vendor to provide all printed matter to ENGINEERS INDIA LIMITED (EIL). ATTENTION -
LEGEND:
Categories preceeded with * will be approved for fabrication by Engineers India Limited. The remaining drawings are needed for information only.
A/C = As compiled A/R = As required W/S = With shipment W = Weeks
IMPORTANT
While submittimg drawings and documents for review as indicated in vendor data requirement, vendor must ensure the following :
1. A blank space measuring 75 mm W x 38 mm H shall be provided on all vendor drawings (on the front side) for marking review codes etc. by ENGINEERS INDIA LIMITED.
2. The review of the drawings shall be done as applicable, under the following review codes : a) Review Code 1 : No Comments. b) Review Code 2 : Proceed with manufacture / fabrication as per commented drawing. Revised drawing required. c) Review Code 3 : Document does not conform to the basic requirements as marked. Resubmit for review.
3. Review of the vendor drawings by EIL would be only to check compatibility with basic design and concepts and would in no way absolve the manufacturer / fabricator of his responsibility to meet the applicable codes, specifications and statutory rules and regulations.
4. For drawings / documents indicated as FOR INFORMATION in the vendor data requirement, vendor must clearly mark FOR INFORMATION ONLY on the submitted drawings / documents.
Vendor Drawing Control,11th Floor, EI House, Bhikaiji Cama Place, EIL,R.K.Puram, New Delhi-110066
Page 58 of 146
ENGINEERS INDIA LIMITED
NEW DELHIUNIT :CLIENT
SPECIAL INSTRUCTION TO VENDORS
VENDOR :
ORDER NO. :
REV APPVDCHKDBYDATE
PLANT :
335
A018-335-YI-MR-13070 MNSKGSKG03/06/2015
A018-335-YI-SI-1307 0
Polypropelene Plant
MRPL
SPECIFICATION REV
REQ. NO. :
The
draw
ing,
des
ign
and
deta
ils g
iven
on
this
form
at a
re th
e pr
oper
ty o
f EN
GIN
EE
RS
IND
IA L
IMIT
ED
. The
y ar
e m
erel
y lo
aned
and
on
the
borr
ower
's e
xpre
ss a
gree
men
t tha
t the
y w
illno
t be
repr
oduc
ed, c
opie
d, e
xhib
ited
or u
sed,
exc
ept i
n lim
ited
way
per
mitt
ed b
y a
writ
ten
cons
ent g
iven
by
the
lend
er to
the
borr
ower
for t
he in
dend
ed u
se.
EIL
-165
1-72
6 R
ev.0
A4-
210x
297 Page 1 Of 5
Part A:BIDDING INSTRUCTIONS
A1. The bidder must follow the following guidelines while submitting their offer. Offers not complying with these guidelinesmay be rejected without any intimation to the bidder:
a)The Material Requisition (M.R.) specifications (i.e. data sheets, standard specifications and other attachments to this M.R.)shall be fully complied with. Deviations of any type are not acceptable in general.
b)Bidder to note the following with regard to ordering of the Field instruments mentioned in the requisition. The instrumentsare divided into Groups: Group-A,B,C,D as per details given in Annexure-I.
GROUP-A : Pressure Transmitters (HART type),SS 316 body with SS 316L Gold Plated elementGROUP-B : Temperature Transmitters (HART Type)GROUP-C : Pressure Transmitters (FF)-Low RangeGROUP-D : Differential Pressure Instrument (FF )
c) Bidder shall furnish unit price for each instrument along with accessories, for addition/deletion purpose by purchaser. Inaddition to the unit price of each instrument, bidder shall quote for the per meter length of capillary also for diaphragm sealtype instruments for ADDITION/ DELETION purpose.
d) Bidder shall furnish Lump-sum price for each group separately. In addition, Bidder shall also furnish unit price for eachinstrument along with accessories, for addition/deletion purpose by purchaser. IN ADDITION TO THE UNIT PRICE OF EACHINSTRUMENT, BIDDER SHALL QUOTE FOR THE PER METER LENGTH OF CAPILLARY ALSO FOR DIAPHRAGM SEALTYPE INSTRUMENTS FOR ADDITION/ DELETION PURPOSE.
e) Bidder to note that a pre-bid meeting shall be held in which the Bidder can seek any clarification / confirmation if required.Bidder shall ensure that this conference is attended by both the technical and commercial personnel of the Bidder whoshould have thoroughly scrutinized the MR before hand so that all the issues are finally resolved in the meeting. Bidder shalldiscuss deviation, if any, for any instrument data sheet or specification attached with the MR during pre-bid meeting/discussion.
A2. The Bidder is responsible for selecting the correct model nos. of the instruments and all other accessories to meet thepurchaser's specifications in toto. If at any stage, till the completion of the order, the offered instruments & accessories arefound unsuitable for the specified operating and design conditions, the Bidder shall replace the same with a suitable modelno. meeting the specifications without any schedule/cost implication.
A3. Bidder shall submit the following documents along with the offer. Deviations indicated anywhere in the offer shall not beconsidered. 1. COMPLIANCE STATEMENT 2. TECHNICAL DEVIATION LIST, IF ANY 3. UNPRICED BID (IN THE PRICING FORMAT)
THE ABOVE DOCUMENTS ARE THE BASIS OF TECHNICAL EVALUATION. REPEAT "OFFERS WILL BE EVALUATEDBASED ON THE ABOVE MENTIONED DOCUMENTS" ONLY. THEREFORE BIDDER SHALL TAKE PROPER NOTE OFTHIS IMPORTANT REQUIREMENT AND COMPLY. TECHNICAL DEVIATION LIST AND UNPRICED BID MUST BEPREPARED IN SAME TAG NUMBER ORDER AS IN MR. The Bidder shall note that there may/ may not be any subsequenttechnical correspondence.
A4. Bidder shall submit the required drawings/documents as per the Bidder Data Requirements enclosed with the MR.
A5. Bidder shall submit the 'Technical Questionnaire' in this M.R. duly filled in along with the offer. Answers to the contents ofthis Technical Questionnaire shall be unambiguous i.e. 'yes', 'no' or the required data/information. An offer without the filled-in
Part A:
Page 59 of 146
ENGINEERS INDIA LIMITED
NEW DELHIUNIT :CLIENT
SPECIAL INSTRUCTION TO VENDORS
VENDOR :
ORDER NO. :
REV APPVDCHKDBYDATE
PLANT :
335
A018-335-YI-MR-13070 MNSKGSKG03/06/2015
A018-335-YI-SI-1307 0
Polypropelene Plant
MRPL
SPECIFICATION REV
REQ. NO. :
The
draw
ing,
des
ign
and
deta
ils g
iven
on
this
form
at a
re th
e pr
oper
ty o
f EN
GIN
EE
RS
IND
IA L
IMIT
ED
. The
y ar
e m
erel
y lo
aned
and
on
the
borr
ower
's e
xpre
ss a
gree
men
t tha
t the
y w
illno
t be
repr
oduc
ed, c
opie
d, e
xhib
ited
or u
sed,
exc
ept i
n lim
ited
way
per
mitt
ed b
y a
writ
ten
cons
ent g
iven
by
the
lend
er to
the
borr
ower
for t
he in
dend
ed u
se.
EIL
-165
1-72
6 R
ev.0
A4-
210x
297 Page 2 Of 5
Technical Questionnaire or with vague, non-committal replies or referenced reply to some catalogue etc., without specificpage and paragraph no. shall be considered incomplete and is liable for rejection.
Part B:SPECIFIC JOB REQUIREMENTS:B1. The Field Instruments covered in the MR shall be installed in the MRPL PH III project, Unit -Polypropylene. ThereforeBidder's experience for the similar applications shall be most appropriate.
B2. The Field Instruments covered in the MR shall be Foundation Fieldbus (FF) type / HART type as detailed in Datasheets. Transmitters other than these types will not be acceptable.
B3. The field bus instruments in hazardous area shall be FNICO certified with FNICO marking as per IEC 60079-27. Fortransmitters with FISCO certifications as per IEC 60079-27 shall also be acceptable. Also intrinsically safe/entity concept orEExnL certified field instruments are also acceptable meeting the requirements specified in IEC 60079-27.
B4. Each datasheet is provided with GENERAL and SPECIFICATION ROW/SERIAL NO. NOTES specific to that tag no.Bidder shall read the datasheet specification together with these notes given at the bottom of datasheets.
B5. Extended diaphragm seal is same as tubulus type. This will be installed in the nozzle such that the diaphragm is flush (in-line) with vessel / pipe inner surface. The extension length mentioned against each tag is the maximum acceptable extensionlength, hence shall not exceed the mentioned length. The extension length specified shall be complied. In case of anylimitation, bidder shall clearly indicate the same and quote for maximum available extension.
B6. Wherever Inline diaphragm seal is specified, bidder shall supply flanged pipe spool piece, diaphragm seal and flushinside of the pipe spool. Flanged end connection rating and spool piece size shall be as per the datasheet. Incase, specifiedsize is not available, vendor shall clearly indicate the same and quote for minimum nearest available size.
B7. This special instruction to Bidder together with the standard specification for electronic/Pneumatic Instruments 6-52-0032rev-3 and other documents attached with the MR shall be followed by Bidder as a minimum.In case of conflict, the data sheet and this document (SIV) shall override in general. However, it shall be obligatory on theBidder's part to bring to the notice of the purchaser all such conflicts, wherein purchaser's decision shall be final.
B8. Bidder to offer the latest proven model in their manufacturing range against this requisition. In case, Bidder has offereddifferent model/series than the latest model/series in their manufacturing range, reason for not offering latest models shall beindicated in their offer.
B9. Bidder must quote the transmitters as per the requirements specified in the respective data sheets. The minimumspecification which needs to be complied relates to:a) Accuracy of the Transmittersb) Body type & Materialc) Element Materiald) Mounting Bracket Materiale) Temperature- pressure withstanding capability of fill fluidf) Response time of capillary
B10.The accuracy requirements of transmitters offered against this requisition shall be as per clause no. 2.2.3.6 of thestandard specification for electronic/pneumatic instruments (6-52-0032).
B11.Overrange protection requirement shall be as per clause 2.2.3.10 of standard specification for electronic/pneumaticinstruments (6-52-0032).
B12. The Fieldbus type integral output meter of each electronic transmitter specified in the data sheet shall have a freelyconfigurable LCD/LED display. The display shall be as follows:a) For pressure - Engineering units.The performance of the transmitters shall not be affected by the addition or removal or malfunction of integral output meter.
B13. Pressure and differential pressure transmitters shall meet the following physical constructional requirements:
Page 60 of 146
ENGINEERS INDIA LIMITED
NEW DELHIUNIT :CLIENT
SPECIAL INSTRUCTION TO VENDORS
VENDOR :
ORDER NO. :
REV APPVDCHKDBYDATE
PLANT :
335
A018-335-YI-MR-13070 MNSKGSKG03/06/2015
A018-335-YI-SI-1307 0
Polypropelene Plant
MRPL
SPECIFICATION REV
REQ. NO. :
The
draw
ing,
des
ign
and
deta
ils g
iven
on
this
form
at a
re th
e pr
oper
ty o
f EN
GIN
EE
RS
IND
IA L
IMIT
ED
. The
y ar
e m
erel
y lo
aned
and
on
the
borr
ower
's e
xpre
ss a
gree
men
t tha
t the
y w
illno
t be
repr
oduc
ed, c
opie
d, e
xhib
ited
or u
sed,
exc
ept i
n lim
ited
way
per
mitt
ed b
y a
writ
ten
cons
ent g
iven
by
the
lend
er to
the
borr
ower
for t
he in
dend
ed u
se.
EIL
-165
1-72
6 R
ev.0
A4-
210x
297 Page 3 Of 5
a)The process wetted o-ring and gaskets shall be of PTFE for all transmitters, unless specifically indicated otherwise. Othermaterials of Teflon base and Kalrez shall also be acceptable meeting process requirements specified in the data sheet.
b)The fill fluid of Diaphragm seal capillary of the transmitters shall be capable of withstanding atleast upto 300 Deg.C forpositive pressure service and minimum upto 200 Deg.C for service where vacuum conditions may exist as indicated in thedata sheet. Fill fluid shall be DC-704 or equivalent (with equal or better temperature withstanding capabilities).
c)All transmitter enclosures shall be metallic and shall have corrosion protection coating. All electronic boards/cards shallhave conformal coating suitable for corrosion protection normally prevalent in refinery.
B14. Accessories required against each tag no. have been indicated against each tag no. under "Options" column. Theseaccessories as specified shall be supplied along with transmitter.
B15. Transmitter vent/drain material shall be same as body material i.e. SS 316.
B16. The response time of remote seal transmitter shall be of the order of 5 seconds for 5 meter capillary length. Bidder shallensure that the selected fluid and capillary diameter are suitable to meet this requirement for the specified capillary length. Bidder must furnish the actual response time against each diaphragm seal transmitter without exception.
B17. Fieldbus Field Transmitter & devices:Field bus based transmitter shall meet the following requirements as a minimum;a) Shall satisfy the requirements of the field bus registration laboratory with applicable checkmark of foundation field bus.b) Shall be polarity in-sensitive. c) Shall have Analog Input (AI) block and Proportional, Integration and differential (PID) control block, as a minimum. d) Shall be interoperable and shall have valid interoperability test clearance like ITK latest version for foundation field bus e) Shall support peer to peer communication with two wire communication and bus powered supply.f) All instruments shall support to EDDL or FTD/DTM requirements as applicable.g) Internal software shall be configured by the Bidder including the following information such as serial number, Device Tag(Tag Number) and Process description.h) All instruments shall be capable of supporting incremental Device descriptor (DD) for extra functionality and /or softwarerevisions in device memory.i) Fieldbus based field indicator shall be able to indicate all signals available in the fieldbus segment, selectively.j) The current drawn capability shall be limited to 20 mA.
The field bus / devices provided shall be able to communicate with fieldbus communicator Emerson 475F.In case the same is not confirming for any device, bidder shall supply suitable FF configurator.
B18. For Fieldbus Transmitters, Bidder shall fill the data in ANNEXURE-III and submit for purchaser reference during detailengineering.
B19. Bidder shall provide execution time for function blocks of FF transmitter along with documentary evidence and backupcatalogue.
B20. Device Descriptor (DD) files for configuring the FF device parameters and Common File Format (CFF) files forintegrating the device into the system shall be provided by the Bidder for offline configuration by DCS Bidder and the sameshall match with the device configuration details of the transmitter.
B21. Bidder shall furnish a list of all instruments ordered in excel format including the following information for fieldbusinstruments:a) Tag numberb) FF registered product Code/ IDc) Device typed) Manufacturer ID numbere) ITK revisionf) Firmware revisiong) Device Revisionh) DD File Revisioni) CF File Revisionj) HIST Test Completion
Page 61 of 146
ENGINEERS INDIA LIMITED
NEW DELHIUNIT :CLIENT
SPECIAL INSTRUCTION TO VENDORS
VENDOR :
ORDER NO. :
REV APPVDCHKDBYDATE
PLANT :
335
A018-335-YI-MR-13070 MNSKGSKG03/06/2015
A018-335-YI-SI-1307 0
Polypropelene Plant
MRPL
SPECIFICATION REV
REQ. NO. :
The
draw
ing,
des
ign
and
deta
ils g
iven
on
this
form
at a
re th
e pr
oper
ty o
f EN
GIN
EE
RS
IND
IA L
IMIT
ED
. The
y ar
e m
erel
y lo
aned
and
on
the
borr
ower
's e
xpre
ss a
gree
men
t tha
t the
y w
illno
t be
repr
oduc
ed, c
opie
d, e
xhib
ited
or u
sed,
exc
ept i
n lim
ited
way
per
mitt
ed b
y a
writ
ten
cons
ent g
iven
by
the
lend
er to
the
borr
ower
for t
he in
dend
ed u
se.
EIL
-165
1-72
6 R
ev.0
A4-
210x
297 Page 4 Of 5
Bidder shall configure the Node-address and PD-tag and all configuration details shall be provided during detail engineering.
B22. In addition to above, Bidders shall furnish the list of tag numbers along with Model no., Range, Overall Accuracy, Staticpressure, turn down and response time in tabular form in EXCEL as well as in PDF format along with Offer for all the items ofMR. B23. All the Field transmitters shall have DOUBLE COMPARTMENT HOUSING.
B24. All the transmitters shall be configurable by universal type Emerson model 475F configurator and equal. Supply ofconfigurator is not in Bidder scope.
B25. Bidder to indicate load driving capability of transmitters at 24 VDC and shall also indicate the voltage drop across thesensor.
B26. All transmitters shall be calibrated in engineering unit as per data sheet except for level instrument which shall becalibrated in %.
B27. Bidder shall furnish a group wise separate quote for recommended spare parts for the instruments and accessories for2 years normal operation.
B28. All the items supplied by Bidder shall be subject to inspection at instrument manufacturing works. As a minimum, theinspection and testing requirements as per Inspection Test plan for Electronic/Pneumatic Instrument (6-81-2032 Rev-1 and 6-81-2033 Rev-1) and Standard Specification for Electronic/Pneumatic Instrument (6-52-0032 Rev. 3 & 6-52-0033 Rev.3) shallalso be adhered to.
B29. Tag number of the instrument shall be considered without pre-fix and TAGGING TO BE DONE ACCORDINGLY. (LikeTag no. 335-PT-30112 shall be tagged as PT-33530112 only).
B29. Filled up datasheets shall be submitted by Bidder within 2 weeks from date of FOI. PR shall be issued based on thatany delay in providing the filled up datasheets shall be into Bidder account.
B30. In addition to documents specified in the VDR, Bidder to follow the attached procedure for final documentation (Doc. no.00-ES-100-001) as applicable.
B31. Mounting brackets for the transmitters shall be Universal type suitable for mounting on Vertical and horizontal stanchion.Mounting bracket shall be Carbon Steel as a minimum.
B32: Offered Instruments shall be field proven for at least 4000 hours in application similar to as those indicated in the MR.Bidder shall furnish the reference details along with their offer to support the proveness of the instruments being offered bythem. Instruments not having proven references in similar applications or the references provided without complete information, asasked or ambiguous references shall not be acceptable.
B33: All transmitters ( FF ) shall be able to accommodate minimum 10-12 (e.g PDT-33531303A) alphanumeric digits as itstag. This needs to ensure compatibility with SOE, IAMS, AIMS, DCS Tag Face Plate, control drawing etc. with the fieldtag/P&ID.
B34: Back-up LAS functionality shall be disabled at the time of shipment. All FF devices shall be shipped in the "Ready toRun" mode.
B35: The total number of VCRs and type of VCRs (fixed/variable) shall be indicated by the Bidder for each of the offeredmodels.
B36: Per Diem rate:Purchaser may require the service of Bidder's specialist during commissioning for Field Instrument and DCS integration ofFieldbus Field Instrument. Hence Bidder must quote per diem rate for the visit of their specialist to MRPL at site. One (1) dayof visit for the group shall be considered in the offer for evaluation purpose based on the per diem rate to be quoted byBidder. This is exclusively for site assistance/co-ordination with DCS vendor at site and does not include any visit by Bidderfor malfunctioning of instrument not meeting the requirements as per specifications. Bidder to note that in case Bidder /
Page 62 of 146
ENGINEERS INDIA LIMITED
NEW DELHIUNIT :CLIENT
SPECIAL INSTRUCTION TO VENDORS
VENDOR :
ORDER NO. :
REV APPVDCHKDBYDATE
PLANT :
335
A018-335-YI-MR-13070 MNSKGSKG03/06/2015
A018-335-YI-SI-1307 0
Polypropelene Plant
MRPL
SPECIFICATION REV
REQ. NO. :
The
draw
ing,
des
ign
and
deta
ils g
iven
on
this
form
at a
re th
e pr
oper
ty o
f EN
GIN
EE
RS
IND
IA L
IMIT
ED
. The
y ar
e m
erel
y lo
aned
and
on
the
borr
ower
's e
xpre
ss a
gree
men
t tha
t the
y w
illno
t be
repr
oduc
ed, c
opie
d, e
xhib
ited
or u
sed,
exc
ept i
n lim
ited
way
per
mitt
ed b
y a
writ
ten
cons
ent g
iven
by
the
lend
er to
the
borr
ower
for t
he in
dend
ed u
se.
EIL
-165
1-72
6 R
ev.0
A4-
210x
297 Page 5 Of 5
manufacturer's visit is found necessary because of non-functional behavior or not meeting agreed specification duringwarranty period, this shall be considered as per warranty agreement.Bidder shall depute their expert as required within short notice period.B37: SITE CONDITIONS:The Field instruments and accessories covered in the MR shall be suitable for unprotected installation in Hot, Humid andCorrosive coastal environment having following ambient conditions:Ambient Temperature (Max. / Min): 38 Deg C/ 16 Deg CRelative Humidity: 91% (Max) to 61 % (Min)Maximum Recorded Rainfall: 150 mm (max.) for 1 hr period.Field instruments and their accessories shall be suitable for the same and painting of any instruments enclosure and housingshall meet the harsh coastal environment.B38. HYDROGEN SERVICE REQUIREMENTS:Wherever the instruments have been specified in the data sheets as being in hydrogen service, "Special requirements forHydrogen service valves (Spec. no. 6-44-0052-A4) enclosed with this MR shall be applicable.
Page 63 of 146
TECHNICAL QUESTIONNAIRE
This questionnaire shall be duly filled in and submitted along with unpriced sets of offers to avoid furtherqueries and to ensure proper evaluation of your offer in time. If this is not complied with, your offer is liable to be rejected.------------------------------------------------------------------------------------------------------------------------------------------------------------------------- ANSWER 'YES' 'NO' OR 'NOT APPLICABLE'
DESCRIPTION BIDDER'S RESPONSE-------------------------------------------------------------------------------------------------------------------------------------------------------------------------
ENGINEERS INDIA LIMITED
NEW DELHIUNIT :CLIENT
VENDOR :
ORDER NO. :
REV APPVDCHKDBYDATE
PLANT :
335
A018-335-YI-MR-1307A MNSKGSKG03/06/2015
[ ] Deviation [ ] No Deviation Vendor Seal And Signature
A018-335-YI-TM-1307 A
Polypropelene Plant
MRPL
SPECIFICATION REV
REQ. NO. :
The
draw
ing,
des
ign
and
deta
ils g
iven
on
this
form
at a
re th
e pr
oper
ty o
f EN
GIN
EE
RS
IND
IA L
IMIT
ED
. The
y ar
e m
erel
y lo
aned
and
on
the
borr
ower
's e
xpre
ss a
gree
men
t tha
t the
y w
illno
t be
repr
oduc
ed, c
opie
d, e
xhib
ited
or u
sed,
exc
ept i
n lim
ited
way
per
mitt
ed b
y a
writ
ten
cons
ent g
iven
by
the
lend
er to
the
borr
ower
for t
he in
dend
ed u
se.
EIL
-165
1-TE
Q
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------- NOTE : If the answer is 'NO' , then furnish reasons thereof.
Page 1 Of 1
1. Have you any deviations to the following: i) General Specifications (clausewise) ii) Special requirements (clausewise) iii) Instrument specifications indicated in the data sheets. iv) The scope of supply as indicated in the material requisition. If `yes' have you included the list of deviations? (If no deviations are furnished, it will be assumed that all the specifications and requirements of the subject requisition are complied with and no deviations whatever will be accepted after the placement of order.)-------------------------------------------------------------------------------------------------------------------------------------------------------------2. Have you quoted for the spare parts including consumable items required for the startup and 2 years normal operation/maintenance of the Instruments?-------------------------------------------------------------------------------------------------------------------------------------------------------------3. Have you quoted for the mounting accessories, special calibration kits and equipments (complete with technical details) required if any, for the erection, commissioning and maintenance of the instruments?-------------------------------------------------------------------------------------------------------------------------------------------------------------4. A) Have you enclosed the relevant technical catalogue/Literature in ENGLISH language including model decoding details, drawings etc. necessary for the evaluation of your offer? (NOTE: In case of line mounted instruments, viz. control valves, positive displacement meters, Pressure relief valves etc., for all the lines quoted, relevant dimensional details required for the installation must be furnished along with the offer.) B) Have you confirmed that the documents required as per vendor data Requirements will be supplied after the placement of order. C) If so, have you indicated the extra price applicable, if any?-------------------------------------------------------------------------------------------------------------------------------------------------------------5. Have you furnished sizing, noise level calculations and certified capacity curves for the instruments, wherever applicable?-------------------------------------------------------------------------------------------------------------------------------------------------------------6. Have you furnished, separately the `Shop inspection charges, if any, for inspection at your works by EIL/Third party? (The details of the tests to be carried out on the instruments during shop inspection are to be furnished)-------------------------------------------------------------------------------------------------------------------------------------------------------------7. Have you furnished the certificates from statutory bodies vis. BASEEFA, FM, CSA etc. for the Explosion proof construction / intrinsically safe design of the instruments, wherever specified?-------------------------------------------------------------------------------------------------------------------------------------------------------------8. Have you furnished the certificates from statutory authority i.e., CCOE certificate for all electrical equipments for intrinsically safe/ explosion proof design wherever specified?-------------------------------------------------------------------------------------------------------------------------------------------------------------9. Have you confirmed that IBR certification in Form III(C) or equivalent certification from statutory bodies viz. Lloyds, Bureau veritas, TUV etc. will be furnished wherever specified?-------------------------------------------------------------------------------------------------------------------------------------------------------------10. Have you indicated separately the installation and commissioning charges, in case the same are included in your scope of work?-------------------------------------------------------------------------------------------------------------------------------------------------------------11. Have you furnished the estimated power / utility consumptions and special cable requirements, if any, for the instruments quoted?-------------------------------------------------------------------------------------------------------------------------------------------------------------12. Have you furnished the customer reference list in India/Abroad.
Page 64 of 146
QMSStandardsCommittee
1 12.03.15 General Revision
QMS
QMS0 04.06.09 Issued as Standard Specification
Standards
Standards SCT
NDCommittee
Committee
Rev.No Date Purpose Prepared by Checked
by
StandardsCommitteeConvener
StandardsBureau
Chairman
QMSStandardsCommittee
MPJ
SC
ENGINEERSlakgINDIA LIMITED
(A Gavt at India Undertaking)
SPECIFICATION FOR QUALITYMANAGEMENT SYSTEMREQUIREMENTS FROM
BIDDERS
STANDARD SPECIFICATION No.
6-78-0001 Rev. 1Page 1 of 7
mren ewaire mjvam)
64)(11 Chrlf qu i ciall -51-04ffu tea aliikrrat t ?drift'
SPECIFICATION FOR QUALITYMANAGEMENT SYSTEM
REQUIREMENTS FROM BIDDERS
Approved by
Format No. 8-00-0001-F1 Rev. 0
Copyright EIL — All rights reservedPage 65 of 146
ENGINEERS SPECIFICATION FOR QUALITY STANDARD SPECIFICATION No.
INDIA LIMITED SYSTEM 6-78-0001 Rev. 1lft2 (AG'"ind'Undelt6ung) REQUIREMENTS FROM BIDDERS Page 2 of 7
Abbreviations:
CV Curriculum Vitae
ISO International Organization for Standardization
MR Material Requisition
PO Purchase Order
PR Purchase Requisition
QA Quality Assurance
QMS Quality Management System
QMS Standards Committee
Convener: Mr. M.P. Jain
Members: Mr. A.K. Chaudhary (Insp.)Mr. S.K. Kaul (C&P)Mr. R.K. Trivedi (Engg.)Mr. Ravindra Kumar (Const.)Mr. Tilak Raj (Projects)Mr. Vinod Kumar (CQA)
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved
Page 66 of 146
ENGINEERS SPECIFICATION FOR QUALITY STANDARD SPECIFICATION No.
INDIA LIMITED SYSTEM 6-78-0001 Rev.'A
Govt At ' nth' Und"k"V) REQUIREMENTS FROM BIDDERS Page 3 of 7Igar llks
Oiren
CONTENTS
Clause Title Page
No.
1.0 SCOPE 4
2.0 DEFINITIONS 4
3.0 REFERENCE DOCUMENTS 4
4.0 QUALITY MANAGEMENT SYSTEM — GENERAL 4
5.0 QUALITY SYSTEM REQUIREMENTS 4
6.0 AUDITS 7
7.0 DOCUMENTATION REQUIREMENTS 7
Copyright EIL — All rights reservedFormat No. 8-00-0001-F1 Rev. 0Page 67 of 146
el ENGINEERS SPECIFICATION FOR QUALITY STANDARD SPECIFICATION No.
$1g-zg faReg INDIA LIMITED MANAGEMENT SYSTEM 6-78-0001 Rev. 1
own 120.2 .I J40.9) IA GOVt of India Undertaking) REQUIREMENTS FROM BIDDERS Page 4 of 7
1.0 SCOPE
This specification establishes the Quality Management System requirements to bemet by BIDDER for following purpose:
• QMS requirements to be met by suppliers/contractors after award of work/during contract execution.
2.0 DEFINITIONS
2.1 Bidder
For the purpose of this specification, the word "BIDDER" means the person(s), firm,company or organization who is under the process of being contracted by EIL /Owner for delivery of some products (including service). The word is consideredsynonymous to supplier, contractor or vendor.
2.2 Project Quality Plan
Document tailored from Standard Quality Management System Manual of BIDDER,specifying how the quality requirements of the project will be met.
2.3 Owner
Owner means the owner of the project for which services / products are beingpurchased and includes their representatives, successors and assignees.
3.0 REFERENCE DOCUMENTS
6-78-0002
Specification for Documentation Requirements fromContractors
6-78-0003
Specification for Documentation Requirements from Suppliers
4.0 QUALITY MANAGEMENT SYSTEM — GENERAL
Unless otherwise agreed with EIL / Owner, the BIDDER proposed quality systemshall fully satisfy all relevant requirements of ISO 9001 "Quality ManagementSystems — Requirements." Evidence of compliance shall be current certificate ofquality system registration to ISO 9001 or a recent compliance audit recommendingregistration from a certification agency. The quality system shall provide theplanned and systematic control of all quality related activities for execution ofcontract. Implementation of the system shall be in accordance with BIDDER'SQuality Manual and PROJECT specific Quality Plan.
5.0 QUALITY SYSTEM REQUIREMENTS
5.1 BIDDER shall prepare and submit for review / record, Project Quality Plan / QualityAssurance Plan for contracted scope / job. The BIDDER'S Quality Plan shalladdress all of the applicable elements of ISO 9001, identify responsible partieswithin BIDDER'S organization, for the implementation / control of each area,reference the applicable procedures used to control / assure each area, and verifythe documents produced for each area. The Project Quality Plan shall necessarilydefine control or make reference to the relevant procedures, for design andengineering, purchase, documentation, record control, bid evaluation, inspection,production/manufacturing, preservation, packaging and storage, quality control at
Format No. 8-00-0001-F1 Rev. 0
Copyright EIL — All rights reservedPage 68 of 146
ENGINEERS SPECIFICATION FOR QUALITY STANDARD SPECIFICATION No.
INDIA LIMITED MANAGEMENT SYSTEM 6-78-0001 Rev. 1(A Gavt of India undertaking' REQUIREMENTS FROM BIDDERS Page 5 of 7
construction site, pre-commissioning, commissioning and handing over (asapplicable) in line with contract requirement and scope of work.
5.2 BIDDER shall identify all specified or implied statutory and regulatory requirementsand communicate the same to all concerned in his organization and his subcontractor's organization for compliance.
5.3 BIDDER shall deploy competent and trained personnel for various activities forfulfillment of PO / contract. BIDDER shall arrange adequate infrastructure and workenvironment to ensure that the specification and quality of the deliverable aremaintained.
5.4 BIDDER shall do the quality planning for all activities involved in delivery of order.The quality planning shall cover as minimum the following:
ResourcesProduct / deliverable characteristics to be controlled.Process characteristics to ensure the identified product characteristics are
realizedIdentification of any measurement requirements, acceptance criteriaRecords to be generatedNeed for any documented procedure
The quality planning shall result into the quality assurance plan, inspection and testplans (ITPs) and job procedures for the project activities in the scope of bidder.These documents shall be submitted to EIL/Owner for review/approval, beforecommencement of work.
5.5 Requirements for sub-contracting / purchasing of services specified in contract /tender shall be adhered to. In general all outsourced items will be from approvedvendors of EIL. Wherever requirements are not specified, or approved sub vendorsdo not exist, the sub-contractor shall establish and maintain a system for purchasing/ sub-contracting to ensure that purchased product / service conforms to specifiedrequirements. Criteria for selection of sub-contractor, evaluation, re-evaluation,maintenance of purchasing data and verification of purchased product (sub-contractor services), constitute important components of this requirement.
5.6 BIDDER shall plan and carry production and service provision under controlledconditions. Controlled conditions shall include, as applicable
the availability of information that describes the characteristics of the productthe availability of work instructionsthe use of suitable equipmentthe availability and use of monitoring and measuring devicesthe implementation of monitoring and measurementthe implementation of release, delivery and post-delivery activities
5.7 BIDDER shall validate any processes for production and service provision whereresulting output cannot be verified by subsequent monitoring and measurement.This includes any process where deficiencies become apparent only after theproduct is in use or service has been delivered.
5.8 BIDDER shall establish a system for identification and traceability of product /deliverable throughout product realization. Product status with respect to inspectionand testing requirements shall be identified.
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved
Page 69 of 146
ei ENGINEERS SPECIFICATION FOR QUALITY STANDARD SPECIFICATION No.
lge.ji id5fez INDIA LIMITED MANAGEMENT SYSTEM 6-78-0001 Rev. 1IA Govt of India undettaking) REQUIREMENTS FROM BIDDERS Page 6 of 7
Oren erRRIZ .71.1.113,70
5.9 BIDDER shall identify, verify, protect and safeguard EIL / Owner property (material /document) provided for use or incorporation into the product. If any Owner / EILproperty is lost, damaged or otherwise found to be unsuitable for use, this shall bereported to the EIL / Owner.
5.10 BIDDER shall ensure the conformity of product / deliverable during internalprocessing and delivery to the intended destination. Requirements mentioned in thetender shall be adhered to.
5.11 BIDDER shall establish system to ensure that inspection and testing activities arecarried out in line with requirements. Where necessary, measuring equipmentsshall be calibrated at specified frequency, against national or internationalmeasurement standards; where no such standard exists, the basis used forcalibration shall be recorded. The measuring equipments shall be protected fromdamage during handling, maintenance and storage.
5.12 BIDDER shall ensure effective monitoring, using suitable methods, of the processesinvolved in production and other related processes for delivery of the scope ofcontract.
5.13 BIDDER shall monitor and measure the characteristics of the product/deliverable toverify that product requirement has been met. The inspection (stage as well asfinal) by BIDDER and EIL / Owner personnel shall be carried out strictly as per theITPs forming part of the contract. Product release or service delivery shall notproceed until the planned arrangements have been satisfactorily completed, unlessotherwise approved by relevant authority and where applicable by Owner / EIL.
5.14 BIDDER shall establish and maintain a documented procedure to ensure that theproduct which does not conform to requirements is identified and controlled toprevent its unintended use or delivery
5.15 All non-conformities (NCs) / deficiencies found by the BIDDER'S inspection /surveillance staff shall be duly recorded, including their disposal action shall berecorded and resolved suitably. Effective corrective and preventive action shall beimplemented by the BIDDER so that similar NCs including deficiencies do not recur.
5.16 All deficiencies noticed and reported by EIL / Owner shall be analyzed by theBIDDER and appropriate corrective and preventive actions shall be implemented.BIDDER shall intimate EIL / Owner of all such corrective and preventive actionimplemented by him.
5.17 BIDDER should follow the standards, specifications and approved drawings.Concessions/Deviations shall be allowed only in case of unavoidable circumstances.In such situations Concession/deviation request must be made by the BIDDERthrough online system of EIL eDMS. URL of EIL eDMS ishttp://edocx.eil . co . in/vportal.
5.18 BIDDER shall have documented procedure for control of documents.
5.19 All project records shall be carefully kept, maintained and protected for any damageor loss until the project completion, then handed over to EIL / Owner as per contractrequirement (Refer Specification Nos. 6-78-0002 - Specification for DocumentationRequirements from Contractors and 6-78-0003 - Specification for DocumentationRequirements from Suppliers), or disposed as per relevant project procedure.
Copyright EIL—All rights reservedFormat No. 8-00-0001-F1 Rev. 0Page 70 of 146
ENGINEERS SPECIFICATION FOR QUALITY STANDARD SPECIFICATION No.
INDIA LIMITED MANAGEMENT SYSTEM 6-78-0001 Rev. 1(A Goof of India UndertakIngi REQUIREMENTS FROM BIDDERS Page 7 of 7
eiJrIft kif51ft.wirer riraxem3Tmil
6.0 AUDITS
BIDDER shall plan and carry out the QMS audit for the job. Quality audit programmeshall cover design, procurement, construction management and commissioning asapplicable including activities carried out by sub-vendors and sub-contractors. Thisshall be additional to the certification body surveillance audits carried out underBIDDER'S own ISO 9001 certification scheme.
The audit programmes and audit reports shall be available with bidder for scrutinyby EIL / Owner. EIL or Owner's representative reserves the right to attend, as awitness, any audit conducted during the execution of the WORKS.
In addition to above EIL, Owner and third party appointed by EIL/Owner may alsoperform Quality and Technical compliance audits. BIDDER shall provide assistanceand access to their systems and sub-contractor / vendor systems as required for thispurpose. Any deficiencies noted shall be immediately rectified by BIDDER.
7.0 DOCUMENTATION REQUIREMENTS
BIDDER shall submit following QMS documents immediately after award of work(Within one week) for record / review by EIL / Owner.
Organization chart (for complete organization structure and for the project)Project Quality Plan/Quality Assurance PlanJob specific Inspection Test Plans, if not attached with PRJob ProceduresInspection/Test Formats
In addition to above QMS documents, following documentation shall be maintainedby the BIDDER for submission to EIL / Owner on demand at any point of time duringexecution of the project.
Quality ManualCertificate of approval for compliance to ISO: 9001 standardProcedure for Control of Non-conforming ProductProcedure for Control of DocumentsSample audit report of the QMS internal and external audits conducted duringlast one yearCustomer satisfaction reports from at least 2 customers, during the last oneyearProject QMS audit reportTechnical audit reports for the projectCorrective action report on the audits
Documents as specified above are minimum requirements. BIDDER shall submitany other document/data required for completion of the job as per EIL/Ownerinstructions.
Copyright EIL—All rights reservedFormat No. 8-00-0001-F1 Rev. 0Page 71 of 146
1 12.03.15 General Revision
C)(415----2QMS QMS
Standards StandardsCommittee Committee
SC
∎31 ENGINEERSligar lafgesW INDIA LIMITED
(411W1 292,51V MIJ‘10571) Govt o India Undertalongj
SPECIFICATION FORDOCUMENTATION
REQUIREMENTS FROMSUPPLIERS
STANDARD SPECIFICATION No.
6-78-0003 Rev. 1Page 1 of 8
affrirewufat 74ER
*mat t feituSPECIFICATION FOR
DOCUMENTATION REQUIREMENTSFROM SUPPLIERS
QMS QMS0 04.06.09 Issued as Standard Specification
Standards Standards SCT NDCommittee Committee
Rev.No Date Purpose Prepared Checked
by by
Standards StandardsComm ifte BureauConvener Chairman
Approved by
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reservedPage 72 of 146
STANDARD SPECIFICATIONNo.
6-78-0003 Rev. 1Page 2 of 8
(t,ft. ENGINEERS1i laWGNIIY INDIA LIMITEDogire, efiTIWAnowAl (A Govt of Into Undertaking(
SPECIFICATION FORDOCUMENTATION
REQUIREMENTS FROMSUPPLIERS
Abbreviations:
DCI - Document Control Index
eDMS - Electronic Document Management System
FOA Fax of Acceptance
HOD Head of Division / Department
IC Inspection Certificate
IRN Inspection Release Note
ITP Inspection and Test Plan
LOA Letter of Acceptance
MOU Memorandum of Understanding
MR Material Requisition
PO Purchase Order
PR Purchase Requisition
PVC Polyvinyl Chloride
QMS Quality Management System
TPIA Third Party Inspection Agency
URL Universal Resource Locator
QMS Standards Committee
Convener: Mr. M.P. Jain
Members: Mr. A.K. Chaudhary (Insp.)Mr. S.K. Kaul (C&P)Mr. R.K. Trivedi (Engg.)Mr. Ravindra Kumar (Const.)Mr. Tilak Raj (Projects)Mr. Vinod Kumar (CQA)
Copyright EIL — All rights reservedFormat No. 8-00-0001-F1 Rev. 0Page 73 of 146
SPECIFICATION FORDOCUMENTATION
REQUIREMENTS FROMSUPPLIERS
STANDARD SPECIFICATIONNo.
6-78-0003 Rev. 1Page 3 of 8
ei ENGINEERSOaez idiWIeg INDIA LIMITED
011E71 ewaxedaagem) (A Govt of India Undertaking)
CONTENTS
Clause Title PageNo.
1.0 SCOPE 42.0 DEFINITIONS 43.0 REFERENCE DOCUMENTS 44.0 DOCUMENTATION REQUIREMENTS 4
Attachments
Format for completeness of Final Documentation Format No. 3-78-0004
Format No. 8-00-0001-F1 Rev. 0
Copyright EIL — All rights reservedPage 74 of 146
ENGINEERSINDIA LIMITED(A Govt of Intha Undertakongt
SPECIFICATION FORDOCUMENTATION
REQUIREMENTS FROM
STANDARD SPECIFICATIONNo.
6-78-0003 Rev. 1dol
5'gzir tlf5ltuI.VOM
SUPPLIERS Page 4 of 8
1.0 SCOPE
This specification establishes the Documentation Requirements from Suppliers.
All documents/data against the PO / PR / MR shall be developed and submitted toEIL/Owner by the suppliers for review / records, in line with this specification.
2.0 DEFINITIONS
2.1 Supplier
For the purpose of this specification, the word "SUPPLIER" means the person(s),firm, company or organization who is under the process of being contracted by EIL /Owner for delivery of some products (including service). The word is consideredsynonymous to bidder, contractor or vendor.
2.2 Owner
Owner means the owner of the project for which services / products are beingpurchased and includes their representatives, successors and assignees.
3.0 REFERENCE DOCUMENTS
6-78-0001 Specification for Quality Management System Requirementsfrom Bidders
4.0 DOCUMENTATION REQUIREMENTS
4.1 Documents/Data to be Submitted by the Supplier
4.1.1 The Supplier shall submit the documents and data against the PO/PR/MR as per thelist given in respective PO/PR/MR.
4.1.2 Review of the supplier drawings by EIL would be only to review the compatibility withbasic designs and concepts and in no way absolve the supplier of hisresponsibility/contractual obligation to comply with PR requirements, applicablecodes, specifications and statutory rules/regulations. Any error/deficiency noticedduring any stage of manufacturing/execution/installation shall be promptly correctedby the supplier without any time and cost implications, irrespective of comments onthe same were received from EIL during the drawing review stage or not.
4.1.3 Unless otherwise specified, submission of documents for Review/Records shallcommence as follows from the date of Fax of Intent / Letter of Intent/ Fax ofAcceptance (FOA)/ Letter of Acceptance (LOA):
QMS - 1 weekDrawing/Document Control Index - 2 weeksOther Documents/Drawings - As per approved Drawing/Document Control
Index/Schedule
4.1.4 Documents as specified in PO/PR/MR are minimum requirements. Supplier shallsubmit any other document/data required for completion of the job as per EIL/Ownerinstructions.
Format No. 8-00-0001-F1 Rev. 0
Copyright EIL — All rights reservedPage 75 of 146
'7f 11I OfiTt cYeawlnn
ENGINEERSINDIA LIMITED(A Govt of India UndenakIngi
SPECIFICATION FORDOCUMENTATION
REQUIREMENTS FROMSUPPLIERS
STANDARD SPECIFICATIONNo.
6-78-0003 Rev. 1Page 5 of 8
4.2 Style and Formatting
4.2.1 All Documents shall be in ENGLISH language and in M.K.S System of units.
4.2.2 Before forwarding the drawings and documents, contractor shall ensure that thefollowing information are properly mentioned in each drawing:
Purchase Requisition NumberName of Equipment / PackageEquipment / Package Tag No.Name of ProjectClientDrawing / Document TitleDrawing / Document No.Drawing / Document Revision No. and Date
43 Review and Approval of Documents by Supplier
4.3.1 The Drawing/Documents shall be reviewed, checked, approved and dulysigned/stamped by supplier before submission. Revision number shall be changedduring submission of the revised supplier documents and all revisions shall behighlighted by clouds. Whenever the supplier require any sub-supplier drawings to bereviewed by EIL, the same shall be submitted by the supplier after duly reviewed,approved and stamped by the supplier. Direct submission of sub-supplier's drawingswithout contractor's approval shall not be entertained.
4.4 Document Category
4.4.1 Review Category
Following review codes shall be used for review of supplier Drawings/Documents:
Review Code 1 No comments. Proceed with manufacture/fabrication as per the document.
Review Code 2 Proceed with manufacture/fabrication as percommented document. Revised documentrequired.
Review Code 3 Document does not conform to basicrequirements as marked. Resubmit for review
R Document is retained for Records. Proceedwith manufacture/fabrication.
V Void
4.5 Methodology for Submission of Documents to EIL/Owner
4.5.1 Document Control Index (DCI)
Supplier shall create and submit Document Control Index (DCI) for review based onPO/PR/MR along with schedule date of submission of each drawing/document on EILeDMS. The DCI shall be specific with regard to drawing/document no. and the exacttitle. Proper sequencing of the drawings/documents should be ensured in scheduledate of submission.
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved
Page 76 of 146
r1.7-14 ENGINEERS51g-a feff5leg INDIA LIMITED
1.17,124ifflsrefloJOORI1 IA GUN. of India Undertaking,
SPECIFICATION FORDOCUMENTATION
REQUIREMENTS FROMSUPPLIERS
STANDARD SPECIFICATIONNo.
6-78-0003 Rev. 1Page 6 of 8
4.5.2 Submission of Drawings/Documents
Drawings/documents and data shall be uploaded on the EIL eDMS Portal as per DCI.The detail guidelines for uploading documents on EIL eDMS Portal are available onfollowing URL
http://edocx.eil.co.in/vportal
4.5.3 Statutory Approvals
Wherever approval by any statutory body is required to be taken by Supplier, theSupplier shall submit copy of approval by the authority to EIL.
4.5.4 Details of Contact Persons of Supplier
After placement of order supplier shall assign a Project Manager for that order. Thedetails are to be filled online through the portal. The details include e-mail address,mailing address, telephone nos., fax nos. and name of Project Manager. All the systemgenerated emails pertaining to that order shall be sent to the assigned ProjectManager.
4.5.5 Schedule and Progress Reporting
Supplier shall submit monthly progress report and updated procurement, engineeringand manufacturing status (schedule vs. actual) every month, beginning within 2 weeksfrom FOA/LOA. In case of exigencies, EIL/Owner can ask for report submission asrequired on weekly/fortnightly/adhoc basis depending upon supply status and suppliershall furnish such reports promptly without any price implication. Format for progressreport shall be submitted by the Supplier during kick off meeting or within one week ofreceiving FOA/LOA, whichever is earlier.
4.5.6 Quality Assurance Plan/Inspection and Test Plan
Inspection and test plans (ITP) attached if any, to the MR/PR are to be followed.However for cases wherein ITPs have not been attached with MR/PR, Supplier shallsubmit within one week of receiving FOA/LOA, the Quality Assurance Plan formanufacturing, covering quality control of critical bought out items/materials,inspection & testing at various stages of production, quality control records and siteassembly & testing as may be applicable to the specific order and obtain approvalfrom concerned Regional procurement Office of EIL/third party inspection agency, asapplicable.
For Package equipment contracts, the supplier shall prepare a list of items/equipments and their inspection categorization plan for all items included in the scopeof supply immediately after receipt of order and obtains approval for the same fromEIL. The items shall be categorized into different categories depending upon theircriticality for the scope of inspection of TPIA and/or EIL.
4.5.7 Inspection Release Note (IRN)/ Inspection Certificate (IC)
IRN/ IC shall be issued by EIL Inspector/ third party inspection agency on the basis ofsuccessful inspection, review of certificates as per specifications & agreed quality plan(as applicable) and only after all the drawings/documents as per DCI are submittedand are accepted under review code-1 or code R. Supplier shall ensure that necessarydocuments/manufacturing and test certificates are made available to EIL/TPIA as andwhen desired.
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved
Page 77 of 146
ENGINEERSOgell 0151jeg INDIA LIMITED
IA Govt of India Unclettalong)1.127, owtore o43frosso
SPECIFICATION FORDOCUMENTATION
REQUIREMENTS FROMSUPPLIERS
STANDARD SPECIFICATIONNo.
6-78-0003 Rev. 1Page 7 of 8
Note: Non fulfilling above requirement shall result into appropriate penalty or with-holding of payment as per conditions of PO/PR/MR.
4.5.8 Transportation Plan
Transportation Plan for Over Dimensional Consignments (ODC), if any, shall besubmitted within 2 weeks of receiving FOA/LOA, for approval. Consignment withparameters greater than following shall be considered as over dimensional.
Dimensions: 4 meters width x 4 meters height x 20 meters length
Weight : 32 MT
4.6 Final Documentation
4.6.1 As Built Drawings
Shop changes made by Supplier after approval of drawings under `Code 1' by EIL anddeviations granted through online system , if any, shall be marked in hard copies ofdrawings which shall then be stamped 'As-built' by the supplier. These 'As-built'drawings shall be reviewed and stamped by EIL Inspector/ TPIA also. Supplier shallprepare scanned images files of all marked — up 'As — built' drawings. SimultaneouslySupplier shall incorporate the shop changes in the native soft files of the drawingsalso.
4.6.2 As Built Final Documents
As built final documents shall be submitted as listed in PO/PR/MR.
4.6.3 Packing/Presentation of Final Documents
Final Documents shall be legible photocopies in A4, A3 size only. Drawings will beinserted in plastic pockets (both sides transparent, sheet thickness minimum 0.1 mm)with an extra strip of 12 mm wide for punching so that drawings are well placed.
Final Documentation shall be bound in Hard board Plastic folder(s) of size 265 mm x315 mm (10 1 /2 inch x 12 1 /2 inch) and shall not be more that 75 mm thick. It may be ofseveral volumes and each volume shall have a volume number, index of volumes andindex of contents of that particular volume. Where number of volumes are more,90mm thickness can be used. Each volume shall have top PVC sheet of minimum0.15 mm thick duly fixed and pressed on folder cover and will have 2 lever clip. Incase of imported items documents, 4 lever clip shall also be accepted. All four cornersof folders shall be properly metal clamped. Indexing of contents with page numberingmust be incorporated by supplier. Spiral/Spico bound documents shall not beacceptable. As mentioned above, books should be in hard board plastic folders withsheets punched and having 2/4 lever clips arrangement.
Each volume shall contain on cover a Title Block indicating package Equipment TagNo. & Name, PO/Purchase Requisition No., Name of Project and Name of Customer.Each volume will have hard front cover and a reinforced spine to fit thickness of book.These spines will also have the title printed on them. Title shall include also volumenumber (say 11 of 15) etc.
4.6.4 Submission of Soft Copies
Supplier shall submit to EIL, the scanned images files as well as the native files ofdrawings/documents, along with proper index.
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL—AIL rights reserved
Page 78 of 146
SPECIFICATION FORDOCUMENTATION
REQUIREMENTS FROMSUPPLIERS
STANDARD SPECIFICATIONNo.
6-78-0003 Rev. 1Page 8 of 8
C,'(L:ED'D ENGINEERSINDIA UMITEDIA Govt of India Undertaking)
ligar idf5lesI MT riernfO7IJOCFAI
In addition to hard copies, Supplier shall submit electronic file (CD-ROM) covering softcopies of all the final drawings and documents, all text documents prepared oncomputer, scanned images of all important documents (not available as soft files), allrelevant catalogues, manuals available as soft files (editable copies of drawings/textdocuments, while for catalogues/manuals/proprietary information and data, PDF filescan be furnished).
All the above documents shall also be uploaded on the EIL eDMS portal.
4.6.5 Completeness of Final Documentation
Supplier shall get the completeness of final documentation verified by EIUTPIA andattach the Format for Completeness of Final Documentation (Format No. 3-78-0004)duly signed by EIL Inspector or TPIA as applicable to the document folder.
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved
Page 79 of 146
$afg7:11 tel5legMen eRali• 4,30.0
ENGINEERS COMPLETENESS OF FINAL
INDIA LIMITED DOCUMENTATION(A Gort of hula Undertakog)
fEr)
COMPLETENESS OF FINAL DOCUMENTATION
Name of Supplier/Contractor
Customer
Project
EIL's Job No.
Purchase Order No./Contract No.
Purchase Requisition No./Tender No. Rev. No. :
Name of the Work/Equipment
Tag. No.
Supplier's/ Contractor'sWorks Order No.
Certified that the Engineering Documents/ Manufacturing & Test Certificates submitted by thesupplier are complete in accordance with the Vendor Data Requirements of PurchaseRequisition.
Signature
Date
Name
Designation
Department
Signature
Date
Name
Designation
Department
Supplier/Contractor EIL/TPIA
arTilittl/APPROVED
gTffTeR/ Sig eilegiltktvi .
4/ Name: ......... .. . ......................
f4-41--/ Date: ..... ••••••• .... ........................
Copyright EIL — All rights reservedFormat No. 3-78-0004, Rev. 1/ 12.03.2015Page 80 of 146
aarre? ENGINEERS21t d INDIA LIMITED
ok GoN of inda UndoItaking)
STANDARD SPECIFICATIONFOR ELECTRONIC/PNEUMATIC
INSTRUMENTS
STANDARD SPECIFICATION No.6-52-0032 Rev. 4
Page 1 of 14
*cv)ercli:ictitil eicuti * firKNriv rct kiwi
STANDARD SPECIFICATION FORELECTRONIC/PNEUMATIC
INSTRUMENTS
4
3
12.03.12
15.02.07
Revised and Reissued as Standard Specification b§te
Revised and Reissued as Standard Specification AR
2 05.08.05 Revised and Reissued as Standard Specification KI
1 20.09.99 Revised and Reissued as Standard Specification PM
0 30 11 83 Issued as Standard Specification PVS
Rev. PreparedNo Date Purpose by
P/JMS DM
TGM HCJ VC
TGM PM VJN
RK BRS AS
TSN AKV AKStandards Standards
Checked Committee Bureauby Convenor Chairman
Approved by
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved
Page 81 of 146
401 ei atENGINEERS STANDARD SPECIFICATION STANDARD SPECIFICATION No.groan facitegvie INDIA LIMITED FOR ELECTRONIC/PNEUMATIC 6-52-0032 Rev.4
''''eneww"wu .tea India Undetlaingl INSTRUMENTS Page 2 of 14
Abbreviations:
AARH Arithmetic Average Roughness Height
EDDL Electronics Device Description Language
FISCO Fieldbus Intrinsic Safety Concept
FDT/DTM Field Device Tool/ Device Type Manager
FF Fieldbus Foundation
HART Highway Addressable Remote Transducer
LAS Link Active Scheduler
LCD Liquid Crystal Display
NPS Nominal Pipe Size
NPT National Pipe Thread
RAM Random Access Memory
WC Water Column
Instrumentation Standards Committee
Convener: Ms. R. Priyamvada
Members: Mr.P.K. SahayMr.S. BhowalMr. M. NandiMs. R. Shanti DeviMr. M.P Jain (Proj.)
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved
Page 82 of 146
ate'Llealp ENGINEERS STANDARD SPECIFICATION STANDARD SPECIFICATION No.Wag WINDIA LIMITED FOR ELECTRONIC/PNEUMATIC 6-52-0032 Rev.4
(Men .FleTerFM1,19.i^ A Gort of India Undedaking) INSTRUMENTS Page 3 of 14
CONTENTS
1.0 GENERAL 4
2.0 DESIGN AND CONSTRUCTION 6
3.0 NAME PLATE 13
4.0 INSPECTION AND TESTING 13
5.0 SHIPPING 14
6.0 REJECTION 14
ANNEXURES:
ANNEXURE - 1: STUD - BOLTS AND NUTS MATERIAL REQUIREMENT
ANNEXURE - 2: GASKET MATERIAL REQUIREMENT
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved
Page 83 of 146
Oreael a ENGINEERS STANDARD SPECIFICATION STANDARD SPECIFICATION No.42mm:esINDIA LIMITED FOR ELECTRONIC/PNEUMATIC 6-52-0032 Rev.4
Govt of India undeptakingl INSTRUMENTS Page 4 of 14
1.0 GENERAL
1.1 Scope
1.1.1 This specification, together with the data sheets attached herewith describes the requirements
for the design, materials, nameplate marking, inspection, testing and shipping ofelectronic/pneumatic instruments.
1.1.2 The related standards referred to herein and mentioned below shall be of the latest editionprior to the date of the purchaser's enquiry:-
ASME American Society of Mechanical Engineers
1.20.1 Pipe Threads General Purpose (Inch)16.5 Pipe Flanges and Flanged Fittings16.20 Metallic Gaskets for Pipe Flanges,Ring Joint, Spiral wound
and Jacketed.
EN European Standards10204 Inspection Documents For Metallic Products
IS/IEC Indian Standards/ International Electrotechnical Commission
IS/IEC 60079 Electrical Apparatus for Explosive Gas Atmospheres.
IS/IEC 60529 Degree of Protection Provided by Enclosures (IP Code).
IEC 61000-4 Electromagnetic Compatibility (EMC) for Industrial
Process Measurement and Control EquipmentIEC 61158 Fieldbus Standard for use in Industrial Control System
IEC 61158-2 Physical Layer Specification and service definition for
FieldbusIEC 61508 Functional Safety of Electrical/Electronic/Programmable
Electronic Safety related Systems.IEC 61511 Functional safety instrumented system for the process
industry sectorIEC 61804 Function blocks (FB) for process control — Electronic
Device DescriptionIEC 61518 Mating dimensions between differential pressure (type)
measuring instruments and flanged-onshut-off devices upto 413 bar (41,3 MPa)
ISA International Society of Automation
S 7.3 Quality Standard for Instrument AirS 50.1 Compatibility of Analog Signals for Electronic Industrial
Process Instruments.
ITK Interoperability Test Kit (latest version)
1.1.3 In the event of any conflict between this standard specification, job specification/data sheets,statutory regulations, related standards, codes etc. the following order of priority shall govern:
Statutory Regulations
Job Specifications / Data Sheets
Standard Specification
Codes and Standards
1.1.4 In addition to compliance to purchaser's specifications in totality, vendor's extent ofresponsibility shall include the following:
a) Purchaser's data sheets specify the minimum acceptable material of construction ofbody, measuring element and accessories. Alternate superior material ofconstruction shall also be acceptable provided vendor assumes complete
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL —All rights reserved
Page 84 of 146
051Przre?da ENGINEERS STANDARD SPECIFICATION STANDARD SPECIFICATION No.
51g7r teltaleuw INDIA UMITED FOR ELECTRONIC/PNEUMATIC 6-52-0032 Rev.4Go„ of India Undeltak.9) INSTRUMENTS Page 5 of 14
responsibility for the selected materials for their compatibility with the processfluid and its operating conditions.
b)
Selection of suitable sealant liquid for diaphragm seal instruments compatible withthe process fluid and its operating temperature.
1.2 Bids
1.2.1
Vendor's quotation shall be strictly as per the bidding instructions to the vendor attachedwith the material requisition.
1.2.2
Whenever a detailed technical offer is required, vendor's quotation shall include thefollowing:
Compliance to the specifications.Whenever the requirement of a detailed specification sheet for electronic/pneumaticinstruments is specifically indicated, a detailed specification sheet for each itemshall be furnished, which shall provide information regarding type, material ofconstruction, performance specification, model number etc. of the offeredelectronic / pneumatic instruments. The material specification and the units ofmeasurement for various parts in vendor's specification sheets shall be to the samestandards as those indicated in purchaser's data sheets.
c)
Proven references for each offered model number inline with clause 1.2.3 of thisspecification.
d)
A copy of approval from local statutory authority, as applicable such as Petroleum& Explosives Safety Organisation (PESO) / Chief Controller of Explosives (CCE),Nagpur or Director General of Mines Safety (DGMS) in India, for the electronicinstruments installed in electrically hazardous area along with:
Test certificate from recognised test house like Central Institute of Miningand Fuel Research (CIMFR) / Electronics Regional Testing Laboratory(ERTL) etc. for flameproof enclosure/intrinsic safety, as specified in the datasheet, as per relevant standard for all Indian manufactured equipments or foritems requiring Director General of Mines Safety DGMS approval.
Certificate of conformity from agencies like Laboratorie Central DesIndustries Electriques (LCIE), British Approval Service for ElectricalEquipment in Flammable Atmospheres (Baseefa), FactoryMutual (FM), Physikalisch-Technische Bundesanstalt (PTB) , CanadianStandards Association (CSA), Underwriters Laboratories (UL) etc. forcompliance to ATEX directives or other equivalent standards for allequipments manufactured outside India.
e)
Deviations on technical requirements shall not be entertained. In case vendor hasany valid technical reason, they must include a list of deviations tag number wise,summing up all the deviations from the purchaser's data sheets and other technicalspecifications along with the technical reasons for each of these deviations.
Catalogues giving detailed technical specifications, model decoding details andother related information for each type of electronic/pneumatic instruments coveredin the bid. Information shall include, but not limited to product certifications,dimensional drawings, Transient Protection, range limits, power supply, Currentdraw, vibration effect, power supply effect, Electromagnetic compatibility. ForField bus instruments, Field bus parameters like available standard functionblocks/Advanced function blocks and their execution time for each block, Devicetype, number of link objects, virtual communication Relationships, Basic andadvanced diagnostic features, transmitter failure mode, physical profile type etc.
1.2.3
All items, as offered, shall be field proven and should have completed trouble freesatisfactory operation for a period of minimum 4000 hours on the bid due date in the similar
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved
Page 85 of 146
Itilfraeg ENGINEERS STANDARD SPECIFICATION STANDARD SPECIFICATION No.
gent laYreu'IS INDIA LIMITED FOR ELECTRONIC/PNEUMATIC 6-52-0032 Rev.47412PrefZewenfrol Govl of India undenakm INSTRUMENTS Page 6 of 14
application with the process conditions similar to those as specified in the purchaser's datasheets. Items with proto-type design or items not meeting provenness criteria specifiedabove shall not be offered.
1.2.4 Wherever specified vendor must furnish certified values of failure rates, probability offailure on demand (PFD) and test intervals for offered items for Safety Integrity Level (SIL)analysis.
1.2.5 All documentation submitted by the vendor including their quotation, catalogues, drawings,installation, operation and maintenance manuals, etc shall be in English language only.
1.2.6 Vendor shall also quote for the following:Universal hand held configurator / terminal for the configuration and maintenanceof instruments with HART output.Field bus configurator with hardware and software for configuration andmaintenance of field bus devices and also to perform diagnostics and troubleshooting of fieldbus segments wherever specified.
Two-year operational spares for each model of instruments offered in the bid,which shall include sensor, electronic module, local indicator, o-ring/gasket set etc.based on vendor's recommendations.Any special tool other than those covered under 1.2.6 (a) and (b). In case anyspecial tools are needed for maintenance of offered instruments, vendor mustcertify in their offer.
1.3 Drawing and Data
1.3.1 Detailed drawings, data, catalogues and manuals required from the vendor are indicated bythe purchaser in vendor data requirement sheets. The required number of prints and softcopies should be dispatched to the address mentioned, adhering to the time limits indicated.
1.3.2 Final documentation consisting of design data, installation manual, operation andmaintenance manual, etc submitted by the vendor after placement of purchase order shallinclude the following, as a minimum;
Specification sheet for each electronic/pneumatic instrument and their accessories.
Certified drawing for each instrument, which shall provide dimensional detail,internal construction and part list, material of construction etc.
Calculations for integral orifice
Copy of type test certificates.
Copy of the test certificates of all the tests indicated in clause 4.0 of this specification.
Installation procedure for electronic/pneumatic instrument and its accessories.
Calibration, Configuration and Maintenance procedures including replacement ofits internal parts.
Device Descriptor (DD) Files for configuring the device parameters (Soft Copy)
i) Common File Format (CFF) files for integrating the device into the system (SoftCopy).
2.0 DESIGN AND CONSTRUCTION
2.1 General Requirements
2.1.1 The type and material of construction of electronic/pneumatic instruments shall be asspecified in the purchaser's data sheet.
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved
Page 86 of 146
a ENGINEERS STANDARD SPECIFICATION STANDARD SPECIFICATION No.ere, EvensvINDIA LIMITED FOR ELECTRONIC/PNEUMATIC 6-52-0032 Rev.4
IA Gort pi Inda Undeflaingl INSTRUMENTS Page 7 of 14
2.1.2 The range of instruments shall be selected by vendor based on the set range indicated in thepurchaser's data sheet. Where no set range is indicated, vendor may select the same as perthe following guidelines;
The set range shall be 1.1 times the maximum process value or 1.4 times theoperating process value whichever is higher rounded to the nearest ten.
The set range shall preferably be in the middle third of the selected instrumentrange.
2.1.3 Measuring element in vacuum service shall have under range protection down to fullvacuum, without undergoing a change in calibration or permanent set.
2.1.4 Unless otherwise specified, diaphragm seal instrument shall meet the following requirements;
Instruments shall have its diaphragm seal (flanged type) integral with theinstrument. In case wafer type diaphragm seal is provided, it shall be supplied withcompanion flange.When purchaser data sheets specify wafer seal type of instrument, vendor shallinclude supply of studs, nuts and gasket as per the materials specified in thepurchaser's data sheet. Refer Annexure — 1 attached with this specification for stud— bolts, nuts and gasket material requirement.
c) The sealant shall be an inert liquid, compatible with the process fluid and processtemperature indicated in the purchaser's data sheets. In general, sealant shall be;
DC 704 or equivalent for all diaphragm seal instruments except for oxygenand chlorine.
Flouro-lube or equivalent for all diaphragm seal instruments in oxygen andchlorine.
d) The requirement of spacer ring shall be as specified in purchaser's data sheet. Thematerial of construction of spacer ring shall be 316 Stainless Steel, as a minimumunless otherwise specified in the purchaser's data sheets.
e) The span of the offered model shall be selected to ensure zero elevation/zerosuppression equal to the head created by the fill fluid for the specified capillarylength in the data sheet.
2.1.5 Wherever purchaser data sheet specifies integral flow transmitter, vendor shall supplycomplete assembly consisting of integral orifice, upstream and downstream meter runs withend flanges, meeting the following requirements:
Three nos. of integral orifice plates shall be supplied i.e. one is installed and twoare spares.
Unless otherwise specified, material of construction shall be 316 Stainless Steel forintegral orifice and meter run with flanges.
2.1.6 The instrument enclosure shall be suitable for the area classification indicated in thepurchaser's data sheets. Unless otherwise specified, the enclosure shall meet the followingstandards;
Weatherproof housing IP-65 to IS/IEC-60529.
Flameproof housing Flameproof/ Ex (d) as per IS/IEC-60079
Flameproof housing shall also be made weatherproof.
2.1.7 Unless otherwise mentioned, end connection details shall be as below:-
Threaded end connections shall be to NPT as per ASME B 1.20.1.
Flanged end connections shall be as per ASME B 16.5.
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved
Page 87 of 146
1511=a-aelefalft.
ENGINEERS STANDARD SPECIFICATION STANDARD SPECIFICATION No.
INDIA LIMITED FOR ELECTRONIC/PNEUMATIC 6-52-0032 Rev.4IA GUN oundia undenson) INSTRUMENTS Page 8 of 14
Grooves of ring type joint flanges shall be octagonal as per ASME B16.20.
Flanged face finish shall be as per ANSI B 16.5. The face finish shall be asfollows:
125 AARH : 125 to 250 microinch AARH
63 AARH 32 to 63 microinch AARH
2.1.8 All electronic / pneumatic instruments in oxygen and chlorine service shall be thoroughlydegreased using reagents like trichloro-ethylene or carbon tetrachloride. End connectionshall be blinded / plugged after the degreasing process in order to avoid entrance of grease oroil particles.
2.1.9 Electronic Instruments
2.1.9.1 All instruments shall be of state-of-the-art technology and shall be in compliance with theelectromagnetic compatibility requirements specified in IEC-61000-4 standard.
2.1.9.2 Plug-in circuit boards shall be designed and manufactured such that reverse insertion orinsertion of the wrong card is prevented.
2.1.9.3 Electronic instruments shall generally operate on nominal voltage of 24 V DC and shall beprotected against short circuit and reverse voltage. Transmission and output signal shallgenerally be 4 to 20 mA DC for analog and smart transmitters. The display of integral outputmeter shall be in engineering units for pressure, differential pressure, flow & Temperatureand 100% linear for level.
2.1.9.4 Electronic transmitters with two-wire system shall be suitable for delivering rated current toan external loop resistance of at least 600ohm when powered with 24 V DC.
2.1.9.5 Terminals for electrical connections shall be clearly identified, and polarity shall bepermanently marked.
2.1.9.6 Peak to peak ripple and total noise level in the analog output signal shall not exceed 0.25%of the maximum signal.
2.1.9.7 Electrical cable entries shall have internal 'A" NPT threads.
2.1.9.8 Zero elevation/zero suppression shall be equal to minimum of 100% of the span of theoffered transmitter.
2.1.10 Pneumatic Instruments.
2.1.10.1 All pneumatic connections shall be 1/4" NPT, unless otherwise specified.
2.1.10.2 All threaded connections shall be internal, unless otherwise specified.
2.1.10.3 The process input connections and pneumatic output and air supply connections etc. shall bepermanently stamped on the body at a suitable place.
2.1.10.4 Unless otherwise specified, pneumatic instruments shall operate on air supply of 1.4 kg/cm2gand shall have transmission and output signal of 0.2 to 1.0 kg/cm2g.
2.1.10.5 Instrument air quality shall be as per ISA-S7.3 and shall be free from all corrosive,hazardous, flammable and toxic contaminants.
2.2 Transmitters
2.2.1 Pneumatic Transmitters
2.2.1.1 Pneumatic blind transmitters shall be of the force-balance type and pneumatic indicatingtransmitters of the motion balance type.
2.2.1.2 Transmitters shall have an accuracy of 0.5 % of span.
2.2.1.3 Transmitters shall be supplied with external zero and span adjustments.
2.2.2 Electronic Analog Transmitters
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved
Page 88 of 146
ENGINEERS STANDARD SPECIFICATION STANDARD SPECIFICATION No.
INDIA LIMITED FOR ELECTRONIC/PNEUMATIC 6-52-0032 Rev.4IA Govt of India undertism INSTRUMENTS Page 9 of 14
lafflzre?otia
2.2.2.1 Electronic transmitters shall be of the two-wire DC current regulating type. They shall beprovided with integral output indicator. When specified, field mounted external outputmeters shall be provided.
2.2.2.2 Electronic analog transmitters shall have an accuracy oft 0.25 % of span.
2.2.2.3 Transmitters shall be supplied with external zero and span adjustments. Flameprooftransmitters shall also have their calibration adjustment from outside, without any need toremove the cover.
2.2.2.4 Unless otherwise specified, the electronic transmitters shall be certified intrinsically safe.
2.2.3 Smart and Field bus based Transmitters
2.2.3.1 Smart and field bus based transmitters shall be two wire microprocessor based type. Theseshall have a non-volatile memory, storing, complete sensor characterisation andconfiguration data of the transmitter. All necessary signal conversions and output generationwith the required protocol shall be carried out in the transmitter electronics. Integral outputmeter with LCD display shall be provided for all transmitters.
2.2.3.2 Transmitter shall also run complete diagnostic subroutines and shall provide diagnosticalarm messages for sensor as well as transmitter healthiness. Field bus based transmitter inaddition shall have facility to detect plugged impulse lines, whenever specifically indicatedin purchaser's data sheets. In the event of detection failure, the output shall be driven to apredefined value, which shall be field configurable.
2.2.3.3 The transmitters with field bus connectivity shall have built in control algorithm likeproportional, proportional-integral and proportional-integral-differential.
2.2.3.4 Whenever specifically indicated in purchaser's data sheets, the meter electronics shall beprovided with in-built lightning and power supply surges. The transient protection shallmeet the requirements specified in IEC-61000-4.
2.2.3.5 The configurational data of the instruments shall be stored in a non-volatile memory suchthat this remains unchanged because of power fluctuations or power off condition. In casevendor standard instrument has battery backed RAM, vendor to ensure that battery drainalarm is provided as diagnostic maintenance message.
2.2.3.6 Accuracy of transmitters, smart as well as field bus based, shall be as follows:
Type of Transmitter Range of Transmitter Accuracy
Direct 760 mm WC and above Equal to or better than +0.075%
Direct Less than 760 mm WC Equal to or better than ±0.15%
Diaphragm seal 500 mm WC and above Equal to or better than ±0.25%
Diaphragm seal Less than 500 mm WC Equal to or better than ±0.5%
The accuracy is defined as the combined effect of repeatability, linearity and hysteresis.
2.2.3.7 The stability of the transmitters shall be equal to or better than ±0.1% of span for a period ofminimum 6 months, as a minimum.
2.2.3.8 Transmitter shall update the output at least 8 times a second unless otherwise specified.
2.2.3.9 Unless specified otherwise in purchaser's specification, transmitter response time shall be asfollows:
For transmitter range of 760 mm WC and above, the response time shall be equal toor better than 500 milliseconds.
For transmitter range below 760mm WC, the response shall be equal to or betterthan I second.
Copyright EIL — All rights reservedFormat No. 8-00-0001-F1 Rev. 0Page 89 of 146
STANDARD SPECIFICATION STANDARD SPECIFICATION No.FOR ELECTRONIC/PNEUMATIC 6-52-0032 Rev.4
INSTRUMENTS Page 10 of 14
The response time of the transmitter shall be considered as the sum of dead time and 63.2%step response time of the transmitter.
2.2.3.10 Unless specified otherwise, the over-range/static pressure protection of the transmitter shallbe as follows:
Range of Transmitter 0
OVERRANGE / STATIC PRESSURE (*)
Pressure TransmitterKg/Cm2
Differential Pressure Transmitter
Kg/Cm2
0 <®<250 mmWC 20 20
250 < 0 < 1000 mmWC 45 52
1000 < 0 < 5000mmWC
45 70
5000 < 0 < 10000mmWC
45 160
1 < ® < 10 Kg/cm2 52 160
10 < 0 < 100 Kg/cm2 160 210
® > 100 Kg/cm2 210 210
(*) However, if the overange/static pressure valve specified above is less than themaximum/design pressure of service conditions specified in the datasheets, offeredinstrument shall be suitable for the maximum/design pressure as per datasheet.
2.2.3.11 In the transmitter, the 'WRITE' option shall be protected through password.
2.2.3.12 Temperature transmitters shall meet the following requirements as a minimum:
Temperature transmitter shall be universal type and shall be able to accept inputfrom resistance temperature detector (RTD) or thermocouple (T/C) of any type andrange.Temperature transmitters shall be freely programmable i.e. element type and rangeshall be programmable without any change in hardware / software.
Temperature transmitter shall be remote mounted type, in general Head mountedtransmitters shall be supplied when specifically indicated in purchaser's datasheets.The accuracy of the temperature transmitter with RTD element shall be as follows:
For temperature range above 350° C, the accuracy shall be equal to or betterthan +0.075% of range.For temperature range with ranges between 350° C to 150° C, the accuracyshall be equal to or better than 10.15% of range.
For temperature range below 150° C, the accuracy shall be equal to or betterthan +0.25% of range.
e) The accuracy of temperature transmitter with cold junction compensation forThermocouple element shall be as follows;
For temperature above 350° C, accuracy shall be +0.25% of range.
For temperature between 150°C to 350°C. accuracy shall be ±0.5% of range.
For temperature below 150°C, accuracy shall be +0.75% of range.
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL —All rights reserved
Page 90 of 146
satrazre?.211
ENGINEERS STANDARD SPECIFICATION STANDARD SPECIFICATION No.
INDIA LIMITED FOR ELECTRONIC/PNEUMATIC 6-52-0032 Rev.4Govt of India unaertaionci INSTRUMENTS Page 11 of 14
2.2.3.13 When HART protocol is specified, the following features must be ensured;
It shall allow multi masters (two for example, primary and secondary) forconfiguration, calibration, diagnostics and maintenance. The primary could be thecontrol system or host computer and the secondary could be the hand-heldcommunicator.It shall be capable of implementing universal commands from either of theselocations.
2.2.3.14 In addition to the requirements specified above, field bus based transmitter shall meet thefollowing requirements;
All instruments must satisfy the requirements of the field bus registrationlaboratory with applicable checkmark like foundation field bus, profibusNutZerorganisation e.v (PNO), or as specified in the purchaser's data sheets.
All instruments shall be polarity insensitive. Also transmitter shall be LAS capableand provided with line plugging detection, whenever specified in data sheet.
All instruments shall have one no. of Analog Input (AI) block and One no. ofProportional, Integration and Differential (PID) control block, as a minimum.
All instruments must be interoperable and shall have valid interoperability testclearance like ITK latest version for foundation field bus or equivalent for profibusPA, as applicable.
e) The field bus instruments shall support peer to peer communication.
The field bus instruments in hazardous area shall be certified as per entity conceptor shall be FISCO approved as per the requirements specified in the purchaser'sspecification.All instruments shall support EDDL or FDT/DTM requirements, as specified indata sheets.Internal Software shall be configured by the vendor including the followinginformation.
- Serial Number
Device Tag (Tag No.)
- Process Description
i) All instruments shall be capable of supporting incremental Device Descriptor (DD)for extra functionality and/or software revisions in Device Memory.
2.3 Receivers
2.3.1 Pneumatic/electrical cables shall be such that they permit the instrument internals to bedrawn from its normal mounting position without affecting operation. Pneumatic connectionpoints shall seal automatically upon disconnection.
2.3.2 Electronic receivers shall be suitable for standard voltage inputs of 0.25 to 1.25 V, 1 to 5 V,0 to 10 V dc. Any voltage receiver shall not alter the voltage drop across the conditioningresistor by more than ±0.1% of input range of maximum input voltage.
2.3.3 Recorder pens shall be easily replaceable.
2.3.4 Each recorder shall be supplied with chart-rolls and ink for six months continuous operation.
2.4 Controllers
2.4.1 Automatic control stations including dedicated cascade control stations shall have switchesto transfer control from automatic to manual mode and vice-versa. The transfer shall be
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved
Page 91 of 146
Iiiif®eENGINEERS STANDARD SPECIFICATION STANDARD SPECIFICATION No.
g Lear jalgeg NW INDIA LIMITED FOR ELECTRONIC/PNEUMATIC 6-52-0032 Rev.4- wow mein =AIM) (A GM AI Ma Undcriakingl INSTRUMENTS Page 12 of 14
procedure less and shall not produce any bump in the process under control during such atransfer, the output signal shall not change by more than I% of span.
2.4.2 Cascade control stations shall have a switch to select local or remote set point.
2.4.3 The control settings of the controller shall be readily adjustable from the front.
2.4.4 Controller action shall be easily reversible.
2.4.5 Pneumatic automatic controller shall be easily removable, without disturbing the manualcontrol mechanism.
2.4.6 Electronic controller shall be easily removable, with the aid of a service station.
2.4.7 Local mounted pneumatic controllers shall be supplied with gauges for air supply pressureand control signal. The gauges shall be integral with the instrument.
2.5 Accessories
2.5.1 Field Universal Communicator:
2.5.1.1 It shall be possible to perform routine configuration, calibration, display process variable,diagnostics etc. from a hand held portable communicator, which can be connected at anylocation in the transmitter loop. It shall be possible to perform all the above functions on-lineand the loop function shall remain unaffected.
2.5.1.2 There should be no interruption on the output while communicating with the transmitter.
2.5.1.3 Field communicator shall meet the following requirements:
Hand Held communicator shall be universal type and shall be compatible with allmake and models of HART transmitters and Smart positioners, with all engineeringcapability like calibration, diagnostics, configuration, inhibition of HART signal,etc. Similarly Field bus Hand Held communicator shall also be universal type andshall be suitable for all make and models of FF transmitters and Positioner.
It shall be possible to connect the communicator at any of the following locationsfor purpose of digital communication;
Marshalling cabinet serving the transmitter, in safe area.
Junction box serving the transmitter, in hazardous area.
iii) Directly at the transmitter, in hazardous area.
Plug-in type connections shall be provided with field communicator. Necessaryinterconnection accessories shall be supplied by the vendor.
Offered communicator shall be dust-proof, certified intrinsically safe and suitablefor outdoor location. Carrying case shall be supplied with each communicator.
When specified in data sheets, the software shall also be capable of configuringother makes of transmitters.
e) They shall be battery powered with replaceable and rechargeable batteries, suitablefor recharging with 240 V, 50 Hz . In case vendor's standard design does not makeuse of rechargeable batteries, then vendor to provide 2 sets of spare batteries.
2.5.2 Remote output meter
2.5.2.1 Remote output meter shall be electronic with LCD display. The display shall be in actualengineering units.
2.5.2.2 The indicator electronics shall be able to perform square root extraction for flowmeasurement
2.5.2.3 Offered indicators shall be certified Intrinsically safe/FISCO, when used in hazardous areaas specified in Data sheet.
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL —All rights reserved
Page 92 of 146
lel MENGINEERS STANDARD SPECIFICATION STANDARD SPECIFICATION No.
Sig:ClItMegay INDIA UMITED FOR ELECTRONIC/PNEUMATIC 6-52-0032 Rev.4(A Geri oi kwila UndellaMingl INSTRUMENTS Page 13 of 14
2.5.2.4 This Field Bus based field indicator shall be 2 wire segment powered and shall be able toindicate minimum of 8 signals available in the fieldbus segment, selectively.
2.5.3 Yoke mounted instruments shall be supplied with universal mounting bracket , U-bolt andnuts suitable for mounting the instruments on a 50 mm (nominal bore) pipe stanchion(horizontal or vertical)
2.5.4 Air setAir set, where provided, shall be a combination air filter regulator set with 5-micron filtercartridge. It shall have a 50 mm diameter pressure gauge to indicate the regulated pressure.Each air set shall be supplied with mounting bracket and bolts with nuts for surface mounting.
2.5.5 Battery chargerBattery charger shall be supplied with all necessary accessories and shall be suitable for240V ±10%, 50Hz±3Hz, unless otherwise specified.
3.0 NAMEPLATE
3.1 Each flush panel mounted instrument shall have the following information identified in thefront:-
Tag number as per purchaser's data sheet.
Reading coefficient, if any
c) Pen colour, tag number-wise in the case of recorders.
Each flush panel mounted instrument shall have a back nameplate permanently fixed to it ata visible place reporting the following information:
Instrument tag number.
Manufacturer's serial number or model number.
c) Manufacturer's name/trade mark.
3.2 Surface mounted instruments shall be provided with only one nameplate.
Local mounted instruments shall have a stainless steel nameplate attached firmly to it at avisible place, furnishing the following information:
Tag number as per purchaser's data sheets.
Manufacturer's serial number and /or model number
Manufacturer's name/trade mark.
Body material.
Measuring element material.
Range of measurement.
j) Area classification in which the equipment can be used, this shall be to the same
code as per purchaser's data sheets.
4.0 INSPECTION AND TESTINGPurchaser reserves the right to inspect and witness testing all the items at the vendor's worksin line with the inspection test plan for electronic/pneumatic instruments and approvedquality documents. All these tests shall be completed by the vendor and test reports shall besubmitted to purchaser for scrutiny.
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved
Page 93 of 146
ISiMareqe ENGINEERS STANDARD SPECIFICATION STANDARD SPECIFICATION No.51g7ePegillir INDIA LIMITED FOR ELECTRONIC/PNEUMATIC 6-52-0032 Rev.4
(A Govt ■)0a Undenakingi INSTRUMENTS Page 14 of 14
5.0 SHIPPING
5.1 All threaded and flanged openings shall be suitably protected to prevent entry of foreignmaterial.
5.2 Instruments shall be supplied individually, in suitably sealed packing.
5.3 Proper care shall be taken in shipping instruments with diaphragm seals to ensure safety ofthe diaphragm seals, extensions, capillaries, where specified.
5.4 All pneumatic / electronic instruments in oxygen and chlorine service shall be separatelypacked along with a certificate indicating 'CERTIFIED FOR OXYGEN / CHLORINESERVICE', as applicable.
5.5 Proper care shall be taken in shipping instrument accessories clearly indicating theinstrument tag numbers.
6.0 REJECTION
6.1 Vendor shall prepare their offer strictly as per clause 1.2 of this specification and shall attachonly those documents and information, which are specifically indicated in the materialrequisition.
6.2 Any offer not conforming to the above requirements, shall be summarily rejected.
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL - All rights reservedPage 94 of 146
OPtade ENGINEERSElPeg'10, INDIA UMITED
IA Goff of inam undertalonof
STUD-BOLTS AND NUTSMATERIAL REQUIREMENT
Annexure 1 10STANDARD SPECIFICATION NO.
6-52-0032 Rev. 4Page 1 of 1
Sr. No. Piping Classes Nut and Bolt Material
1 AIA, A2A, A5A, A6A, A7A, A8A, A9A,AIM, Al IA, A13A, AI4A, AI5A,AI9A, A20A, A32A, A33A, AIK, A6K,AIM, A1N, BIA, B2A, B5A, B6A, B9A,BI3A, B18A, B19A, B32A, BIK, B6K,BI8K, BIM, B3M, B5M, BIN, B6N,DIA, D2A, WA, D18A, DIK, DISK,DI8P, EIA, E2A, E5A, E5E, F5A
A-193 Gr. B7A-194 Gr. 2H
2 Al6A,B16A A-I93 Gr. B7MA-194 Gr. 2HM
3 MB, AID, A4F, A4G, BIB, BID, B5D,BIE, B3F, B4F, B4G, DIB, D2B, DID,D2D, D5D, D5E, F2D
AI-193 Gr. B16A-194 GR. 4
4 A2K, B2K, D2K A-320 Gr. B8 CL.2A-194 Gr. 8
5 A4A, AIH, B4A, B1H, D4A, DIH A-320 Gr. L7A-194 Gr. 4
6 A3Y A-307 Gr. BA-563 Gr. B
7 A3A, A3K, A3Y, A4Y, J3A A-307 Gr. BA-563 Gr. B
8 AIZ, A4Z, A5Y, J2A, .15A A-307 Gr. B (Gals)A-563 Gr. B (Gals)
9 B4K, B5K A-193 Gr. B8 MCIIA-194 Gr. 8 MA
10 A32Y A-193 Gr. B (Gaiv)A-194 Gr. 211 (Galv)
11 B3M, B4K, B5K, B5M A-453 Gr. 660 CL.AA-453 Gr. 660 CL.A
Format No. 8-00-0001-F1 Rev. 0 Copyrights EIL - All rights reserved
Page 95 of 146
PRZTe? ENGINEERS GASKETS MATERIAL$1g7 efargi INDIA LIMITED REQUIREMENTIA Gov' of Ind. Udenda,)
Annexure 2 toSTANDARD SPECIFICATION No.
6-52-0032 Rev 4Page 1 of 1
Sr.No.
Piping Classes Gasket Material
1 AIA, A6A, A9A, AIOA, Al IA, A13A, AI4A, AI9A,AIB, AID, AIH, A1K, AIM, A4A, A4F, A4G, B1A,BIH, B2A, B4A, B6A, B9A, BI3A, B18A, BOA, B32A,BI8K, DIA, D2A, DIH, DIK, D4A, D18A, DISK, DISP
SP WND SS 316 + GRAFIL
2 B5M SP WND SS316H+ GRAFIL + I RING
3 A2K, B2K, D2K SP WND SS 316+GRAFIL+SS 316 I/ORING
4 BIN SP WND SS 3I6L+GRAFIL + I RING
5 B6N SP WND SS 316L + GRAFIL
6 Al Z, A3Y, A4Y, A4Z, J2A BUTYL RUBBER
7 E IA, E2A, E5A, F5A SOFT IRON
8 ESE, F2D 5% CR, 0.5% MO
9 B4K, B5K SS 316H+GRAFIL+I RING SS 316 0 RING
10 MY, A8A, AI5A, A32Y, A33Y IS 2712 Gr. A/I
I I B3M SP WND SS 321+GRAFIL+I RING
12 AIN, A6K, A16A, 1316A SP WND SS 316 L+ GRAFIL
13 A3A, A3K, A33A, J3A, J5A IS 2712 Gr. W/3
14 A2A, A20A, A32A IS 2712 Gr. W/I
15 A5A, B5A, D5A SP WND SS 316 + GRAFIL + I RING
16 A7A, BIB, BID, B1E, B1K, B3F, B4F, B4G,B5D, DIB,D1K, D2B, DID, D2D, D5D, D5E
SP WND SS 316 + GRAFIL + I RING
17 B6K, BIM SS 316 + GRAFIL
Format No. 8-00-0001-F1 Rev. 0 Copyrights EIL -All rights reserved
Page 96 of 146
STANDARD SPECIFICATION NO.
6-81-2032 Rev. 3
o
cn
Revised and Reissued 22.03.2012
Issued for implementation
O
c>
Revised and Re-issued
CO
OO
C 0O
O
Copyright EIL — All rights reserved Format No. 8-00-0001-F7 Rev. 0
ca ca
m
u> "c73 -0 1) co cn
a> a> E E o oc
o
CD V>
c
-2 ca -o
c
cn
o.
a.
0)
la
z
z
■!C
z
cf)
E-0 A
C.)
Z
r'4 z o
z
0.4 z
cf) o
z
-o
a>
2 o. o.
Pag
e 97 of 146
Net Positive Suction Head
H
6-81-2032 Rev. 3
STANDARD SPECIFICATION NO. INSPECTION
Abbreviations
Copyright EIL — All rights reserved Format No. 8-00-0001-F7 Rev. 0
=
0
. -, rzt
c> 0
0
.,-, -4-•
...c,,,) N cd
Ch ,-.
h cd
0
czt cn
*,
cll bl)
s-, ;_, "10
C> 0 czt
4, z> .2
›-, c>
...-- (.>
0 b
= r„c o
-. cl)
cc3 •-■-, O
) C> ,-",
cn .:f. . 11:■-• Tzi a.>
cD, ....
-a-.) c,,
•- ,. ,..,
v) o
E =
?,
=
o
o.. c-I-A
o -4
::: = o
._
ao o
- rd 4 ), ,. ,) cn clò> --.
tl>
.-c-,,c • -, ,..,
■,-.. ,_ • ...
c.> b/0 0 .
cc: cn l,-..., .-4,=,'
-4-• rn s•-•
.,..›. ••••+-': C> T
i. '-ci .5 .4; E--■ -6 E
2 •+Ce •.•.) •• m
^o
)
'C
P C
'i-) ,r, .. , 'Yo •■ „,,.. -c ..f ...) .,
1 &)
0
5.
0
( )) 4
Cd
C1
È)
°.'- ) °
-<L•>•I
(1.> ct>
to c>,
=
(1.> -10
OZ
1
'-, s.-. 0
--, Cl.)
c • 0
^e)
--0 61)
^E, .-t74~› .,,I ,---"
' .§ 9) .-~eL
) r \''.1(1>
'"% cz3 9
Cl.)
-0 - 0
"li
i.., -,•-■
;..,
CA
›, C
.,) • •-• ....> 0
.) (t)
CD
E%
'->
°
(L) $~
O •-•
C';1 •1■5 C
L) ,4 •-•
(i.) Z
Z :1•1 t•I A
. A.. A
.. A.. C
Y
v) H F
-• >
5 5
A.. H
~âH
òâ
E•-• rz4c/C
4',2_,
cnE-,
E-,>
55>
<
6-'
c) 4.:
...3=3
CZ3 C
Z3 ed
E a.z
. E
=
-9 (.7
J•-■ bl) ,.. c.,z!
....•CL,
"5 .E- C
i a>a)
a.> E
4
.-
E ,czt
a> c.> ,5)"
=
v)
-c-,:i 4
,c" •- a.)
c>
c• ;o- ...• ,A
'c7 ,,,, -.4 toE- ,.-c; bi :• ,•.- .o,. : -, =
9
EEt o
.r. z
2
E EE
==
1
=
oto
=
o .
:
c
d o
c==
:W
>
°
o
-
_
rf> •-• a>
cz
c.> =
o
=
o
f:•1., ch
=
cd • -,
"C> .,..,
>< s-
bl) H
..) C>
(:1., 0
cc9 W
aj -c-d
d
:~c, +_,
-z, 0.) ,4
-- • --,
ccs
tl> 4•
ch c>
0
0.1
b 1) ..,::: cct
r=4 E-■
C>
'-' C>
Cf) C/)
c•,-• •I•••• C/D
C.) -4-
0.) cn
F--4 o W••• c'i c-) 4--'
C> --• 0
cn (I)
,,,
cci (1)
.2), g
t ...
a>
ti) c:4 a>
• - cA
.... •zi
cu c.>
cu .7
a> c• ..,
cd s-,
-0 4-• -• .r.:>
4- ' • .?.' ..-' F- ■
'.2--, ) -6
et -.--. t.,--, -c, , :,.0 ccl
c.) 124 -,- ,.• a.> -15 C-C> ( 4 . -4-,
"Czi HE >
- -
0 <
j-
= c
w
() sA.
c_,) c.) - -- t"
(5 C
5 D (I)
u) .•-, CL>
c:D :4:
o
E ,f,5
_eti) . L
u a
c) ,-., 1
.5
• ,`1•-) -E E
. b
w) a.) (- •-•
,. - z
.- -4-•
.4 1
.) 0.) e
d
CL
> ›, C
L)
C+5 '■
.-C : C
'd
bi) cn cn
cr E
.= -
< fil d c2:1 C
...............) l=1 (:2) G.T. -T.., We'l r.L
. ..-' .Z.-- •-E ..5 ,--1 ,-=I
E
o
6Dr, ,:t .._,.,
(..) .-
..0 k>c,!'
L..
w
o
,..; ,.; ,..; oc.)
H
<c
w
(..) 0..
o
w
,....
S
,....
4
o
.1-. i-
•-. H
'....
a.> ,,, U
4 ,>-• E-,
° E-•
A..
H ‘è
..0 vp c-•
- C...) f.z.. W
W H
A.. r:4 c.)
F-, A. C...) C4 G
d A
k 0., E
ict. o
<
rd C.) C
.) ?..-3 C..) 1Z Z1
t4 w
w4
Ê
•-• •-.1 w>
o
=
■-■
Pag
e 98 of 146
STANDARD SPECIFICATION NO.
6-81-2032 Rev. 3
PO/PR / Standards referred there in /Job specifications / Approved documents.
3.0 INSPECTION AND TEST REQUIREMENTS
z
z z E-0
z
z
A
z
—
O P6.■
E4
11, INSPECTION
in
1.0 SCOPE
2.0 REFERENCE DOCUMENTS
Copyright E IL — All rights reserved Format No. 8-00-0001-F7 Rev. 0
SCOPE OF INSPECTION
EIL/TPIA SUPPLIER SUB
SUPPLIER
1 x
2 o ..)
1
Manufacturer's Test Certificates /
Material Test Certificates
Supplier's Test Records
QUANTUM OF CHECK
CHARACTERISTICS
,
Physical/chemical properties , Heat Treatment as applicable
Dimensions, Insulation resistance, Sensor Characterization, calibration, performance.
STAGE/ ACTIVITY
Procedures
Material Inspection
Incoming Material like sensors, housings, flanges, body castings, studs/nuts .askets • lu:s etc.
In process Inspection
Instrument assembly
Final Inspection
c; t2 z
o
,-4
o
e.i —
c,i
o
e•-; —
. ‹,-;
o
•i:
Pag
e 99 of 146
6-81-2032 Rev. 3
STANDARD SPECIFICATION NO. INSPECTION
Copyright EIL — All rights reserved Format No. 8-00-0001-F7 Rev. 0
SCOPE OF INSPECTION
EIL/TPIA SUPPLIER SUB
SUPPLIER
CD L.)
R .„
.... „„
.. `
cn 0
ci)
cf, 0
-4—,
rz4 "s..
I—. (-)
. a) 8 2. CL>
1.—■ . ,_,
C/D
QUANTUM OF CHECK
›, %-.
-C
0.> " •-•
,:«-' 7)... CD
5:L, CD
CHARACTERISTICS
,-. c..) a.>
,-C
C.)
• o 't7).
•r.„ _, .>
-, =
C)
• •
o
‘.. o
c, .
co-, cn; • ,.-:.
-cs c>
a> c
> .-
,:s cr
>, a> :-..
i:J> 0,,
. - s:)..
v) -cs
cus'
v)
. —
sem,
• - .4-5
'" O 0
."-- "~
-4-, -4-■
a) -4--. cct
v) c„)
s-. c",
Cl> ci.>
0
c> (1.>
•,- . c.,-
f:3» >
-, CL)
0
(1) ."
. S
-■ "
-I--, :-.
sa.. =
mon..,
cn S=1.
rn cu
C)
0
vi rn
bi) -,--. . '-' "
cl)
-,-' rn
e' c,z
;-, i-
• cL, c2
,,o cu
,--
•- •-•
ei-) c>
sz, :. ,—
el
›,
.. ed - ,
)4
: o- C
>
• •
• • •
(...)•-•
E t ',.:-1
u r.,
:- •-o
,4- c,:
o
,c) a.>
(L) ,
t •
E ,__
v) o
E
al 'E')
'' E
E ,_, ci- •
ci.) -.
v) • - -cs
... .,..,
-.- • - :-.,
E * E
3
7, .. , - ■=' ci>
o —
3
.. ,) .
,
,_c v)
,<:j =
rp
E o
,-- .45-'
c.̀-'
-ti a>
.... c.>
;-, ,,, •-•.
0
ti) c_>
c•c3 -4-,
0.> ei
„,;~ .n
,L-•
-- ,-,
(1) .4..•
CL, ,..., ed
E - c't
,_ c
:-.• o
-c: ,..
c., •,_,-
.--: c>
a.> v) • -
-
"Ii€i .- (-3.
,o,
-i- (,)
c.. ,.,•:•4
• -C3
;_, 0
0.)
--- ;•-■
cp 4,-,
0
4-( cZ!
c) ,..
0
25 (4.?,
+CS 9,•- . , , ) , ..
o ,,_-;
c.) 0
=
0
czt
cz; $-.
,-- C).
,---, ,-- $:-.
C> cê-,
0
E c'-z,' ,+••
,.; ,,,i
o 7,,;
r..) , .,•;••••»_ c,
0.> o
o '
o •■-•
o
• C.)
(-) '-.
(L) ̀...., • ,-. ,..
$-. .4Z
C-■
ch ,,,
c.) c,,!
Ch
S-• • ,-.■
CL) C-) ,..0
CCi
•I-' c.>
cL, ,,,, , ,..-,
c2 ,
>
txO N
r: :,
c .) ch
c3 4,
-- a.)
r. . -̀4 .-4--.
,)
cd 4-+
cn ..-
cl.> •
s-, ..
;... ;,_.,
.) •—
■ c>
,,,! ›,, o
,-•
• '-. (/)
›. 0
0,3 ,..›
0
C1) CL••
C'l • ,-, b
b
ir) 5••• C'Z
elp c .0
- <4.-•
,,, c„, o
r.,-=', ...c> c„, to .4.-•
I- ed
v) E
',-05 +,•"'
o
v) ect
't E
c-, , -
0
, - 4 = '.
E -0 o
-c-d - o
0
c: c•cs
- •-o
bp c> c.,-, •,•-•
c> C
L1
0 cz:
(L) >
cci
g 2 5 7
>- .0
- 0 ,---,
>4
-1
-C
(-E
4o
. -
. .
• .
•
STAGE/ ACTIVITY
ch
0
(L) E
o
.- ..- -,- c>
r>, cu s:.. ,--, (,) •-c$
(L) ...... ,_ Tzi -2
—
a> w
zzi
Pag
e 100 of 146
6-81-2032 Rev. 3
STANDARD SPECIFICATION NO. INSPECTION
Copyright EIL — All rights reserved Format No. 8-00-0001-F7 Rev. 0
SCOPE OF INSPECTION
EIL/TPIA
rz4
SUPPLIER X
SUB
SUPPLIER
R 0
.
-zs v) a) ,
,...., ....._, ._,
o
o
i—,
”
C) 0
cll (/)
• ..-■ c->
71, cl)
v) c)
cr)
S:l.
,
b ,,,;
cu„,,,,
cn ,-,. -4—■
... .t
-I-■
0
o ,
0
a) O.
tA c.)
QUANTUM OF CHECK
Qc> .
cu s::. E
ed
CHARACTERISTICS
g)
Detection of plugged impulse lines & output configuration (for fieldbus transmitter)
h)
Display of inbuilt control algorithm (fieldbus transmitter) •
PID operation check for controllers. •
Transmitter power supply check for receiver instruments.
•
Response Time check
•
Protection against short circuit & reverse voltage.
•
Zero elevation /suppression test for level transmitter
•
Bump less transfer check for controllers from manual to auto mode and vice-versa.
•
PID operation check for controllers.
•
Accessories check including air filter regulators, mounting accessories etc.
•
Certificate from testing agency like BASSEFA, FM, PTB, CMIFR, etc. for instruments for use in specified hazardous area/ fisco approval for fieldbus transmitter.
•
BIS approval for instruments manufactured indigenously for use in specified hazardous area.
•
Statutory approval certificates for instruments from /PESO for use in specified hazardous area.
•
De ree of I rotection certificate for
STAGE/ ACTIVITY
Submission of certificates / Documents
a c:3 z
(--, 4 1
Pag
e 101 of 146
STANDARD SPECIFICATION NO.
6-81-2032 Rev. 3
E—■ c/) A
z
■—■ r;
Copyright EIL All rights reserved Format No. 8-00-0001-F7 Rev. 0
SCOPE OF INSPECTION
EIL/TPIA
z
SUPPLIER SUB
SUPPLIER
. .
R
o
L.) Packing list /
Supp lier ' s Records
Supplier's Test Records / Inspection Certificate
Final data folder /Completeness
certificate
QUANTUM OF CHECK
. . . .
. .
CHARACTERISTICS
instrument housing.
•
Interoperability test certificate for field bus transmitter
• Certificate for electromagnetic compatibility and transient protection as per IEC 61000-4 • Certified values of failure rates, probability of failure on demand (PFD) and test intervals for safety Inte:ri level (SIL) analysis.
•
Special cleaning and packing for oxygen and chlorine services
•
Review of Internal Test Reports, MTC
•
Device Description files
•
IC issuance.
Compilation of Inspection reports ,drawings, etc as per VDR / PR
STAGE/ ACTIVITY
Painting . _ -5 -g, ,:,.,
Documentation and IC
Documentation and IC
Final Document submission
■—A C.; z
c::, itr)
—
v-; c:› v:;
—.
v::; cNl \.c;
Pag
e 102 of 146
Ch Ch
a) c
• -, a.
a> -SZ•
a) 0
STANDARD SPECIFICATION NO.
6-81-2032 Rev. 3
Copyright EIL — All r ights reserved Format No. 8-00-0001-F7 Rev. 0
INSPECTION
a) ar>
c
C>
-SZ
Chcn o
> ch
"C=S C>
0
Z
bc1) E
z
-o o
0
a>
c
. — o
a> (> -..
a> a>
... ct,
c..cs a>
o
;.«, ci. a>
.... a> ;...
i
-,.... 4.,,I.
7,4 c,c
-cs o
..., el
.—
-o
-,:s ed )..,
d C
) cl.
vi ,... S
n.
C.)
E
c,c a.> ,.,a
>
. — ...o
o-. --
C> cz;
s... •■—■ cn
cn
CL> .,--.
C> • i:
« >
CL> -/—> C>
CL) Cb
bl)
Pag
e 103 of 146
MANGALORE REFINERY AND PETROCHEMICALS LIMITED
PROCEDURE FOR FINAL DOCUMENTATION
00-ES-100-001 1 23/12/2003 Page 1 of 8 Doc. No. Rev DATE PAGE
PROCEDURE
FOR
FINAL DOCUMENTATION
DOCUMENT No. 00-ES-100-001
1 23/12/2003 FOR EXECUTION
0 07/07/2003 ISSUED FOR COMMENTS
REV.�
DATE� DESCRIPTION� Prepared by�
Checked by�
Approved by�
�MANGALORE REFINERY & PETROCHEMICALS LTD. MANGALORE REFINERY & PETROCHEMICALS LTD.
P.O.KUTHETHOOR. VIA. KATIPALLA MANGALORE 575 030
Page 124 of 146
MANGALORE REFINERY AND PETROCHEMICALS LIMITED
PROCEDURE FOR FINAL DOCUMENTATION
00-ES-100-001 1 23/12/2003 Page 2 of 8 Doc. No. Rev DATE PAGE
1.
1.1 This guideline shows how to compile and submit the Final Documents to MRPL by any agency executing a specific job against a W.O. or a P.O. issued by MRPL or by any agency on behalf of MRPL
1.2 Final Document as per these guidelines shall be prepared in addition to the documents issued
during project execution, which is normally released in piece meal basis while the job is in progress.
1.3 This is a general guideline for all projects of MRPL, however any addition or deletion of the
clauses based on the specific project requirement shall be approved by PMC or the Engineer-in-charge of MRPL. An approved deviation note shall be furnished for this purpose.
2. COMPONENTS OF THE FINAL DOCUMENTS
2.1 BASIC DESIGN & EXTENDED BASIC DESIGN PACKAGES
Basic and extended design packages shall be compiled and the revision controll shall be maintained by the respective PMC or the similar agency of the project. At the completion of the project complete and updated sets of design packages with all latest revisions shall be handed over to MRPL.
2.2 MASTER DOCUMENTS & DRAWING INDEX
2.2.1 These shall be treated as a key document for reviewing completeness of
documentation at any point of time. It shall show details of documents/ drawing applicable for any equipment / system / service. Master Drawing/Document Index shall have following columns :-
Unit Job
No Doc
Folder No.
Sr. No.
Drw./Doc. No.
Rev. No of Sheet
Equip. Drawing Title
Remarks
Rev Date Prepared by
Checked by Approved by PMC/Consultant
Approved by MRPL
Page 125 of 146
MANGALORE REFINERY AND PETROCHEMICALS LIMITED
PROCEDURE FOR FINAL DOCUMENTATION
00-ES-100-001 1 23/12/2003 Page 3 of 8 Doc. No. Rev DATE PAGE
2.2.2 A detailed list of PO/Contract to be furnished to MRPL Engineering Documentation Centre to ensure that no critical equipment/ contract is left out with out submitting the documentation
2.3 SECTIONS OF THE FINAL VENDOR/ENGINEERING DOCUMENT FOLDER
2.3.1 Section A : Contents
Shall have following columns:-
Sr. No. Drawing No. Rev. No of Sheet Equipment Drawing Title
This content to be certified by the PMC/Consultant/Engineer-in-charge of MRPL for its completeness in all respects.
2.3.2 Section B : Technical Documents/Drawings
Followings are the various subsections
Sr no. Documents 1 Detailed technical P.O. with PR / Engineering Specification / Design
Basis / Design Calculation 2 Equipment list. 3 As-Built Specification sheet / data sheet 4 Performance Curve 5 General arrangement drawing 6 Cross Sectional drawing 7 Assembly drawing, Fabrication Drawing 8 Part Drawing 9 Flow Sheet (System Drawing, P&IDS, Utility Flow Dia., etc.) 10 Layout Drawing 11 Sequence Diagram 12 Foundation Information Document for Foundation Design 13 Line schedule 14 Piping general arrangement Drawing 15 Piping general arrangements drawing for support. 16 Line wise bill of materials and summary 17 Drawings /catalogues, for special items like spring/hangers/ expansion
bellows etc 18 Instrument schedule, specifications, data sheets 19 Instrument logic disgram, Installation diagram, cable schedule, loop
Page 126 of 146
MANGALORE REFINERY AND PETROCHEMICALS LIMITED
PROCEDURE FOR FINAL DOCUMENTATION
00-ES-100-001 1 23/12/2003 Page 4 of 8 Doc. No. Rev DATE PAGE
drawings 20 Wiring Drawings for Instrumentation and Electrical Systems 21 Confirmation Items for Motors 22 Utility and Chemical Consumption Data 23 Lubricants List 24 Details documents & drawings of Bought-out Component, Catalogues 25 Vendor's Engineering drawings for bought out items
26 Pipe Support drawings / Standards 27 Process and mechanical Design / Strength calculations 28 Piping material specification 29 Equipment specification 30 Any other items
2.3.3 Section C : Manual / Procedures
Sr no. Documents
1 Fabrication Procedure / Sequence2 Inspection and Test Procedures 3 Protection and Preservation Procedures4 Procedures for Erection and Commissioning5 Installation Manual 6 Operation Manual7 Maintenance Manual
2.3.4 Section D : Inspection and Test Records
2.3.5 Section E : Spare Parts and Tool List
2.3.6 Section F : As built drawings
In this section asbuilt drawings for all site fabricated items, engineering drawings like P&Ids, piping, civil, electrical instrumentation, plot plan, line schedules, pipe supports index/register, piping isometrics etc shall be compiled.
1. The file format shall be labeled as mentioned in section 3
2. All as built drawing/tracing shall be approved by authorised signatory of (with sign
& seal)
2.3.7 Section G : Digital Copy
Page 127 of 146
MANGALORE REFINERY AND PETROCHEMICALS LIMITED
PROCEDURE FOR FINAL DOCUMENTATION
00-ES-100-001 1 23/12/2003 Page 5 of 8 Doc. No. Rev DATE PAGE
1. Two sets of digital copy shall be submitted in branded CD-ROM with labels as per section 3.
2. All drawings shall be on the latest version of AutoCAD.
3. Manuals and others documents shall be on MS Word / Excel or on PDF format.
4. Test reports and the documents which are not prepared in Word or Excel shall be submitted on scanned images readable and printable in common window based imaging software like TIF or PDF format.
2.4 FIELD INSPECTION DOCUMENTATION
2.4.1 A detailed index to the content shall be available at the beginning of each file
2.4.2 Each inspection reports shall be indexed with the report number and number of pages
2.4.3 All Documents/Reports shall be approved in its totality by stamping & signing the Master Indexes as per section 2.2.1.
2.4.4 All reports shall be in original. Engineer–in-charge of MRPL must approve any
deviation on this.
2.4.5 Radiography films shall be indexed and included with the final documentation package.
2.4.6 All radiographic films shall be put in an aluminum box/container with lock and key.
2.4.7 As built drawings if any shall be compiled as per section 2.3.6 3. FILE FORMAT OF DOCUMENTATION FOLDER
3.1 Filing : As far as possible separate folder has to be prepared for each equipment / system / service, however if documentation for a particular equipment / system /service are required to be filed in more than one files due to the volume, identical folder no. suffixing numbers of files e.g. 1/5, 5/5 etc shall be mentioned. On the other hand if the volume of documentation is less one folder may be used for more than one equipment of the same group, e.g. two or more pumps may be filed in one file, but not pumps, compressors, exchanger etc in one single file
3.2 Drawing Filing : Each single drawing shall be put in separate transparent drawing pouch and shall not be punched.
Page 128 of 146
MANGALORE REFINERY AND PETROCHEMICALS LIMITED
PROCEDURE FOR FINAL DOCUMENTATION
00-ES-100-001 1 23/12/2003 Page 6 of 8 Doc. No. Rev DATE PAGE
3.3 File size : All documents and drawings shall be compiled in A4 size file(s) ( 28cm x 31cm),
with 2-rings. Width of the file can be, 6.0 cm or 7.5 cm or 9.0 cm. based on the volume of documents
3.4 Document size : The documents / drawings submitted in file shall be in its original size (A0/A1/A2/A3/A4), and to be folded in A4 size to accommodate in the A4 size drawing pouch as mentioned in 3.2., while all tracings shall be in their original size.
3.5 Tracings : All tracings shall be in original. These shall be submitted in tracing case. Each case to be numbered as identical with its files (copies of drawings/documents). e.g if file no. of piping drawing is. 20-E-001, it's tracing case also shall be numbered as 20-E-001 ( R )
3.6 Stamping/ labeling : Following information / format shall be incorporated in documents and files.
Title block for each document / drawing
Each document and drawing shall have a stamp as
FINAL AS-BUILT
File label : Each file shall display following information on its spine.
6cm or 7.5 cm or 9cm
Page 129 of 146
MANGALORE REFINERY AND PETROCHEMICALS LIMITED
PROCEDURE FOR FINAL DOCUMENTATION
00-ES-100-001 1 23/12/2003 Page 7 of 8 Doc. No. Rev DATE PAGE
FINAL DOCUMENTATION UNIT : FOLDER No.. : VOL No.. JOB No. : DESCRIPTION:
Equipment details
Vendors logo - Name
MRPL logo Mangalore Refinery
& Petrochemicals limited
Mangalore, India
4. SUBMISSION OF DOCUMENTS
4.1 All final documents duly compiled by this procedure alongwith deviation note as mentioned in section 1.3 shall be handed over to MRPL Engineering Documentation Centre through PMC / consultant / Engineer-in-charge of the project.
4.2 Completion Certificate from PMC/Consultant/Engineer-in charge, as per following format
shall be attached in all document folder
CERTIFICATE OF FINAL DOCUMENTATION
Unit Folder No. Description
31cm
Page 130 of 146
MANGALORE REFINERY AND PETROCHEMICALS LIMITED
PROCEDURE FOR FINAL DOCUMENTATION
00-ES-100-001 1 23/12/2003 Page 8 of 8 Doc. No. Rev DATE PAGE
This is to certify that the above mentioned document folder is duly checked by us and found complete in all respect as per final documentation procedure No. 00-ES-100-001 rev. 1 Signature & Stamp PMC/Consultant/Engineer-in charge
4.3 Piecemeal submission shall be avoided.
4.4 If any document /drawing is required to be submitted in later date after submission of final
folder, shall clearly appear in the content (section 2.3.1) with a note "LATER" duly approved by PMC / Consultant / Engineer-in charge
4.5 Number of sets of Final Documents
Sr.No. Document Group #
Copies# Tracings Digital
File1 Basic /Extended Design Packages 3 0 2
2 Vendor / Engineering Documentation / Drawings (As-Built Final) 3 1 2
3 Final Field Inspection Reports (Documents) 1 0 0
4 Final Field Inspection Reports (Drawings) 3 1 2
Page 131 of 146
ITEM No 1.01 - GROUP-A- 7 NOS Pressure Transmitters (HART type),SS 316 body with SS 316L Gold Plated element
Applicable Data Sheets A018-335-YP-DS-1211
S.NO TAG.NO QTY 1. 335-PT-15133A 1 2. 335-PT-15133B 1 3. 335-PT-15133C 1 4. 335-PT-15147A 1 5. 335-PT-15147B 1 6. 335-PT-15147C 1 7. 335-PTSP-0001 1
Page 132 of 146
0 MNSKGSKG
ENGINEERS INDIA LIMITEDNEW DELHI
UNIT :
CLIENT:
SPECIFICATION REV
A018-335-YP-DS-1211 0
Pressure Instruments
VENDOR :
ORDER NO. :
REV APPVDCHKDBYDATE
04/06/0015
PLANT :
335
Polypropelene Plant
MRPL
The
draw
ing,
des
ign
and
deta
ils g
iven
on
this
form
at a
re th
e pr
oper
ty o
f EN
GIN
EE
RS
IND
IA L
IMIT
ED
. The
y ar
e m
erel
y lo
aned
and
on
the
borr
ower
's e
xpre
ss a
gree
men
t tha
t the
y w
ill n
ot b
e re
prod
uced
, cop
ied,
exhi
bite
d or
use
d, e
xcep
t in
limite
d w
ay p
erm
itted
by
a w
ritte
n co
nsen
t giv
en b
y th
e le
nder
to th
e bo
rrow
er fo
r the
inde
nded
use
. E
IL-1
651-
Rev
. A
4-21
0x29
7
REQUISITION NO : LEGEND : ¤ Hold * By Vendor ^ Data Revised
Sheet 1 Of 2
Function
Type
Case
Mounting
Enclosure
Electric Area Class
Intrinsic Safety
Air Supply
Power Supply
Cable Entry
Accuracy
Output Type
Driving Voltage
Protocol
Auto Manual Switch
Set Point Adjustment
GE
NE
RA
LT
RA
NS
MIT
TE
RC
ON
TR
OL
LE
R
ME
ASU
RIN
G U
NIT
M
OD
EL
Manual Regulator
Output Type
Protocol
Chart
Chart Drive
Chart Speed
Service
Element Type
Body Material
Element Material
Body Rating
Process Connection
Connection Location
Diaphragm Seal
Type
Wetted Part Material
Other Material
Process Connection :
Size & Rating
Facing & Finish
Capillary Material
Armour Type
Armour Material
Capillary length
Flushing/Filling Conn.withplug
MFR & Model No.
Options : a) Air Filter Regulator b) Output Meter (Intrinsically safe) c) Manifold 2 Valve
d) Condensate Pots e) Adjustable Dampener f) Test Jack, Calibrating
g) Mounting Accessories
RE
CO
RD
ER
Overange Protection
Transmit
Electronic SMART
MFR STD
Yoke
WeatherProof to IP65
IEC Zone 2,Gr.IIC T3
Required
24V D.C. Two Wire
1/2" NPTF
Refer Note
Analog(4-20 mA)
24 V (On Two Wire)
HART
Gauge Pressure
Diaphragm
SS 316
SS 316 GOLD PLATED
Refer Note
1/2" NPTF
MFR STD
Not Required
Indicate
mm
Notes :
S.No. 10 Two number cable entries are required . One number cable entry shall be plugged with weatherproof plug.S.No. 11: Accuracy shall be as per 6-52-0032 Rev-3.S.No. 28: Overange Protection shall be as per 6-52-0032 Rev-3.
1) Maximum Pressure and Temperature indicated in data sheet are the Design Pressure and Temperature respectively.2) All tags covered under this data sheet shall meet Hydrogen service requirement as per SIV.
Options :
CCOE Approval
CE
RT
Required
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
17.
18.
19.
20.
21.
22.
23.
24.
25.
26.
27.
28.
29.
30.
31.
32.
33.
Page 133 of 146
0 MNSKGSKG
ENGINEERS INDIA LIMITEDNEW DELHI
UNIT :
CLIENT:
SPECIFICATION REV
A018-335-YP-DS-1211 0
Pressure Instruments
VENDOR :
ORDER NO. :
REV APPVDCHKDBYDATE
04/06/0015
PLANT :
335
Polypropelene Plant
MRPL
The
draw
ing,
des
ign
and
deta
ils g
iven
on
this
form
at a
re th
e pr
oper
ty o
f EN
GIN
EE
RS
IND
IA L
IMIT
ED
. The
y ar
e m
erel
y lo
aned
and
on
the
borr
ower
's e
xpre
ss a
gree
men
t tha
t the
y w
ill n
ot b
e re
prod
uced
, cop
ied,
exhi
bite
d or
use
d, e
xcep
t in
limite
d w
ay p
erm
itted
by
a w
ritte
n co
nsen
t giv
en b
y th
e le
nder
to th
e bo
rrow
er fo
r the
inde
nded
use
. E
IL-1
651-
Rev
. A
4-21
0x29
7
REQUISITION NO : LEGEND : ¤ Hold * By Vendor ^ Data Revised
Sheet 2 Of 2
Control Mode / Action
Rev. Temp. Max.
Pressure Options Range ServiceTag No
Span Set
0
0
0
0
0
0
0
335-PT-15133A
335-PT-15133B
335-PT-15133C
335-PT-15147A
335-PT-15147B
335-PT-15147C
335-PTSP-0001
*
*
*
*
*
*
*
0
0
0
0
kg/cm²(g)
kg/cm²(g)
kg/cm²(g)
kg/cm²(g)
kg/cm²(g)
kg/cm²(g)
kg/cm²(g)
kg/cm²(g)
kg/cm²(g)
kg/cm²(g)
kg/cm²(g)
kg/cm²(g)
kg/cm²(g)
kg/cm²(g)
0
0
0
0
0
0
0
30
30
30
30
30
30
30
19.98
19.98
19.98
19.98
19.98
19.98
kg/cm²(g)
kg/cm²(g)
kg/cm²(g)
kg/cm²(g)
kg/cm²(g)
kg/cm²(g)
kg/cm²(g)
150
150
150
150
150
150
°C
°C
°C
°C
°C
°C
°C
335-GB-150 AXSUCTION
335-GB-150 AXSUCTION
335-GB-150 AXSUCTION
335-GB-150 BXSUCTION
335-GB-150 BXSUCTION
335-GB-150 BXSUCTION
b,g
b,g
b,g
b,g
b,g
b,g
b,g
Max Oper
17.3
17.3
17.3
17.3
17.3
17.3
kg/cm²(g)
kg/cm²(g)
kg/cm²(g)
kg/cm²(g)
kg/cm²(g)
kg/cm²(g)
kg/cm²(g)
Page 134 of 146
ITEM No 1.02 - GROUP-B- 5 NOS Temperature Transmitters (HART Type ) (Qty 5 Nos)
Applicable Data Sheets
A018-335-YI-DS-4203
S.NO TAG.NO QTY 1. 335-TT-10303. 1 2. 335-TT-10305. 1 3. 335-TT-31408. 1 4. 335-TT-32408. 1 5. 335-TTSP-300 1
Page 135 of 146
0 MNSKGSKG
ENGINEERS INDIA LIMITEDNEW DELHI
UNIT :
CLIENT:
SPECIFICATION REV
A018-335-YI-DS-4203 0
Temperature Transmitters (M)
VENDOR :
ORDER NO. :
REV APPVDCHKDBYDATE
04/06/0015
PLANT :
335
Polypropelene Plant
MRPL
The
draw
ing,
des
ign
and
deta
ils g
iven
on
this
form
at a
re th
e pr
oper
ty o
f EN
GIN
EE
RS
IND
IA L
IMIT
ED
. The
y ar
e m
erel
y lo
aned
and
on
the
borr
ower
's e
xpre
ss a
gree
men
t tha
t the
y w
ill n
ot b
ere
prod
uced
, cop
ied,
exh
ibite
d or
use
d, e
xcep
t in
limite
d w
ay p
erm
itted
by
a w
ritte
n co
nsen
t giv
en b
y th
e le
nder
to th
e bo
rrow
er fo
r the
inde
nded
use
.
REQUISITION NO : LEGEND : ¤ Hold * By Vendor ^ Data Revised
Sheet 1 Of 2
RTD
Required
3/4" NPTF
IEC Zone 2 Gr.IIC T3
Weather Proof IP 65
Yoke, Remote
Analog (4-20 mA)
SS 316
Smart
24 V DC (Two wire )
Transmit & Indicate
4-20mA HART
Manufacturer Standard
As per IEC-60584-2
Function
Type
Mounting
Enclosure
Electrical Area Classficatio
Intrinsically Safe
Power Supply
Cable Entry
Case
Body Material
Accuracy Full Scale
Output Type, Output
Protocol
Sensor Element
Calibration
Scope of Supply
Options :
No of Elements
Sheath Material
Sheath OD
Nipple and Union Material
Size
Head Cover Type
Material
Cable Entry
No. of Entries
Terminals
Thermowell Material
Thermowell Construction
Process Connection
Inst. Connection
Gauge Material
a)Mounting Accessories for 2" NB Pipe b) IS Meter c) CCE Certification
Notes :
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
17.
18.
19.
20.
21.
22.
23.
24.
25.
26.
27.
28.
29.
30.
31.
32. Element Material
Page 136 of 146
0 MNSKGSKG
ENGINEERS INDIA LIMITEDNEW DELHI
UNIT :
CLIENT:
SPECIFICATION REV
A018-335-YI-DS-4203 0
Temperature Transmitters (M)
VENDOR :
ORDER NO. :
REV APPVDCHKDBYDATE
04/06/0015
PLANT :
335
Polypropelene Plant
MRPL
The
draw
ing,
des
ign
and
deta
ils g
iven
on
this
form
at a
re th
e pr
oper
ty o
f EN
GIN
EE
RS
IND
IA L
IMIT
ED
. The
y ar
e m
erel
y lo
aned
and
on
the
borr
ower
's e
xpre
ss a
gree
men
t tha
t the
y w
ill n
ot b
ere
prod
uced
, cop
ied,
exh
ibite
d or
use
d, e
xcep
t in
limite
d w
ay p
erm
itted
by
a w
ritte
n co
nsen
t giv
en b
y th
e le
nder
to th
e bo
rrow
er fo
r the
inde
nded
use
.
REQUISITION NO : LEGEND : ¤ Hold * By Vendor ^ Data Revised
Sheet 2 Of 2
Rev.
Rev.
Rev.
Rev.
Rev.
U
U
U
U
U
Well Dimension
Well Dimension
Well Dimension
Well Dimension
Well Dimension
Thermowell Flange
Thermowell Flange
Thermowell Flange
Thermowell Flange
Thermowell Flange
Rating
Rating
Rating
Rating
Rating
Model No.
Model No.
Model No.
Model No.
Model No.
Material
Material
Material
Material
Material
Range
Range
Range
Range
Range
Temperature
Temperature
Temperature
Temperature
Temperature
Options
Options
Options
Options
Options
Tag No
Tag No
Tag No
Tag No
Tag No
Facing/Finish
Facing/Finish
Facing/Finish
Facing/Finish
Facing/Finish
T
T
T
T
T
Oper.
Oper.
Oper.
Oper.
Oper.
Max
Max
Max
Max
Max
Service
Service
Service
Service
Service
Line/Equip No
Line/Equip No
Line/Equip No
Line/Equip No
Line/Equip No
Type
Type
Type
Type
Type
Thermowell Flange
Thermowell Flange
Thermowell Flange
Thermowell Flange
Thermowell Flange
0-400
0-400
0-100
0-100
0-400
mm
mm
mm
mm
mm
251
139
33
33
400
400
65
65
°C
°C
°C
°C
°C
a,b,c
a,b,c
a,b,c
a,b,c
a,b,c
*
*
*
*
*
335-TT-10303.
335-TT-10305.
335-TT-31408.
335-TT-32408.
335-TTSP-300
0
0
0
0
0
°C
°C
°C
°C
°C
Page 137 of 146
ITEM No 1.03 - GROUP-C- 3 NOS Pressure Transmitters (FF)-Low Range (Qty 3 Nos)
Applicable Data Sheets A018-335-YP-DS-1212 S.NO TAG.NO QTY
1. 335-PT-30121 1 2. 335-PT-30122 1 3. 335-PTSP-001 1
Page 138 of 146
0 MNSKGSKG
ENGINEERS INDIA LIMITEDNEW DELHI
UNIT :
CLIENT:
SPECIFICATION REV
A018-335-YP-DS-1212 0
Pressure Instruments
VENDOR :
ORDER NO. :
REV APPVDCHKDBYDATE
04/06/0015
PLANT :
335
Polypropelene Plant
MRPL
The
draw
ing,
des
ign
and
deta
ils g
iven
on
this
form
at a
re th
e pr
oper
ty o
f EN
GIN
EE
RS
IND
IA L
IMIT
ED
. The
y ar
e m
erel
y lo
aned
and
on
the
borr
ower
's e
xpre
ss a
gree
men
t tha
t the
y w
ill n
ot b
e re
prod
uced
, cop
ied,
exhi
bite
d or
use
d, e
xcep
t in
limite
d w
ay p
erm
itted
by
a w
ritte
n co
nsen
t giv
en b
y th
e le
nder
to th
e bo
rrow
er fo
r the
inde
nded
use
. E
IL-1
651-
Rev
. A
4-21
0x29
7
REQUISITION NO : LEGEND : ¤ Hold * By Vendor ^ Data Revised
Sheet 1 Of 2
Function
Type
Case
Mounting
Enclosure
Electric Area Class
Intrinsic Safety
Air Supply
Power Supply
Cable Entry
Accuracy
Output Type
Driving Voltage
Protocol
Auto Manual Switch
Set Point Adjustment
GE
NE
RA
LT
RA
NS
MIT
TE
RC
ON
TR
OL
LE
R
ME
ASU
RIN
G U
NIT
M
OD
EL
Manual Regulator
Output Type
Protocol
Chart
Chart Drive
Chart Speed
Service
Element Type
Body Material
Element Material
Body Rating
Process Connection
Connection Location
Diaphragm Seal
Type
Wetted Part Material
Other Material
Process Connection :
Size & Rating
Facing & Finish
Capillary Material
Armour Type
Armour Material
Capillary length
Flushing/Filling Conn.withplug
MFR & Model No.
Options : a) Air Filter Regulator b) Output Meter (Intrinsically safe) c) Manifold 2 Valve
d) Condensate Pots e) Adjustable Dampener f) Test Jack, Calibrating
g) Mounting Accessories
RE
CO
RD
ER
Overange Protection
Transmit
Field Bus
MFR STD
Yoke
WeatherProof to IP65
IEC Zone 2,Gr.IIC T3
Required
Bus Powered
1/2" NPTF
Refer Note
FF
Bus powered
FF
Gauge Pressure
Diaphragm
SS 316
Refer Note 2
Refer Note
1/2" NPTF
MFR STD
Not Required
Indicate
kg/cm²
m
Notes :
S.No. 7 : Fieldbus transmitter shall be FNICO (Fieldbus Non-Incendive Concept) certified. However, Exnl/FISCO/Entity type is also acceptable.S.No. 10 Two number cable entries are required . One number cable entry shall be plugged with weatherproof plug.S.No. 11: Accuracy shall be as per 6-52-0032 Rev-3.S.No. 28: Overange Protection shall be as per 6-52-0032 Rev-3.
1) Maximum Pressure and Temperature indicated in data sheet are the Design Pressure and Temperature respectively.2) Element material shall be SS 316/SS 316L/Hastelloy-C.
Options :
CCOE Approval
CE
RT
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
17.
18.
19.
20.
21.
22.
23.
24.
25.
26.
27.
28.
29.
30.
31.
32.
33.
Page 139 of 146
0 MNSKGSKG
ENGINEERS INDIA LIMITEDNEW DELHI
UNIT :
CLIENT:
SPECIFICATION REV
A018-335-YP-DS-1212 0
Pressure Instruments
VENDOR :
ORDER NO. :
REV APPVDCHKDBYDATE
04/06/0015
PLANT :
335
Polypropelene Plant
MRPL
The
draw
ing,
des
ign
and
deta
ils g
iven
on
this
form
at a
re th
e pr
oper
ty o
f EN
GIN
EE
RS
IND
IA L
IMIT
ED
. The
y ar
e m
erel
y lo
aned
and
on
the
borr
ower
's e
xpre
ss a
gree
men
t tha
t the
y w
ill n
ot b
e re
prod
uced
, cop
ied,
exhi
bite
d or
use
d, e
xcep
t in
limite
d w
ay p
erm
itted
by
a w
ritte
n co
nsen
t giv
en b
y th
e le
nder
to th
e bo
rrow
er fo
r the
inde
nded
use
. E
IL-1
651-
Rev
. A
4-21
0x29
7
REQUISITION NO : LEGEND : ¤ Hold * By Vendor ^ Data Revised
Sheet 2 Of 2
Control Mode / Action
Rev. Temp. Max.
Pressure Options Range ServiceTag No
Span Set
0
0
0
335-PT-30121
335-PT-30122
335-PTSP-001
*
*
*
0
0
kg/cm²(g)
kg/cm²(g)
kg/cm²(g)
kg/cm²(g)
kg/cm²(g)
kg/cm²(g)
0
0
0
.05
.05
.05
25
25
25
kg/cm²(g)
kg/cm²(g)
kg/cm²(g)
65
65
65
°C
°C
°C
1"-CT-335-30141-D2K
1"-CT-335-30141-D2K
b,g
b,g
b,g
Notes:
Notes:
Design temperature = 65 deg cel
Design temperature = 65 deg cel
Max Oper
.02
.02
.02
kg/cm²(g)
kg/cm²(g)
kg/cm²(g)
Page 140 of 146
ITEM No 1.04 - GROUP-D- 2 NOS Differential Pressure Instrument (FF ) (Qty 2 Nos)
Applicable Data Sheets A018-335-YI-DS-3205
S.NO TAG.NO QTY 1. 335-FT-10209. 1 2. 335-FTSP-0001 1
Page 141 of 146
0 MNSKGSKG
ENGINEERS INDIA LIMITEDNEW DELHI
UNIT :
CLIENT:
SPECIFICATION REV
A018-335-YI-DS-3205 0
Differential Pressure Instrument
VENDOR : ORDER NO :
REV APPVDCHKDBYDATE
04/06/0015
PLANT :
335
Polypropelene Plant
MRPL
REQUISITION NO :
The
draw
ing,
des
ign
and
deta
ils g
iven
on
this
form
at a
re th
e pr
oper
ty o
f EN
GIN
EE
RS
IND
IA L
IMIT
ED
. The
y ar
e m
erel
y lo
aned
and
on
the
borr
ower
's e
xpre
ss a
gree
men
t tha
t the
y w
ill n
ot b
e re
prod
uced
, cop
ied,
exhi
bite
d or
use
d, e
xcep
t in
limite
d w
ay p
erm
itted
by
a w
ritte
n co
nsen
t giv
en b
y th
e le
nder
to th
e bo
rrow
er fo
r the
inde
nded
use
. E
IL-1
651-
Rev
. A
4-21
0x29
7
LEGEND : ¤ Hold * By Vendor ^ Data Revised
Sheet 1 Of 2
Function
Type
Case
Mounting
Enclosure
Electric Area Class
Intrinsic Safety
Air Supply
Power Supply
Cable Entry
Accuracy
Output Type
Driving Voltage
Protocol
Auto Manual Switch
Set Point Adjustment
GE
NE
RA
LT
RA
NS
MIT
TE
RC
ON
TR
OL
LE
R
ME
ASU
RIN
G U
NIT
M
OD
EL
Manual Regulator
Output Type
Protocol
Chart
Chart Drive
Chart Speed
Service
Element Type
Body Material
Element Material
Body Rating
Instrument Connection
Connection Location
Diaphragm Seal
Type
Wetted Part Material
Other Material
Process Connection (LP):
Size & Rating
Facing & Finish
Capillary Material
Armour Type
Armour Material
Capillary length
Flushing/Filling Conn. with plug
MFR & Model No.
Options : a) Air Filter Regulator b) Integral Output Meter (Intrinsically safe) c) Manifold 5 Valve
d) Manifold 3 Valve e) Condensate Pots f) Adjustable Dampener
g) Integral Sq.Rt. Ext h) Test Jack, Calibrating i) Mounting Accessories for 2" NB pipe
RE
CO
RD
ER
Overange Protection
Transmit
Electronic SMART
MFR STD
Yoke
Weatherproof to IP65
IEC Zone2,Gr IIC,T3
Required
24V D.C. Two Wire
1/2" NPTF
Refer Note
Field Bus
Bus Powered
FF
Flow
Diaphragm
SS 316
Refer Note 2
1/2" NPTF
MFR STD
Not Required
Indicate
Notes :Sl No. 10 Two number cable entries are required . One number cable entry shall be plugged with weatherproof plug.Sl.No. 11: Accuracy of the Transmitter shall be as per 6-52-0032 Rev-3.Sl.No. 27: Over range protection for the Transmitter shall be as per 6-52-0032 Rev-3
1. Maximum Pressure and Temperature indicated in data sheet is the Design Pressure and Temperature respectively.2. Element material shall be SS 316/SS 316 L/Hastelloy-C
Process Connection (HP):
Size & Rating
Facing & Finish
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
17.
18.
19.
20.
21.
22.
23.
24.
25.
26.
27.
28.
29.
30.
31.
32.
j) CCOE Approval
Page 142 of 146
0 MNSKGSKG
ENGINEERS INDIA LIMITEDNEW DELHI
UNIT :
CLIENT:
SPECIFICATION REV
A018-335-YI-DS-3205 0
Differential Pressure Instrument
VENDOR : ORDER NO :
REV APPVDCHKDBYDATE
04/06/0015
PLANT :
335
Polypropelene Plant
MRPL
REQUISITION NO :
The
draw
ing,
des
ign
and
deta
ils g
iven
on
this
form
at a
re th
e pr
oper
ty o
f EN
GIN
EE
RS
IND
IA L
IMIT
ED
. The
y ar
e m
erel
y lo
aned
and
on
the
borr
ower
's e
xpre
ss a
gree
men
t tha
t the
y w
ill n
ot b
e re
prod
uced
, cop
ied,
exhi
bite
d or
use
d, e
xcep
t in
limite
d w
ay p
erm
itted
by
a w
ritte
n co
nsen
t giv
en b
y th
e le
nder
to th
e bo
rrow
er fo
r the
inde
nded
use
. E
IL-1
651-
Rev
. A
4-21
0x29
7
LEGEND : ¤ Hold * By Vendor ^ Data Revised
Sheet 2 Of 2
Control Mode / Action
Rev. Temp. Max.
Pressure Max.
OptionsDiff. Range ServiceTag No
Span Set
ScaleFactor
Zero Elev./Supp.
0
0
335-FT-10209.
335-FTSP-0001
*mm H2O(g)
mm H2O(g)
mm H2O(g)
mm H2O(g)
0
0
862.8
2500
7.6
kg/cm²(g)
kg/cm²
65
°C
°C
COOLINGWATERSUPPLY
b,g,i.j
b,g,i,j
Page 143 of 146
COMPLIANCE STATEMENT
A018-000-YF-CF- 1307
Page 1 of 2
Template No. 5-0000-0001-T2 Rev. 1 Copyrights EIL – All rights reserved
TECHNICAL COMPLIANCE STATEMENT
(TO BE SIGNED BY VENDOR'S PRINCIPAL CORPORATE LEVEL SIGNATORY ON COMPANY LETTERHEAD)
I, ON BEHALF OF M/s CONFIRM THAT THE PROPOSAL OF ----------------------------------------------------QUOTED BY M/s FOR PH-III project of MRPL PPU (Unit no.335).
AGAINST MATERIAL REQUISITION No. A307-000-YF-MR- 1307, Rev A (FIELD
INSTRUMENT ) IS IN TOTAL COMPLIANCE TO THE SCOPE AS WELL AS ALL THE
TECHNICAL SPECIFICATION AND NO DEVIATION, VARIATION OR RESERVATION
WHATSOEVER HAS BEEN MENTIONED IN THE TECHNICAL OFFER. IT IS FURTHER
AGREED THAT THE TECHNICAL DETAILS FURNISHED IN OUR OFFER WILL BE
REVIEWED BY EIL/BPCL-KR DURING DETAILED ENGINEERING STAGE AFTER
ORDER AND ANY CHANGE REQUIRED TO MEET THE REQUIREMENTS OF ENQUIRY
SPECIFICATION INCLUDING AMENDMENT(S) (IF ANY) WILL BE INCORPORATED BY
US WITHOUT ANY PRICE AND TIME IMPLICATION.
(BIDDER’S SIGNATURE AND STAMP)
Page 144 of 146
COMPLIANCE STATEMENT
A018-000-YF-CF- 1307
Page 2 of 2
Template No. 5-0000-0001-T2 Rev. 1 Copyrights EIL – All rights reserved
Sr. No.
COMPLIANCE STATEMENT/QUERY BIDDER’S CONFIRMATION/ ANSWER
Please note that it is mandatory to furnish replies to the technical queries listed below, without which your offer will be considered incomplete.
1. This Technical Questionnaire with categorical confirmation against each of the clauses, deviation (if any), against the applicable specifications and codes shall be duly consolidated at one place (as per the attached deviations list format) by the bidder. In case no deviations are furnished, it will be presumed that all requirements are fully met and complied with, by the bidder.
Any deviations/ deletions/ corrections made by the bidder elsewhere will not be taken cognizance of and all such deviations shall deem to have been withdrawn by the bidder.
2. Confirmed that compliance to “Special Instruction to vendor”, various technical specifications, drawing and document with Technical Questionnaire” have been submitted with the offer.
3. Confirmed that inspection charges have been included in the base price of each group.
4. Confirmed that Two Years Operational Spares have been quoted as per SIV
BIDDER’S SIGNATURE & STAMP
Page 145 of 146