Professional Documents
Culture Documents
Table of Contents
Document Number Rev. Document Title Page
Number
A307-0IY-YN-MR- 0 RFQ COVERING LETTER 3
2820-5086-RFQ
LTRAUTH 0 Proforma of Letter of Authority 11
A307_Proforma for 0 Proforma for Pre-Bid Queries 12
Pre-Bid Queries
Annexure-I-E- 0 E-TENDERING+METHODOLOGY 13
TENDERING+METH
ODOLOGY
INSTRUCTIONS_FO 0 Procedure for obtaing DSC by Fgn Vendor 16
R_+DSC_For_Foreig
nBidders+%281%29
A307-ATCIND-5086 0 ATC INDIGENOUS 27
A307-ATCFORIN- 0 ATC FOREIGN 35
5086
A307_SIB_Rev 6_14 0 SIB 42
02 2014
GPCIND 0 GPC Indigenous 62
GPC IMPORT 0 GPC IMPORT 70
A307-T&C-SITE- 0 T&C-SITE-WORK 78
WORK
A307HSE&HydraCra 0 HSE SPEC 86
ne
SPLPKGRQMNT.FO 0 Special Packaging Requirements 179
RGN
Tax Residency 0 Tax Residency Certificatee 180
Certificatee with
Form 10B
A3075086PRICESC 0 PRICE SCHEDULE 182
HEDULE
A307-0IY-YN-MR- C Tank Farm Management Syst em 208
2820
A307-0IY-16-51-SI- 2 SPECIAL INSTRUCTION TO VENDOR 212
2820
A307-0IY-16-51- 0 VENDOR DATA REQUIREMENTS 221
VDR-2820
A307-0IY-YL-TQS- C TECHNICAL QUESTIONAIRE 224
2820
A307-0IY-16-51-DS- 2 DATA SHEET INDEX WITH DATASHEETS 225
2820
A307-0IY-16-51-SK- 0 TYPICAL SYSTEM CONFIGURATION FOR TANK FARM 311
282 MANAGEMENT SYSTEM
A307-0IY-16-51- 0 Typical intermediate Junction box & power JB layout 313
0827
A307-0IY-16-51-SP- 0 JOB SPECIFICATION FOR TANK FARM MANAGEMENT 314
2820 SYSTEM
A307-0IY-16-51- 1 SCOPE OF WORKS 330
SOW-2820
A307-0IY-16-51-OD- 1 LOCATION DETAILS FOR RADAR &SERVO LEVEL GAUGES 336
2820
A307-0IY-YL-RC- A RESPONSIBILITY CHART 338
2820
6-52-0014 3 Standard specification for tank level instruments. 342
6-52-0046 6 Standard specification for signal cables. 355
6-81-2014 2 ITP for tank level instruments. 363
6-78-0001 0 Specification for Quality Mgt. System Requirements from Bidders 368
6-78-0003 0 Specification for Documentation Requirement from Suppliers 377
A307-0IY-16-51-CF- 2 COMPLIANCE FORMAT 389
2820
Page 1 of 440
Table of Contents
Document Number Rev. Document Title Page
Number
A307-0IY-YL-LSF- B LOGISTIC SUPPORT FORMAT 391
2820
A307-0IY-16-51- 1 POWER CONSUMPTION & UPS REQUIREMENTS _VENDOR 394
PCV-2820
A307-0IY-16-51-OD- 2 TANK MECHANICAL DATA SHEETS 396
2822
A307-0IY-16-51-IS48 0 INSTALLATION DRAWING 429
A307-0IY-16-51- 0 OVERALL INSTRUMENT CABLE DUCT & TRENCH LAYOUT 430
0800
A307-0IY-16-51-SI- 0 Break-up price schedule for Scope of supply & works (Annexure- 431
ANIV IV to SIV)
Page 2 of 440
क्षेऽीय कायार्लय ,चेन्नई Regional Office, Chennai
இஞ்சினியர்ஸ் இந்தியா லிமிெடட், பிராந்திய அலுவலகம் - ெசன்ைன
“उत्कृ ष्टता के आधार हमारे कमीर्” “Delivering Excellence through People”
तालमुत्थु नटराजन िबिल्डं ग,सीएमडीए टावर-1,5वां तल(वेःट िवंग),गांधी-इरिवन सालै , एग्मोर, चेन्नई-600008
th
5 Floor, CMDA Tower-1, Thalamuthu Natarajan Building, No.1, Gandhi Irwin Salai, Egmore, Chennai-600 008
दरू भाष सं./Phone Nos.044-28576018 / 28576090; फ़ैक्स सं./Fax No.28543080
Bids are requested on behalf of our Client M/s Bharat Petroleum Corporation Limited on e-
procurement system for the subject item in total compliance to technical specifications, scope,
terms & conditions of enquiry documents / attachments
1 Bidder should submit their bids strictly as per the requirements outlined hereunder and as
specified in the Material Requisition.
2. Bidders can download the complete enquiry document from the web address
http:tenders.eil.co.in or http://eprocure.gov.in/eprocure/app
3. The bidders are required to submit soft copies of their bids electronically on the CPP
Portal only (URL: https://eprocure.gov.in/eprocure/app) using valid Digital Signature
Certificates, on or before the bid submission date and time. Bidders are required to register
themselves at https://eprocure.gov.in/eprocure/app).
Page 1 of 8
Page 4 of 440
9 Bidder to ensure that they are able to download the bid documents / price schedule on e-
tendering website atleast two days before Bid Due Date (BDD).
10 Only e-Bids uploaded in the e-tendering portal (https://eprocure.gov.in/eprocure/app)
shall be acceptable. Physical bids and Bids/ Offer through Email or fax/
Telex/Telegraphic or Bids received in open condition or Bids in any other mode shall not
be accepted.
11 Technical specification should be strictly as per the Material Requisition attached. It may
be noted that the Bid shall be evaluated as received and technical queries may not be
issued.
12 Commercial requirements are specified in the Special Instructions to Bidders, General
Purchase Conditions, Agreed Terms & Conditions (ATC) questionnaire and all other RFQ
documents. The pre-filled Agreed Terms & Conditions Questionnaire should be returned
duly signed and stamped along with copy of your un-priced bid.
13 The order, if placed, will be issued by our above-mentioned client.
14 If not bidding, please submit regret letter within the due date & time, with reasons(s) of
not participating in the RFQ. In case there is no response, names of such bidder
may not be considered for issuance of future enquiries.
15 Direct bids only, without the intermediary of an Indian Agent will be considered from
Foreign Bidder.
16 Delivery Period for Supply / Time Period of Completion for Site Work:
16.1 For Indian Bidders: Within 6 (Six) Months from the date of issue of Fax of Acceptance
(FOA) on FOT-Site (BPCL-KR) Basis. Date of receipt of material at site shall be
considered as the date of Delivery.
For Foreign Bidders: Within 05 (Five) Months from the date of issue of Fax of
Acceptance (FOA) on FOB International Sea Port of Exit Basis. Date of clean Bill of
Lading shall be considered as the date of delivery.
a) Works within control rooms for each of the control room shall be started within 30
days of intimation of site readiness and shall be completed within 60 days of
intimation.
b) Work from the dyke Junction Box to control room shall be started within 30 days of
intimation of site readiness and shall be completed within 4 months of intimation
c) Works within the dyke for each tank upto and including installation of dyke junction
box shall be started within 15 days of intimation of site readiness and shall be
completed within 60 days of intimation by the radar gauge vendor.
d) Works within the dyke for each tank upto and including installation of dyke junction
box shall be started within 15 days of intimation of site readiness and shall be
completed within 45 days of intimation by the servo gauge vendor.
Page 3 of 8
Page 5 of 440
17 Payment Terms :-
For Indian Bidders:- Payment Terms for Indian suppliers shall be as per Clause No. 1.3,
Clause No.1.7, Clause No.2.3.1 & Clause No.2.4 of Special Instructions to Bidders.
1.3.1.4: 10% payment after completion of Site Work on pro-rata basis and submission
of final Technical documents as specified in the Purchase Requisition against
EIL’s Certification and submission of Performance Bank Guarantee for 10% of
Total Order Value (Supply plus Site Work), valid till full guarantee period plus
three months claim period.
In case of delay in start of the site work beyond 6 months, the above 10%
Payment shall be released against submission of Bank Guarantee of equivalent
amount valid initially for 1 year and subject to extension upto completion of the
site work. However, in the event of delay in the site work, the Supplier is not
relieved of his responsibility to carry out the same.
In tanks where site work front has been handed over within 6 months from receipt of
materials at site, this 10% would be released as per first para of 1.3.1.4 (after completion
of site work) of Special Instructions to Bidders.
For tanks where site work could not be handed over within 6 months period, this 10%
payment could be released against equivalent BG as per 2nd para of 1.3.1.4 of Special
Instructions to Bidders.
For Foreign Bidders:- The payment to foreign bidders shall be made in accordance with
Clause No.2.2 & Clause No.2.3, Clause No.2.3.1 & Clause No.2.4 Under Section A of
Special Instruction to Bidders (SIB).
18 The offer should be valid for 4 (Four) months from final bid due date/extended due date.
19 The bidder shall bear all costs associated with the preparation and submission of its bid,
and the Purchaser/Consultant shall in no case be responsible or liable for these costs
regardless of the conduct or outcome of the bidding process.
20 Canvassing in any form by the Bidder or by any other agency on their behalf may lead to
disqualification of their bid.
21 The E-bids received online shall be opened at EIL office on due date and time as
specified above. Bidder can view online the name of the other bidders who have
submitted their e-bids after opening is performed by EIL
22 All technically and commercially acceptable bidders will be advised of venue, date and
time of priced bid opening. Bids shall be opened online, hence bidders may review
opening status at their offices/ places. Interested bidder may sent their representatives
(duly authorised by a competent person and having the Letter of Authority as per
proforma enclosed), of such technically and commercially acceptable bidders. Time and
Date of opening of Price Bids shall be notified to the qualified and acceptable bidders at a
later date.
23 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
24 Addendum / corrigendum to the RFQ documents if issued must be signed and submitted
along with the bid.
25 Bidders to note that price changes against Technical / commercial clarifications, in line
with terms & conditions of enquiry documents are not allowed. In case any bidder gives
revised prices / price implications against such clarifications, their bid shall be liable for
rejection.
Page 4 of 8
Page 6 of 440
26 EIL reserves the right to use in-house information for assessment of bidder’s capability
for consideration of bid.
27 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.
28 The bidder who is providing the technology from the company which is recently acquired
/ taken over by them or purchasing the technology by other companies, shall be provide
proper documentary evidence. In the absence of the same their offer shall be liable for
rejection.
29 Bidders are requested to quote as per their capability as registered in EIL, as on the date
of issue of RFQ.
30 PRE-BID MEETING
30.1 Bidders’ authorized representative(s), shall attend the Pre-Bid meeting on the prescribed
day at the given venue. During the Pre-Bid meeting, all the technical and commercial
issues shall be discussed and concluded to ensure that the bid received subsequent to
Pre-Bid meeting shall be without any deviations to terms and conditions. Hence, bidders
shall treat the Pre-Bid meeting as utmost important and depute competent & senior
person capable of taking on the spot decision to sort out all the technical and commercial
issues.
However, in case any bidder do not attend the Pre- Bid meeting, it shall be understood
that the bidder has a clear understanding of the scope & terms & conditions of the
bidding document and does not have any comments/ deviations to the requirements of
the bidding document
30.2
Bidder may contact the following person at site for site visit purpose, if any:
Mr. V. John Paul, Resident Construction Manager (RCM)
Engineers India Limited, BPCL-Kochi Refinery, Ambalamugal, Kochi, Kerala (India)
Phone No.: 0484-2720313; Fax No.: 0484-2720800
E-mail: z_kr_eitsitercm@bharatpetroleum.in
30.3 In order to ensure fruitful discussions during pre bid meeting, the bidder is requested to
submit any Queries/clarification/information pertaining to Bidding document in writing
delivered by hand or by fax/ email as per format enclosed in the Bidding Document so as
to reach two days prior to Pre-bid meeting. These queries shall be replied during pre-bid
meeting. The editable soft copies of the queries shall also be e-mailed to enable EIL to
prepare replies to the queries against each query in the same format expeditiously.
30.4 The bidders are required to participate in the Pre-Bid meeting with the following essential
documents, so that the same can reviewed & discussed during the meeting to avoid any
techno-commercial clarifications/ discussions post bid
a) Latest annual report including Profit & loss account
b) Details of work experience meeting the BQC (if applicable)
c) Technical details, documents, design, filled datasheets as per MR.
d) Any other relevant document/ details.
30.5 Record notes of meeting, including the questions raised and the responses given will be
furnished as expeditiously as possible to all the bidders and shall also be uploaded on
the website. After pre-bid meeting, no further queries will be entertained from the bidders
30.6 Any modification of the Bidding Document, which may become necessary as a result of
the pre-bid discussion, shall be intimated to all bidders through the issue of an
Addendum/Amendment.
30.7 Based on the pre-bid discussions, a no-deviation form/techno-commercial compliance
shall be signed and submitted by the bidders as part of their offer. After pre-bid meeting,
no deviation shall be accepted and if any deviation is found in the bid of such bidder, their
offer shall be liable to be rejected without raising any technical/ commercial queries.
Page 5 of 8
Page 7 of 440
30.8 Non-attendance of the pre-bid meeting will not be a cause for disqualification of bidder.
31 Technical/ Commercial queries shall not be issued once the bid have been opened.
However, wherever CQ/ TQ are unavoidable, the same shall be raised only once and the
cut-off date given for CQ/ TQ replies shall be adhered to. Offers shall be evaluated based
on the information available upto cut-off date for CQ/ TQ replies.
33 Owner reserves its right to allow Public Sector Enterprises (Central/State), Micro & Small
Enterprises (MSEs) and MSEs owned by Scheduled Caste (SC)/ Scheduled Tribe (ST)
entrepreneurs, purchase preference as admissible/applicable from time to time under the
existing Govt. policy. Bidder to submit documentary evidence for the same duly certified
by Statutory Auditor of the bidder or a practicing Charted Account (not being an
employee or a Director or not having any interest in the Bidder’s company / firm) where
audited accounts are not mandatory as per law.). In this regard, item wise quantity may
be splitted and the quoted price shall remain valid.
If the bidder does not provide the appropriate document or any evidence to substantiate
the above, then, it will be presumed that they do not qualify for any preference admissible
in the Public Procurement Policy, 2012.
34 The Net Worth of the bidder should be positive as per the immediate preceding year's
audited financial results. If the bidder is not meeting the above criteria their bid shall not
be evaluated further. Bidders are therefore requested to furnish the Audited Financial
Statement for the immediate preceding year including Profit & Loss Account.
Bidders are required to submit the complete audited financial report for the preceding
financial year including audit report, balance sheet, profit and loss statements along with
all relevant annexures & schedules required to access the positive net worth of the bidder
in that financial year. Failure to submit the same may render your bid liable for rejection.
35 Integrity Pact is applicable for this RFQ. Bidder shall submit Integrity Pact duly
signed, stamped along with their unpriced offer.
37 Purchaser reserve the right to make any changes in the terms and conditions of
purchase and to reject any or all the bids.
38 Category of MR:
i) Please note that this is a Category-I MR whereby no technical offers are invited
and no correspondence shall be entered into or entertained after bid submission.
ii) No technical details of any nature shall be included in the offer and if the offer
contains any technical deviations or clarifications or stipulates any technical
specifications, the offer shall be liable for rejection.
iii) The submission of prices by vendor shall be construed to mean that the vendor
has confirmed compliance with all technical specifications of the correspondence
item.
Page 6 of 8
Page 8 of 440
39 Contact Persons for this RFQ are:
(P.MURUGESAN)
Asst. General Manager (Contracts & Purchase)
Engineers India Limited
Page 7 of 8
Page 9 of 440
LIST OF ENCLOSURES
DOCUMENT
A) Request For Quotation (RFQ)
B) Proforma of Letter of Authority for Attending Un-priced / Priced Bid Opening
C) Proforma for Bidder’s Query (Pre-Bid)
D) Provisions for Micro And Small Enterprises under PPP, 2012
E) Special Notes
F) Commercial Section:
i) Annexure-I (e-tendering methodology)
ii) Procedure for obtaining Digital Signature by Foreign Vendors
iii) Agreed Terms & Conditions (ATC) (For Indian Bidders)
iv) Agreed Terms & Conditions (ATC) (For Foreign Bidders)
v) Special Instructions to Bidder (SIB)
vi) General Purchase Conditions (Indigenous)
vii) General Purchase Conditions (Imported)
viii) Terms and Conditions for Site Work
ix) Standard Specification for Health, Safety & Environment Management at Construction
Sites and Procedure for safe operation with Hydracrane for IREP, BPCL-Kochi.
x) Special Packaging Requirements (for Foreign Bidders)
xi) Tax Residency Certificate (TRC) format
xii) Price Schedule
G) Technical Section:
i) Material Requisition (MR) No.: A307-IY-YN-MR-2820 Rev. C along with its
attachments
Page 8 of 8
Page 10 of 440
Proforma of Letter of Authority for Attending Unpriced / Priced Bid Opening
No. Date:
Dear Sir,
We confirm that we shall be bound by all and whatsoever our representative(s) shall commit.
Yours Faithfully,
Signature_____________________
Note:
This letter of Authority should be on the letterhead of the bidder and should be signed by a person
competent and having the Power of Attorney to bind the bidder.
Page 11 of 440
BIDDER’S QUERIES (PRE-BID)
Page 12 of 440
Item : _______________________________________
RFQ No. : _______________________________________
RFQ DOCUMENT
SL.
PART/ PAGE NO. CLAUSE NO. SUBJECT BIDDER'S QUERY REPLY
NO.
VOL.
NOTE:
1. Bidder’s Queries (Pre-bid) may be sent by fax to 044-28543080 or by e-mail to p.murugesan@eil.co.in / s.padmanathan@eil.co.in
https://eprocure.gov.in/eprocure/app .
REGISTRATION
1) Bidders are required to enroll on the e-Procurement module of the Central Public
Procurement Portal (URL: https://eprocure.gov.in/eprocure/app) by clicking on the link “Click
here to Enroll” on the CPP Portal is free of charge.
2) As part of the enrolment process, the bidders will be required to choose a unique username
and assign a password for their accounts.
3) Bidders are advised to register their valid email address and mobile numbers as part of the
registration process and submit in EIL tender portal for updation of records
(http://tenders.eil.co.in) . These details would be used for any communication from the CPP
Portal.
4) Upon enrolment, the bidders will be required to register their valid Digital Signature
Certificate (DSC) (Class II or Class III Certificates with signing key usage) issued by any
Certifying Authority recognized by CCA India (e.g. Sify / TCS / nCode / eMudhra etc.), with
their profile.
5) Foreign Bidders have to refer “DSC details for foreign Bidders” for Digital signature
Certificates requirements which comes under Download Tab at
https://eprocure.gov.in/eprocure/app and the remaining part is same as above and below.
6) Only one valid DSC should be registered by a bidder. Please note that the bidders are
responsible to ensure that they do not lend their DSC’s to others which may lead to misuse.
7) Bidder then logs in to the site through the secured log-in by entering their user ID / password
and the password of the DSC / e-Token.
1) There are various search options built in the CPP Portal, to facilitate bidders to search active
tenders by several parameters. These parameters could include Tender ID, organization
name, location, date, value, etc. There is also an option of advanced search for tenders,
wherein the bidders may combine a number of search parameters such as organization
name, form of contract, location, date, other keywords etc. to search for a tender published
on the CPP Portal.
2) Once the bidders have selected the tenders they are interested in, the same can be moved
to the respective ‘My Tenders’ folder. This would enable the CPP Portal to intimate the
bidders through SMS / e-mail in case there is any corrigendum issued to the tender
document.
Page 13 of 440
3) The bidder should make a note of the unique Tender ID assigned to each tender, in case
they want to obtain any clarification / help from the Helpdesk.
PREPARATION OF BIDS
1) Bidder should take into account any corrigendum published on the tender document before
submitting their bids.
2) Please go through the tender advertisement and the tender document carefully to
understand the documents required to be submitted as part of the bid. Please note the
number of covers in which the bid documents have to be submitted, the number of
documents - including the names and content of each of the document that need to be
submitted. Any deviations from these may lead to rejection of the bid.
3) Bidder, in advance, should get ready the bid documents to be submitted as indicated in the
tender document and generally, they can be in PDF / XLS / RAR / DWF formats. Bid
documents may be scanned with 100 dpi with black and white option. However, Price
Schedule / SOR shall be strictly in RAR format without altering any contents of the
formats uploaded by EIL in their Bidding Document.
4) To avoid the time and effort required in uploading the same set of standard documents which
are required to be submitted as a part of every bid, a provision of uploading such standard
documents (e.g. PAN card copy, annual reports, auditor certificates etc.) has been provided
to the bidders. Bidders can use “My Space” area available to them to upload such
documents. These documents may be directly submitted from the “My Space” area while
submitting a bid, and need not be uploaded again and again. This will lead to a reduction in
the time required for bid submission process.
SUBMISSION OF BIDS
1) Bidder should log into the site well in advance for bid submission so that he/she upload the
bid in time i.e. on or before the bid submission time. Bidder will be responsible for any delay
due to other issues.
2) The bidder has to digitally sign and upload the required bid documents one by one as
indicated in the tender document.
3) Bidder has to select the payment option as “offline” to pay the tender fee / EMD as
applicable and enter details of the instrument.
4) Bidder should prepare the EMD as per the instructions specified in the tender document. The
original should be posted/couriered/given in person to the Tender Processing Section, with
in 7 calendar days of the date of Unpriced bid opening. The details of the DD/any other
accepted instrument, physically sent, should tally with the details available in the scanned
copy and the data entered during bid submission time. Otherwise the uploaded bid will be
rejected.
5) A Price Bid format has been provided with the tender document to be filled by all the bidders.
Bidders are requested to note that they should necessarily submit their financial bids in the
format provided and no other format is acceptable. Bidders are required to download the
Price Bid file, open it and complete the cells with their respective financial quotes and other
details (such as name of the bidder). No other cells should be changed. Once the details
have been completed, the bidder should save it and submit it online, without changing the
filename. If the Price Bid file is found to be modified by the bidder, the bid will be rejected.
Page 14 of 440
6) The server time (which is displayed on the bidders’ dashboard) will be considered as the
standard time for referencing the deadlines for submission of the bids by the bidders,
opening of bids etc. The bidders should follow this time during bid submission.
7) All the documents being submitted by the bidders would be encrypted using PKI encryption
techniques to ensure the secrecy of the data. The data entered cannot be viewed by
unauthorized persons until the time of bid opening. The confidentiality of the bids is
maintained using the secured Socket Layer 128 bit encryption technology. Data storage
encryption of sensitive fields is done.
8) The uploaded tender documents become readable only after the tender opening by the
authorized bid openers.
9) Upon the successful and timely submission of bids, the portal will give a successful bid
submission message & a bid summary will be displayed with the bid no. and the date & time
of submission of the bid with all other relevant details.
10) The bid summary has to be printed and kept as an acknowledgement of the submission of
the bid. This acknowledgement may be used as an entry pass for any bid opening meetings.
RETENDER
1) Please note that if Tender has been retendered, than it is mandatory for the bidder to
submit their offer again on CPP Portal.
ASSISTANCE TO BIDDERS
1) Any queries relating to the tender document and the terms and conditions contained therein
should be addressed to the Tender Inviting Authority for a tender or the relevant contact
person indicated in the tender.
2) Any queries relating to the process of online bid submission or queries relating to CPP Portal
in general may be directed to the 24x7 CPP Portal Helpdesk. The contact number for the
helpdesk is 1800 233 7315.
Page 15 of 440
Government eProcurement System
This document gives the procedure to be followed by bidders who are resident of countries other
than India for participating in Online Tendering Activity.
As per the IT ACT 2000, all bidders who participate in the online bidding process in this site
should possess a valid Digital Signature issued by any of the Digital Signature Certificate (DSC)
vendors approved by CCA, India (https://cca.gov.in). The following document gives the procedure
that is generally followed by various vendors.
Generally, the documents that are required to be submitted by Foreign Nationals are as follows:
1. Identity Proof (ID Proof) of the person in whose name DSC has to be issued (E.g.
Passport copy)
2. Bank account statement in country of residence, duly attested by Indian Embassy / High
Commission / Consulate / Apostille in the country where the applicant is currently
located. (At least 6 months of Bank transactions) with the proof indicating the account is
owned by the Individual.
3. Copy of the Trade license attested by any one of the authorities as specified in Point 2
above.
4. As the Individual is representing the company, an Authorization on company’s letter head
as given in the form
5. Copy of the Authorization letter or invitation letter from department for the
participation in the tender by any one of the tender inviting authority.
As of now, it is learnt that GNFC, TCS, eMudhra issue DSCs with the above procedure. The
copy of the nCodes, TCS and eMudhra Format is enclosed as Annexure; the Copies of other
vendors will be made available on receipt of information from these vendors.
Note: The Information given by the vendors is attached for facilitating the Foreign Nationals to
procure DSCs from the Indian CA authorized vendors for information purpose only as shared by
the respective CA's.
Please find below the details of various vendors and procedure for obtaining DSC:
GNFC
Tata Consultancy Services
eMudhra
2. DULY SIGNED & STAMPED COPIES OF THIS “QUESTIONNAIRE”, WITH ALL THE CLAUSES
DULY CONFIRMED/ PRECISELY REPLIED TO BY THE SUPPLIER, SHALL BE ENCLOSED.
3. ALL COMMERCIAL TERMS ARE GIVEN/CONFIRMED IN THE QUESTIONNAIRE ITSELF AND
NOT ELSEWHERE IN THE QUOTATION. IN CASE OF CONTRADICTION, THE SAME GIVEN
HEREIN SHALL PREVAIL.
4. FAILURE ON PART OF THE SUPPLIER IN SUBMITTING THIS DULY FILLED-IN
“QUESTIONNAIRE” WITH UN-PRICED BID AND / OR SUBMITTING INCOMPLETE REPLIES
MAY LEAD TO REJECTION OF SUPPLIER’S BID.
5. YOUR OFFER SHALL BE IN TOTAL COMPLIANCE WITH RFQ DOCUMENTS CONTAINING
COMMERCIAL AND TECHNICAL SPECIFICATIONS INCLUDING GENERAL / TECHNICAL
NOTES AND SCOPE OF SUPPLY/SERVICES/SITE WORK, AS APPLICABLE INCLUDING
DOCUMENTATION AS PER MATERIAL REQUISITION (MR) AND SUBSEQUENT
TECHNICAL/COMMERCIAL AMENDMENT AND TECHNICAL/ COMMERCIAL CORRIGENDUM,
IF ANY.
SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.
1. Price Basis:
i) Quoted supply prices are on FOT - Despatch Point Confirmed
basis inclusive of Packing & Forwarding.
Page 27 of 440
A307_ATC (I) Page 2 of 8
SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.
b) For Supply + Site Work
Applicable / Not Applicable
Comprehensive Insurance (Transit/Marine-
cum-storage-cum-erection till handing over of
equipment) has been taken care by the Seller Confirmed
& charges of the same have been included in
the quoted prices.
2. Excise Duty applicable extra on Finished Goods:
Page 28 of 440
A307_ATC (I) Page 3 of 8
SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.
account subject to documentary evidence to be
furnished by Seller.
4. Octroi / Entry Tax:
Octroi / Entry Tax, if applicable on finished goods (including Confirmed
spares) shall be borne and paid directly by Owner. Confirm
that Octroi / Entry Tax has not been included in the quoted
prices.
5. Any new or additional taxes/ duties and any increase in the
existing Cenvatable taxes/duties imposed after contractual
completion period shall be to Supplier’s account whereas Confirmed
any corresponding decrease in the existing Cenvatable
taxes/ duties shall be passed on to the Owner.
Spares Parts:
6.
a) Confirm item wise unit price (FOT Despatch Point)
of following spare parts as required in Material Confirmed
Requisition (MR) have been quoted/included
indicating itemised quantity.
i) Mandatory Spares are quoted as per MR. Confirmed (if Applicable as per MR)
ii) Commissioning spares as specified in MR are Confirmed (if Applicable as per MR)
included in the quoted Price.
iii) Special Tools & Tackles as specified in the MR Confirmed (if Applicable as per MR)
are included in the quoted prices.
iv) Confirm spares wherever required have been Confirmed (if Applicable as per MR)
included in the quoted price and list of spares
is also furnished.
Page 29 of 440
A307_ATC (I) Page 4 of 8
SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.
towards VAT on Works Contract shall be provided
by Owner. Statutory variation on VAT on Works
Contract shall not be payable by Owner.
d) Statutory Variation on Service Tax & Edu. Cess on
Site work shall be paid by the Owner against
Confirmed
documentary evidence within Contractual
completion period.
e) Confirm that Entry Tax / Octroi applicable on
Construction Machinery/Equipment brought by the
Confirmed
supplier to site to execute / complete the site work
shall be borne by the Supplier and same is included
in the quoted prices. No variation (including
statutory) on such entry tax shall be paid by the
Owner.
8. Supervision / Training Charges:
a) Charges for Supervision / Training, if in the scope of Confirmed, Quoted in Price Schedule
the Bidder as per MR have been indicated by bidder
separately in the Price Schedule.
b) Percentage of Service Tax & Edu. Cess as
applicable extra on Supervision / Training. Service
Tax on supervision / Training charges quoted shall Quoted in Price Schedule
be considered for comparison/evaluation as detailed
in Special Instructions to Bidders (SIB)
c) Per-diem rate for supervision has been quoted in
accordance with the Terms & Conditions for Confirmed
Supervision enclosed with the RFQ Documents.
d) Where erection/ testing/ commissioning supervision,
commissioning assistance is required as per RFQ
Documents / Material requisition, penalty for non
mobilization/delay in mobilization as per order shall
be applicable. The penalty shall generally be 1.5 Noted & Confirmed
times the per diem rate for each day of delay of
reporting to site and shall be in addition to price
reduction for delayed delivery.
e) Bidders shall also provide additional BG of an
amount equal to the per diem charges for the
number of days considered for evaluation, over and
above 10% PBG to cover compensation for delay in
mobilizing the erection/ commissioning personnel.
This BG will be released to the bidder upon the Noted & Confirmed
erection/ commissioning personnel reporting at site.
This BG shall be furnished along with last 10%
supply payment and shall be initially valid up to six
months which shall be extended based on the
request by Owner.
9. Confirm documentation charges as per MR are included in Confirmed
quoted prices.
Page 30 of 440
A307_ATC (I) Page 5 of 8
SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.
Page 31 of 440
A307_ATC (I) Page 6 of 8
SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.
Page 32 of 440
A307_ATC (I) Page 7 of 8
SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.
Page 33 of 440
A307_ATC (I) Page 8 of 8
SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.
26. Any claim arising out of order shall be sent to Owner in Confirmed
writing with a copy to EIL within 3 months from the date of
last despatch. In case the claim is received after 3 months,
the same shall not be entertained by Consultant/ Owner.
27. Printed terms and conditions, if any, appearing in quotation, Confirmed
shall not be applicable in the event of order. In case of
contradiction between the confirmations given above and
terms & conditions mentioned elsewhere in the offer, the
confirmation given/confirmed herein above shall prevail.
28. Confirm that Net worth of the Bidder’s company is Confirmed & Submitted
positive as per the immediate preceding year’s
audited financial results & Immediate preceding year’s
audited annual financial results has been submitted along
with unpriced bid.
29. Confirm acceptance to Technical Confirmed
Specifications/Notes, etc., as per Material Requisition
(MR) without any deviation, failing which offer shall be
liable for rejection as the Material Requisition being a
category-I.
Page 34 of 440
A307_ATC (F) Page 1 of 7
2. DULY SIGNED & STAMPED COPIES OF THIS “QUESTIONNAIRE”, WITH ALL THE CLAUSES
DULY CONFIRMED/ PRECISELY REPLIED TO BY THE SUPPLIER, SHALL BE ENCLOSED.
Page 35 of 440
A307_ATC (F) Page 2 of 7
SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.
g) In case ocean freight charges are repeated
anywhere in the bid/Price Schedule/ATC, then Confirmed
higher shall be considered for evaluation & lower
for ordering. (In case of CFR)
2. Insurance:
a)
For Supply Only
Price quoted must exclude Marine insurance
charges from FOB International Port of Exit, as
Applicable / Not Applicable
same shall be arranged by the Owner. However all
marine insurance charges for inland transit upto
Confirmed
FOB International Port of Exit must be included by
you in your prices.
b)
For Supply + Site Work
Comprehensive Insurance (Transit/Marine-cum- Applicable / Not Applicable
storage-cum-erection till handing over of
equipment) has been taken care by the Seller &
charges of the same have been included in the Confirmed
quoted prices.
3. Owner reserves the option to place order either on FOB
or CFR basis. Confirmed
4. Delivery / Completion Period:
a) Delivery / Completion period shall be as
Confirmed
mentioned in the RFQ covering letter.
b) Confirm delivery period shall be reckoned from the
Confirmed
date of Fax of Acceptance.
c) Confirm date of clean Bill of Lading shall be
considered as date of delivery. (In case order is Confirmed
placed on FOB port of Exit basis or on CFR basis).
5. Taxes & Duties:
a) All taxes, duties and levies of any kind payable
upto FOB International Port of Exit shall be borne Confirmed
by Bidder.
b) Export permit/licence if required shall be vendor’s
responsibility & any expenditure towards same will Confirmed
be borne by Bidder.
6. Supervision / Training Charges:
a) Charges for Supervision / Training, if in the scope
Confirmed, Quoted in Price
of the Bidder as per MR have been indicated by
Schedule
bidder separately in the Price Schedule.
b) Per-diem rate for supervision has been quoted in
accordance with the Terms & Conditions for Confirmed
Supervision enclosed with the RFQ Documents.
c)
It is mandatory for the foreign supplier / contractor
/ consultant to indicate Permanent Account
Number (PAN) 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 .
d) Where erection/testing/commissioning
supervision, commissioning assistance is required
as per RFQ Documents / Material Requisition,
penalty for non mobilization/delay in mobilization Noted & Confirmed
as per order shall be applicable. The penalty shall
generally be 1.5 times the per diem rate for each
day of delay of reporting to site and shall be in
Page 36 of 440
A307_ATC (F) Page 3 of 7
SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.
addition to price reduction for delayed delivery.
e) Bidders shall also provide additional BG of an
amount equal to the per diem charges for the
number of days considered for evaluation, over
and above 10% PBG to cover compensation for
delay in mobilizing the erection/ commissioning
personnel. This BG will be released to the Noted & Confirmed
bidder upon the erection/ commissioning
personnel reporting at site. This BG shall be
furnished along with dispatch documents which
shall be initially valid up to six months which shall
be extended based on the request by BPCL.
7. Site Work:
For Site Work, if in the scope of the Bidder as per MR,
please confirm the following:
a) Confirm that quoted site work prices are exclusive
of Service Tax & Edu. Cess but inclusive of VAT Confirmed
on Works Contract and all other applicable taxes &
duties.
b) Percentage of Service Tax & Edu. Cess as
applicable extra on Site Work.
……………..%
c) Supplier shall submit the Assessment/ Liability
Certificate from Sales Tax authorities indicating
the VAT on Works Contract payable for enabling
Owner to deduct the same from Supplier Invoices Confirmed
& make payment to the tax authorities. TDS
Certificate towards VAT on Works Contract shall
be provided by Owner. Statutory variation on VAT
on Works Contract shall not be payable by Owner.
d) Statutory Variation on Service Tax & Edu. Cess on
Site work shall be paid by the Owner against
Confirmed
documentary evidence within Contractual
completion period.
e) Confirm that Entry Tax / Octroi applicable on
Construction Machinery/Equipment brought by the
Confirmed
supplier to site to execute / complete the site work
shall be borne by the Supplier and same is
included in the quoted prices. No variation
(including statutory) on such entry tax shall be
paid by the Owner.
8. Validity:
Confirm Bid validity as stipulated in RFQ covering letter Confirmed
from the final due date of bid submission.
9. Manufacturer’s Name and Address, Phone No., Fax
No., email ID, etc.,
Page 37 of 440
A307_ATC (F) Page 4 of 7
SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.
charges of the same shall be included in quoted
price and it is supplier’s responsibility to arrange
for the same.
b) Quoted prices are:
Page 38 of 440
A307_ATC (F) Page 5 of 7
SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.
Value shall be valid till full guarantee period plus 3
(Three) Months.
Page 39 of 440
A307_ATC (F) Page 6 of 7
SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.
24. a) Letter of Credit shall be opened after receipt of
unconditional order acknowledgement along with
15% performance bank guarantee valid till expiry
of Material/Equipment Guarantee period as per Confirmed
General Purchase Conditions and Special
Instructions to Bidders plus 3 (Three) months
claim period.
b) Letter of Credit shall be opened through a Govt. of
India Nationalised/ Scheduled Bank and hence
need not be confirmed. Confirmed L/C not required
OR
Page 40 of 440
A307_ATC (F) Page 7 of 7
SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.
30.1 Unpriced offer- without any deviations Confirmed
30.2 Priced Offer
Confirmed
Price Schedule with relevant annexures
31. Any claim arising out of order shall be sent to Owner in
writing with a copy to EIL within 3 months from the date
of last despatch. In case the claim is received after 3 Confirmed
months, the same shall not be entertained by consultant
/ Owner.
VENDOR’S NAME:
Page 41 of 440
BPCL-KR
Job: A307
Page 42 of 440
BPCL-KR
Job: A307
INDEX
SECTION – A (TERMS OF PAYMENT)
1.0 Payment Terms For Indian Bidders
2.0 Payment Terms For Foreign Bidders
3.0 Ocean Freight
SECTION – B: EVALUATION CRITERIA FOR COMPARISION OF BIDS
4.0 Where only Indian Bids are under comparison
5.0 Where only Foreign Bids are under comparison
6.0 Where Indian as well as Foreign Bids are under comparison
7.0 General Notes
8.0 Special Notes on Taxes/Duties and CENVAT benefits
9.0 Price Reduction Schedule Towards Delay In Delivery
10.0 Guarantee / Warranty Period
SECTION-C: (COMMERCIAL LOADING OF OFFERS IN CASE OF DEVIATIONS)
11.0 Basis of Loading
12.0 Payment Terms
13.0 Performance Bank Guarantee (PBG)
14.0 Delayed Deliveries
15.0 Price Variation
16.0 Freight charges
17.0 Indian taxes/ duties
18.0 Utilities
19.0 Delivery/Completion Period
20.0 Foreign Exchange Rate Variation/Custom Duty Variation For Indian Bidders (On
Built-In Import Content)
21.0 VAT on Works Contracts/ Service Tax/ Splitting Of Orders
22.0 Entry Tax
23.0 Rejection Criteria
24.0 Suo-Moto Changes In Prices
25.0 Price Implication Not Permitted
26.0 Integrity Pact
SECTION-D: SPECIAL CONDITIONS.
27.0 Delivery Schedule/ Completion Period
28.0 Despatch Instructions for Indigenous Supplies
29.0 Additional Taxes & Duties (Applicable For Indian Bidder)
30.0 Recovery Of Custom Duty, Excise Duty And Sales Tax
31.0 Governing Law
32.0 Purchaser’s Rights And Remedies
33.0 Deduction At Source
34.0 Statutory Approval
35.0 Lien
36.0 Limitation Of Liability
SECTION-E: GENERAL INSTRUCTIONS
37.0 General
38.0 Fraudulent Practices
39.0 One Bid Per Bidder
40.0 Language Of Bid
41.0 Earnest Money Deposit:
42.0 Modification And Withdrawal Of Bids
43.0 Examination Of Bids And Determination Of Responsiveness
44.0 Owner’s Right To Accept Any Bid And To Reject Any Bid
45.0 Notification Of Award
46.0 Waiver Or Transfer Of The Agreement
47.0 T&C For Foreign Suppliers (To Whom RFQ Issued) Operated Through Their Indian
Office / Subsidiaries
48.0 Tax Residency Certificate (TRC) Format For Foreign Bidder
49.0 Requirement of Employment Visa For Foreign Nationals
Page 43 of 440
BPCL-KR
Job: A307
1.1 Where the Material Requisition is only for supply of materials and there is no Supplier Data
Requirement specified in MR e.g. Bulk Piping Items, etc.
1.1.1 100% Payment within 30 days after receipt and acceptance of materials at site and on submission of
Performance Bank Guarantee for 10% of Total Order Value, valid till the full guarantee period plus
Three months claim period.
1.2 Where the Material Requisition calls for Supplier Drawings/Technical Documentation.
1.2.1 90% Payment within 30 days of receipt and acceptance of materials at Site and on submission of
dispatch documents.
1.2.2 10% Payment after receipt of final technical documentation as per PR against EIL’s certification and
on submission of Performance Bank Guarantee for 10% of Total Order Value, valid till full guarantee
period plus Three months claim period.
1.3 Where Supply of materials and Erection or Site Work are in the scope of Supplier and
Package Items.
1.3.1 Supply
1.3.1.1 5% Payment on approval of all drawings atleast in CODE-2 by EIL against submission of Bank
Guarantee of equivalent amount valid till complete execution of Order plus Three months claim
period.
1.3.1.2 15% Payment after receipt of identified raw materials at Supplier’s Works and against certification by
EIL and submission of Bank Guarantee of equivalent amount valid till complete execution of Order
plus Three months claim period.
1.3.1.3 60% Payment after receipt of equipment/materials at BPCL’s Site. Billing Schedule to be furnished
by the Supplier in case pro-rata payments are required.
1.3.1.4 10% payment after completion of Site Work and submission of final Technical documents as
specified in the Purchase Requisition against EIL’s Certification and submission of Performance
Bank Guarantee for 10% of Total Order Value (Supply plus Site Work), valid till full guarantee period
plus three months claim period.
In case of delay in start of the site work beyond 6 months, the above 10% Payment shall be released
against submission of Bank Guarantee of equivalent amount valid initially for 1 year and subject to
extension upto completion of the site work. However, in the event of delay in the site work, the
Supplier is not relieved of his responsibility to carry out the same.
1.3.1.5 10% payment within 30 days of handing over the successfully commissioned equipment. Wherever
commissioning is not in the Supplier’s scope, the payment will be released after completion of Site
Work as per PR and handing over of equipment.
Page 44 of 440
BPCL-KR
Job: A307
1.4.2 15% after receipt of identified raw materials at Supplier’s Works and against certification by EIL and
submission of Bank Guarantee of equivalent amount valid till complete execution of Order plus
Three months claim period.
1.4.3 60% Payment through NEFT against receipt of materials at BPCL’s Site. Billing Schedule to be
furnished by the Supplier in case pro-rata payments are required.
1.4.4 10% Payment after receipt of final documents as required in Purchase Requisition against EIL’s
certification and on submission of Performance Bank Guarantee for 10% of Total Order Value, valid
till full guarantee period plus Three months claim period.
1.4.5 Balance 10% Payment within 30 days of receipt of equipment at Site.
1.6 Payment for PGTR / Per Diem Charges for Supervision of Erection, Testing &
Commissioning
1.6.1 100% Payment of Invoice Amount shall be paid on completion of supervision services / PGTR
against submission of Invoice along with Time Sheet duly certified by EIL/BPCL Site-In-Charge.
Payment shall be made after deducting Income Tax at applicable rate. Service Tax, if any, shall be
paid on submission of Service Tax Invoice.
1.6.2 Where erection/commissioning supervision, commissioning assistance is required from the vendor,
penalty for non mobilization/delay in mobilization as per order shall also be specified in the
specifications. The penalty shall generally be 1.5 times the per diem rate for each day of delay of
reporting to site and shall be in addition to price reduction for delayed delivery.
1.6.3 Wherever supervision is in the scope of MR, bidders shall provide additional BG of an amount equal
to the per diem charges for the number of days considered for evaluation over and above 10%
PBG to cover compensation for delay in mobilising the erection/ commissioning personnel. This BG
will be released to the bidder upon the erection/ commissioning personnel reporting at site. This BG
shall be furnished along with payment milestone for submission of final documentation as per PR
and shall be valid up to six months which shall be extended based on the request by BPCL. (In case
where commissioning, Performance Guarantee Test, etc. are required and the 10% is under hold,
this condition shall not be applicable).
1.7 Transportation charges
1.7.1 100% Payment within 4 weeks after receipt of materials at site.
1.8 General
1.8.1 Excise Duty, Service Tax & VAT on Supplies shall be released only on receipt of Cenvatable/
Vatable copy of corresponding Invoice enabling availing of Input Credit by BPCL.
1.8.2 No initial advance payment along with Order shall be made by the Owner against Supplies as well
as Services (i.e. Transportation, Erection, Site Work, etc.). If a Supplier insists on the same, their
Offer shall be rejected.
1.8.3 Bank Guarantee(s) shall be issued through Scheduled Commercial Bank in India/ Indian Branch of
Foreign Bank, directly to BPCL as per the Pro-forma enclosed with RFQ documents and Supplier
shall also enclose copy of the same along with Invoice.
Page 45 of 440
BPCL-KR
Job: A307
1.8.4 All payments shall be released either through Electronic Clearing System (ECS) / Electronic Fund
Transfer (EFT)/ Real Time Gross Settlement (RTGS) or through internet, within 30 days of receipt of
Invoice and all requisite documents, complete in all respects.
1.8.5 Billing schedule shall be submitted to EIL & BPCL by the Supplier for approval within 30 days from
the date of Purchase Order wherever specified therein. No payment against pro-rata dispatch shall
be made without approval of Billing Schedule.
1.8.6 Major Raw Material: Shall be as specified below:
i. Columns and Vessels: Plates and Forgings
ii. Heat Exchangers: Plates, Forgings and Tubes
iii. Pumps/Compressors: Castings and Drivers
iv. Any other item(s) as may be defined in MR/PR.
2.2 Where the Material Requisition calls for Supply of material and Erection or Site Work in the
scope of Supplier and Package Items
For Supply Portion
2.2.1 90% Payment of FOB Supply value through an Irrevocable Letter of Credit against submission of
Shipping Documents. The Letter of Credit shall be established only on receipt of acceptance of Fax
of Acceptance/Purchase Order along with submission of Bank Guarantee of 15% of Order Value
(10% towards Performance Bank Guarantee valid till full Guarantee period plus Three months claim
period & separate 5% Bank Guarantee towards Price Reduction Schedule due to delay in delivery
valid till contractual delivery date (CDD) + Five and half Months).
2.2.2 10% Payment of FOB Supply value through direct wire transfer through banking channels on
completion of Erection or Site Work or Commissioning/Performance Guarantee Test Run (PGTR) at
site, as applicable as per Purchase Order/Purchase Requisition (PR) against submission of final
documents or Certificate of Completion of Work by BPCL Site.
For PGTR cases only
The above amount (10%) shall be released against successful demonstration of Performance
Guarantee Test Run & submission of Invoices duly certified by Site-In-charge or 6 months from
receipt of material at site (against BG of equivalent amount valid for 1 year), whichever is earlier.
However in the event of delay in conducting the PGTR, the bidder is not relieved of his responsibility
to carry out the same. No additional payment shall be made for visit of supplier to site for
demonstrating the PGTR, if the same is included in the scope of supplier.
Page 46 of 440
BPCL-KR
Job: A307
period plus Three months claim period & separate 5% Bank Guarantee towards Price Reduction
Schedule due to delay in delivery valid till contractual delivery date (CDD) + Five and half Months).
2.5.3 Wherever supervision is in the scope of MR, bidders shall provide additional BG of an amount equal
to the per diem charges for the number of days considered for evaluation over and above 10%
PBG to cover compensation for delay in mobilising the erection/ commissioning personnel. This BG
will be released to the bidder upon the erection/ commissioning personnel reporting at site. This BG
shall be furnish along with dispatch documents which shall be initially valid up to six months whixh
shall be extended based on the request by BPCL.
2.6 General
2.6.1 No initial advance payment along with Order shall be made by the Owner against Supplies as well
as Services (i.e. Transportation, Erection, Site Work, etc.). If a Supplier insists on the same, their
Offer shall be rejected.
2.6.2 All Bank Guarantee(s) shall be issued through any Indian Scheduled Bank or branch of an
International Bank situated in India and registered with Reserve Bank of India as scheduled foreign
Bank as per Pro-forma provided in RFQ documents. All Bank Guarantees will be directly to BPCL by
the Bank.
2.6.3 All bank charges and stamp duties payable outside India in connection with payments shall be borne
by the Supplier. All bank charges and stamp duties payable in India shall be borne by BPCL except
L/C Amendment charges for delays in delivery. Confirmation charges for Confirmed L/C shall be
borne by Supplier.
2.6.4 Billing schedule shall be submitted to EIL & BPCL by the Supplier for approval within 30 days from
the date of Purchase Order wherever specified therein. No part shipment shall be made without
approval of billing schedule.
2.6.5 Subject to Technical Acceptability, For supplies sourced within India (if any) by Foreign
Bidder & directly dispatched to Site shall have following provisions: (Refer Annexure-A)
Page 47 of 440
BPCL-KR
Job: A307
Freight Charges/ CFR prices should be valid for additional 4 months from the date of Order. The
bidder is required to furnish the shipping details within 45 days from the date of order. In case the
bidder is not able to prove the shipping details within 45 days then 4 months shall be considered
from the date of receipt of shipping details of consignment for converting FOB to CFR.
3.4 Above clause no. 3.1 to 3.3 is not applicable for Turn-Key jobs where ocean freight along with
Marine cum transit cum erection insurance in bidders scope.
If a Bidder does not quote Ocean freight charges, his offer shall be loaded with maximum freight
charges as quoted by the other bidders.
Comparison shall be done on equivalent Indian Rupees considering RBI Reference rate of Foreign
Exchange published on the day of Opening of Priced Bids.
Normally, deviations in Payment terms, Firm prices & Performance Bank Guarantee are not
acceptable. However, wherever Bidder insists, the loading shall be done as applicable to Indigenous
cases on FOB price.
Page 48 of 440
BPCL-KR
Job: A307
Foreign Bidders:
Bids shall be evaluated on the basis of landed cost at Site including the charges of inspection by
Third Party Inspection Agency, all duties, taxes and ocean freight charges as under less Cenvatable
CVD/SAD, Cenvatable Service Tax, VAT on Supplies, VAT on Works Contract, whichever is
applicable.
Wherever supervision and site works are involved, in that cases service tax plus Ed. Cess shall be
loaded with as applicable rates
7.0 GENERAL NOTES:
i. Cost of Mandatory (Insurance) Spares, if identified in the Material Requisition, Commissioning
spares and Special Tools & Tackles will be included for price evaluation of bids, but costs of Spares
for Two Years Normal Operation & Maintenance shall be excluded.
ii. Cost of loading towards Technical Parameters (Utilities, etc.) wherever applicable shall be carried
out.
iii. BPCL shall claim CENVAT benefits on Excise Duty, CVD/SAD, Service Tax as well as the Cess
applicable and accordingly Excise Duty/ CVD/ SAD/ Cess/ Service Tax shall be considered and
necessary credit shall be given for evaluation and comparison of bids.
Wherever Site Work, AMC, Training, Supervision, etc. are required as per MR/RFQ, the same shall
be considered for evaluation.
iv. Bidders shall indicate the Customs Duty at Merit Rate in their Offer.
v. The Bidder must ascertain and confirm along with supporting documents in the bid, if any Custom
duty exemption / waiver is applicable to the products being supplied by bidder under any multi-lateral
/ bi-lateral trade agreement between India and Bidder’s country.
The bidder shall liable to provide all documentation to ensure availment of the exemption / waiver. In
case the bidder defaults on this due to any reason whatsoever, they shall be liable to bear the
incremental Custom Duty applicable, if any.
Any Custom Duty applicability on account of any change in the bi-lateral / multi-lateral agreement
shall be in bidder’s account.
Page 49 of 440
BPCL-KR
Job: A307
Documentation to be furnished for availing any exemption / waiver of Custom Duty shall be
specifically listed in Letter of Credit also as the pre-requisite for release of payment against shipping
documents and this documentation shall necessarily from a part of shipping documents.
vi. BPCL shall issue Concessional Form ‘C’ for Central SalesTax, for all applicable cases.
vii. Comparison shall be done on equivalent Indian Rupees considering RBI Reference Rate of Foreign
Exchange published on the day of opening of the Price Bids.
viii. Third Party Inspection charges for foreign bidder must be included in quoted prices or anything
specifically mentioned in RFQ documents..
ix. Excise Duty, Central Sales Tax, VAT on Supplies & Service Tax shall not be included in the quoted
prices and shall be payable extra at actual. BPCL shall claim eligible credit on CENVAT/Service
Tax/VAT quoted by the Bidder and therefore eligible portion of CENVAT/Service Tax/VAT shall be
considered for price comparison. Bidder shall be required to furnish proper invoices issued in
accordance with relevant rules for enabling BPCL to avail CENVAT benefits. Further, the amount of
Excise Duty, Service Tax & VAT shall only be payable against submission of CENVATABLE/
VATABLE Invoices, subject to maximum amount quoted in the Offer and in case of non-submission,
will not be paid.
x. Bidders quoted transportation charges shall be inclusive of service tax plus education cess
thereupon applicable on transportation.
xi. Transit Insurance/ Marine Insurance shall be excluded from Supplier’s scope for the items where
only supply is involved, and in such cases, the same shall be arranged by the Owner. For purchases
involving Site Work, the Comprehensive Insurance (Transit/Marine cum Storage, Erection, till
handing over of equipment) shall be in the scope of Supplier.
xii. Owner reserves its right to allow Public Sector Enterprises (Central/State), Micro & Small
Enterprises (MSEs) and MSEs owned by Scheduled Caste (SC)/ Scheduled tribe (ST)
entrepreneurs, purchase preference as admissible/applicable from time to time under the existing
Govt. policy. Bidder to submit documentary evidence for the same duly certified by Statutory Auditor
of the bidder or a practicing Charted Account (not being an employee or a Director or not having any
interest in the Bidder’s company / firm) where audited accounts are not mandatory as per law.). In
this regard, item wise quantity may be splitted and the quoted price shall remain valid.
xiii. If various item rates are present in the RFQ and if there is correction/wrong entry or a difference
between the values entered in figures and in words, the following procedure shall be adopted for
evaluation.
i. When there is a difference between the rate in figures and in words for an item, the rate
which corresponds to the amount worked out by the Bidder for the item based on the
notional quantity specified, shall be taken as correct.
ii. When the rate quoted by the Bidder in figures and words tallies but the amount is incorrect,
the rate quoted by the Bidder shall be taken as correct.
iii. When it is not possible to ascertain the correct rate as detailed above, the rate quoted for
the item in words shall be adopted as the quoted rate.
iv. If the total amount written against an item does not correspond to the rate written in figures
and if the rate in words is missing, then the higher of the rates, i.e. higher of the rate worked
out by dividing the amount by the notional quantity and the rate quoted shall be considered
for evaluation In the event that such a bid is determined as the lowest bid, the lower of the
rates shall be considered for award of works.
Page 50 of 440
BPCL-KR
Job: A307
bids. Credit shall be taken during evaluation for 20% of Kerala VAT rate, 96% of Service Tax
rate and full amount for other Cenvatable taxes and duties.
(iv) Excise Duty, Central Sales Tax, Kerala VAT & Service Tax shall not be included in the
quoted prices and shall be payable extra at actuals. Further, the amount of Excise Duty,
Service Tax, Central Sales Tax, KVAT shall only be payable against submission of
supporting documents/Cenvatable/Vatable invoices subject to maximum amount quoted in
the offer and in case of non-submission, will not be paid.
(v) Non Cenvatable Excise Duty, if any is to be included in quoted prices & no variation on any
account (including statutory variation) shall be paid by Owner.
(vi) All New taxes/duties/cess/levies notified after the last date of submission of bid (final bid due
date) but within contractual delivery/ completion period, shall be to Owner’s account.
(vii) The bidder shall be required to furnish details of any special dispensation regarding
concessional/ exempted taxes/ duties.
“Price Reduction schedule for (Supply + Site work) shall be @ 0.5% of value of total order value
(TOV) of per week of delay or part thereof subject to maximum of 5% total order value (TOV)”.
Price Reduction Schedule (Supply + Site work) towards delay in delivery for foreign bidder shall be
applicable as per clause no. 17 of GPC Import of RFQ subject to following modification:
“Imports, for any delay in delivery of equipments / materials or part thereof beyond the delivery
date stipulated, the vendor shall be liable to pay, compensation at 0. 5% of the total FOB Value of
order per week of delay or part thereof subject to maximum of 5% of the total FOB Value of
order”.
iii. Wherever the supply period and site work are indicated as two separate periods and
notice of site readiness is required for site work, intervening period, if any shall be
excluded, while calculating the price schedule for delay.”
b) In case item involving supply and site work excluding comprehensive Insurance
policy:-
Performance Guarantee shall be as per clause 30 of GPC (For Indigenous materials &
equipments).
Page 51 of 440
BPCL-KR
Job: A307
b. In case item involving supply and site work Excluding comprehensive Insurance
policy:-
Performance Guarantee shall be as per clause 26 of GPC (For Foreign materials & equipments).
In cases like turnkey jobs, to derive the delivery period of supply items, the total period of turnkey
jobs shall be split into delivery period of supplies & site work period in the ratio of 70:30 for loading of
differential payment terms for the supply periods as defined above.
ii. Foreign suppliers shall not be permitted to offer differential payment terms as against the terms
specified in the RFQ/ GPC and in case they insist, their offer shall be rejected.
iii. Advance along with FOA/ PO will not be allowed. If a supplier insists for advance payment along
with FOA/PO, his offer shall be rejected.
Page 52 of 440
BPCL-KR
Job: A307
In case a Supplier does not accept the delayed delivery clause and/or takes any deviation (indicates
Penalty clause/Liquidated damages in place of Price Reduction Clause) or takes exception to the
percentage rate mentioned in GPC, the offer of such supplier(s) shall be loaded as under:
0.5% UDOV to 5%TOV : No loading
0.5% UDOV to 5% UDOV : 5%
0.5% UDOV to less than 5% TOV : Differential between the offered %age and 5%
Any other deviation/Liquidated : 5%
Damages/ penalty or non acceptance
of price reduction schedule
ii. For Supply + Site Work: [considering 0.5% total order value (TOV) ~ 5% total order value
(TOV)]
0.5% TOV to 5%TOV : No loading
0.5% UDOV to 5%TOV : 5% loading
0.5% TOV to less than 5% TOV : Differential between the Offered % and 5%
Any other deviation/Liquidated : 5%
Damages/ penalty or non acceptance
of price reduction schedule
15.0 PRICE VARIATION:
Suppliers must quote firm & fixed prices unless price variation is specified in the RFQ. Where price
variation is permitted as per RFQ, the loading thereto shall be as follows:
c) No ceiling on the formula specified (This 1.5 times the maximum ceiling specified by
loading other Suppliers. In case all other Suppliers
shall be done only after putting efforts with have quoted firm prices then @ 1.25% for
Supplier to indicate ceiling and obtaining every month of quoted delivery period to be
BPCL’s approval) taken as ceiling.
d) No formula and no ceiling specified by Offer may be rejected.
Supplier
(This shall be resorted to only after putting
efforts with Supplier and obtaining BPCL’s
approval)
19.0 UTILITIES:
Cost loading in respect of utilities etc. will be considered as mentioned in RFQ documents.
20.0 FOREIGN EXCHANGE RATE VARIATION/CUSTOM DUTY VARIATION FOR INDIAN BIDDERS
(ON BUILT-IN IMPORT CONTENT) :
i. Prices shall remain firm and fixed without any escalation except for statutory variation in customs
duty rate.
The prices shall be firm and fixed on account of FE variation also.
Page 53 of 440
BPCL-KR
Job: A307
ii. Indigenous bidders shall be required to quote their prices including customs duty (Merit rate)
towards their built in import content. CIF content in Indian Rupees shall also be furnished by
Bidders along with the merit rate of customs duty considered.
iii. The statutory variation in customs duty shall be subject to the following
guidelines and the supplier shall confirm the following in their bid:
(a) Maximum CIF value of import content shall be furnished in the bid.
(b) The material to be imported covering the above CIF value to be indicated in the bid.
(c) Any increase in price due to increase in customs duty rate beyond two-third of the quoted
delivery period will be to supplier’s account. However, any decrease in price due to
decrease in customs duty rate at the time of actual clearance of imported materials shall
be passed on to BPCL.
(d) Variation in price due to customs duty rate will be dealt with separately after receipt of
materials at site against documentary evidence.
Page 54 of 440
BPCL-KR
Job: A307
(i.) Any Suo-moto reduction in price offered by a supplier within the bid validity by way of discount or
revised prices subsequent to the bid due date and which is not as a result of any change in scope of
supply or terms and conditions, shall not be taken into account for evaluation. However, such
reduction in price shall be taken into account for ordering if such supplier happens to be the
recommended supplier as per the originally quoted prices.
(ii.) However, in the event of any suo-moto price increase sought by a supplier subsequent to the bid
due date and which is not as a result of any change in scope of supply or terms and conditions, the
bid of such a supplier shall be rejected for the items in which such suo-moto increase is made.
(iii.) Any wrong interpretation of taxes & duties or any taxes & duties not specified in the offer shall be
borne by Bidder.
25.0 PRICE IMPLICATION NOT PERMITTED:
Price implications on account of technical clarifications shall not be permitted as long as
BPCL/EIL do not change the specifications/ scope spelt out in the RFQ.
Page 55 of 440
BPCL-KR
Job: A307
29.0 NEW / ADDITIONAL TAXES & DUTIES (Applicable for Indian Bidder):
i. Within the contractual delivery period, if any new taxes and/or duties come into force the same will
be reimbursed to bidder against documentary evidence. However any new or additional taxes/
duties imposed after contractual delivery shall be to borne by seller.
ii. All necessary taxes & duties registration, if required for carrying out the site activities shall be done
by the bidder and cost towards the same shall be included in quoted prices.
iii. The statutory variations on Customs duty (rate) considered on above CIF value of built – in import
content, within contractual delivery period shall be to Employer’s account against submission of the
documentary evidence. However, any increase in the rate of Customs duty beyond the contractual
completion period shall be to bidder’s account. In case of wrong classification, no variation
including statutory variation of Customs Duty will be payable extra. Any decrease in the rate of
Customs duty shall be passed on to the Employer.
iv. The statutory variations on Excise rate and amount of Excise Duty, CST with concessional form &
VAT without concessional form, which will be payable on the finished goods and Cenvatable
Service Tax, as applicable, within the contractual delivery period shall be to Employer’s account
against submission of the documentary evidence. Any increase in the rate of these taxes and
duties beyond the contractual completion period shall be to bidder’s account. However, any
decrease in the rate of taxes & duties shall be passed on to the Employer.
v. Works Contract Tax & service tax on transportation, if applicable, shall be included in the quoted
prices and no variation including statutory variations shall be payable by BPCL.
Approval from any authority (i.e. Inspector of Boiler, Electrical Inspector, and Municipal Corporation
of Greater Kochi (MCGK) etc.) required as per statutory rules and regulations of Central/ State
Government shall be the responsibility of Contractor agency.
The application on behalf of the OWNER for submission to relevant authorities along with copies of
required certificate complete in all respects shall be prepared and submitted by the Contractor
agency well ahead of time so that the actual construction/ commissioning of the work is not delayed
for want of the approval/ inspection by concerned authorities. The Contractor agency shall arrange
the inspection of the works by the authorities and necessary coordination and liaison work in this
respect shall be the responsibility of the Contractor agency. Reimbursement by the OWNER of the
A307_SIB Rev.6 dt. 14.04.2014 Page 15 of 20
Page 56 of 440
BPCL-KR
Job: A307
statutory fees payable by Contractor agency (as per advance approval of OWNER) may be provided
for, subject to submission of receipt.
The Contractor agency shall carry out any change/ addition required to meet the requirements of the
statutory authorities, within the quoted rates. The inspection and acceptance of the work by statutory
authorities shall be the responsibility of the Contractor agency.
List of all documents, drawings, forms, affidavits etc required for the approvals shall be submitted by
the contractor agency.
35.0 LIEN:
Supplier shall ensure that the Scope of Supply supplied under the Agreement shall be free from any
claims of title/liens from any third party. In the event of such claims by any party, Supplier shall at
his own cost defend, indemnify and hold harmless Purchaser or its authorised representative from
such disputes of title/liens, costs, consequences etc.
37.0 GENERAL: Bidders shall submit their Bids in following manner & containing the listed inputs, duly
filled-in, stamped & signed by authorized signatory of Bidder holding Power of Attorney, as a
minimum requirement:
a) PART-I: UNPRICED OFFER
A. All technical specifications as per requirement of MR.
B. Agreed Terms & Conditions duly filled in.
C. Terms & Conditions for Supervision of Erection/Testing/Commissioning, if applicable
D. Terms & Conditions for Site Work, if applicable
E. Copy of Registration with EIL, if applicable
F. Copy of MOU/ MOM, if any, signed with EIL and referred in offer.
G. Integrity Pact, duly filled-in, stamped & signed on each page (if applicable).
H. Complete Audited Financial Report of latest preceding Financial year.
I. Deviation sheet, if any.
J. Price Schedule with prices blanked out but “Quoted/ Not quoted” to be mentioned & its
relevant enclosures, duly filled-in, stamped & signed on each page.
b) PART-II: PRICED OFFER
A. Price Schedule with prices filled in.
B. Statement that all specifications and terms & conditions are as per un-priced part of offer.
Note:
Bidding currency shall be Indian Rupees for supplies dispatched from India & and USD/EURO for
supplies dispatched from foreign.
Page 57 of 440
BPCL-KR
Job: A307
b) In case, the information/ document furnished by the Bidder/ Contractor forming basis of
evaluation of his bid is found to be false/ forged after the award of the contract, Owner shall
have full right to terminate the contract and get the remaining job executed at the risk & cost of
such Bidder/ Contractor without any prejudice to other rights available to Owner under the
contract such as forfeiture of CPBG/ Security Deposit, withholding of payment etc.
c) In case, this issue of submission of false documents comes to the notice after execution of
work, Owner shall have full right to forfeit any amount due to the Bidder/ Contractor along with
forfeiture of CPBG/ Security Deposit furnished by the bidder/ contractor.
d) Further, such bidder/ contractor shall be put on Blacklist/ Holiday/ Negative List of OWNER/EIL
debarring them from future business with Owner & EIL for a time period, as per the prevailing
policy of OWNER & EIL.
b) In the event of submission of any document/ certificate by the Bidder in a language other than
English, the English translation of the same duly authenticated by Chamber of Commerce of
Bidder’s country shall be submitted by the Bidder. Metric measurement system shall be
applied.
41.0 EARNEST MONEY DEPOSIT:
Bidder shall furnish, as part of its Bid, EMD for an amount as indicated in the NIT/ IFB. If the
Bidder is unable to submit Bid Document Fee & EMD in original within the due date & time, then
bidder shall submit the original Bid Document Fee & EMD within 7 days from the date of unpriced
bid opening, provided copy of the same have been uploaded on E-Tendering Website. In case
the bidder fails to submit the same in original within 7 days, then their bid shall be rejected,
irrespective of their status/ ranking in tender and notwithstanding the fact that a copy of Bid
Document Fee & EMD was earlier uploaded by the bidder. OWNER shall not pay any interest on
EMD furnished.
The EMD shall be in favour of BPCL and shall be acceptable in the form of Crossed Demand Draft
or Bank Guarantee in the prescribed pro-forma.
The Bank Guarantees/DD for EMD shall be issued by any Scheduled Commercial Bank (other than
co-operative Bank) in India or any Indian Branch of Foreign Bank and same shall be as per the
format given in this bidding document. Swift Message or Cash or Cheque in lieu EMD shall not be
acceptable.
The bank guarantee for submission of EMD shall be valid as period mentioned in EMD / Bid
Security format or elsewhere mentioned in Bid Document / RFQ.
EMD/ Bid securities of unsuccessful bidders will be returned upon award of Contract. However,
EMD of the successful Bidder will be returned upon the Bidder's acceptance of PO/ signing the
Contract and furnishing the PBG.
The EMD may be forfeited:
If a Bidder withdraws its bid during the period of Bid Validity or does any breach of
tendering terms and conditions, or
In case of a successful Bidder, if the Bidder fails, within the specified period:
i. To submit the order acceptance.
ii. To furnish the PBG.
Page 58 of 440
BPCL-KR
Job: A307
Page 59 of 440
BPCL-KR
Job: A307
I. The parent company shall issue an authorization from the authorized signatory like CEO, CFO, CS
to confirm their authorization to the subsidiary to manufacture & supply the equipments.
II. The parent company shall furnish a back-up guarantee duly signed by above signatory for the
performance of the equipment.
III. The order shall be placed on Indian subsidiary and the payment shall be released to Indian
subsidiary.
IV. Indian subsidiary shall be a manufacturing company in the same product & not a liaison /
representative office.
V. Bidder to submit bipartite agreement between parent & subsidiary to ensure experience &
compliance to contract.
VI. All critical components / parts to be supplied by parent company only which is enlisted with EIL.
Page 60 of 440
BPCL-KR
Job: A307
ANNEXURE-A
INTEGRATED REFINERY EXPANSION PROJECT (IREP) OF
M/s BPCL KOCHI REFINERY, KOCHI, KERALA (INDIA)
(Job No. A307)
TERMS & CONDITIONS FOR INDIAN SOURCED COMPONENTS / SERVICES BY FOREIGN
BIDDER
Foreign bidder may source components / sub-supplies and services from India, if allowed as per Material
Requisition. Such sub-supplies / services shall be subject to following Commercial Terms & Conditions:
1. PRICING:
1.1 The Foreign bidder shall quote firm price for items being sourced from India in Indian rupees on FOT
Site basis inclusive of packing, forwarding, transportation, all applicable taxes, duties & levies payable
upto site.
1.2 Materials if ordered against this Bidding Document are required to be dispatched on door delivery basis
through a reliable bank approved Road Transport Company unless the transport company is named by
the Owner.
2. AWARD OF ORDER:
Client will place single order for Main Supplies/ Services including Indian source supplies/ Services
with single point responsibility taken care by foreign (principal) bidder. However obligation of
Performance Bank Guarantee & Price Reduction Schedule for complete package shall always be in
scope of foreign (principal) Bidder.
3. DELIVERY:
The delivery period for items being sourced from India, shall be on FOT site basis within the delivery
period specified for foreign bidder as per Terms of Bidding document.
5. OVERALL RESPONSIBILTY:
Overall responsibility towards the contractual obligations like delivery, bid security, order execution,
performance guarantee etc. including supplies being sourced from India shall be only with the
foreign (principal) bidder.
7. INSPECTION
i. Inspection of Item being sourced from India shall be by EIL/Owner.
ii. Any change in sourcing from indigenous supplies to imported supplies and vice-versa after bid
submission is not permitted.
iii. Considering EIL Inspection charges, during evaluation prices of Indigenous source item shall be
loaded by @1.25% of FOT Despatch Point Price price.
8. PAYMENT TERMS:
8.1 Indian Sourced supplies:
100% payment along with taxes and duties will be paid against receipt & acceptance of Indian sourced
goods/material at project site and on presentation of invoice suitable for availing Cenvat.
8.2 Payment of Indian source supplies/Services shall be released directly to Indian counterpart against
Invoices raised by Indian counterpart duly endorsed by Foreign principal for payment.
8.3 The payments shall be made after Adjustment of Price Reduction Schedule.
9. In case of any deviation to above requirement, loading shall be applicable as mentioned for Indian
Bidder.
Page 61 of 440
Page 62 of 440
Page 63 of 440
Page 64 of 440
Page 65 of 440
Page 66 of 440
Page 67 of 440
Page 68 of 440
Page 69 of 440
Sham
PatroleUI"
INDEX
1. NON-WAIVER
ADDRESSES
ARBITRATION
TECHNICAL
VENDOR'S
DELAYED
DELAYS
OILS
SPARE
PACKING
SHIPPING
RESPECT
CANCELLATION
PART
RECOVERY
MODIFICATIONS
INSPECTION-CHECKING-
PRICE
CONFIRMATION
COMPLETE
PATENTS
EXPEDITING
NO ASSIGNMENT
&ORDER/REPEAT
TRANSITLUBRICANTS
PARTS
DUE
AND
DELIVERY
DEFINITIONS
TERMS
SHIPMENT
SERVICES
WEIGHTS
SALES
IMPORT
PERFORMANCE
REFERENCE FOR
DRAWINGS
AGREEMENT
OF
INFORMATION
TO
MARKING
ROYALTIES
CONDITIONS
OF
LICENCE
REJECTION,RISK
AND
OF
AND DELIVERY
SUMS
PAYMENT
FOR OF
FORCE
ORDER
VENDOR'SDUE
ORDER
AND
INSURANCE
MEASURES
SHIPMENTMAJEURE
TESTING
GUARANTEE
REMOVAL DATES
DOCUMENTATION
OFPERSONNEL
NOTICES
REJECTED 19.
34.
33.
30.
31.
32. DATA REQUIREMENT
GOODS AND REPLACEMENT 25.
28.
20.
24.
27.
26.
21.
23.
29.
22.
-1-
Page 70 of 440 •
1. DEFINITIONS: 7.1 All tests mechanical and others and particularly
The following expressions used in the purchase order those required by relevant codes will be performed
shall have meaning indicated against each of these; at the Vendor's expenses and in accordance with
inspector's instructions. The vendor will also bear
The OWNER means BHARAT PETROLEUM
the expenses.
CORPORATION LIMITED a company incorporated in
India having its registered office at Mumbai. India and 7.2 Concerning preparation and rendering of tests
shall include its successors and assigns. required by Boiler Inspector~te or such other
"GoodslMaterials" : Goods and/or materials shall mean statutory testing agencies or by L10yds register of
shipping as may be required.
any of the articles, materials, machinery, equipment,
supplies drawings, data and other property and all 7.3 Before shipping or despatch, the equipment and/
services Including but not limited to assigning, delivery, or materials will have to be checked and stamped
Installation, Inspection. testing and commissioning by Inspectors who are authorised also to forbid
specified or required to complete the order. the use and despatch of any equipment and/or
materials which during tests and inspection fail to
·Vendor" : Vendor shall mean the person, firm or
comply with the specification. codes and testing
corporation to whom this purchase order is issued, and
requirements.
include its successors and assigns.
7.4 The Vendor will have to-
"Inspectors" : Inspectors deputed by Owner.
2. REFERENCE FOR DOCUMENTATION: Inform Owner at least fifteen days in advance of
the exact place date and time of rendering the
Purchase order Number must appear on all equipment or materials for required Inspection.
correspondence, drawings, invoices, shipping notes,
Provide free access to inspectors during normal
packing and on any documents or papers connected
working hours to Vendors or his /lts sub-Vendor's
with the order.
work and place at their disposal all useful means
3. IMPORT LICENCE: of performing, checking, marklhg testing,
Relevant particulars of the import licence if any shall be inspection and final stamping.
duly indicated in the invoice and shipping documents Even if the inspection and tests are fully carried
as well as on the packages or consignments. out Vendor is not absolved to any degree of his
4. CONFIRMATION OF ORDER: responsibilities to ensure that all equipments and
The vendor shall acknowledge the receipt of the materials supplied comply strictly with
Purchase order within ten days following the mailing of requirements as per agreement both during
this order and shall thereby confirm his acceptance of requirements as per agreements both during
this Purchase Order in its entirety without exceptions. construction, at the time of delivery, inspection on
This acknowledgment will be on both purchase order arrival at site and after Its erection or start-up and
and General Purchase Conditions. Vendor shall also guarantee period as stipulated In clause 26 hereof.
submit along with order acceptance a Bank Guarantee 7.5The Vendor's responsibility will not be lessened to
as per clause 26 hereunder. any degree due to any comments made by Owner/
6. SALES CONDITIONS: Owner's representatives and inspectors on the
Vendor's drawings or specifications or by
With Vendor acceptance of provisions of this Purchase
inspectors witnessing any chemical or physical
Order he waives and considers as cancelled any of his
tests. In any case the equipment must be in strict
general sales conditions. accordance with the Purchase Order and or its
6. COMPLETE AGREEMENT: attachments failing which the Owner shall have the
The terms and conditions of this Purchase Order right to reject the goods and hold the Vendor liable
constitute the entire agreement between the parties for non-performance of contract.
thereto. Changes will be binding only if the amendments 8. EXPEDITING:
are made in writing and signed by an authorised
Owner/Owner's representatives have been assigned to
representative of the Owner and the Vendor.
expedite both manufacture and shipment of equipment
7. INSPECTION-CHECKING-TERMS: and materials covered by the Purchase Order. The
The equipment, materials and workmanship covered by Owner/Owner's representatives shall have free access
the Purchase Order is subject to inspection and testing to Vendor's shop and/or sub supplier's shop at any time
at any time prior to shipment and/or despatch and to and they shall provide all necessary assistance and
final Inspection within a reasonable time after arrival at Information to help them perform their job.
site. Inspectors shall have the right to carry out the 9. WEIGHTS AND MEASUREMENTS:
Inspections and testing which will Include the raw
The shipping documents, invoices, packing lists and all
materials at manufacturer's shop, at fabricator's shop other relevant documents shall contain the same units
and at the time of actual despatch before and after
of weight and measurements as given in the Owner's
completion of packing. Purchase Order.
-2-
Page 71 of 440 •
10. OILS & LUBRICANTS: CARE GLASS FRAGilE, DON'T ROLL. THIS END UP.
The first filling of oils and lubricants for every equipment THIS END DOWN.· to be indicated by arrow.
shall be included In the price. The vendor shall also A distinct colour splash in say red-black around each
recommend for quality and quantity of oils and lubricants package crate/bundle shall be given for identification.
required for one year's continuous operation. Ail pipes and sheets shall be marked with strips bearing
11. SPARE PARTS: progressive No.
The vendor must furnish itemised and priced list of spare In case of bundles, the shipping marks shall be
parts required for two years operation of the equipment. embossed on metal or similar tag and wired securely
The vendor shall provide the necessary cross sectional on each end.
drawing to Identify the spare parts numbers and their For bulk uniform material when packed in several cases,
location as well as inter-changeability chart. progressive serial numbers shall be indicated on each
12. PACKING AND MARKING: cases. All nozzles, holes and opening and also all
delicate surfaces shall be carefully protected against
All equipment/materials shall be suitably packed in
damage and bad weather. Flange faces of all nozzles
weather proof, seaworthy packing for ocean transport
shall be protected by blanks. All manufactured surfaces
under tropical conditions and for rail or road or other
shall be painted with rust proof paint.
appropriate transport in India. The packing shall be
strong and efficient enough to ensure safe preservance All threaded fittings shall be packed in cases.
upto the final point of destination. The vendor shall be held liable for all damages or
Equipment / Materials shall be protected by suitable breakages to the goods due to defective or Insufficient
coat of paint and all bright parts protected from rust by packing as well as for corrosion due to insufficient
application of rust preventive as may be necessary. All greasing/ protection.
machined surface shall be suitably protected. On three sides of the packages, the following marks
All fragile and all exposed parts will be packed with care shall appear clearly visible in indeliable paint and on
and the packages shall bear the words -HANDLE WITH Vendor's care and expense.
To:
Chief Manager (Projects)
Bharat Petroleum Corporation Ltd.
Koehl Refinery, Ambalamugal
Kochi - 682 302
Item:
Equipment:
NetWeight: Kgs.
Dimensions:
-3-
Page 72 of 440 •
l!!RI§.;. MarKIngshall be bold-minimum letter height 5cm. charges, if any, surcharge, discount, etc. cleal
for every order and every shipment, packages must be and separately and the net total freight payab
marked with serial progressive numbering. All packages shown at the bottom.
will bear warning signs on the outside denoting the All documents vlz. bill of lading/airway bi,
center of gravity and sling marks. Packages that require Invoices/packing list, freight memos, country 4
special handing and transport should have their centres origin certificates, test certificate, drawings an
of gravity and points at which they may be gripped catalogues should be in English language.
clearly indicated and marked -Attention Special Load
In addition to the bill of lading which should b
Handle with Care" In English Language. Any other
obtained In 3 stamped original plus as many copiei
direction for handling shall be clearly indicated on the
as required, Invoices packing lists, freight memos
package.
(If the freight particulars are not shown In the billl
Top heavy containers will be so marked either Top of lading), country of origin certificate, test
Heavy or Heavy Ends. When packing material is clean composition certificate, shall be made out agains',
and light coloured, a dark black stencil paint shall be each shipment in as many number of copies as
acceptable. However, where packaging material is shown below. The bill of lading, invoice and
soiled or dark, a coat of flat zinc white paint shall be packing list specifically must show uniformly, the
applied and allowed to dry before applying the specific marks and numbers, contents case wise country
markings. of origin, consignees name, port of destination and
In case of large equipments like vessels, heat all other particulars as indicated under clause 12.
exchangers, etc. documents contained in the envelope The invoice must show the unit rates and net total
shall be fastened Inside a shell connection with an EO.B. prices. Items packed separately should also
identifying arrow sign -documents" applied with Indelible be Invoiced and the value shown accordingly.
paint. Packing list must show apart from other particulars
13. SHIPMENT AND SHIPMENT NOTICES: actual contents in each case, net and gross
weights and dimensions, and the total number of
The Vendor shall make shipment only after prior
packages. All documents should be duly signed
approval of Inspector whenever specifically mentioned.
by the Vendor's authorised representatives.
As soon as any shipment is made, the Foreign Supplier
shall send advance information by way of Fax message Shipping arrangements shall be made by
to Chief Manager (Projects), Bharat Petroleum Chartering Wing Ministry of Surface Transport,
Corporation Ltd., Koehl Refinery, Ambalamugal, Kochi- New Delhi through their respective forwarding
682 302 giving particulars of the shipment, vessel's agents, M/s. Schenker & Co., P.O. Box 110313
name, port of shipment, bill of lading number and date, 02043 Hamburg West Germany, Ph. 49 (040)
total FOB and freight value with confirmation copies by 361350, Fax (040) 36135216 Gr.2/a, Telex
post to the owner, Bharat Petroleum Corporation 217004-33 Sh.d, for shipping consignments from
Limited, Koehl Refinery, Ambalamugal, Kochi -682 302 UK / continent port; M/s. OPT Overseas Project
In case of air shipment a copy each of airway bill & Transport Inc. 46 sellers Street, kearny, N.J.
Invoice shall be sent by fax to BPCL as soon as 07032, Tel (201) 998-7771, Telex 673-3586, Fax
shipment is made. (201 )998-7833. In respect of consignments form
US/CANADA, MEXICO & SOUTH AMERICA and
14 SHIPPING:
the Embassy of India in Japan, Tokyo in respect
14.1 SEA SHIPMENT: of consignments from Japaneses ports. Supplier
All shipment of materials shall be made by first shall furnish to the respective agents the full details
class direct vessels, through the chartering wing, of consignments such as outside dimensions,
Ministry of Surface Transport Govt, of India, New weights (both gross and net) No. of packages,
Delhi as per procedure detailed hereunder. The technical descriptions and drawings, name ofthe
Foreign supplier shall arrange with Vessels Supplier, ports of loading, etc. 6 weeks notice shall
Owners or Forwarding Agents for proper storage be given by the supplier to enable the concerned
of the entire Cargo intended for the project in a agency to arrange shipping space.
specific manner so as to facilitate and to avoid The bill of lading Shall Indicate the following:
any over carriage at the port of discharge. All
Shipper: Government of India
shipment shall be under deck unless carriage on
deck is unavoidable. Consignee:
Bharat Petroleum Corporation Ltd.-
The bills of lading should be made out in favour of
Koehi Refinery,
Bharat Petroleum Corporation Ltd.,
Ambalamugal,
All columns in the body of the bill of lading namely Kochl - 682 302.
marks and nos. material description, weight
In case of supplies from USA, Export licences, if
particulars, etc. should be uniform in all the
any required from the American Authorities shall
shipping documents. The freight particulars should
be obtained by the U.S. suppliers. If need be
mention the basis of freight tonnage, heavy lift
-4-
•
Page 73 of 440
assistance for obtaining such export licences their delivery. By time delivery, is meant the date on the
would be available from India supply Mission at Bill of lading/Air way Bill at FOB port of despatch.
Washington. 17. DELAYED DELIVERY:
14.2 AIRSHIPMENT:
The time and date of delivery of materials/equipment
In case of Airshipment, the material shall be as stipulated in the Purchase Order shall be deemed
shipped through freight consolidator (approved by to be the essence of the agreement. For any delay in
us). The airway bill shall be made out in favour of delivery of equipment materials or part thereof beyond
BHARAT PETROLEUM CORPORATION LTD, the delivery date stipulated, the vendor shall be liable
Kochi Refinery, Ambalamugal, Kochi - 682 302 to pay compensation at O. 5% per week or part thereof
Tel: 91-484-2722061-69, Fax: 91-484- 2721094/ the FOB Port of embarkation value of the non-delivered
2720855/56. items of equipment subject to maximum of 5% of the
14.3 TRANSMISSION OF SHIPPING DOCUMENTS: total FOB value. The Owner reserves the right of
cancelling the Purchase Order for any delay exceeding
Foreign supplier shall obtain the shipping
the period of maximum compensation and the vendor
documents in eleven complete sets including three
shall be liable to all consequences thereof. If the delay
original stamped copies of the Bill of lading/Airway
in delivery is due to Force Majeure, the owner shall be
Bill as quickly as possible is made, and airmail as
free to act in terms under clause 18 of this text.
shown below so that they are received at least
three weeks before the Vessels' arrival in case of 18. DELAYS DUE TO FORCE MAJEURE:
sea shipment and immediately on air freighting in In the event of causes of Force Majeure occuring within,
case of air-shipment. Foreign supplier shall be fully the contractual date of delivery the Owner on receipt of
responsible for any delay and/or demurrage in application from the Vendor may extend the contractual
clearance of the consignment at the port due to date of delivery without imposition of penalty. Only those
delay in transmittal of the shipping documents. causes which depend on natural calamities, civil wars
If in terms of latter of otherwise, the complete and national strikes which have a duration of more than
original set of documents are required to be sent seven consecutive calendar days are considered the
to BPCL through Bank the distribution indicated causes of force majeure. The decision of Owner shall
below will confine to copies of documents only be final and binding on Vendor.
minus originals. The Vendor must advise the Owner by a Registered
Documents letter duly certified by a local chamber of statutory
BPCL, Kochi Refinery
authorities, the beginning and the end of the delay
Bill of lading/ 4 (including 1 immediately, but in no case later than within 10 days of
Airway Bill original) the beginning and end of such cause of Force Majeure
Invoice 4 condition as defined above.
Packing List 4 19. REJECTION, REMOVAL OF REJECTED GOODS
Freight Memo 4 AND REPLACEMENT:
Country of Origin-
Certificate 4 In case the testing and inspection at any stage of
4 inspection reveal that the equipment, materials and
Drawing
1 workmanship do not comply with the specification and
Catalogue
Invoice ofthird 4 requirements, the same shall be removed by the Vendor
at his/its own expense and risk within the time allowed
Party/Lloyd for
by the Owner. The Owner shall be at liberty to dispose
Inspection charges,
of such rejected goods in such a manner as he may
wherever applicable.
think appropriate. In the event the Vendor fails to remove
15. TRANSIT RISK INSURANCE:
the rejected goods within the period as aforesaid, all
Insurance against all marine and transit risk on FOB to expenses incurred by the Owner for such disposal shall
warehouse basis shall be covered under the owner's be to the account of the Vendor. The freight paid by the
marine policy. However, the Vendor shall ensure the in Owner, if any, on the inward joumey of the rejected
effecting shipments clear bills of lading/airway bills are materials shall be reimbursed by the vendor to the
obtained and the carriers responsibility is fully retained Owner before the rejected materials are removed by
the carriers so that the consignee's interests are fully the Vendor. The Vendor will have to proceed with the
secured and are in no way jeopardized. replacement of that equipment without claiming any
16. RESPECT FOR DELIVERY DATES: extra payment if so required by the Owner. The time
taken for replacement in such event will not be added
Time of delivery mentioned in the Purchase Order shall
to the contractual delivery period.
be the essence of the agreement and no variation shall
be permitted except with prior authorisation in writing 20. PRICE:
from the Owner. Goods should be delivered securely Unless otherwise agreed to in the terms of the Purchase
packed and in good order and condition at the place Order, the price shall be :
and within the time specified in the Purchase Order for
-5-
Page 74 of 440 •
Firm and not subject to escalation for any reason equipment and/or materials or which can, in any way.
whatsoever even though It might be necessary for the 26. PERFORMANCE GUARANTEE:
order execution to take longer than the delivery period
The Vendor shall guarantee that any and all materials
specified in the order. used in execution of the Purchase Order shall in strict
21. TERMS OF PAYMENT: compliance with characteristics, requirements and
Payment will be made by the Owner against submission specifications and that the same shall be free from any
of despatch documents by Cash Against Documents/ defects. Checking of the Vendor's drawings by the
Letter of Credit. Owner/Owner's representatives and their approval and
22. RECOVERY OF SUMS DUE: permission to ship or despatch the equipment and
materials granted by Inspectors shall not relieve the
Whenever any claim against the Vendor for payment
Vendor from any part of hlsllts responsibilities for proper
of a sum of money arises out of or under the contract,
fulfillment of the requirements. The Vendor will
the Owner shall be entitled to recover such sums from
guarantee that all materials and equlpments shall be
any sum them due or when at any time thereafter may
repaired or replaced as the case may be at site, at its
become due from the Vendor under this or any other
contract with the Owner and should this sum be not own expense, in case the same have been found to be
defective in respect of material, workmanship or smooth
sufficient to cover the recoverable amount, the vendor
and rated operation within a period of twelve months
shall pay to the Owner on demand the balance after the same have been Commissioned or 18 months
remaining due.
from despatch whichever is earlier.
23. MODIFICATIONS:
The guarantee period for the part that may be altered,
The Owner shall have the right to make technical repaired or replaced shall be 12 months from the date
changes or modifications in the technical documents/ on which the same is commissioned.
specifications. Any major changes or modifications shall
Acceptance by the Owner or Its inspectors of any
be at the cost, if any, of the Owner. As soon as possible
equipment and materials or its replacement will not
after receipt of the written request for changes the
relieve the Vendor of its responsibility of supplying the
vendor shall furnish in writing to the owner an estimate
equipment/materials strictly according to the guarantee
of cost for such major changes and modifications and
agreed by the Vendor. The Vendor shall furnish a Bank
its effect on the FOB delivery date. On receipt of
Guarantee along with the order acceptance for the
Owner's written authorisation, the Vendor shall promptly
amount equivalent to 10% of the F.O.B. value of
proceed with the changes/modifications.
equipment/ materials to support Vendor's performance
24. CANCELLATION: (as per proforma hereunder). This Bank Guarantee shall
The owner reserves the right to cancel this Purchase remain in force for the entire period covered by the
Order or any part thereof and shall be entitled to rescind performance guarantee. It will be the responsibility of
the contract wholly or in part In a written notice to the the Vendor to keep the Bank Guarantee fully
Vendor if: subscribed. Any shortfall in the value of the Bank
The Vendor fails to comply with the terms of this Guarantee as a result of encashment by the owner
Purchase Order. either in full or in part in terms of the performance
Guarantee shall be made good by the Vendor within
The Vendor fails to deliver the goods on time and/or one week thereof.
replace the rejected goods promptly:
27. NON-WAIVER:
The Vendor makes a general assignment for the benefit
of creditors; and Failure of the Owner/Owner's representatives to insist
upon any of the terms or conditions incorporated in the
A receiver is appointed for any of the property owned
Purchase Order or failure or delay to exercise any rights
by the Vendor.
or remedies specified herein or by law or failure to
Upon receipt of the said cancellation notice, the Vendor properly notify Vendor in the event of breach, or the
shall discontinue all work on the Purchase Order and acceptance of payment of any goods hereunder or
matters connected with it. approval of design shall not release the Vendor and
The owner in that event will be entitled to procure the shall not be deemed waiver of any right of the Owner
requirement in the open market and recover excess or Owner's representatives to Insist upon the strict
payment over the Vendor reserving to Itself the right to performance thereof or any of his or their rights or
forfeit the security deposit, if any, placed by the Vendor remedies as to any such goods regardless of when
against the contract. goods are shipped, received or accepted nor shall any
25. PATENTS AND ROYALTIES: purported modification or revision ofthe order by Owner/
Owner's representative act as waiver of the terms
On acceptance of this order, the Vendor will be deemed hereof.
to have entirely indemnified the Owner's representatives
from any legal action or claims regarding compensation 28. NO ASSIGNMENT:
for breach of patent rights which the Vendor deems The purchase Order shall not be assigned to any other
necessary to comply for manufacturing the orclefed agency by the Vendor without obtaining prIor-written
-6-
Page 75 of 440 •
consent of the Owner. maintenance of the equipment if required by the Owner.
29. VENDOR'S DRAWINGS AND DATA REQUIREMENT: The terms and conditions for the services of the
Vendor's personnel shall be indicated in the quotation
The Vendor shall submit drawings data and itself.
documentation in accordance with but not limited to
32. ARBITRATION:
what is specified in the bid document and lor In Vendor's
drawings and data form attached to the Purchase Order Any dispute or difference between the Vendor on one
and as called for in clause 8, vlz, 'Expediting' above. hand and the Owner on the other. of any kind
The types, quantities and time limits of submitting this whatsoever at any time or times, arising out of or in
must be respected in its entirety failing which the connection with or incidental to the Purchase Order
purchase Order shall not be deemed to have been including any dispute or difference regarding the
executed for all purposes including settlement of interpretation of the terms and conditions or any clause
payment since the said submission is an integral part thereof shall be referred to arbitration under the Rules
of purchase Order execution. of International Chamber of Commerce in Paris. The
30. TECHNICAL INFORMATION: venue of such arbitration shall be in India. The Indian
law shall apply.
Drawings, specifications & details shall be the property
of the Owner and shall be returned by the Vendor on 33. PART ORDER I REPEAT ORDER:
demand. The Vendor shall not make use of drawings Vendor shall agree to accept part order at owner's
and specifications for any purpose at any time save option without any limitations whatsoever and also
and except for the purposes of the Owner. The Vendor accept repeat order during a period of six months after
shall not disclose the technical Information furnished placement of purchase order at the same unit prices
or gained by the Vendor to any person, firm or body or terms and conditions.
corporate authority and shall make all endeavours to 34. ADDRESS:
ensure that the technical Information is kept
Bharat Petroleum Corporation Ltd.
CONFIDENTIAL. The technical information imparted
and supplied to the Vendor by the Owner shall at all Kochi Refinery
times remain the absolute property ofthe Owner. Ambalamugal
31. SERVICES OF VENDOR'S PERSONNEL: Kochi - 682 302
Upon two weeks advance notice, the Vendor shall INDIA
depute the necessary personnel to India for supervision Tel: 91-484-2722061-69
of erection and start up of the equipment and train a Fax: 91-484-2721094/2720855/56
few of the Owner's personnel for the operation and
-7-
Page 76 of 440 •
PROFORMA OF BANK GUARANTEE
( Performance )
(Ref. clause 26)
To
Bharat Petroleum Corporation Limited
Koehl Refinery, Ambalamugal, Kerala- 682302
Dear Sir,
In consideration of the Bharat Petroleum Corporation Limited (hereinafter called 8the Company8 which expression shall
include its suceessorsand assigns) having awarded to MIs. (Name) (address)
..................................................•....................................................................................................................... (hereinafter
referred to as ~he Supplier- which expression wherever the subject or context so permits Include Its successors and assigns) a
supply contract In terms Interalia, of the Company's Purchase Order No dated and the
General Purchase Conditions of the company and upon the condition of supplier's fumishing security for the Performance of the
supplier's obligation and/or discharge of the supplier's liability under and/or In connection with the said supply contract up to a
sum of (in figure) (in words) .
................ ) contract value.
we, (Name) (constitution) ; (hereinafter called
8the Bank8 which expression shall include its successors and assigns) hereby jointly and severally undertake the guarantee to
pay to the Company In (Currency) forthwith on demand in writing and without protest or demur of any and all moneys anywise
payable by the Supplier to the Company under in respect of or in connection with the said supply contract inclusive of all the
Company's losses and damages and costs, (Inclusive between attorney and client), charges and expenses and other moneys
anywise payable In respect to the above as specified in any notice of demand made by the Company to the Bank with reference
to this Guarantee up to aggregate limit of Rs (Rupees .
.. ... . ... .. . .. .... .. . ... .. ... ... ... ... .... ..only)
AND the Bank hereby agrees with company that:
This Guarantee / Undertaking shall be a continuing / undertaking and shall remain valid and irrevocable for all claims of the
Company and liabilities of the Supplier arising up to and until midnight of .
This date shall be 6 months from the last date of guarantee period
This Guarantee / Undertaking shall be in addition to any other guarantee or security whatsoever that the company may now or at
any time anywise have in relation to the Supplier's obligationslliabilities under and/or connection with the said supply contract,
and the Company shall have full authority to take recourse to or reinforce this security in preference to the other securlty(ies) at
its sole discretion, and failure on the part of the Company in enforcing or requiring enforcement of any other security shall have
the effect of releasing the Bank from its liability hereunder.
The company shall be at liberty without reference to the bank and without affecting the full liability of the Bank hereunder to take
any other security in respect of the Supplier's obligations and/or liabilities under or In connection with the said supply contract
and to vary the terms vis a vis the supplier of the said supply contract or to grant time and/or Indulgence to the supplier or to
reduce or to Increase or otherwise vary the prices of the total contract value or and/or the remedies of the company under any
other security (Ies) now or hereafter held by the company and no such dealing(s), varlation(s), reduction(s), Increase(s) or the
indulgence(s) or arrangement(s) with the supplier or release or forbearance whatsoever shall have the effect of releasing the
Bank from its full liability to the Company hereunder or of prejudicing rights of the Company, against the Bank.
The Guarantee / Undertaking shall not be determined or affected by the liquidation or winding up, dissolution or change of
constitution or insolvency of the supplier but shall in all respects and for all purposes be binding and operative until payment of all
moneys payable to the Company in terms hereof.
The Bank hereby waives all rights at any time inconsistent with the terms of its Guarantee / Undertaking and the obligations of the
Bank in terms hereof shall not be anywise affected or suspended by reason of any dispute or disputes having been raised by the
supplier (whether or not pending before any Arbitrator, office, Tribunal or Court) or any denial of liability by the supplier or any
other of communication whatsoever by the supplier stopping or preventing or purporting to stop or prevent any payment by the
Bank to the Company in terms hereof.
The amount stated in any notice of demand addressed by the Company to the Guarantor as liable to be paid to the Company by
the supplier or as suffered or incurred by the Company on account of any losses or damages of costs, charges and or expenses
shall as between the Bank and the company be conclusive of the amount so liable to be paid to the Company or suffered or
incurred by the Company, as the case may be and payable by the Guarantor to Company in terms hereof.
Yours faithfully,
-8-
Page 77 of 440 •
BPCL-KR
Job No.: A307
1. LOCATION OF WORKSITE:
M/s Bharat Petroleum Corporation Limited-Kochi Refinery (BPCL-KR) is setting up Integrated Refinery
Expansion Project (IREP) at its existing Refinery complex at Ambalamugal, Kochi in the state of
Kerala, India. The intending Bidder should inspect the site and make himself familiar with site
conditions and available communication facilities.
2. WATER SUPPLY:
The Owner shall allow the Contractor to draw the water within the premises of the Refinery, at one
point near Site. However, the Contractor shall make his own arrangement for the distribution pipe
network from source of supply and such distribution pipe network shall have prior approval of the
Owner/Engineer-In-Charge, so as not to interfere with the layout and progress of other Construction
activities.
Water for Hydro-testing shall be provided by Owner.
3. POWER SUPPLY:
Construction Power shall be made available by the Owner free of cost.
4. ACCOMODATION FOR CONTRACTOR ‘S SUPERVISORY STAFF AND LABOUR ETC.:
The Contractor shall make his own arrangements for the accommodation of labour,
Engineers/Supervisors deputed for carrying out Site Works.
5. LAND FOR CONTRACTOR’S FIELD OFFICE, GODOWN AND WORK SHOP:
The Owner will, at his discretion and convenience and for the duration of the execution of work,
make available, land for construction of Contractor’s Field Office, Workshop / Fabrication Yard
required for execution of the Contract. The Contractor shall at his own cost construct all these
temporary buildings/structure and provide suitable water supply and sanitary arrangement, duly
approved by Engineer-In-Charge.
On completion of the work undertaken by Contractor, he shall remove all temporary works/shed
erected by him and have the Site cleaned as directed by Engineer-In-Charge. If the Contractor shall
fail to comply with these requirements, the Engineer-In-Charge may at the expense of the
Contractor, remove such surplus and rubbish material, dispose off the same as he deems fit and get
the Site cleared as aforesaid; and the Contractor shall forthwith pay the amount of all expenses so
incurred and shall have no claim in respect of any such surplus materials disposed off as aforesaid.
But the Owner reserves the right to ask the Contractor any time during the pendency of the Contract,
to vacate the Land by giving 7 days notice on security reasons or on material interest, otherwise.
6. EQUIPMENTS, TOOLS AND PLANT:
All equipment, vehicles, tools and plants and materials brought to site by the contractor from his
resources shall have distinctive identification marks and the description and quantity of such inflow
shall be intimated to BPCL in writing by the contractor. All construction materials brought by the
contractor shall have prior approval regarding quality and quantity by BPCL. The contractor shall also
provide without extra cost necessary enclosures, containers and protective materials for proper
storage of materials inside, whenever so instructed by BPCL without any extra cost.
No material or equipment or tools etc. shall be taken out of the work-site without the written consent
of BPCL.
BPCL shall not be responsible for the safety to protection of the materials of the contractor and the
contractor shall make his own arrangements for proper watch and ward for his materials.
7. RULES AND REGULATIONS AT SITE:
The contractor shall ensure that all rules and regulations as effected from time to time by the Owner
and/or EIL are strictly observed by the Contractor’s personnel.
Page 78 of 440
BPCL-KR
Job No.: A307
The contractor shall not permit the entry to the site of any person not directly connected with the
execution of the Contract without prior permission of the Engineer-in charge.
8. WORKMANSHIP:
The entire job shall be done in accordance with the approved drawings and specifications. The
drawings and specifications are intended to be self-explanatory but should any discrepancy arise on
any thing contained therein, explanation shall be sought from BPCL.
All the work covered under this requisition shall be done to the entire satisfaction of BPCL who shall
determine the quality, acceptability and fitness of the work. The contractor shall provide necessary
and sufficient tools, plant, equipment etc. for proper execution of work to the satisfaction of BPCL.
9. WORK ON HOLIDAYS AND OUTSIDE NORMAL WORKING HOURS:
The contractor shall generally restrict his working hour to the normal working hours but may be
permitted to work extra hours and on Sunday and holidays on prior request at least 24 hours in
advance and around the clock depending upon the urgency of the work.
10. SUB-CONTRACTORS:
No part or whole of this work covered in the requisition or interest therein shall in any manner be
assigned or sublet by the contractor except where BPCL has given written consent therefor.
11. CONTRACTOR’S LIABILITY NOT LIMITED BY SUB-CONTRACT:
Notwithstanding and subletting with such approval the Contractor shall be and shall remain solely
responsible for the quality and quantity of materials and workmanship and for the proper and
expeditious execution of the work as if such sub-letting has not taken place.
If any sub-Contractor engaged upon the work executes any work, which in the opinion of BPCL is not
in accordance with the specifications, BPCL may, by written notice to the contractor require him to
terminate such sub-contract and sub-contractor shall immediately leave the work. No action by BPCL
under the above clause shall relieve the contractor of any of his liabilities or give rise to any right to
compensation, extension of time or otherwise.
11. OTHER AGENCIES AT WORKS:
The contractor may have to execute work in such a place and condition where other agencies also
will be engaged for other work. No claim shall be entertained for execution of work under such
circumstances. However, completion time for erection agreed will be subject to the condition that
contractor’s work is not hampered by other agencies.
12. SUPERVISION:
The contractor shall provide to the satisfaction of BPCL sufficient and qualified staff to superintendent
the execution of works. Such staff shall give to BPCL or his representative all necessary information
and facilities for such inspection or testing and examining any part of works.
The contractor shall ensure that all his supervisor’s staff and workmen conduct themselves in a
proper manner. They shall all be persons who are familiar with and skilled at the jobs allocated to
them. If and whenever any of the Contractor’s staff is found guilty of any misconduct or be
incompetent or insufficiently qualified in the performance of his duties the vendor shall remove him
from the site at once if directed by BPCL.
The contractor shall ensure that replacements for such persons removed from site are provided
immediately and the work is not allowed to suffer delay on that account.
13. INSPECTION OF WORKS:
BPCL and or EIL will have full power and authority to inspect the works at any time, either on the site
or at the contractor’s premises. The contractor shall afford or procure for the purchase every facility
and assistance to carry out such inspection. On no account will the contractor be allowed to proceed
with work of any type unless such work has been inspected and entries are made in the site
inspection register by BPCL / EIL.
14. ASSISTANCE TO BPCL:
The contractor shall render such assistance and supply such labour as may be required by BPCL in
connection with the works, cost of off all such assistance and requirements shall be deemed to be
included and covered by the prices quoted in the offer. The contractor shall make available to BPCL
Page 79 of 440
BPCL-KR
Job No.: A307
all necessary instruments and assistance in checking the setting out of works of and taking
measurements of works without extra cost to BPCL.
15. ACTION IN CASE OF BAD OR DELAYED WORK
Where it is found by BPCL, the performance of work by the contractor is not satisfactory in respect of
workmanship, deployment of sufficient labour or equipment delay, in execution of work or any other
matter, BPCL shall have the right to engage labour at normal ruling rates and get the work executed
through his own or any other agency and debit the cost in excess of the value as per order to the
contractor and the contractor shall have no right to claim compensation thereof. In such a case
BPCL shall have the right to utilise the materials and tools brought by the contractors for the same
work.
16. NOTICE OF CLAIMS FOR ADDITIONAL PAYMENT:
Should the Contractor consider that he is entitled to any extra payment or compensation or making
any claims whatsoever in respect of the works, he shall forthwith give notice in writing to BPCL that
he intends to claim extra payment. Such notice shall be given to BPCL within ten days from the
ordering of any work or happening of any event upon which the contractor bases such claims and
such notice shall contain full particulars of the nature of such claims with full details and amount
claimed. Failure on the part of the contractor to put forward any claim with the necessary particulars
as above within the time above specified shall be an absolute waiver thereof. No commission by
BPCL to reject any such claim and no delay in dealing therewith shall be waiver by BPCL of any rights
in respect thereof.
17. INSURANCE:
Marine – cum – Transit Insurance shall be arranged and borne by Vendor/Contractor. Any other
insurance including but not limited to workmen compensation, third party liability etc., as required by
the applicable laws shall be arranged by the vendor and the quoted price is inclusive of the charges
for the same.
18. PERMITS, LICENCES ETC.:
The contractor shall obtain all permits, licences or other authorisations as are required for his work in
terms of the order, from local State or Central Authorities. He shall comply with all rules, regulations
and other statutory obligations under the State of Union Legislative enactments. The contractor shall
pay all fees and other legally demandable compensation to any person, body or firm. BPCL shall not
be responsible, either directly or indirectly, in any manner whatsoever for any omissions of the
Contractor under this clause.
19. LOCAL AND OTHER AUTHORITIES NOTICES AND FEES:
The contractor shall comply with and give notices required by any Act or by any Regulation or bye-
law of any local or other public authority who have any jurisdiction with regard to the contractor’s
work and shall pay and indemnify BPCL against any fees/or charges legally demandable under such
Act, regulation or bye law in respect of the works.
20. CONTRACTOR’S LIABILITY:
It is the responsibility of the Contractor to meet all claims for compensation under the workmen’s
Compensation Act or under any other law in respect of accidents or injury including death suffered by
workmen engaged by him for carrying out the work undertaken by the contractor. The Contractor
will also be responsible and liable in respect of clams for damage to property or persons arising from
or in the course of execution of the work undertaken by him. The contractor shall keep BPCL fully
indemnified in respect of claims under the Workmen’s Compensation Act and all other claims
aforesaid and the contractor shall not under any circumstances raise any dispute with regard to the
same.
21. CONTRACTOR’S EQUIPMENT:
a) A list of equipment, which the contractor purposes to bring to Site to carry out the Work has been
made part of this Contract. The contractor shall ensure that these equipment as well as such other
equipment required to carry out the work are brought to site at the appropriate time to achieve the
promised completion date.
b) Equipment brought to Site will remain at Site and shall not be allowed to be taken out without the
written consent of the Engineer-in-charge. Certified capacity charts for heavy equipment should be
submitted to EIL prior to operation of the equipment.
A307_T&C-SITE-WORK Rev. 1 Page 3 of 8
Page 80 of 440
BPCL-KR
Job No.: A307
c) The contractor shall clearly mark all his tools and equipment with an identification symbol and/or
number.
22. CONTRACTOR’S CONSTRUCTION SCHEDULE AND MANPOWER, MACHIERY AND MATERIALS
REQUIREMENT CHART:
i) The Construction Schedule and Manpower, Machinery and Materials requirement chart agreed
between EIL and the contractor is made part of this contract. The following comprise the
Construction Schedule and Manpower, Machinery and Materials requirement chart.
(a) Construction Schedule showing Chart and finish dates for various Operations involved in the
execution of the Contract and how the various start and finish dates are tied up with the completion
date.
(b) Manpower requirement (separately for Supervisory and non-supervisory manpower) at various
phases of Contract execution.
(c) Machinery and Construction equipment requirement at various phases of Contract execution.
(d) Procurement Schedule for materials in the contractor’s scope of supply.
(e) Contractor’s organization chart.
The contractor shall ensure compliance with the Construction Schedule and Manpower, Machinery
and Materials Schedule and make every effort to bring in additional manpower, machinery and
materials as required to ensure timely completion of the work.
23. MATERIALS FURNISHED BY OWNER/EIL:
a) The Owner/EIL shall issue from their stores at site such materials, if any, agreed to be furnished to
the contractor elsewhere in this Contract. The contractor shall collect such materials from the stores
and transport to his work site at the contractor’s cost.
b) The contractor shall inspect such materials as soon as received by the contractor and shall bring to
the attention of the Engineer-in-charge any shortage/damage or other defects noticed before taking
over the materials. Materials once taken over will be deemed to have been received in good condition
and in correct quantities except for intrinstic defects, which cannot be observed by visual and
dimensional inspection and weighment.
c) Upon receipt by the contractor the responsibility for any and all loss, damage and/or misuse of such
materials shall rest with the contractor.
d) All materials furnished by Owner/EIL shall be properly stored and systematic records of receipts,
issue and disposal will be maintained. Periodic inventory shall be made available to Owner/EIL
whenever so required by Engineer-incharge.
e) All materials furnished by Owner/EIL shall be utilized as directed by Engineer-in-charge or in the
absence of such direction most economically. The contractor shall be responsible for the return to the
Owner/EIL of all surplus materials, as determined by the Engineer-in-charge.
f) For materials furnished by the Owner/EIL that is lost, damaged or unaccounted, deductions shall be
made from payments to the contractor at rates specified elsewhere in the Contractor in the absence
of such a provision in the contract at a rate determined by the Engineer-in-charge, which shall
includes besides the cost of materials, levies, taxes and duties paid, procurement expanses, freight
(air, sea and land) handling charges, insurance, expediting and inspection charges as per the
Schedule of rates of the Owner/EIL.
g) Surplus from materials furnished by the contractor shall after acceptance of work revert to the
Ownership of the contractor.
24. PROTECTION TO WORK NOT TAKEN OVER BY OWNER/EIL:
Until such time the work is taken over by Owner/EIL, the contractor shall be responsible for proper
protection including proper fencing, guarding, lighting, flagging, watching and for the provision of
temporary foot-ways, guards, and fences as far as may be rendered necessary by reason of the
work, for the protection of foot passengers, vehicles, animals and to the properties of the Owner/EIL,
occupiers of adjoining property and the public. The contractor shall during the progress of work
properly cover up and protect any part of the work liable to damage by exposure to the weather and
shall take every reasonable precaution against accident or damage to the work from any cause.
Page 81 of 440
BPCL-KR
Job No.: A307
Page 82 of 440
BPCL-KR
Job No.: A307
contractor will be held responsible for all damage which may be caused of result from water backing
up or flowing over through floor or any part of the work or which any of his operation may cause to
flow elsewhere.
33. COMPLIANCE WITH STATUTORY REGULATIONS:
a) The contractor shall be assumed to be familiar with all central, state and local regulations in force as
applicable to the operations he is performing.
b) It shall be sole responsibility of the contractor to execute the Contract in strict accordance with such
statutory regulations in force and or to obtain necessary exemption certificates.
c) Any modifications/alterations deletion and/or addition that has to be carried out to meet statutory
requirements shall be done at the cost and expense of the contractor. The contractor shall not be
entitled to any extension in completion date to carry out changes, in order to meet statutory
requirements.
d) The contractor shall at his cost and expense, obtain and furnish Owner/EIL with all statutory
certificates/permits, and/or exemption certificates by that are required, to put into operation, the
work completed by the contractor.
34. HYPOTHECATION BOND:
For free issue material, the Contractor shall furnish a hypothecation bond as per proforma enclosed
before commencement of despatches. This bond shall be executed on a Stamp paper.
35. GENERAL CONDITIONS OF CONTRACT (GCC):
The General Conditions of Contract (GCC) shall be applicable to Site Works.
36. MEDICAL FITNESS CERTIFICATES:
The contractor shall ensure the following at time of working at higher elevation:-
a. Doctor’s fitness certificate for contract workers shall be insisted for working at a height more
than 30 meters using temporary structures.
b. Executing department shall forward the list of contract workers engaged for working at heights
more than 30 meters to OHC for medical examination.
c. Tests / Parameters for medical fitness shall be as per CMO (OHC).
d. BPCL-KR medical officer will issue the fitness certificate with validity (6 months) and shall
endorse in the entry pass.
e. The fitness certificate shall be renewed every 6 months.
f. The necessity of medical fitness for those who employed in working at heights as per the guide
lines shall be included in the work permit given for such jobs.
g. The executing department, permit issuer and safety personnel shall ensure the compliance of the
safety guide lines.
Page 83 of 440
BPCL-KR
Job No.: A307
WHEREAS
(1) The Owner has entered into an agreement with the Contractor for _______________ upon the terms
and conditions detailed in the Contract No. ____________ dated____________.
(2) One of the terms and conditions of the said Contract is that the Owner shall advance to the
Contractor a sum of Rs. _______________ of the contract price against despatch of materials.
(3) The Owner has at the request of the Contractor agreed to advance to the Contractor the said sum of
Rs. ______________ against hypothecation of materials despatched by the Contractor for purpose of
the said contract.
NOW IT IS HEREBY AGREED AS FOLLOWS
(1) THAT in pursuance of the said agreement and in consideration of the promises the whole of the
contractor’s materials which are now or hereinafter from time to time during the continuance of this
security shall be brought to or stored in or being or about the Owner’s lands and buildings at
________________ in the district of ___________ or wherever also the name may be (including any
materials in course of transit) hereinafter called the “said materials”) with the benefits of all rights
relating hereto shall be and stand hypothecated to the Owner and its assign by way of the said sum
of Rs. _________________ in manner hereinafter appearing together with all relative interest
charges and costs (as between attorney and client) and expenses.
(2) THAT the Contractor shall refund to the Owner the said sum of Rs_____________ on demand by the
Owner if the contractor shall commit any breach of the said contract or if the said sum becomes
otherwise refundable to the Owner under the said Contract.
(3) THAT subject as hereinafter provided the Contractor shall not except with the prior written consent of
the Owner during the continuance of this security, pledge or otherwise charge of encumber the said
materials or any part thereof over which the charge hereby created in favour of the Owner shall
extend or be expressed or intended to extend nor do or permit any act whereby the security here
before expressed to be given to the Owner shall be in any way prejudicially affected.
(4) THAT the contractor shall at all times and from time to time insure the said materials//keep it insured
to its full value against fire, strikes, riots and civil commotion and all other risk as required by the
Owner with Insurance Companies approved of by the Owner and the Contractor will on demand
produce the policies of insurance and the receipts for insurance premium to the Owner. If the
Contractor shall fail to insure or produce the policies or Insurance and Insurance premium receipts as
aforesaid the contractor shall be liable to refund the entire amount remaining outstanding out of the
advance on the date of such failure.
(5) THAT in the event of loss, destruction by fire or otherwise or damages to the said materials or any
part thereof the Owner shall be entitled to recover and receive all moneys payable in respect of the
insurance. In the event of the Owner nor receiving the amount payable in respect of the insurance
wholly or partially for any reason whatsoever the Contractor shall be bound to pay to the Owner on
demand the said sum,
(6) THAT all sums of money recovered or received under the last preceding clause may at the option of
the Owner be applied towards the liquidation and satisfaction of the said sum and if any part of the
insurance moneys shall remain in the hand of the Owner after such application thereof as aforesaid
Page 84 of 440
BPCL-KR
Job No.: A307
the Owner shall be entitled to apply the same towards any other sum or sums of money which may
be due from the Contractor to the Owner on any other account or any other transaction or
transactions whatsoever. If after settlement of all claims of the Owner against the Contractor any
surplus shall remain, such surplus shall remain at the disposal of the Contractor but if the sum or
sums realised from the insurance be insufficient to cover the moneys due to the Owner as aforesaid
the Contractor agrees to forthwith repay to the Owner the deficiency.
(7) THAT the Owner, its agents and nominees shall be entitled at all times and without notice to the
contractor but at the contractor’ s risk and expense and if so required as attorney and the name of
the contractor to enter any place where the said materials may be and inspect value and/or
possession of (so that they become pledged) all or any part of the said materials if the said sum or
any part thereof become payable under clause 2 hereof and to recover receive or remove and/or sell
by public auction or private contractor or otherwise dispose of or deal with all or any part of the said
materials and to enforce realise settle compromise and deal with any rights aforesaid without being
bound to exercise any of these powers or being liable for any losses in the exercise thereof and
without prejudice to the Owner’s rights and remedies of suit or otherwise and notwithstanding there
may be any pending suit or other proceeding.
(8) THAT in the event of any conflict between the provisions of these presents and the said contract the
provisions of these presents shall prevail and in the event or any dispute or difference arising over
the construction of effect of these presents the settlement of which has not been hereinbefore
expressly provided for, the same shall be referred to the Arbitrators as per General Purchase
Conditions, whose decision shall be final and provisions of these Indian Arbitration Act for the time
being in force shall apply to any such reference.
IN WITNESS WHERE OF the said Contractor and the Owner have hereunto set their respective hands
the day and year first above written.
Signed, sealed and delivered in the presence of :
Witness:
Signature
Name
Address
Signature
Name
Address
Page 85 of 440
SPECIFICATION No.
SPECIFICATION FOR
HEALTH, SAFETY & ENVIRONMENT A307-00-6-82-0001 Rev. 0
MANAGEMENT AT IREP BPCL KOCHI Page 1 of 83
SPECIFICATION FOR
(HSE) MANAGEMENT
Abbreviations:
CONTENTS
PAGE
CLAUSE TITLE
NO.
1.0 Scope 5
2.0 References 5
3.0 Requirement of Health, Safety and Environment (HSE) 5
Management System to be complied by Bidders
3.1 Management Responsibility 5
3.1.1 HSE Policy & Objective 5
3.1.2 Management System 5
3.1.3 Indemnification 5
3.1.4 Deployment & Qualification of Safety 6
Personnel
3.1.5 Implementation, Inspection & 7
Monitoring
3.1.6 Behavior Based Safety 8
3.1.7 Awareness 9
3.1.8 Fire prevention & First-Aid 9
3.1.9 Documentation 9
3.1.10 Audit 9
3.1.11 Meetings 10
3.1.12 Intoxicating drinks & drugs and 11
smoking
3.1.13 Penalty 11
3.1.14 Accident/Incident investigation 13
3.2 House Keeping 14
3.3 HSE Measures 14
3.3.1 Construction Hazards 14
3.3.2 Accessibility 15
3.3.3 Personal Protective Equipments 16
(PPEs)
3.3.4 Working at height 16
3.3.5 Scaffoldings 18
3.3.6 Electrical installations 19
3.3.7 Welding/Gas cutting 21
3.3.8 Ergonomics and tools & tackles 21
3.3.9 Occupational Health 22
3.3.10 Hazardous substances 22
3.3.11 Slips, trips & falls 23
3.3.12 Radiation exposure 23
3.3.13 Explosives/Blasting operations 23
3.3.14 Demolition/Dismantling 23
3.3.15 Road Safety 24
3.3.16 Welfare measures 25
Contd to page 4 …
1.0 SCOPE
This specification establishes the Health, Safety and Environment (HSE) management
requirement to be complied by Contractors/Vendors including their sub-contractors/sub
vendors during construction.
This specification is not intended to replace the necessary professional judgment needed to
design & implement an effective HSE system for construction activities and the contractor is
expected to fulfill HSE requirements in this specification as a minimum. It is expected that
contractor shall implement best HSE practices beyond whatever are mentioned in this
specification.
2.0 REFERENCES
The Contractor should have a documented HSE policy duly & objectives to demonstrate
commitment of their organization to ensure health, safety and environment aspects in their line
of operations.
HSE Policy shall be made available to Owner / EIL at the place of execution of specific contract
works, as a valid document.
The HSE management system of the Contractor shall cover the HSE requirements &
commitments to fulfill them, including but not limited to what are specified under clause 1.0
and 2.0 above. The Contractor shall obtain the approval of its site specific HSE Plan from EIL /
Owner prior to commencement of any site works. Corporate as well as Site management of the
Contractor shall ensure compliance of their HSE Plan at work sites in its entirety & in true
spirit.
3.1.3 Indemnification
Contractor shall indemnify & hold harmless, Owner/EIL & their representatives, free from any
and all liabilities arising out of non-fulfillment of HSE requirements or its consequences.
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved
Page 90 of 440
SPECIFICATION FOR SPECIFICATION No.
HEALTH, SAFETY & ENVIRONMENT A307-00-6-82-0001 Rev. 0
MANAGEMENT AT IREP BPCL KOCHI
Page 6 of 83
The Contractor shall designate/deploy various categories of HSE personnel at site as indicated
below in sufficient number. In no case, deployment of safety Supervisor / Safety Steward shall
substitute deployment of Safety Officer / Safety Engr what is indicated in relevant statute of
BOCW Act i.e deployment of safety officer/Safety Engineer is compulsory at project site. The
Safety supervisors, Safety stewards etc. would facilitate the HSE tasks at grass root level for
construction sites and shall assist Safety Officer / Engineers.
a) Safety Steward
As a minimum, he shall preferably possess High School leaving Certificate (of Class
XII with Physics & Chemistry etc.) and trained in fire-fighting as well as in
safety/occupational health related subjects, with minimum two year of practical
experience in construction work environment and preferably have adequate knowledge
of the language spoken by majority of the workers at the construction site.
b) Safety Supervisor
(ii) Recognized degree or diploma in Industrial safety with one paper in Construction
Safety
(iii) Preferably have adequate knowledge of the language spoken by majority of the
workers at the construction site.
Alternately
(i) Person possessing Graduation Degree in Science with Physics & Chemistry and
degree or diploma in Industrial Safety (from any Indian institutes recognized by AICTE
or State Council of Tech. Education of any Indian State) with practical experience of
working in a building, plant or other construction works (as Safety Officer, in line with
Indian Factories Act, 1958) for a period of not less than five years, may be considered
as Safety Officer, in case Owner/Client of the project agrees for /approves the same.
d) HSE In-Charge
In case there is more than one Safety Officer at any project construction site, one of
them, who is senior most by experience (in HSE discipline), may be designated as HSE
In-Charge. Duties & responsibilities of such person shall be commensurate with that of
relevant statute and primarily to coordinate with top management of Client and
contractors.
In case the statutory requirements i.e. State or Central Acts and / or Rules as applicable like the
Building and Other Construction Workers’ Regulation of Employment and Conditions of
Service- Act,1996 or State Rules (wherever notified), the Factories Act, 1948 or Rules
(wherever notified), etc. are more stringent than above clarifications, the same shall be
followed.
Contractors shall ensure physical availability of safety personnel at the place of specific work
location, where Hot Work Permit is required / granted. No work shall be started at any of the
project sites until above safety personnel & concerned Site Engineer of Contractor are
physically deployed at site. The Contractor shall submit a HSE organogram clearly indicating
the lines of responsibility and reporting system and elaborate the responsibilities of safety
personnel in their HSE Manual / Program/ Plan.
The Contractor shall verify & authenticate credentials of such safety personnel and furnish Bio-
Data/ Resume/ Curriculum Vitae of the safety personnel as above for EIL/Owner’s approval, at
least 1 month before the mobilization. The Contractor, whenever required, shall arrange
submission of original testimonials/certificates of their Safety personnel, to EIL/Owner (for
verification/scrutiny, etc.)
Imposition / Realization of penalty shall not absolve the Contractor from his/her responsibility
of deploying competent safety officer at site.
Adequate planning and deployment of safety personnel shall be ensured by the Contractor so
that field activities do not get affected because of non-deployment of competent & qualified
safety people in appropriate numbers.
The Contractor shall be fully responsible for planning, reporting, implementing and
monitoring all HSE requirements and compliance of all laws & statutory requirements.
The Contractor shall also ensure that the HSE requirements are clearly understood &
implemented conscientiously by their site personnel at all levels at site.
The Contractor shall ensure physical presence of their field engineers / supervisors,
during the continuation of their contract works / site activities including all material
transportation activities. Physical absence of experienced field engineers / supervisors
of Contractor at critical work spot during the course of work, may invite severe
penalization as per the discretion of EIC, including halting / stoppage of work.
Contractor shall furnish their annual Inspection Plan, with regard to project issues
/subjects, frequency and performers to EIL/Owner.
The Contractor shall regularly review inspection report internally and implement all
practical steps / actions for improving the status continuously.
The Contractor shall ensure important safety checks right from beginning of works at
every work site locations and to this effect format No: HSE-10 “Daily Safety Check
List” shall be prepared by field engineer & duly checked by safety personnel for
conformance.
The Contractor shall carry out inspection to identify various unsafe conditions of work
sites/machinery/equipments as well as unsafe acts on the part of
workmen/supervisor/engineer while carrying out different project related works.
Adequate records for all inspections shall be maintained by the Contractor and the same
shall be furnished to EIL/Owner, whenever sought.
- Procedures
3.1.7 Awareness and Motivation
The Contractor shall promote and develop awareness on Health, Safety and
Environment protection among all personnel working for the Contractor.
Regular awareness programs and fabrication shop / work site meetings at least on
monthly basis shall be arranged on HSE activities to cover hazards/risks involved in
various operations during construction.
Contractor to motivate & encourage the workmen & supervisory staff by issuing /
awarding them with tokens/ gifts/ mementos/ monetary incentives / certificates, etc.
3.1.8 Fire prevention & First-Aid
The Contractor shall arrange suitable First-aid measures such as First Aid Box (Refer
Appendix-B for details), trained personnel/nurse (male) to administer First Aid, stand-
by Ambulance vehicle and
Install fire protection measures such as adequate number of steel buckets with sand &
water and adequate number of appropriate portable fire extinguishers (Refer Appendix-
C for details) to the satisfaction of EIL/Owner.
The Contractor shall deploy trained supervisory personnel / field engineers to cater to
any emergency situation.
In case the number of workers exceeds 500, the Contractor shall position an Ambulance
/ vehicle on round the clock basis very close to the worksite.
The Contractor shall arrange FIRE DRILL at each site at least once in three months,
involving site workmen and site supervisory personnel & engineers. The Contractor
shall maintain adequate record of such fire drills at project site
3.1.9 Documentation
The Contractor shall evolve a comprehensive, planned and documented system covering the
following as a minimum for implementation and monitoring of the HSE requirements and the
same shall be submitted for approval by owner/EIL.
- Site specific HSE Plan
- Safety Procedures, forms and Checklist. Indicative list of HSE procedures is
attached as Appendix :H
- Inspections and Test Plan
- Risk Assessment & Job Safety Analysis Report.
The monitoring for implementation shall be done by regular inspections and compliance
of the observations thereof. The Contractor shall get similar HSE requirements
implemented at his sub-contractor(s) work site/office. However, compliance of HSE
requirements shall be the responsibility of the Contractor. Any review/approval by
EIL/Owner shall not absolve contractor of his responsibility/liability in relation to
fulfilling all HSE requirements.
3.1.10 Audit
The Contractor shall submit an Audit Plan to EIL/Owner indicating the type of audits and
covering following as minimum:
Internal HSE audits regularly at least on quarterly basis by engaging internal qualified
auditors (Lead Auditor Course :OSHA 18001).
External HSE audits regularly at least on every six months by engaging qualified
external auditors (Lead Auditor Course :OSHA 18001)
All HSE shortfalls/ non-conformances on HSE matters brought out during review/audit internal
audit team, as well as by EIL/Owner’s representative shall be resolved forthwith ( generally
within a week) by Contractor & compliance report shall be submitted to EIL/Owner.
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved
Page 94 of 440
SPECIFICATION FOR SPECIFICATION No.
HEALTH, SAFETY & ENVIRONMENT A307-00-6-82-0001 Rev. 0
MANAGEMENT AT IREP BPCL KOCHI
Page 10 of 83
Failure to carry-out HSE Audits & its compliance (internal & external) by Contractor, shall
invite penalization.
3.1.11 Meetings
The Contractor shall ensure participation of his top most executive at site (viz. Resident
Construction Manager / Resident Engineer / Project Manager / Site-in-Charge) in Safety
Committee / HSE Committee meetings arranged by EIL/Owner usually on monthly
basis or as and when called for. In case Contractor’s top most executive at site is not in
a position to attend such meeting, he shall inform EIL/Owner in writing before the
commencement of such meeting indicating reasons of his absence and nominate his
representative – failure to do so may invite very stringent penalization against the
specific Contractor, as deemed fit in Contract. The obligation of compliance of any
observations during the meeting shall be always time bound. The Contractor shall
always assist EIL/Owner to achieve the targets set by them on HSE management during
the project implementation.
In addition, the Contractor shall also arrange internal HSE meetings chaired by his top
most executive at site on weekly basis and maintain records. Such internal HSE
meetings shall essentially be attended by field engineers / supervisors (& not by safety
personnel only) of the Contractor and its associates. Records of such internal HSE
meetings shall be maintained by the Contractor for review by EIL/Owner or for any
HSE Audits.
The time frame for such HSE meeting shall be religiously maintained by one and all.
The Contractor shall ensure that his staff members & workers (permanent as well
casual) shall not be in a state of intoxication during working hours and shall abide by
any law relating to consumption & possession of intoxicating drinks or drugs in force.
The Contractor shall not allow any workman to commence any work at any locations of
project activity who is/are influenced / effected with the intake of alcohol, drugs or any
other intoxicating items being consumed prior to start of work or working day.
Awareness about local laws on this issue shall form part of the Induction Training and
compulsory work-site discipline.
The Contractor shall ensure that all personnel working for him comply with “No-
Smoking” requirements of the Owner as notified from time to time. Cigarettes, lighters,
auto ignition tools or appliances as well as intoxicating drugs, dry tobacco powder, etc.
shall not be allowed inside the project / plant complex.
Smoking shall be permitted only inside smoking booths exclusively designated &
authorized by the Owner/EIL.
3.1.13 Penalty
The Contractor shall adhere consistently to all provisions of HSE requirements. In case of non-
compliances and also for repeated failure in implementation of any of the HSE provisions,
EIL/Owner may impose stoppage of work without any cost & time implication to the Owner
and/or impose a suitable penalty.
2.0% (Two percent) of the contract value for Item Rate or Composite contracts with an overall
ceiling of 1, 00, 00, 000 (Rupees One crore)
0.5% (Zero decimal five percent) of the contract value for LSTK, OBE, EPC, EPCC or Package
contracts with an overall ceiling of 10, 00.00.000 (Rupees ten crores)
This penalty shall be in addition to all other penalties specified elsewhere in the contract. The
decision of imposing stop-work-instruction and imposition of penalty shall rest with
EIL/Owner. The same shall be binding on the Contractor. Imposition of penalty does not make
the Contractor eligible to continue the work in unsafe manner.
The amount of penalty applicable for the Contractor on different types of HSE violations is
specified below:
Sl.
Violation of HSE norms Penalty Amount
No.
For not using personal protective equipment
1. (Helmet, Shoes, Goggles, Gloves, Full body Rs 500/- per day/ Item / Person.
harness, Face shield, Boiler suit, etc.)
2. Working without Work Permit/Clearance Rs 20000/- per occasion
Execution of work without deployment of
3 requisite field engineer / supervisor at work Rs. 5000/- per violation per day
spot
Unsafe electrical practices (not installing
ELCB, using poor joints of cables, using
4. naked wire without top plug into socket, Rs 10000/- per item per day.
laying wire/cables on the roads, electrical jobs
by incompetent person, etc.)
Working at height without full body harness,
using non-standard/ rejected scaffolding and
5. not arranging fall protection arrangement as Rs. 10000/- per case per day.
required, like hand-rails, life-lines, Safety
Nets etc.
Unsafe handling of compressed gas cylinders
6. (No trolley, jubilee clips double gauge Rs 500/- per item per day.
regulator, improper storage/handling).
Use of domestic LPG for cutting purpose / not
7. using flash back arresters on both the Rs. 3000/- per occasion.
hoses/tubes on both ends.
No fencing/barricading of excavated areas /
8. Rs.1, 000/- 3000/- per occasion.
trenches.
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved
Page 96 of 440
SPECIFICATION FOR SPECIFICATION No.
HEALTH, SAFETY & ENVIRONMENT A307-00-6-82-0001 Rev. 0
MANAGEMENT AT IREP BPCL KOCHI
Page 12 of 83
The Contractor shall make his field engineers/supervisors fully aware of the fact that
they keep track with the site workmen for their behavior and compliance of various
HSE requirements. Safety lapses / defects of project construction site shall be
attributable to the concerned job supervisor / engineer of the Contractor, (who remains
directly responsible for safely executing field works). For repeated HSE violations,
concerned job supervisor / engineer shall be reprimanded or appropriate action, as
deemed fit, shall be initiated (with an information to EIL & Owner) by the concerned
Contractor.
Contractor shall initiate verbal warning shall be given to the worker/employee during his first
HSE violation. A written warning shall be issued on second violation and specific training shall
be arranged / provided by the Contractor to enhance HSE awareness/skill including feedback on
the mistakes/ flaws. Any further violation of HSE stipulations by the erring individuals shall
call for his forthright debar from the specific construction site. A record of warnings for each
worker/employee shall be maintained by the Contractor, like by punching their cards / Gate
passes or by displaying their names at the Project entry gate. Warnings, penalizations,
appreciations etc. shall be discussed in HSE Committee meetings &/or in HSE Awareness
program.
and cooperation in this regard. EIL/Owner shall have the right to share the content of this report
with the outside world.
The Contractor shall ensure that a high degree of house keeping is maintained and shall ensure
inter alia; the followings:
a) All surplus earth and debris are removed/disposed off from the working areas to
designated location(s).
b) Unused/surplus cables, steel items and steel scrap lying scattered at different places
within the working areas are removed to identify location(s).
c) All wooden scrap, empty wooden cable drums and other combustible packing materials,
shall be removed from work place to identified location(s).
d) Roads shall be kept clear and materials like pipes, steel, sand, boulders, concrete, chips
and bricks etc shall not be allowed on the roads to obstruct free movement of men &
machineries.
e) Fabricated steel structural, pipes & piping materials shall be stacked properly for
erection.
f) Water logging on roads shall not be allowed.
g) No parking of trucks/trolleys, cranes and trailers etc shall be allowed on roads, which
may obstruct the traffic movement.
h) Utmost care shall be taken to ensure over all cleanliness and proper upkeep of the
working areas.
i) Trucks carrying sand, earth and pulverized materials etc. shall be covered while moving
within the plant area/ or these materials shall be transported with top surface wet.
j) The contractor shall ensure that the atmosphere in plant area and on roads is free from
particulate matter like dust, sand, etc. by keeping the top surface wet for ease in
breathing.
k) At least two exits for any unit area shall be assured at all times – same arrangement is
preferable for digging pits / trench excavation / elevated work platforms / confined
spaces etc.
l) Welding cables and the power cable must be segregated and properly stored and used
.The same shall be laid away from the area of movement and shall be free from
obstruction.
m) Schedule for upkeep/cleaning of site to be firmed up and implemented on regular basis
The Contractor shall carry-out regular checks (minimum one per fortnight) as per format No:
HSE-11 for maintaining high standard of housekeeping and maintain records for the same.
The Contractor shall ensure identification of all Occupational Health, Safety & Environmental
hazards in the type of work he is going to undertake and enlist mitigation measures. Contractor
shall carry out Job Safety Analysis (JSA) specifically for high risk jobs, like
a) Working at height (+2.0 Mts height) for cold (incl. colour washing, painting, insulation
etc.) & hot works.
b) Work in confined space,
c) Deep excavations & trench cutting (depth > 2.0 mts.)
d) Operation & Maintenance of Batching Plant.
e) Shuttering / concreting (in single or multiple pour) for columns, parapets & roofs.
f) Erection & maintenance of Tower Crane.
g) Erection of structural steel members / roof-trusses / pipes at height more than 2.0 Mts.
with or without crane.
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved
Page 99 of 440
SPECIFICATION FOR SPECIFICATION No.
HEALTH, SAFETY & ENVIRONMENT A307-00-6-82-0001 Rev. 0
MANAGEMENT AT IREP BPCL KOCHI
Page 15 of 83
h) Erection of pipes (full length or fabricated) at height more than 2.0 Mts. height with
Crane of 100T capacity.
i) All lifts using 100T Crane plus mechanical pulling.
j) All lifts using two cranes in unison (Tandem Lifting).
k) Any lift exceeding 80% capacity of the lifting equipments (hydra, crane etc.).
l) Laying of pipes (isolated or fabricated) in deep narrow trenches – manually or
mechanically.
m) Maintenance of crane / extension or reduction of crane-boom on roads or in yards.
n) Erection of any item at >2.0 Mts. height using 100T crane or of higher capacity
o) Hydrostatic test of pipes, vessels & columns and water-flushing.
p) Radiography jobs (in-plant & open field)
q) Work in Live Electrical installations / circuits
r) Handling of explosives & Blasting operations
s) Demolishing / dismantling activities
t) Welding / gas cutting jobs at height (+2.0 Mts.)
u) Lifting / placing roof-girders at height (+2.0 Mts.)
v) Lifting & laying of metallic / non-metallic sheet over roof/structures.
w) Lifting of pipes, gratings, equipments/vessels at heights (+2.0 Mts) with & without
using cranes
x) Calibration of equipment, instruments and functional tests at yards / work-sites.
y) Operability test of Pump, Motors (after coupling) & Compressors.
z) Cold or Hot works inside Confined Space.
aa) Transportation & shifting of ODC consignments into project areas.
bb) Working in “charged/Live” elect. Panels
cc) Stress Relieving works (Electrically or by Gas-burners).
dd) Pneumatic Tests
ee) Card board blasting
ff) Chemical cleaning
and take feedback from EIL/Owner. The necessary HSE measures devised shall be put in to
place, prior to start of an activity & also shall be maintained during the course of works, by the
Contractor. Copies of such JSAs shall be kept available at work sites by the Contractor to enable
all concerned carrying out checks / verification.
A list of typical construction hazards along with their effects & preventive measures is given in
Appendix-E.
3.3.2 Accessibility
The Contractor shall provide safe means of access & efficient exit to any working place
including provisions of suitable and sufficient scaffolding at various stages during all
operations of the work for the safety of his workmen and EIL/Owner.
The Contractor shall implement use of all measures including use of “life line”, “fall-
arresters”, “retractable fall arresters” , “safety nets” etc. during the course of using all
safe accesses & exits, so that in no case any individual remains at risk of slip & fall
during their travel.
The access to operating plant / project complex shall be strictly regulated. Any person
or vehicle entering such complex shall undergo identification check, as per the
procedures in force / requirement of EIL/Owner.
The Contractor shall ensure that all their staff, workers and visitors including their sub-
contractor(s) have been issued (records to be kept) & wear appropriate PPEs like nape
strap type safety helmets preferably with head & sweat band with ¾” cotton chin
strap (made of industrial HDPE), safety shoes with steel toe cap and antiskid sole, full
body harness (CЄ marked and conforming to EN361), protective goggles, gloves, ear
muffs, respiratory protective devices, etc. All these gadgets shall conform to applicable
IS Specifications/CE or other applicable international standards. The Contractor shall
implement a regular regime of inspecting physical conditions of the PPEs being issued /
used by the workmen of their own & also its sub-agencies and the damaged /
unserviceable PPEs shall be replaced forthwith.
Owner/EIL may issue a comprehensive color scheme for helmets to be used by various
agencies. The Contractor shall follow the scheme issued by the owner/EIL and shall
choose any colour other than white (for Owner) or blue (for EIL) All HSE personnel
shall preferably wear dark green band on their helmet so that workmen can approach
them for guidance during emergencies. HSE personnel shall preferably wear such
dresses with fluorescent stripes, which are noticeable during night, when light falls on
them.
For shot blasting, the usage of protective face shield and helmets, gauntlet and
protective clothing is mandatory. Such protective clothing should conform relevant IS
Specification.
For off-shore jobs/contracts, contractor shall provide PPEs (new) of all types to EIL &
Owner's personnel, at his (contractor's) cost. All personnel shall wear life jacket at all
time.
The Contractor shall issue permit for working (PFW) at height after verifying and
certifying the checkpoints as specified in the attached permit (Format No. HSE-6). He
shall also undertake to ensure compliance to the conditions of the permit during the
currency of the permit including adherence of personal protective equipments.
Contractor’s Safety Officer shall verify compliance status of the items of permit
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved
Page 101 of 440
SPECIFICATION FOR SPECIFICATION No.
HEALTH, SAFETY & ENVIRONMENT A307-00-6-82-0001 Rev. 0
MANAGEMENT AT IREP BPCL KOCHI
Page 17 of 83
Such PFW shall be initially issued for one single shift or expected duration of normal
work and extended further for balance duration, if required. EIL/Owner can devise
block-permit system at any specific area, in consultation with project specific HSE
Committee to specify the time-period of validity of such PFW or its renewal. This
permit shall be applicable in areas where specific clearance from Owner’s operation
Deptt. /Safety Deptt. is not required. EIL / Owner’s field Engineers/Safety
Officers/Area Coordinators may verify and counter sign this permit (as an evidence of
verification) during the execution of the job.
All personnel shall be medically examined & certified by registered doctor, confirming
their ‘medical fitness for working at height. The fitness examination shall be done once
in six months.
In case work is undertaken without taking sufficient precautions as given in the permit,
EIL /Owner Engineers may exercise their authority to cancel such permit and stop the
work till satisfactory compliance/rectification is arranged made. Contractors are
expected to maintain a register for issuance of permit and extensions thereof including
preserving the used permits for verification during audits etc.
The Contractor shall arrange (at his cost) and ensure use of Fall Arrester Systems by his
workers. Fall arresters are to be used while climbing/descending tall structures or
vessels / columns etc. These arresters should lock automatically against the anchorage
line, restricting free fall of the user. The device is to be provided with a double security
opening system to ensure safe attachment or release of the user at any point of rope. In
order to avoid shock, the system should be capable of keeping the person in vertical
position in case of a fall.
The Contractor shall ensure that Full body harnesses conforming EN361 and having
authorized CЄ marking is used by all personnel while working at height. The lanyards
and life lines should have enough tensile strength to take the load of the worker in case
of a fall. One end of the lanyard shall be firmly tied with the harnesses and the other end
with life line. The harness should be capable of keeping the workman vertical in case of
a fall, enabling him to rescue himself.
The Contractor shall provide Roof Top Walk Ladders for carrying out activities on
sloping roofs in order to reduce the chances of slippages and falls.
The Contractor shall ensure that a proper Safety Net System is used wherever the
hazard of fall from height is present. The safety net, preferably a knotted one with
mesh ropes conforming to IS 5175/ ISO 1140 shall have a border rope & tie cord of
minimum 12mm dia. The Safety Net shall be located not more than 6.0 meters below
the working surface extending on either side up to sufficient margin to arrest fall of
persons working at different heights.
In case of accidental fall of person on such Safety Net, the bottom most portion of
Safety Net should not touch any structure, object or ground.
The Contractor shall ensure positive isolation while working at different levels like in
the pipe rack areas. The working platforms with toe boards & hand rails shall be
sufficiently strong & shall have sufficient space to hold the workmen and tools &
tackles including the equipments required for executing the job. Such working
platforms shall have mid-rails, to enable people work safely in sitting posture.
Suitable scaffoldings shall be provided to workmen for all works that cannot be safely
done from the ground or from solid construction except such short period work that can
be safely done using ladders or certified (by 3rd party competent person) man-basket.
When a ladder is used, an extra workman shall always be engaged for holding the
ladder.
The Contractor shall ensure that the scaffolds used during construction activities shall
be strong enough to take the designed load. Main Contractor shall always furnish duly
approved construction-design details of scaffold & SWL (from competent designers)
free of charge, before they are being installed / constructed at site. Owner/EIL reserves
the right to ask the Contractor to submit certification and or design calculations from
his HQ / Design/ Engineering expert regarding load carrying capacity of the
scaffoldings.
- OISD STD 173: Fire prevention & protection system for electrical installations
- SP 30 (BIS) : National Electric Code
a. Shall make Single Line Diagram (SLD) for providing connection to each equipments &
machinery and the same (duly approved by EIL/Owner) shall be pasted on the front
face of DBs (distribution boards) or JBs (Junction boxes) at every site. ( A typical
Switch Board Sketch is attached as Appendix -G )
b. Ensure that electrical systems and equipment including tools & tackles used during
construction phase are properly selected, installed, used and maintained as per
provisions of the latest revision of the Indian Electrical/ applicable international
regulations.
c. Shall deploy qualified & licensed electricians for proper & safe installation and for
regular inspection of construction power distribution system/points including their
earthing. A copy of the license shall be submitted to EIL / Owner for records.
Availability of at least one competent (ITI qualified) / licensed electrician (by State
Elec. authorities) shall be ensured at site round the clock to attend to the
normal/emergency jobs.
d. All switchboards / welding machines shall be kept in well-ventilated & covered shed/
with rain shed protection. The shed shall be elevated from the existing ground level to
avoid water logging inside the shed . Installation of electrical switch board must be
done taking care of the prevention of shock and safety of machine.
e. No flammable materials shall be used for constructing the shed. Also flammable
materials shall not be stored in and around electrical equipment / switchboard.
Adequate clearances and operational space shall be provided around the equipment.
f. Fire extinguishers and insulating mats shall be provided in all power distribution centers.
i. All temporary installations shall be tested before energizing, to ensure proper earthing,
bonding, suitability of protection system, adequacy of feeders/cables etc.
k. Multilingual (Hindi, English and local language) caution boards, shock treatment charts
and instruction plate containing location of isolation point for incoming supply, name &
telephone No. of contact person in emergency shall be provided in substations and near
all distribution boards / local panels.
m. Regular inspection of all installations at least once in a month. (Ref. Format HSE-12).
3.3.6.2 The following features shall also be ensured for all electrical installations during
construction phase by the contractor:
Each installation shall have a main switch with a protective device, installed in an
enclosure adjacent to the metering point. The operating height of the main switch shall
not exceed 1.5 M. The main switch shall be connected to the point of supply by means
of armoured cable.
The outgoing feeders shall be double or triple pole switches with fuses / MCBs. Loads
in a three phase circuit shall be balanced as far as possible and load on neutral should
not exceed 20% of load in the phase.
The installation shall be adequately protected against overload, short circuit and earth
leakage by the use of suitable protective devices. Fuses wherever used shall be HRC
type. Use of rewirable fuses shall be strictly prohibited. The earth leakage device shall
have an operating current not exceeding 30 mA.
All connections to the hand tools / welding receptacles shall be taken through proper
switches, sockets and plugs.
All single phase sockets shall be minimum 3 pin type only. All unused sockets shall be
provided with socket caps.
Only 3 core (P+N+E) overall sheathed flexible cables with minimum conductor size of
1.5 mm2 copper shall be used for all single phase hand tools.
Only metallic distribution boxes with double earthing shall be used at site. No wooden
boxes shall be used.
All power cables shall be terminated with compression type cable glands. Tinned
copper lugs shall be used for multi-strand wires / cables.
Minimum depth of cable trench shall be 750 mm for MV & control cables and 900 mm
for HV cables. These cables shall be laid over a sand layer and covered with sand, brick
& soil for ensuring mechanical protection. Cables shall not be laid in waterlogged area
as far as practicable. Cable route markers shall be provided at every 25 M of buried
trench route. When laid above ground, cables shall be properly cleated or supported on
rigid poles of at least 2.1 M high. Minimum head clearance of 6 meters shall be
provided at road crossings.
Under ground road crossings for cables shall be avoided to the extent feasible. In any
case no under ground power cable shall be allowed to cross the roads without pipe
sleeve.
All cable joints shall be done with proper jointing kit. No taped/ temporary joints shall
be used.
All cables and wire rope used for earth connections shall be terminated through tinned
copper lugs.
In case of local earthing, earth electrodes shall be buried near the supply point and earth
continuity wire shall be connected to local earth plate for further distribution to various
appliances. All insulated wires for earth connection shall have insulation of green
colour.
Separate core shall be provided for neutral. Earth / Structures shall not be used as a
neutral in any case.
ON/OFF position of all switches shall be clearly designated / painted for easy isolation
in emergency.
Contractor shall ensure that flash back arrestors conforming to BS: 6158 or equivalent
are installed on all gas cylinders as well as at the torch end of the gas hose, while in use.
All cylinders shall be mounted on trolleys and provided with a closing key.
The burner and the hose placed downstream of pressure reducer shall be equipped with
Flash Back Arrester/Non Return Valve device.
The hoses for acetylene and oxygen cylinders must be of different colours. Their
connections to cylinders and burners shall be made with a safety collar.
At end of work, the cylinders in use shall be closed and hoses depressurized.
Cutting of metals using gases, other than oxygen & acetylene, shall require written
concurrence from Owner.
All welding machines shall have effective earthing at least at distinctly isolated two
points.
In order to help maintain good housekeeping, and to reduce fire hazard, live electrode
bits shall be contained safely and shall not be thrown directly on the ground.
The hoses of Acetylene and Oxygen shall be kept free from entanglement & away from
common pathways / walkways and preferably be hanged overhead in such a manner
which can avoid contact with cranes, hydra or other mobile construction machinery.
Hot spatters shall be contained / restricted appropriately (by making use of effective
fire-retardant cloth/fabric) and their flying-off as well as chance of contact with near-by
flammable materials shall be stopped.
The Contractor shall arrange adequate systems & practices for accumulation / collection
of metal & other scraps and remnant electrodes and their safe disposal at regular
interval so as to maintain the fabrication and other areas satisfactorily clean & tidy.
The Contractor shall assign to his workmen, tasks commensurate with their
qualification, experience and state of health.
All lifting tools, tackles, equipment, accessories including cranes shall be tested
periodically by statutory/competent authority for their condition and load carrying
capacity. Valid test & fitness certificates from the applicable authority shall be
submitted to Owner/EIL for their review/acceptance before the lifting tools, tackles,
equipment, accessories and cranes are used.
The contractor shall not be allowed to use defective equipment or tools not adhering to
safety norms.
Contractor shall arrange non-sparking tools for project construction works in operating
plant areas / hydrocarbon prone areas.
Wherever required the Contractor shall make use of Elevated Work Platforms (EWP)
or Aerial Work Platforms (mobile or stationary) to avoid ergonomical risks and
workmen shall be debarred to board such elevated platform during the course of their
shifting / transportation.
Contractor shall ensure installation of Safe Load Indicator (SLI) on all cranes (while in
use) to minimize overloading risk. SLI shall have capability to continuously monitor
and display the load on the hook, and automatically compare it with the rated crane
capacity at the operating condition of the crane. The system shall also provide visual
and audible warnings at set capacity levels to alert the operator in case of violations.
The contractor shall be responsible for safe operations of different equipments
mobilized and used by him at the workplace like transport vehicles, engines, cranes,
mobile ladders, scaffoldings, work tools, etc.
The Contractor shall arrange periodical training for the operators of hydra, crane,
excavator, mobile machinery, etc. at site by utilizing services from renowned
manufacturers
The contractor shall identify all operations that can adversely affect the health of its
workers and issue & implement mitigation measures.
For surface cleaning operations, sand blasting shall not be permitted even if not
explicitly stated elsewhere in the contract.
To eliminate radiation hazard, Tungsten electrodes used for Gas Tungsten Arc Welding
shall not contain Thorium.
Workmen shall be made aware of correct methods for lifting, carrying, pushing &
pulling of heavy loads. Wherever possible, manual handling shall be replaced by
mechanical lifting equipments.
To avoid work related upper limb disorders (WRULD) and backaches, Display Screen
Equipments' workplace stations shall be carefully designed & used with proper sitting
postures. Power driven hand-held tools shall be maintained in good working condition
to minimize their vibrating effects and personnel using these tools shall be taught how
to operate them safely & how to maintain good blood circulation in hands.
The Contractor shall arrange health check up (by registered medical practitioner) for all
the workers at the time of induction. Health check may have to be repeated if the nature
of duty assigned to him is changed necessitating health check or doubt arises about his
wellness. EIL/Owner reserves the right to ask the contractor to submit medical test
reports. Regular health check-ups are mandatory for the workers assigned with
Welding, Radiography, Blasting, Painting, Heavy Lift and Height (>2m) jobs. All the
health check-ups shall be conducted by registered Medical practitioner and records are
to be maintained by the Contractor.
The Contractor shall ensure vaccination of all the workers including their families,
during the course of entire project span.
Hazardous, inflammable and/or toxic materials such as solvent coating, thinners, anti-
termite solutions, water proofing materials shall be stored in appropriate containers
preferably with lids having spillage catchment trays and shall be stored in a good
ventilated area. These containers shall be labeled with the name of the materials
highlighting the hazards associated with its use and necessary precautions to be taken.
Respective MSDS (Material Safety Data Sheet) shall be made available at site & may
be referred whenever problem arises.
Where contact or exposure of hazardous materials are likely to exceed the specified
limit or otherwise have harmful affects, appropriate personal protective equipments
such as gloves, goggles/face-shields, aprons, chemical resistant clothing, respirator, etc.
shall be used.
The work place shall be checked prior to start of activities to identify the location, type
and condition of any asbestos materials which could be disturbed during the work. In
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved
Page 107 of 440
SPECIFICATION FOR SPECIFICATION No.
HEALTH, SAFETY & ENVIRONMENT A307-00-6-82-0001 Rev. 0
MANAGEMENT AT IREP BPCL KOCHI
Page 23 of 83
case asbestos material is detected, usage of appropriate PPEs by all personnel shall be
ensured and the matter shall be reported immediately to EIL/ Owner.
The contractor shall establish a regular cleaning and basic housekeeping programme
that covers all aspects of the workplace to help minimize the risk of slips, trips & falls.
The contractor shall take positive measures like keeping the work area tidy, storing
waste in suitable containers & harmful items separately, keeping passages, stairways,
entrances & exits especially emergency ones clear, cleaning up spillages immediately
and replacing damaged carpet/ floor tiles, mats & rugs at once to avoid slips, trips &
falls.
All personnel exposed to physical agents such as ionizing & non-ionizing radiation,
including ultraviolet rays or similar other physical agents shall be provided with
adequate shielding or protection commensurate with the type of exposure involved.
The Contractor shall implement an effective system of control at site for handling
radiography-sources & for avoiding its misuse.
The contractor shall generate the Format No: HSE-8 “Permit for radiation work” before
start of work.
Blasting operations shall be carried out as per latest Explosive Rules (Indian /
International) with prior permission. The Contractor shall obtain license from Chief
Controller of Explosives (CCoE) for collection, transportation, storage of explosives as
well as for carrying out blasting operations.
The Contractor shall prepare exclusive method statement (in cognizance with statutory
requirements) for diffusing unfired explosives, if any, at project site before carrying out
actual task. Nowhere blasting shall be carried out by the Contractor or its agency
without the involvement of competent supervisor and licensed blaster / shot blaster.
The contractor shall adhere to safe demolishing/ dismantling practices at all stages of
work to guard against unsafe working practices.
The contractor shall disconnect service lines (power, gas supply, water, etc.)/ make
alternate arrangements prior to start of work and restore them, if required as directed by
EIL/ Owner at no extra cost.
Before carrying out any demolition/ dismantling work, the contractor shall take prior
approval of EIL/Owner and generate the Format No.HSE-9. For revamp jobs in
operating plants where location of underground utilities is not known with certainty, the
contractor shall depute an experienced engineer for supervision and shall make
adequate arrangements for Fire fighting & First-Aid during the execution of these
activities.
The Contractor shall arrange approved Job Safety Analysis (JSA) / Method Statement
for the specific demolition / dismantling task and corresponding action plan
commensurate with hazards / risks associated therein. In no case any activity related to
demolition / dismantling shall be carried out by the Contractor without engaging own
supervision / field engineer.
The Contractor shall ensure adequately planned road transport safety management
system.
The vehicles shall be fitted with reverse warning alarms & flashing lights / fog-lights
and usage of seat belts shall be ensured.
The Contractor shall also ensure a separate pedestrian route for safety of the workers
and comply with all traffic rules & regulations, including maintaining speed limit of 20
kmph or indicated by owner for all types of vehicles / mobile machinery. The maximum
allowable speed shall be adhered to.
In case of an alert or emergency, the Contractor must arrange clearance of all the routes,
roads, access. The Contractor shall deploy sufficient number of traffic controllers at
project site routes / roads/ accesses, to alert reversing movement of vehicles &
machinery as well as pedestrians.
Dumpers, Tippers, etc. shall not be allowed to carry workers within the plant area and
also to & from the labour colony to & from project sites.
Hydras shall only be allowed for handling the materials at fabrication/ storage yards and
in no case shall be allowed to transport the materials over project / plant roads.
The Contractor shall not deploy any such mobile machinery / equipments, which do not
have competent operator and / or experienced banks-man / signal-man. Such machinery
/ equipments shall have effective limit-switches, reverse-alarm, front & rear-end lights
etc. and shall be maintained in good working order.
For pipeline jobs, the contractor shall submit a comprehensive plan covering
transportation, loading / unloading of pipes, movement of side booms, movement of
vehicles on the ROW, etc.
Contractor shall, at the minimum, ensure the following facilities at work sites:
A crèche at site where 10 or more female workers are having children below the age of 6
years.
Adequately ventilated / illuminated rooms at labour camps & its hygienic up-keeping.
Reasonable canteen facilities at site and in labour camps at appropriate location depending
upon site conditions. Contractor shall make use of “industrial” variety of LPG cylinder &
satisfactory illumination at the canteens. Necessary arrangement for efficient disposal of
wastes from canteens shall also be made and regular review shall be made to maintain the
ambience satisfactorily hygienic & shall also comply with all applicable statutory
requirements.
Adequately lighted & ventilated Rest rooms at site (separate for male workers and female
workers).
Urinals, Toilets, drinking water, washing facilities, adequate lighting at site and labour
camps, commensurate with applicable Laws / Legislation.
Contractor shall ensure proper storage and utilization methodology of materials that are
detrimental to the environment. Where required, Contractor shall ensure that only the
environment friendly materials are selected and emphasize on recycling of waste materials,
such as metals, plastics, glass, paper, oil & solvents. The waste that can not be minimized,
reused or recovered shall be stored and disposed of safely. In no way, toxic spills shall be
allowed to percolate into the ground. The contractor shall not use the empty areas for dumping
the wastes.
The contractor shall strive to conserve energy and water wherever feasible.
The contractor shall ensure dust free environment at workplace by sprinkling water on the
ground at frequent intervals. The air quality parameters for dust, poisonous gases, toxic releases,
harmful radiations, etc. shall be checked by the contractor on daily basis and whenever need
arises.
The contractor shall not be allowed to discharge chemicals, oil, silt, sewage, sullage and other
waste materials directly into the controlled waters like surface drains, streams, rivers, ponds. A
discharge plan suggesting the methods of treating the waste before discharging shall be
submitted to EIL/Owner for approval.
For pipeline jobs, top soil shall be stacked separately while making ROW through fields. This
fertile soil shall be placed back on top after backfilling.
For offshore construction barges, arrangements shall be made for safe disposal of human, food
& other wastes and applicable laws in this regard shall be followed.
All persons deployed at site shall be knowledgeable of and comply with the environmental laws,
rules & regulations relating to the hazardous materials, substances and wastes. Contractor shall
not dump, release or otherwise discharge or disposes off any such materials without the express
authorization of EIL/Owner. An indicative list of Statutory Acts & Rules relating to HSE is
given under Appendix-D.
Contractor shall take appropriate measures to protect workers from severe storms, rain, solar
radiations, poisonous gases, dust, etc. by ensuring proper usage of PPEs like Sun glasses, Sun
screen lotions, respirators, dust masks, etc. and rearranging/ planning the construction activities
to suit the weather conditions. Effective arrangement (without creating inconvenience to project
facilities & permanent installations) for protecting workmen from hailstorm, drizzle in the form
of temporary shelter shall be made at site.
3.3.20 Communication
All persons deployed at the work site shall have access to effective means of communication so
that any untoward incident can be reported immediately and assistance sought by them.
All health & safety information shall be communicated in a simple & clear language easily
understood by the local workforce.
a. Quality Policy
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved
Page 110 of 440
SPECIFICATION FOR SPECIFICATION No.
HEALTH, SAFETY & ENVIRONMENT A307-00-6-82-0001 Rev. 0
MANAGEMENT AT IREP BPCL KOCHI
Page 26 of 83
a. Complaints
b. Compliances on safety defects / shortfalls
c. Suggestions
d. Proposals for changes & improvements
e. HSE Reports (including near-miss reports)
The contractor shall generate a work permit (Format No. HSE -7) before entering a confined
space. People, who are permitted to enter into confined space, must be medically examined &
certified by registered doctor, confirming their ‘medical fitness for working in confined space’.
All necessary precautions mentioned therein shall be adhered to. An attendant shall be
positioned outside a confined space for extending help during an emergency. All appropriate
PPEs and air quality parameters shall be checked before entering a confined space. It shall be
ensured that the piping of the equipment which has to be opened is pressure- free by checking
that blinds are in place, vents are open and volume is drained. Inside confined space works, only
electrical facilities / installations of 24V shall be permitted. Contactor shall ensure usage of safe
& suitable arrangement of oxygen supply for individual workmen (during the course of work in
confined space), if oxygen concentration is found to be less than 19.5% (v/v) there.
The contractor shall submit detailed rigging studies plan for EIL/ Owner approval prior
to lifting equipment which cannot be erected with a crane of approx. 100 MT capacity
due to constraints of its dimensions, location of foundation height, approach & weight.
Contractor shall generate the format no:HSE-15 “Permit for heavy lift/critical erection”
Prior to actual lifting activities, contractor shall check the validity of the crane
inspection certificate issued by statutory/ competent authority. This requirement shall
also apply to all rigging equipments utilized for the job.
The contractor shall, at all times, be responsible for all rigging activities.
For lifting any material (irrespective of shape, size or volume), at any height, it is
always advisable to prepare a Plan of Erection (PoE) taking into consideration hazards
& risks associated therein – this can enable people to put their own experiences of
various natures & side-by-side establish a practical method for risk-free erection / lifts.
The contractor shall prepare PoE & shall document the same, when risks are identified
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved
Page 111 of 440
SPECIFICATION FOR SPECIFICATION No.
HEALTH, SAFETY & ENVIRONMENT A307-00-6-82-0001 Rev. 0
MANAGEMENT AT IREP BPCL KOCHI
Page 27 of 83
as “medium” or “high” and the same shall be approved by its competent / qualified
engineer.
The contractor shall measure an activity in both leading & trailing indicators for statistical and
performance measurement. The activities pertaining to key performance indicators are covered
in Monthly HSE Report (Format No. HSE-5). The contractor shall try to achieve a statistically
fair record and strive for its continual improvement.
- Number of Safety Inductions carried-out at site (for workmen & staff members)
- Number of HSE inspections carried out
- Number of “Safety Walk Through” carried-out by site-head.
- Number of HSE shortfalls / lapses identified per contractor & closed-out in time.
- Number of Safety Meetings conducted (in-house / with contractors)
- Number of HSE Audits made (internal & external) vis-à-vis non conformances raised
- Number of HSE Awareness / Motivational program conducted by contractors
- Number of HSE Trainings conducted at site for supervisors & workmen
- Study of Near miss case reported
- Encouragements / Awards / Recognitions to workmen, job supervisors & field
engineers.
- Suggestions for improvement
- Calculation of HSE statistics viz frequency rate, severity rate, LAT free manhours,etc
- Analysis of incidents / accidents (nature, severity, types etc.)
- Study of Incident / Accident with respect to :-
Variety
Period of the year / project span
Timings of the incident / accident
Age profile of victims
Body parts involved
Penalty levied for causing incident / accident
Contractor shall take appropriate measures and necessary work permits/clearances if work is to
be done in or around marshy areas, river crossings, mountains, monuments, etc. The Contractor
shall make right assessment and take all necessary action for developing work areas to make
them safe & suitable for crane operations or other vehicular movement before carrying out any
project related activity / operation. Contractor shall take all necessary actions to make the
surroundings of its site establishments (site office, stores, lay-down area etc.) work-worthy
safe and secure.
Contractor shall ensure that boats and other means used for transportation, surveying &
investigation works shall be certified seaworthy by a recognized classification society. It shall
be equipped with all life saving devices like life jackets, adequate fire protection arrangements
and shall posses communication facilities like cellular phones, wireless, walkie-talkie. All
divers used for seabed surveys, underwater inspections shall have required authorized license,
suitable life saving kit. Number of hours of work by divers shall be limited as per regulations.
EIL/ Owner shall have the right to inspect the boat and scrutinize documents in this regard.
Contractor shall conduct daily TBT with workers prior to start of work and shall maintain
proper record of the meeting. A suggested format is given below. The TBT is to be conducted
by the immediate supervisor of the workers
The Contractor shall conduct TBT before start of every morning or evening shift or night shift
activities, for alerting the workers on specific hazards and their appropriate dos & don’ts. The
Contractor shall provide sufficient rests to the site workmen and their foremen to avert fatigue
& thereby endangering their lives during the course of site works.
Remarks, in any
The above record can be kept in local language, which workers can read. These records shall be
made available to EIL/ Owner whenever demanded.
Initial induction of workers into Construction oriented activities and appraising them
about the methodology of works and how to carry-out the same safely should not be
inter mixed with Tool Box Talks or HSE Training. In this regard careful action should
be made & maintained for imparting HSE induction to every individual, irrespective of
his task/designation/level of employment, whereas, HSE Training should be imparted to
specific person/group of people who are to carry-out that specific task more than once –
for example, Riggers must be trained for working at heights, welders must be trained
for work in confined space, fitters/carpenters, mesons must be trained for work at
heights, etc.
Contractor shall conduct Safety induction programme on HSE for all his workers and
maintain records. The Gate Pass shall be issued only to those workers who successfully
qualify the Safety induction programme.
The Contractor shall brief the visitors about the HSE precautions which are required to
be taken before their proceeding to site and make necessary arrangements to issue
appropriate PPEs like Aprons, hard hats, ear-plugs, goggles & safety shoes etc., to his
visitors. The Contractor shall always maintain relevant acknowledgement from visitor
on providing him brief information on HSE actions.
Contractor shall ensure that all his personnel possess appropriate training to carry out
the assigned job safely. The training should be imparted in a language understood by
them and should specifically be trained about
The Contractor shall make regular program for conducting Safety Training on various
topics related to various activities & their safe-guarding utilizing experienced persons /
outside agency / faculty. A program for Safety Training (indicative list as per Appendix
–F) shall be furnished by the Contractor in its HSE Plan .
For offshore and jetty jobs, contractor shall ensure that all personnel deployed have
undergone a structured sea survival training including use of lifeboats, basket landing,
use of radio communication etc. from an agency acceptable to Owner/EIL.
As a minimum, the contractor shall ensure adherence to following safety requirements while
working in or in the close vicinity of an operating plant:
a) Contractor shall obtain permits for Hot work, Cold work, Excavation and Confined Space
from Owner in the prescribed format.
b) The contractor shall monitor record and compile list of his workers entering the operational
plant/unit each day and ensure & record their return after completing the job.
c) Contractor’s workers and staff members shall use designated entrances and proceed by
designated routes to work areas only assigned to them. The workers shall not be allowed to
enter units' area, tanks area, pump rooms, etc. without work authorization permit.
d) Work activities shall be planned in such a way so as to minimize the disruption of other
activities being carried out in an operational plant/unit and activities of other contractors.
e) The contractor shall submit a list of all chemicals/toxic substances that are intended to be
used at site and shall take prior approval of the Owner.
f) Specific training on working in a hydrocarbon plant shall be imparted to the work force
and mock drills shall be carried out for Rescue operations/First-Aid measures.
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved
Page 114 of 440
SPECIFICATION FOR SPECIFICATION No.
HEALTH, SAFETY & ENVIRONMENT A307-00-6-82-0001 Rev. 0
MANAGEMENT AT IREP BPCL KOCHI
Page 30 of 83
h) Care shall be taken to prevent hitting underground facilities such as electrical cables,
hydrocarbon piping during execution of work.
j) Emergency evacuation plan shall be worked out and all workmen shall be apprised about
evacuation routes. Mock drill operations may also be conducted.
k) Flammable gas test shall be conducted prior to any hot work using appropriate measuring
instruments. Sewers, drains, vents or any other gas escaping points shall be covered with
flame retardant tarpaulin.
l) Respiratory devices shall be kept handy while working in confined zones where there is a
danger of inhalation of poisonous gases. Constant monitoring of presence of Gas/
Hydrocarbon shall be done.
m) Clearance shall be obtained from all parties before starting hot tapping, patchwork on live
lines and work on corroded tank roof.
o) Welding spatters shall be contained properly and in no case shall be allowed to fall on the
ground containing oil. Similar care shall be taken during cutting operations.
p) The vehicles, cranes, engines, etc. shall be fitted with spark arresters on the exhaust pipe
and got it approved from Safety Department of the Owner.
q) Plant air should not be used to clean any part of the body or clothing or use to blow off dirt
on the floor.
r) Gas detectors should be installed in gas leakage prone areas as per requirement of Owner's
plant operation personnel.
s) Experienced full time safety personnel shall be exclusively deployed to monitor safety
aspects in running plants.
The contractor shall develop a method of check & balance through self assessment &
enhancement techniques and shall explore the opportunities for continual improvement in the
HSE system.
The contractor shall encourage his workforce to promote HSE efforts at workplace by way of
organizing workshops/seminars/training programmes, celebrating HSE awareness weeks &
National Safety Day, conducting quizzes & essay competitions, distributing pamphlets, posters
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved
Page 115 of 440
SPECIFICATION FOR SPECIFICATION No.
HEALTH, SAFETY & ENVIRONMENT A307-00-6-82-0001 Rev. 0
MANAGEMENT AT IREP BPCL KOCHI
Page 31 of 83
& material on HSE, providing incentives for maintaining good HSE practices and granting
incentives / bonus for completing the job without any lost time accident.
3.9 LOCK OUT AND TAG OUT (LOTO) for isolation of energy source
Contractor shall follow the LOTO/Isolation procedure of owner for all energy source
isolations installed/under purview by /of owner ie. “Brown field”
For all the other energy source (not under purview of client/owner) i.e “Green field”
Contractor shall develop a system to ensure the isolation of equipments, pipelines, Vessel,
electrical panels from the energy source covering following as minimum:-
- Identification of all energy source viz
electrical,mechanical,hydraulic,pneumatic,chemical,thermal,gravitational,radiation and
other forms of stored or kinetic energy.
- Establishing the energy isolation devices viz: manually operated electrical circuit
breakers, disconnection switches, blind flanges, etc
- Installation of Lock Out devices for preventing the inadvertent release of stored energy
and Tag Out devices ( “Danger”, “Do Not operate” or Do not Remove” tags) to indicate
that testing, maintenance or servicing is underway and the device cannot be operated
until the tag out device is removed.
- Lock Out and Tag out log book
- Permit for isolation and de-isolation of energy source as per format NO: HSE-16
- Availability of competent persons.
Contractor shall ensure that all the sources are locked out and tagged properly before giving
clearance to start the job.
After the completion of job, contractor shall ensure all tools and tackles are removed
and nobody is present in the working area and signing on LOTO log book.
Only on confirmation of above the contractor will remove their lock and tag from the
isolation points and give instructions for energizing the same. Only the person carrying out
the task shall himself carry the key for the lock in /Lock out.
The Contractor shall submit a comprehensive Health, Safety and Environment Plan or
programme for approval by EIL/Owner prior to start of work. The Contractor shall participate in
the pre-start meeting with EIL/Owner to finalize HSE Plans which shall including the
following:
Contractor shall implement approved Health, Safety and Environment management programme
including but not limited to as brought out under para 3.0. Contractor shall also ensure:
to arrange workmen compensation insurance, registration under ESI Act, third party liability
insurance, registration under BOCW Act, etc, as applicable.
to arrange all HSE permits before start of activities (as applicable), like permits for hot work,
working at heights (Refer Format No. HSE-6), confined space (Refer Format No. HSE-7),
Radiation Work Permit (Refer Format No. HSE-8), Demolishing/ Dismantling Work Permit
(Refer Format No. HSE-9),Permit for erection/modification & dismantling of scaffolding(Refer
Format No:HSE-14), Permit for heavy lift/critical erection (Refer Format No:HSE-15) ,Permit
for energy Isolation & De-isolation” (HSE-16) ,storage of chemical / explosive materials & its
use and implement all precautions mentioned therein. In this regard, requirements of Oil
industry Safety Directorate Standard No. Std -105 "Work Permit Systems” shall be complied
with while working in existing Oil or Gas processing plants.
to submit, timely, the completed checklist on HSE activities in Format No.HSE-1, Monthly
HSE report in Format No.HSE-5 (use of web based package (www.eil.co.in/conthse) is
compulsory wherever the facility is available else a hard copy is to be submitted), accident/
incident reports, investigation reports etc. as per EIL/Owner requirements. Compliance of
instructions on HSE shall be done by Contractor and informed urgently to EIL/Owner.
that his top most executive at site attends all the Safety Committee/HSE meetings arranged by
EIL/Owner and carries out safety walk through regularly. Only in case of his absence from site
that a second senior most person shall be nominated by him, in advance, and communicated to
EIL/Owner for performing the above tasks.
display at site office and at prominent locations HSE Policy, caution boards, list of hospitals,
emergency services available, safety signs like Men at work, Speed Limits, Hazardous Area,
various do’s & don’ts, etc.
identify, assess, analyze & mitigate the construction hazards & incorporate relevant control
measures before actually executing site works. (HIRAC = Hazard Identification, Risk Analysis
and Control).
carryout audits/inspection (internal & external) at his works as well as sub contractor works as
per approved HSE plan/procedure/programme & submit the compliance reports of identified
shortfalls for EIL/Owner review.
arranging HSE training for site workmen (of his own & sub contractors) through internal or
external faculty at periodical intervals.
assistance & cooperate during HSE audits by EIL/Owner or any other 3rd party and submit
compliance report.
carry-out all dismantling activities safely, with prior approval of EIL/Owner representative.
The contractor shall review the HSE management system of the sub-contractors in line with the
requirements given in this specification. The contractor shall be held responsible for the
shortcomings observed in the HSE management system of the sub-contractor(s) during
execution of the job.
5.0 RECORDS
At the minimum, the contractor shall maintain/ submit HSE records in the following
reporting formats/:
APPENDIX-A
(Sheet 1 of 2)
A. IS CODES ON HSE
SP: 53 Safety code for the use, Care and protection of hand operated tools.
IS: 838 Code of practice for safety & health requirements in electric and gas welding
and cutting operations
IS: 1179 Eye & Face precautions during welding, equipment etc.
IS: 1860 Safety requirements for use, care and protection of abrasive grinding wheels.
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved
Page 118 of 440
SPECIFICATION FOR SPECIFICATION No.
HEALTH, SAFETY & ENVIRONMENT A307-00-6-82-0001 Rev. 0
MANAGEMENT AT IREP BPCL KOCHI
Page 34 of 83
APPENDIX-A
(Sheet 2 of 2)
Safe handling of compressed: P-1 (Compressed Gas Association Gases in cylinders 1235
Jefferson Davis Highway,
Arlington VA 22202 - USA)
APPENDIX-B
DETAILS OF FIRST AID BOX
------------------------------------------------------------------------------------------------------------------------
SL. DESCRIPTION QUANTITY
NO.
------------------------------------------------------------------------------------------------------------------------
1. Small size Roller Bandages, 1 Inch Wide (Finger Dressing small) 6 Pcs.
2. Medium size Roller Bandages, 2 Inches Wide (Hand & Foot Dressing) 6 Pcs.
3. Large size Roller Bandages, 4 Inches Wide (Body Dressing Large) 6 Pcs.
4. Large size Burn Dressing (Burn Dressing Large) 4 Pkts.
5. Cotton Wool (20 gms packing) 4 Pkts.
6. Antiseptic Solution Dettol (100 ml.) or Savlon 1 Bottle
7. Mercurochrome Solution (100 ml.) 2% in water 1 Bottle
8. Ammonia Solution (20 ml.) 1 Bottle
9. A Pair of Scissors 1 Piece
10. Adhesive Plaster (1.25 cm X 5 m) 1 Spool
11. Eye pads in Separate Sealed Pkt. 4 pcs.
12. Tourniqut 1 No.
13. Safety Pins 1 Dozen
14. Tinc. Iodine/ Betadin (100 ml.) 1 Bottle
15. Polythene Wash cup for washing eyes 1 No.
16. Potassium Permanganate (20 gms.) 1 Pkt.
17. Tinc. Benzoine (100 ml.) 1 Bottle
18. Triangular Bandages 2 Nos.
19. Band Aid Dressing 5 Pcs.
20. Iodex/Moov (25 gms.) 1 Bottle
21. Tongue Depressor 1 No.
22. Boric Acid Powder (20 gms.) 2 Pkt.
23. Sodium Bicarbonate (20 gms.) 1 Pkt.
24. Dressing Powder (Nebasulf) (10 gms.) 1 Bottle
25. Medicinal Glass 1 No.
26. Duster 1 No.
27. Booklet (English & Local Language) 1 No. each
28. Soap 1 No.
29. Toothache Solution 1 No.
30. Vicks (22 gms.) 1 Bottle
31. Forceps 1 No.
32. Note Book 1 No.
33. Splints 4 Nos.
34. Lock 1 Piece
35. Life Saving/Emergency/Over-the counter Drugs As decided at site
-----------------------------------------------------------------------------------------------------------------
Box size: 14" x 12" x 4"
-----------------------------------------------------------------------------------------------------------------
Note : The medicines prescribed above are only indicative. Equivalent medicines can also be used.
A prescription, in this regard, shall be required from a qualified Physician.
APPENDIX-C
Fire
Fire
Multi purpose
Water Foam CO2 Dry Powder
Extinguisher (ABC)
Inflammable liquids
like alcohol, diesel,
petrol, edible oils,
bitumen
Originated from
gases like LPG,
CNG, H2
Electrical fires
: NOT TO BE USED
Note: Fire extinguishing equipment must be checked at least once a year and after every use by an
authorized person. The equipment must have an inspection label on which the next inspection date is
given. Type of extinguisher shall clearly be marked on it.
APPENDIX-D
APPENDIX-F
1. The Law & Safety – Statutory Requirement / Applicable statutes / Duties of employer / employee
2. Policy & Administration – Why HSE? / Duties & Responsibilities of Safety Personnel at project
site / Effect of incentive on accident prevention
3. HSE & Supervision – Duties of Supervisor / HSE integrated supervision / Who should be held
responsible for site accidents?
4. Safety Budget / Cost of Accidents – Direct costs / Indirect costs
5. Hazard Identification / Type of hazards / HIRAC
6. Behavioural Safety & Motivation
7. Housekeeping – Storage / Stacking / Handling of materials / Hydra handling
8. Occupational Health in Construction sector
9. Personal Protective Equipments – Respiratory & Non- respiratory
10. Electricity & Safety – ELCB / Fuse / Powered tools / Project illumination
11. Handling of Compressed Gas – Transportation / Storage / FBAs / Fire prevention
12. Machine Safety – Machine guarding / Maintenance
13. Transportation – Hazards & risks in transp. of materials / ODC consignments
14. Cranes & Other Lifting machinery – Legal requirements vis-à-vis essential safety requirements.
15. Communication – HSE Induction / TBTs / Safety Committee / Safety meeting / Safety
propaganda / Publicity.
16. Excavation – Risks & Dangers / Safety measures
17. Working at Heights – Use of ladder / Work on roofs / Scaffolds / Double harness lanyards /
Life-line / Fall arrester / Safety Nets / Floor openings
18. Hazards in Welding & important safety precautions
19. Gas Cutting – Hazards & safety measures
20. Fire prevention & fire protection
APPENDIX - G
CONSTRUCTION POWER BOARD( typ)
APPENDIX-H
e) Other
2. PERSONNEL PROTECTIVE EQUIPMENT
a) Goggles; Shields
b) Face protection
Hearing protection
Foot protection
e) Hand protection
i) Other
3. EXCAVATIONS/OPENINGS
c) Excavations barricaded
e) Other
Satisafc Non
ITEM tory/ satisfac Remarks Action
Yes tory/No
4. WELDING & GAS CUTTING
g) Other
d) Adequate shoring
e) Adequate access
h) Other
6. LADDERS
b) Top of landing
c) Properly secured
e) Other
h) Qualified operators
i) Other
a) Proper instruction
b) Safety devices
c) Proper cords
e) Other
c) Licensed drivers
d) Other
e) General neatness
g) Other
12. ELECTRICAL
Satisafc Non
Sl.
ITEM tory/ satisfac Remarks Action
No
Yes tory/No
14. HANDLING AND STORAGE OF MATERIALS
a) Safely stored or stacked
b) Passageways clear / free from obstructions
c) Fire fighting facility in place
15. FLAMMABLE GASES AND LIQUIDS
a) Containers clearly identified / protected from fire
b) Safe storage & transportation arrangement made
(To be submitted by Contractor after every Incident / Accident within 24 hours to EIL/ Owner)
Report No.: ____________________________ Date: ______________________
Project site: ____________________________ Name of work: _______________________
Contractor’s name: ________________ Contractor’s Job Engineer (name) ________
Non-disabling injury (Non- Hospitalized but resumed duty before end of 48 hrs
LTA)
Disabling injury (other LTA) Hospitalized & failed to resume duty within next 48 hrs
Fatal (LTA): Death / Expiry
First Aid case (non LTA) Resume duty after first aid
Qualification
No formal education Non-Matriculate Matriculate
Graduate Post- grad Other/specify
Job Experience
NIL Less than 2 yrs 2-5 yrs
5-10 yrs 11-15 yrs 15 years and above
What exactly the victim was doing just before the incident / accident? ....................................
………………………………………………………………………………………………………….
………………………………………………………………………………………………………….
Nature of injury:
Bruise or Contusion Abrasion (superficial wound) Sprains or strains
Cut or Laceration Puncture or Open wound Burn
Inhalation of toxic or Absorption Amputation
Poisonous fumes or gases
Fracture Other/specify
Accident type:
Struck against Struck by Fall from Elevation
Fall on same level caught in caught under
caught in between Rubbed or abraded Contact with (Electricity)
_____________________________________________________________________________
Intimation to local authorities (Dist Collector / Local Police Station / ESI authority): Yes / No / NA.
If yes, to whom ………………………………………………………………………………………..
To : Owner
: RCM/Site-in-charge EIL (3 copies)
Non-disabling injury (Non- Hospitalized but resumed duty before end of 48 hrs
LTA)
Disabling injury (other LTA) Hospitalized & failed to resume duty within next 48 hrs
Fatal (LTA): Death / Expiry
First Aid case (non LTA) Resume duty after first aid
Qualification
No formal education Non-Matriculate Matriculate
Graduate Post- grad Other/specify
Job Experience
NIL Less than 2 yrs 2-5 yrs
5-10 yrs 11-15 yrs 15 years and above
What exactly the victim was doing just before the incident / accident? ....................................
………………………………………………………………………………………………………….
………………………………………………………………………………………………………….
Particular of tools & tackles being used and condition of the same after incident/accident:
…………………………………………………………………………….........................................
………………………………………………………………………………………………………
Description of Incident/Accident (How the incident was caused):
……………………………………………………………………………………….
……………………………………………………………………………………………………………
……………………………………………………………………………………………………………
Nature of injury:
Bruise or Contusion Abrasion (superficial wound) Sprains or strains
Cut or Laceration Puncture or Open wound Burn
Inhalation of toxic or Absorption Amputation
Poisonous fumes or gases
Fracture Other/specify
Name & Designation of person who provided First-Aid to the victim: ---------------------------------------
Name & Telephone number of Hospital where the victim was treated_________________________
Mode of transport used for transporting victim – Ambulance / Private car / Tempo / Truck / Others
In case of FATAL incident, indicate clearly the BOCW Registration No. of the victim
/Company……………………………………………………………………………………………
Comments of Medical Practitioner, who treated / attended the victim/injured (attached / described
here)_____________________________________________________________________
What actions are taken for investigation of the incident, please indicate clearly – (Video film /
Photography / Measurements taken etc……………………………………………………………..)
Basic cause
Root cause
Others(specify)
Was the victim performing relevant tasks for which he was engaged /employed? Yes / No
Was the Supervisor present on work-site during the incident? Yes / No
Have the causes of incident rightly identified? Yes / No
Cause of Accident was_____________________________________________________________
Remedial measures recommended by Safety Officer of Contractor for avoiding similar incident in
future
: ………………………………
………………………………………………………………………………………………………….
………………………………………………………………………………………………………….
………………………………………………………………………………………………………….
………………………………………………………………………………………………………….
……………………………………………………………………………………………………………
………………………………………………………………………………………………………...
Intimation to local authorities (Dist Collector / Local Police Station / ESI authority): Yes / No / NA.
If yes, to whom ………………………………………………………………………………………..
_____________________________________________________________________________
To : Owner
: RCM// Site-in-charge of EIL (3 copies)
Divisional Head (Constn) through RCM
Project Manager EIL, through RCM
__________________________________________________________________________________
Incident reported by :
Location :
__________________________________________________________________________________
__________________________________________________________________________________
__________________________________________________________________________________
__________________________________________________________________________________
To : Owner
: RCM/Site-in-charge EIL (3 copies)
Status of
Sl.
Items / Subjects compliance
No.
(Yes / No)
1 Work areas / Equipments inspected
2 Work area cordoned off
3 Adequate lighting is provided
4 Precautions against public traffic taken
5 Concerned persons in & around have been alerted & cautioned
Hazards / risks involved in routine / non-routine task assessed and
6
control measures have been implemented at specific task
7 ELCB provided for electrical connection & found working
8 Ladder safely attached / fixed
9 Scaffoldings are checked and TAGs are found used correctly
10 Working platforms are provided and are found sound /safe for use
Safe access & egress arrangements (e.g. ladders, fall arresters, life-lines
11
etc.) are satisfactorily incorporated
12 Openings on platform / floors are effectively cordoned / covered
Use of following safety gadgets by people working at area under this
permit, is checked and found satisfactory -
Safety helmet
13 Safety harness (full body) with double lanyard
Safety Shoes
Safety gloves
Safety goggles
14 Housekeeping of work area found satisfactorily tidy / clean & clear
Adequate measures have been taken for works being continued at the
15 ground level, when simultaneous works are permitted overhead at that
very location.
16 Materials are not thrown from heights on to ground
17 Medical examination of workers are made & found satisfactory
Responsible job engineer / supervisor found physically present at work
18
spot for overall administration of work as well as safety of people.
Above items have been checked & compliance has been found in place. Hence work is
permitted to start / continue at the above-mentioned location. Work shall not start till identified
lapses are rectified.
FORMAT NO. :
HSE-7 REV 0
CONFINED SPACE ENTRY PERMIT
Project site ___________________________ Sr.No.
_________________________
Name of the work ______________________ Date
___________________________
Name of Contractor ____________________ Nature of work
___________________
Exact location of work _____________
Safety Requirements POSITIVE ISOLATION OF THE VESSEL IS MANDATORY
(A) Has the equipment been ?
Y NR Y NR Y NR
Isolated from water flushed &/or radiation sources
power/steam/air steamed removed
isolated from liquid or Man ways open & proper lighting
gases ventilated provided
depressurized &/or cont. inert gas flow
drained arranged
blanked/ blinded/ adequately cooled
disconnected
(B) Expected Residual Hazards
lack of O2 combustible gas/ liquid H2S / toxic gases
corrosive chemicals pyrophoric iron / scales electricity / static
heat/ steam / frost high humidity ionizing radiation
(C) Protection Measures
gloves ear plug / muff goggles / face shield
protective clothing dust / gas / air line mask personal gas alarm
grounded air duct/blower attendant with SCBA/air rescue
/AC mask equipment/team
Fire fighting arrangements safety harness & lifeline communication
equipment
Authorization / Renewal (It is safe to enter the confined space)
D Signature Time Signature
No.a of Contractor's Contractor's From To Workman
persons
t Name of persons allowed Supervisor Safety Officer
allowed
e
Permit Closure :
(A) Entry was closed stopped will continue on ...
Remarks, if any:
Project : Sr.No. :
Name of the work : Date :
Name of site contractor : Job No. :
Location of work :
Source strength :
The following items have been checked &compliance shall be ensured during currency of the
permit:
Permission is granted.
Permit is valid from ___________ AM/PM ____________ Date to ___________ AM/PM _________
Date
The following items have been checked &compliance shall be ensured during currency of the
permit:
Permission is granted.
Name :
Date :
Completion report :
CONTRACTOR’s NAME
Project : Sr.No. :
Name of the work : Date :
Name of contractor : Job No. :
Description of Job decided to perform : -
Inspected by Verification By
Contractor Engineer Contractor Safety Officer
Inspected by Verification By
Contractor Engineer Contractor Safety Officer
SL
SUBJECTS OBSERVATION (YES /NO) ACTION TAKEN
NO
Switchboards installed properly are in order and
1
protected from rain & water-logging.
Adequate illumination provided for switchboard
2 operation during night hours & the lamps are protected
from direct human contact.
Voltage ratings, DANGER signs, Shock-Treatment-
3
Chart displayed in the installation / booth
Fire extinguisher (DCP or CO2) & Sand Bucket kept in
4
close vicinity of Switchboards
Valid License & Competent Electrician / Wireman
5 available & name/ license no. displayed at booth /
installation.
General housekeeping in & around booth / installation
6
found in order.
7 Cable-route-markers for U/G cables provided.
Monthly inspection report of Electrical hand tools
8
available in booth / installation.
9 Insulated Mat provided in front of Elec. Panels.
10 Rubber hand gloves available/ used by Electricians
Availability of CAUTION boards for shutdown & / or
11
repairing works.
All incoming & outgoing feeders have proper MCCB /
12
HRC fuses / Switches.
Switchboards “earthed” at two distinctly isolated
13
locations.
Switchboards have adequate operating space at the front
14
face & at the rear face too.
15 All connections provided through 30mA ELCB.
16 Testing records of all ELCBs available at site
17 Only industrial type plugs & sockets are used.
Temporary connections are 3-core double insulated &
18 free from cuts & joints and 3rd core is earthed at both
ends
Socket boards are properly mounted on stand &
19
protected from water ingress.
Electrical equipments operating above 250V have two
20
earthing / double earthing.
All incoming / outgoing cables are properly glanded &
21
terminated with “lugs”.
22 Switch-boards are of industrial variety / type.
Sketch for installation / connection (SLD) made &
23
pasted & other safety labels/display boards
24 Labeling of incoming / outgoing feeders made.
25 All hand lamps are protected from direct contact.
26 All electrical cable / joints are in safe condition
Inspected by Verification By
Contractor Engineer Contractor Safety Officer
Project : Sr.No. :
Name of the work : Date :
Name of contractor : Job No. :
Sl. Actions
Description Yes No N.A
No taken
1 Whether work permit is obtained to take up work at height above 1.5 Mts?
Whether atmospheric condition is “stormy” or “raining” and works at
2
heights have been permitted?
3 Whether steel pipes scaffoldings are used for units /off-site areas?
Whether scaffolding has been erected on rigid/firm/leveled surfaces /
4 ground? Whether “foot-seals” or “base-plates” are used beneath the up-
rights (vertical steel pipes)
Whether scaffold construction is as per IS specification with toe-board and
5
hand-rails (top-rail as well as mid-rail)?
Whether distance between two successive up-rights are less than 2.5 Mts
6 (height of scaffold & load carrying capacity governs the distance between
two uprights)
Whether all uprights are extended at least 900 mm above the top most
7
working platform (to enable fitting of handrails)?
Whether vertical distance of two successive ledgers is satisfactory?
8
(varying between 1.3 Mts. To 2.1 Mts)
Whether the peripheral areas of working at height are cordoned-off? (for
9
avoiding accident to people arising out of dropped / deflected materials)
10 Whether platform is provided? Is it safely approachable?
Whether end of scaffold platform / board are extended beyond transoms?
11
(125mm to 150 mm)
Whether CE / IS approved quality and worthy conditioned full-body safety
12 harness (with double lanyard & karabiners) are used while working at
heights?
Whether life-line of safety harness is anchored to an independent secured
13
support capable of withstanding load of a falling person?
Whether the area around the scaffold is cordoned off to prohibit the entry of
14
unauthorized person / vehicle?
Whether clamps used are of good condition, of adequate strength and free
15
from defects?
16 Whether ladder is placed at secured and leveled surface?
17 Whether water-pass and oil-spills are avoided around the scaffold structure?
18 Whether ladder is extended 1.5mts. above the landing point at height?
19 Whether more than one access/egress provided to the scaffold?
Whether ladder used are of adequate length and overlapping of short
20
ladders avoided?
Whether metallic ladders are placed much away from near-by electrical
21
transmission line?
22 Whether rungs of ladder are inspected and found in good order?
23 Whether fall-arresters provided on both the access/egress routes?
Whether diagonal (cross) bracings are provided at regular interval on the
24
scaffold?
Whether working platform on the scaffold has been made free from “jolt”
25
or “gap”?
Whether tools or materials are removed after completion of the day’s job at
26
heights?
Whether a valid Permit for Work (PFW) is obtained before taking up work
27
over asbestos or fragile roof?
28 Whether sufficient precaution is taken while working on fragile roof?
Sl. Actions
Description Yes No N. A
No taken
Whether provision is made to arrange duck ladder, crawling board for
29
working on fragile roof?
Whether scaffold has been inspected by qualified civil engineers prior to
30
their use?
Whether the scaffolding has been designed for the load to be borne by the
31
same?
Whether the erection and dismantling of the scaffolding is being done by
32
trained persons and under adequate supervision?
Whether safety net with proper working arrangement and life-line has
33
been provided?
Whether TAGS (Green for acceptable and Red for incomplete/unsafe
34
scaffolds) are used on scaffolds?
Whether sufficient illumination is provided in and around the scaffold
35
and access?
Whether emergency rescue / response arrangements are made in place
36
Inspected by Verification By
Contractor Engineer Contractor Safety Officer
Inspected by Verification By
Contractor Engineer Contractor Safety Officer
Everyday Site working conditions & performance of workmen shall be assessed / checked by Contractor
Site Engr. and Safety Officer shall verify the same .
Project : Sr.No. :
Name of the work : Date :
Name of contractor : Job No. :
Nature of activities : Duration: From………To…………
Location of work : Name /Type of crane :
Equipment/Structure to be erected: Wt. of equipment/ structure to be erected :
SL. COMPLIANCE STATUS Remarks
Description of Item
NO. Yes No Not
applicable
1) Is the crane type suitable for lift or as per erection
procedure?
2) Is the crane have the correct number of counterweights
fitted?
3) Availability of Load Certification of crane from
authorized agency.
4) Is the load chart of crane available in carne cabin/or with
Crane operator?
5) Is the device to check the Wind speed in crane is working?
Is the safety features in crane are working?
6) Availability of Load certification of slings and other
accessories from authorized agency
7) Availability of Licensee/certificate for crane operator from
authorized agency.
8) Availability of approved JSA for the subject activities.
9) Availability of approved erection/rigging procedures.
10) Availability of temporary gratings/ platforms for critical
lifting(as applicable)
11) Tool Box conducted before erection?
12) Has the area been cordoned off?
13) Are the authorized persons during erection are identified?
14) Does each person identified for erection understand their
roles and responsibilities?
15) Is the ground on which crane will rest or outrigger support
are correct?
16) Is hard stand requirement (if any) complied?
17) Is the communication system (viz walkie talkies,etc are
working properly?
18) If more than one crane is lifting the load, is an
Intermediate rigger will supervise the lift?
19) If there is other obstruction within the operating radius of
the crane, have correct precautions been taken to prevent
collision?
20)
All the persons are wearing the requisite PPE?
Project : Sr.No. :
Name of the work : Date :
Name of contractor : Job No. :
ENERGY ISOLATION PERMIT
Clearance required from:…..Hrs ………Date To …. ..Hrs ….Date
Name of equipment/ energy source etc ………………………………………………………………….
Nature of job to be done: ……………………………………………………………………………….
Area………………………….Location:…………………………………………………………………..
PROCEDURE
WITH
HYDRA CRANE
Abbreviations: -
CONTENTS
1. PURPOSE
2. SCOPE
3. REFERENCE
4. DEFINITIONS
1.0 Purpose
The purpose of this procedure is to provide a methodology during construction phase of IREP
project of M/s BPCL Kochi
- Creating an awareness of Safety aspects at every level and promote participation of all
personnel working at construction sites in ensuring safe handling & operation of Hydra
crane.
- Review and approval of Contractor’s system for handling & operating Hydra crane
- Surveillance & audit of Contractor’s (including sub contractors) systems & procedures for
handling Hydra crane
2.0 Scope
This procedure shall be applicable to all the construction contracts/PO’s (involving site works) of
IREP Kochi project at Construction Sites & Warehouses .
3.0 Reference
4.0 Definitions
Banks-man - A skilled person who provides direction of movement of crane from the point
where loads are attached or detached.
Boom - A long pole or fabricated framework, extending upward at an angle from the
base structure of a crane or from mast of a derrick to support or guide objects
being lifted or suspended.
Competency - Adequate knowledge, skill and ability (physical) for successful operation of a
machine (i.e. Hydra crane) and possessing valid (license) for driving Heavy
Motor Vehicle (HMV) in the country with at least one years experience as a
hydra operator. Competent Hydra operator should have competency
certificate from the manufacturer of Hydra machine that he drives.
Critical lifting - A lift by a crane that exceeds 90% of its rated capacity while it is lifting the
load at a load radius of more than 50% of its maximum permitted load radius,
taking into account its position & configuration during the lift. The dimension /
geometrical asymmetry of the item handled need to be taken into
consideration while designating a critical lifting.
Hydraulic crane – The crane whose boom is controlled by hydraulic pistons that have a much
lighter, more delicate touch to the controls and are comparatively better in
“lifting” operations where precision movement is required.
It is different than Friction crane whose booms are stiffer & boom controls are
gear / clutch driven. Normally the load lifting capacity of such cranes ranges
from 1T to 18T.
Hydra Operator - A person who has the competency (As explained above) to operate a Hydra
crane (including steering the machine) to safely lift and position loads (e.g.
machinery, equipment, product, solid or bulk materials etc.) using hoisting
attachments, such as hook, sling, clip & other lifting tackles.
Lifting hook - A lifting hook is usually equipped with a safety latch to prevent the
disengagement of the lifting wire rope sling, chain or rope to which the load is
attached.
Materials - Materials means items such as steel rods / bars, boxes / cartoons, cement
bags, equipment, machinery, machine parts, pipes, pipe fittings, flanges,
fabricated structures, electrical equipments, instruments & accessories etc. in
isolation or in bunch / lot
Plant - Plant means the whole of the off-sites, plant & non-plant buildings, process
units of CUSTOMER or Owner.
Site - Site means the place (s) so designed by the OWNER for construction of the
PLANT including such place (s) adjacent thereto which are for storage and
assembly of equipments & materials.
Tandem lifting – Lifting of load with the help of simultaneous use of more than one crane,
hoists or other pieces of powered lifting equipment
Ware House - A place for storing goods, materials with adequate protection facility.
Wheel stoppers - Device (pre-cast concrete or wooden) for stopping wheels during parking of
mobile vehicular machinery / equipments.
5.1 Contractor shall mobilize Hydra machines of latest make and having Valid registration
certificate and in any case date of manufacture should not be older than 10 years.
5.2 Contractor shall engage Hydra crane with sound condition & having requisite balance of
the machine during its operation.
5.3 Contractor shall deploy Hydra crane at project site for lifting, lowering, handling, shifting &
placement of loads. No Hydra crane shall be permitted to be used by any Contractor for
pulling loads anywhere or for transporting loads or materials of any nature over project /
plant roads or warehouse.
5.4 Contractor shall not engage Hydra crane which do not have operator’s cabin, effective
brake system, reverse warning alarms (coupled with gear), front & rear lamps / blinking
lights, limit switches (for long & short travel), rear mirror, load indicator, hook latch (dog-
clamp).
5.5 Contractor shall not engage any person other than competent operator as explained in
4.0 above to drive / operate Hydra crane.
5.6 Contractor shall ensure that the Hydra Operator possesses HMV (heavy Motor Vehicle)
license (original) from statutory authority and also valid document (original) certifying his
training / competency from manufacturer of Hydra crane (in original).
5.7 Contractor shall arrange valid test & fitness certificates for Hydra crane from the
applicable authority & shall allow them to be reviewed / verified by EIL / Owner before
Hydra crane is used. The Contractor shall allow EIL / Owner to witness test / examination
of Hydra by competent authority, whenever required.
5.8 Contractor shall arrange periodical test & examination of all lifting tools, tackles,
equipment, accessories including Hydra crane by statutory / competent authority for their
operational condition & load carrying capacity.
5.9 Contractor shall arrange physical availability of original documents in support of test &
examination of Hydra crane being carried-out by statutory / competent authority.
5.10 Contractor shall arrange clear display of validity date of certification of SWL (approved by
statutory / competent authority) on the chassis of the Hydra crane.
5.11 Contractor shall take all necessary action to prevent the Hydra crane operator to smoke
or remain under the influence of intoxicating / narcotic drinks or drugs or psychotropic
substance while handling the machine.
5.12 Contractor shall arrange medical fitness (with test reports) of Hydra crane operator from
registered medical practitioner every half-year.
5.13 Contractor shall arrange test & examination of Hydra crane by statutory / competent
authority every time after incorporating any alteration / change / modification of Hydra at
site (being a statutory requirement)
5.14 Contractor shall arrange banks-man / signal man with the Hydra crane for safe working
with the machine.
5.15 Contractor to ensure barricading-off the area, where handling of material / load is to be
carried out.
5.16 Contractor shall follow correct ‘slinging” practices & correct slinging devices during lifting
or lowering of load. Wherever necessary, adequate “packing” shall be provided by
Contractor at the time of wrapping / attaching sling around load to avoid slippage or
damage to the load.
5.17 Contractor shall ensure effectively using “outriggers” for Hydra crane for safe operation
and adequate/necessary compaction of grade level underneath.
5.18 Contractor shall not allow Hydra operator to use mobile phone or any audio/video gadget
during the course of operation of machine.
5.19 Contractor shall not allow / encourage Hydra crane operator to drive the machine at
speed higher than 20 kmph within project or plant premises.
5.20 Contractor shall not allow tandem lifting using Hydra crane.
5.21 Contractor shall follow PERMIT for WORK regulations for carrying out lifting / erection
works involving pipe, structure, equipment, machine parts, tools, tackle, etc. wherever
required.
5.22 Contractor shall arrange clear marking for max permissible load on lifting hook position on
the boom of Hydra crane.
5.23 Contractor shall not engage Hydra crane for pulling-out any load (horizontally, vertically or
obliquely).
5.24 Contractor shall not allow other people to remain inside the cabin during the course of its
travel or during other operation (e.g. travel, lifting, lowering of load etc.)
5.25 Contractor shall not make use of the flat deck (between front & back pair of wheels) for
any purpose other than carrying slings, tools/tackles, lifting accessories (never to carry
people or gas cylinders).
5.26 Contractor shall always insist Hydra crane operator to balance the “load” during lifting or
lowering operation.
5.27 Contractor shall ensure that “Tag-line” or “Drag-line” is compulsorily used for controlling
unnecessary swing of load during lifting / lowering / shifting.
5.28 Contractor shall ensure that during the operation of Hydra crane on slope (gradient) the
operator ensures dynamics of load to prevent toppling of machine.
5.29 Contractor shall ensure regular maintenance of Hydra crane and all relevant records shall
be maintained in a LOG BOOK.
5.30 Any rigging operation planned by engaging hydra should be with prior permission and
under strict supervision of experienced riggers only.
6.1 Conduct Safety Induction to crane operator, banks-man/signal-man and maintain records.
6.2 Arrange necessary tools & tackles for safe operation of the Hydra crane
6.3 Implement regular inspection of Hydra crane and maintain record as per format no: A307-
5-1940-9500 F1
6.4 Arrange periodical motivational program to encourage safe operation of Hydra crane
6.5 Arrange training of operator through specialist / manufacturer of Hydra crane at site
6.6 Include safe performance of Hydra crane during site safety audit.
Signature –
Name / Designation -
All raw/solid wood packaging material used for packaging shall be appropriately treated and marked as
per ISPM-15 (International Standards of Phyto-sanitary measures 15) OR shall be accompanied by a
Phytosanitary Certificate with the treatment endorsed.
The treatment of raw/solid wood packaging material prior to export shall include either Methyl Bromide
(MB) @ 48 g/m3 for 16 hrs at 21º C and above or any equivalent thereof or heat treatment (HT) at 56º
C for 30 min (core temperature of wood) or Kiln Drying (KD) or Chemical Pressure Impregnation (CPI)
or any other treatments provided that these meet the HT specifications of the ISPM-15.
However, the above conditions shall not be applicable to wood packaging material wholly made of
processed wood products such as ply wood, particle board, oriental strand board of veneer that have
been created using glue, heat and pressure or combination thereof. The above conditions shall also
not be applicable to wood packaging material such as veneer peeler cores, wood wool & shavings and
thin wood pieces (less than 6mm thickness) unless they are found to be harboring any pests.
SPR-Foreign Page 1 of 1
Note :-
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:-
1. Tax Residency Certificate (TRC) containing prescribed particulars as above details 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.
2. 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-B). Form-10F has to be
signed and 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.
PRICE SCHEDULE
3) Form - 2 : “CIF/CD”, Details of Built-In CIF Value of Import Content & Custom Duty (Applicable only for Indian Bidders)
4) Form - 3 : Mandatory Spares as per Material RequisitionTwo Years Operation & Maintenance Spares As Per Vendor Recommendations
5) Form - 4 : Two Years Operation & Maintenance Spares As Per Vendor Recommendations
6) Form - 5 : Unit Rates Of Items For Addition / Deletion Purpose As Per Instructions To Vendors Of Material Requisition
7) FORM-6: Optional Price as per Clause No.B30 of Special Instructions to Vendors of Material Requisition
8) FORM-7: Price Break-up for Supply & Site works
Page 1 of 26
PRICE SCHEDULE FOR TANK FARM MANAGEMENT SYSTEM
RFQ NO. PM/A307-IY-YN-MR-2820/5086
PREAMBLE TO PRICE SCHEDULE
Page 183 of 440
INDIAN BIDDERS
1 Indian Bidders shall quote in Indian Rupees only.
2 Indian Bidders must quote Freight charges in the space provided in the price schedule.
3 Indian Bidder shall furnish built-in CIF value if any, against each quoted item, giving details of description of goods, qty. rate of Custom Duty etc. in attached FORM- 2.
FOREIGN BIDDERS
1 Foreign Bidder shall quote in USD / Euro / INR only. Bids of such Bidder(s) who quote in any other Currency shall not be considered for further evaluation & summarily rejected.
2 Foreign Bidder shall quote ocean freight charges in the space provided in the price schedule.
3 Goods supplied are subject to stage wise and final inspection as specified in MR by TPI agency i.e. Certification Engineers International Ltd. (CEIL)/Lloyds Register of Industrial Services (LRIS) / Det Norske
Veritas(DNV)/ Bureau Veritas (BV)/TUV in the country of origin and charges of the same shall be included in the quoted prices.
4 Foreign Bidder's quoted prices shall be exclusive of Import duties like Customs Duty, CVD, SAD & Cess and shall be inclusive of all other applicable taxes, duties, levies, etc.
5 Initially the PO, if any, shall be placed on FOB basis. However, BPCL reserves the right to place the order on CFR basis at the above quoted Ocean Freight within Contractual Delivery Date.
6 Necessary Tax Registration, if any for site activities shall be done by bidder and cost for the same shall be included in the quoted price.
2 Bidder shall furnish prices/details as above, in accordance with Special Instructions To Bidders/ Request for Quotation.
3 All the Columns of quoted items in the Price Schedule must be filled with required information, as applicable.
4 Bidder must quote the price in enclosed Price Schedule formats only. The formats shall not be changed and/or retyped.
5 Quoted prices are firm and fixed till complete execution of the entire order and no variation on any account is allowed.
6 Bidder must quote considering the contents of the Preamble to Price Schedule, Price Schedule, RFQ, Material Requisition etc without any deviation.
7 Bidder must submit signed and stamped un-priced copy of Price Schedule indicating "Quoted or Not Quoted" against each item is in their unpriced offer.
8 Evaluation shall be done on groupwise basis as per Material Requisition.
9 Unit Rates for Addition/Deletion and optional price shall not be considered for evaluation.
10 Vendor shall furnish lump sum price for group-A & B covering all the items/tags in respective group in the MR. Vendor shall furnish detailed price break-up for vendor supplied items and scope of work as per
Annexure-IV (A307-0IY-YN-SI-2820 ANN-IV) of Material Requisition for Group-A and Group-B separately in Form-7
Page 2 of 26
FORM 1 - PRICE SCHEDULE
RFQ No. : PM/A307-IY-YN-MR-2820/5086
Page 184 of 440
1.01 GROUP-A Radar Level Gauges and its associated items as per MR 1 Lot
1.02 GROUP-B Servo Level gauges and its associated items as per MR 1 Lot
2 Transportation from owner's store to work site,storage at site,assembly at
site, installation of vendor supplied items at site and associated field work
such as installation of instruments, junction boxes, cable laying etc as per
MR, testing, loop checking, pre-commissioning, painting, insulation,
commissioning, performance gurantee run, handing over to client, supply of
commisioning spares & consummable spares for the following,as per the
enclosed EIL standard speciations, Special instructions to vendors, job
specification,data sheets etc as per Material Requisition/RFQ documents:-
Page 3 of 26
FORM 1 - PRICE SCHEDULE
RFQ No. : PM/A307-IY-YN-MR-2820/5086
Page 185 of 440
8A For Radar level gauges and its tankfarm management system as per MR
(Group-A) 1 Lot
8B For Servo Level Gauges and its tankfarm management system as per MR
(Group-B) 1 Lot
Service tax excluded in the above rates & payable extra. @___________%
(Vendor shall provide cenvatable invoices in accordance with service tax rules)
Page 4 of 26
Form - 2 : “CIF/CD”, Details of Built-In CIF Value of Import Content & Custom Duty (applicable only for Indian Bidders)
RFQ No. : PM/A307-IY-YN-MR-2820/5086
ITEM : TANK FARM MANAGEMENT SYSTEM
Page 186 of 440
DESCRIPTION CIF value of Import RATE OF CUSTOM DUTY INCLUDED IN QUOTED SUPPLY PRICES
For Item Sl . Description of Qty. Content included in CUSTOM BASIC CVD + EDU. EDU. CESS SAD (%) TOTAL CUSTOM DUTY (%)
No. /Tag No. as Imported Items (Unit____) quoted supply prices for TARIFF NO. CUSTOMS DUTY CESS ON CVD ON CUSTOM
per MR *(1) column (2) Qty. (%) (%) DUTY (%)
(In Rs)
1 2 3 4 5 6 7 8 9
i)_____
ii)_____
1.01/GROUP-A iii)_____
i)_____
ii)_____
1.02/GROUP-B
iii)_____
Total For Item
S.No.
Page 5 of 26
Form - 3 : Mandatory Spares as per Material Requisition
RFQ No. : PM/A307-IY-YN-MR-2820/5086
ITEM : TANK FARM MANAGEMENT SYSTEM
Page 187 of 440
Sl No. Part Description as per Material Requisition Qty UOM Rate Amount
7 Multi element Temperature Sensor along with water cut probe 10% or minimum 2 nos (1 no. for
minimum range and 1 no. for
maximum range of measurement)
temperature assemblies shall be
provided
8 Prefabricated Cables 2 sets with connectors for each type
of peripherals and hardware
Page 6 of 26
Form - 3 : Mandatory Spares as per Material Requisition
RFQ No. : PM/A307-IY-YN-MR-2820/5086
ITEM : TANK FARM MANAGEMENT SYSTEM
Page 188 of 440
Page 7 of 26
FORM-4: Two Years Operation & Maintenance Spares As Per Vendor Recommendations
RFQ No. : PM/A307-IY-YN-MR-2820/5086
Page 189 of 440
Page 8 of 26
FORM-4: Two Years Operation & Maintenance Spares As Per Vendor Recommendations
RFQ No. : PM/A307-IY-YN-MR-2820/5086
ITEM : TANK FARM MANAGEMENT SYSTEM
Page 190 of 440
Page 9 of 26
FORM-4: Two Years Operation & Maintenance Spares As Per Vendor Recommendations
RFQ No. : PM/A307-IY-YN-MR-2820/5086
ITEM : TANK FARM MANAGEMENT SYSTEM
Page 191 of 440
4 Central Sales Tax (CST) against Form-C applicable extra on two year spares _______________%.
5 Kerala VAT, if applicable extra on two year spares _______________%
6 Delivery period for two years spares, if ordered separately : ____________ weeks from the date of Purchase Order on FOT-Despatch Point basis. Date of LR/GR shall be considered as the date of delivery.
Foreign Bidders
1 Ocean freight charges upto port of entry-Kochi(India) shall be applicable extra @ _____________ % on the rates quoted for two years spares in case they are ordered separately.
2 Delivery period for two years spares, if ordered separately : ____________ weeks from the date of Purchase Order on FOB-Port of Shipment basis. Date of clean bill of lading shall be considered as the date of
delivery.
Page 10 of 26
FORM-5 : Unit Rates Of Items For Addition / Deletion Purpose As Per Instructions To Vendors Of Material Requisition
RFQ No. : PM/A307-IY-YN-MR-2820/5086
Page 192 of 440
Group-B
a) Radar gauge
b) Multiple temperature detector
c) Servo gauge
d) Field interface unit
Notes:-
1 The unit rates mentioned above shall be utilized for adjusting the order value for any addition / deletion
Page 11 of 26
FORM-6 : Optional Price as per Clause No.B30 of Special Instructions to Vendors of Material Requisition
RFQ No. : PM/A307-IY-YN-MR-2820/5086
ITEM : TANK FARM MANAGEMENT SYSTEM
Page 193 of 440
Page 12 of 26
FORM-7: Price Break-up for Supply & Site works
RFQ No. : PM/A307-IY-YN-MR-2820/5086
Page 194 of 440
Page 13 of 26
0IY-LT-1704 Radar Level Instruments & its associated items
1 No.
14 TF4 YT-107 0IY-LT-2501 Radar Level Instruments & its associated items
Page 195 of 440
1 No.
15 YT-108 0IY-LT-2502 Radar Level Instruments & its associated items
1 No.
16 YT-291 0IY-LT-2601 Radar Level Instruments & its associated items
1 No.
17 YT-115 0IY-LT-2701 Radar Level Instruments & its associated items
1 No.
18 YT-116 0IY-LT-2702 Radar Level Instruments & its associated items
1 No.
19 TF5 YT-111 0IY-LT-2301 Radar Level Instruments & its associated items
1 No.
20 YT-112 0IY-LT-2302 Radar Level Instruments & its associated items
1 No.
21 YT-113 0IY-LT-2401 Radar Level Instruments & its associated items
1 No.
22 YT-114 0IY-LT-2402 Radar Level Instruments & its associated items
1 No.
23 TF6 YT-44 0IY-LT-1801 Radar Level Instruments & its associated items
1 No.
0IY-LT-1803 Radar Level Instruments & its associated items
1 No.
24 YT-45 0IY-LT-1802 Radar Level Instruments & its associated items
1 No.
0IY-LT-1804 Radar Level Instruments & its associated items
1 No.
25 HCGO YT-46 0IY-LT-1901 Radar Level Instruments & its associated items
1 No.
0IY-LT-1902 Radar Level Instruments & its associated items
1 No.
26 YT-47 0IY-LT-1903 Radar Level Instruments & its associated items
1 No.
0IY-LT-1904 Radar Level Instruments & its associated items
1 No.
27 YT-32 0IY-LT-2001 Radar Level Instruments & its associated items
1 No.
0IY-LT-2003 Radar Level Instruments & its associated items
1 No.
28 YT-33 0IY-LT-2002 Radar Level Instruments & its associated items
1 No.
0IY-LT-2004 Radar Level Instruments & its associated items
1 No.
29 YT-340 0IY-LT-5001 Radar Level Instruments & its associated items
1 No.
0IY-LT-5002 Radar Level Instruments & its associated items
1 No.
Page 14 of 26
30 YT-12 YT-12LT1R Radar Level Instruments & its associated items
1 No.
31 YT-15 YT-15LT1R Radar Level Instruments & its associated items
Page 196 of 440
1 No.
32 YT-16 YT-16LT1R Radar Level Instruments & its associated items
1 No.
33 YT-17 YT-17LT1R Radar Level Instruments & its associated items
1 No.
34 YT-18 YT-18LT1R Radar Level Instruments & its associated items
1 No.
35 YT-70 YT-70LT1R Radar Level Instruments & its associated items
1 No.
36 YT-150 0IY-LT-2201 Radar Level Instruments & its associated items
1 No.
37 YT-350 YT-350LT1R Radar Level Instruments & its associated items
1 No.
38 TFMS panel, TFMS PC & its accessories, power JBs/
Interface JBs, signal cables, power cables, cable trays,
instrument supports, hook-up materials, Serial cables
& other hardware required for interface with DCS and
all other items as per vendor's scope of supply as per
MR
1 Lot
1.02 Group-B: Servo Level gauges & its associated items as per MR
1 TF1 YT-25 0IY-LT-1303 Servo Level Instruments & its associated items
1 No.
2 YT-26 0IY-LT-1304 Servo Level Instruments & its associated items
1 No.
3 TF2 YT-29 0IY-LT-1402 Servo Level Instruments & its associated items
1 No.
4 YT-28 0IY-LT-1502 Servo Level Instruments & its associated items
1 No.
5 YT-383 0IY-LT-4007 Servo Level Instruments & its associated items
1 No.
6 YT-384 0IY-LT-4008 Servo Level Instruments & its associated items
1 No.
7 YT-440 0IY-LT-4005 Servo Level Instruments & its associated items
1 No.
8 YT-450 0IY-LT-4006 Servo Level Instruments & its associated items
1 No.
9 YT-22 YT-22-LT2S Servo Level Instruments & its associated items
1 No.
10 TF4 YT-107 0IY-LT-2501 Servo Level Instruments & its associated items
1 No.
11 YT-108 0IY-LT-2502 Servo Level Instruments & its associated items
1 No.
12 YT-291 0IY-LT-2601 Servo Level Instruments & its associated items
1 No.
Page 15 of 26
13 YT-115 0IY-LT-2701 Servo Level Instruments & its associated items
1 No.
14 YT-116 0IY-LT-2702 Servo Level Instruments & its associated items
1 No.
Page 197 of 440
15 TF5 YT-111 0IY-LT-2301 Servo Level Instruments & its associated items
1 No.
16 YT-112 0IY-LT-2302 Servo Level Instruments & its associated items
1 No.
17 YT-113 0IY-LT-2401 Servo Level Instruments & its associated items
1 No.
18 YT-114 0IY-LT-2402 Servo Level Instruments & its associated items
1 No.
19 YT-12 YT-12LT2S Servo Level Instruments & its associated items
1 No.
20 YT-15 YT-15LT2S Servo Level Instruments & its associated items
1 No.
21 YT-16 YT-16LT2S Servo Level Instruments & its associated items
1 No.
22 YT-17 YT-17LT2S Servo Level Instruments & its associated items
1 No.
23 YT-18 YT-18LT2S Servo Level Instruments & its associated items
1 No.
24 YT-70 YT-70LT2S Servo Level Instruments & its associated items
1 No.
25 YT-150 0IY-LT-2202 Servo Level Instruments & its associated items
1 No.
26 YT-350 YT-350LT2S Servo Level Instruments & its associated items
1 No.
27 TFMS panel, TFMS PC & its accessories, power JBs/
Interface JBs, signal cables, power cables,instrument
supports, hook-up materials, Serial cables & other
hardware required for interface with DCS and all other
items in vendor's scope of supply as per MR
1 Lot
Site work- Break-up price details
Transportation from owner's store to work site,storage at site,assembly at site, installation of vendor supplied items at site and associated field work such as
installation of instruments, junction boxes, cable laying etc as per MR, testing, loop checking, pre-commissioning, painting, insulation, commissioning,
performance gurantee run,handing over to client, supply of commisioning spares & consummable spares for the following,as per the enclosed EIL standard
speciations, Special instructions to vendors,job specification,data sheets etc. as per Material Requisition
2.01.01 {2}GROUP-A Cable laying from each power & interface Junction box
outside the dyke to respective control rooms (TFMC &
ACTP C/R)
1 TF1 YT-25 0IY-LT-1301 Cable laying from each power & interface Junction box
outside the dyke to respective control room (ACTP
C/R)
YT-26 0IY-LT-1302 1 Lot
Page 16 of 26
2 TF2 YT-29 0IY-LT-1401 Cable laying from each power & interface Junction box
outside the dyke to respective control room (ACTP
C/R)
1 Lot
YT 28 0IY LT 1501
Page 198 of 440
3 YT-383 0IY-LT-4003 Cable laying from each power & interface Junction box
outside the dyke to respective control room (ACTP
C/R)
1 Lot
4 YT-384 0IY-LT-4004 Cable laying from each power & interface Junction box
outside the dyke to respective control room (ACTP
C/R) 1 Lot
5 YT-440 0IY-LT-4001 Cable laying from each power & interface Junction box
outside the dyke to respective control room (ACTP
C/R) 1 Lot
6 YT-450 0IY-LT-4002 Cable laying from each power & interface Junction box
outside the dyke to respective control room (ACTP
C/R) 1 Lot
7 YT-22 YT-22LT1R Cable laying from each power & interface Junction box
outside the dyke to respective control room (ACTP
C/R) 1 Lot
8 TF3 YT-341 0IY-LT-1601 Cable laying from each power & interface Junction box
0IY-LT-1602 outside the dyke to respective control room (TFMC
YT-342 0IY-LT-1603 C/R)
0IY-LT-1604
YT-343 0IY-LT-1701
0IY-LT-1702
YT-344 0IY-LT-1703
0IY-LT-1704 1 Lot
9 TF4 YT-107 0IY-LT-2501 Cable laying from each power & interface Junction box
YT-108 0IY-LT-2502 outside the dyke to respective control room (TFMC
C/R)
YT-291 0IY-LT-2601
YT-115 0IY-LT-2701
YT-116 0IY-LT-2702 1 Lot
10 TF5 YT-111 0IY-LT-2301 Cable laying from each power & interface Junction box
outside the dyke to respective control room (TFMC
C/R) 1 Lot
YT-112 0IY-LT-2302 Cable laying from each power & interface Junction box
outside the dyke to respective control room (TFMC
C/R) 1 Lot
YT-113 0IY-LT-2401 Cable laying from each power & interface Junction box
outside the dyke to respective control room (TFMC
C/R) 1 Lot
YT-114 0IY-LT-2402 Cable laying from each power & interface Junction box
outside the dyke to respective control room (TFMC
C/R)
1 Lot
11 TF-6 YT-44 0IY-LT-1801 Cable laying from each power & interface Junction box
outside the dyke to respective control room (TFMC
C/R)
0IY-LT-1803
Page 17 of 26
YT-45 0IY-LT-1802
0IY-LT-1804
Page 199 of 440
1 Lot
Page 18 of 26
12 HCGO YT-46 0IY-LT-1901 Cable laying from each power & interface Junction box
0IY-LT-1902 outside the dyke to respective control room (TFMC
C/R)
YT-47 0IY-LT-1903
Page 200 of 440
0IY-LT-1904 1 Lot
13 YT-32 0IY-LT-2001 Cable laying from each power & interface Junction box
outside the dyke to respective control room (TFMC
C/R)
0IY-LT-2003
1 Lot
14 YT-33 0IY-LT-2002 Cable laying from each power & interface Junction box
outside the dyke to respective control room (TFMC
C/R)
0IY-LT-2004 1 Lot
15 YT-340 0IY-LT-5001 Cable laying from each power & interface Junction box
outside the dyke to respective control room (TFMC
C/R)
0IY-LT-5002
1 Lot
16 YT-12 YT-12LT1R Cable laying from each power & interface Junction box
outside the dyke to respective control room (TFMC
C/R)
1 Lot
17 YT-15 YT-15LT1R Cable laying from each power & interface Junction box
outside the dyke to respective control room (TFMC
C/R)
1 Lot
18 YT-16 YT-16LT1R Cable laying from each power & interface Junction box
outside the dyke to respective control room (TFMC
C/R)
1 Lot
19 YT-17 YT-17LT1R Cable laying from each power & interface Junction box
outside the dyke to respective control room (TFMC
C/R)
1 Lot
20 YT-18 YT-18LT1R Cable laying from each power & interface Junction box
outside the dyke to respective control room (TFMC
C/R)
1 Lot
21 YT-70 YT-70LT1R Cable laying from each power & interface Junction box
outside the dyke to respective control room (TFMC
C/R)
1 Lot
22 YT-150 0IY-LT-2201 Cable laying from each power & interface Junction box
outside the dyke to respective control room (TFMC
C/R)
1 Lot
23 YT-350 YT-350LT1R Cable laying from each power & interface Junction box
outside the dyke to respective control room (TFMC
C/R)
1 Lot
Page 19 of 26
2.01.02 {2}GROUP-A All the site works inside the control rooms (ACTP &
TFMC) as per MR requirements including fabrication
of base frame for TFMS panel installation, installation
of TFMS panel, installation of TFMS PC & its
Page 201 of 440
YT-26 0IY-LT-1302
1 Lot
2 TF2 YT-29 0IY-LT-1401
YT-28 0IY-LT-1501
1 Lot
3 YT-383 0IY-LT-4003
1 Lot
4 YT-384 0IY-LT-4004
1 Lot
Page 20 of 26
5 YT-440 0IY-LT-4001
1 Lot
6 YT-450 0IY-LT-4002
1 Lot
Page 202 of 440
7 YT-22 YT-22LT1R
1 Lot
8 TF3 YT-341 0IY-LT-1601
0IY-LT-1602
YT-342 0IY-LT-1603
0IY-LT-1604
YT-343 0IY-LT-1701
0IY-LT-1702
YT-344 0IY-LT-1703
0IY-LT-1704
1 Lot
9 TF4 YT-107 0IY-LT-2501
YT-108 0IY-LT-2502
YT-291 0IY-LT-2601
YT-115 0IY-LT-2701
YT-116 0IY-LT-2702
1 Lot
10 TF5 YT-111 0IY-LT-2301
1 Lot
YT-112 0IY-LT-2302
1 Lot
YT-113 0IY-LT-2401
1 Lot
YT-114 0IY-LT-2402
1 Lot
11 TF-6 YT-44 0IY-LT-1801
0IY-LT-1803
YT-45 0IY-LT-1802
0IY-LT-1804
1 Lot
12 HCGO YT-46 0IY-LT-1901
0IY-LT-1902
YT-47 0IY-LT-1903
Page 21 of 26
0IY-LT-1904
1 Lot
Page 203 of 440
Page 22 of 26
13 YT-32 0IY-LT-2001
0IY-LT-2003
1 Lot
Page 204 of 440
14 YT-33 0IY-LT-2002
0IY-LT-2004
1 Lot
15 YT-340 0IY-LT-5001
0IY-LT-5002
1 Lot
16 YT-12 YT-12LT1R
1 Lot
17 YT-15 YT-15LT1R
1 Lot
18 YT-16 YT-16LT1R
1 Lot
19 YT-17 YT-17LT1R
1 Lot
20 YT-18 YT-18LT1R
1 Lot
21 YT-70 YT-70LT1R
1 Lot
22 YT-150 0IY-LT-2201
1 Lot
23 YT-350 YT-350LT1R
1 Lot
2.02 {2}GROUP-B For Item 1.02
2.02.01 {2}GROUP-B Cable laying from each power & interface Junction box
outside the dyke to respective control rooms (TFMC &
ACTP C/R)
1 TF1 YT-25 0IY-LT-1303 Cable laying from each power & interface Junction box
outside the dyke to respective control room (ACTP
YT-26 0IY-LT-1304 C/R)
1 Lot
2 TF2 YT-29 0IY-LT-1402 Cable laying from each power & interface Junction box
outside the dyke to respective control room (ACTP
YT-28 0IY-LT-1502 C/R)
1 Lot
3 YT-383 0IY-LT-4007 Cable laying from each power & interface Junction box
outside the dyke to respective control room (ACTP
C/R)
1 Lot
4 YT-384 0IY-LT-4008 Cable laying from each power & interface Junction box
outside the dyke to respective control room (ACTP
C/R) 1 Lot
5 YT-440 0IY-LT-4005 Cable laying from each power & interface Junction box
outside the dyke to respective control room (ACTP
C/R) 1 Lot
6 YT-450 0IY-LT-4006 Cable laying from each power & interface Junction box
outside the dyke to respective control room (ACTP
C/R) 1 Lot
Page 23 of 26
7 YT-22 YT-22-LT2S Cable laying from each power & interface Junction box
outside the dyke to respective control room (ACTP
C/R)
1 Lot
Page 205 of 440
8 TF4 YT-107 0IY-LT-2501 Cable laying from each power & interface Junction box
outside the dyke to respective control room (TFMC
YT-108 0IY-LT-2502 C/R)
YT-291 0IY-LT-2601
YT-115 0IY-LT-2701
YT-116 0IY-LT-2702
1 Lot
9 TF5 YT-111 0IY-LT-2301 Cable laying from each power & interface Junction box
outside the dyke to respective control room (TFMC
C/R)
1 Lot
YT-112 0IY-LT-2302 Cable laying from each power & interface Junction box
outside the dyke to respective control room (TFMC
C/R)
1 Lot
YT-113 0IY-LT-2401 Cable laying from each power & interface Junction box
outside the dyke to respective control room (TFMC
C/R)
1 Lot
YT-114 0IY-LT-2402 Cable laying from each power & interface Junction box
outside the dyke to respective control room (TFMC
C/R)
1 Lot
10 YT-12 YT-12LT2S Cable laying from each power & interface Junction box
outside the dyke to respective control room (TFMC
C/R) 1 Lot
11 YT-15 YT-15LT2S Cable laying from each power & interface Junction box
outside the dyke to respective control room (TFMC
C/R) 1 Lot
12 YT-16 YT-16LT2S Cable laying from each power & interface Junction box
outside the dyke to respective control room (TFMC
C/R) 1 Lot
13 YT-17 YT-17LT2S Cable laying from each power & interface Junction box
outside the dyke to respective control room (TFMC
C/R)
1 Lot
14 YT-18 YT-18LT2S Cable laying from each power & interface Junction box
outside the dyke to respective control room (TFMC
C/R)
1 Lot
15 YT-70 YT-70LT2S Cable laying from each power & interface Junction box
outside the dyke to respective control room (TFMC
C/R) 1 Lot
16 YT-150 0IY-LT-2202 Cable laying from each power & interface Junction box
outside the dyke to respective control room (TFMC
C/R)
1 Lot
Page 24 of 26
17 YT-350 YT-350LT2S Cable laying from each power & interface Junction box
outside the dyke to respective control room (TFMC
C/R)
1 Lot
Page 206 of 440
2.02.02 {2}GROUP-B All the site works inside the control rooms (ACTP &
TFMC) as per MR requirements including fabrication
of base frame for TFMS panel installation, installation
of TFMS panel, installation of TFMS PC & its
accessories, cable tray routing inside control rooms,
laying of all types of cables inside control room, cable
termination, ferruling, & cable dressing inside the
panel, loop checking for signal cables & testing of
signal integrity for communication cables etc.
YT-26 0IY-LT-1304
1 Lot
2 TF2 YT-29 0IY-LT-1402
YT-28 0IY-LT-1502
1 Lot
3 YT-383 0IY-LT-4007
1 Lot
4 YT-384 0IY-LT-4008
1 Lot
5 YT-440 0IY-LT-4005
1 Lot
6 YT-450 0IY-LT-4006
1 Lot
7 YT-22 YT-22-LT2S
1 Lot
8 TF4 YT-107 0IY-LT-2501
Page 25 of 26
YT-108 0IY-LT-2502
YT-291 0IY-LT-2601
Page 207 of 440
YT-115 0IY-LT-2701
YT-116 0IY-LT-2702
1 Lot
9 TF5 YT-111 0IY-LT-2301
1 Lot
YT-112 0IY-LT-2302
1 Lot
YT-113 0IY-LT-2401
1 Lot
YT-114 0IY-LT-2402
1 Lot
10 YT-12 YT-12LT2S
1 Lot
11 YT-15 YT-15LT2S
1 Lot
12 YT-16 YT-16LT2S
1 Lot
13 YT-17 YT-17LT2S
1 Lot
14 YT-18 YT-18LT2S
1 Lot
15 YT-70 YT-70LT2S
1 Lot
16 YT-150 0IY-LT-2202
1 Lot
17 YT-350 YT-350LT2S
1 Lot
Page 26 of 26
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: Tank Farm Management System
GROUP ITEM CODE 15OH DESTINATION : KOCHI REFINERY, KOCHI, KER
ITEM CATEGORY II DELIVERY PERIOD :
DOCUMENT NUMBER
(Always quote the Document Number given below as reference)
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'
B 09/12/2013 AK DP PS Issued For Bids (Total no of sheets 215 including Top sheet)
C 02/05/2014 DP DP PS Issued For Bids (Total no of sheets 234 including Top sheet)
This is a system generated approved document and does not require signature.
Project : IREP
ENGINEERS INDIA LIMITED
Client : BPCL-KOCHI Sheet 1 Of 4
NEW DELHI
Page 208 of 440
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,
1.01 GROUP-A Radar Level Gauges and its associated items as per MR 1 Lot
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
1.02 GROUP-B Servo Level gauges and its associated items as per MR 1 Lot
2 Unloading, handling at site, Transportation from owner's store to
work site,storage at site,assembly at site, installation of vendor
supplied items at site and associated field work such as installation of
instruments, junction boxes, cable laying etc as per MR, testing, loop
checking, pre-commissioning, painting, insulation, commissioning,
performance gurantee run,handing over to client, supply of
commisioning spares & consummable spares for the following,as per
the enclosed EIL standard speciations, Special instructions to
vendors,job specification,data sheets etc.
2.01 {2}GROUP-A For Item 1.01 1 Lot
2.02 {2}GROUP-B For Item 1.02 1 Lot
3 Transportation for the following as per the enclosed EIL standard
specifications,Special instructions to vendors,job specification,data
sheet etc
3.01 {3}GROUP-A For Item 1.01 1 Lot
3.02 {3}GROUP-B For Item 1.02 1 Lot
4 Supply of Mandatory Spares as per clause B42 of SIV
4A Supply of Mandatory Spares for Group- A as per clause B42 of SIV
4B Supply of Mandatory Spares for Group- B as per clause B42 of SIV
5 Supply of two years operation and Maintenance Spares,as per
enclosed Special instructions to vendor
6 Unit Rates/optional price
6.001 Unit Rates of items for addition/deletion purpose,as per the enclosed 1 Lot
Special instructions to vendor.
6.002 Optional price as per clause no.B30 in Special instruction to vendor. 1 Lot
7 Five Years Post Warranty Annual Maintenance Contract as per the
MR for the following:
7A Radar Level gauges and its tankfarm management system (Group-A)
7B Servo Level gauges and its tankfarm management system (Group-B)
8 Training of Owner's personnel as per Special instructions to vendors
(clause no B37)
8A For Radar level gauges and its tankfarm management system as per MR
(Group-A)
8B For Servo Level Gauges and its tankfarm management system as per MR
(Group-B)
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.
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:
Part A:
PART.A
A1.Vendor is responsible for the selection of the instruments and control systems including accessories and it's suitability to
meet the specifications in toto. If at any stage, till the completion of the order, the offered instruments & accessories are
found unsuitable for the specified operating and design conditions, the vendor shall replace the same with a suitable model
no. meeting the specifications without any schedule/cost implication.
A2.All the items being supplied under this requisition shall be field proven for atleast a period of 4000 hours in Hydrocarbon
applications similar to those
indicated in the MR on the bid closing date. Vendor shall furnish the following information as a minimum along with their offer
to support the proneness of the Tank Farm Management System being offered by them.
- Model no. of the supplied instruments, equipments
- Name of the Plant & Customer
- Year of supply & commissioning
- Name, address, telephone/fax no., e-mail of the contact person.
- Application details
Vendor shall furnish the above information positively in the offer. Items not having proven references in similar applications or
references provided
without complete information as asked or ambiguous references shall not be acceptable.
A3.Vendor shall fill, sign and stamp each and every sheet of the Material Requisition including:
i) Vendor Data Requirement
ii) Special Instructions to Vendor
iii) Data Sheets
iv) Standard Specifications
v) Estimated Power consumption (110 VAC, UPS) (ANNEXURE-I)
vi) Logistic Support Certificate for offered items as per ANNEXURE- II
vii) Responsibility Chart for the offered items as per ANNEXURE-III
Viii) Compliance statement
A4.Vendor shall furnish a technical deviation list for the deviations, if any, in the offer. Deviations shall be highlighted tag
wise/ clause wise. If discrepancy exists between the deviation list and any other part of offer, deviation list shall prevail. If
deviation list is not furnished in the offer it shall be considered that no deviations exist. Generally, deviations are not accepted
and Owner reserves the right to reject the offer without any further clarifications.
A5.Vendor shall mark in the appropriate Box in the Data sheets indicating "Deviation" or "No Deviation".
A6.The Vendor 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.
A7.Bidder to note that a pre bid meeting shall be held in which the vendor can seek any clarification if required. Bidder to
ensure that this conference is attended by both technical and commercial of the vendor who should have thoroughly
scrutinized the MR before hand so that all the issues are finally resolved in the meeting .
Part B:
B1.The Tank Farm Management System (TFMS) mentioned in this MR shall be supplied for Storage tanks pertaining to
IREP of BPCL KR .
B2.The Tank farm management system of this MR shall be integrated with existing Invensys make DCS in TFMC control
room and ACTP control room.
ORDER NO. :
REV DATE BY CHKD APPVD VENDOR :
B3.This MR consist of two groups , Group-A shall have radar level instruments with associated items, Group-B shall have
servo level instruments with associated items.
B4. Bidder to note that the evaluation shall be carried out on bottom line basis for each group including mandatory spares
and other requirements mentioned in the MR. All the items mentioned in one group shall be ordered together to one vendor.
Evaluation shall be carried out based on the lumpsum price for each group seperately covering all the items, accessories ,
mandatory spares for that group. In addition to that vendor to furnish detailed price break up for vendor supplied items and
scope of work as per Annexure-IV (A307-0IY-YN-SI-2820ANN-IV)
B5.The Job Standard Specifications for Tank Farm management system (A307-0IY-16-51-SP-2820) and standard
specification for tank level instruments 6-52-14 attached in this M.R. must be complied by the vendor. In case of conflict, the
data sheets and this Special Instruction to Vendors shall override in general; however, it shall be obligatory on the vendor's
part to bring to the notice of the purchaser all such conflicts, wherein the purchaser's decision shall be final.
B6.The requisition together with all the attachments covers the purchaser minimum requirements for design, engineering,
manufacturing, testing, supply and erection & commissioning, training of Tank farm management system along with Radar,
Servo gauge operated Tank level instruments, Multi-Element Averaging Temperature sensor, Local Indicators, all
interconnecting cabling, communication Interface Units(FIU), Serial communication Links,TFMS PC's with software loaded ,
Furnitures for PC.
B7.Vendor shall accept full responsibility for all supplied hardware, operating and application software, mandatory and
Commissioning spares etc. and site activities for the construction staging , installation, pre-commissioning and
commissioning until successful handover to the purchaser.
B8.Bidder to note that there are 21 nos of new tanks in IREP (TF-1,2,3,4,5,6) ; 7 nos of existing tanks which are going to be
under major modifications; 9 nos of existing tanks for which minor modification work is involved which will be executed by
BPCL KR during maintenance work.The details are clearly indicated in the Distance Table Document no.A307-0IY-YN-16-
51-OD-2820.
ORDER NO. :
REV DATE BY CHKD APPVD VENDOR :
h)Tank Farm Management PC with Printer to be located in TFMC & ACTP control room respectively.
i)All interconnecting cables including serial link cables with cable glands,
connectors, converters as required and power cables.
a)FIU is to facilitate communication link between field radar level gauge /servo gauge instruments to TFMS PC & DCS( two
independent outputs).
b)The protocol & data exchange shall be employed through data security control
combined with cyclic redundancy checks to ensure data integrity.
c) FIU shall be used as a stand alone unit for test & maintenance purposes.
d) FIU unit shall be used for calibration.
e). Vendor shall provide at least 20% (minimum two) spare port in each FIU.
a)All FIU's shall be hot standby redundant.
B11.Vendor shall supply pressure transmitter (Wherever pressure transmitter is mentioned in data sheet) with hook-up
fittings. The hook-up drawing (Tag wise) shall be submitted for review during the detailed engineering.
B12.Looping of tanks shall be done to form groups as per the enclosed Distance table. No. of tanks per group shall be
decided by vendor and accordingly vendor shall supply the intermediate junction boxes. However, the number of tanks per
group shall not exceed the figures given in Distance Table. The field communication network from each of the intermediate
junction boxes shall be connected to the field interface units (FIU) whose location for the respective groups is mentioned in
the Distance table. All cables including cable glands between radar /servo level instruments & intermediate junction boxes
and Field Interface Units shall be in vendor's scope. Vendor shall provide terminals in the offered intermediate junction boxes
to the actual no. of tanks that can be connected in a loop for adding tanks in future.
B13.Junction boxes, cable glands and accessories shall be weather proof for intrinsically safe signals. Junction boxes, cable
glands and accessories shall be weather proof and flameproof for flameproof instruments. Slipper type PVC hoods shall be
used over cable glands for all cable entries in junction boxes to avoid water entry in junction boxes. All cable entries shall be
from bottom of the junction box. Allen screws (made of SS304) type fasteners shall be used for fixing covers and shall be self
locking type to ensure that they do not falloff when cover is opened. All junction boxes shall be weatherproof to IP65.
Electrical cable entry connections shall be through NPT threads. Cable glands with washer and PVC hoods shall be provided.
All cable glands and plugs shall be made of Nickel-plated brass only.
B14.Junction box shall have tag number engraved on the front cover.
Vendor shall refer to the tank data sheets & drawings attached with this MR for the selection of instrument dimensions
suitable for the mentioned nozzle schedule. Wherever nozzle schedule is not mentioned in the tank data sheet/drawings, the
same shall be considered as 'Schedule-80'.
B15.The typical system configuration diagram (Drawing no.A307-IY-16-51-SK-2820) is attached for reference. Vendor shall
develop the actual system configuration for the offered system and furnish the same along with the offer.
B16.Vendor shall supply free standing cabinets for mounting FIUs ( 2200 mm height , Rittal make) , power distribution unit
and other accessories, the cabinets shall be supplied fully wired, installed with all the items and complete in all respects.
Since the FIU cabinets are to be located in existing TFMC control room & ACTP control room along with other cabinets,
dimensions including colour of the FIU cabinets shall be matched with other cabinets.
B17.Purchaser shall supply one no. feeder of 110 V AC ± 10%, 50 Hz ± 3% UPS power supply at TFMC control room and
ACTP control room for FIU cabinets.Further conversion (if required) / distribution within the cabinet & to other FIU
cabinets,other components (Eg TFMS PC, media converters, hubs etc ) shall be in vendor's scope including power cable.
B18.Purchaser shall provide 110 V AC ± 10%, 50 Hz ± 3% UPS power supply for each tank farm area at TFMC control room
& ACTP control room in UPS ACDB . Radar & servo level gauge vendor shall provide common power JBs near each dyke
area for further distribution to individual radar & servo level gauges. Common power JB shall be separate for radar & servo
level gauges. Respective vendor shall take the power upto common power JB near the dyke from UPS PDB and further
distribution to individual power switch for each tank . Looping shall be done separately by each vendor within the tanks of
each tank farm/group of tanks (radar & servo separate). No. of level gauges looped from one power JB shall be restricted to
four or less. However same shall be reviewed case to case basis during detailed engineering. Vendor to provide the power
consumption details in the offer for each tank farm area /group of tanks for sizing the feeder.Vendor to provide the sizing
ORDER NO. :
REV DATE BY CHKD APPVD VENDOR :
calculation for power cable supplied by vendor. Power switches provided by each vendor shall be double compartment type.
Vendor to note that allowable volage drop due to cable impedence shall be 5% maximum for power cable size calculation.
B19.Vendor shall provide special tools and tackles for maintenance, calibration etc.if any. The list of special tools and tackles
considered shall be submitted along with the offer.
Vendor to ensure that the capability of TFMS software loaded in the TFMS PC at TFMC & ACTP control room ( 2 nos PC) is
such that it can cater to the total number of tanks in each control room is possible, which can be connected to the number of
field interface units (FIU's) supplied.
B22.Vendor shall supply the signal cables, power cables, serial link cables & network communication cables along with cable
glands required for the following interconnections.
a)Signal cable between radar tank gauge & tank side indicator
b)Signal cable between radar tank gauge & multi element temperature element + water cut probe.
c)Signal cable between radar tank gauge & pressure transmitter (Wherever pressure transmitter is mentioned in data sheet).
d)Signal cable from radar tank gauge / tank side indicator to field JB.
e)Signal cable between servo tank gauge & tank side indicator
f)Signal cable from servo tank gauge / tank side indicator to field JB.
g)Signal cable from field JB to FIU unit located in TFMC control room/ACTP control room depending upon the field device
bus group as mentioned in the A307-0IY-16-51-OD-2820.
h)Signal cable from FIU's located in TFMC control room/ACTP control room to to TFMS PC located in TFMC control
room/ACTP control room
(All necessary accessories like hubs, media converters etc required for successful networking of the FIU's with TFMS PC
shall be supplied by the
vendor).
i)TFMS PC to printer communication cable.
j)Network communication cables for Modbus link from field interface unit (FIU) to DCS system at TFMC control room &
ACTP control room (80 meters each shall be considered).
l)Power cable from ACDB at TFMC CR/ACTP CR to common power JB, intermediate power JB for looping, power JB to
power switch , power switch to radar tank gauge / servo gauge/tank side indicator.
ORDER NO. :
REV DATE BY CHKD APPVD VENDOR :
Approximate Signal or Power Cable required = Range/Height of the tank to be measured as indicated in the respective data
sheet + Circumference of the respective tank + 15 meters.
Vendor shall refer to A307-0IY-16-51-OD-2820 for the cable lengths from respective tanks to field junction box, field junction
box to FIU cabinets located in TFMC/ACTP control room. Vendor shall supply cable lengths considering 20 % of the cable
length as engineering spares for all the type of cables.
The length of interconnecting cabling, as required, between the radar level instruments,water cut probe and temperature
elements shall be calculated by vendor based on the above/ tank dimensions furnished elsewhere & tank drawings attached
elsewhere in the requisition.
B23. All the interconnecting cables including cable glands required between radar level instruments/servo gauge/ tank side
indicator & intermediate junction boxes and between intermediate junction boxes & FIU's shall be supplied by vendor and the
distance between the respective tank gauges and field Junction boxes and from field Junction box to FIU location is as
mentioned in Distance table.
B24.Vendor shall supply tank farm management system PC 2nos with printer for each type of gauges and shall be located
in TFMC & ACTP control room.
B25.Vendor to note that the overall instrument cable duct layout drawing (A307-0IY-16-51-0800 Rev 0) is attached with the
MR for the vendor to get a conceptual idea about the tank locations, location of TFMC & ACTP control room and the cable
duct routing. However vendor shall carryout the site survey to ascertain the exact quantum of work & locations during detailed
engineering.
B26.Vendor shall supply isolation ball valve for pressurized tank (nitrogen blanketed) , requirement as specified in the
respective data sheets and the specification for the same shall be as below as a minimum.
B27.Multi temperature element shall be provided for all radar level instrument tags (Refer clause 2.3.10 of attached standard
specification for tank level instruments 6-52-14). Water cut probe shall also be provided at the multi temperature element
bottom as per the requirement specified in the data sheets.
B28.Density measurement shall be provided for tags wherever pressure transmitter is interfaced to the radar tank gauge as
per the data sheets.For ATF tanks (YT-383, YT-384, YT-440, YT-450), density shall be calculated in Servo gauges .Vendor to
quote the model accordingly.
B29. Vendor shall provide pre fabricated FRP canopy with box type enclosure for all electronic equipments provided in the
field, However units with display units shall have glass window on the front display side. Prior approval shall be obtained from
the purchaser for sample canopies to be supplied by vendor.
Radar level gauge vendor shall provide the supply & route the cable trays from tank top to bottom and upto junction boxes
outside the dyke for both radar & servo gauges (i.e Cable trays required for both group A & B shall be in Group-A vendor's
scope). MOC of the cable tray shall be GRP. Cable Laying shall be done by respective radar and servo vendor upto their
junction boxes and upto FIU cabinet. Cable dressing, ferruling, glanding, termination etc. shall be in respective vendor's
scope. Suitable cable clamps shall be provided for binding the cables at every 500 mm for horizontal & vertical runs. From
Intermedite junction box/ common power JB to main cable duct, purchaser shall provide the required tray/trench to route the
cable to reach the purchaser supplied main duct.
B30.Vendor to note that the offered Gauges shall be fully configurable from field and separate calibrator. Vendor to provide
ORDER NO. :
REV DATE BY CHKD APPVD VENDOR :
separate HH configurator suitable for hazardous locations in tank farm area , one each in TFMC area ACTP area. Vendor to
provide the HHC with IR ports/interfacing devices so as to connect the HHC to the gauges without opening the gauges.
Vendor to provide optional price for (i) HH configurator and (ii) additional IR port in gauges for connecting the HHC.This may
not be included for evaluation.
B31. All accessories including mounting brackets required for installation of tank gauges, tank side indicator & power
switches and their interconnectivity shall be supplied by vendor. Tank side indicators shall be mounted on a 2" yoke.
B32.The Radar Tank level instruments, temperature elements, water cut probes shall be installed in Hazardous area. The
electrical area classification for all equipment outside the tank shall be Zone-1, Gr.IIA/IIB, Temperature Class T3 as per IEC.
For all electrical equipments inside tank, electrical area classification shall be considered as Zone-0, Gas Gr. IIA/IIB.
Instruments & enclosures, junction boxes, cable glands etc being supplied by vendor shall be weather proof to NEMA 4 / IP
65 and flame proof (EEx'd'). The multipoint temperature element + water bottom probe shall be certified intrinsically safe for
zone-0 installation.
B33.The requirement of statutory approvals for usage of equipment/instruments/ systems in electrically hazardous areas
shall be as follows:
a) The vendor shall be responsible for obtaining all statutory approvals, as applicable for all instruments.
b) Equipment/instrument located in electrically hazardous areas shall be certified for use by statutory authorities for their use
in the area of their installation. In general, the following certification shall be provided by the vendor:
- For all intrinsically safe/ flameproof/ protected by other methods, equipment/instrument, which are manufactured abroad
(outside India) and certified by anyapproving authority like BASEEFA, FM, UL, PTB, LCIE etc., certification by the Indian
authorities - Chief Controller of Explosives (CCE), Nagpur, India is mandatory.
- For all flameproof equipment manufactured locally (within India), the testing shall be carried out by any of the approved
testing houses - Central Institute of Mines and fuel research (CIMFR) / ERTL etc. The item shall in addition bear the valid
certification from CCE and also the manufacturer shall hold a valid Bureau of Indian Standards (BIS) licence.
- For all intrinsically safe equipment manufactured locally (within India), the testing shall be carried out by any of the approved
testing houses - Central Institute of Mines and fuel research (CIMFR) / ERTL etc. The item shall in addition bear the valid
certification from CCE.
B34.Drawings for all tanks are attached for reference in the document A307-0IY-16-51-OD-2822. Vendor to note that height
indicated in the respective radar & servo LT datasheet is the working height of tha tanks and not the LT nozzle elevations
from the bottom of tanks. Vendor to select suitable model to cover additional height of cone/ dome of tanks & nozzle
projection height. The process connection details of the radar type level transmitters, multipoint temperature element+ water
bottom probe is indicated in the data sheet.
B35.Vendor shall furnish all details like pin configuration and tag number wise MODBUS address mapping list etc. for smooth
interfacing of all communication links with DCS/other control system.
B36.Vendor shall provide all necessary hardware, software etc. in vendor's supplied systems and other details required for
interfacing of their system with DCS/other control system. Vendor shall be fully responsible for proper integration of their
supplied systems and also integration with purchaser's DCS / other control system at site and Vendor shall provide all
necessary assistance to respective foreign device vendor for establishing all the serial links with tank farm management
system fully functional & operational.
B37.Vendor shall arrange training for owner's operation & instrument maintenance engineers at site. Training of 50 mandays
at site shall be considered for each groups (Group-A & Group-B). 5 batches of 5 personnel each for a period of 2 days for
each batch.
B38. The Radar Operated Tank Level indicators /servo level instruments shall be supplied as manufactured tested and
calibrated from original manufacturer's works. A test report shall be furnished by vendor in line with clause no 4.0 of Standard
Specifications for Tank Level Indicators.
B39.Factory acceptance test shall be performed at manufacturer's works in which proper functioning of the complete system
ORDER NO. :
REV DATE BY CHKD APPVD VENDOR :
and its components shall be demonstrated by the vendor. Owner may participate in full or part in the same.
B40.Panel for mounting field communication unit along with hub, power supply modules etc shall be tested during FAT.
Integrated testing along with panel shall be demonstrated during FAT at principal's works TFMS software
features/performance test shall be demonstrated during FAT.
Vendor shall also provide full assistance to DCS vendor for the implementation of TFMS system interfaces with DCS system
as per the requirements. The proper functioning of the interfaces shall be demonstrated by the vendor during site acceptance
tests.
B41. Cables shall be as per the standard specifications for signal cables 6-52-46 attached with the MR. Cable dimensions
shall be furnished by the vendor during detailed engineering, Power cables shall be 2C x 2.5 Sq mm as a minimum. Power
cable core material shall be copper for up to 16mm2 size and aluminium for cable size more than 16mm2.
B42. Vendor shall supply all the following items (as applicable to group) as mandatory spares for the offered items. Price for
these items shall be provided in the price schedule given in the MR. This shall be included for evaluation.
-Radar gauges 2nos
-Servo gauge -1 no.
-Pressure transmitter - 2nos
-Field interface unit (FIU) - 1 no
-Tank side Indicator - 10% of total quantity subject to minimum ( for each type)
-Antenna - 10% of the each type of tank level instruments subject to minimum 1 number.
-Multi element Temperature Sensor along with water cut probe - 10% or minimum 2 nos (1 no. for minimum range and 1 no.
for maximum range of measurement) temperature assemblies shall be provided.
-Prefabricated Cables: 2 sets with connectors for each type of peripherals and hardware.
-Power switch-10% of total quantity
B43.Radar gauge:
In addition to the above common points , following specific points pertaining to radar gauges shall be provided.
1)Vendor to note that still well in tanks shall be provided by purchaser. Diameter of still well for radar gauge shall be 8" NB
and 3" NB for temperature elements. 2" NB temperature elements for 8 nos of tanks where BPCL is undertaking modification
work (indicated in the respective data sheet). Vendor to ensure that the type of antenna selected is suitable for the specified
application.
2)Separate redundant FIU shall be provided for radar gauges. The number of FIU shall be worked out based on the
guidelines given in the specifications.
3)Radar gauges shall be treated as primary instrument for inventory measurement.
4)Individual power switch for each radar gauges shall be considered , power supply shall be fed from power JB supplied by
vendor. Looping shall be considered for near by tanks .
5.Cable tray (perforated- GRP) shall be supplied and laid for both radar & servo gauge signals upto junction boxes near
dyke.
6)All the radar gauges are indicated in Group-A along with TFMS PC and associated items including software license etc.,
B44.Servo gauges:
In addition to the above common points , following specific points pertaining to servo gauges shall be provided.
1)Vendor to note that still well in tanks shall be provided by purchaser. Diameter of still well for servo gauge shall be 12" NB
upto the calibration chamber. Further it can be reduced to 6" to match with instrument connection.
2)Separate redundant FIU shall be provided for servo gauges.The number of FIU shall be worked out based on the
guidelines given in the specifications.
3)All the servo gauges are indicated in Group-B along with TFMS PC and associated items including software license etc.,
4)For each servo gauges calibration chamber shall be provided separately along with servo gauges.
B45.Vendor to quote for unit price for the following items for addition deletion purpose.This shall not be considered for
evaluation.
a.Radar gauge
b.Multiple temperature detector
c.Servo gauge
d.Field interface unit
B46.Vendor to quote for two years operational and maintenance spares if required.
ORDER NO. :
REV DATE BY CHKD APPVD VENDOR :
B47. The MDS for storage tanks (A307-0IY-16-51-OD-2822) enclosed in the MR for reference with respect to tank height,
diameter and other details. For flange rating of Radar LT, servo LT, Multi-point Avg temperature element, & Pressure
transmitter, vendor to consider respective instrument datasheets only. This shall override any other specification specified
elsewhere in the requisition.
Part C.
VENDOR LIST
The vendor list to be followed for instruments and other accessories is as follows
1.Pressure transmitters
a. ABB limited, Faridabad, India
b. ABB automation Ltd, UK
c. Emerson process management Asia pacific Pte Ltd, Singapore
d. Emerson process management India Pvt ltd
e. Fuji electric systems company Ltd, Japan
f. Honeywell automation India Ltd
g. Honeywell inc USA
h. Yokogawa electric corporation, Japan
i. Yokogawa India limited, India
2.Cable glands
a. EX-Protecta
b. Baliga lighting equipment Pvt Ltd
c. Govan industries (India) Pvt Ltd
d. Flexpro electrical Pvt Ltd
e. FGC Flame proof control gears Pvt Ltd
f. FGC power industries Pvt Ltd
g. Prompt engineering works
h. Sudhir switch gears Pvt Ltd
i. Hensel
j. Rittal
4.MCB
5.Signal Cables
ORDER NO. :
REV DATE BY CHKD APPVD VENDOR :
6.Power Cables
Vendor to note that the actual model of instruments selected shall meet the proven track record requirements and shall be
suitable for the specified process conditions.
ORDER NO. :
REV DATE BY CHKD APPVD VENDOR :
The following drawings/documents marked " " shall be furnished by the bidder.
POST ORDER
S. WITH WITH
N DESCRIPTION FOR FOR DATA REMARKS
BID
O. REVIEW RECORD BOOK
(FINAL)
1. Drawing and Document Schedule
2. Sub-Vendor List for Instruments and
accessories
3. Utility requirements
4. Panel front arrangement
5. Power Supply Distribution
6. Wiring diagram for panels
7. Configuration diagram
8. Instrument Cable Schedule
9. Instrument Location Plans
10. Instrument Installation Drawings
11. Bill Of Material for installation items
12. Spare part list for 2 years operation
13. Spare part list for Start up, Commissioning &
Consumables
14. Spare part list for Mandatory Spares
15. Inspection and test procedure
16. Complete catalogues with part list for all vendor
supplied instruments, control, etc.
17. Installation, operation, Programming and
maintenance manuals
18. Proven Track record
19. Compliance Statement & deviation list (if any)
20. Power Consumption details
21. Test Certificates & certificaties from Statutory
bodies
22. Final Documentation in soft copies (CD) as per
MR.
Notes :
1. "TICK" denotes applicability.
2. Post order, drawing / document review shall commence only after approval of Document Control Index (DCI).
3. All post order documents shall be submitted / approved through EIL eDMS portal.
4. Final documentation shall be submitted in hard copy (Six prints) and soft ( two CDs/DVDs ) in addition to
submission through EIL eDMS.
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
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------
- NOTE : If the answer is 'NO' , then furnish reasons thereof.
[ ] Deviation [ ] No Deviation Vendor Seal And Signature
6. Stillwell for radar LT (8" Sch 40) shall be provided by the purchaser.
7. Tank side indicator & power supply isolation switch shall be provided.
8. Deleted
9. Deleted.
10. Vacuum design pressure of the tank is 50mmWC
11. For tank details, Please refer MDS for tank A307-0IY-16-46-DS-3203 enclosed with the MR.
FILE- MR: A307-0IY-YL-MR-2820 05.12.2013 AK DP PS
CLIENT: BPCL -KR DATE BY CHKD APPD
ENGINEERS INDIA LIMITED DATA SHEET NO
PLANT: OFFSITES (0IY) REV
R.O CHENNAI VENDOR- A307-IY-YL-DS-2007 1
This drawing and the design it covers are the properties of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will
not be reproduced, copied, loaned, exhibited, nor used except in the limited way and private use permitted by any written consent given by lender to the borrower
6. Stillwell for radar LT (8" Sch 40) shall be provided by the purchaser.
7. Tank side indicator & power supply isolation switch shall be provided.
8. Deleted
9. Deleted.
10. Vacuum design pressure of the tank is 50mmWC
11. For tank details, Please refer MDS for tank A307-0IY-16-46-DS-3203 enclosed with the MR.
FILE- MR: A307-0IY-YL-MR-2820 05.12.2013 AK DP PS
CLIENT: BPCL -KR DATE BY CHKD APPD
ENGINEERS INDIA LIMITED DATA SHEET NO
PLANT: OFFSITES (0IY) REV
R.O CHENNAI VENDOR- A307-IY-YL-DS-2008 1
This drawing and the design it covers are the properties of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will
not be reproduced, copied, loaned, exhibited, nor used except in the limited way and private use permitted by any written consent given by lender to the borrower
6. Stillwell for radar LT (8" Sch 40) shall be provided by the purchaser.
7. Tank side indicator & power supply isolation switch shall be provided.
8. Deleted
9. Deleted.
10. Vacuum design pressure of the tank is 50mmWC
11. For tank details, Please refer MDS for tank A307-0IY-16-46-DS-3203 enclosed with the MR.
FILE- MR: A307-0IY-YL-MR-2820 05.12.2013 AK DP PS
CLIENT: BPCL -KR DATE BY CHKD APPD
ENGINEERS INDIA LIMITED DATA SHEET NO
PLANT: OFFSITES (0IY) REV
R.O CHENNAI VENDOR- A307-IY-YL-DS-2011 1
This drawing and the design it covers are the properties of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will
not be reproduced, copied, loaned, exhibited, nor used except in the limited way and private use permitted by any written consent given by lender to the borrower
6. Stillwell for radar LT (8" Sch 40) shall be provided by the purchaser.
7. Tank side indicator & power supply isolation switch shall be provided.
8. Deleted
9. Deleted.
10. Vacuum design pressure of the tank is 50mmWC
11. For tank details, Please refer MDS for tank A307-0IY-16-46-DS-3203 enclosed with the MR.
FILE- MR: A307-0IY-YL-MR-2820 05.12.2013 AK DP PS
CLIENT: BPCL -KR DATE BY CHKD APPD
ENGINEERS INDIA LIMITED DATA SHEET NO
PLANT: OFFSITES (0IY) REV
R.O CHENNAI VENDOR- A307-IY-YL-DS-2012 1
This drawing and the design it covers are the properties of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will
not be reproduced, copied, loaned, exhibited, nor used except in the limited way and private use permitted by any written consent given by lender to the borrower
6. Stillwell for radar LT (8" Sch 40) shall be provided by the purchaser.
7. Tank side indicator & power supply isolation switch shall be provided.
8. Deleted
9. Deleted.
10. Vacuum design pressure of the tank is 50mmWC
11. For tank details, Please refer MDS for tank A307-0IY-16-46-DS-3204 enclosed with the MR.
FILE- MR: A307-0IY-YL-MR-2820 05.12.2013 AK DP PS
CLIENT: BPCL -KR DATE BY CHKD APPD
ENGINEERS INDIA LIMITED DATA SHEET NO
PLANT: OFFSITES (0IY) REV
R.O CHENNAI VENDOR- A307-IY-YL-DS-2015 1
This drawing and the design it covers are the properties of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will
not be reproduced, copied, loaned, exhibited, nor used except in the limited way and private use permitted by any written consent given by lender to the borrower
6. Stillwell for radar LT (8" Sch 40) shall be provided by the purchaser.
7. Tank side indicator & power supply isolation switch shall be provided.
8. Deleted
9. Deleted.
10. Vacuum design pressure of the tank is 50mmWC
11. For tank details, Please refer MDS for tank A307-0IY-16-46-DS-3204 enclosed with the MR.
FILE- MR: A307-0IY-YL-MR-2820 05.12.2013 AK DP PS
CLIENT: BPCL -KR DATE BY CHKD APPD
ENGINEERS INDIA LIMITED DATA SHEET NO
PLANT: OFFSITES (0IY) REV
R.O CHENNAI VENDOR- A307-IY-YL-DS-2016 1
This drawing and the design it covers are the properties of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will
not be reproduced, copied, loaned, exhibited, nor used except in the limited way and private use permitted by any written consent given by lender to the borrower
6. Stillwell for radar LT (8" Sch 40) shall be provided by the purchaser.
7. Tank side indicator & power supply isolation switch shall be provided.
8. Deleted
9. Deleted.
10. Vacuum design pressure of the tank is 50mmWC
11. For tank details, Please refer MDS for tank A307-0IY-16-46-DS-3211 enclosed with the MR.
FILE- MR: A307-0IY-YL-MR-2820 05.12.2013 AK DP PS
CLIENT: BPCL -KR DATE BY CHKD APPD
ENGINEERS INDIA LIMITED DATA SHEET NO
PLANT: OFFSITES (0IY) REV
R.O CHENNAI VENDOR- A307-IY-YL-DS-2018 1
This drawing and the design it covers are the properties of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will
not be reproduced, copied, loaned, exhibited, nor used except in the limited way and private use permitted by any written consent given by lender to the borrower
6. Stillwell for radar LT (8" Sch 40) shall be provided by the purchaser.
7. Tank side indicator & power supply isolation switch shall be provided.
8. Deleted
9. Deleted.
10. Vacuum design pressure of the tank is 50mmWC
11. For tank details, Please refer MDS for tank A307-0IY-16-46-DS-3211 enclosed with the MR.
FILE- MR: A307-0IY-YL-MR-2820 05.12.2013 AK DP PS
CLIENT: BPCL -KR DATE BY CHKD APPD
ENGINEERS INDIA LIMITED DATA SHEET NO
PLANT: OFFSITES (0IY) REV
R.O CHENNAI VENDOR- A307-IY-YL-DS-2020 1
This drawing and the design it covers are the properties of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will
not be reproduced, copied, loaned, exhibited, nor used except in the limited way and private use permitted by any written consent given by lender to the borrower
6. Stillwell for radar LT (8" Sch 40) shall be provided by the purchaser.
7. Tank side indicator & power supply isolation switch shall be provided.
8. Deleted
9. Deleted.
10. Vacuum design pressure of the tank is 50mmWC
11. For tank details, Please refer MDS for tank A307-0IY-16-46-DS-3212 enclosed with the MR.
FILE- MR: A307-0IY-YL-MR-2820 25.04.14 AK DP PS
CLIENT: BPCL -KR DATE BY CHKD APPD
ENGINEERS INDIA LIMITED DATA SHEET NO
PLANT: OFFSITES (0IY) REV
R.O CHENNAI VENDOR- A307-IY-YL-DS-2023 2
This drawing and the design it covers are the properties of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will
not be reproduced, copied, loaned, exhibited, nor used except in the limited way and private use permitted by any written consent given by lender to the borrower
6. Stillwell for radar LT (8" Sch 40) shall be provided by the purchaser.
7. Tank side indicator & power supply isolation switch shall be provided.
8. Deleted
9. Deleted.
10. Vacuum design pressure of the tank is 50mmWC
11. For tank details, Please refer MDS for tank A307-0IY-16-46-DS-3212 enclosed with the MR.
FILE- MR: A307-0IY-YL-MR-2820 25.04.14 AK DP PS
CLIENT: BPCL -KR DATE BY CHKD APPD
ENGINEERS INDIA LIMITED DATA SHEET NO
PLANT: OFFSITES (0IY) REV
R.O CHENNAI VENDOR- A307-IY-YL-DS-2024 2
This drawing and the design it covers are the properties of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will
not be reproduced, copied, loaned, exhibited, nor used except in the limited way and private use permitted by any written consent given by lender to the borrower
6. Stillwell for radar LT (8" Sch 40) shall be provided by the purchaser.
7. Tank side indicator & power supply isolation switch shall be provided.
8. Deleted
9. Deleted.
10. Vacuum design pressure of the tank is 50mmWC
11. For tank details, Please refer MDS for tank A307-0IY-16-46-DS-3016 enclosed with the MR.
FILE- MR: A307-0IY-YL-MR-2820 25.04.14 AK DP PS
CLIENT: BPCL -KR DATE BY CHKD APPD
ENGINEERS INDIA LIMITED DATA SHEET NO
PLANT: OFFSITES (0IY) REV
R.O CHENNAI VENDOR- A307-IY-YL-DS-2035 2
This drawing and the design it covers are the properties of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will
not be reproduced, copied, loaned, exhibited, nor used except in the limited way and private use permitted by any written consent given by lender to the borrower
Notes:
1. The instrument shall be weatherproof to IP65 as per IEC 60529 and flame proof (EEx d) as per IEC
6079 & intrinsically safe for the specified hazardous area classification.
2. The Tag no. shall be 0IY-LI-XXXX. Where XXXX- is the tag no. of radar & servo level gauge.
3. Vendor to note that one no. feeder of 110VAC, 50 Hz UPS power supply for each tank farm area shall
be provided at TFMC/ACTP control room for radar & servo level gauges separately. Respective vendor
to take the power upto power JB and further distribute to power switch of each gauge including supply
of power cable by vendor. Vendor to refer Drawing A307-0IY-16-51-0827 enclosed with the MR for
PJB location & cable routing.
4. The following cables/cable glands shall be in vendor’s scope and cable entry sizes/quantity shall be
decided by the vendor.
a. For interconnecting vendor’s supplied signal cable between Tank side indicator and radar or servo
level gauge head, Temperature element/water cut probe (as applicable) and between tank side
indicator/ radar or servo level gauge and FIUs in control room.
b. For interconnecting vendor supplied power cables between tank side indicator and radar or servo
level gauge head, power cable between tank side indicator and power switch, power switch to
power JB, Power JB to feeder at control room.
SPECIFICATION REV.
PLANT: IREP
ENGINEERS INDIA LIMITED A307-0IY-YI-DS-4301 1
NEW DELHI
UNIT: OFFSITE (0IY)
CLIENT: BPCL-KR
Page 1 of 1
Page 301 of 440
MULTI ELEMENT AVERAGING TEMPERATURE SENSOR
1 Type Multi element Averaging type
RTD-3 wire PT-100 (common Return/
2 Element Type
thermocouple as per vendor std
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that
Notes:
1. Multi Element Averaging Temperature Sensor shall cover the entire tank range. Number of elements
shall be as per clause 2.7 of ‘Standard specification for tank level instruments’ (6-52-0014). Vendor
shall indicate the no. of elements considered for each tag number. Data acquisition unit required for the
same shall be supplied by vendor.
2. Process connection size for multi-element Averaging temperature sensor shall be 3”( both with and
without water cut probe) for all new tanks and tanks under modification by EIL (including YT-150).
The process connection size 2” shall be provided for 8 nos of tanks (YT-12,15,16,17,18,22,70,350) for
which 2” still well is already installed in the tanks. This may have water cut probe also. Vendor to
provide suitable model to match with 2” size.
3. Measuring circuit along with sensor shall be intrinsically safe for the specified area classification. The
Intrinsic safe barriers for RTDs shall be provided by vendor in the respective gauge head / Tank side
indicator.
4. The interconnecting cables & cable glands between multi element averaging temperature sensor and
Radar gauge head shall be supplied by vendor.
5. The temperature sensors shall be provided with integral Water Level Sensor wherever specified in the
data sheets.
6. Stillwell size shall be 3” for all multi-element Averaging Temp sensors with/without water probe.
Wherever 2” nozzle size provided for multi point avg temperature element, then Stillwell size shall also
be 2” only.
7. For the requirement of Multi-element Averaging temperature element, refer each Radar level gauge
datasheet. The Tag no. shall be 0IY-TE-XXXX (XXXX- is the tag no. of radar level gauge).
SPECIFICATION REV.
PLANT: IREP
ENGINEERS INDIA LIMITED A307-0IY-YT-DS-4301 1
NEW DELHI
UNIT: OFFSITE (0IY)
CLIENT: BPCL-KR
Page 1 of 1
Page 302 of 440
1 Tag Number SEE LIST
2 Service SEE LIST
3 Type P&ID No. Electronic- Smart (HART) A166-04-41-0IY-1116 REV-2
4 Function Power Supply Indicating & Transmitting 24VDC 2 WIRE
5 Mounting Case Yoke
GENERAL 6 Area Classification IEC ZONE-1 Gr. IIA/IIB, TEMP CLASS T3
7 Enclosure Intrinsic Safety Weatherproof to IP 65
8 Accuracy Cable Entry 0.25% of Span 1/2" NPTF
9 Output Type Driving Voltage
10 Protocol
11 Fluid SEE LIST
PROCESS 12 Pressure Oper. Des. UOM SEE LIST SEE LIST SEE LIST
CONDITIONS 13 Temp. Oper. Des UOM SEE LIST SEE LIST °C
14 Oper. Spec. Gravity Oper. Viscosity cP
15 Inst.Range Min. Max. UOM SEE LIST kgf/cm² SEE LISTSEE LIST SEE LISTbar
16 Cal.Range Min. Max. UOM 0 bar 0 kgf/cm²
17 Elevation Suppresion
18 Element Type Diaphragm
19 Body Material SS 316
MEASURING 20 Element Material SS 316
UNIT 21 Body Rating
22 Over Range Protection As per Flange rating
23 Process Connection 1/2" NPTF
24 Connection Location Man. Std
25 Dia. Seal Type Required Capillary
26 Wetted Part Material SS 316
27 Other Material SS 316
28 Process Connection:
29 Size & Rating 2" 300#
30 Facing & Finish RF 125AARH
DIAPHRAGM 31 Capillary Material SS 304
SEAL 32 Capillary Length 3 m
33 Armour Type No
34 Armour Material
35 Flange Material SS 316
36 Gasket Material Sp. Wnd SS 316+ Grafil
37 Bolt Material Nut Material A193 Gr. B7 A194 Gr. 2H
38 Flushing/Filling Connection with Plug Refer Note-4
(a) Air Filter Regulator SEE LIST
(b) Output Meter (Instrinsically Safe)
(c) Manifold 2 valve
(d) Condensate Pots
OPTIONS (e) Adjustable Dampner
(f) Test Jack, Calibrating
(g) Mounting Accessories
CCOE Approval Required
CERTIFICATION Stautory Certificaiton Requirement
SEE LIST
39 Requisition Number
40 Manufacturer
41 Model
PURCHASE 42 Purchase Order Number
43 Price Item Number
44 Serial Number Remarks
Notes:
INSTRUMENT SPECIFICATION
Pressure Instruments
2 AK 4/25/2014 ISSUED FOR BIDS Project: IREP, BPCL-KR
1 AK 12/5/2013 ISSUED FOR BIDS Job No : A307
0 AK 8/28/2013 Issued for Bids Unit No :0IY-Offsite Facilities Sheet 1 of 3
No. By Date Description Code: 98 Doc. No.: A307-0IY-YI-DS-1002 Rev.: 2
1. Two no Cable entry shall be provided. One entry shall be plugged with suitable weatherproof & Ex proof certified plug. Plug material shall be
SS316.
2. Transmitter output type shall be 4-20mA HART (latest version), suitable for integration with Radar level gauge.
3. All the pressure values are in Kg/cm2(g) unit.
4. Installation standard A307-000-16-51-IS48 enclosed with the MR for reference by TFMS vendor for flushing/filling connection. Pipe & pipe fitting
material shall be carbon steel. Piping material specification shall be furnished to the successful bidder.
5. Long Bolt & nut required for installation of dia seal PT shall also be supplied by the vendor.
INSTRUMENT SPECIFICATION
tank YT-28
0IY-PT -1504 0 2 kgf/cm² 1.5 65 °C Crude Water Drain tank YT-29 b,g
0IY-PT -1603 0 2 kgf/cm² 1.49 180 °C DCU Feed tank YT-341 b,g
0IY-PT -1604 0 2 kgf/cm² 1.49 180 °C DCU Feed Tank YT-342 b.g
0IY-PT -1701 0 2 kgf/cm² 1.49 180 °C DCU Feed Tank YT-343 b,g
0IY-PT -1702 0 2 kgf/cm² 1.49 180 °C DCU Feed Tank YT-344 b,g
0IY-PT -1803 0 2 kgf/cm² 1.38 100 °C VGO Storage Tank YT-44 b,g
0IY-PT -1804 0 2 kgf/cm² 1.38 100 °C VGO Storage tank YT-45 b,g
0IY-PT -2003 0 2 kgf/cm² 1.32 100 °C FCC PC Feed Storage Tank b,g
YT-32
0IY-PT -2004 0 2 kgf/cm² 1.32 100 °C FCC-PC Feed Storage Tank b,g
YT-33
0IY-PT -2204 0 2 kgf/cm² 1.06 65 °C DHDT Feed Tank YT-150 b,g
0IY-PT -2306 0 2 kgf/cm² 1.28 65 °C DHDT Feed Tank YT-111 b,g
0IY-PT -2307 0 2 kgf/cm² 1.28 65 °C DHDT feed tank YT-112 b,g
0IY-PT -2403 0 2 kgf/cm² 1.28 65 °C DHDT Feed Tank YT-113 b,g
0IY-PT -2404 0 2 kgf/cm² 1.28 65 °C DHDT feed Tank YT-114 b,g
0IY-PT -2503 0 2 kgf/cm² 1.9 65 °C NHT Feed Tank YT-107 b,g
0IY-PT -2504 0 2 kgf/cm² 1.9 65 °C NHT Feed Tank YT-108 b,g
0IY-PT -2603 0 2 kgf/cm² 1.7 65 °C ISOM Feed Tank YT-291 b,g
0IY-PT -2703 0 2 kgf/cm² 1.9 65 °C Isomerate Storage Tank YT-115 b,g
0IY-PT -2704 0 2 kgf/cm² 1.9 65 °C Isomerate Storage Tank YT-116 b,g
0IY-PT -5001 0 2 kgf/cm² 1.19 180 °C VR Storage tank YT-340 b,g
INSTRUMENT SPECIFICATION
Multiple Items List
2 AK 4/25/2014 ISSUED FOR BIDS
1 AK 12/5/2013 ISSUED FOR BIDS Pressure Instruments
0 AK 8/28/2013 Issued for Bids SEE LIST Sheet 3 of 3
No. By Date Description Code: 98 Dwg. No.: A307-0IY-YI-DS-1002 Rev: 2
1 Tag Number SEE LIST
2 Service SEE LIST
3 Type P&ID No. Electronic- Smart (HART) A166-04-41-0IY-1119 REV-1
4 Function Indicating & Transmitting
5 Mounting Case Yoke
GENERAL 6 Area Classification IEC ZONE-1 Gr. IIA/IIB, TEMP CLASS T3
7 Enclosure Intrinsic Safety Weatherproof to IP 65 | Required
8 Accuracy 0.25% of Span
9 Air Supply Power Supply 24VDC 2 WIRE
10 Cable Entry 1/2" NPTF
11 Fluid SEE LIST
PROCESS 12 Pressure Oper. Des. UOM SEE LIST SEE LIST
CONDITIONS 13 Temp. Oper. Des UOM SEE LIST SEE LIST °C
14 Oper. Spec. Gravity Oper. Viscosity cP
15 Inst.Range Min. Max. UOM SEE LIST SEE LIST SEE LIST SEE LISTbar
16 Cal.Range Min. Max. UOM 0 bar 0 kgf/cm²
17 Elevation Suppresion
18 Element Type Diaphragm
19 Body Material SS 316
MEASURING 20 Element Material SS 316
UNIT 21 Body Rating
22 Over Range Protection As per Flange rating
23 Instrument Connection 1/2" NPTF
24 Connection Location Man. Std
25 Dia. Seal Type Required Capillary
26 Wetted Part Material SS 316
27 Other Material SS 316
28 Process Connection:
29 Size & Rating 2" 300#
30 Facing & Finish RF 125AARH
DIAPHRAGM 31 Capillary Material SS 304
SEAL 32 Capillary Length 3 m
33 Armour Type No
34 Armour Material
35 Flange Material SS 316
36 Gasket Material Sp. Wnd SS 316+ Grafil
37 Bolt Material Nut Material A193 Gr. B7 A194 Gr. 2H
38 Flushing/Filling Connection with Plug Refer Note-4
(a) Air Filter Regulator SEE LIST
(b) Output Meter (Instrinsically Safe)
(c) Manifold 2 valve
(d) Condensate Pots
OPTIONS (e) Adjustable Dampner
(f) Test Jack, Calibrating
(g) Mounting Accessories
CCOE Approval Required
CERTIFICATION Stautory Certificaiton Requirement
SEE LIST
39 Requisition Number
40 Manufacturer
41 Model
PURCHASE 42 Purchase Order Number
43 Price Item Number
44 Serial Number Remarks
Notes:
INSTRUMENT SPECIFICATION
Pressure Instruments
Project: IREP, BPCL-KR
Job No : A307
0 AK 8/28/2013 Issued for Bids Unit No :0IY-Offsite Facilities Sheet 1 of 3
No. By Date Description Code: 98 Doc. No.: A307-0IY-YI-DS-1003 Rev.: 0
1. Two no Cable entry shall be provided. One entry shall be plugged with suitable weatherproof & Ex proof certified plug. Plug material shall be
SS316.
2. Transmitter output type shall be 4-20mA HART (latest version), suitable for integration with Radar level gauge.
3. All the pressure values are in Kg/cm2(g) unit.
4. Installation standard A307-000-16-51-IS48 enclosed with the MR for reference by TFMS vendor for flushing/filling connection. Pipe & pipe
fitting material shall be carbon steel. Piping material specification shall be furnished to the successful bidder.
5. Long bolt & nut required for installation of dia seal PT shall also be provided by the vendor.
INSTRUMENT SPECIFICATION
Pressure Instruments
INSTRUMENT SPECIFICATION
Multiple Items List
Pressure Instruments
0 AK 8/28/2013 Issued for Bids SEE LIST Sheet 3 of 3
No. By Date Description Code: 98 Dwg. No.: A307-0IY-YI-DS-1003 Rev: 0
FIELD INTERFACE UNIT (FOR RADAR/SERVO LEVEL GAUGES)
1 Tag Nos. -
General 2 Tank/Equipment No. Offsite Tankage
3 Service
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that
Notes:
SPECIFICATION REV.
PLANT: IREP
ENGINEERS INDIA LIMITED A307-0IY-YI-DS-4302 0
NEW DELHI
UNIT: OFFSITE (0IY)
CLIENT: BPCL-KR
Page 1 of 1
Page 309 of 440
LOOP POWERED INDICATORS
1 Tag Nos. Refer Table-1
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that
Note1: Vendor to furnish certificates for intrinsic safety from a statutory body indicating the intrinsic
parameters.
Note 2: For level, display shall be 0-100% linear scales.
Note-3: 0IY-LI-1501B shall be mounted near pumps YP-1P/Q so that level in the tank YT-29 can be
monitored during pumping.
Note-4: 4-20mA output from Radar LT (0IY-LT-1501) shall be wired to 0IY-LI-1501B. Installation of
Loop powered indicator & cabling from 0IY-LT-1501 to 0IY-LI-1501B shall be in Group-A vendor’s
scope.
TABLE-1
SPECIFICATION REV.
PLANT: Offsite unit (0IY)
ENGINEERS INDIA LIMITED A307-0IY-YI-DS-3600 0
NEW DELHI
CLIENT: BPCL-KR
Page 1 of 1
Page 310 of 440
Page 311 of 440
Page 312 of 440
Page 313 of 440
DOCUMENT No.
Job specification for Tank
Farm Management system A307-0IY-16-51-SP- 2820 Rev.0
Page 1 of 16
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 314 of 440
DOCUMENT No.
Job Specification for Tank A307-0IY-16-51-SP- 2820
Farm Management system Rev.0
Page 2 of 16
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 315 of 440
DOCUMENT No.
Job Specification for Tank A307-0IY-16-51-SP- 2820
Farm Management system Rev.0
Page 3 of 16
1.0 GENERAL
1.1 This specification together with data sheets, special instructions to vendor,
herewith defines the minimum requirements for the design, engineering, supply,
testing of Tank Farm Management System for IREP at Kochi refinery.
1.2 In the event of any conflict between these specifications, related standards,
codes etc., the vendor should refer the matter to the purchaser for clarification
and only after obtaining the same should proceed with the engineering/
manufacture of the items in question.
1.3 The system shall be designed fault avoidant in nature by selecting high-grade
components of proven quality and shall be able to provide maximum reliability
and availability with maximum on line time and minimum maintenance.
1.4 The system shall have high MTBF value and shall have a well-proven record of
operating satisfactorily in hydrocarbon processing plant for a minimum period of
one year. No prototype instruments/ system of experimental nature shall be
offered.
1.5 The control room instruments of Tank Farm Management System shall be able to
operate satisfactorily from 15˚ C to 30˚ C and 20% to 80% non-condensing
humidity. Control room instruments of TFMS shall also operate satisfactorily in
the event of failure of control room air conditioning system atleast upto a
temperature of 45 degrees.TFMS items shall be designed accordingly.
1.6 The TFMS system shall be of modular construction and expandable in future by
adding additional modules (Software and/ or Hardware).
1.7 The system shall offer complete and comprehensive diagnostics up to the gauge
level. It shall also be possible to print out diagnostic history report etc FROM
NETWORK PRINTER supplied by vendor.
1.8 The tank farm management system shall comply to the requirements of OIML R
85 and applicable API MPMS standards for automatic tank gauging system.
1.9 The tank farm management system shall be equipped with adequate lighting and
surge protection techniques to prevent damages due to lighting and transients.
The field equipment shall be provided with galvanic isolation on communication
and main power supply.
1.10 The selected model of tank farm management system shall be of latest proven
Version/model.
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 316 of 440
DOCUMENT No.
Job Specification for Tank A307-0IY-16-51-SP- 2820
Farm Management system Rev.0
Page 4 of 16
a) Continuous and automatic data acquisition of level, density, interface level and
temperature from field mounted Tank gauging equipment.
b) Real time Volume and Mass calculations from Tank level, interface level,
Temperature and capacity tables by taking into account Volume correction
factor.
c) Density calculation from the tank level and pressure transmitter input.
h) System initialization and set up parameter for entry of data bases for tank farm
specifications including system security with user friendly interface.
j) Programmable alarms for high and low level, temperature, volume and leak
through audio visual displays.
n) Selectable scan rates and prioritization of selected tanks for shorter scans.
o) Trending facility for level and density and temperature including both real time
and historic. TFMS PC hardware configuration shall be selected to support all
trending facility mentioned above.
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 317 of 440
DOCUMENT No.
Job Specification for Tank A307-0IY-16-51-SP- 2820
Farm Management system Rev.0
Page 5 of 16
iv) Remote locking facility for specific level gauge on either high or
low level limits.
3.2 Radar & Servo type level gauges shall be connected to TFMS and calculation
shall be based on radar type level gauges are used.
3.3 The scan time for the central processor unit (CPU) shall be one-second/ five
tanks or better.
3.4 It shall be possible to configure the CPU from tank farm computer.
3.5 Vendor to indicate maximum possible capacity of the system offered
(Maximum number of level and temperature instruments which can be connected
to it.)
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 318 of 440
DOCUMENT No.
Job Specification for Tank A307-0IY-16-51-SP- 2820
Farm Management system Rev.0
Page 6 of 16
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 319 of 440
DOCUMENT No.
Job Specification for Tank A307-0IY-16-51-SP- 2820
Farm Management system Rev.0
Page 7 of 16
• Field interface unit is to facilitate communication between field (Radar & Servo)
gauge instruments, tank farm computer & DCS.
• FIU should have redundant TCP IP for TFMS PC and RS 485 Modbus for DCS.
• The protocol and data exchange shall be employed through data security
controlled to ensure data integrity.
• Isolated field circuits shall be provided.
• The field interface unit shall able to scan all real time data such as level,
temperature, etc. from field instruments with modulation & demodulation of
transmission signals between filed equipment ,Tank farm computer and DCS.
• This electronic shall be housed in general-purpose 19" rack mounting type-
mounted cabinet.
• All FIU's shall be hot standby redundant
• Independent FIU shall be provided for servo & radar gauges, common FIU’s are
not acceptable.
• Each input port should have maximum of 4 numbers of gauges multi-droped,
more than 4 nos are not acceptable.
a) Tank Farm Computer shall be able to scan level, water cut level & temperature
data received from signal conditioner (Field interface unit), updating the data
base and performing gross volume, density and mass calculations based on the
tank calibration chart, tank level and temp. Standard density and volume at 15 C,
by applying volume correction factor. Mass of oil movement shall also be
calculated from the difference between start and close of the stock.
b) Tank specifications are to be entered through set up program and all data bases
shall be stored in to the hard disk along with operator entered variables.
c) A menu driven program shall facilitate user to make all entry operations.
d) All variable data shall be kept in live databases, which shall be continuously
updated from the field.
f) The system shall have the facility to divide the Tank farm in various groups of
tanks and each one of these groups shall be accessible with maximum two key
operations. Each tank may be a member or more than one group and each
group may contain as many as the max. number of tanks available in the system.
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 320 of 440
DOCUMENT No.
Job Specification for Tank A307-0IY-16-51-SP- 2820
Farm Management system Rev.0
Page 8 of 16
g) Operator/ Engineer shall be able to configure the selection of tank and the
membership of groups through set-up program.
h) The system shall display the following screens as a minimum for operation
monitoring of Tank Farm.
The above information shall be available on the operator interface subsystem (tank farm
computer) on real time basis.
Inventory screen - This shall contain details about the mass in each tank, mass in/ out
calculation from difference in level between start and close of stock.
Tank Capacities Screen - This shall indicate various capacities such as low capacity,
Gross capacity, working capacity etc. for each tank.
Inventory Screen - This shall give details of the amount of product entering or leaving
each tank.
Volume bar graph screen for each tank to indicate relative magnitude of quantities and
amount of products in each tank.
Trending screen for fluctuations of product measurement such as level density, interface
level & temperature over a selected period for selected tank or group of tanks. Screen
for Tank specification details.
Set point details screen for representing an inventory of all alarm points set by operator/
supervisor for specified tank. Event screen for chronological listing of all events such as
command initiation, system start up etc.
Group overview for listing all groups and number of tanks attached to each group
Display of all tanks in a selected group.
Alarm summary (only unacknowledged alarms) and alarm history (both acknowledged &
unacknowledged alarms).
Maintenance list
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 321 of 440
DOCUMENT No.
Job Specification for Tank A307-0IY-16-51-SP- 2820
Farm Management system Rev.0
Page 9 of 16
i) All screens shall be identified with different colours and different display patterns
for viewing and also status information of the system. All video displays shall be
user definable.
l) The following key-board functions shall be possible from tank farm computer.
Selection of logging printout, alarm and event printout including freeze log
capability.
Change of data base configuration
Alarm inhibit for a tank under maintenance
Change of product data
Change in scan rate
Calling of detailed self-diagnostics/ maintenance list for maintenance aid.
Key lock switches or password shall be provided for all maintenance functions to
prevent unauthorized operations. On line configuration shall be possible from
the system,
m) Display update rate of all screens shall not be more than 1second.
n) It shall be possible to dump the contents of database to storage device (DVD) for
future retrieval operations.
o) Date and time shall be displayed on each screen and the real time clock shall
be crystal controlled so that it is independent of line frequency.
p) Process and system alarm messages shall be displayed on the screen as and
when they occur on priority basis and all inputs in alarm shall be identified by
flashing and audible alarm. Audible alarm shall be silenced by
acknowledgement. Flashing will disappear when alarm conditions return to
normal.
q) The system shall have simple command structures with the password protection.
All commands such as inserting and removing of a tank in a group taking a tank
out of scanning sequence and putting it back in, scan time increment etc shall be
possible through minimum no of key strokes. Other commands shall enable to
measure values of tank selected, information on events & trends to be selected
and viewed & printout.
t) The logging function shall enable user to obtain various print outs of tank
inventory at any time. The different types of log shall be as follows:
Full log with various pages
* Inventory page
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 322 of 440
DOCUMENT No.
Job Specification for Tank A307-0IY-16-51-SP- 2820
Farm Management system Rev.0
Page 10 of 16
u) The other print outs and reports as follows shall be possible from the system as a
minimum
Process & system alarms reports as and when alarm occurs.
Alarm history report for each shift operation.
Event listing all log & report formats shall be user definable.
v) Vendor shall supply the operating system software and all tank farm application
software on CD.
x) All log reports, alarm & event reports shall be printed through network printer ( to
be provided by Purchaser ). Vendor shall provide all hardware / software in PC
for interfacing to Ethernet network.
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 323 of 440
DOCUMENT No.
Job Specification for Tank A307-0IY-16-51-SP- 2820
Farm Management system Rev.0
Page 11 of 16
PART-II
1.0 GENERAL
1.1 On the basis of guidelines specified in this specification, vendor shall submit their
own FACTORY ACCEPTANCE TEST procedure. For hardware, the procedures
shall include purpose of test, test definition of input, procedure, results expected
and acceptance criteria. For software it shall include details of the method, lists
of tests, sequence of execution, results expected and acceptance criteria.
1.2 The testing and acceptance of the system shall be carried out on the mutually
agreed procedures and criteria based on these guidelines and vendor standard
procedures.
2.1 Vendor shall demonstrate functional integrity of the system hardware and
software. No material or equipment shall be transported until all required tests
are successfully completed and certified "Ready for shipment” by owner/
consultant.
2.2 Owner/ consultant reserve the right to involve and satisfy him at each and every
stage of testing. They shall be free to request any specific test on equipment
considered necessary by him, although not listed in this specification. The cost of
performing all tests shall be borne by the vendor.
2.3 Vendor to note that acceptance of any equipment or the exemption of inspection/
testing in no way absolves the vendor of delivering the equipment meeting all
the requirements specified.
2.6 Vendor shall not replace any component/module/subsystem unless it has failed
and a log of such failures shall be maintained during FAT. If a subsystem fails
during FAT and is not repaired and made successfully operational within 4 Hours
of active repair time after the failure, the test shall be suspended and restarted all
over again only after vendor has replaced the device and bought the system into
a acceptable operational condition.
2.7 Testing and FAT shall be carried out in two phases. The minimum requirements
for testing during these two phases shall be as follows:
2.7.1 Under first phase, Vendor shall perform test at his works to ensure that all
components function in accordance with the specifications for each type of test.
A test report shall be submitted for owner/consultant review within two weeks of
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 324 of 440
DOCUMENT No.
Job Specification for Tank A307-0IY-16-51-SP- 2820
Farm Management system Rev.0
Page 12 of 16
completion of this test. All subsystem shall undergo a minimum of 30 days burn
out period. Following tests shall be performed by the vendor and reports shall be
forwarded to owner/consultant.
a) Quality control test which shall be carried out to ensure quality of all
components and modules.
2.7.2 Second phase of testing shall systematically, fully and functionally test all
hardware and software in the presence of owner/consultant. All subsystem
shall be interconnected to simulate, as close as possible, the total integrated
system. Following minimum test shall be carried out:
c) Functional testing. This shall include the simulation of each input and
output to verify proper system response. The testing, as a minimum shall
include:
iii) 100% checking of graphics. Alarm screens, log reports configured in the
tank farm system.
v) Checking of all tank farm system console displays, keyboard and its
operation, printer/hard copier functions etc.
vi) System diagnostic checking for all subsystems on local level as well as
on console.
viii) Simulation of power failure & system restart self booting up of system
configuration and program after power restoration.
2.8 Vendor shall notify the owner/consultant at least three weeks prior to factory
acceptance test. In the event that representative arrives and the system is not
ready for testing, the vendor shall be liable for back charges for any extra time
and expenses incurred.
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 325 of 440
DOCUMENT No.
Job Specification for Tank A307-0IY-16-51-SP- 2820
Farm Management system Rev.0
Page 13 of 16
PART-III
Vendor must comply fully the general requirements to tank farm system including logistic
support services, documentation, warranty, maintenance contract and shipping
instructions.
1.1 The requirement of training for owner/ consultant personnel (One group
consisting of operators & the other group consisting of hardware/ software
engineers) in the operation of the equipment, hardware maintenance, software
maintenance, and operational software and diagnostics programs as set forth
herein.
1.2 Vendor shall be responsible for furnishing details of course outlines, manuals of
training, equipment necessary for training, exercise to evaluate trainee’s
progress. Vendor shall also be responsible for any other requirements necessary
to train the engineers and operators deputed by owner within a time limit so that
the acquire the necessary expertise to maintain and operate the software and the
hardware supplied.
1.3 Vendor shall be provided per diem rate for above training facilities at his works
(in house) and at site separately.
1.4 The vendor shall warrant that spare parts for the system would be available for a
minimum of Ten years. After this period if vendor discontinues the production of
spare parts, vendor shall give at least 24 months notice prior to such is
continuance so that owner may order his requirements of spares in one lot.
2.0 DOCUMENTATION
2.1 Vendor shall furnish all Documents required as per Vendor Data Requirements
enclosed in the bid package, with quotation, after order placement for
review/approval and as final documentation.
2.2 As a minimum the documentation w.r.t. to the items quoted shall include the
following
a) General specification.
b) Technical information.
c) Operating and maintenance manuals
d) Installation manuals
e) Test plans and test reports
f) Parts list catalogs with recommended spare parts.
g) Software manuals
h) Work sheets, Engineering drawings, and documentation prepared for the
configuration of the offered system.
i) Loop drawing containing full information of each loop with field
Termination, junction box nos., cables no. device address, power supply
connection etc.
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 326 of 440
DOCUMENT No.
Job Specification for Tank A307-0IY-16-51-SP- 2820
Farm Management system Rev.0
Page 14 of 16
2.3 All these documentation shall be furnished in hard cover loose ring folders in 'A'
size (216mm x 239mm).
2.4 Final as built documents shall be furnished within one month of final acceptance
after incorporating all modifications at site, if any.
3.0 WARRANTY
3.1 Vendor shall be responsible for the manufacture in respect of proper design,
quality, workmanship, and maintenance of all equipment, accessories etc.,
supplied by the vendor including all services, spares and consumables for a
period specified in the commercial terms and conditions of the requisition. To
fulfill the same, it shall be obligatory on part of vendor to modify / upgrade and/ or
replace any hardware from the supplied equipments and modify / upgrade the
operating system software, Tank farm software, MMI software and application
software, other software, supply the required spares and consumables and
attend to the maintenance of the system, free of cost, during start-up and on-line
operation & maintenance of Tank farm management system, within the Warranty
Period. Any modifications/up gradations or replacement of any hardware &
software during warranty shall not affect the performance & functionality of the
system.
3.2 During warranty period, as a minimum for preventive maintenance Tank Farm
vendor shall make quarterly visits (4 visits per year). Further the replacement /
maintenance requirements of the total system shall be attended on call basis
within 24 hours from the first service call by COMPANY. After reporting at site,
the TFMS vendor shall resolve reported problems of TFMS by the purchaser
with 24 hours of his arrival at site. otherwise warranty period shall be suitably
extended. The lump sump price shall be inclusive of relevant specialists and
covering all aspects of traveling, allowances etc. during the duration of the
warranty, for attending to preventive and breakdown maintenance of complete
system hardware and software.
3.3 The above points shall be covered in the quotation of the Tank Farm vendor, as
a part of lump sum price of the system.
3.4 As soon as the Warranty phase has been successfully completed and the tank
farm vendor fulfils his obligation he shall be eligible to apply for COMPLETION
CERTIFICATE. The COMPANY shall issue to the Tank Farm Vendor the
COMPLETION CERTIFICATE after receiving an application from Tank Farm
Vendor after verifying that works have been completed in accordance with the
contract document.
a) The bidder shall include proposal at the time of bid for providing post warranty
maintenance for 5 years after completion of warranty period and provide the total
non comprehensive type without spares of the system like TFMS including radar/
Servo Gauge and any other system/subsystem which is part of this MR.
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 327 of 440
DOCUMENT No.
Job Specification for Tank A307-0IY-16-51-SP- 2820
Farm Management system Rev.0
Page 15 of 16
b) The proposal shall include supply of maintenance spares, tools and tackle as
required; travel, boarding & lodging of service engineer. The bid shall be made
year wise up to 5years and the price validity shall be available for the entire
period of contract.
d) Owner personnel will work on system day-to-day basis and wherever possible,
owner shall inform the type of failure of hardware /software to vendor based on
diagnostic available with the system. However vendor shall be fully responsible
to attend and rectify the root cause and the failure at the shortest possible time.
e) Vendor may utilize the spare modules available with owner if necessary and
available with owner at site, which is part of mandatory spares supplied with
system as per this MR.
However if vendor desires, additional spares other than what is available as
mandatory spares may be stored at client premises to meet the schedule of
rectification of fault during emergency/maintenance.
In case any hardware /software used from owner stock, it shall be replaced by
vendor within 7 days with no cost to owner. Vendor shall maintain a record of all
faults during post warranty period.
i. Preventive Maintenance.
ii. Periodic Maintenance.
iii. Emergency Service.
iv. Software Support.
i) Preventive Maintenance:
Once in a year during planned shutdown, client will inform the vendor one month
in advance for shutdown dates. Preventive maintenance shall involve complete
overhaul of the system, inspection of hardware and software, fault prediction,
inspection of power supply quality, environmental operating condition checks,
calibration checks, major repairs/replacements, replacement of cards and
accessories because of expected ageing failure and detailed reporting, manual
cleaning of each card and cabinet filters.
This visit is in addition to visit required for periodic maintenance.
j) Periodic Maintenance:
Site visits, minimum three times in a year , schedule of visits to be discussed and
finalized jointly between vendor and client after placement of order/delivery. It
shall include inspection of general healthiness of the system, study and advice
on daily maintenance, inspection of H/W & S/W, if any problem is reported, and
running of test programs, on-line servicing and solving reported problems.
Checks shall be conducted on running system i.e. (a) On-line sub-system (b)
Power supply checks (c) TFT
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 328 of 440
DOCUMENT No.
Job Specification for Tank A307-0IY-16-51-SP- 2820
Farm Management system Rev.0
Page 16 of 16
k) Emergency Service:
In the event of any malfunction of the TFMS hardware/system software during
this period, Service Engineer must report at site within 24 hrs. of report of failure,
with necessary spares.
The system must be brought back within 24 hours after reporting at site.
NOTE:
1. Vendor to note that while carrying out the Post Warranty Maintenance Contract
Activities, BPCL KR engineers shall associate with the bidder. On-job training of
these associated engineers shall be covered under this scope.
2. This shall include all items being supplied by vendor, including any bought out
items but not limited to the following:
i) Labor and materials, at no additional cost, to repair any system devices
including radar Servo gauges, communication devices, computers and
related equipment, network devices, printers etc.,
ii) Labor and materials, at no additional cost, to provide tests, and adjustment to
system devices including printers.
ii) Regular checkups to ensure that a correct procedure is established for data
base backup and archiving.
l) Software Maintenance/Support:
Vendor to maintain the existing operating & application software to improve upon
performance of the system. Software modification and up gradation, as & when
required shall also be covered under this scope at no extra cost.
5.1 All the materials used for packing, wrapping, seals, moisture resistant barriers
and corrosion prevention shall be of recognized brands and shall conform to the
best standard for the articles, which are packed.
5.2 Workmanship shall be in accordance with the best commercial practices and
requirements of applicable specifications. There shall be no defects, imperfection
or omissions which would tend to impair the protection offered by the package as
a whole.
5.3 The packing shall be suitable for storing in tropicalised condition, as specified in
data sheets.
5.4 Shipment shall be thoroughly checked for completeness before final packing and
shipment. Vendor shall be fully responsible for any delay in installation or
commissioning schedule because of incomplete supply of equipments.
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 329 of 440
SCOPE OF WORK Document No.
FOR
A307-0IY-16-51-SOW-2820,
TANK FARM MANAGEMENT
Rev 1
SYSTEM
Page 1 of 6
SCOPE OF WORK
FOR
SCOPE
Sr.
DESCRIPTION RADAR SERVO
No. OWNER
VENDOR VENDOR
I Design, engineering, manufacturing,
factory testing, integration, Factory
Acceptance Test, packing &
transportation, installation, calibration,
commissioning, site acceptance testing of
complete Tank farm management system
as per MR .
1 Scope of supply for Group-A/ Group-B
1.1 Supply of radar level instruments X
1.2 Supply of servo level instruments X
1.3 Supply of multi element temperature probe
& water cut probe (Wherever specified in X
the data sheet)
1.4 Supply of pressure transmitter (Wherever
X
specified in the data sheet)
1.5 Supply of tank side indicator for each type X X
SCOPE
Sr.
DESCRIPTION RADAR SERVO
No. OWNER
VENDOR VENDOR
indicator.
1.15 Supply of power cable with cable glands
from tank side indicator to radar & servo X X
tank gauge.
1.16 Supply of power cable (110 VAC UPS)
from power distribution board (TFMC &
X X
ACTP CR) to common power JBs located
near the tank dykes
1.17 Supply of power cable (110 VAC UPS)
from power distribution board (TFMC &
X X
ACTP CR ) to FIU cabinets in TFMC
/ACTP CR.
1.18 Supply of power cable (110 VAC UPS)
from FIU cabinet to configuration PC X X
TFMS.
Supply of power cable (230V AC non
UPS) from PDB to FIU in TFMC/ACTP X X
1.19
CR.
Supply of perforated cable trays for
routing signal cables from radar tank
1.20
gauge to multi element temperature probe/
water cut probe & pressure transmitter,
X
radar level gauge & servo gauge to
respective tank side indicators, radar tank
gauge / servo gauge/ tank side indicator to
field JB.
1.21 Supply of perforated cable trays for
routing signal cables/power cables from
field JB/ power JBs located outside the
X
dyke to main cable duct (Supplied by
owner) to TFMC/ACTP CR for Group-A
& Group-B
1.22 Supply of perforated cable trays for
routing power cable from power switch to
X
radar tank gauge /servo tank gauge/ tank
side indicator.
1.23 Supply of perforated cable trays for
routing power cable from radar tank X
gauge, servo gauge to tank side indicator.
1.24 Supply of erection materials for the
installation of JB’s, tank side indicators, X X
power switch, etc.
1.25 Supply of FIUs & panel for mounting
X X
FIU’s
1.26 Supply of TFMS PC with required
X X
software.
SCOPE
Sr.
DESCRIPTION RADAR SERVO
No. OWNER
VENDOR VENDOR
1.27 Supply of any other material which
X X
required for completing the work.
II Design & detailed engineering X X
III Factory acceptance testing X X
IV Packing, forwarding, transportation and
storage at site of complete tank farm X X
management system
V Installation
1.1 Installation of radar tank gauge & servo X X
tank gauge
1.2 Installation of multi element temperature X
probe & water cut probe
1.3 Installation of pressure transmitter X
(Wherever specified in the data sheet)
1.4 Installation of tank side indicator X X
SCOPE
Sr.
DESCRIPTION RADAR SERVO
No. OWNER
VENDOR VENDOR
indicator.
Laying, glanding and termination of power X X
cable between radar tank gauge, servo tank
1.13
gauge & tank side indicator.
Laying, glanding and termination of X X
signal cable between radar tank
1.14
gauge/servo gauge, tank side indicator to
field JB
1.15 Installation of FIU cabinet in TFMC & X X
ACTP CR.
1.16 Laying, glanding and termination of signal X X
cable from field JB to FIU at respective
Control rooms (TFMC/ ACTP C/Rs).
1.17 Laying of 110 VAC power cable from X X
UPS PDB to FIU panel.
1.18 Glanding & termination of 110 VAC X X
power cable from UPS PDB to FIU panel.
1.19 Laying of 230 VAC power cable from 230 X X
VAC non-UPS PDB to FIU panels.
1.20 Glanding & termination of 230 VAC X X
power cable from 230 VAC non UPS PDB
to FIU panels
Laying, glanding & termination of 110 X X
VAC UPS & 230 VAC non-UPS supply
from FIU cabinets in TFMC /ACTP CR to
1.21
TFMS vendor supplied systems (TFMS
PC, panel lights & fans etc).
1.22 Laying, glanding & termination of X X
110VAC UPS power supply cable from
PDB at TFMC C/R & ACTP C/R to
common power JBs located near tank dyke
area
Redundant serial link cable Laying, X X
glanding & termination from FIU cabinet
1.23
at TFMC & ACTP CR to Invensys
(augmented) DCS system at TFMC &
ACTP CR
1.24 Grounding of FIU cabinets (supply & X X
installation of all accessories like earth
bus, earthing cable etc.) in TFMS vendor
scope
1.25 Field testing, calibration & commissioning X X
of complete tank farm management system
(TFMS)
1.26 Co-ordination with DCS vendor for X X
successful integration of the TFMS system
SCOPE
Sr.
DESCRIPTION RADAR SERVO
No. OWNER
VENDOR VENDOR
VI Site acceptance testing X X
VII Site training X X
VIII Warranty maintenance X X
IX System documentation X X
Sl no. Tank Details Control Radar LT Servo LT tag Intermdiate Intermediat Intermediate JB Cable length from Field device FIU location
Room tag no no Junction e Junction location (Refer each tank gauges cable length
box- Radar box- Servo TFMS to intermediate JB from
Tank no. Type of New service Tank farm no. intermediate intermdeiate
roof junction box JBR & JBS
layout drawing) to FIU
I DHDS AREA
1 YT-25 FR crude TF1 new ACTP CR 0IY-LT-1301 0IY-LT-1303 IJBR-1 IJBS-1 Outside TF-1 400 750 (IJBR-1 & ACTP CR
Dyke wall in IJBS-1)
2 YT-26 FR crude ACTP CR 0IY-LT-1302 0IY-LT-1304 IJBR-1 IJBS-1 North-west 400 ACTP CR
3 YT-29 CR crude water drain TF2 new ACTP CR 0IY-LT-1401 0IY-LT-1402 IJBR-1 IJBS-1 corner. Common 300 ACTP CR
tank Juntction box
4 YT-28 CR Surge releif tank(1) new ACTP CR 0IY-LT-1501 0IY-LT-1502 IJBR-1 IJBS-1 300 ACTP CR
5 YT-383 IFR with ATF existing HSD/ATF/SKO tank existing is ACTP CR 0IY-LT-4003 0IY-LT-4007 IJBR-12 IJBS-4 West side of YT- 350 450 (IJBR-12 ACTP CR
fixed roof farm modified 440 out side dyke & IJBS-4)
6 YT-384 IFR with ATF existing HSD/ATF/SKO tank ACTP CR 0IY-LT-4004 0IY-LT-4008 IJBR-12 IJBS-4 area, near pipe 350 ACTP CR
fixed roof farm sleeper
7 YT-440 IFR with ATF existing HSD/ATF/SKO tank ACTP CR 0IY-LT-4001 0IY-LT-4005 IJBR-12 IJBS-4 250 ACTP CR
fixed roof farm
8 YT-450 IFR with ATF existing HSD/ATF/SKO tank ACTP CR 0IY-LT-4002 0IY-LT-4006 IJBR-12 IJBS-4 250 ACTP CR
fixed roof farm
9 YT-22 CRUDE Crude tank farm ACTP CR YT-22-LT1R YT-22LT2S IJBR-13 IJBR-5 North of tank YT- 200 700 (IJBR-13 ACTP CR
22 outside dyke & IJBS-5)
wall
II REFINERY AREA
1 YT-341 CR DCU feed TF-3 New TFMC CR 0IY-LT-1601 IJBR-2 North side YT- 180 750 (IJBR-2 & TFMC CR
0IY-LT-1602 IJBR-3 342/343 outside 180 IJBR-3)
dyke area
2 YT-342 CR DCU feed New TFMC CR 0IY-LT-1603 IJBR-2 180
0IY-LT-1604 IJBR-3 180
3 YT-343 CR DCU feed New TFMC CR 0IY-LT-1701 IJBR-2 180
0IY-LT-1702 IJBR-3 180
4 YT-344 CR DCU feed New TFMC CR 0IY-LT-1703 IJBR-2 180
0IY-LT-1704 IJBR-3 180
5 YT-107 DR NHT feed TF-4 New TFMC CR 0IY-LT-2501 0IY-LT-2503 IJBR-11 IJBS-3 North of YT- 160 1400 (IJBR- TFMC CR
6 YT-108 DR NHT feed New TFMC CR 0IY-LT-2502 0IY-LT-2504 IJBR-11 IJBS-3 116/YT-107 160 11 & IJBS-3)
outside Dyke wall
7 YT-291 DR Isom feed New TFMC CR 0IY-LT-2601 0IY-LT-2602 IJBR-11 IJBS-3 160
8 YT-115 DR Isomerate New TFMC CR 0IY-LT-2701 0IY-LT-2703 IJBR-11 IJBS-3 160
9 YT-116 DR Isomerate New TFMC CR 0IY-LT-2702 0IY-LT-2704 IJBR-11 IJBS-3 160
10 YT-111 CR coker TF-5 New TFMC CR 0IY-LT-2301 0IY-LT-2303 IJBR-10 IJBS-2 North of YT- 200 1700 (IJBR- TFMC CR
naphtha/coker 112/YT-113, 10 & IJBS-2)
11 YT-112 CR diesel
coker New TFMC CR 0IY-LT-2302 0IY-LT-2304 IJBR-10 IJBS-2 outside dyke wall 160
naphtha/coker
12 YT-113 CR diesel
coker New TFMC CR 0IY-LT-2401 0IY-LT-2403 IJBR-10 IJBS-2 160
naphtha/coker
13 YT-114 CR diesel
coker New TFMC CR 0IY-LT-2402 0IY-LT-2404 IJBR-10 IJBS-2 200
naphtha/coker
14 YT-44 CR diesel
VGO-HDT TF-6 New TFMC CR 0IY-LT-1801 IJBR-4 Between TF-6 & 250 1600 (IJBR-4 TFMC CR
0IY-LT-1803 IJBR-5 main control 250 & IJBR-5)
15 YT-45 CR VGO-HDT New TFMC CR 0IY-LT-1802 IJBR-4 room, outside 250
Dyke wall
0IY-LT-1804 IJBR-5 250
1 of 2
Page 336 of 440
Document no
Location details of Radar & Servo Level Transmitter A307-0IY-16-51-OD-2820 Rev 1
Sl no. Tank Details Control Radar LT Servo LT tag Intermdiate Intermediat Intermediate JB Cable length from Field device FIU location
Room tag no no Junction e Junction location (Refer each tank gauges cable length
box- Radar box- Servo TFMS to intermediate JB from
Tank no. Type of New service Tank farm no. intermediate intermdeiate
roof junction box JBR & JBS
layout drawing) to FIU
16 YT-46 CR HCGO HCGO New TFMC CR 0IY-LT-1901 IJBR-6 West side of YT- 150 450 (IJBR-6 & TFMC CR
0IY-LT-1902 IJBR-7 46/47 near new 150 IJBR-7)
17 YT-47 CR HCGO HCGO New TFMC CR 0IY-LT-1903 IJBR-6 pipe rack 150
0IY-LT-1904 IJBR-7 150
18 YT-32 CR FCC-PC FEED existing FCC-PC FEED Tank existing tank TFMC CR 0IY-LT-2001 IJBR-8 West side of tank 200 1300 (IJBR-8 TFMS CR
farm dismantled and 0IY-LT-2003 IJBR-9 YT-32/33, 200 & IJBR-9)
19 YT-33 CR FCC-PC FEED existing FCC-PC FEED Tank new fabricated TFMC CR 0IY-LT-2002 IJBR-8 outside dyke wall 200
farm in that location 0IY-LT-2004 IJBR-9 200
20 YT-340 BBU FEED TANK existing tank TFMC CR 0IY-LT-5001 IJBR-6 West side of YT- 500 450 (IJBR-6 & TFMS CR
dismantled and 46/47 near new IJBR-7)
new fabricated pipe rack
0IY-LT-5002 IJBR-7 500
in that location
(HOLD)
21 YT-12 FR HSD-IV Existing Crude tank farm existing tank, TFMC CR YT-12LT1R YT-12LT2S IJBR-14 IJBS-6 North of YT-12 200 900 (IJBR-14 TFMS CR
modification by near existing pipe & IJBS-6)
22 YT-15 FR HSD-IV BPCL KR TFMC CR YT-15LT1R YT-15LT2S IJBR-14 IJBS-6 sleeper 350 TFMS CR
23 YT-16 FR Naphtha Existiing Naphtha tank farm during TFMC CR YT-16LT1R YT-16LT2S IJBR-15 IJBS-7 South of YT-16, 200 550 (IJBR-15 TFMS CR
maintenance outside dyke wall & IJBS-7)
24 YT-17 FR Naphtha Existiing Naphtha tank farm TFMC CR YT-17LT1R YT-17LT2S IJBR-15 IJBS-7 600 TFMS CR
work
25 YT-18 FR Naphtha Existiing Naphtha tank farm TFMC CR YT-18LT1R YT-18LT2S IJBR-15 IJBS-7 500 TFMS CR
26 YT-70 FR Gasolene IV Existing gasolene tank farm TFMC CR YT-70LT1R YT-70LT2S IJBR-6 IJBS-8 West side of YT- 600 450 (IJBR-7 & TFMS CR
46/47 near new IJBS-8)
pipe rack
27 YT-150 CR+N2 VAC. DIESEL existing HSD/ATF/SKO tank TFMC CR 0IY-LT-2201 0IY-LT-2202 IJBR-15 IJBS-7 South of YT-16, 700 550 (IJBR-15 TFMS CR
farm outside dyke wall & IJBS-7)
28 YT-350 FR HSD-V Existing Intermediate tank TFMC CR YT-350LT1R YT-350LT2S IJBR-7 IJBS-8 West side of YT- 500 450 (IJBR-7 & TFMS CR
farm 46/47 near new IJBS-8)
pipe rack
2 of 2
Page 337 of 440
TANK FARM MANAGEMENT SYSTEM FOR
INTEGRATED REFINERY EXPANSION PROJECT Annexure III to
A307-0IY-YN-SI-2820 Rev. 0
KOCHI REFINERY – BPCL KR
Page 1 of 4
ANNEXURE III
(RESPONSIBILITY CHART)
1.1 Vendor must indicate clearly the responsibilities of each of the agencies in the format attached
(Responsibility Chart) along with definition of various agencies as described below.
a) Vendor - The party/ agency who quoted for the complete package.
b) Manufacturer - The agency who manufactures the TFMS/ any other item located at the manufacturer
works. Affiliate, sales offices, joint ventures, country office etc. shall not be considered as manufacturer.
1.2 The responsibility assigned in the format shall be from the agency or location, which meets proveness criteria.
m. Printer
INSTALLATION AT SITE
INSTALLATION AT SITE
SITE TRAINING
SYSTEM DOCUMENTATION
NOTES
1. Wherever the responsibility is other than the vendor for any brought out items, the sub supplier’s written
backup guarantee in the area of design, engineering, supply, testing, commissioning and maintenance
support shall be furnished.
2. Vendor shall also submit the sub-supplier’s written commitment with respect to supply of spares directly or through the bidder or directly to the
purchaser/owner.
g arei ENGINEERS
5f Tar Rateg INDIA LIMITED
G.A Undenak.9)
FOR TANK LEVEL
INSTRUMENTS
6-52-0014 Rev. 3
Pace 1 of 13
A g o 15:41 * fffg
9114) q 1 kill
STANDARD SPECIFICATION FOR
TANK LEVEL INSTRUMENTS
Abbreviations:
SS Stainless Steel
CONTENTS
1.0 GENERAL 4
3.0 NAMEPLATE 13
5.0 SHIPPING 13
6.0 REJECTION 13
s'iltr oft
ENCJNEERS
INDIA LIMITED FOR TANK LEVEL 6-52-0014 Rev. 3
01. Go, ol India undertaking,
INSTRUMENTS Page 4 of 13
1.0 GENERAL
1.1 Scope
1.1.1 This specification, together with the data sheets covers the requirements for the design,
materials, nameplate marking, inspection, testing and shipping of tank level instruments
complete with accessories.
1.1.2 The related standards referred to herein and mentioned below shall be of the latest editions
prior to the date of the purchaser's enquiry:
1.1.3 In the event of any conflict between this specification, Job Specifications / data sheets,
statutory regulations, related standards, codes etc., the following order of priority shall
govern:
Statutory Regulations
Job Specifications / Data Sheets
Standard Specification
Codes and Standards
1.1.4 In addition to compliance to purchaser's specification in totality, vendors extent of
responsibility shall include the following:
a) Purchaser's data sheets specify the minimum acceptable materials for the wetted
parts such as gauge head, float/displacer, antenna, temperature element sensor,
Isolation ball valve, calibration chamber etc. Alternate superior material of
construction shall also be acceptable provided vendor assumes complete
responsibility for the selected materials for their compatibility with the specified
fluid and its operating conditions
Formal No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved
Selection of proper type of antenna for radar type of tank level instruments based
on the service and specified operating conditions.
Purchaser's data sheets specify the provision of still-well wherever envisaged. It
shall be vendor's responsibility to verify the adequacy of still-well for the offered
tank level instrument. Vendor shall also indicate the requirement of still-well for
tanks/equipments where this is not indicated in the purchaser's data sheet.
1.2 Bids
1.2.1 Vendor's quotation shall be strictly as per the bidding instructions to vendor attached with
the material requisition.
1.2.2 Whenever a detailed technical offer is required, vendor's quotation shall include the
following:
Compliance to the specifications.
Whenever the requirement of detailed specification sheet for tank level instruments
is specifically indicated, a detailed specification sheet for each tank level
instrument shall be furnished, which shall provide all the details regarding type,
material of construction for body/displacer/float, type of antenna, specification of
transmitter/ switch and accessories like ball valve, calibration chamber, multipoint
temperature element, water probe, tank side indicator, remote interface unit etc. as
applicable. The material specifications and the units of measurement for various
parts in vendor's specification sheet shall be to the same standards as those
indicated in purchaser's data sheet.
Special cable required, if any, along with cable specifications and maximum
allowable cable length between tank level instrument and remote interface unit.
Proven references for each offered model of tank level instrument inline with
clause 1.2.3 of this specification.
e) A copy of approval from local statutory authority, as applicable such as Petroleum
& Explosives Safety Organisation (PESO) / Chief Controller of Explosives (CCE),
Nagpur or Director General of Mines Safety (DGMS) in India, for the electronic
instruments installed in electrically hazardous area along with:
Test certificate from recognised test house like Central Institute of Mining
and Fuel Research (CIMFR) / Electronics Regional Testing Laboratory
(ERTL) etc. for flameproof enclosure/intrinsic safety, as specified in the data
sheet, as per relevant standard for all Indian manufactured equipments or for
items requiring Director General of Mines Safety DGMS approval.
Certificate of conformity from agencies like Laboratorie Central Des
Industries Electriques (LCIE), British Approval Service for Electrical
Equipment in Flammable Atmospheres (Baseefa), Factory
Mutual (FM), Physikalisch-Technische Bundesanstalt (PTB) , Canadian
Standards Association (CSA), Underwriters Laboratories (UL) etc. for
compliance to ATEX directives or other equivalent standards for all
equipments manufactured outside India
0 Deviations on technical requirements shall not be entertained. In case vendor has
any valid technical reason, they must include a list of deviations tag number wise,
summing up all the deviations from the purchaser's data sheets and other technical
specifications along with the technical reasons for each of these deviations.
sheets. Items with proto-type design or items not meeting provenness criteria specified
above shall not be offered.
1.2.4 All documentation submitted by vendor including their quotation, catalogues, drawings,
installation, operation and maintenance manual etc. shall be in English language only.
1.2.5 Whenever specified, vendor must furnish certified values of failure rates, Probability of
failure on demand (PFD) with test intervals for offered items for safety integrity level
analysis.
1.2.6 Vendor shall also quote for the following:
Two years operational spares for each level instrument and its accessories, which
shall include electronic modules, output meter, antenna, temperature element,
measuring wire/tape, gaskets/o-ring, fuses etc. as a minimum.
Unit rate of any special cable.
c) Any special tools and tackles needed for maintenance work. In case no special
tools are necessary for maintenance for the offered level instruments, vendor must
certify the same in their offer.
1.3 Drawings and Data
1.3.1 Detailed drawings, data, catalogues and manuals required from the vendor are indicated by
the purchaser in vendor data requirement sheets. The required number of prints and soft
copies shall be dispatched to the address mentioned, adhering to the time limits indicated.
1.3.2 Final documentation consisting of design data, installation manual, operation and
maintenance manual etc. submitted by vendor after placement of purchase order shall
include the following, as a minimum:
Specification sheet for each level instrument and its accessories.
Certified drawing for each level instrument which shall provide following details;
Orientation and distance between centre lines of connecting flanges (in
case of mechanical float operated tank level instrument).
Overall dimensions of the complete top work instrument in millimetres.
Dimensions of displacer/float/antenna, water interface probe, temperature
element, isolation ball valve and calibration chamber in millimetres.
Dimensions and mounting details of tank side instrument i.e. tank side
indicator, power on-off switch etc.
Still-well details, wherever required.
Clearance space required for maintenance work.
vii) Wiring diagram for the complete assembly including terminal numbers and
cable type.
Copy of type test certificates
Copy of the test certificates for all tests indicated in clause 4.0 of this specification.
e) Installation procedure for tank level instruments.
0 Calibration and maintenance procedure including replacement of its pans/internals
wherever it is applicable.
2.0 DESIGN AND CONSTRUCTION
2.1 General requirements
2.1.1 The type of tank level instrument shall be as specified in purchaser's data sheet and shall be
supplied complete with head mounted local indicator, transmitter and tank side indicators.
Switch assembly shall be supplied when specified in purchaser's datasheet.
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved
2.1.2 The tank level instrument shall be suitable for the design pressure and temperature specified
in the purchaser's data sheets.
2.1.4 Unless specifically indicated otherwise in the purchaser's data sheet, the material of
construction of tank level instrument shall be as follows as a minimum:
All wetted metallicparts like float, displacer, tape, wire, etc. shall be of 316 SS and
soft parts like seals etc. shall be of PTFE.
Instrument top work consisting of instrument flange and measuring chamber shall
be of stainless steel. Expander/ Reducer assembly, if required, shall also be of
stainless steel.
c) Electronics housing shall be metallic only, e.g. of anodised aluminium.
2.1.5 Unless otherwise specified, the local digital readout provided at the gauge head and at tank
side shall read in millimetre. All digital indicators shall have a test push button to check the
illumination of all the seven segments of the indicator.
2.1.6 Each level instrument shall be provided with a power on-off switch, which shall be located
near the tank side indicator.
2.1.7 In general, tank level instrument shall be configurable either from gauge head /tank side
indicator or from a separate configurator. Where separate configurator is required, vendor
shall supply minimum two numbers of configurators unless otherwise specified in the
purchaser's datasheets. This requirement shall not be applicable for float operated tank level
instruments.
2.1.8 The design of electronic instruments shall be in compliance with the electromagnetic
compatibility requirements as per 1EC 61000-4.
c) Flange face finish shall be as per ASME B16.5. The face finish shall be as follows:
2.1.11 Whenever the purchaser's data sheet indicates the requirement of switch assembly, it shall
meet the following requirements:
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved
The switch assembly shall be integral to the gauge head/tank side indicator.
The switch assembly shall provide one set of DPDT (or two sets of SPDT)
contacts.
Unless otherwise specified, the contacts shall be rated as follows:
For explosion proof application: 2A, 110V DC
For Intrinsically safe application: 0.5A, 30VDC
All switch contacts except those used in Intrinsically safe circuit shall be Silver
plated. Switch contacts in Intrinsically safe circuit shall be suitable for the
application.
The alarm set points shall be freely configurable.
2.1.12 Terminal Housing
The terminal housing shall be suitable for the area classification indicated in the
purchaser's data sheets. Unless otherwise specified, the enclosure shall comply
with the following requirements as a minimum:
Weather proof housing: IP 65 as per IEC 60529
Flameproof housing: Flameproof/Explosion proof i.e., Ex (d) as per IEC
60079 for explosion proof construction
Flameproof housing shall also be made weather proof.
All cables shall terminate on the terminal blocks in all vendor supplied equipments
including gauge head, tank side indicator, power switch, temperature element,
water probe, transmitter etc. Separate terminal blocks shall be provided for power
and signal cables. Unless otherwise specified, terminals shall be suitable for
terminating following conductor sizes, as a minimum:
Signal cables : 2.5 sq. mm
Power cables : 6 sq. mm
Separate terminal box shall be provided in case instrument terminals available as
standard are not suitable to accommodate the specified conductor sizes.
2.1.13 Purchaser's data sheet specifies the size of still-well provided in the tank equipment. In case,
vendor's standard product requires still-well size smaller than that specified, vendor shall
include the supply of such still-well in their scope along with all mounting accessories, as
necessary, which shall fit into the specified still-well.
2.1.14 Accessories and Interconnections
All accessories including mounting brackets required for installation of tank
gauges and tank side indicator shall be supplied by vendor.
All signal cables/ power cable and related accessories like junction boxes, cable
glands etc., required for interconnection between gauge head, tank side indicator,
power on-off switch, multipoint temperature element and water probe etc. shall be
supplied by the vendor. Unless specified otherwise , Signal or Power Cable of
length equal to Range/Height of the tank to be measured as indicated in the
respective data sheet + Circumference of the respective tank + 15 meter shall be
supplied by the vendor.
c) All junction/ terminal boxes, power on-off switches, cables glands etc. shall meet
the requirements specified in the clause no.2.1.12 (a) of this specification.
2.2 Float Operated Tank Level Instruments
2.2.1 Unless otherwise specified, float type tank level instrument typically shall have level
accuracy of +2 mm.
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved
2.2.2 Purchaser shall provide three (3) numbers of nozzles on the tank top each of 11/2" flanged
with rating as specified in the purchaser's data sheet. Vendor supplied instrument shall suit
the above nozzle sizes.
2.2.3 The anchor bar shall be welded to the tank bottom. Instrument designed with unwelded solid
Weights holding the guide wires taut at the tank bottom shall not be supplied.
2.2.4 Springs of spring housing assemblies shall be cadmium or nickel plated, as a minimum.
2.2.5 Where liquid seals have been specified, vendor shall select a suitable fill fluid which is
compatible with the process fluid.
2.2.6 For tank level measurements in pressurised tanks/ equipments where purchaser's data sheet
does not specify liquid seal, the tank side indicator shall have inbuilt sealing to avoid ingress
of process vapours in the tank side indicator.
2.2.7 Vendor shall be responsible to supply complete pipe work and related fittings from tank top
to tank side indicator. The pipes shall be hot dip galvanised, as a minimum.
2.2.8 Unless otherwise specified, the transmitter when specified shall provide 4-20 mA output
from the tank side indicator.
2.3 Servo Operated Tank Level Instruments
2.3.1 All servo operated tank level instruments shall be installed on a 6" flanged equipment nozzle
with 12" size still-well. The flange rating of the equipment flange shall be as per purchaser's
data sheet.
2.3.2 The requirement of isolation ball valve shall be specified in the respective data sheets.
Unless specified other wise, the isolation valve shall be full bore ball type of 6" size.
Minimum Body Wall Thickness shall not be less than specified in ASME BI6.34.
2.3.3 Material of construction of drum housing/drum chamber compartment shall be stainless
steel, as a minimum.
2.3.4 Each servo level instrument shall be provided with a calibration chamber with a viewable
window of blast proof glass. The calibration chamber can be either integral to the
instrument or separate. Whenever calibration chamber is separate i.e. not integral to the tank
level instrument, the material of construction of calibration chamber shall be stainless steel.
The calibration chamber shall also permit insertion / removal of displacer for maintenance
without removing the instruments.
2.3.5 Raising or lowering of displacer for calibration shall be possible on-line with the design of
still-well indicated in the material requisition.
2.3.6 As a standard, high and low level limit stop shall be provided to prevent the level sensor
from being driven beyond the working range.
2.3.7 The instrument measurement shall not be sensitive to pressure variation seen by the
instrument in the measuring chamber.
2.3.8 It shall be possible to raise or lower the displacer remotely i.e. from tank side indicator.
Where the level instrument is serially interfaced to remote interface unit, this facility shall
also be available at the remote interface unit.
2.3.9 The servo type tank level transmitter shall be capable of providing the following outputs,
Serial output as per vendor standard protocol or field bus protocol as per IEC 61158.
Analogue 4-20 mA DC current output.
However, the output as required from the servo type level instrument shall be as specified in
purchaser's data sheet.
2.3.10 The tank level instrument shall be capable of accepting input from multi element tank
temperature sensors (either thermocouple or resistance temperature detectors) and transmit
the same as a part of serial signal from the transmitter.
Copyright EIL — All rights reserved
Format No. 8-00-0001-F1 Rev. 0
The tank level instrument electronic shall automatically determine the average termperature
by identifying;
all the submerged elements in case of spot type sensors.
Longest fully submerged temperature element in case of variable length type sensor.
In case, the vendor standard tank level instrument does not meet this requirement separate
field mounted electronics shall be offered to meet this requirement.
2.3.11 The servo level instrument shall be capable of measuring water level interface and product
density. This data whenever required shall be transmitted as a part of serial signal.
2.3.12 Performance Requirements
The accuracy of servo type of tank level instrument inclusive of linearity, repeatability and
hysteresis shall be as follows:
Level accuracy shall bet 1mm over the entire tank height.
Density accuracy shall be +0.005gm/cc over the complete set density range.
2.4 Radar type Tank Level Instrument
2.4.1 The type of antenna shall be as specified in the purchaser's data sheet. Where type is not
indicated in purchaser's data sheet, vendor shall select suitable type of antenna for the
specified process conditions including dielectric constant, viscosity and performance
requirements.
2.4.2 Purchaser's data sheet indicates the nozzle size and rating of the equipment for radar type of
level instrument. The size and rating of the tank level instrument shall be same as the tank
nozzle requirement specified in the purchaser's data sheet.
2.4.3 The radar type tank level transmitters shall be capable of providing following outputs:
Serial output as per vendor standard protocol or field bus protocols as per IEC 61158
Analogue 4-20 mA DC current output.
However, the output as required shall be specified in the purchaser's data sheets.
2.4.4 The tank level instrument shall be capable of accepting inputs from averaging type of tank
temperature sensors (either thermocouple or resistance temperature detectors) and transmit
the same as part of serial signal.
The tank level instrument electronic shall automatically determine the average temperature
by identifying;
All the submerged elements in case of spot type sensors.
Longest fully submerged temperature element in case of variable length type sensor.
In case, the vendor standard tank level instrument does not meet this requirement separate
field mounted electronics shall be offered to meet this requirement.
In addition to temperature sensor inputs, the transmitter shall also be capable of accepting
water probe input and pressure transmitter input, carry-out calculations and transmit the
signals as required, as part of serial interface.
2.4.5 For pressurised liquified gas level measurement, if required, the tank level instrument shall
have a built in pressure transmitter to compensate for the pressure variations inside the
equipment to maintain the performance requirement. Calibration pin shall be provided for
the on-line verification of the calibration of level instrument.
2.4.6 Performance Requirements
The accuracy of radar type of tank level instruments inclusive of linearity, repeatability and
hysteresis shall be as follows:
a) Level accuracy shall be ± I mm over the entire tank height.
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved
b) Level accuracy in case of pressurised liquified gases shall be +1.5 mm over the entire
tank height.
2.5 Remote Interface Unit (RIU)
2.5.1 Remote interface unit shall be microprocessor based programmable device capable of
accepting data from the tank level instruments over a serial network.
2.5.2 The remote interface unit shall have a display unit and a keyboard for operation,
maintenance and configurational requirements of tank level instrument.
2.5.3 Remote interface unit shall facilitate the following operational requirements;
Communication between field level instruments and purchaser's host system.
Ensure data integrity through data security control.
c) Provide to display for the following:
Process parameters like level, temperature density and water interface as
applicable.
Diagnostic alarms of tank level instruments.
Command display for tank level instruments.
Mode display.
Separate personal computer shall be provided if the interface unit does not have built-
in display and/or keyboard as per specifications.
Hoisting mechanism for servo type tank level instruments for verification of level
calibration, density measurement and interface level measurement.
Calibration of any level instrument connected to the interface units.
2.5.4 Interface unit shall provide a redundant MODBUS (RTU) with RS 485 serial output for
interface with host.
2.5.5 Interface unit shall be supplied complete with all hardware and software capable of
monitoring and system diagnostics. Zero checking of the level instruments shall also be
possible from remote interface unit.
2.5.6 The interface units shall be supplied pre-installed and pre-wired in interface unit cabinets
unless specified otherwise in the material requisition.
2.6 Tank-side indicator:
2.6.1 Tank-side indicator shall provide a digital display and shall display the following
information:
Display for level, density and interface level, as applicable for the type of tank level
instrument.
Average tank temperature when multipoint temperature elements are also installed
along with the tank level instrument.
c) Status of tank level instruments.
The parameter to be displayed shall be selectable from the tank side indicator or through
separate hand held terminal.
2.6.2 A test switch shall be available with tank side indicator to test the integrity of display.
Where no switch is provided, the testing should be possible from a hand held terminal.
2.6.3 Unless specifically indicated otherwise, both certified intrinsically safe or explosion proof
tank side indicator shall be acceptable for hazardous area installation.
2.6.4 Tank side indicator shall be suitable for 2" pipe mounting. Accessories required for pipe
installation shall be supplied by the vendor.
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved
2.8.5 The end connections for the installation of temperature element on the equipment/Tank shall
be 2" flanged, unless otherwise specified, with rating and type as indicated in purchaser's
data sheet. The flange material shall be SS 316, unless otherwise specified.
Provision of anchoring the free-end of the temperature element shall be provided either by
providing
Anchoring weights of suitable size. The material of construction of weights shall be
SS 316, as a minimum.
Bolted anchor, when specifically indicated or whenever integrated water interface-
cum-temperature sensor is specified.
2.8.6 The temperature element shall be installed in a slotted still-well of 2" size.
Thermowell shall be provided, whenever specified. The material of construction of
Thermowell shall be SS 316, as a minimum. Fill fluid shall be supplied whenever
Thermowell installation is specified.
2.8.7 The multi-element temperature sensor shall be connected to either tank level instrument
electronics or to a separate electronics as per vendor standard product.
2.8.8 Performance Requirements
Unless otherwise specified the multi-element temperature sensor shall have a measurement
accuracy of +0.5 deg°C throughout its measurement range.
3.0 NAMEPLATE
3.1 Each tank level indicator shall have a stainless steel nameplate attached firmly to it at a
visible place, furnishing the following information:
Tag number as per purchaser's data sheet.
Manufacturer's serial number and model number.
Manufacturer's name/trade mark.
Range of level measurement in millimetres.
e) Nominal end connection size in inches and rating.
1) Area classification in which the equipment can be used.
g) Hazardous area certificate number.
4.0 INSPECTION AND TESTING
Purchaser reserves the right to inspect and witness testing of all the items at the vendor's
works in line with the inspection test plan and approved quality documents for tank level
instruments. All these tests shall be completed by the vendor and test reports shall be
submitted to Purchaser for scrutiny.
5.0 SHIPPING
5.1 All threaded and flanged openings shall be suitably covered to prevent entry of foreign
material.
5.2 All the items comprising a tank level indicator system shall be individually packed and
shipped in the same crate.
6.0 REJECTION
6.1 Vendor shall prepare their offer strictly as per clause 1.2 of this specification and shall attach
only those documents, which are specifically indicated in the material requisition.
6.2 Any offer not conforming to the above requirements, shall be summarily rejected.
ftriteze t
ffitawr tftcrur
INSPECTION AND TEST PLAN
FOR
TANK LEVEL INSTRUMENTS
Abbreviations
AS Alloy Steel MRT Mechanical Run Test
BASEEFA British Approval Service for Electrical Equipment in Flammable MPT/MT Magnetic Particle Testing
Atmospheres MTC Material Test Certificates
BIS Bureau of Indian Standards MOC Material of Construction
CCE or CCOE Chief Controller of Explosives NPSH Net Positive Suction Head
CELL Certification Engineers International Limited NDT Non Destructive Testing
CIMFR Central Institute of Mining & Fuel Research NEMA National Electrical Manufacturers Association
CE Carbon Equivalent PO Purchase Order
DFT Dry Film Thickness PESO Petroleum Explosive Safety Organization
DT : Destructive Testing PQR Procedure Qualification Record
DP or DPT : Dye Penetrate Testing PR Purchase Requisition
ERTL Electronics Regional Test Laboratory PMI : Positive Material Identification
FCRI : Fluid Control Research Institute PTB Physikalisch-Technische Bundesanstalt
FM : Factory Mutual QC Quality Control
FLP : Flame Proof RT : Radiography Testing
HART : Highway Addressable Remote Transducer SS Stainless Steel
HV : High Voltage TC : Test Certificate
ITP : Inspection and Test Plan TPI or TPIA : Third Party Inspection Agency
IP : Ingress Protection UT : Ultrasonic Testing
IC : Inspection Certification UL : Under writer Laboratories
IR : Insulation Resistance VDR : Vendor Data Requirement
IEC : International Electro technical Commission WPS : Welding Procedure Specification
JEC : Japanese Electro technical Committee WPQ : Welders Performance Qualification
LPT : Liquid Penetrate Testing XLPE : Cross Linked Poly Ethylene
1.0 SCOPE
This Inspection and Test Plan covers the minimum inspection and testing requirements for Tank Level Instruments.
SCOPE OF INSPECTION
SL QUANTUM OF
STAGE/ ACTIVITY CHARACTERISTICS RECORD SUB
NO. CHECK SUPPLIER EIL/TPIA
SUPPLIER
1.0 Procedures -- -- -- -- --
WPS
Welding procedure Qualification for welding W (New)
1.1 WPS/PQR/WPQ 100% PQR -- H
involved in float & fabrication. R (Existing)
WPQ
2.0 Material Inspection
Incoming Material like Float • Material Identification, Chemical &
/ Displacer, Bottom anchor, Mechanical Properties, Heat treatment.
Guide wire assembly, Gauge 100% Material Test
H/R
2.1 head housing, Guide wire, Certificates / Test H R
(Note 1)
Tape, Pipe, Elbow, Union, Lab Certificates
Flange, Socket, calibration
chamber etc.
3.0 In process Inspection
Machining of components Visual, Dimensions.
Supp
Supplier's Test _
3.1 and assembly 100% H -
Records
SCOPE OF INSPECTION
SL QUANTUM OF
STAGE/ ACTIVITY CHARACTERISTICS RECORD SUB
NO. CHECK SUPPLIER EIL/TPIA
SUPPLIER
Visual check
Dimensional checks
Check calibration status of all testing
equipment
Calibration & functional test for tank level
instruments
Supplier's Test
Calibration for multi element temperature 100% by supplier H H/W
Records and -
4.1 Final Inspection sensor. and on random
Inspection
Calibration for water interface probes. basis by
Witness Record
Functional test for RIU (Remote Interface EIL/TPIA
Units)
Pressure test on float
Load driving capability check on transmitter
I.R test and voltage test on transmitter
SCOPE OF INSPECTION
SL QUANT UM OF
STAGE/ ACTIVITY CHARACTERISTICS RECORD SUB
NO. CHECK SUPPLIER EIL/TPIA
SUPPLIER
gauge / transmitter / indicator enclosure
Electromagnetic compatibility certificate
5.0 Painting
Special cleaning and packing for oxygen and
Packing list /
Painting chlorine services
5.1 100% Supplier's - H
Pre treatment, primer and final paint, shade, Records
thickness.
6.0 Documentation and IC
Supplier's Test
Review of Internal Test Reports & MTCs Records /
6.1 Documentation and IC 100%
Inspection
- H H
IC issuance.
Certificate
Legends: H- Hold (Do not proceed without approval), Random 10% , R-Review, RW-Random witness, W- Witness (Give due notice, work may
proceed after scheduled date).
NOTES :
All NACE, Hydrogen service, AS, SS flanges to be inspected by TPIA appointed by the Main Supplier. CS flanges upto size 24" — 300 ANSI will be accepted on
review of Supplier Test Certificates. Supplier test certificate to be reviewed by TPIA.
Wherever W/R or H/W is indicated, Inspection Engineer shall decide the option to be exercised for the particular stage and supplier
Supplier's in house procedures may be accepted in case TPI/EIL is satisfied with adequacy of procedures to comply with Purchase Order/Specifications requirements.
In case of non availability of suitable procedures, fresh procedures may be qualified under TPI/EIL witness. .
In case of conflict between purchase specification, contract documents and ITP, more stringent conditions shall be applicable.
This document describes generally the requirements pertaining to all types of the item. Requirements specific to PO and the item are only applicable.
Acceptance Norms for all the activities shall be as per PO/PR/ Standards referred there in/ Job specifications /Approved documents
ANNEXURE II
(LOGISTIC SUPPORT FORMATS)
MARKET IN NEXT THREE (3) YEARS FROM THE DATE OF PLACEMENT OF ORDER AS A
PART SUPPORT FOR A PERIOD OF NOT LESS THAN TEN (10) YEARS FROM THE DATE OF
EXPIRY OF WARRANTY.
WITHDRAWN FROM “INDIAN” MARKET IN NEXT THREE (3) YEARS FROM THE DATE OF
MAINTENANCE SUPPORT, AND SPARE PART SUPPORT TO M/s BPCL-KR FOR A PERIOD OF
NOT LESS THAN TEN (10) YEARS FROM THE DATE OF EXPIRY OF WARRANTY.
POWER CONSUMPTION DETAILS FOR 110V AC UPS (FIELD & CONTROL ROOM)
1. Bidder to provide power consumption for each FIU panel, accordingly incoming feeder
shall be provided in UPS ACDB at TFMC control room & ACTP Control room. Further
distribution to bidder supplied items like FIU, TFMC PC, printer etc., shall be done by
bidder.
2. Bidder to provide power consumption rating for each common power JBs considered by
the vendor near each tank farm dyke area. Accordingly power feeders shall be provided in
UPS PDB by the purchaser.
3. Supply of power cable from UPS PDB at C/R to each common power JBs shall be in the
bidder’s scope. Further distribution from common power JB to each radar/ Servo LT also
by the bidder.
4. Bidder to submit the power cable sizing calculations during detailed engineering for EIL’s
review & approval. Bidder to note that allowable voltage drop due to cable impedance
shall be 5% maximum.
5.
____________________________________________________________________________________
Format No.
Page 3941641-1924
of 440 Rev.1 Copyrights EIL - All rights reserved
ANNEXURE-I A307-0IY-16-51-PCV-2820
-IY-YN-SP-2820
POWER CONSUMPTION Rev 1
DETAILS Page 2 of 2
____________________________________________________________________________________
Format No.
Page 3951641-1924
of 440 Rev.1 Copyrights EIL - All rights reserved
Page 396 of 440
A307-0IY-16-51-OD-2822 REV 2
Page 397 of 440
Page 398 of 440
Page 399 of 440
Page 400 of 440
Page 401 of 440
Page 402 of 440
Page 403 of 440
Page 404 of 440
Page 405 of 440
Page 406 of 440
Page 407 of 440
Page 408 of 440
Page 409 of 440
Page 410 of 440
Page 411 of 440
Page 412 of 440
Page 413 of 440
Page 414 of 440
Page 415 of 440
Page 416 of 440
Page 417 of 440
Page 418 of 440
Page 419 of 440
Page 420 of 440
Page 421 of 440
Page 422 of 440
Page 423 of 440
Page 257 of 1175
Page 424 of 440
Page 258 of 1175
Page 425 of 440
W-600.00
3000W x 750D
INST. RCC CABLE TRENCH 3100W x 750D REF. DWG. NO. REFERENCE DRAWING TITLE
W-800.00
W-400.00
W-200.00
FOR INST. CABLE DUCT FOR INST. CABLE DUCT
INST. RCC INST. RCC 1200W x400H
1200W x400H A307-000-16-47-0001 REV-3 OVERALL PLOT PLAN
INST. RCC CABLE TRENCH CABLE TRENCH 1000W x 400H
600W x 750D 1200W x400H CABLE TRENCH
FOR INST. CABLE DUCT IBC - 1 FOR VGO-HDT FOR VGO-HDT
FOR DHDT FOR DHDT
INST. RCC A307-IUC-16-51-0800 REV-B INST. CABLE ROUTING LAYOUT FOR CT-1 & CT-2
400W x200H TYPE-VI
FOR FO CABLES TO MCR CABLE TRENCH 3600W x1800D IBC - 7 A307-IUS-16-51-0800 REV-B INST. DUCT LAYOUT FOR CPP/GTG/HRSG UNITS.
TYPE-VI WALK WAY
CONCRETE 600W x 750D 3600W x1800D
INST. RCC CABLE TRENCH
IBC - 13 BATCHING PLANT & INST. RCC
600W x 750D
TYPE-VI CEMENT GODWON IBC - 8
N
FOR INST. CABLE DUCT CABLE TRENCH
INST. RCC 3600W x1800D
400W x200H TYPE-I
FOR HW CABLES TO MCR CABLE TRENCH
400W x 400D 1700W x 850D EL. HOLD
INST. RCC (FOR PIPERACK DETAILS
CABLE TRENCH INST CABLE DUCT
N-1200.00 IRC-2
IRC-6 1200W x 400H REFER PIPING INPUT) NOTES :-
IBC-17
INST CABLE DUCT
1700(W)X800(D)
800W x 300H
IRC-3
INST. RCC CABLE TRENCH 3000W x 750D INST CABLE DUCT
FOR INST. CABLE DUCT
1200W x400H INST. RCC FACT 800W x 300H
(HOLD)
1200W x400H CABLE TRENCH 3100W x 750D
INST. RCC RCC INSTRUMENT
FOR DCU & CR LPG TREA.
CABLE TRENCH CABLE TRENCH
1000(W)X850(D)
IBC - 2
1400W x 750D FOR DETAIL REFER DRAWING
TYPE-VI
3600W x 1500D
INST. RCC NO. A307-IUC-16-51-0800 REV.B HOLDS:-
CABLE TRENCH DETAIL - A
1. CABLE ROUTING:
IBC - 3 INST. CABLE DUCT IRC-5 A. REFINERY BATTERY LIMIT TO RWTP
TYPE-II 600W x 200H 3x3 NOS. OF
N-1000.00 1700W x 850D 400W x 200H C/R.
INST. RCC CABLE TRENCH
B. FOR S BLOCK INST. AIR DRYER, FROM
IBC - 4 1200W x400H IRC-4
TYPE-VI
1000W x 400H
FOR DHDT 3x3 NOS. OF FIELD TO SRR-1.
W-1200.00
W-1000.00
W-1600.00
W-1400.00
3600W x 1000D C. SOUR FLARE SYSTEM (DHDS AREA)
W-1800.00
INST. DUCT
3000W x 850D 400W x 200H
INST. RCC IBC - 9 FROM FIELD TO SRR-1.
CABLE TRENCH TYPE-I
1700W x 850D
SECTION `A-A'
IBC - 5
TYPE-I
2300W x 750D 1000W x 750D
1700W x 850D
INST. RCC INST. RCC 600W x 750D
CABLE TRENCH 800W x 750D
IBC - 6 CABLE TRENCH IBC - 11
INST. RCC INST. RCC
TYPE-I CABLE TRENCH TYPE-I CABLE TRENCH
INST. CABLE DUCT
1700W x 850D 800W x 300H 1700W x 850D
N-800.00 600W x 200H
INST. DUCT 2 NOS.
1000W x 400H INSTRUMENT DUCT 1500W x 750D IBC - 10 1000W x 750D
1000W x 400H INST. RCC TYPE-I INST. RCC
1200(W)X400(H) CABLE TRENCH
1700W x 850D CABLE TRENCH
3000W x 750D
INST. DUCT 2 NOS.
INST. RCC
1200W x 400H CABLE TRENCH
1200W x 400H INST. RCC CABLE TRENCH
E-800.00
E-200.00
E-400.00
E-600.00
FOR INST. CABLE DUCT
IBC - 12 1200W x400H
TYPE-VI 800W x 300H
3600W x 1800D FOR CDU/VDU/NSU
INST. DUCT
1200W x 400H
1200W x 400H
INST. RCC CABLE TRENCH FOR FO/HARDWIRED CABLE
INST. DUCT 1 NOS. 1400W x 750D
FOR INST. CABLE DUCT 3600W x 750D INST. RCC CABLE TRENCH
1200W x 400H FOR INST. CABLE DUCT
INSTRUMENT DUCT FOR SYSTEM & H/W CABLES INST. RCC
TO MCR 1000W COOLING TOWER
800(W)X300(H) CABLE TRENCH 2000W FOR CDU/VDU
600W x300H/ 400W x200H
N-600.00 FOR FCCU
600W FOR HW CABLES TO MCR
IRC- 1
BU MA
DI
LL NT
FOR INSTRUMENTATION CABLE DUCT
S
ETP
W-267.0
ET LE
FACT
20 D
S/STN-05 SEE SECTION A-A
02
-T
CSS-15
03
IRC-11 TO IRC-18
TO
BE
.
24.0 C
RM
TYPICAL INSIDE N 447.53 /P
C 3
MC
C
=C ER
DYKE WALL W 215.77 C3 ITT
L
N-400.00 TT
E RY
SP
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that
BA RM
INSTRUMENT DUCT M/
15.245 .R
NT
1200(W)X400(H) CO IB
S/
they will not be reproduced, copied, exhibited or used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use.
S-
800(W)X300(H)
West 300.000
West 200.000
04
North 350.000
North 350.000
800(W)X300(H) WAS
TE W
ATE
R TR
N-
EAT
RTS
4
KALPAKODYAN PARK
MEN
UPPO
50
T
.00
T-S
PON
ON
DS
ES
PIPE RACK BRIDGE
PIP
KALPAKODYAN PARK
ION
DETAIL - A
CL
YT-
OF
STA
45
RO
RCC INSTRUMENT
AD
FIRE
YT-16
G
CABLE TRENCH
DIN
IN 100
400(W)X400(D)
ST 0(
BUIL
RU W)
M X4
EN 00
T (H)
~
DU
0
63
T-
Y- 1
CT
63
E-1000.00
E-1200.00
E-1400.00
CL
E-1600.00
E-1800.00
T-
Y-
OF
0
63
T-
INSTRUMENT DUCT
RO
Y-
EX
31
N-200.00 -6
IS
AD
T
Y-
TIN
600(W)X200(H)
G
PIP
E
RCC INSTRUMENT
RA
CK
INSTRUMENT DUCT
CABLE TRENCH
800(W)X300(H)
600(W)X600(D)
96
.60
N-152.45
INSTRUMENT DUCT
SRR 1000(W)X400(H)
RCC INSTRUMENT
CABLE TRENCH
2300(W)X850(H)
HOLD
(NOTE-20)
RCC INSTRUMENT
INSTRUMENT DUCT
CABLE TRENCH
400(W)X200(H) INSTRUMENT DUCT
N.S-000.00 600(W)X750(D)
400(W)X200(H)
INSTRUMENT DUCT
600(W)X200(H)
INSTRUMENT DUCT
600(W)X200(H)
INSTRUMENT DUCT
YT-46 400(W)X200(H)
INSTRUMENT DUCT RCC INSTRUMENT
YT-47 400(W)X200(H) (ON THE DYKE WALL) CABLE TRENCH
600(W)X750(D)
RCC INSTRUMENT
CABLE TRENCH
E-2200.00
E-2400.00
750(W)X750(D)
RCC INSTRUMENT
JECT
USE
CABLE TRENCH
1400(W)X750(D)
NEW PRO
5.0
FFL=8.0 WARE HO
LPG MOUNDED
FFL=6.5
CONT.RM.
HOUSE
WARE
(IREP)
BULLETS-5 Nos. C.W.SUMP
ACTP
RCC INSTRUMENT
S-200.00 L=51m
SUB-STN.
ELECTRIC
CABLE TRENCH
ACTP
1000(W)X750(D)
INSTRUMENT DUCT
400(W)X200(H)
IBC-18 CLASSIFIED
ROAD (NEW)
1700(W)X800(D)
IBC-19
RCC INSTRUMENT 3600(W)X800(D)
CABLE TRENCH RCC INSTRUMENT
300(W)X300(D) RCC INSTRUMENT SRR-2
CABLE TRENCH
CABLE TRENCH 30x16
1000(W)X750(D)
3600(W)X750(D) RCC INSTRUMENT
INSTRUMENT DUCT
600(W)X200(H) CABLE TRENCH
IRC-19 TO IRC-26 TR
600(W)X750(D)
TYPICAL INSIDE HOC S-370.0
E-1875.0
WT-11 OPTION 'B' FOR CABLE
400(W)X200(H) TR
ROUTING FROM SRR-3
E-1600.0
INSTRUMENT DUCT TO DHDS C/R.
27.90
27.90
OPTION 'A' FOR CABLE 600(W)X200(H) 40
31.
28.40
ROUTING FROM SRR-3 RCC RETAINING WALL IRC-47
RCC INSTRUMENT OWS TO DHDS C/R.
CABLE TRENCH SUMP& S-470.0
PH
300(W)X300(D) 40x40
E-1815.0
31.4 S-495.00 31.4
29.40
CSS-5
FWTP INSTRUMENT DUCT S-515.0
600(W)X200(H) INSTRUMENT DUCT
DHDS ETP 600(W)X200(H) FABRICATION YARD
S-560.0
S-600.00
31.3
17.0
20.0
RCC INSTRUMENT
S-600.0
WT-8 CABLE TRENCH
E-1565.0
FURNACE
600(W)X750(D) CONT. ROOM
50.0x25.3 HOLD
E-1820.0
FABRICATION YARD
E-1698.0
(NOTE-20)
IRC-26 TO IRC-35 RWTP 27.0
31.4 S-650.0 31.4
25.0
TYPICAL INSIDE
DYKE WALL
S-700.0
WT-10
FABRICATION YARD
WT-7 25.0
FABRICATION YARD
E-1965.00
S-800.00
S-800.00
WT-9
INST.AIR DRYER
CONTROL ROOM
FGL. +19.0
S-830.0
OHT
33.40
E-1612.20
E-2000.00
FUT
31.0
S-1000.00
COOLING
15.90CSS-1 DM WATER TANK
CAP.2000M
OPEN/CLOSE STORAGE YARD TOWER-2
WT-6
WT-5
OPEN/CLOSE STORAGE YARD
15.90
CSS-7
WT-4
E-1900.20
S-1200.00
BOX CULVERT
IBC=INSTRUMENT BOX CULVERT
N=BOX CULVERT SIZE
dksph fjQkbujh
vEckykeqxy dsjy Hkkjr
AMBALAMUGAL, KERALA, INDIA.
1 TF1 YT-25 0IY-LT-1301 Radar Level Instruments & its associated items 1 No.
2 YT-26 0IY-LT-1302 Radar Level Instruments & its associated items 1 No.
3 TF2 YT-29 0IY-LT-1401 Radar Level Instruments & its associated items 1 No.
4 YT-28 0IY-LT-1501 Radar Level Instruments & its associated items 1 No.
5 YT-383 0IY-LT-4003 Radar Level Instruments & its associated items 1 No.
6 YT-384 0IY-LT-4004 Radar Level Instruments & its associated items 1 No.
7 YT-440 0IY-LT-4001 Radar Level Instruments & its associated items 1 No.
8 YT-450 0IY-LT-4002 Radar Level Instruments & its associated items 1 No.
9 YT-22 YT-22LT1R Radar Level Instruments & its associated items 1 No.
10 TF3 YT-341 0IY-LT-1601 Radar Level Instruments & its associated items 1 No.
11 YT-342 0IY-LT-1603 Radar Level Instruments & its associated items 1 No.
12 YT-343 0IY-LT-1701 Radar Level Instruments & its associated items 1 No.
13 YT-344 0IY-LT-1703 Radar Level Instruments & its associated items 1 No.
14 TF4 YT-107 0IY-LT-2501 Radar Level Instruments & its associated items 1 No.
15 YT-108 0IY-LT-2502 Radar Level Instruments & its associated items 1 No.
16 YT-291 0IY-LT-2601 Radar Level Instruments & its associated items 1 No.
17 YT-115 0IY-LT-2701 Radar Level Instruments & its associated items 1 No.
18 YT-116 0IY-LT-2702 Radar Level Instruments & its associated items 1 No.
19 TF5 YT-111 0IY-LT-2301 Radar Level Instruments & its associated items 1 No.
20 YT-112 0IY-LT-2302 Radar Level Instruments & its associated items 1 No.
Page 1 of 10
Page 431 of 440
TF5
ENGINEERS INDIA Price break-up for Supply Document no.
LIMITED & Site works A307-0IY-YN-SI-2820
RO-CHENNAI ANN-IV
21 YT-113 0IY-LT-2401 Radar Level Instruments & its associated items 1 No.
22 YT-114 0IY-LT-2402 Radar Level Instruments & its associated items 1 No.
23 TF6 YT-44 0IY-LT-1801 Radar Level Instruments & its associated items 1 No.
24 YT-45 0IY-LT-1802 Radar Level Instruments & its associated items 1 No.
25 HCGO YT-46 0IY-LT-1901 Radar Level Instruments & its associated items 1 No.
26 YT-47 0IY-LT-1903 Radar Level Instruments & its associated items 1 No.
27 YT-32 0IY-LT-2001 Radar Level Instruments & its associated items 1 No.
28 YT-33 0IY-LT-2002 Radar Level Instruments & its associated items 1 No.
29 YT-340 0IY-LT-5001 Radar Level Instruments & its associated items 1 No.
30 YT-12 YT-12LT1R Radar Level Instruments & its associated items 1 No.
31 YT-15 YT-15LT1R Radar Level Instruments & its associated items 1 No.
32 YT-16 YT-16LT1R Radar Level Instruments & its associated items 1 No.
33 YT-17 YT-17LT1R Radar Level Instruments & its associated items 1 No.
34 YT-18 YT-18LT1R Radar Level Instruments & its associated items 1 No.
35 YT-70 YT-70LT1R Radar Level Instruments & its associated items 1 No.
36 YT-150 0IY-LT-2201 Radar Level Instruments & its associated items 1 No.
37 YT-350 YT-350LT1R Radar Level Instruments & its associated items 1 No.
38 TFMS panel, TFMS PC & its accessories, power JBs/ Interface JBs, 1 Lot
signal cables, power cables, cable trays, instrument supports, hook-
up materials, Serial cables & other hardware required for interface
with DCS and all other items as per vendor's scope of supply as per
MR
1.02 Group-B: Servo Level gauges & its associated items as per MR 1 No.
Page 2 of 10
Page 432 of 440
ENGINEERS INDIA Price break-up for Supply Document no.
LIMITED & Site works A307-0IY-YN-SI-2820
RO-CHENNAI ANN-IV
1 TF1 YT-25 0IY-LT-1303 Servo Level Instruments & its associated items 1 No.
2 YT-26 0IY-LT-1304 Servo Level Instruments & its associated items 1 No.
3 TF2 YT-29 0IY-LT-1402 Servo Level Instruments & its associated items 1 No.
4 YT-28 0IY-LT-1502 Servo Level Instruments & its associated items 1 No.
5 YT-383 0IY-LT-4007 Servo Level Instruments & its associated items 1 No.
6 YT-384 0IY-LT-4008 Servo Level Instruments & its associated items 1 No.
7 YT-440 0IY-LT-4005 Servo Level Instruments & its associated items 1 No.
8 YT-450 0IY-LT-4006 Servo Level Instruments & its associated items 1 No.
9 YT-22 YT-22-LT2S Servo Level Instruments & its associated items 1 No.
10 TF4 YT-107 0IY-LT-2501 Servo Level Instruments & its associated items 1 No.
11 YT-108 0IY-LT-2502 Servo Level Instruments & its associated items 1 No.
12 YT-291 0IY-LT-2601 Servo Level Instruments & its associated items 1 No.
13 YT-115 0IY-LT-2701 Servo Level Instruments & its associated items 1 No.
14 YT-116 0IY-LT-2702 Servo Level Instruments & its associated items 1 No.
15 TF5 YT-111 0IY-LT-2301 Servo Level Instruments & its associated items 1 No.
16 YT-112 0IY-LT-2302 Servo Level Instruments & its associated items 1 No.
17 YT-113 0IY-LT-2401 Servo Level Instruments & its associated items 1 No.
18 YT-114 0IY-LT-2402 Servo Level Instruments & its associated items 1 No.
19 YT-12 YT-12LT2S Servo Level Instruments & its associated items 1 No.
20 YT-15 YT-15LT2S Servo Level Instruments & its associated items 1 No.
21 YT-16 YT-16LT2S Servo Level Instruments & its associated items 1 No.
22 YT-17 YT-17LT2S Servo Level Instruments & its associated items 1 No.
23 YT-18 YT-18LT2S Servo Level Instruments & its associated items 1 No.
24 YT-70 YT-70LT2S Servo Level Instruments & its associated items 1 No.
25 YT-150 0IY-LT-2202 Servo Level Instruments & its associated items 1 No.
26 YT-350 YT-350LT2S Servo Level Instruments & its associated items 1 No.
Page 3 of 10
Page 433 of 440
ENGINEERS INDIA Price break-up for Supply Document no.
LIMITED & Site works A307-0IY-YN-SI-2820
RO-CHENNAI ANN-IV
27 TFMS panel, TFMS PC & its accessories, power JBs/ Interface JBs, 1 Lot
signal cables, power cables,instrument supports, hook-up materials,
Serial cables & other hardware required for interface with DCS and
all other items in vendor's scope of supply as per MR
2.01.01 {2}GROUP-A Cable laying from each power & interface Junction box outside the
dyke to respective control rooms (TFMC & ACTP C/R)
1 TF1 YT-25 0IY-LT-1301 Cable laying from each power & interface Junction box outside the 1 Lot
dyke to respective control room (ACTP C/R)
YT-26 0IY-LT-1302
2 TF2 YT-29 0IY-LT-1401 Cable laying from each power & interface Junction box outside the 1 Lot
dyke to respective control room (ACTP C/R)
YT-28 0IY-LT-1501
3 YT-383 0IY-LT-4003 Cable laying from each power & interface Junction box outside the 1 Lot
dyke to respective control room (ACTP C/R)
4 YT-384 0IY-LT-4004 Cable laying from each power & interface Junction box outside the 1 Lot
dyke to respective control room (ACTP C/R)
5 YT-440 0IY-LT-4001 Cable laying from each power & interface Junction box outside the 1 Lot
dyke to respective control room (ACTP C/R)
6 YT-450 0IY-LT-4002 Cable laying from each power & interface Junction box outside the 1 Lot
dyke to respective control room (ACTP C/R)
7 YT-22 YT-22LT1R Cable laying from each power & interface Junction box outside the 1 Lot
dyke to respective control room (ACTP C/R)
8 TF3 YT-341 0IY-LT-1601 Cable laying from each power & interface Junction box outside the 1 Lot
dyke to respective control room (TFMC C/R)
0IY-LT-1602
YT-342 0IY-LT-1603
0IY-LT-1604
YT-343 0IY-LT-1701
0IY-LT-1702
YT-344 0IY-LT-1703
0IY-LT-1704
9 TF4 YT-107 0IY-LT-2501 Cable laying from each power & interface Junction box outside the 1 Lot
dyke to respective control room (TFMC C/R)
YT-108 0IY-LT-2502
Page 4 of 10
Page 434 of 440
9 TF4
ENGINEERS INDIA Price break-up
Cable laying fromfor
eachSupply
power & interface Junction box outside the 1 Lot
Document no.
dyke&to Site
respective
workscontrol room (TFMC C/R)
LIMITED A307-0IY-YN-SI-2820
RO-CHENNAI ANN-IV
YT-291 0IY-LT-2601
YT-115 0IY-LT-2701
YT-116 0IY-LT-2702
10 TF5 YT-111 0IY-LT-2301 Cable laying from each power & interface Junction box outside the 1 Lot
dyke to respective control room (TFMC C/R)
YT-112 0IY-LT-2302 Cable laying from each power & interface Junction box outside the 1 Lot
dyke to respective control room (TFMC C/R)
YT-113 0IY-LT-2401 Cable laying from each power & interface Junction box outside the 1 Lot
dyke to respective control room (TFMC C/R)
YT-114 0IY-LT-2402 Cable laying from each power & interface Junction box outside the 1 Lot
dyke to respective control room (TFMC C/R)
11 TF-6 YT-44 0IY-LT-1801 Cable laying from each power & interface Junction box outside the 1 Lot
dyke to respective control room (TFMC C/R)
0IY-LT-1803
YT-45 0IY-LT-1802
0IY-LT-1804
12 HCGO YT-46 0IY-LT-1901 Cable laying from each power & interface Junction box outside the 1 Lot
dyke to respective control room (TFMC C/R)
0IY-LT-1902
YT-47 0IY-LT-1903
0IY-LT-1904
13 YT-32 0IY-LT-2001 Cable laying from each power & interface Junction box outside the 1 Lot
dyke to respective control room (TFMC C/R)
0IY-LT-2003
14 YT-33 0IY-LT-2002 Cable laying from each power & interface Junction box outside the 1 Lot
dyke to respective control room (TFMC C/R)
0IY-LT-2004
15 YT-340 0IY-LT-5001 Cable laying from each power & interface Junction box outside the 1 Lot
dyke to respective control room (TFMC C/R)
0IY-LT-5002
16 YT-12 YT-12LT1R Cable laying from each power & interface Junction box outside the 1 Lot
dyke to respective control room (TFMC C/R)
17 YT-15 YT-15LT1R Cable laying from each power & interface Junction box outside the 1 Lot
dyke to respective control room (TFMC C/R)
18 YT-16 YT-16LT1R Cable laying from each power & interface Junction box outside the 1 Lot
dyke to respective control room (TFMC C/R)
19 YT-17 YT-17LT1R Cable laying from each power & interface Junction box outside the 1 Lot
dyke to respective control room (TFMC C/R)
20 YT-18 YT-18LT1R Cable laying from each power & interface Junction box outside the 1 Lot
dyke to respective control room (TFMC C/R)
21 YT-70 YT-70LT1R Cable laying from each power & interface Junction box outside the 1 Lot
dyke to respective control room (TFMC C/R)
Page 5 of 10
Page 435 of 440
ENGINEERS INDIA Price break-up for Supply Document no.
LIMITED & Site works A307-0IY-YN-SI-2820
RO-CHENNAI ANN-IV
22 YT-150 0IY-LT-2201 Cable laying from each power & interface Junction box outside the 1 Lot
dyke to respective control room (TFMC C/R)
23 YT-350 YT-350LT1R Cable laying from each power & interface Junction box outside the 1 Lot
dyke to respective control room (TFMC C/R)
2.01.02 {2}GROUP-A All the site works inside the control rooms (ACTP & TFMC) as per
MR requirements including fabrication of base frame for TFMS
panel installation, installation of TFMS panel, installation of TFMS
PC & its accessories, cable tray routing inside control rooms, laying
of all types of cables inside control room, cable termination,
ferruling, & cable dressing inside the panel, loop checking for
signal cables & testing of signal integrity for communication cables
etc.
1 ACTP Control room 1 Lot
2.01.03 {2}GROUP-A Installation of radar level instruments, tank side indicators, multi
point avg temp elements, pressure transmitters etc. including
fabrication & installation of required yoke supports, hook-ups etc.,
Cable tray routing with in the dyke (between each radar & servo
level instruments, tank side indicators, pressure transmitters, multi
point temperature elements) & outside the dyke (between each radar
& servo level instruments & interface/ Power JBs), signal & power
cable laying between radar level instruments and interface/power
JBs located outside the dyke, painting of instruments supports, hook-
ups, identifications of instrument tags, cable termination &
ferrulling and all other site activities as per MR
1 TF1 YT-25 0IY-LT-1301 1 Lot
YT-26 0IY-LT-1302
YT-28 0IY-LT-1501
0IY-LT-1602
YT-342 0IY-LT-1603
0IY-LT-1604
YT-343 0IY-LT-1701
Page 6 of 10
Page 436 of 440
ENGINEERS INDIA Price break-up for Supply Document no.
LIMITED & Site works A307-0IY-YN-SI-2820
YT-343
RO-CHENNAI ANN-IV
0IY-LT-1702
YT-344 0IY-LT-1703
0IY-LT-1704
YT-108 0IY-LT-2502
YT-291 0IY-LT-2601
YT-115 0IY-LT-2701
YT-116 0IY-LT-2702
0IY-LT-1803
YT-45 0IY-LT-1802
0IY-LT-1804
0IY-LT-1902
YT-47 0IY-LT-1903
0IY-LT-1904
0IY-LT-2003
0IY-LT-2004
0IY-LT-5002
Page 7 of 10
Page 437 of 440
ENGINEERS INDIA Price break-up for Supply Document no.
LIMITED & Site works A307-0IY-YN-SI-2820
RO-CHENNAI ANN-IV
2.02.01 {2}GROUP-B Cable laying from each power & interface Junction box outside the
dyke to respective control rooms (TFMC & ACTP C/R)
1 TF1 YT-25 0IY-LT-1303 Cable laying from each power & interface Junction box outside the 1 Lot
dyke to respective control room (ACTP C/R)
YT-26 0IY-LT-1304
2 TF2 YT-29 0IY-LT-1402 Cable laying from each power & interface Junction box outside the 1 Lot
dyke to respective control room (ACTP C/R)
YT-28 0IY-LT-1502
3 YT-383 0IY-LT-4007 Cable laying from each power & interface Junction box outside the 1 Lot
dyke to respective control room (ACTP C/R)
4 YT-384 0IY-LT-4008 Cable laying from each power & interface Junction box outside the 1 Lot
dyke to respective control room (ACTP C/R)
5 YT-440 0IY-LT-4005 Cable laying from each power & interface Junction box outside the 1 Lot
dyke to respective control room (ACTP C/R)
6 YT-450 0IY-LT-4006 Cable laying from each power & interface Junction box outside the 1 Lot
dyke to respective control room (ACTP C/R)
7 YT-22 YT-22-LT2S Cable laying from each power & interface Junction box outside the 1 Lot
dyke to respective control room (ACTP C/R)
8 TF4 YT-107 0IY-LT-2501 Cable laying from each power & interface Junction box outside the 1 Lot
dyke to respective control room (TFMC C/R)
YT-108 0IY-LT-2502
YT-291 0IY-LT-2601
YT-115 0IY-LT-2701
YT-116 0IY-LT-2702
9 TF5 YT-111 0IY-LT-2301 Cable laying from each power & interface Junction box outside the 1 Lot
dyke to respective control room (TFMC C/R)
YT-112 0IY-LT-2302 Cable laying from each power & interface Junction box outside the 1 Lot
dyke to respective control room (TFMC C/R)
YT-113 0IY-LT-2401 Cable laying from each power & interface Junction box outside the 1 Lot
dyke to respective control room (TFMC C/R)
YT-114 0IY-LT-2402 Cable laying from each power & interface Junction box outside the 1 Lot
dyke to respective control room (TFMC C/R)
Page 8 of 10
Page 438 of 440
ENGINEERS INDIA Price break-up for Supply Document no.
LIMITED & Site works A307-0IY-YN-SI-2820
RO-CHENNAI ANN-IV
10 YT-12 YT-12LT2S Cable laying from each power & interface Junction box outside the 1 Lot
dyke to respective control room (TFMC C/R)
11 YT-15 YT-15LT2S Cable laying from each power & interface Junction box outside the 1 Lot
dyke to respective control room (TFMC C/R)
12 YT-16 YT-16LT2S Cable laying from each power & interface Junction box outside the 1 Lot
dyke to respective control room (TFMC C/R)
13 YT-17 YT-17LT2S Cable laying from each power & interface Junction box outside the 1 Lot
dyke to respective control room (TFMC C/R)
14 YT-18 YT-18LT2S Cable laying from each power & interface Junction box outside the 1 Lot
dyke to respective control room (TFMC C/R)
15 YT-70 YT-70LT2S Cable laying from each power & interface Junction box outside the 1 Lot
dyke to respective control room (TFMC C/R)
16 YT-150 0IY-LT-2202 Cable laying from each power & interface Junction box outside the 1 Lot
dyke to respective control room (TFMC C/R)
17 YT-350 YT-350LT2S Cable laying from each power & interface Junction box outside the 1 Lot
dyke to respective control room (TFMC C/R)
2.02.02 {2}GROUP-B All the site works inside the control rooms (ACTP & TFMC) as per
MR requirements including fabrication of base frame for TFMS
panel installation, installation of TFMS panel, installation of TFMS
PC & its accessories, cable tray routing inside control rooms, laying
of all types of cables inside control room, cable termination,
ferruling, & cable dressing inside the panel, loop checking for
signal cables & testing of signal integrity for communication cables
etc.
1 ACTP Control room 1 Lot
2.02.03 {2}GROUP-B Installation of servo level instruments, tank side indicators etc.
including fabrication & installation of required yoke supports etc.,
signal & power cable laying between servo level instruments and
interface/power JBs located outside the dyke, painting of
instruments supports, hook-ups etc., identifications of instrument
tags, cable termination & ferrulling and all other site activities as per
MR (supply & laying of cable trays for group-B also included in the
Group-A scope)
1 TF1 YT-25 0IY-LT-1303 1 Lot
YT-26 0IY-LT-1304
YT-28 0IY-LT-1502
Page 9 of 10
Page 439 of 440
ENGINEERS INDIA Price break-up for Supply Document no.
LIMITED & Site works A307-0IY-YN-SI-2820
RO-CHENNAI ANN-IV
YT-108 0IY-LT-2502
YT-291 0IY-LT-2601
YT-115 0IY-LT-2701
YT-116 0IY-LT-2702
Page 10 of 10
Page 440 of 440