You are on page 1of 138

EPC for DCU Block of CPCL

ENQUIRY DOCUMENT

(Document No : A133-000-YC-MR-2341-1082-RFQ)

Page 1 of 138
Click on the Document Title to go to that section of the document

Table of Contents
Document Number Rev. Document Title Page
Number
A133-000-YC-MR- 0 ENQUIRY DOCUMENT 3
2341-1082-RFQ
A133-000-YC-MR- A Self Actuated Pressure Co ntrol Valves 70
2341
A133-000-16-51- A VENDOR DATA REQUIREMENTS 74
VDR-2341
A133-000-YC-TQS- A TECHNICAL QUESTIONAIRE 76
2341
A133-000-16-51-SIV- A SPECIAL INSTRUCTION TO VENDOR 77
2341
A133-000-16-51-CF- A COMPLIANCE FORMAT 81
2341
A133-000-16-51-MD- A MISCELLANEOUS 83
2341
A133-000-16-51-ID- A DATASHEET INDEX 84
2341
44NC-4600- 0 Standard Spec. for Control Valves, Shutdown Valves & Self Acting 87
0000/J.SS/0108/A4 Regulators
6-44-0052 6 Technical notes for valves. 96
APPENDIX-A 0 Indicative Inspection and Test Plan 116
6-78-0001 0 Specification for Quality Mgt. System Requirements from Bidders 118
6-78-0003 0 Specification for Documentation Requirement from Suppliers 127

Page 2 of 138
Regd. Office: Engineers India Bhawan, 1-Bhikaiji Cama Place, New Delhi-110066, India
Phone No. : 00 91 11 26762121 ; Fax No. : 00 91 11 26191714, 26167664
REQUEST FOR QUOTATION (RFQ)-(INDIGENOUS / FOREIGN / GLOBAL)
(e-Tendering)
Date: 23-July-2015
M/s Client Chennai Petrochemical Corporation Limited
The Suppliers to whom this RFQ Project Coker Block of RESID Upgradation Project at Manali
is issued are only required to Refinery, Chennai
quote. RFQ No. RC/A133-000-YC-MR-2341/1082
Item SELF ACTUATED PRESSURE CONTROL VALVES
Category II
Due Date 03-August-2015[Up to 1200 Hrs. (IST)]
UNPRICED BID OPENING: At 1400 Hrs.(IST) on final bid due date
(In case the bid due date happens to fall on Holiday, the next working day
shall be deemed to be due date)
PRE-BID MEETING Not applicable
PRICED BID OPENING : DATE & TIME SHALL BE INTIMATED LATER
Gentlemen,

1. Chennai Petroleum Corporation Limited (CPCL), a subsidiary of Indian Oil Corporation Limited has
existing Refinery Facilities at Manali, Chennai, Tamil Nadu (India). The present capacity of CPCL at
Manali Refinery is 9.5 MMTPA. CPCL is currently implementing a Revamp of existing units to increase the
crude processing capacity by 1 MMTPA to take the overall complex capacity to 10.5 MMTPA unit.
Chennai Petroleum Corporation Limited (CPCL) has awarded the work of Resid Upgradation Project-
Coker Block to Engineers India Limited (EIL) and EIL is the CONTRACTOR for this Project.
2. Bids are requested for the captioned item in complete accordance with enquiry documents and its
attachments.

3. The complete RFQ can be downloaded from the EIL website (http://tenders.eil.co.in)

4. Bidders are requested to submit e-bids electronically on the CPP Portal (URL:
http://eprocure.gov.in/eprocure/app) only in accordance with the instructions and terms & conditions
enclosed with this RFQ Covering letter.

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

6. Bids should be submitted separately in two parts as follows:

Part-I : The techno-commercial Part consisting of following:

RFQ_A133_2341_1082 Page 1 of 4
Page 3 of 138
i) Offer Covering letter (in bidder‟s letter head)

ii) Techno-commercial compliance to the RFQ terms & Conditions.

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, duly signed and
stamped with the Banker‟s certification alongwith cancelled cheque.

v) Unpriced copy of Price Schedule (Excel file) (available in the RAR format which is
uploaded on EIL website (http://tenders.eil.co.in) (Indicating „Q‟ in place of price and
„NQ‟ for 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 required as per Sr. No 06.00 of MR.

ix) Latest Complete Audited Balance Sheet.

x) Fresh Bank Solvency Certificate, date of issue of this certificate should not be earlier
than 1 year from the date of Opening of Techno-commercial part.

xi) Integrity Pact (Clause # 22 of Special Commercial Notes to RFQ)

xii) Concurrent Commitment, in the format enclosed with RFQ

xiii) Technical Compliance/ datasheets/ documents, required as per Material Requisition.

Part-II : PRICED BID

Containing only prices filled in the prescribed price schedule excel format and other formats 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) Per-diem charges for Supervision of Erection, Testing, Pre-commissioning and
Commissioning.
iv) Prices for unit rates required as per Sr. No 06.00 of MR.

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.).

RFQ_A133_2341_1082 Page 2 of 4
Page 4 of 138
b) In the event of failure in bidder‟s connectivity with EIL/CPPP website during the last few hours on
account of problem on bidders account, they are likely to miss the deadline for bid submission.
Due date extension request due to this reason will not be entertained. In view of the same,
bidders are advised to upload their bid in advance.

c) Bidders to upload the Unpriced and Priced part of their bids strictly in the Unpriced & Priced
folders respectively in the CPPP portal. Non Compliance to the same may lead to rejection of
their offer.

7. Offers received through Fax / Telex / Telegraphic / E-Mail / hard form (other than the documents
specifically required in hard form) shall not be considered.

8. 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.

The bidders who have submitted their bid will be able to view online the name & status of all the bidders at
their respective windows, after unpriced bid opening by EIL.

Similarly, all technically and commercially acceptable bidders will be advised of date and time of online
priced bid opening. Aforesaid Bidders, will be able to view online the price sheets of other techno-
commercially acceptable bidders at their respective windows, after priced bid opening by EIL.

9. Please furnish your response to our RFQ either through EIL‟s website http://tenders.eil.co.in or by
sending email/fax to EIL as per Proforma of Reply/ Acknowledgement Letter enclosed, by the pre-bid
meeting.

If not bidding, please return enquiry documents along with regret letter within the due date with reason(s)
of not participating in the RFQ.

The bidders should respond to this enquiry either by submitting their bids or by explaining the reason for
non-submission of the offer. In case there is no response either way continuously, the bidder shall
be liable for suitable action including review of their enlistment with EIL for that particular item.

10. Offer Validity: Offer shall be valid for 03 Months from the final / extended bid due date.

11. PAYMENT TERMS

For Indian Bidder:


For Supply (excluding Mandatory Spares): As per clause No. 1.1.1 (ii) of Instruction to Bidders.
For supply of Mandatory Spares: As per clause No. 1.1.2 of Instruction to Bidders.
For Supervision: As per clause No. 1.1.4 of Instruction to Bidders.
For Foreign Bidder:
For Supply (excluding Mandatory Spares): As per clause No. 1.2.1 (ii) of Instruction to Bidders.
For supply of Mandatory Spares: As per clause No. 1.2.2 of Instruction to Bidders.
For Supervision: As per clause No. 1.2.4 of Instruction to Bidders.
For other scope: As per Instruction to Bidders

12. Delivery/Completion Period :

Supply :
Indigenous Supplier:
Within 120 days on FOT Despatch Point basis from date of Purchase Order. The date of LR shall be
considered as the date of delivery.

RFQ_A133_2341_1082 Page 3 of 4
Page 5 of 138
Foreign Supplier:
Within 105 days on FOB international seaport of exit basis from date of Purchase Order. The Date of on
Board Bill of Lading shall be considered as date of Delivery.

13. Price Reduction Schedule: As per clause No. 12.1 & 12.4 of Instruction to Bidders.

14. Repeat Order is applicable for this RFQ.

15. Following clause stands added at the end of clause no. 8.7 of ITB:

“8.8 As a option to 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.
8.9 As a another option available to both Indian and foreign bidders, bidder can 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.

16. Networth Requirement


16.1 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 including all note and annexure.
In case, the bidder’s Net Worth is negative, their bid shall not be evaluated further. This criteria
will be applicable to all Suppliers including Indian Central Public Sector
Undertaking/Enterprises.

The Definition of Net Worth shall be as follows:

16.2 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) : _______________________
17. Contact Persons for this RFQ are:

Ms. Rekha Choudhary–AGM (C&P) ; Phone:011-26763457 ; E-mail: r.choudhary@eil.co.in


Ms. Anwesha Sahoo- Engineer (C&P) : Phone:011-26763388 ; E-mail: anwesha@eil.co.in

* Please specify Ref. No. (i.e. RFQ No.) in all correspondence

THIS IS NOT AN ORDER Very truly yours,

(REKHA CHOUDHARY)
Asst. General Manager (C&P)

RFQ_A133_2341_1082 Page 4 of 4
Page 6 of 138
Enclosures :
 Techno-Commercial Compliance To Bid Requirement
 Price Schedule (for Indian Bidders / Foreign Bidders, as applicable) – uploaded on EIL
website (http://tenders.eil.co.in) as RAR file.
Standard Commercial Documents Containing:

 Forms & Formats


 Reply/ Acknowledgement letter
 Format for Bidders‟ Pre-bid Queries
 Exceptions and Deviations (Commercial)
 Format for Present/ Concurrent Commitments
 Annexure – A1 : Particulars required for Tax Residency Certificate (TRC) & Form
10F
 Format For 2 Years Spares of normal operation & maintenance
 Special Commercial Notes to RFQ
 Instructions to Bidders
 Methodology and terms & conditions for Reverse Auction
 Instructions to Bidders for e-Tendering
 Terms & Conditions For Supervision Of Erection, Testing & Commissioning
 Terms & Condition for Annual Maintenance Contract (AMC)
 Terms & Condition for Site Work
 General Purchase Conditions (Respectively for Indian and Foreign Bidder)
 Integrity Pact
 Agreed Terms & Conditions (Respectively for Indian and Foreign Bidder)
 Material Requisition
MR No. A133-000-YC-MR-2341 Rev. A

RFQ_A133_2341_1082 Page 5 of 4
Page 7 of 138
Page 8 of 138
REPLY/ACKNOWLEDGEMENT LETTER
FAX Nos. : 00-91-11-26191714, 26167664
SELF ADDRESSED FAX
(PLEASE REFAX TO EIL WITHIN TEN DAYS OF RECEIPT OF RFQ)

Engineers India Limited


Engineers India Bhawan,
nd
EI Annexe, 2 Floor,
1-Bhikaiji Cama Place,
New Delhi – 110066

Attn. : Ms. Rekha Choudhary – Asst. General Manager (C&P)


RFQ No. : RC/A133-000-YC-MR-2341/1082
Item : SELF ACTUATED PRESSURE CONTROL VALVES
Bid Due Date : 03-August-2015 [Up to 1200 Hrs. (IST)]
Project : Coker Block of Resid Upgradation Project at Manali Refinery of M/s CPCL, Chennai

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 :
Bidder‟s Address :
Contact Person :
Bidder‟s Phone No. :
Bidder‟s Fax No. :
Bidder‟s E-mail No. :
Bidder‟s Ref. No. & Date :

Page 1 of 1
Page 9 of 138
PROFORMA OF LETTER OF AUTHORITY FOR ATTENDING PRE-BID CONFERENCE / BID
OPENINGS

No. Date:

To,
Engineers India Limited
Engineers India Bhawan, EIA-2
1, Bhikaiji Cama Place
New Delhi – 110 066
(India)
Attn . : Ms. Rekha Choudhary, Asst. General Manager (C&P)

Dear Sirs,

We……………………………………..hereby authorise following representatives (s) to attend the Pre-Bid


Meeting / Un-Priced Bid Opening / 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 1 of 1
Page 10 of 138
TECHNO-COMMERCIAL COMPLIANCE TO BID REQUIREMENT

RFQ No. : RC/A133-000-YC-MR-2341/1082


Item : SELF ACTUATED PRESSURE CONTROL VALVES
Project : Coker Block of Resid Upgradation Project at Manali Refinery of M/s CPCL, Chennai

1. We hereby agree to fully comply with, abide by and accept without variation, deviation or
reservation all technical, commercial and other conditions whatsoever of the RFQ
documents and Amendment/ Addendum to the RFQ Documents, if any, for subject work
issued by Engineers India Limited.

2. We hereby further confirm that any terms and conditions other than required, if
mentioned in our bid, shall not be recognised and shall be treated as null and void.

SIGNATURE OF BIDDER : _______________________

NAME OF BIDDER : _______________________

COMPANY SEAL : _______________________

Page 1 of 1
Page 11 of 138
Page 12 of 138
FOR BIDDERS’ QUERIES

RFQ No. : RC/A133-000-YC-MR-2341/1082


Item : SELF ACTUATED PRESSURE CONTROL VALVES
Project : Coker Block of Resid Upgradation Project at Manali Refinery of M/s CPCL, Chennai

SL. REFERENCE OF RFQ DOCUMENT BIDDER'S QUERY EIL'S REPLY


NO.
PART/ Page Clause Subject
VOL. No. No.

NOTE: The Pre-Bid Queries may be sent on fax numbers 0091-11-26187664 and also by e-mail to concern person of EIL.

SIGNATURE OF BIDDER : ___________________________

NAME OF BIDDER : ___________________________

Page 1 of 1
Page 13 of 138
Page 14 of 138
EXCEPTIONS AND DEVIATIONS

RFQ No. : RC/A133-000-YC-MR-2341/1082


Item : SELF ACTUATED PRESSURE CONTROL VALVES
Project : Coker Block of Resid Upgradation Project at Manali Refinery of M/s CPCL, Chennai

SL.NO REF. OF RFQ DOCUMENT SUBJECT DEVIATIONS


DOCUMENT
PAGE NO. CLAUSE NO.

NOTE: This shall be submitted separately for Commercial & Technical Sections.

SIGNATURE OF BIDDER : _______________________


NAME OF BIDDER : _______________________

COMPANY SEAL : _______________________

Page 1 of 1
Page 15 of 138
Page 16 of 138
PRESENT COMMITMENTS (CONCURRENT COMMITMENT) AS ON …………………………………..
(Due Date for submission of Bid)

RFQ No. : RC/A133-000-YC-MR-2341/1082


Item : SELF ACTUATED PRESSURE CONTROL VALVES
Project : Coker Block of Resid Upgradation Project at Manali Refinery of M/s CPCL, Chennai

FULL POSTAL DATE OF


SCHEDULE %AGE EXPECTED
ADDRESS OF COMMEN-
SR. DESCRIPTION VALUE OF DELIVERY/ COMP. DATE OF
CLIENT & NAME OF CEMENT OF REMARKS
NO. OF THE ITEM ORDERS COMPLETION AS ON SUPPLY
OFFICER-IN- SUPPLY/
PERIOD DATE /COMPLETION
CHARGE WORK

SIGNATURE OF BIDDER : _______________________

NAME OF BIDDER : _______________________

COMPANY SEAL : _______________________

Page 1 of 1

Page 17 of 138
Page 18 of 138
RFQ No. : RC/A133-000-YC-MR-2341/1082
Item : SELF ACTUATED PRESSURE CONTROL VALVES
Project : Coker Block of Resid Upgradation Project at Manali Refinery of M/s CPCL, Chennai
Name of Bidder: ______________________________________________
Offer No. : _______________________________________________

(Format For 2 Years Spares of normal operation & maintenance)


(APPLICABLE FOR INDIAN BIDDERS)
S.No Description Quantity Unit Price on Total Price % % Road
(No.) FOT on FOTescalation escalation Freight
dispatch dispatch for 3rd yearfor 4th (%)
point basis point basis year
(In INR) (In INR)
(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 1 of 1

Page 19 of 138
RFQ No. : RC/A133-000-YC-MR-2341/1082
Item : SELF ACTUATED PRESSURE CONTROL VALVES
Project : Coker Block of Resid Upgradation Project at Manali Refinery of M/s CPCL, Chennai
Name of Bidder: ______________________________________________
Offer No. : _______________________________________________

(Format For 2 Years Spares of normal operation & maintenance)


(APPLICABLE FOR FOREIGN BIDDERS)
S.No Description Quantity Unit Price Total Price % % Ocean
(No.) on FOB on FOB escalation escalation Freight
port of exit port of exit for 3rd yearfor 4th (%)
basis basis year
(______) (______)
(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 FOB port of
exit basis as per this format only. Supplier shall quote Ocean freight upto Port of Entry 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.
.

Page 1 of 1

Page 20 of 138
Special Commercial Notes to RFQ

1. Bids complete in all respects should be successfully Submitted online on or before the bid due date
and time specified above.
2. Technical specifications should be strictly as per the material requisition attached.
3. 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.
4. 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.
5. Bidders who are enlisted with EIL are required to quote as per their capabilities registered with EIL.
6. EIL reserves the right to use in-house information for assessment of bidder’s capability for
consideration of bid.
7. EIL reserve the right to make any changes in the terms and conditions of purchase and to reject
any or all the bids.
8. The order, if placed will be issued by EIL.
9. Deleted
10. Purchaser reserves the right to allow purchase preference to Central Public Sector
Undertakings/enterprises, as admissible under prevailing policy of Government of India.
11. Preference to MSEs
a) 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 complete group shall be awarded on MSE bidder within the price range of L1 non-MSE
bidder’s evaluated price + 15% subject to their matching L1 bidder’s price.

b) 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.
c) 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

Page 1 of 4
Page 21 of 138
Special Commercial Notes to RFQ
copies of orders/ FOAs placed by them on their sub-suppliers/ sub-contractors who are
MSEs, to EIL Project Manager/ RCM, as applicable.
12. 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.
13. 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.
14. 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.
15. 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 a
right of getting the document cross verified from the document issuing authority.

16. SPECIAL INSTRUCTIONS TO FOREIGN BIDDERS


a) The bidder must ascertain and confirm along with supporting documents in the bid, if any
Customs Duty exemption / waiver is applicable to the products being supplied by him under
any multi-lateral / bi-lateral trade agreement between India and bidder's country.
b) The bidder shall be liable to provide all documentation to ensure availment of the exemption /
waiver. In case' the bidder defaults on this due to any reason, whatsoever, he shall be liable to
bear the incremental Customs Duty applicable, if any.
c) Any Customs Duty applicability on account of any change in the bi-lateral / multi-lateral
agreement shall be to bidder's account.
d) Documentation to be furnished for availing the exemption / waiver of Customs Duty shall be
specifically listed in the Letter of Credit also as the pre-requisite for release of payment against
shipping documents and this documentation shall necessarily form a part of shipping
documents
e) COMPLIANCE TO REQUIREMENT OF PAN NO. , TAX RESIDENCY CERTIFICATE AND
FORM NO.10F

Page 2 of 4
Page 22 of 138
Special Commercial Notes to RFQ
It is mandatory for the foreign supplier/contractor/consultant to furnish the following information
in case his receipts are subject to tax deduction at source in India:
i) PAN No.
As per the Indian Income Tax requirements failing which the
Supplier/Contractor/Consultant shall be responsible for any additional tax deduction at
source as per the provisions of the Indian Income Tax Act/Rules and the same shall be
deducted from the payment made to supplier/contractor/consultant.
ii) Tax Residency Certificate (TRC)
TRC containing prescribed particulars as per the enclosed Annexure-A1 from the
Government of foreign country in order to claim the benefits of DTAA as per the Indian
Income Tax requirements failing which the relief under DTAA will not be available and
consequently the higher rate of withholding tax @25% will be applicable and deducted
from the payment made to supplier/contractor/consultant (i.e., non-resident taxpayer).
The TRC shall be duly verified by the Government of the country of which the assessee
claims to be a resident for the purposes of tax.
iii) Form 10F
In additional to TRC, bidder in order to claim the benefits of DTAA shall also submit
additional information in form no. 10F (enclosed as Annexure-A1). Form 10F has to be
signed & verified by the assessee himself.
If some information is already contained in TRC, the bidder shall not be required to
provide that information in Form no. 10F but even then Form no. 10F is required to be
provided by the bidder.
However, the bidder may write Not Applicable in the relevant column in case that
information is already contained in TRC.

The above shall be furnished before release of any payment or within one month of the
release of Order, whichever is earlier.
Failing submission of the above information, any additional tax liability on purchaser, will be
deducted from the payment due to the supplier.
17. 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

18. 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.

19. 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

Page 3 of 4
Page 23 of 138
Special Commercial Notes to RFQ
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.
20. PRE BID MEETING
Not applicable.
21. REVERSE AUCTION
Not applicable.
22. INTEGRITY PACT
Not Applicable

23. 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.

Page 4 of 4
Page 24 of 138
Document No.
INSTRUCTION TO BIDDERS (ITB) A133-01- ITB Rev. 0
CPCL – LSTK Page 1

1 PAYMENT TERMS

1.1 FOR INDIGENOUS BIDDERS:


1.1.1 Supply:
(i) Where the MR is for supply of materials and there is no Vendor Data requirement (VDR)
specified in the MR:
- 90% against despatch documents directly to EIL on pro-rata basis together with full taxes, duties
and transportation charges and on submission of Performance Bank Guarantee valid for the 3
(Three) Months beyond guarantee period.
- 10% on receipt and acceptance of last consignment of materials at site and on submission of
E1/E2 Form (wherever applicable).
(ii) Where the MR is for supply of materials and calls for Vendor Data requirement: (Without
site work):
- 5% against approval of drawings, wherever required (identified in Purchase Requisition) at least
in Code-2 and manufacturing Schedule.
- 80% (85% in cases where drawing approval is not required) against despatch documents
directly to EIL on prorate basis together with full taxes, duties and transportation charges and on
submission of Performance Bank Guarantee valid for the 3 (Three) Months beyond guarantee
period.
- 5% on receipt of Final/As built Drawings/Documents/Data/Manual in requisite number of
copies/sets/CDs as per VDR specified in Purchase Requisition.
- 10% on receipt and acceptance of goods/ materials at Site and on submission of E1/E2 Form
(wherever applicable).
(iii) Where the MR is for supply of materials and calls for Vendor Data requirement: (With site
work)
- 5% against approval of drawings, wherever required (identified in Purchase Requisition) at least
in Code-2 and manufacturing Schedule.
- 80% against dispatch documents directly to EIL on prorate basis together with full taxes, duties
and transportation charges and on submission of Performance Bank Guarantee valid for the 3
(Three) Months beyond guarantee period.
- 5% on receipt of Final/As built Drawings/Documents/Data/Manual in requisite number of
copies/sets/CDs as per VDR specified in Purchase Requisition.
- 10%. on successful completion of Site Work and on submission of E1/E2 Form (wherever
applicable).
Note: In case site is not available upto 6 (Six) months after receipt of all supplies at site, the last
10% payment shall be released against submission of additional Bank Guarantee of equivalent
amount valid for 1 (One) year or such extended period as may required.
(iv) Where the MR is for Packages (with significant Bought out item) and calls for Vendor Data
requirement: (Without site work)
- 5% on approval of drawings, wherever required (identified in Purchase Requisition), in at least
Code-2 and manufacturing schedule.
- 10% against placement of sub-order for specified major raw material (to be identified by PEM
and PM before issue of enquiry) against submission of equivalent Bank Guarantee.
- 70% against dispatch documents directly to EIL on prorate basis together with full taxes, duties
T&C FOR ED COMMITTEE APPL- LSTK-A133

Template No. 5-0000-0001-T2 Rev. 1 Copyrights EIL- All rights reserved

Page 25 of 138
Document No.
INSTRUCTION TO BIDDERS (ITB) A133-01- ITB Rev. 0
CPCL – LSTK Page 2

and transportation charges and on submission of Performance Bank Guarantee valid for the 3
(Three) Months beyond guarantee period.
- 5% on receipt of Final/As built Drawings/Documents/Data/Manual in requisite number of
copies/sets/CDs as per VDR specified in Purchase Requisition.
- 10% on receipt and acceptance of goods/ materials at Site and on submission of E1/E2 Form
(wherever applicable).
(v) Where the MR is for Packages (with significant Bought out item) and calls for Vendor
Data requirement: (With site work)
5% on approval of drawings, wherever required (identified in Purchase Requisition), in at least
Code-2 and manufacturing schedule.
- 10% against placement of sub-order for specified major raw material (to be identified by PEM
and PM before issue of enquiry) against submission of equivalent Bank Guarantee.
- 70% against dispatch documents directly to EIL on prorate basis together with full taxes, duties
and transportation charges and on submission of Performance Bank Guarantee valid for the 3
(Three) Months beyond guarantee period and on submission of Performance Bank Guarantee
valid for the 3 (Three) Months beyond guarantee period.
- 5% on receipt of Final/As built Drawings/Documents/Data/Manual in requisite number of
copies/sets/CDs as per VDR specified in Purchase Requisition.
- 10% on successful completion of Site Work and on submission of E1/E2 Form (wherever
applicable).
Note: In case site is not available up to 6 (Six) months after receipt of all supplies at site, the last
10% payment shall be released against submission of additional Bank Guarantee of equivalent
amount valid for 1 (One) year or such extended period as may required.
(vi) For Pumps, Compressors, Heat Exchangers, Columns and Vessels: (Without site work)
- 5% on approval of drawings, wherever required (identified in Purchase Requisition), in at least
Code-2 and manufacturing schedule.
- 15% against receipt and identification of specified major raw materials and against submission of
equivalent BG.
- 65% against dispatch documents directly to EIL on prorate basis together with full taxes, duties
and transportation charges and on submission of Performance Bank Guarantee valid for 3
months beyond guarantee period
- 5% on receipt of Final/As built Drawings/Documents/Data/Manual in requisite number of
copies/sets/CDs as per VDR specified in Purchase Requisition.
- 10% on receipt and acceptance of goods/ materials at Site on submission of E1/E2 Form
(wherever applicable).
Major Raw Material for payment against receipt & identification of raw materials:
Columns and Vessels : Plates and Forgings
Heat Exchangers : Plates, Forgings and Tubes
Pumps : Castings
Compressors : Castings / Forgings
(vii) For Pumps, Compressors, Heat Exchangers, Columns and Vessels: (With site work)
- 5% on approval of drawings, wherever required (identified in Purchase Requisition), in at least
Code-2 and manufacturing schedule.

T&C FOR ED COMMITTEE APPL- LSTK-A133

Template No. 5-0000-0001-T2 Rev. 1 Copyrights EIL- All rights reserved

Page 26 of 138
Document No.
INSTRUCTION TO BIDDERS (ITB) A133-01- ITB Rev. 0
CPCL – LSTK Page 3

- 15% against receipt and identification of specified major raw materials and against submission of
equivalent BG..
- 65% against dispatch documents directly to EIL on prorate basis together with full taxes, duties
and transportation charges and on submission of Performance Bank Guarantee valid for 3
months beyond guarantee period
- 5% on receipt of Final/As built Drawings/Documents/Data/Manual in requisite number of
copies/sets/CDs as per VDR specified in Purchase Requisition.
- 10% on successful completion of Site Work on submission of E1/E2 Form (wherever applicable).
Note: In case site is not available upto 6 (Six) months after receipt of all supplies at site, the last
10% payment shall be released against submission of additional Bank Guarantee of equivalent
amount valid for 1 (One) year or such extended period as may required.
Major Raw Material for payment against receipt & identification of raw materials:
Columns and Vessels : Plates and Forgings
Heat Exchangers : Plates, Forgings and Tubes
Pumps : Castings
Compressors : Castings / Forgings

(viii) For all Site Fabricated Columns:


- 5% on approval of drawings, manufacturing schedule & QAP by TPIA.
- 15% after receipt of identified raw materials at fabrication yard and against certification by TPIA
against Hypothecation Bond.
- 50% on completion of fabrication in all respect, Third party inspection and making completed
column ready for hydro-testing.
- 10% after hydro-testing of completed column and against submission of Performance Bank
Guarantee for 10% of total order value valid for the guarantee period plus 3 (Three) Months
claim period.
- 20% after receipt of tax invoice along with taxes & duties and after submission of final technical
documentation and drawings as per Purchase Requisition and on transportation of completed
column from fabrication yard/ assembly yard to erection site, delivery of column up to equipment
foundation and handing over to Engineer-in-charge at site.
Terms of Delivery shall be delivery of column up to equipment foundation and handing over to
Engineer-in-charge at site.
1.1.2 For supply of Mandatory Spares:
- 90% on dispatch of spares against direct delivery of dispatch documents to PURCHASER.
- 10% on receipt and acceptance of materials at site and on submission of EI/E2 FORM (wherever
applicable).
1.1.3 Site Work:
- 90% against monthly progressive bills (based on agreed billing schedule) duly certified by
Engineer-in-charge.
- 10% on successful completion of site work and handing over of goods/equipment at site.
1.1.4 Supervision of Erection, Testing & Commissioning
- 100% prorate against monthly bills to be submitted by seller duly certified by Engineer-in-
Charge.

T&C FOR ED COMMITTEE APPL- LSTK-A133

Template No. 5-0000-0001-T2 Rev. 1 Copyrights EIL- All rights reserved

Page 27 of 138
Document No.
INSTRUCTION TO BIDDERS (ITB) A133-01- ITB Rev. 0
CPCL – LSTK Page 4

1.1.5 Training
- 100 % on successful completion of Training duly certified by PURCHASER, as per Purchase
Requisition.
1.1.6 Annual Maintenance Contract (AMC):
- 100% payment shall be paid at the end of each half year of the contractual year against quarterly
progressive bills to be submitted by seller duly certified by Site-in-Charge.
1.2 FOR FOREIGN BIDDERS
1.2.1 Supply:
(i) Where the MR is for supply of materials and there is no Vendor Data requirement (VDR)
specified in the MR (Without Site Work):
- 100% against shipping documents through irrevocable Letter of Credit
(ii) Where the MR is for supply of materials and calls for Vendor Data requirement: (Without
site work)
- 5% against approval of Drawings, wherever required (identified in Purchase Requisition) in at
least in Code-2 & manufacturing schedule through Wire Transfer.
- 90% (95% in cases where drawing approval is not required) against shipping documents through
irrevocable Letter of Credit.
- 5% on receipt of Final/ As built Drawings/Documents/Data/Manual in requisite number of
copies/sets/CDs as per VDR specified in Purchase Requisition through wire transfer.
(iii) Where the MR is for supply of materials and calls for Vendor Data requirement: (With site
work)
- 5% against approval of Drawings, wherever required (identified in Purchase Requisition) at least
in Code-2 & manufacturing schedule through Wire Transfer.
- 80% against shipping documents through irrevocable Letter of Credit .
- 5% on receipt of Final/ As built Drawings/Documents/Data/Manual in requisite number of
copies/sets/CDs as per VDR specified in Purchase Requisition through wire transfer.
- 10% on successful completion of Site Work through wire transfer.
Note: In case site is not available upto 6 (Six) months after receipt of all supplies at site, the last
10% payment shall be released against submission of additional Bank Guarantee of equivalent
amount valid for 1 (One) year or such extended period as may required.
(iv) Where the MR is for Packages (with significant Boughtout item) and calls for Vendor Data
Requirement: (Without site work)
- 5% against approval of Drawings, wherever required (identified in Purchase Requisition) in at
least in Code-2 & manufacturing schedule through Wire Transfer.
- 10% against placement of sub orders for specified major raw materials, against submission of
equivalent bank guarantee through wire transfer.
- 80% against shipping documents through irrevocable Letter of Credit.
- 5% on receipt of Final/ As built Drawings/Documents/Data/Manual in requisite number of
copies/sets/CDs as per VDR specified in Purchase Requisition through wire transfer.
(v) Where the MR is for supply Packages (with significant Boughtout item) and calls for
Vendor Data Requirement: (With site work)
- 5% against approval of Drawings, wherever required (identified in Purchase Requisition) in at
T&C FOR ED COMMITTEE APPL- LSTK-A133

Template No. 5-0000-0001-T2 Rev. 1 Copyrights EIL- All rights reserved

Page 28 of 138
Document No.
INSTRUCTION TO BIDDERS (ITB) A133-01- ITB Rev. 0
CPCL – LSTK Page 5

least in Code-2 & manufacturing schedule through Wire Transfer.


- 10% against placement of sub orders for specified major raw materials, against submission of
equivalent bank guarantee through wire transfer.
- 70% against shipping documents through irrevocable Letter of Credit.
- 5% on receipt of Final/ As built Drawings/Documents/Data/Manual in requisite number of
copies/sets/CDs as per VDR specified in Purchase Requisition through wire transfer.
- 10% on successful completion of Site Work through wire transfer.
Note: In case site is not available upto 6 (Six) months after receipt of all supplies at site, the last
10% payment shall be released against submission of additional Bank Guarantee of equivalent
amount valid for 1 (One) year or such extended period as may required.
(vi) For Pumps, Compressors, Heat Exchangers, Columns and Vessels: (Without site work)
- 5% against approval of Drawings, wherever required (identified in Purchase Requisition) in at
least in Code-2 & manufacturing schedule through Wire Transfer.
- 15% against receipt and identification of specified major raw materials against submission of
equivalent BG through wire transfer.
- 75% (80% in cases where drawing approval is not required) against shipping documents through
irrevocable Letter of Credit.
- 5% on receipt of Final/ As built Drawings/Documents/Data/Manual in requisite number of
copies/sets/CDs as per VDR specified in Purchase Requisition through wire transfer.
Major Raw Material for payment against receipt & identification of raw materials:
Columns and Vessels : Plates and Forgings
Heat Exchangers : Plates, Forgings and Tubes
Pumps : Castings
Compressors : Castings / Forgings
(vii) For Pumps, Compressors, Heat Exchangers, Columns and Vessels: (With site work)
- 5% against approval of Drawings, wherever required (identified in Purchase Requisition) in at
least in Code-2 & manufacturing schedule through Wire Transfer.
- 15% against receipt and identification of specified major raw materials against submission of
equivalent BG through wire transfer.
- 65% (70% in cases where drawing approval is not required) against shipping documents through
irrevocable Letter of Credit.
- 5% on receipt of Final/ As built Drawings/Documents/Data/Manual in requisite number of
copies/sets/CDs as per VDR specified in Purchase Requisition through wire transfer.
- 10% on successful completion of Site Work through wire transfer.
Note: In case site is not available upto 6 (Six) months after receipt of all supplies at site, the last
10% payment shall be released against submission of additional Bank Guarantee of equivalent
amount valid for 1 (One) year or such extended period as may required.
Major Raw Material for payment against receipt & identification of raw materials:
Columns and Vessels : Plates and Forgings
Heat Exchangers : Plates, Forgings and Tubes
Pumps : Castings
Compressors : Castings / Forgings

T&C FOR ED COMMITTEE APPL- LSTK-A133

Template No. 5-0000-0001-T2 Rev. 1 Copyrights EIL- All rights reserved

Page 29 of 138
Document No.
INSTRUCTION TO BIDDERS (ITB) A133-01- ITB Rev. 0
CPCL – LSTK Page 6

1.2.2 For supply of Mandatory Spares:


- 100% against shipping documents through Bank through irrevocable Letter of Credit.
1.2.3 Site Work:
- 90% against monthly progressive bills (based on agreed billing schedule) duly certified by
Engineer-in-charge.
- 10% on successful completion and handing over of goods/equipment at site.
1.2.4 Supervision of Erection, Testing & Commissioning:
- 100% prorate against monthly bills to be submitted by seller duly certified by Engineer-in-
Charge.
1.2.5 Training:
- 100% through Wire Transfer on successful completion of Training duly certified by
PURCHASER, as per Purchase Requisition (PR).
1.2.6 Annual Maintenance Contract (AMC):
- 100% payment shall be paid at the end of each half year of the contractual year against quarterly
progressive bills to be submitted by seller duly certified by Site-in-Charge.

NOTES :
(i) Total Order value shall be as indicated in the Purchase Order.
(ii) All bidders are required to submit their acknowledgement of FOA and/or PO.
(iii) PRS, if applicable, shall be deducted from payment milestone subsequent to dispatch of
material. In case of clause no. 1.1.1 (viii), i.e., Fabricated column at site , PRS , if applicable,
shall be deducted from milestone payment of 20%.
(iv) All foreign vendors having service components in their purchase order are required to submit
PAN (Indian I. Tax) and to provide TRC (Tax Residency Certificate) from the Govt. of vendor’s
country in order to claim the benefit of DTAA, wherever applicable.
(v) In case of indigenous SUPPLIERs, wherever taxes/duties are separately indicated, the order
value shall be exclusive of taxes/duties. 100% payment of taxes/duties shall be paid alongwith
the payment released against dispatch documents on receipt of Cenvatable (Duplicate Copy of
Excise Invoice)/vattable documents (wherever applicable).
Payment to indigenous SUPPLIERs shall be released through Electronic Clearing System (ECS).
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.
(vi) Status of bills after submission can be viewed on our website http://www.engineersindia.com.
(vii) Foreign bidders are required to submit contract cum Performance Bank Guarantee within 30
days of FOA/PO.
(viii) Irrevocable Letter of Credit for payment to Foreign SUPPLIERs shall be established in favour of
the supplier in a bank in his country, for an appropriate amount (in line with Payment Terms). L/C
shall be opened within 45 days of receipt of acknowledgement of FOA/PO along with PBG
(wherever applicable). In case confirmed L/C is insisted by supplier, L/C confirmation charges
shall be to supplier’s account.
(ix) Payment to foreign SUPPLIERs against Site Work and Supervision/Training shall be through
wire transfer.

T&C FOR ED COMMITTEE APPL- LSTK-A133

Template No. 5-0000-0001-T2 Rev. 1 Copyrights EIL- All rights reserved

Page 30 of 138
Document No.
INSTRUCTION TO BIDDERS (ITB) A133-01- ITB Rev. 0
CPCL – LSTK Page 7

(x) 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.
(xi) All bank charges of respective bankers shall be to respective account.
(xii) Seller shall submit Billing Schedule within three weeks after placement of FOA/PO (whichever is
issued earlier). For PURCHASER’s approval (wherever applicable).
(xiii) Sellers requiring multiple despatches will restrict the number of despatches to maximum three,
unless agreed otherwise by Project Manager.
(xiv) All progressive advances to foreign as well as Indian bidders (except the milestone payment
against drawing approval) shall be against equivalent bank guarantees. The progressive
advances shall be paid through wire transfer to foreign bidder.
(xv) Other than the payment terms given above, no other advance payments shall generally be
payable. However, if any Seller insists on advance payments, such advance payment (other
than the payment terms given in RFQ) shall be interest bearing @ SBI PLR + 2% per annum
(simple interest) on reducing balance, up to delivery period and shall be released only against
equivalent Bank Guarantee, which shall be valid up to contractual delivery date plus three
months. Interest shall be adjusted while releasing the payment against despatch documents.

2 TERMS OF DELIVERY

2.1 INDIGENIOUS ENQUIRIES:


Terms of delivery are FOT Project site on freight prepaid & door delivery basis. The date of
receipt of material at site shall be considered as the date of delivery.
2.2 FOREIGN ENQUIRIES:
Terms of delivery are FOB international sea port of exit basis. The Date of On Board Bill of
Lading shall be considered as date of Delivery.
2.3 GLOBAL ENQUIRIES:
2.3.1 For Indigenous Suppliers:
Terms of delivery are FOT Despatch point on freight to pay basis. The date of LR/GR shall be
considered as the date of delivery.
2.3.2 For Foreign Suppliers:
Terms of delivery are FOB international sea port of exit basis. The Date of On Board Bill of
Lading shall be considered as date of Delivery.

3 TRANSPORTATION

3.1 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.
3.2 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 (CHENNAI) shall be arranged through PURCHASER
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
T&C FOR ED COMMITTEE APPL- LSTK-A133

Template No. 5-0000-0001-T2 Rev. 1 Copyrights EIL- All rights reserved

Page 31 of 138
Document No.
INSTRUCTION TO BIDDERS (ITB) A133-01- ITB Rev. 0
CPCL – LSTK Page 8

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 PURCHASER will be to SUPPLIER’s account.The marine freight
quoted should be kept valid for a period one month lesser to delivery period. However, Vendor
shall furnish the shipping details viz. Net/ Gross weight, Volume of consignment, number of
packages with dimensions at least two month before the expiry of validity of Ocean Freight. In
the event of any delay by Vendor, the quoted Ocean Freight charges shall remain valid further
for one month from the date of furnishing the above details. EIL reserves the option to ask the
bidder to arrange shipment at the quoted freight rates.

4 CURRENCY OF QUOTE

4.1 FOREIGN SUPPLIERS


Foreign SUPPLIERs are required to submit prices only in USD. 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 and terms & conditions applicable to Indian portion shall be same
as applicable to Indian Bidders.
4.2 INDIGENOUS SUPPLIERS
Indigenous SUPPLIERs are required to submit price in Indian Rupees.

5 ANNUAL MAINTENANCE CONTRCT (AMC)

The prices shall be asked for AMC, if required as per Material Requisition.

6 SINGLE POINT RESPONSIBILITY OF THE SUPPLIER

In case of MRs containing supplies as well site work, a single order, covering the supply part 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.. In case a Foreign
supplier sources supplies/ services within India, the applicable terms & conditions shall be modified to
the extent as per Annexure-1 enclosed.

7 GUARANTEE PERIOD

GUARANTEE PERIOD:
For all items having CDD up to Dec 2014 :
18 Months from the date of successful Commissioning or 36 Months from the date of shipment,
whichever is earlier.
For all items having CDD beyond Dec 2014 :
18 Months from the date of successful Commissioning or 30 Months from the date of Shipment,
whichever is earlier.

8 PERFORMANCE BANK GUARANTEE (PBG)/(CPBG)

8.1 PBG shall be required @ 10% of total order value. However, PBG shall not be required for
T&C FOR ED COMMITTEE APPL- LSTK-A133

Template No. 5-0000-0001-T2 Rev. 1 Copyrights EIL- All rights reserved

Page 32 of 138
Document No.
INSTRUCTION TO BIDDERS (ITB) A133-01- ITB Rev. 0
CPCL – LSTK Page 9

orders upto Rs. Twenty Five (25) Lakhs (equivalent Foreign currency in case of Foreign
SUPPLIERs) in case of Pipes, Fittings, Flanges, Gaskets and Fasteners in Limited enquiries.
For all other cases, PBG shall not be required for Orders upto Rs. Five (5) lakh (equivalent
Foreign currency in case of Foreign SUPPLIERs).
8.2 PURCHASER shall get all bank guarantees verified for authenticity from the regional /
controlling / branch office of the issuing bank before the same are accepted.
8.3 In limited enquiries for purchasing, Indigenous suppliers shall be required to submit the PBG
while claiming the dispatch payment.
8.4 In all other cases, the PBG shall be required to be submitted within four weeks of issue of FOA.
8.5 Performance Bank Guarantees shall be valid till expiry of guarantee period plus 3 (Three)
Months claim period after which the PBG shall be released.
8.6 Bank Guarantee(s) shall be issued through Indian Nationalised Bank/ Indian Scheduled bank
(other than Co-operative Banks) / Indian branches of foreign banks registered with Reserve
Bank of India as a scheduled foreign bank. Bank Guarantee from Foreign banks will only be
accepted if same is counter signed by their Indian branch or by any scheduled Indian bank.
8.7 Bank Guarantee shall have a claim period of 3 (Three) Months after its expiry.

9 INDIAN TAXES/DUTIES

9.1 The prices shall be exclusive of all Indian taxes/duties applicable on finished goods/services
supplied directly to PURCHASER. The excluded taxes/duties shall be payable extra at actuals
against documentary evidence. Where Purchase Order includes supply and site work, Purchase
Order will be divided into supply and service portion separately , no VAT on work contracts is
envisaged, however VAT on work contract on site work portion if applicable shall be included in
the bidder’s quoted price & no statuary variation is payable on the same.
9.2 Entry Tax and Terminal taxes are presently not applicable. If applicable at a later date, same
shall be payable extra at actual on production of necessary Documentary evidence. Road permit
shall be issued to supplier by CPCL for material consigned to CPCL.
9.3 All payments on account of Excise Duty, Service Tax, TNVAT on finished goods shall be
released on receipt of CENVATABLE ( Duplicate Copy of Excise Invoice) /VATTABLE copy of
corresponding invoice and documents valid for availing CENVAT / VAT credit.
9.4 PURCHASER shall be able to avail 100% credit against TNVAT(i.e. VAT on sale of finished
goods). PURCHASER will not issue any concessional form for TNVAT.
TN VAT on sale of goods shall not be loaded for evaluation.
9.5 EIL shall issue concessional form-C for central sales tax.
CST against inter state sale shall be loaded during evaluation at the applicable rates.
9.6 Since Cenvat Credit shall be available against Excise Duty and Service Tax (excluding service
tax on freight) & the same shall not be considered for comparison purpose.
9.7 Indigenous SUPPLIER’s shall issue E1/E2 form on quarterly basis within 60 days after
completion of each quarter based on “C” form no. provided by PURCHASER. PURCHASER will
provide original “C” form in exchange of original E1/E2 form.
Statutory Variations are eligible only on Service Tax, cenvatable excise duty, and VAT amount
for which input tax credit is available to the OWNER under TNVAT Act subject to SUPPLIER
producing documentary evidence for the above . Statutory Variations are eligible on CST also.

T&C FOR ED COMMITTEE APPL- LSTK-A133

Template No. 5-0000-0001-T2 Rev. 1 Copyrights EIL- All rights reserved

Page 33 of 138
Document No.
INSTRUCTION TO BIDDERS (ITB) A133-01- ITB Rev. 0
CPCL – LSTK Page 10

Statutory variations on non-cenvatable excise duty and VAT amount for which input tax credit is
not available to the OWNER/PURCHASER under TN VAT Act shall be to SUPPLIER’s account.
9.8 All non-cenvatable /non-vattable taxes/duties shall be considered for evaluation.
9.9 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.
9.10 Labour cess, if applicable to supplier at project site shall be reimbursed at actuals upon
submission of documentary evidence for remittance to the statutory authorities.

10 CUSTOMS DUTY/EPCG LICENSE

10.1 OWNER is obtaining an EPCG license for this project. In view of this concessional rate of
Custom Duty shall be applicable to imports from foreign BIDDER’s for the goods directly
consigned to CPCL.
10.2 Indigenous BIDDER’s will be required to quote price considering only merit rate of duty, for their
built in import content, in their bid and evaluation shall be done accordingly. No
PAC/EC/INVALIDATION LETTER shall be issued to Indigenous BIDDER’s.

11 FIRM PRICES

11.1 The prices shall be firm and fixed and not subject to any variation, whatsoever. In case of Cables,
variation in prices shall be admissible as per IEEMA Price Variation Clause.
11.2 For 2 years O&M spares, prices shall be kept valid for a period of 2 years from the date of order
of main equipment along with annual % escalation ( to be indicated by the bidder) for subsequent
two years.

12 PRICE REDUCTION SCHEDULE

12.1 In case of MRs other than packages, Price Reduction Schedule 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.
12.2 For packages and critical items, 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 7.5% of
total order value.
12.3 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.
Note: it shall be endeavor to split the period, i.e., a separate period for supply and site work.
12.4 Price reduction shall be effected in the Invoice value before presenting for payment. The
Purchaser 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.

T&C FOR ED COMMITTEE APPL- LSTK-A133

Template No. 5-0000-0001-T2 Rev. 1 Copyrights EIL- All rights reserved

Page 34 of 138
Document No.
INSTRUCTION TO BIDDERS (ITB) A133-01- ITB Rev. 0
CPCL – LSTK Page 11

13 INSPECTION

All items shall be inspected by a Third Party Inspection agency as follows:


13.1 INDIGENOUS BIDDER’s: CEIL shall be appointed as Third Party Inspection for the indigenous
materials & accordingly the charges for the same shall be borne by EIL. The quoted price of
Bidder shall be exclusive of TPI charges.
13.2 FOREIGN BIDDERs: The quoted price shall be inclusive of TPI charges (out of M/s.Lloyds
Register (Country of origin), M/s.Bureau Veritas(BV) and M/s.TUV Nord)
Suppliers will be informed the following:
a) QAP will be approved by Third Party Inspection agency incorporating requirements of ITP, Technical
specifications and approved documents. Approval of QAP will not be carried out by EIL.
b) The Inspection release note issued by the Third party inspection agency shall clearly stipulate that
materials/equipment have been inspected as per Code-1 approved drawings, wherever applicable
and approved QAP.
c) Certification of final documents, wherever applicable, for release of final payment, shall be carried
out by Third Party Inspection Authority issuing the final inspection certificate.

14 GENERAL PURCHASE CONDITIONS

General Purchase Conditions including formats for advance bank guarantee and Performance Bank
Guarantee shall be as approved earlier by ED Committee for LSTK Projects with modification based on
these terms and conditions.

15 COMPREHENSIVE MARINE-CUM-ERECTION INSURANCE

Comprehensive Insurance (Transit/Marine cum storage, erection, till handing over of equipment) shall
be arranged by PURCHASER.

16 BASIS OF EVALUATION

16.1 WHERE ONLY INDIAN BIDS ARE UNDER COMPARISON


16.1.0 Bids shall be evaluated on the basis of landed cost at Site, including site work, if any, all duties,
taxes, transportation charges less Cenvatable Excise duty, Cenvatable Service tax, Cenvatable
Educational cess & Vattable TNVAT (100% of TNVAT).
16.1.1 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.
16.1.2 AMC charges shall be considered for evaluation wherever AMC is required.
16.1.3 Supervision and Training charges shall be considered for evaluation wherever supervision and
training are required.
16.1.4 Commercial loading shall be considered for evaluation of bids.
16.1.5 Technical loading, if any, shall be considered for evaluation of bids.
NOTE :
- Site Work, wherever applicable, shall be considered for evaluation.
- In case freight charges are not quoted, estimated freight shall be taken from EIL shipping dept.
T&C FOR ED COMMITTEE APPL- LSTK-A133

Template No. 5-0000-0001-T2 Rev. 1 Copyrights EIL- All rights reserved

Page 35 of 138
Document No.
INSTRUCTION TO BIDDERS (ITB) A133-01- ITB Rev. 0
CPCL – LSTK Page 12

and loading shall be done with the same. In case of ordering , bidder shall be asked to absorb
the freight first. In case bidder does not agree to absorb then negotiation shall be done with the
bidder to agree upto maximum of the freight with which loading has been done. If bidder does
not agree with this also, then refloating of MR shall be done.

16.2 WHERE ONLY FOREIGN BIDS ARE UNDER COMPARISON


16.2.1 Bids shall be evaluated on the basis of CFR (CHENNAI) prices including third party inspection
charges, stowage charges wherever applicable (as quoted by BIDDERs), and considering sea
freight as under:
(i) Packages/equipments/pipes & plates : Firm freight as quoted by BIDDER’s
(ii) Bulk items – piping (other than pipes) / instruments : Firm freight as quoted by BIDDER’s.
In case, firm freight is not quoted by BIDDER ( For Bulk Items as well as
Packages/equipments/pipes & plates), freight shall be taken from Transchart through shipping
Dept. and loading shall be done with the same. In case of ordering, transportation shall be done
by the Transchart only.
16.2.2 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.
16.2.3 AMC charges shall be considered for evaluation wherever AMC is required.
16.2.4 Supervision (man days as indicated in MR as well as TBA ) and Training charges shall be
considered for evaluation, wherever, supervision and training are required.
16.2.4 (i) Service tax on Reverse charge and withholding tax ( in case it is not included in bidder’s price)
basis, wherever applicable shall be added for bid evaluation purpose only.
16.2.5 Commercial loading shall be considered for evaluation of bids.
16.2.6 Technical loading, if any, shall be considered for evaluation of bids.
16.2.7 For global enquiries, evaluation of offer shall be done considering foreign exchange rate, i.e., 1
USD = Rs. 56.13 *(for procurement of foreign component on global basis up to USD 8312771).
For balance items, evaluation 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. *
Payment shall be made based on the Foreign Exchange Rate prevailing on the date of making
payment.
NOTE :Site Work, wherever applicable, shall be considered for evaluation.

16.3 WHERE INDIAN AS WELL AS FOREIGN BIDS ARE UNDER COMPARISON


16.3.1 INDIGENOUS BIDDERS:
(i) The evaluated price of indigenous BIDDERs shall be carried out on the basis of landed cost
at Site, as per clause 16.1 above.
(ii) Notional Loading of 1% for TPI charges shall be considered for evaluation.
16.3.2 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 16.2 above plus marine insurance @ 1% of FOB
T&C FOR ED COMMITTEE APPL- LSTK-A133

Template No. 5-0000-0001-T2 Rev. 1 Copyrights EIL- All rights reserved

Page 36 of 138
Document No.
INSTRUCTION TO BIDDERS (ITB) A133-01- ITB Rev. 0
CPCL – LSTK Page 13

Price.
(ii) L/C charges @ 1% of FOB price.
(iii) Landing Charges @ 1% of CIF Value i.e S.No. (i).
(iv) Custom clearance, Port Handling and Inland Freight (from Port of Entry (CHENNAI) to
CPCL project site) charges @ 3% of CIF value including L/C Charges, i.e., S. No. (i) plus
(ii).
(v) Landed Cost = S.No. (i) to (iv).
NOTE :
- Site Work, wherever applicable, shall be considered for evaluation.
- Transit insurance for Indigenous and Foreign BIDDERs, will not be loaded..

16.4 GENERAL
16.4.1 Taxes and duties will be cost loaded as quoted by the bidder. 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 the time
of evaluation of Bids.
16.4.2 In case of pipes, if a foreign BIDDER has not quoted or not included stowage charges, the
same shall be loaded @ 10% of BIDDER’s quoted Ocean Freight.

17 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 :

17.1 PERFORMANCE BANK GUARANTEE (PBG)


In case, Foreign SUPPLIER takes any deviation with respect to the amount or period or validity of the
performance bank guarantee, the offer shall be rejected.
Any other type of bond (e.g. indemnity bond ) is not acceptable in lieu of Performance Bank
Guarantee (PBG).
In case foreign bidder submit stand by Letter of Credit in lieu of CPBG, same shall be accepted.
Confirmation charges for the stand by Letter of Credit shall be to seller’s account.
In case, Indian Supplier takes any deviation with respect to the amount or period or
validity of the performance bank guarantee, loading shall be done for the differential amount and /or the
differential period.
For differential period/amount loading, the following example will amplify the methodology :
For differential period:
10% for differential period : 10% * differential period /total period ,i.e, (guarantee period + claim period)
In case of Differential Amount:
Amount offered by the Bidder : Loading
a) 10% : Nil
b) Less than 10% : Differential between the offered percentage and 10%

T&C FOR ED COMMITTEE APPL- LSTK-A133

Template No. 5-0000-0001-T2 Rev. 1 Copyrights EIL- All rights reserved

Page 37 of 138
Document No.
INSTRUCTION TO BIDDERS (ITB) A133-01- ITB Rev. 0
CPCL – LSTK Page 14

17.2 PRICE REDUCTION SCHEDULE (PRS)


17.2.1 PRICE REDUCTION SCHEDULE (APPLICABLE AS 1/2% DOV ~ 5% TOV) FOR DELAYED
DELIVERY:

(i) 1/2% of DOV up to maximum of 5% of TOV No loading

(ii) 1/2% of DOV up to maximum of 5% of DOV 2.5%

(iii) Other than the above 5%

17.2.2 PRICE REDUCTION SCHEDULE ( APPLICABLE AS 1/2% TOV ~ 7.5% TOV FOR
PACKAGES & CRITICAL ITEMS ONLY )
(i) 1/2% of TOV up to maximum of 7.5% of TOV No loading
(ii) 1/2% of TOV to x% of TOV (7.5-x)%

(iii) Other than the above 7.5%

NOTE: TOV – Total Order Value (FOT Despatch Pt. Price); DOV – Delayed Order Value (FOT
Despatch Pt. Price).

17.4 PRICE VARIATION


(i) Firm Prices : No Loading
(ii) In case of Price Variation Formula with : Loading by ceiling %age offered
ceiling
(iii) No formula and no ceiling specified by the : Offer shall be rejected
BIDDER
Note : In case the enquiry itself provides for price variation on account of certain variables, offers
seeking such variation shall not be loaded.

17.5 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 @ SBI PLR+ 2% per annum (simple interest) for
the relevant period as under:
(i) Advance against FOA / PO : 100% of the delivery period
(ii) Drawing approval : 80% of the delivery period
(iii) Order on sub Vendors : 75% of the delivery period
(iv) Receipt of raw material at Vendor’s works : 50% of the delivery period
(v) %age payment against dispatch : Interest for three month
Documents instead receipt & acceptance
at Site (Specified in RFQ)
(vi) % age payment against dispatch : Interest for one month
document instead of Final document
as per Purchase Requisition
(Specified in RFQ)
(vii) %age payment against receipt of : Interest for three month
material at site instead
acceptance of material at site
(Specified in RFQ)
T&C FOR ED COMMITTEE APPL- LSTK-A133

Template No. 5-0000-0001-T2 Rev. 1 Copyrights EIL- All rights reserved

Page 38 of 138
Document No.
INSTRUCTION TO BIDDERS (ITB) A133-01- ITB Rev. 0
CPCL – LSTK Page 15

Notes to S. No. (vii) :


- Shall be applicable to indigenous bidders.
- Shall be against Additional BG of equivalent amount valid initially for 3 months plus claim
period.
PBG shall be required along with the Dispatch documents, in cases where there is no further milestone
payment of 10% or more left.

17.6 DELIVERY
17.6.1 FOR IDENTIFIED CRITICAL EQUIPMENTS (TO BE IDENTIFIED BY THE PROJECT):
Delivery/Completion period longer than required in enquiry shall be liable for rejection..
17.6.2 FOR BALANCE ITEMS/EQUIPMENTS (OTHER THAN CRITICAL EQUIPMENTS) :
(i) FOR ENQUIRIES WITH DELIVERY/COMPLETION PERIOD UPTO 6 MONTHS
Delivery/Completion period longer than required in enquiry shall be loaded @ 1/2% per week up
to 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.
(ii) 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.
NOTE: In case under clause no. 2.1, indigenous bidder offers a deviation against the terms of
delivery basis, their bid shall be rejected.
*Wherever source of supply will get changed from indigenous to foreign or foreign to
indigenous, project will provide approval for the same.*

17.7 OFFER VALIDITY:


In case a SUPPLIER offers shorter validity of the bid against RFQ requirement, the bid shall be
rejected.

18 INVOICING INSTRUCTIONS

For imported goods, The Invoices shall be billed to CPCL a/c EIL. Consignee on the invoices and bill of
lading issued by the foreign supplier shall be in the name of CPCL, COKER BLOCK OF RESID
UPGRADATION PROJECT, MANALI REFINERY, CHENNAI. For Indigenous Goods, the invoices shall
be billed to EIL a/c CPCL. However, the consignee in the tax invoices shall be CPCL A/C EIL, COKER
BLOCK OF RESID UPGRADATION PROJECT, MANALI REFINERY, CHENNAI to avail input credit of
Excise duty by CPCL.

T&C FOR ED COMMITTEE APPL- LSTK-A133

Template No. 5-0000-0001-T2 Rev. 1 Copyrights EIL- All rights reserved

Page 39 of 138
Document No.
INSTRUCTION TO BIDDERS (ITB) A133-01- ITB Rev. 0
CPCL – LSTK Page 1

Annexure I

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

Foreign bidder may source components / sub-supplies and services from India, if allowed as per Material
Requisition. For such sub-supplies / services ,Commercial Terms & Conditions of the RFQ shall stand
modified to the following extent:

1. PRICING:
1.1 Unit and total price on FOT Despatch Point basis including packing and forwarding charges.
1.2 Details of Taxes and duties (rates) payable extra on the finished goods, applicable on Indian sub-
suppliers. Purchaser shall issue ‘C’ form for Concessional rate of Central sales tax.
1.3 Separate and clear break-up of charges for inland transportation excluding Entry Tax & Terminal
Tax. Entry Tax and Terminal Tax, if applicable, shall be reimbursed at actuals by EIL on
submission of documentary evidence.
1.4 Materials if ordered against the RFQ/Bidding Document are required to be dispatched on door
delivery basis through a reliable bank approved Road Transport Company.
1.5 Transit insurance of Indian sub supplies shall be borne and arranged by the EIL.

2. CURRENCY OF QUOTE:
The quoted price of sub-supplies / services shall be in Indian Rupees only.

3. AWARD OF ORDER:
Foreign Principal shall be the single point responsible Vendor and separate order on Foreign
supplier and Indian sub-supplier / sub-contractor is not acceptable. Single Purchase order shall be
issued on the Foreign principal clearly indicating the sub-supplier’s / sub-contractor’s name,
material and corresponding price in Indian Rupees.

4. DELIVERY:
The delivery period for sub-supplies shall be on FOT site basis within specified delivery period for
Foreign bidder as per Terms of RFQ/Bidding document.

5. PRICE REDUCTION SCHEDULE:


PRS shall be applicable in totality on Foreign scope + Indian sourced component / Service for
delay in supply of goods/services either by Foreign principals or Indian counterpart.

6. PAYMENT TERMS:
6.1 Indian sub-supplies:
 90% through E-Payment with taxes and duties will be paid against receipt of Indian sourced
goods/material at project site.
 10% against receipt & Acceptance on delivery of main equipments by Foreign principal and
as well as Indian supplies at site as per Terms of bidding document.
Payment of Indian sub supplies/Services shall be released directly to Indian counterpart against
Invoices raised by Indian counterpart duly certified by Foreign principal.

6.2 Foreign principals: Payment terms of Foreign bidder shall be modified and 5% payment out of
payment against shipping documents through L/c shall be released after receipt on delivery of
main equipments by Foreign principal as well as Indian supplies at site as per Terms of bidding
document through wire transfer.

6.3 The payments shall be made after Adjustment of Price Reduction Schedule.
T&C FOR ED COMMITTEE APPL- LSTK-A133

Template No. 5-0000-0001-T2 Rev. 1 Copyrights EIL- All rights reserved

Page 40 of 138
Document No.
INSTRUCTION TO BIDDERS (ITB) A133-01- ITB Rev. 0
CPCL – LSTK Page 2

7. PERFORMANCE BANK GUARANTEE:


Foreign principal shall submit the performance bank guarantee for 10% of total order value
including value of Foreign portion and Indian sourced components / services

T&C FOR ED COMMITTEE APPL- LSTK-A133

Template No. 5-0000-0001-T2 Rev. 1 Copyrights EIL- All rights reserved

Page 41 of 138
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.
Template No. 5-0000-0001-T2 Rev. 1 Copyrights EIL – All rights reserved
Dated -02-July-2014

Page 42 of 138
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
Template No. 5-0000-0001-T2 Rev. 1 Copyrights EIL – All rights reserved
Dated -02-July-2014

Page 43 of 138
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.

Template No. 5-0000-0001-T2 Rev. 1 Copyrights EIL – All rights reserved


Dated -02-July-2014

Page 44 of 138
ENGINEERS INDIA LIMITED

COKER BLOCK OF RESID UPGRADATION PROJECT

GENERAL PURCHASE CONDITIONS


(INDIGENOUS)
INDEX

PART – A: GENERAL PURCHASE CONDITIONS (INDIGENOUS)

1. DEFINITIONS 18. RECOVERY OF SUMS DUE


2. REFERENCE FOR DOCUMENTATION 19. CHANGES
3. CONFIRMATION OF ORDER 20. CANCELLATION
4. SALES CONDITIONS 21. PATENTS AND ROYALTY
5. COMPLETE AGREEMENT 22. CONTROL REGULATION
6. INSPECTION - CHECKING - TESTING 23. PERFORMANCE GUARANTEE
7. OFFICIAL INSTITUTIONAL TESTING 24. NON-WAIVER
8. OILS & LUBRICANTS 25. NON-ASSIGNMENT
9. SPARE PARTS 26. PART ORDER/REPEAT ORDER
10. TRANSIT RISK INSURANCE 27. SELLER’S DRAWINGS AND DATA REQUIREMENT
11.RESPECT FOR DELIVERY DATES 28. TECHNICAL INFORMATION
12. DELAYED DELIVERY 29 PROGRESS CHART AND EXPEDITING
13. DELAYS DUE TO FORCE MAJEURE 30. SERVICES OF SELLER’S PERSONNEL
14. REJECTION, REMOVAL OF REJECTED GOODS AND 31. SELLER’S LIABILITIES
REPLACEMENT 32. PURCHASER’S MATERIAL
15. TRANSFER OF PROPERTY FROM THE 33. HEADINGS
SELLER TO THE PURCHASER 34. ARBITRATION
16. PRICE 35. JURISDICTION
17. TERMS OF PAYMENT

PART – B: PACKING, MARKING, SHIPPING AND


DOCUMENTATION SPECIFICATION FOR INDIGENOUS
MATERIAL (Document No. 8-1843-0002 Rev. No. 0)

PART–C: PROFORMA OF BANK GUARANTEE


(PERFORMANCE)

PART–D: PROFORMA OF BANK GUARANTEE


ADVANCE (INDIGENOUS)

A133-01-GPC (Ind.)-R0
Page 45 of 138 Page 1 of 7
PART – A: GENERAL PURCHASE CONDITIONS (INDIGENOUS)

1. DEFINITIONS: Purchase Order / Purchase Requisition number must


appear on order confirmation, correspondence,
The following expressions used in these General drawings, invoices, shipping notes, packing and/ or any
Purchase Conditions (GPC) and the Purchase shall documents or paper connected with the Order.
have the meaning indicated against each of these:
3. CONFIRMATION OF ORDER:
The PURCHASER / OWNER means Engineers India
Limited, a company incorporated in India having its The Seller shall acknowledge the receipt of the Fax of
registered office at Engineers India Bhawan, 1, Bhikaiji Acceptance (FOA) / Purchase Order (PO) within seven
Cama Place, RK Puram, New Delhi-110066 and shall days following the date of the FOA / Purchase Order
include its successors and assignees. and shall thereby confirm his acceptance of the FOA /
Purchase Order without any exceptions. This
“GOODS/MATERIALS”: Goods and/or materials shall acknowledgment will bear on both FOA / Purchase
mean any of the Articles, Materials, Machinery, Order and General Purchase Conditions
Equipment, Supplies, Drawings, Data and other
property and all services including but not limited to 4. SALES CONDITIONS:
design, delivery, installation, inspection, testing and
commissioning specified to complete the order. With Seller’s acceptance of provision of the Purchase
Order, he waives and considers as cancelled any of his
“SELLER”: Seller shall mean the Person, Firm or general sales conditions.
Corporation to whom the Fax of Acceptance / Purchase
Order is issued. 5. COMPLETE AGREEMENT:

“Contractual Delivery Date”: Contractual Delivery The terms and conditions of the Purchase Order shall
Date is the date on which goods shall be delivered constitute the entire Agreement between the parties
F.O.T dispatching point/destination in accordance with hereto. Changes will be binding only if the amendments
the terms of the Purchase Order. The contractual are made in writing and signed by an authorized
delivery date/period is inclusive of all the lead time for representative of the Purchaser.
engineering, procurement of raw materials,
manufacturing, inspection, testing packing and any 6. INSPECTION-CHECKING-TESTING:
other activities whatsoever required to be accomplished
for effecting the delivery at the agreed delivery point. The equipment, materials and workmanship covered by
the Purchase Order are subject to inspection and
“Procurement co-coordinators /Managers”: testing at any time prior to shipment and/or despatch
Purchaser’s authorized representative appointed as and to final inspection within a reasonable time after
procurement co-ordinators/ manager. arrival at the place of delivery. Inspectors shall have the
right to carry out the inspection and testing which will
“INSPECTORS”: Inspectors Inspectors deputed / include the raw materials at manufacturer’s shop, at
authorized by Purchaser including Third Party fabricator’s shop and at the time of actual despatch
Inspection Agency. before and after completion of packing.

CLIENT: client means Chennai Petroleum Corporation All tests, mechanical and others as specified in the
Limited. Purchase Requisition and particularly those required by
codes will be performed at Seller’s expenses and in
PROJECT: Resid Upgradation Project- Coker Block accordance with Inspector’s instructions. The Seller will
at Manali Refinery of Chennai Petroleum Corporation also bear the expenses concerning preparation and
Limited. rendering of tests required by Boiler Inspectorate or
such other statutory testing agencies or by Lloyds
PROJECT MANAGEMENT CONSULTANT” or Register of Shipping and Industrial Services as may be
“PMC” or “CONSULTANT” shall mean any person(s) required.
nominated by the OWNER as the Project
Management Consultant for the Project. The words The salaries and fees of Inspectors and their travelling,
“PROJECT MANAGEMENT CONSULTANT”, “PMC”& lodging and boarding expenses will not be borne by the
“CONSULTANT” are synonymous. M/s Jacobs Seller unless inspection becomes anfractuous due to
Engineering India Private Limited is the PMC for this any omission or commission on the part of the Seller.
Project. Before shipping or despatch, the equipment and/or
materials will have to be checked and stamped by
2. REFERENCE FOR DOCUMENTATION: Inspectors who are authorized also to forbid the use

A133-01-GPC (Ind.)-R0
Page 46 of 138 Page 2 of 7
and despatch of any equipment and/or materials which Inspectors to maintain Schedule and delay, if any, in
during tests and inspection fail to comply with the this process will not be taken into consideration as a
specification, codes and testing requirements. cause of Force Majeure.

The Seller shall: 8. OILS & LUBRICANTS:

- Inform Procurement Coordinator/Managers at The first filling of oils and lubricants, if any, required for
least eight days in advance of the exact place, every equipment shall be supplied inline with MR. The
date and time of rendering the equipment or Seller shall also recommend the quality / quantity of oils
materials for required inspection. and lubricants required for one-year continuous
operation.
- Provide free access as required to Inspectors
during normal and / or extended working hours 9. SPARE PARTS:
to Seller’s or his/its sub-Supplier’s works and
place at their disposal all useful means of The Seller must furnish item wise and priced list of
performing, checking, marking, testing, spare parts required for two years normal operation and
inspection and final stamping. maintenance of the equipment and prime movers also.

Even if the Inspections and tests are fully carried out, The Seller shall provide the necessary cross - sectional
Seller would not be absolved to any degree from his drawing to identify the spare parts numbers and their
responsibilities to ensure that all equipment and location as well as an inter-changeability chart.
material supplied comply strictly with requirements as
per agreement both during manufacturing, at the time of 10. TRANSIT RISK INSURANCE:
delivery, inspection, on arrival at site and after its
erection or start-up and guarantee period as stipulated The Purchaser against its/ Client’s Open General Policy
in Clause 23 herein. (The name of the Insurance Co. will be conveyed
subsequently) shall cover transit Risk Insurance. The
The Seller’s responsibility will not be lessened to any Seller shall advise the dispatch particulars to the
degree due to any comments made by Procurement Insurance Company under advice to the Procurement
Coordinators/Managers and Inspectors on the Seller’s Coordinators / Managers before shipment.
drawings or specifications or by inspectors witnessing
any chemical or physical tests. In any case, the 11. RESPECT FOR DELIVERY DATES:
equipment must be in strict accordance with the
Purchase Order and/or its attachments failing which the Time of delivery as mentioned in the Purchase Order
Purchaser shall have the right to reject the goods and shall be the essence of the agreement and no variation
hold the Seller liable for non-performance of contract. shall be permitted except with prior authorization in
writing from the Purchaser. Goods should be delivered
7. OFFICIAL INSTITUTIONAL TESTING: securely packed and in good order and condition at the
place and within the time specified in the Purchase
In addition to testing and inspection by Inspectors Order for their delivery. The Purchaser reserves the
mentioned above, Lloyds register Industrial services or right to defer the period of delivery in writing.
similar institutional agencies like Boiler-Inspectorate
may be assigned for official testing of all coded 12. DELAYED DELIVERY:
equipment. The Seller shall ensure that all Procedures
for preparation and Performance of test prescribed by The time and date of delivery of materials / equipment
such institution shall be complied scrupulously. as stipulated in the Order shall be deemed to be the
essence of the contract. In case of delay in execution
The Seller is required to send to such institutions as of the order beyond the date of delivery stipulated in the
may be designed by the Purchaser at least three sets of order or any extensions sanctioned, the Purchaser may
fabricated / manufactured drawings for each equipment at his option either:
and calculations. All manufacturer’s mill test certificates
and analytical reports from material laboratories in (i) Accept delayed delivery at prices reduced by as per
respect of all raw material and components employed Price Reduction Schedule Clause of RFQ.
shall have to be presented to such Institution’s
Inspectors in the number of copies required. Seller (ii) Cancel the order in part or full and purchase such
shall be responsible for any delay in submission of cancelled quantities from elsewhere on account and at
necessary certificates. The Seller shall maintain close risk and cost of the Seller, without prejudice to its right
liaison with Procurement Co-ordinators and Institution’s under (i) above in respect to goods delivered.

A133-01-GPC (Ind.)-R0
Page 47 of 138 Page 3 of 7
13. DELAYS DUE TO FORCE MAJEURE: The transfer of property shall be deemed to have taken
place as follows subject to the provisions herein
In the event of causes of Force Majeure occurring within contained:
the agreed delivery terms, the delivery dates can be
15.1 F.O.T. despatch point: On handing over the
extended by the Purchaser on receipt of application
equipment to the carrier against receipt and
from the Seller without imposition of penalty. Only
such receipt having been passed over to the
those causes which depend on natural calamities, wars
Purchaser.
and national strikes which have duration of more than
seven consecutive calendar days and Government Acts 15.2 Equipment sent freight/ carriage paid to the
and other direct legislative enforcement are considered
Refinery site: On receipt of goods at site.
the causes of Force Majeure.
15.3 Equipment erected by the Seller; on
The Seller must advise the Purchaser by a registered acceptance at job site.
letter duly certified by a local Chamber of Commerce or
15.4 Equipment commissioned by the Seller: On
statutory authorities, the beginning and the end of such
taking over by the Purchaser for regular
causes of delay immediately, but in no case later than
operation after test run at maximum capacity
10 days from the beginning and end of each cause of
for specified period satisfactorily performed.
such Force Majeure condition defined above.
16. PRICE:
The extension of time for completion of the work or any
part of the work or any operation(s) involved therein Unless otherwise agreed to in the terms of the
shall be the sole remedy of the Seller for any cause or Purchase Order, the price shall be:
event of delay and the Seller shall not be entitled in
addition to or in lieu of such extension to claim any a) Firm and not subject to escalation for any reasons
damages or compensation for extended stay or whatsoever till the execution of entire order even though
otherwise whether under the law governing contracts or it might be necessary for the order execution to take
quasi-Seller or any other relationship, and the Seller longer than the delivery period specified in the order.
hereby waives and disclaims any and all contrary rights.
b) Inclusive of adequate road worthy packing and
14. REJECTION, REMOVAL OF REJECTED forwarding charges upto effecting delivery at F.O.T.
GOODS AND REPLACEMENT: despatch point in all cases whenever F.O.T destination
delivery terms are agreed to but exclusive of transit
In case the testing and inspection at any stage by insurance.
Inspectors reveal that the equipment, material and
workmanship do not comply with the specification and c) Exclusive of Central/State Sales Tax, Excise Duty
requirements, the Seller at his/its own expense and risk and or such imposts which are leviable by law on sales
shall remove the same within the time allowed by the of finished goods to Purchaser and/or Octroi duty, if
Purchaser. The Purchaser shall be at liberty to dispose any, leviable at destination/ project site. The nature and
of such rejected goods in such a manner, as he may extent of such levies shall be shown separately.
think appropriate. In the event the Seller fails to remove
the rejected goods within the period as aforesaid, all 17. TERMS OF PAYMENT:
expenses incurred by the Purchaser for such disposal
shall be to the account of the Seller. The freight paid by Payment terms shall be as specified in the Inquiry /
the Purchaser, if any, on the inward journey of the Purchase Order.
rejected materials shall be reimbursed by the Seller to
the Purchaser before the rejected materials are Seller shall claim their invoice excluding Excise Duty.
removed by the Seller. The Excise Duty shall be released separately on receipt
of documents including Transporters copy of Invoice,
The Seller shall have to proceed with the replacement valid for availing CENVAT. In the event CPCL is not
of that equipment or part of the equipment at able to claim CENVAT, the amount of Excise Duty to
Purchaser’s stores / site, if so required by the that extent shall be recovered from the Seller.
Purchaser, without claiming any extra payment. The
time taken for replacement in such event will not be Seller shall ensure submission of proper documents for
added to the contractual delivery period. availing CENVAT/ VAT benefits of Service Tax/ VAT. In
case the documents are not found to be in order,
15. TRANSFER OF PROPERTY FROM THE amount of Service Tax/ VAT will be recovered from the
SELLER TO THE PURCHASER. Seller.

A133-01-GPC (Ind.)-R0
Page 48 of 138 Page 4 of 7
The Seller shall furnish to the Purchaser bank owned by the Seller.
guarantee / Cash Security. Bank Guarantee shall be
from a Scheduled/ Nationalized Bank in a form Upon receipt of the cancellation notice the Seller shall
approved by the Purchaser for an amount of 10% of the discontinue all work on the Purchase Order and matters
contract value as security for the due performance of all connected with it.
the Seller’s liability in terms of and/or in connection with
the contract. This security will be released after the The Purchaser in that event will be entitled to procure
expiry of the period of performance guarantee. the requirement in the open market and recover the
excess payment over the Vender’s agreed price, if any,
The financial settlement of Seller’s Invoice is liable to be from the Seller, reserving to itself the right to forfeit the
withheld in the event the Seller has not complied with security deposit, if any, made by the Seller against the
submission of drawing, data and such documentation contract. The Seller is aware that the said goods are
as called for in Purchase Order and/or as required required by the Purchaser for the ultimate purpose of
otherwise. material production and that non delivery may cause
loss of production and consequently loss or profit to the
18. RECOVERY OF SUMS DUE: Purchaser. In this event of the Purchaser exercising the
option to claim damages for non-delivery other than by
Whenever any claim against the Seller for payment of way of difference between the market price and the
sum of money arises out of or under the contract, the contract price, the Seller shall pay to the Purchaser, the
Purchaser shall be entitled to recover such sums from fair compensation to be agreed upon between the
any sum then due or which at any time thereafter may Purchaser and the Seller.
become due from the Seller under this or any other
contract with the Purchaser including right to encash the The provision of this clause shall not prejudice the right
PBG. In the event of encashment of PBG, the same of the Purchaser from invoking the provisions of clause
shall be re-stored to its original amount by the Seller “Delayed Delivery” as aforesaid.
and should this sum be not sufficient to cover the
recoverable amount, the Seller shall pay to the 21. PATENTS AND ROYALTIES:
Purchaser on demand the balance remaining due.
On acceptance of this order, the Seller will be deemed
19. CHANGES to have entirely indemnified the Purchaser and
Procurement Coordinators/Managers from any legal
The Purchaser has the option at any time to make action or claims regarding compensation for breach of
changes in quantities ordered or in specifications and patent rights which the Seller deems necessary to apply
drawings. If such changes cause an increase or for manufacturing the ordered equipment and/or
decrease in the price or in the time required for supply, materials or which can in any way be connected in the
an equitable, adjustment under this provision must be manufacture.
finalized within 10 days from the date when the change
is ordered. 22. CONTROL REGUALTIONS:

20. CANCELLATION: The supply, despatch and delivery of goods shall be


arranged by the Seller in strict conformity with the
The Purchaser reserves the right to cancel the statutory regulations including provision of Industries
Purchase Order or any part thereof and shall be entitled (Development and Regulation) Act, 1951 and any
to rescind the contract wholly or in part in a written amendment thereof as applicable from time to time.
notice to the Seller if: The Purchaser disowns any responsibility for any
irregularity or contravention of any of the statutory
i) The Seller fails to comply with the terms of this regulations in manufacture or supply of his stores
Purchase Order. covered by this order.

ii) The Seller fails to deliver the goods on time


23. PERFORMANCE GUARANTEE:
and/or replace the rejected goods promptly.

iii) The Seller becomes bankrupt or goes into The Seller shall guarantee that any and all materials
liquidation. used in execution of the Purchase Order shall be in
strict compliance with characteristics, requirements and
iv) The Seller makes a general assignment for specifications agreed upon and that the same shall be
the benefit of creditors. free from any defects. Checking of the Seller’s drawings
by Procurement Co-coordinators/ Managers and their
v) A receiver is appointed for any of the property approval and permission to ship or despatch the

A133-01-GPC (Ind.)-R0
Page 49 of 138 Page 5 of 7
equipment and materials guaranteed by Inspectors 27. SELLER’S DRAWING AND DATA
shall not relieve the Seller from any part of his/its REQUIREMENT:
responsibilities of proper fulfillment of the requirement.
The Seller will guarantee that all materials and The Seller shall submit drawings, data and
equipment shall be repaired or replaced as the case documentation in accordance with but not limited to
may be, at his own expense in case the same have what is specified in the requisition and/or in the Seller
been found to be defective in respect of materials, drawings and data form attached to the Purchase
workmanship or smooth and rated operation within Requisition and as called for in Clause 8, viz. Expediting
Guarantee Period as stipulated in the RFQ document. above. Types, quantities and time limits of submitting
this must be respected in its entirety failing which the
The guarantee period for the replaced parts shall be 18 Purchase Order shall not be deemed to have been
months starting from the date on which the executed for all purposes including settlement of
replacements are put in service or period as specified payment since the said submission is an integral part of
above in case of critical items, whichever is later. Purchase Order execution.
Acceptance by the Purchaser or Inspectors of any
equipment and materials or their replacement will not 28. TECHNICAL INFORMATION:
relieve the Seller of his/its responsibility concerning the
above guarantee. Drawings, specifications and details shall be the
property of the Purchaser and shall be returned by the
The Seller shall furnish a Bank Guarantee for 10% of Seller on demand. The Seller shall not make use of
total of total order value (as per proforma hereunder) to drawings and specifications for any purpose at any time
support Seller’s performance. This bank guarantee save and except for the purpose of the Purchaser.
shall remain in force for the entire period covered in
Performance Guarantee plus three months. The Seller shall not disclose the technical information
furnished to or gained by the Seller under or by virtue of
24. NON-WAIVER: or as a result of the implementation of the Purchase
Order to any person, firm or body or Corporate authority
Failure of the Purchaser / Procurement Coordinators/ and shall make all endeavours to ensure that the
Managers to insist upon any of the terms or conditions technical information is kept CONFIDENTIAL. The
incorporated in the Purchase Order or failure or delay to technical information imparted and supplied to the
exercise any rights or remedies herein or by law or Seller by the Purchaser shall at all times remain the
failure to properly notify Seller in the event of breach, or absolute property of the Purchaser.
the acceptance of or payment of any goods hereunder
or approval of design shall not release the Seller and 29. PROGRESS CHART AND EXPEDITING:
shall not be deemed a waiver of any right of the
Purchaser / Procurement Coordinators/Managers to The Seller shall submit to EIL within four (4) weeks from
insist upon the strict performance thereof or any of his the date of Fax Of Acceptance a BAR CHART showing
or their rights or remedies as to any such goods start and finish dates for various activities forming part
regardless of when goods are shipped received or of the execution of the order and identifying the delivery
accepted nor shall any purported oral modification or dates to this activity schedule. Seller shall update this
revisions of the order by Purchaser/ Procurement bar chart every fortnight showing the actual
Coordinators/Managers act as waiver of the terms performance of the activities and if and how the delivery
hereof. date has been affected thereby. Copies of the updated
bar chart will also be submitted for review of the
25. NON ASSIGNMENT: progress of the order.

The Seller without obtaining prior written consent of the Procurement Coordinator/Managers have been
Purchaser shall not assign the Purchase Order to any assigned to expedite both manufacture and shipment of
other agency. equipment and materials covered by the Purchase
Order. The Procurement Co-coordinator/ Managers
26. PART ORDER/ REPEAT ORDER shall have free access to Seller’s shop and/or sub-
Supplier’s shop at any time and they shall be provided
Seller hereby agrees to accept part order at Purchasers all the necessary assistance and information to help
option without any limitation whatsoever and also them perform their job.
accept repeat order(s) during a period of 6 months from
the date of original purchase order on same unit prices, In order to facilitate over-all execution of the order within
terms and conditions. the contractual delivery date, Seller shall furnish to
Procurement Coordinator / Manager within 4 weeks of

A133-01-GPC (Ind.)-R0
Page 50 of 138 Page 6 of 7
receipt of Purchase Order in required number of copies c) The Seller shall give a firm and binding list of
of documents / detailed drawings such as but not Purchasers issue of materials which shall be duly
limited to schedule/PERT chart, unpriced copies of sub reviewed & approved by EIL and the desired schedule
orders/sub contracts, phased program of itemize of its delivery to shop floor strictly in accordance with
manufacturing, testing and delivery and any other the sequence of fabrication vis-a-vis the contractual
information/documentation as may be called for by the delivery period.
Procurement Coordinators/Managers. All post order
correspondence shall be addressed to the DGM d) Unused materials or scrap from material supplied by
(Inspection), with a copy to the Project Manager, the Purchaser to the Seller shall be returned by the
Engineers India Ltd., New Delhi. Seller to the Purchaser or if the Purchaser so directs the
Seller may dispose of the same by sale or otherwise on
30. SERVICES OF SELLER’S PERSONNEL: such terms and conditions as the Purchaser may
stipulate and the Seller shall pay to the Purchaser the
Upon three week advance notice, the Seller shall sale proceeds of the material so disposed off by sale
depute the necessary personnel along with required deducting there from expenses incurred by the Seller on
Tools & Tackles to site for supervision of erection and such sale, the quantum of such deduction to be
start up of the equipment and train a few of the IOCL/ mutually agreed upon in advance between the
EIL’s personnel for the operation and maintenance of Purchaser and the Seller.
the equipment, if required by the Purchaser. The terms
and conditions for the services of the Seller shall be 33. HEADINGS:
mutually settled.
The headings of the conditions hereof shall not affect
31. SELLER’S LIABILITIES construction thereof.

The Seller’s workmen or employees shall under no 34. ARBITRATION:


circumstances be deemed to be in Purchaser’s
employment and the Seller shall hold himself Any dispute or difference between the parties hereof
responsible for any claims which they or their heirs, arising out of any notified claim of the SELLER included
dependents or personal representatives may have or in his final bill and /or arising out of any amount claimed
make for damages or compensation for anything done by the OWNER (whether or not the amount claimed by
or committed to be done in the course of carrying out of the OWNER or any part thereof shall have been
the work covered by this Purchase Order, whether deducted from the Final bill of the supplier or any
arising on Purchaser’s premises or elsewhere and amount paid by the OWNER to the SELLER in respect
agrees to Indemnify the Purchaser against any such of the work) shall be referred to arbitration in
claim or claims if made against the Purchaser and all accordance with the UNCITRAL Rules as adopted in
cost (as between attorney and client) of proceedings, India by the Arbitration & Conciliation Act, 1996.
suits or action which the Purchaser may incur or sustain
in respect of the same. The Seller shall also procure The venue of the arbitration shall be New Delhi.
and keep in force at his own cost comprehensive
automobile Liability insurance for adequate coverage in Notwithstanding the existence of any dispute or
respect of all his vehicle/s visiting or plying in project arbitration in terms hereof or otherwise, the Seller shall
premises. The Seller shall also be responsible for continue and be bound to continue and perform the
compliance of existing laws in respect of their workmen works to completion in all respects according to the
and employees.
Contract (unless the Contract or works be determined
32. PURCHASER’S MATERIAL by the Owner or by the Seller under the provisions of
the Contract), and the Seller shall remain liable and
a) Purchaser’s materials shall be delivered to the Seller bound in all respects under the Contract.
after the Seller submits the Bank Guarantee for
Indemnifying the full value thereof strictly in the manner 35. JURISDICTION
and as per Performa of Bank Guarantee approved by
the Purchaser. The Seller hereby agrees that the Court situated at New
Delhi alone shall have the jurisdiction to hear and
b) Wherever possible, the material shall be consigned determine all action and proceedings arising out of this
to goods depot to be specifically confirmed by Seller. contract.
The Seller at his responsibility and cost shall arrange
Loading/Unloading and any handling from the
destination.

A133-01-GPC (Ind.)-R0
Page 51 of 138 Page 7 of 7
Page 52 of 138
Page 53 of 138
Page 54 of 138
Page 55 of 138
Page 56 of 138
Page 57 of 138
Page 58 of 138
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.

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.

A133-01-GPC (Ind.)-R0 Page 1 of 2

Page 59 of 138
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.

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
rd
India Limited, EI Bhawan, 3 Floor, 1, Bhikaiji Cama Place, New Delhi-110066.

A133-01-GPC (Ind.)-R0 Page 2 of 2

Page 60 of 138
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 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.

A133-01-GPC (Ind.)-R0 Page 1 of 2

Page 61 of 138
(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

(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
rd
India Limited, EI Bhawan, 3 Floor, 1, Bhikaiji Cama Place, New Delhi-110066.

A133-01-GPC (Ind.)-R0 Page 2 of 2

Page 62 of 138
JOB NO. A133
ENGINEERS INDIA LIMITED
RESID UPGRADATION PROJECT – COKER BLOCK OF CPCL, CHENNAI
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:_____________________

S. No. DESCRIPTION BIDDER’S CONFIRMATION


Quoted prices are on FOT despatch point basis inclusive of Packing &
a) Confirmed
Forwarding (P&F) charges.
Indicated
b) Specify Despatch Point in the enclosed Annexure – I
(Refer ANNEXURE – I)
Confirm that firm freight charges for transportation by road upto the
c) Project site including Service Tax & Education Cess, have been quoted in Confirmed
the price bid.
1 Confirm the freight charges for Recommended Spares for two years
d) normal operation & maintenance, if any, have been quoted extra in the Confirmed
Price Schedule separately.
Confirm the freight for all other supplies like mandatory spares
e) commissioning spares, tools and tackles etc., are included in freight for Confirmed
main equipment.
Marine-cum-erection insurance (MCE policy) shall be arranged by EIL and
f) Confirmed
therefore, the same shall not be included in the quoted prices.
Excise Duty + Education Cess: Indicated
a)
Tarrif sub heading no. (Refer ANNEXURE – I)

Present rate of Excise Duty + Education Cess payable extra against Indicated
b)
documentary evidence on finished products (including spares). (Refer ANNEXURE – I
Indicated
c) Maximum rate applicable (If present rate is nil or concessional)
2 (Refer ANNEXURE – I)

Clarify whether Excise Duty + Education Cess will be applicable on freight Indicated
d)
charges also. (Refer ANNEXURE – I)
Please indicate following break-up
Indicated
e) I) Cenvatable [Excise Duty + Educational Cess]
(Refer ANNEXURE – I)
II) Non Cenvatable
Sales Tax:
Indicated
a) Sales tax payable extra Specify CST/ Tamilnadu VAT (TN VAT) on sale of
(Refer ANNEXURE – I)
goods.
3 *In case of CST, C form shall be provided.
b)
In case of TN VAT, no concessional form shall be provided. TN VAT shall be Confirmed
reimbursed to bidder subject to submission of requisite documents
enabling owner to avail “INPUT CREDIT’ for the same.

A133 ATC (IND)-REV 0 AUG13 PAGE 1 OF 7

Page 63 of 138
S. No. DESCRIPTION BIDDER’S CONFIRMATION
EIL/CPCL shall avail credit of 100% of TN VAT on sale of goods. However,
for price evaluation TN VAT on sale of goods shall not be loaded. TN VAT
c) Confirmed
shall be reimbursed to bidder subject to submission of requisite
documents enabling EIL/IOCL to avail ‘INPUT CREDIT’ for the same.

Clarify whether CST / TN VAT on sale of goods will be applicable on freight Indicated
d)
charges also. (Refer ANNEXURE – I)
Indigenous suppliers shall issue E1/E2 form on quarterly basis within 60
days after completion of each quarter based on “C” form no. provided by
e) Confirmed
PURCHASER. PURCHASER will provide original “C” form in exchange of
original E1/E2 form.
In case Excise Duty / CST / TN VAT are stated as not applicable on freight
charges presently, and if they are applicable at the time of delivery due to
4 Confirmed
any reasons other than statutory, the same will be borne by the Bidder.
Confirm compliance.
Only statutory variations, if any, in the present rate of Service Tax,
cenvatable excise duty, Central Sales Tax and VAT amount for which input
a) Confirmed
tax credit is available to the EIL under TN VAT Act etc. shall be to EIL’s
account subject to documentary evidence to be furnished by the bidder.
5 Statutory variations on non-cenvatable excise duty shall be to SUPPLIER’s
b) Confirmed
account.
However, any variation in Excise duty + Ed. Cess at the time of supplies for
c) any reasons, other than statutory, including variations due to turnover, Confirmed
shall be borne by bidder.
VAT on Works Contract:
Confirmed
a) Wherever site job is involved, bidders to quote their prices inclusive of TN
VAT on work contracts (if applicable).
Only single order covering complete scope of supply & services will be
6 b) issued (indicating supply and services portion separately). Order for supply Confirmed
and services shall not be split.
Any statutory variation on TN VAT on work contracts or change in rate of
c) TN VAT due to wrong assessment by supplier shall be to supplier’s Confirmed
account.
Service Tax:
a) Service Tax on freight charges shall be included in the quoted Freight Confirmed
Charges.

Percentage of Cenvatable Service Tax applicable extra on Site Work Indicated (Refer Annexure I)
Charges, , if applicable as per MR.
b)
Service tax shall be paid only against a cenvatable invoice issued in Confirmed
accordance with Service Tax rules.
7 Percentage of Cenvatable Service Tax applicable extra on Supervision Indicated (Refer Annexure I)
Charges, if applicable as per MR.
c)
Service tax shall be paid only against a cenvatable invoice issued in Confirmed
accordance with Service Tax rules.
Percentage of Cenvatable Service Tax applicable extra on AMC Charges, if Indicated (Refer Annexure I)
applicable as per MR.
d)
Service tax shall be paid only against a cenvatable invoice issued in Confirmed
accordance with Service Tax rules.

A133 ATC (IND)-REV 0 AUG13 PAGE 2 OF 7

Page 64 of 138
S. No. DESCRIPTION BIDDER’S CONFIRMATION
Percentage of Cenvatable Service Tax applicable extra on Training Indicated (Refer Annexure I)
Charges, if applicable as per MR.
Service tax shall be paid only against a cenvatable invoice issued in Confirmed
accordance with Service Tax rules.
Entry Tax and Octroi:
Entry Tax / Octroi and Terminal Taxes are presently not applicable. If
8 a) applicable at a later date, same shall be payable extra at actual on Confirmed
production of necessary Documents/Invoices and information. Confirm
Compliance.
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
a) against documentary evidence. Confirmed
9 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.
Any errors of interpretation of applicability of taxes/duties by bidders shall
b) Confirmed
be to bidders’ account.
Price Reduction Schedule:
a) Acceptance of applicable Price Reduction Schedule for delayed delivery as Confirmed
10 specified in RFQ/SIB.
In case of delay in delivery, bills shall be submitted after deducting price
b) Confirmed
reduction for delay.
Delivery Period / Completion Period:
11 Please confirm delivery/completion period as specified in RFQ Covering Confirmed
Letter.
Payment Terms:
a) Confirmed
Acceptance of applicable Payment terms as specified in RFQ /SIB.
Payment shall be released through Electronic Clearing System (ECS).
12 Furnished
In view of this, confirm that necessary details such as name of bank, bank
b) account no. etc. as per Mandate Form enclosed with RFQ, has been
furnished duly attested by your bank alongwith a cancel cheque, along (Refer ANNEXURE – II)
with your offer (as per Annexure-II to ATC) .
Part Order:
a) Confirmed
Acceptance of Part Order as per GPC (Indigenous).
13
Any charges quoted extra as lumpsum shall be applicable prorata on value
b) Confirmed
basis in the event of part order.
Repeat Order:
14 Confirmed
Acceptance of repeat order as per the clause specified in GPC (Indigenous).
Performance Bank Guarantee:
a) Submission of Performance Bank Guarantee for 10% of total order value as Confirmed
15 per General Purchase Conditions (GPC)/ Instructions to Bidders.
Indemnity Bond/Corporate Guarantee in lieu of PBG shall not be
b) Confirmed
considered.

A133 ATC (IND)-REV 0 AUG13 PAGE 3 OF 7

Page 65 of 138
S. No. DESCRIPTION BIDDER’S CONFIRMATION
Guarantee :
16 Confirm acceptance of Guarantee period & terms as per referred Clause of Confirmed
Instruction to Bidders/General Purchase Conditions (Indigenous) in RFQ
Covering Letter.
Firmness of prices:
17 The prices shall be firm and fixed and not subject to any variation, Confirmed
whatsoever. However, in case of Cables, variation in prices shall be
admissible as per IEEMA Price Variation Clause.
CIF Value of Built in Import Content and Import Duties:
a) In case of any Built-in import content considered in your offer, details of Confirmed
items to be furnished in Annexure-I.
Confirm that quoted prices are based on Merit rate of Customs duty, CVD,
b) Confirmed
Educational Cess and SAD as applicable.
18
Quoted prices shall remain firm and fixed on account of FE variation and
c) Confirmed
Custom Duty Variation, till complete execution of the order.
d) EIL shall not provide any import license. Noted
Quoted prices are after considering the benefit of CENVAT on CVD
e) Confirmed
including Edu. Cess.
Testing charges:
19 Confirm that quoted prices are inclusive of all testing including IBR/ IGC/ Confirmed
Radiography/ NACE charges (if applicable) as per Material Requisition
attached.
Third Party Inspection charges:
a) Goods and services shall be subject to stagewise and final inspection by Confirmed
CEIL.

The TPI charges for Certification Engineers India Ltd. (CEIL) as TPI agency
20 b) Confirmed
shall be borne by EIL.

All built in import content shall be subject to inspection by TPI (out of M/s.
Lloyds Register (Country of origin), M/s.Bureau Veritas(BV) and M/s.TUV
c) Confirmed
Nord) for which charges are included in quoted price and no additional
charges shall be paid by EIL.
Validity:
a) Confirm that the Offer is valid for period as mentioned in RFQ covering Confirmed
letter from the bid due date/ extended due date.

21 For 2 years O&M spares, prices shall be kept valid for a period of 2 years
b) Confirmed
from the date of order of main equipment.
Confirm that Annual % escalation for subsequent two years beyod the
c) validity of 2 years for O&M spares have been quoted in format for prices Confirmed
for O&M spares.

A133 ATC (IND)-REV 0 AUG13 PAGE 4 OF 7

Page 66 of 138
S. No. DESCRIPTION BIDDER’S CONFIRMATION
Confirm acceptance in totality to the following :
General Purchase Conditions (GPC) indigenous Confirmed
Instructions to Bidders / SIB Confirmed
Terms & Conditions for supervision of Erection, Testing & Confirmed
22
Commissioning (if applicable).
Terms & Conditions for site work (if applicable). Confirmed
Terms & Conditions for Annual Maintenance Contract (if applicable). Confirmed
All other terms & conditions of RFQ covering letter. Confirmed
Confirm that you have furnished the following documents in the offer:
a) Original Integrity Pact Furnished
23
b) Solvency Certificate Furnished
c) Concurrent / Present Commitment Furnished
Confirm the list, wherever required as per MR, has been submitted for
following :
a) Mandatory Spares (if specified in MR) Confirmed
b) Commissioning Spares (as included in main item) Confirmed
24
c) Special tools & tackles (if required) Confirmed
d) Recommended Spares for two years normal operation & maintenance (if Confirmed
required)
e) First fill of consumables, lubricant, etc Confirmed
Confirm that you have quoted strictly for items based on your registration
25 Confirmed
/ approval with EIL on the date of issue of RFQ.
Furnish Annual Report containing Balance Sheet & Profit & Loss Statement
26 Enclosed
for last one (01) years along with your unpriced offer.
Confirm that net worth of your company (bidder) during the last financial
27 Confirmed
year is positive.
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
28 No
partner of the Bidder or a private company in which any Director of EIL is a
Director.
Please confirm you have not been banned or delisted by any Government
29 or Quasi Government agencies or PSUs. If you have been banned, then this Confirmed
fact must be clearly stated.
Deviations to Terms & Conditions shall lead to loading of prices or
30 Confirmed
rejection of offer as per Instructions to Bidders. Please confirm.
Printed terms and conditions, if any, appearing in quotation, shall not be
applicable in the event of order. In case of contradiction between the
31 Confirmed
confirmations given above and terms & conditions mentioned elsewhere
in the offer, the confirmation given herein above shall prevail.

BIDDER’S SIGNATURE & DATE : _______________________________


SEAL/ STAMP

A133 ATC (IND)-REV 0 AUG13 PAGE 5 OF 7

Page 67 of 138
ANNEXURE – I TO PRE-FILLED AGREED TERMS & CONDITIONS (FOR INDIGENOUS SUPPIERS)
NAME OF BIDDER : _______________________________________________________________________
OFFER REFERANCE: ________________________________________________ DATED ________________
RFQ NO.: _______________________________________________________________________________
ITEM : ________________________________________________________________________________
PROJECT : RESID UPGRADATION PROJECT – COKER BLOCK OF CPCL, CHENNAI

1. Bidder confirms the following :DESPATCH POINT ________________________________


2. Service Tax & Education Cess on Supervision Charges, if applicable. _________________________% EXTRA
3. Service Tax & Education Cess on Site Work Charges, if applicable. _________________________% EXTRA
4. Service Tax & Education Cess on AMC, if applicable.

5. Service Tax & Education Cess on Training, if applicable.


6. Rate of Excise Duty : Tariff Sub Heading No. ________________________________
7. Excise Duty + Education Cess _________________________% EXTRA
8. Maximum rate of Excise Duty applicable (If present rate is nil or
concessional) _________________________% EXTRA
9. Please indicate following break-up
a) Cenvatable [Excise Duty + Educational Cess] a) Cenvatable [ED+ Edu. Cess]________%
b) Non Cenvatable b) Non Cenvatable [ED+ Edu. Cess]____%
10. Excise Duty on freight charges (Tick one whichever is applicable). APPLICABLE
(In case no option is selected, ED on Freight Charges shall be
NOT APPLICABLE
considered to be not applicable)
11. Central Sales Tax against form ‘C’
_________________________% EXTRA
12. Tamilnadu VAT without concessional form.
(Applicable for supplies from TN State) _________________________% EXTRA
13. CST/TN VAT on freight charges (Tick one whichever is applicable). APPLICABLE
(In case no option is selected, CST/TN VAT on Freight Charges shall be
NOT APPLICABLE
considered to be not applicable)
14. Built-in import content in the offer (Tick one whichever is applicable).
APPLICABLE
(In case no option is selected, Buit-in import content shall be
considered to be not applicable) NOT APPLICABLE

15. Item detail of CIF Content

16.
(a) The bidder is a Micro or Small Enterprise under the Micro, Small & YES NO
Medium Enterprises Development Act, 2006.
(b) Documentary evidence required as per RFQ to avail preference to FURNISHED
MSEs.

(c) The MSEs is owned by SC/ST Entrepreneurs. YES NO


\

(d) Supporting documentary evidence with respect to MSEs is owned FURNISHED


by SC/ST Entrepreneurs as per RFQ to avail preference to MSEs
owned by SC/ST.

BIDDER’S SIGNATURE & DATE : _______________________________WITH SEAL/STAMP

A133 ATC (IND)-REV 0 AUG13 PAGE 6 OF 7

Page 68 of 138
ANNEXURE - II TO AGREED TERMS & CONDITONS (INDIGINEOUS)

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

A133 ATC (IND)-REV 0 AUG13 PAGE 7 OF 7

Page 69 of 138
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be reproduced,
MATERIAL REQUISITION (TOP SHEET)
ITEM DESCRIPTION: Self Actuated Pressure Control Valves
GROUP ITEM CODE 15EG DESTINATION : As per Commercial document
ITEM CATEGORY II DELIVERY PERIOD :

DOCUMENT NUMBER
(Always quote the Document Number given below as reference)

A133 000 YC MR 2341 A 22/06/2015 16 51


copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1641-515 Rev.1 A4-210x297

JOB NO UNIT/ MAIN DOC. SR.NO. REV DIVN. DEPT.


COST CODE DATE
ORIGINATOR

Notes:
1. This page is a record of all Revisions of this Requisition
2. The nature of the Revision is briefly stated in the "Details" column below, the Requisition in its entirety shall be considered for
contractual pupose.
3.Vendor shall note the MR category and shall submit his offer in line with the requirements included in attached
'Instructions to Bidders'

REV DATE BY CHK APPD DETAILS


A 22/06/2015 AR AR AR Issued for Bids

This is a system generated approved document and does not require signature.

Project : RESID UPGRADATION PROJE


ENGINEERS INDIA LIMITED
Client : M/S CPCL Sheet 1 Of 4
NEW DELHI
Page 70 of 138
S.NO TAG NO . DESCRIPTION QUANTITY
/ ITEM CODE
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be reproduced,

1 Design ,engineering,manufacture,procurement of materials and


bought out components, assembly at shop,inspection,testing at
manufacturer's works, packing, delivery, documentation as per the
enclosed standard specifications, instructions to vendors, job
specification, data sheets etc
GROUP: A Self Actuated Pressure Control Valve; Qty: 1 No.
1.0001 086-PCV-3031 Self Actuating Pressure Control Valve 1 Nos
copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1641-515 Rev.1 A4-210x297

4 Supply of Mandatory Spares as per enclosed list/instructions to


vendor
4A Group-A: Self Actuated Pressure Control Valve; Qty: 1 No.
5 Supply of two years operation and Maintenance Spares,as per
enclosed instructions to vendor

Vendors shall quote prices against these items in their price schedule
Vendor to note that the numbers given in square '[]' and curly '{}' brackets are not for their use and
meant for store purpose only.Items shall be tagged as per equipment Tag No. only.

Project : RESID UPGRADATION PROJE REQUISITION No. REV


ENGINEERS INDIA LIMITED
A133-000-YC-MR-2341 A
NEW DELHI Client : M/S CPCL
Page 71 of 138 Sheet 2 Of 4
LIST OF ATTACHMENTS
S. No. DOCUMENT TITLE DOCUMENT NO. REV DATE SHEETS
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be reproduced,

1 Vendor Data Requirement A133-000-YC-VD-2341 0 22/06/2015 2

2 Special Instruction to Vendor A133-000-YC-SI-2341 0 22/06/2015 3

3 Spec. for documentation requirements 6-78-0003 0 04/06/2009 12


from supplier
4 Spec. for quality management sys.req. 6-78-0001 0 04/06/2009 9
from bidders
5 Deviation List Format A133-000-16-51-MD-2341 0 22/06/2015 1
copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1641-515 Rev.1 A4-210x297

6 Technical Questionarrie A133-000-YC-TM-2341 A 22/06/2015 1

7 Indicative Inspection and Test Plan APPENDIX-A 0 14/01/2015 2

8 Datasheet Index With datasheets A133-000-YC-ID-2341 0 22/06/2015 2

9 Compliance Statement A133-000-16-51-CF-2341 A 22/06/2015 1

10 Technical Notes for Valves 6-44-0052 6 04/08/2010 20

11 Standard Spec. for Control Valves, 44NC-4600-0000/J.SS/0108/A4 0 12/03/2010 9


Shutdown Valves & Self Acting Regulators

In case of any subsequent revision of MR or PR,only revised sheets of the attachments listed above shall be issued
alongwith the revision.
GENERAL NOTES:

Project : RESID UPGRADATION PROJE REQUISITION No. REV


ENGINEERS INDIA LIMITED
A133-000-YC-MR-2341 A
NEW DELHI Client : M/S CPCL
Page 72 of 138 Sheet 3 Of 4
Engineers India Limited Vendor Drawing/ Document Submission Schedule
Client/ Project:M/S CPCL/ RESID Vendor's Name : Contact Person (Name/ Tel/ Fax/ email) : Status Date:
UPGRADATION PROJECT

Item Description:Self Actuated PR No.: Review Status Code:


Pressure Control Valves 1. No Comments
Date of LOI:
2. Proceed with manufacture/ fabrication as per commented document.
PO No.: Revised document required.
3. Document does not conform to basic requirements as marked.

Page 73 of 138
Date of PO: Resubmit for Review. R: Retained for Reference V: Void
EIL Originating Department :Instrumentation Contact Person(EIL):

Anticipated (Ant) Date of submission by vendor


Schedule
Drg/ Doc. Nomenclature Vendor Drg/ Doc No. Category Date of 1st Actual (Act) Date of submission by vendor Form
S.No. as per EIL Vendor Data Review(R)/ Submission Date of Return (Rew) by EIL Electronic Remarks
Requirement Records(I) (Rev. 0) (E)/ Print (P)
Title Review Status (Code)
Rev. 0 Rev. 1 Rev. 2 Rev. 3
Ant
Act
Rew
Code
Ant
Act
Rew
Code
Ant
Act
Rew
Code
Ant
Act
Rew
Code
Ant
Act
Rew
Code
Form No. EIL-1641-1923 Rev.1
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will
not be reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-726 Rev.0 A4-
VENDOR DATA REQUIRMENT

With Final
Description AFTER PURCHASE ORDER
Proposal Documentation
(Prints) / As Built
Prints Date Needed
1. Compliance statement and Deviation list (if any) X
2. Proven Track Record X
3. Catalogues in English X
4. Recommended spare parts list ( for two years' operation) X
5. Filled in datasheet X X(i) 2W 6(W/S)
6. Dimensional details with mounting details and model number X(i) 4W 6(W/S)
7. Connections by purchaser(Piping/Electrical) X(i) 4W 6(W/S)
8. Wiring diagrams X(i) 4W 6(W/S)
9. Sizing calculations for control valve & actuator X X(i) 2W 6(W/S)
10. Testing and Inspection procedures X(i) 6W
11. Tubing/hook-up drawing X(i) 4W 6(W/S)
12. Parts list X(i) 4W 6(W/S)
13. Control valve operating signatures for smart / field bus X(i) 4W 6(W/S)
positioners
14. Certificate from statutory body for valve/accessories X X(i) 4W 6(W/S)
15. Test certificates X(i) 4W 6(W/S)
16. Assembly details 6(W/S)
17. Installation manual 6(W/S)
18. Calibration and maintenance procedures 6(W/S)
19. Operation and maintenance manual 6(W/S)
20. Final Documentation in editable soft copy (CD) 6(W/S)
21. Mandatory Spares List X(i) 6W 6(W/S)
22. Design Data Manual 6(W/S)

0 22/06/2015 AR AR AR REQ. NO. : A133-000-YC-MR-2341


210x297

ORDER NO. : Page 1 Of 2

REV DATE BY CHKD APPVD VENDOR :

PLANT : RESID UPGRADATION PROJE SPECIFICATION REV


ENGINEERS INDIA LIMITED
UNIT : 000
NEW DELHI A133-000-YC-VD-2341 0
CLIENT M/S CPCL
Page 74 of 138
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will
not be reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-726 Rev.0 A4-
VENDOR DATA REQUIRMENT

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 -

Vendor Drawing Control


10th Floor EI House, 1, Bhikaji Cama Place, New Delhi-11006
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.

I. Any drawing/document not indicated in the list above but required during erection, commissioning or for
reconfiguration of the system shall also be supplied by the Vendor on demand.

II.X indicates required. Suffix Codes mean the following:


- (i) For Information
- (a) For Approval

III.The soft copy of documentation shall be in editable form (CAD. Excel, Database etc ).

IV. Note-1 & 2 above is not applicable as document shall be submitted as soft copies through eDMS.

0 22/06/2015 AR AR AR REQ. NO. : A133-000-YC-MR-2341


210x297

ORDER NO. : Page 2 Of 2

REV DATE BY CHKD APPVD VENDOR :

PLANT : RESID UPGRADATION PROJE SPECIFICATION REV


ENGINEERS INDIA LIMITED
UNIT : 000
NEW DELHI A133-000-YC-VD-2341 0
CLIENT M/S CPCL
Page 75 of 138
TECHNICAL QUESTIONNAIRE
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will

This questionnaire shall be duly filled in and submitted along with unpriced sets of offers to avoid further
queries and to ensure proper evaluation of your offer in time. If this is not complied with, your offer is liable to be rejected.
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------
not be reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-TEQ

ANSWER 'YES' 'NO' OR 'NOT APPLICABLE'

DESCRIPTION BIDDER'S RESPONSE


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

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.

-------------------------------------------------------------------------------------------------------------------------------------------------------------------------
- NOTE : If the answer is 'NO' , then furnish reasons thereof.
[ ] Deviation [ ] No Deviation Vendor Seal And Signature

A 22/06/2015 PR AR AR REQ. NO. : A133-000-YC-MR-2341


ORDER NO. : Page 1 Of 1

REV DATE BY CHKD APPVD VENDOR :

PLANT : RESID UPGRADATION PROJE SPECIFICATION REV


ENGINEERS INDIA LIMITED
UNIT : 000
NEW DELHI A133-000-YC-TM-2341 A
CLIENT M/S CPCL
Page 76 of 138
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will
not be reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-726 Rev.0 A4-
SPECIAL INSTRUCTION TO VENDORS

Part A:

BIDDING INSTRUCTIONS.

A1. Bidder must follow the following guidelines while submitting their offer. Offers not complying with these guidelines shall
be rejected summarily without any intimation to the bidder.

a) The Material Requisition (MR) specifications (i.e.) data sheets, standard specifications and other attachments to this MR
shall be fully complied with. No deviations of any type are acceptable in general. In case, where it is necessary, bidders shall
furnish their deviations to MR requirements, in a separate section (Deviation List) of their bid. Deviations listed elsewhere in
the bid shall not be taken into cognizance.

b) In case of any contradiction between these bidding instructions and any other documents attached with MR, this bidding
instructions shall govern.

c) Bidder shall note the following with respect to ordering of Self Actuated Pressure Control Valve (SAPCV) covered in the
MR. SAPCV in this MR is considered in 1 ( one ) group as Group-A as below:

Group-A: Self Actuated Pressure Control Valve Qty: 1 No.

Bidder shall submit the Lump-sum price for the group , covering all the items, accessories and testing requirements as
specified in this MR strictly adhering to the price schedule format of Request For Quotation (RFQ) . No information /
description, technical or non-technical, other than what is required as per price format shall be filled or submitted.

d) Bidder to note that the evaluation shall be carried out on bottom line basis (lump sum basis) for the group covering all the
tags in a group including all the accessories like Air filter regulator, Positioner etc. and all testing & inspection requirement,
statutory certification etc. as applicable as per MR.

e) Bidder shall note that ordering shall be carried out Group wise i.e. SAPCV and its accessories including mandatory spares
for the group shall be ordered together on one Bidder. Bidder must quote for SAPCV and mandatory spares in a group so as
to be considered for that group.

f) In addition to Lump-sum price for the group, Unit rates for SAPCV with its accessories shall be provided separately in the
price schedule format for any future addition/deletion purposes at a later date. Price for accessories, testing required with
each item as per MR specifications shall be included in the item unit price in pricing schedule.

g) Bidder to note that alternate quote shall not be furnished for any tag and an offer with alternate quote shall not be
considered for evaluation.

A2. Bidder is responsible for meeting all technical requirements in this Material Requisition including instrument data sheets.
If at any stage, till the completion of order, the offered items and its accessories are found unsuitable to meet the MR
specification, bidder shall replace the same with suitable items, without any time / cost implication.

A3. The Bidder shall submit the required drawings/ documents as per the Vendor Data Requirements (VDR) enclosed with
the MR.

A4. The Bidder shall submit the 'Technical Questionnaire' in this M.R. duly filled in along with the offer. Answers to the
contents of this Technical Questionnaire shall be unambiguous i.e. 'yes', 'no' or the required data/information. An offer without
the filled-in Technical Questionnaire or with vague, non-committal replies or referenced reply to some catalogue etc., without
specific page and paragraph no. shall be considered incomplete and is liable for rejection.

A5. MUST COMPLY REQUIREMENTS


--------------------------------------------------------
a) Bidder must indicate their contact person; email ID, fax number, telephone number and postal address in the attached
format.

b) Offer must be complete in all respects complying fully with the MR requirements without exception. No price change,

0 22/06/2015 AR AR AR REQ. NO. : A133-000-YC-MR-2341


210x297

ORDER NO. : Page 1 Of 4

REV DATE BY CHKD APPVD VENDOR :

PLANT : RESID UPGRADATION PROJE SPECIFICATION REV


ENGINEERS INDIA LIMITED
UNIT : 000
NEW DELHI A133-000-YC-SI-2341 0
CLIENT M/S CPCL
Page 77 of 138
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will
not be reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-726 Rev.0 A4-
SPECIAL INSTRUCTION TO VENDORS

whatsoever, shall be allowed to the bidder after submission of bid even if it results from any technical clarification.

c) Any price change subsequent to the submission of the offer because of any technical query or any other reason
attributable to the bidder may lead to rejection of the offer.

d) Technical queries if necessary shall be forwarded either in email or by fax. Bidder shall be allowed to forward their replies
either by email or by fax, addressed directly to Purchase department (addressed to the Purchase department from where the
enquiry is issued) indicating the enquiry number in each of such correspondence. Bidder shall also forward a hardcopy of the
email duly signed and addressed to both the above.

e) Any query raised on the email or fax must be replied within the specified period. Replies received beyond the specified
period may lead to ignoring any subsequent correspondence from the bidder.

f) Bidder to note that a pre-bid meeting shall be held in which bidder can seek any clarification/ confirmation if required.
Bidder shall ensure that this meeting is attended by both technical and commercial personnel of the Bidder who should have
thoroughly scrutinized the MR beforehand so that all issues are finally resolved in this meeting.

g) Offered models shall be accompanied by detailed technical catalogues in English.

A6. (i) Bidder shall complete, duly signed and stamped and submit the following documents along with the offer:
1. COMPLIANCE STATEMENT
2. TECHNICAL DEVIATION LIST (if any)
4. TECHNICAL QUESTIONNAIRE
5. UN PRICED BID (WITHOUT PRICES) as per the RFQ FORMAT with
a) Sizing calculations with Filled in data sheet of SAPCV

THE ABOVE DOCUMENTS ARE THE BASIS OF TECHNICAL EVALUATION. OFFERS SHALL BE EVALUATED BASED ON
THE ABOVE-MENTIONED DOCUMENTS. THERFORE BIDDER SHALL TAKE PROPER NOTE OF THIS IMPORTANT
REQUIREMENT AND COMPLY.

ii) After placement of order, Bidder shall furnish filled in instrument data sheets with complete model no. and model decoding
details of SAPCV and its accessories along with instruments catalogs for inclusion in the PR within 2 weeks of issue of LOI.

iii) Bidder to note that Delivery will be reckoned from the date of issue of LOI and any delay in submission of filled in data
sheet and resulting delay in delivery shall be in Bidders account.

PART B: SPECIFIC JOB REQUIREMENTS

B1.The Self Actuated Pressure control Valve is for the DCU Unit (Unit # 086) of Resid- Upgradation project of M/s CPCL.

B2. Offered Model Nos. for SAPCV should have been operating individually for a period of minimum 4000 hrs. as on bid due
date in the process condition similar to those specified in purchaser's data sheets Bidder to offer only standard product out
of their manufacturing range as listed in their product catalogue including SAPCV model no., Cv, size, etc. Valve with non-
standard model no., Cv & size shall not be offered and will not be considered for acceptance. Bidder shall ensure that
complete Model no. and decoding details are provided for the SAPCV and accessories offered by them.

B3. The Standard Specifications for control valves, shutdown valves & self acting regulators ( 44NC-4600-
0000/J.SS/0108/A4) attached with MR shall be read in conjunction with this 'Special Instructions to Vendor' and the data
sheets enclosed in this Material Requisition. Wherever any discrepancy exists between the above documents, 'Special
Instructions to Vendor' and the data sheets shall govern. Each datasheet is provided with General notes & notes specific to
that tag no. Bidder shall read the datasheet specification together with these notes given at the bottom of datasheets. Bidder
shall note that only latest edition of applicable codes and standards as on bid due date shall be considered.

B4. The SAPCV shall be flanged end connection integral to the valve body with flange end connection as specified in the
data sheet.

B5. SAPCV sized and selected by bidder shall be suitable for the indicated fluid flow rate over the indicated turndown and
viscocity with the stated accuracy, including noise and suitable treatment to limit noise within appropriate limit. Also, SAPCV
shall be with suitable capacity and rangeability for the process conditions specified. The valve capacities in terms of Cv may

0 22/06/2015 AR AR AR REQ. NO. : A133-000-YC-MR-2341


210x297

ORDER NO. : Page 2 Of 4

REV DATE BY CHKD APPVD VENDOR :

PLANT : RESID UPGRADATION PROJE SPECIFICATION REV


ENGINEERS INDIA LIMITED
UNIT : 000
NEW DELHI A133-000-YC-SI-2341 0
CLIENT M/S CPCL
Page 78 of 138
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will
not be reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-726 Rev.0 A4-
SPECIAL INSTRUCTION TO VENDORS

be calculated using standard ISA sizing formula or vendor sizing formula. The valve droop shall be less than 10% over set
point.

B6. All pressure control parts shall be able to withstand shut-off pressure and maximum operating temperature indicated in
the data sheets. For SAPCV with down stream regulation shall be provided with integral relief valves wherever necessary.

B7. The set pressure shall be adjustable throughout each spring range externally. A lock in mechanism shall be provided to
avoid inadvertent set point adjustment.

B8. The valve regulator body rating shall be equal to or better than the flange rating specified in the data sheets. SAPCV
shall be suitable for installation in horizontal and vertical lines.

B9. SAPCV covered in this MR shall be for upstream/down stream pressure control as specified in the respective data sheets
and shall preferably have internal pressure sensing unless other wise specified in the data sheets.

B10. Where Diaphragm material is specified as 'SS', Bidder may offer any Austenitic grade as per their standard. Bidder
shall not offer diaphragm material of elastomers in such a case. Where the diaphragm material is specified as 'NITRILE',
Bidder may offer the diaphragm material of any other elastomer/ teflon (nitrile backed) as per their manufacturing std
provided which meets the process condition. i.e. Temperature, Pressure etc. specified in datasheet. Diaphragm material as
Austentic steel is also acceptable

B11. The PCV's listed in this MR shall withstand the maximum upstream pressure on the downstream side too.

B12. The SAPCV shall be painted with colour of paint as below:


For Carbon Steel body: Light grey

B13. Compressed asbestos fibre (CAF) gaskets shall not be used.

B14. Flow direction mark of SAPCV is preferred to be part of valve body casting instead of riveted ( with SS material) in the
control valve body. Stainless steel name plate shall be provided for the valve indicating the information as specified in the
standard specification attached with MR.

B15. Inspection and Test requirements:


SAPCV supplied by the Bidder at his works shall be subject to inspection at Valve Manufacturer's works prior to despatch of
SAPCV. As a minimum, the inspection and testing requirements as per The Standard Specifications for control valves,
shutdown valves & self acting regulators ( 44NC-4600-0000/J.SS/0108/A4) and Inspection & Test Plan ( Appendix-A)
attached along with the MR shall be adhered to.
For inspection agency and charges, refer to commercial documents.
For SAPCV where no testing is witnessed by PMC/Owner, the following test certificates shall be furnished by vendor.
- Verification of certificates as applicable for the material certificates, NDT reports like radiography, DPT , IBR and other
statutory certificates etc.
- Visual verification for quantity, quality and workmanship
- Hydrotesting and pneumatic testing as applicable
- Functional performance testing including calibration, accuracy ,repeatability testing
- Seat leakage tests for control valves, hydraulic pressure test, actuator cycling and fail condition tests
Bidder shall submit all test records/test results for records to Owner/PMC as bound volume with test procedure for each test
carried out by bidder.

B16. Mandatory spares:


Bidder shall quote for the following mandatory spares for each group as below in the format indicated in the item summary/
price schedule format.
(I) Group -A Items:
a) Repair Kit consists of (Orifice, Plug, spring , gasket, diaphragm , O-ring) for each valve
b) 20% or minimum 2 Nos of each type /size/rating etc. of trim set consisting of seat, seat ring/seal ring, plug with stem, cage
( wherever applicable) and packing material whichever is higher for each group.
The list of mandatory spares shall not be reviewed during offer/evaluation stage. It is Vendor's responsibility to meet the
above requirement. Complete List of Mandatory spares shall be submitted for review for Purchaser in the purchaser's
standard format which will be issued to successful bidder during detail engineering.

0 22/06/2015 AR AR AR REQ. NO. : A133-000-YC-MR-2341


210x297

ORDER NO. : Page 3 Of 4

REV DATE BY CHKD APPVD VENDOR :

PLANT : RESID UPGRADATION PROJE SPECIFICATION REV


ENGINEERS INDIA LIMITED
UNIT : 000
NEW DELHI A133-000-YC-SI-2341 0
CLIENT M/S CPCL
Page 79 of 138
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will
not be reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-726 Rev.0 A4-
SPECIAL INSTRUCTION TO VENDORS

B17. Two Years Operation and Maintenance spares:


Bidder shall furnish a separate quote for 2 years of normal operation & maintenance spare parts for SAPCV separately as
recommended by Bidder. The prices shall be valid at-least for two years from the date of placement of order.

B18. Bidder shall submit the required drawings/ documents as per Vendor data requirement, Standard Specifications & this
SIV clause. Bidder to note that the drawing/documents to be submitted by Bidder after purchase order as per Vendor Data
Requirement (VDR) shall be for information category and for reference for further engineering by Owner and Bidder shall be
responsible for completeness and correctness of the same. The specifications shall be as per MR only.

B19. Bidder to ensure that submission of all drawings / documents mentioned in VDR shall be in soft copies through EIL
eDMS portal only during detail engineering & no document shall be submitted through hard copies. However, as built
document shall be submitted in hard copy along with soft copy.

B20. Vendor shall furnish soft copies of all as built drawings and datasheets in Autocad/ MS excel formats for purchaser's
use.

B21. Flow unit wherever indicated as Am3/hr shall be read as m3/hr.

B22. SITE CONDITIONS:


The SAPCV covered in the MR shall be suitable for unprotected installation in Hot, Humid and Corrosive environment having
following ambient condition.
The site environmental conditions at CPCL, Chennai are as follows:
Ambient temperature (Max//min.): 45 deg C /18 deg C.
Relative Humidity: 80% (max) @45 deg C
Rainfall data: 100 mm in 1 hour & 450mm 24 hours period.

0 22/06/2015 AR AR AR REQ. NO. : A133-000-YC-MR-2341


210x297

ORDER NO. : Page 4 Of 4

REV DATE BY CHKD APPVD VENDOR :

PLANT : RESID UPGRADATION PROJE SPECIFICATION REV


ENGINEERS INDIA LIMITED
UNIT : 000
NEW DELHI A133-000-YC-SI-2341 0
CLIENT M/S CPCL
Page 80 of 138
A133-000-YC-CF-2341
COMPLIANCE STATEMENT

Page 1 of 2

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 RESID-

UPGRADATION PROJECT OF M/s CPCL, AGAINST MATERIAL REQUISITION No. A133-

000-YC-MR-2341, Rev A (SELF ACTUATED PRESSURE CONTROL VALVES) 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/CPCL 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)

Template No. 5-0000-0001-T2 Rev. 1 Copyrights EIL – All rights reserved


Page 81 of 138
COMPLIANCE STATEMENT
A133-000-YC-CF-2341
Page 2 of 2

Sr. COMPLIANCE STATEMENT/QUERY BIDDER’S CONFIRMATION/


No. ANSWER
Please note that it is mandatory to furnish
replies to the technical queries listed below,
without which your offer will be considered
incomplete.
This Technical Questionnaire with categorical
1.
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 mandatory spares have been


quoted as per SIV.

4. Confirmed that Two Years Operational Spares


have been quoted as per SIV.

BIDDER’S SIGNATURE & STAMP

Template No. 5-0000-0001-T2 Rev. 1 Copyrights EIL – All rights reserved


Page 82 of 138
Deviation List Document No.
For A133-000-YC-MD-2341, Rev A
Self Actuated Pressure Control Valve Page 1 of 1

Sl. Document No. Clause No. Deviation Technical Reason for Deviation
No.

Bidder Seal & Signature

Template No. 83
Page 5-0000-0001-T3
of 138 Rev. 1 Copyrights EIL – All rights reserved
SELF ACTUATED PRESSURE CONTROL VALVE
DCU, CPCL, CHENNAI

A133-000-YC-ID-2341
(Data sheet Index )

GROUP-A (Qty. - 1 No.)

Tag No Data Sheet No. Revision


MR. Item No.
1.0001 086-PCV-3031 A133-086-YC-DS-3245 A

MR NO. A133-000-YC-MR-2341 Rev A


Page 84 of 138
1 Tag Number 086-PCV -3031
GENERAL 2 Service Drinking Water
3 Line No. Line Size Schedule 3"-WDK-086-1101-J2A 3 in HVY
4 Tightness Requirements ANSI IV (standard)
5 Fluid Fluid State Drinking Water Liquid
6 Flow Operating Am³/h
7 Flow Max. Min. 16.04 Am³/h 5 Am³/h
8 Inlet Pressure Max. Operating Min. 10 kgf/cm²-g 10 kgf/cm²-g kgf/cm²-g
9 DP Valve Sizing Operating kgf/cm²
10 DP Valve Sizing Min. Max. 0.61 kgf/cm² 0.2 kgf/cm²
11 Shut - Off DP Max. 12.9 kgf/cm²
PROCESS 12 Temperature Min. Operating Max. °C 45 °C °C
CONDITIONS 13 Spec. Gravity at Base Operating 0.99
14 Molecular Mass Compressibility Cp/Cv
15 Viscosity at Base Operating 0.95 cP
16 Inlet Velocity
17 Vapor Pressure Critical Pressure
18 Predicted Allow Sound Level dBA *
19 Cv Calculated Max. Min. Nor.
20 Size Trim Size Selected Cv * *
21 Type Function Standard Upstream Control
22 End Connections & Rating Facing Finish ANSI Flanged 300# RF 125 AARH
BODY 23 Body Material ASTM A 105
24 Bonnet Type Mfr. Std.
25 Stem Material Packing Material
26 Flow Action to
27 Lubricator Iso. Valve * *
28 Guiding No. Ports Characteristic Top 1 no. Modified %
29 Plug Material SS 316
TRIM 30 Seat Material SS 316 + PTFE
31 Trim Material SS 316
32 Gasket Material *
33 Bushing Material SS 316
34 Model Size * * in
35 Type Spring Diagphragm
36 Pilot
37 Supply to Pilot
ACTUATOR / 38 Self Connection External Connection Size Rating Internal
PILOT 39 Diaphragm Material Nitrile
40 Spring Range *
41 Set Point 10 kgf/cm²-g
42 Diaphragm Rating *
43
44 Filter Regulator Not Required
45 Line Strainer Not Required
46 Housing Vent Not Required
ACCESSORIES 47 Internal Relief Not Required
48 Pressure Gauge Not Required
49
CERTIFICATE 50 IBR Not Required
51 Manufacturer
52 Model
PURCHASE 53 Requisition No. Purchase Order No.
54 Price Item Number
55 Serial Number
Notes: See notes

INSTRUMENT SPECIFICATION
Self Actuated PCV
Project: RESID UPGRADATION, CPCL
Job No. A133
A PR 22-June-15 Issued with MR Unit No.: 086-Delayed Coker Unit Sheet 1 of 2
No. By Date Revision Code: 105 Doc. No.: A133-086-YC-DS-3245 Rev.: A

Page 85 of 138
Tag Number : 086-PCV -3031

* To be furnished by Vendor.

1. Design Temperature: 65 deg. C.


2.

INSTRUMENT SPECIFICATION

Self Actuated PCV

A PR 22-June-15 Issued with MR Sheet 2 of 2


No. By Date Revision Code: 105 Dwg. No.: A133-086-YC-DS-3245 Rev.: A

Page 86 of 138
Page 1 of 9

SPECIFICATION NO: 44NC-4600-0000/J.SS/0108/A4

TITLE: STANDARD SPECIFICATION FOR CONTROL VALVES,


SHUTDOWN VALVES & SELF-ACTING REGULATORS

PROJECT REFERENCE:

- Project No: 44NC-4600

- Project Location: Manali, Chennai

- Project Title: RESID UPGRADATION PROJECT

- Client: Chennai Petroleum Corporation Limited

- Project Manager Authorization: B.B. DARAK Date:

- Client Authorization: Date:

APPROVALS
Rev. Issue Pages Revision Description By Check Approve
No. Date

0 12- Mar-10 9 Issued For Feed ADM MSD BSP


 Entire Specification SPECIFICATION ISSUED FOR:
Issued this Revision  In-house Review  Purchase
 Revised Pages Only  Client Approval  Construction
Issued this Revision  Enquiry  Engineering

Page 87 of 138
PROJECT NO.: 44 NC-4600 SPEC. NO. 44NC-4600-0000/J.SS/0108/A4

TITLE: STANDARD SPECIFICATION FOR CONTROL REV. NO / ISSUE DATE - 0 / 12-Mar-10


VALVES, SHUTDOWN VALVES AND SELF-ACTING Page 2 of 9
REGULATOR

TABLE OF CONTENTS

1.0 PURPOSE

2.0 SCOPE

3.0 TECHNICAL REQUIREMENTS

3.1 CONTROL VALVES, SHUTDOWN VALVES & SELF-ACTING REGULATORS


3.2 ACTUATORS
3.3 POSITIONERS
3.4 OTHER ACCESSORIES
3.5 INSPECTION & TESTING

4.0 RELATED DOCUMENTATION

5.0 ATTACHEMENTS

Page 88 of 138
PROJECT NO.: 44 NC-4600 SPEC. NO. 44NC-4600-0000/J.SS/0108/A4

TITLE: STANDARD SPECIFICATION FOR CONTROL REV. NO / ISSUE DATE - 0 / 12-Mar-10


VALVES, SHUTDOWN VALVES AND SELF-ACTING Page 3 of 9
REGULATOR

1.0 PURPOSE

The purpose of this specification is to define the minimum requirements of design and
Manufacture of Control Valves, Shutdown valves and self acting regulators.

2.0 SCOPE

The scope of work shall include design, manufacture, testing and supply of control valves,
shutdown valves and self-acting regulators. The inspection requirements shall be as per the
inspection plan.

3. 0 TECHNICAL REQUIREMENTS

3.1 CONTROL VALVES, SHUTDOWN VALVES & SELF-ACTING REGULATORS

3.1.1 Control valve type / design selection shall be made with consideration of following conditions
- Pressure drops, which exceed 10 bars.
- Flashing or cavitating liquids.
- Steam service where pressure drop exceeds 5 bar.
- Corrosive fluids.
- Control valves on erosive services (slurries).

3.1.2 Control valves shall normally be globe type, single seated or double seated. Other valve
types like butterfly ball, rotary plug, angle or 3 way etc., shall be selected as per service
requirements. Flanged control valves shall be used. Body material, body rating shall be as
per piping specifications as a minimum. The flange rating shall be 300# as a minimum or
higher as per piping specifications. Valve bodies and other pressure parts, except diaphragms
and housings shall be of forged or cast carbon steel conforming to ASTM A-181, or BS 1503-
161 Gr.B and ASTM A-216 or BS 1504-161 respectively, unless otherwise specified. Valve
bodies of carbon steel with equivalent or better physical properties will be acceptable
provided forged materials are not high manganese sulphur steels (free machining).

3.1.3 Minimum control valve body size shall be 1" in general. Reduced trims can also be
considered. Body size shall be limited to 1", 1-1/2", 2", 3", 4", 6", 8", 10" and 12". Higher
sizes may be used wherever necessary. Flanged connections shall conform to the
dimensions and pressure temperature ratings of ANSI B16.5.

3.1.4 The control valve shall be delivered complete with actuator and accessories pre-assembled.
All accessories such as positioner, air filter regulator and solenoid valve shall be securely pre-
tubed and mounted on the actuator such that they shall be removable for maintenance
without disturbing other components. Noise from control valve during operation shall be
limited to OSHA specified level or better. The maximum allowable noise is 70 dBA SPL
(Sound Pressure Level). Source treatment for noise, shall be preferred by using special trims
like anti-noise trims, in case, noise exceeds the specified level. Other methods based on merit
is permissible.

3.1.5 Leakage Class-VI shall be considered wherever tight shut-off is specified depending upon the
availability with respect to temperature, pressure drop and stelliting requirement. If Class-VI is
not available because of high temperature, pressure drop then stelliting Class-V is also
acceptable. For all shutdown valves, the leakage class shall be class VI minimum. Control
valve leakage shall conform to ANSI B16.104 or ANSI/FCI 70.2

Page 89 of 138
PROJECT NO.: 44 NC-4600 SPEC. NO. 44NC-4600-0000/J.SS/0108/A4

TITLE: STANDARD SPECIFICATION FOR CONTROL REV. NO / ISSUE DATE - 0 / 12-Mar-10


VALVES, SHUTDOWN VALVES AND SELF-ACTING Page 4 of 9
REGULATOR

3.1.6 Control valve sizing shall be carried out as per ISA S75-01. The selected valve Cv shall
permit up to 150% of normal flow or 110% of maximum flow, whichever is higher. In general,
control valves shall be sized so that the valve opening is as noted below:

At max. flow : about 80% open


At normal flow : about 70% open
At minimum flow : about 20% open

Equal percentage control valves shall normally be sized between 60 & 80% open for normal
flow. Linear control valves shall normally be sized to be between 50% and 70% open for
normal flow.

For 2-phase flow the control valve Cv shall be the computation of the Cvs of the liquid phase
and the vapour phase utilising relevant correction factors based on the individual process
conditions.

3.1.7 Flanged bolted type gland packing boxes shall be used, unless otherwise specified. Gland
packing shall normally be self-lubricating type. Packing shall be PTFE on liquid and gas
service upto 200ºC . and Grafoil for 200ºC and above. Asbestos and graphite as wetted
material, either in packing or seal is not allowed.

3.1.8 Bellows seal shall be used where it is required to isolate the packing from the process fluid or
where no leakage to atmosphere can be tolerated like toxic, explosive and precious fluids.

3.1.9 As a minimum, trim material shall be SS 316. Trim shall be with guide bushing of hardened
stainless steel like 440 C, 17-4 PH. all upto a pressure drop of 10 kg/cm2. For higher
pressure drops or erosive and slurry services and in general for all steam services, flashing
services, hard-surfacing of plug seat rings and seating area of inner valve with stellite shall be
used. Special cases may require 17-4 PH seat ring and 440 C solid plugs or other materials
like Hastelloy, Durimet, Monel, etc.

Where tight shutoff is required, soft seat trims shall be used, provided temperature limits are
not exceeded. All soft seat trim valves shall be of fire safe design.

For temperature above 300ºC stellite facing shall be used for guide posts. Guide bushing hall
always be harder by a minimum of 125 Brinnel than the guide post.

Trim characteristics shall be equal percentage type unless required otherwise. Control valve
lugs shall be top and bottom guided for double seated valves and top guided for single-seated
valves. The standard construction for globe body control valve shall be single seated
with top guiding for low ∆P applications and cage guided for high pressure drop applications
generally. Hardened plug and seat rings shall be selected for erosive services, for steam
services with ∆P ≥ 5 bar or where ∆P exceeds 10 bar Trim shall be coated with stellite 6 or
colomonoy. Anti-cavitation trim shall be selected wherever cavitation is expected in the valve.

3.1.10 For liquid services in which high pressure drops occur, the application of a conventional trim
with standard flow direction often results in very high velocities and cavitation. Where this is
the case, preference should be given to hardened trim materials and / or, for single-seated
valves, change of flow direction through the valve. If reverse flow direction is applied, special
attention shall be paid to marking the correct flow direction on the valve body.

Where hardened trim materials and / or change of flow direction is not adequate or feasible,
valves with anti-cavitation trims shall be considered.

Page 90 of 138
PROJECT NO.: 44 NC-4600 SPEC. NO. 44NC-4600-0000/J.SS/0108/A4

TITLE: STANDARD SPECIFICATION FOR CONTROL REV. NO / ISSUE DATE - 0 / 12-Mar-10


VALVES, SHUTDOWN VALVES AND SELF-ACTING Page 5 of 9
REGULATOR

The anti-cavitation valve shall be of the globe or angle-body design, the fluid velocity shall be
controlled by using a valve trim having specially designed multiple orifices in series and / or in
parallel. Designs other than the above require the written approval of the Consultant.

For applications where valves with anti-cavitation trims are not available, i.e. miniature-type
control valves with a very low capacity (Cv factor), two valves in series should be considered,
however, this procedure requires the written approval of the Consultant.

3.1.11 The allowed stroking time of the control valves shall be evaluated on the basis of the process
control requirements.

For analogue control systems (control valves equipped with positioners), the maximum
stroking time should be 10 seconds or less for valve sizes DN 100 and smaller, and shall be
15 seconds or less for valve sizes DN 150 and larger. Deviation from the above stroking
times requires the written approval of the Consultant.

For critical analogue control systems, such as surge control of compressors, the stroking time
shall be less than 5 seconds.

3.1.12 Self actuating regulators for flow, pressure and temperature shall be used where loads are
constant and requirements of precision and accurate controls are not stringent.

3.1.13 Colour coding for all valve bodies and actuators shall be as per engineering design basis.

3.1.14 End connections may be lug type or with flange. Normally butterfly control valve disc travel is
specified as 0 to 60° for 0.2 to 1.0 signal range. The valve shall be sized so that the maximum
flow is achieved at approximately 45° opening. The effect of reducers, where applicable shall
be considered (i.e. Fp factor).

3.1.15 All Shutdown valves shall be flanged Ball valves only, unless otherwise specified. Normally
"floating ball" design shall be specified; where "trunnion mounting" has to be used, special
check has to made for its suitability for service conditions especially for viscous and solidifying
type liquids and slurries. Valves shall be full bore type.

3.1.16 All shutdown valves shall be equipped with quick exhaust type solenoid valves / pilot valves to
achieve fast closing in less than 5 seconds.

3.1.17 All valve bodies for use on oxygen service are to be degreased and suitably protected for
transit to prevent ingress of dust and grease. The body casting shall be completely machined
internally to remove any casting imperfections and provide a smooth surface in order to
reduce the probability of initiating metallic combustion.

3.1.18 All valves on stream service shall comply with statutory requirements as per Indian Boiler
Regulations (IBR). Vendor shall submit Form - III C of IBR duly filled.

3.1.19 For all shutdown valves on fire safe applications, air volume tank shall be provided for storage
of air volume for minimum 3 full strokes of the valves. All valve accessories such as solenoid
valve, limit switches, volume tank etc shall also be enclosed in a certified fireproof enclosure.
The cable used for actuation of the valve shall also be fire resistant ( Fire survival to IEC-331).

3.2 ACTUATORS

Page 91 of 138
PROJECT NO.: 44 NC-4600 SPEC. NO. 44NC-4600-0000/J.SS/0108/A4

TITLE: STANDARD SPECIFICATION FOR CONTROL REV. NO / ISSUE DATE - 0 / 12-Mar-10


VALVES, SHUTDOWN VALVES AND SELF-ACTING Page 6 of 9
REGULATOR

3.2.1 Actuators shall be adequately sized to control with shut-off pressure differential applied. The
maximum differential pressure for actuator sizing shall be assumed as maximum upstream
pressure with valve fully closed and downstream atmosphere pressure where specifically not
mentioned in the design data sheet. Valve actuator(s) shall be selected to ensure that they
are capable of operating the valve(s) with out-of-balance forces as would be caused by
pressure equivalent to the full static pressure upstream and normal atmospheric pressure
downstream. The actuator shall be designed considering 3.5 Kg/cm2g air pressure to deliver
25% more force / torque than the max. torque requirement to operate the valve under all
operating conditions including when the valve is pressure balanced up stream and
downstream with the body cavity vented.

3.2.2 Valve actuator shall be pneumatic spring opposed diaphragm type, in general. Piston type
actuators may be used for very high shut off pressure requirements. Additional equipment
necessary to meet fail safe condition shall also be included in case double acting piston type
actuator is selected. In either case, actuator shall be able to withstand maximum shut-off
pressure with the minimum instrument air pressure specified. Valve actuators of the spring
opposed diaphragm type shall be furnished, with readily adjustable enclosed springs of
corrosion resistant finish. The adjusting mechanism shall be designed to ensure permanence
of the spring adjustment.

3.2.3 Other types of actuators such as piston type actuators, with or with out helper springs, and/or
fail safe capacity tanks, are subject to consultant’s approval.

Double acting piston cylinder actuators , where used, shall also be provided with volume tank,
safety valve, NRV, pressure gauges etc. Volume tank shall be designed for 3 full stroke
operations of the valve in addition to backup for control valve operation for a preset time as
indicated in project specifications.

Emergency shut-off valves shall be fitted with a fail-safe spring return mechanism, the spring-
opposed actuators should preferably be of the multiple spring type (redundancy).

Cylinder actuators shall be provided with adjustable limit travel stops in both directions. Bolt
adjustment type limit stops shall be applied with a locking facility, e.g. a locking nut to prevent
tampering. Piston and Cylinder actuators shall have O-ring sealing and shall be designed for
low shaft and piston friction.

3.2.4 Actuator / diaphragm cases shall be made from steel as a minimum. Yoke material shall be
high-tensile strength cast, or ductile iron as a minimum. Diaphragms shall be nylon reinforced
neoprene or Buna N rubber. Cooling fins and extension bonnets where fitted shall be of the
same material as the body. Finned cooling and/or extensions shall be used for cryogenic and
high temperature services as applicable.

3.3 POSITIONERS

3.3.1 Smart Electro-pneumatic positioner shall be used for all control valves. Valve positioners shall
be fully assembled complete with all necessary tubing. Air supply, output and signal gauges 0f
2” (50mm) nominal diameter shall be provided as standard. All accessories shall be tubed
having MOC as per project specification with double ferrule type tube fittings. All pneumatic
connections shall be ¼” NPT (F) unless otherwise specified

3.3.2 Valve positioner shall be provided with an adjustable mechanism to vary the relationship
between valve stroke and controlling air pressure span. Positioners shall be capable of

Page 92 of 138
PROJECT NO.: 44 NC-4600 SPEC. NO. 44NC-4600-0000/J.SS/0108/A4

TITLE: STANDARD SPECIFICATION FOR CONTROL REV. NO / ISSUE DATE - 0 / 12-Mar-10


VALVES, SHUTDOWN VALVES AND SELF-ACTING Page 7 of 9
REGULATOR

providing a full stroke of the control valve, in either direction, in not more than 10 ~ 15
seconds or as specified.

3.3.3 Separate I/P convertor and pneumatic positioner shall not be used. Separate air filter
regulator shall be provided for each control valve.

3.4 OTHER ACCESSORIES

3.4.1 Hand wheels shall be provided as per requirement indicated in P&ID and project
specifications. Handwheels shall override automatic operation. No hand wheels or bypass
valve shall be provided for Shutdown valves.

3.4.2 Valve stem position indicators shall be fitted as standard showing open, closed and
incremental stroke positions. Direction of flow indication shall be permanently indicated on the
valve body and shall be clearly visible in the final installed position.

3.4.3 The limit switches for shut down valve and control valve wherever applicable shall be of
intrinsically safe, proximity type. Separate switches shall be supplied for open and closed
position. All the emergency shutdown valve shall have limit switches to indicate the valve
position as per P&ID. The enclosure of limit switches shall be as per the respective area
classification. All valve with limit switches shall also have visual indication of the valve ‘OPEN’
or ‘CLOSE’ conditions.

3.4.4 Solenoid valves, wherever used, shall be 3 way universal type and shall be continuous rated
type with class F coil insulation as per IEC 85 / IS 1271. These shall be of SS body with
SS316 trim, as a minimum. The solenoid coil lead wires shall be neatly terminated on the
Solenoid valve terminal box. Flying leads from the solenoid valve are not acceptable.
Solenoid vents shall have bug screens. All pneumatic tubing for interconnection of solenoids
etc shall be as per project specification.

3.4.5 Secured instrument air (SIA) shall be applied for spring less actuators, to drive the control
valve to a safe position in the event of an air failure. The secured instrument air supply
system shall maintain sufficient air pressure in the buffer vessel for at least 30 minutes or 3
full valve strokes if that takes longer. Unless otherwise specified in the requisition, the
capacity of the secured instrument air buffer vessel shall be sized for a minimum instrument
air supply pressure of 4.2 bar g.

The secured instrument air buffer vessel capacity sizing calculation shall be submitted to the
Consultant for approval.

3.4.6 Air lock relays of proven make and design shall be used as required.

3.5 INSPECTION & TESTING

Test Procedure shall include but not be limited to the following:

3.5.1 Dimensional /Physical Test

3.5.2 Hydrostatic Body Test. - Duration 3 mins.

Page 93 of 138
PROJECT NO.: 44 NC-4600 SPEC. NO. 44NC-4600-0000/J.SS/0108/A4

TITLE: STANDARD SPECIFICATION FOR CONTROL REV. NO / ISSUE DATE - 0 / 12-Mar-10


VALVES, SHUTDOWN VALVES AND SELF-ACTING Page 8 of 9
REGULATOR

All valves when completely assembled shall be hydrostatically tested for a sufficient time for
the body, gland and joints to be scrutinized for leakage. Parts under test shall be unpainted
and shall have been processed with rust remover and protected against further rust prior to
test.

3.5.3 Seat Leakage Test. - as per ANSI B16.04, 1976 / FCI 70.2

The leak test shall be conducted on the closed valve with zero diaphragm pressure for 'close
on air failure' and with 18 psig (1.2 bar. g) diaphragm pressure for 'open on air failure'. The
leakage test shall be carried out at both minimum and maximum pressures.

3.5.4 Diaphragm head test.

3.5.5 Helium Leak Test - for control valves with bellows seal.

The valve shall be stroke tested and checked for correct action on removal of supply
pressure. On 300 mm valves and below, all actuators and accessories shall be completely as-
sembled to the valve and tested at the vendors works. Assemblies shall be "type tested"
under full line pressure conditions including testing under full line pressure with valve closed
and body cavity vented and opening torque measured.

3.5.6 The Vendor shall provide a certified record of all tests carried out and each test record shall
contain the following:

- Purchase Order Number and Valve Tag Number


- Valve body size and inner valve (Trim size) size
- Vendor's serial number
- Observations of the tests done
- Bench settings for valve stroke
- Date of Test

3.5.7 Whenever fire safe requirement is specified for a shutdown valve, the valve body and actuator
shall meet the testing requirements as per API 617 latest revision. Also for all valves on
cryogenic service, i.e. valves installed in piping classes used for temperatures below –29 °C,
design and testing shall be as per BS 6364.

3.5.9 Control valves / shutdown valves requiring certain specified operating timings, shall be tested
before despatch for the operational time verification.

3.5.10 A 316 SS nameplate shall be securely fastened to the valve in a visible and accessible place.
Nameplates shall show as a minimum, the following:

- Instrument Tag Number


- Vendor's Name
- Valve Model Number
- Order/Requisition Number
- Body & Trim Material
- Stem Packing Material
- Body Size and Rating
- Design CV (For Control valve and Regulator)
- Trim Characteristic or Cam Code/type as necessary
- Air-Fail Action
- Hazardous Area certifying authority certificate Number

Page 94 of 138
PROJECT NO.: 44 NC-4600 SPEC. NO. 44NC-4600-0000/J.SS/0108/A4

TITLE: STANDARD SPECIFICATION FOR CONTROL REV. NO / ISSUE DATE - 0 / 12-Mar-10


VALVES, SHUTDOWN VALVES AND SELF-ACTING Page 9 of 9
REGULATOR

- Actuator size / spring range - air supply pressure

4.0 RELATED DOCUMENTATION

ANSI B16.10 Control Valve dimensions


ANSI / ISA S75.01 Flow equations for Sizing Control Valves
ANSI / ISA S75.02 Control valve Capacity test Procedure
ANSI / ISA S75.03 Face to Face dimensions for Integral flanged globe style control valve
bodies ( ANSI 125, 150, 250, 300 & 600)
ANSI / ISA S75.04 Face to face dimensions of flangeless Control valves ( ANSI 150, 300
and 600)
ANSI / ISA S75.05 Control Valve terminology
ANSI / ISA S75.11 Inherent flow characteristics and rangeability of control valves
API Std. 598 Valve Inspection and Test, 5th Edition
ISA Handbook for Control valves

5.0 ATTACHMENTS

Nil

Page 95 of 138
Page 96 of 138
Page 97 of 138
Page 98 of 138
Page 99 of 138
Page 100 of 138
Page 101 of 138
Page 102 of 138
Page 103 of 138
Page 104 of 138
Page 105 of 138
Page 106 of 138
Page 107 of 138
Page 108 of 138
Page 109 of 138
Page 110 of 138
Page 111 of 138
Page 112 of 138
Page 113 of 138
Page 114 of 138
Page 115 of 138
APPENDIX - A

INDICATIVE INSPECTION & TEST PLAN**


PROJECT : 44NC-4600 : CPCL MANALI REFINERY, CHENNAI : RESID UPGRADATION SHEET 1 OF 2
PROJECT
EQUIPMENT / ITEM DESCRIPTION : CONTROL VALVE VENDOR :
P.O. NO. :
EQUIPMENT / ITEM TAG NO. :
TEST & INSPECTION AS PER : PR/PS NO.
(CODES & SPECIFICATIONS) : DRG. NO.
EQUIPMENT INSPECTION CODE : A
A 1 WITNESS INSPECTION AND / OR DOCUMENT REVIEW BY OWNER / PMC
C
T 2 WITNESS INSPECTION AND / OR DOCUMENT REVIEW BY THIRD PARTY
I INSPECTION AGENCY (TPIA) / STATUTORY AUTHORITY
V 3 WITNESS INSPECTION BY SUB VENDOR,VENDOR & LSTK CONTRACTOR
I
T 4 CERTIFICATES / DATA TO BE SUBMITTED BY LSTK CONTRACTOR /
Y VENDOR FOR APPROVAL / REVIEW BY TPI A / OWNER / PMC

1 H H X PRE-INSPECTION MEETING TO BE CONDUCTED AFTER ISSUE OF PO


/ PR / PS. AGENDA TO BE PREPARED BY LSTK CONTRACTOR
2 A A R X DETAILED INSPECTION & TEST PLAN AFTER ISSUE OF PO/ PR / PS

3 A R X INSPECTION & TEST PROCEDURES


4 A X PACKING PROCEDURE / SHIPPING DRAWING OF COMPLETED ITEMS
5 R R X SUMMARY OF ALL SUPPLIMENTARY REQUIREMENTS AS SPECIFIED
IN THE ORDER / PS / PR
6 A W X WELDING PROCEDURE SPECIFICATION AND PROCEDURE
QUALIFICATION RECORD FOR STELLITING AND VALVE CASTING
REPAIR( IF WELDING IS INVLVED)
7 A W X WELDERS’ QUALIFICATION / WELDERS’ QUALIFICATION RECORDS
FOR STELLITING AND CASTINGS REPAIR
8 H W X VALVES CASTING REPAIR PROCEDURE (NO WELD REPAIR TO BE
CARRIED OUT WITHOUT CLIENT’S / PMC APPROVAL)
9 R R X MANUFACTURERS’ TEST CERTIFICATES FOR VALVE BODY, STEM
COMPONENTS, ACTUATOR, ACCESSORIES ETC.
10 H W X NDT (RT, UT, MT, PT, PMI ETC, AS SPECIFIED) EXAMINATION
* RECORDS
11 R R X TYPE TEST RECORDS FOR FLOW COEFFICIENT MEASUREMENT,
FLOW CHARACTERISTICS & OPERATING TIME ETC.
12 H H W X VISUAL CHECK OF ALL ASSEMBLED VALVES
13 H H W X DIMENSIONAL CHECK (100% BY VENDOR & AT RANDOM BY TPI)
14 H H W X HYDROTEST FOR BODY AND SEAT LEAKAGE TEST (100% BY
VENDOR & AT RANDOM BY TPI)
15 H H W X OPERATION CHECK FOR STEM TRAVEL, STATIC CHARACTERISTIC
ACCESSORIES OPERATION (100% BY VENDOR & AT RANDOM BY
TPI)
16 H W W X ACTUATOR PNEUMATIC PRESSURE TEST & ALL PNEUMATIC JOINTS
(100% BY VENDOR & AT RANDOM BY TPI)
17 R R X TEST REPORT FOR DEGREE OF PROTECTION / HAZARDOUS AREA
OF APPLICATION FOR ACCESSORIES

Page 116 of 138


APPENDIX - A

INDICATIVE INSPECTION & TEST PLAN**


PROJECT : 44NC-4600 : CPCL MANALI REFINERY, CHENNAI : RESID UPGRADATION SHEET 2 OF 2
PROJECT
EQUIPMENT / ITEM DESCRIPTION : CONTROL VALVE VENDOR :
P.O. NO. :
EQUIPMENT / ITEM TAG NO. :
TEST & INSPECTION AS PER : PR/PS NO.
(CODES & SPECIFICATIONS) : DRG. NO.
EQUIPMENT INSPECTION CODE : A
A 1 WITNESS INSPECTION AND / OR DOCUMENT REVIEW BY OWNER / PMC
C
T 2 WITNESS INSPECTION AND / OR DOCUMENT REVIEW BY THIRD PARTY
I INSPECTION AGENCY (TPIA) / STATUTORY AUTHORITY
V 3 WITNESS INSPECTION BY SUB VENDOR,VENDOR & LSTK CONTRACTOR
I
T 4 CERTIFICATES / DATA TO BE SUBMITTED BY LSTK CONTRACTOR /
Y VENDOR FOR APPROVAL / REVIEW BY TPI A / OWNER / PMC

18 R W X VERIFICATION OF IBR CERTIFICATE & MARKING WHEREVER


APPLICABLE.
19 R W X VERIFICATION OF FIRE SAFE DESIGN WHEREVER APPLICABLE
20 R R X REVIEW OF CABLIBRATION RECORDS FOR TESTING INSTRUMENT.
21 H W X PAINTING PROCEDURE / INSPECTION
22 H W X FINAL DOCUMENTATION
23 H X SPARES & PACKING LIST CHECK. PACKING & LOADING OF
EQUIPMENT AS PER SHIPPING DRWING.
24 H H H INSPECTION RELEASE CERTIFICATE

LEGENDS : H – HOLD, W – WITNESS, R – REVIEW, A - APPROVAL, I - INFORMATION, X – SUBMIT


PO – PURCHASE ORDER, PR – PURCHASE REQUISITION, PS – PURCHASE SPECIFICATION
** NOTE : THIS IS AN INDICATIVE INSPECTION AND TEST PLAN IDENTIFYING SCOPE OF INSPECTION
/REVIEW OF DOCUMENTS AS A MINIMUM REQUIREMENT, DETAILED INSPECTION AND TEST PLAN
INDICATING ALL SPECIFIED REQUIREMENTS AFTER ISSUE OF PO / PR TO BE GENERATED BY
VENDOR AND SAME DULY APPROVED BY TPI A TO BE SUBMITTED TO OWNER/PMC FOR APPROVAL.
* TPI A TO CARRY OUT INSPECTION AT SUB-VENDORS’ WORKS.
OWNER/PMC RESERVES RIGHT TO WITNESS INSPECTION OF ANY ITEM AT ANY STAGE WHICH SHALL BE INDICATED ON QAP /
INSPECTION & TEST PLAN AT THE TIME OF APPROVAL AND SAME TO BE COVERED AS PART OF PURCHASE ORDER
CONDITION ISSUED BY CONTRACTOR.

Page 117 of 138


Page 118 of 138
Page 119 of 138
Page 120 of 138
Page 121 of 138
Page 122 of 138
Page 123 of 138
Page 124 of 138
Page 125 of 138
Page 126 of 138
Page 127 of 138
Page 128 of 138
Page 129 of 138
Page 130 of 138
Page 131 of 138
Page 132 of 138
Page 133 of 138
Page 134 of 138
Page 135 of 138
Page 136 of 138
Page 137 of 138
Page 138 of 138

You might also like