Professional Documents
Culture Documents
A307 5880 1253 Enq Rev0
A307 5880 1253 Enq Rev0
Table of Contents
Document Number Rev. Document Title Page
Number
A307-0IY-MD-MR- A ENQUIRY DOCUMENT 4
5880-1253-RFQ
A307-0IY-MD-MR- B DIESEL ENGINE GENERATOR (DG) SET 172
5880
A307-0IY-16-45-LL- B LIST OF JOB SPECIFICATIONS, STANDARD SPECIFICATIONS, 177
5880 DATA SHEETS, DRAWINGS, ENGINEERING STANDARDS
A307-0IY-16-45-OD- A ANY OTHER DOCUMENT 182
5885
A307-0IY-16-45-SI- B SPECIAL INSTRUCTIONS TO VENDORS (WITH MR / PR) 183
5880
A307-0IY-16-45-DF- A MISCELLANEOUS 186
5880
A307-0IY-16-45-SU- A SITE & UTILITY DATA SPECIFICATIONS 188
5880
A307-0IY-16-45-OD- A ANY OTHER DOCUMENT 197
5882
A307-0IY-16-45-OD- A ANY OTHER DOCUMENT 199
5883
A307-0IC-16-45-OD- A SAP DATA FORMAT 201
0002
A307-0IY-16-45-ER- A EXPERIENCE RECORD PROFORMA 236
5880
A307-0IY-16-45-ER- A EXPERIENCE RECORD PROFORMA 239
5881
A307-0IY-16-45-SS- A SCOPE OF SUPPLY / WORK 242
5880
A307-0IY-16-45-SS- A SCOPE OF SUPPLY / WORK 246
5881
A307-0IY-16-45-SP- B JOB SPECIFICATIONS 249
5880
A307-0IY-16-45-SP- B JOB SPECIFICATIONS 259
5881
A307-0IY-16-45-OD- A ANY OTHER DOCUMENT 269
5886
A307-0IY-16-45-DS- A EQUIPMENT DATA SHEETS 273
5880
A307-0IY-16-45-DS- A EQUIPMENT DATA SHEETS 279
5881
A307-0IY-16-45-OD- A ANY OTHER DOCUMENT 285
5880
A307-0IY-16-45-OD- A ANY OTHER DOCUMENT 286
5881
A307-0IY-16-45-VR- A VENDOR DATA REQUIREMENTS 287
5880
6-43-0040 1 Standard specification for diesel engines. 293
A307-0IY-16-50-SP- B SCOPE OF WORK & JOB SPECIFICATION (ELECTRICAL) FOR 310
5880 EMERGENCY GENERATOR PACKAGE
A307-0IY-16-50-DS- A 415V Emergency Generator package Data Sheet 318
5881
A307-0IY-16-50-SK- A Block Diagram ¿ 6.6 kV Emergency Generator 322
5880
A307-0IY-16-50-SK- A Block Diagram ¿ 415 V Emergency Generator 323
5881
A307-0IY-16-50-DS- A DATA SHEET for Numerical relay (DG) 324
0259
A307-0IY-16-50-DS- A 415V DG Breaker Panel 328
5882
A307-000-16-50-DS- A ENGINE STARTING BATTERY AND CHARGER 330
0602
Page 1 of 827
Table of Contents
Document Number Rev. Document Title Page
Number
A307-0IY-16-50-DS- A Datasheet for HV Synchronous generator 331
0902
A307-0IY-16-50-SL- A MANDATORY SPARE PARTS-DG PACKAGE (ELECTRICAL) 336
5880
A307-0IY-16-50-DS- A NEUTRAL GROUNDING RESISTOR 338
0353
A307-0IY-16-50-VR- A VENDOR DATA REQUIREMENTS FOR EMERGENCY 340
5880 GENERATOR PACKAGE
A307-0IY-16-50-LL- A TECHNICAL CHECKLIST (ELECTRICAL) 343
5880
A307-0IY-16-50-DS- A Datasheet for HV Generator circuit Breaker panel 345
0061
A307-0IY-16-50-DS- A Hardware datasheet for Generator control panel (6.6kV) 350
0062
A307-000-16-50-DS- A DATA SHEET for fixed type PDB/MCC 351
0282
A307-000-16-50-DS- C DATA SHEET FOR MV SWITCH BOARD COMPONENT RATING 354
0104
A307-0IY-16-50-DS- A Hardware data sheet for 415V Emergency generator control panel 355
5883
A307-000-16-50-DS- A Hardware DATA SHEET for PDB/MCC incomer 356
0283
A307-000-16-50-DS- A Hardware DATA SHEET for contactor controlled motor feeder upto 357
0284 55kW
A307-000-16-50-DS- A Hardware DATA SHEET for MCC Feeder 358
0285
A307-000-16-50-DS- A Hardware DATA SHEET for MCCB Feeder with contactor 359
0286
A307-000-16-50-DS- B DATASHEET - MV CABLE 360
0411
A307-000-16-50-DS- B M.V. MOTOR 361
0501
A307-000-16-50-DS- A ELECTRICAL LOAD DATA 362
1002
A307-0IY-16-50-DS- A EXPERIENCE PERFORMA For HV Synchronous Generator 365
1028
6-51-0001 6 Specification for HV switchboards. 367
6-51-0004 4 Specification for relay & control panels. 383
6-51-0012 3 Specification for MV switchboards fixed type for package 398
equipment
6-51-0014 4 Specification for industrial type control stations. 407
6-51-0030 3 Specification for engine starting battery and charger. 413
6-51-0035 3 Specification for HV synchronous generators. 422
6-51-0040 5 Specification for emergency generator. 437
6-51-0043 6 Specification for neutral grounding resistor. 451
6-51-0051 B Specification for medium and high voltage cables & accessories. 458
6-51-0052 5 Specification for communication and fire alarm cables. 468
6-51-0055 1 Specification for numerical relays 478
6-51-0064 0 Specification for energy efficient medium voltage induction motors 493
6-81-1001 3 ITP for HV switchboards 507
6-81-1004 3 ITP for relay & control panel / desks 514
6-81-1012 2 ITP for MV fixed type switch board for package equipment 519
6-81-1014 2 ITP for industrial type control stations 525
6-81-1032 3 ITP for MV motors 530
6-81-1035 2 ITP for HV synchronous generator 536
6-81-1040 2 ITP for emergency generator 542
6-81-1043 2 ITP for neutral grounding resistor 548
6-81-1051 2 ITP for MV & HV cables & accessories 553
6-81-1052 2 ITP for communication & fire alarm cables 559
Page 2 of 827
Table of Contents
Document Number Rev. Document Title Page
Number
6-81-1055 2 ITP for numerical relays 566
A307-000-16-50-DS- 0 EQUIPMENT EARTHING SCHEDULE 573
1013
A307-6-44-0005- 0 PMS OF DG SHED 574
5880
A307-0IY-16-43-SK- A1 SKETCH FOR DG SHED 591
0044
A307-0IY-16-45-OD- A1 ANY OTHER DOCUMENT 592
5884
A307-0IY-16-50-OD- A VENDOR LIST (ELECTRICAL) 603
5880
A307-00-0IY-19-41- 0 CONSTRUCTION SUPERVISION AND MANAGEMENT 607
0006
7-51-0332 2 Safety measures for electrical installations during construction 805
6-78-0001 0 Specification for Quality Mgt. System Requirements from Bidders 807
6-78-0003 0 Specification for Documentation Requirement from Suppliers 816
Page 3 of 827
EI Bhawan Annexe, Bhikaiji Cama Place, RK Puram, New Delhi – 110 066, INDIA
Phone No : 0091-11-26762121 ; Fax No : 0091-11-26191714, 26167664
REQUEST FOR QUOTATION (RFQ)
RFQ No. : SM/A307-IY-MD-MR-5880/1253 Date: 02–APR-2014
Gentlemen,
Bids are requested on behalf of our Client M/s Bharat Petroleum Corporation Limited on e-procurement
system for the subject item in total compliance to technical specifications, scope, terms & conditions of enquiry
documents / attachments.
1. Bidder should submit their bids strictly as per the requirements outlined hereunder and as specified in
the material requisition.
2. NIC Portal mandates that the bidders are to be registered on the portal. The enquiry is being issued
through EIL Tender Portal http://tenders.eil.co.in and Bidders can download the complete RFQ
documents from the EIL Tender Portal only. And bidders shall submit their bids through NIC Portal
(https://eprocure.gov.in/eprocure/app) only.
3. All those vendors who have still not registered on the NIC Portal are required to register on the same
(immediately after issue of enquiry on EIL Tender portal but not later than ten days before the bid due
date) for facilitating uploading of their bids on the NIC Portal failing which it will not be possible for them
to upload their bids. Pursuant to registration, the vendors are required to inform regarding NIC
registration details.
4. Only NIC registered vendors can upload their bids on the NIC portal. Therefore, all those bidders who
have not complied with the above registration requirements will not be eligible to bid. NIC registered
bidders will be able to upload their bids from about one week before the bid due date up to Bid Due
Date. However, an EIL enlisted vendor for the subject Limited RFQ who completes their NIC
Registration (including Digital Signature Certificate Registration) on NIC Portal atleast 2 (two) working
days prior to the Final Bid Due Date shall be allowed to upload their bids through a Corrigendum issued
by EIL in the NIC Portal, provided such request from the concerned Vendor is received in EIL through E-
mail by concerned Dealing Officer/RFQ Issuing Authority atleast 2 (two) working days prior to Bid Due
Date. Request for extension in due date of submission of bids due to non registration or delayed
registration in NIC portal shall not be entertained.
Page 1 of 7
Page 4 of 827
5. The bid has to be necessarily submitted on the NIC Portal only. Inability of the bidders to upload their
bids on account of not completing the registration with NIC portal as mentioned above will not be a
reason for seeking BDD extension.
6. Enlisted vendors of EIL who have completed the registration on NIC shall only be allowed to submit the
bids through NIC Portal. Therefore, it is in the interest of the bidders that they register on the NIC Portal
at the earliest.
7. The vendor registration on NIC Portal is a very user friendly process. However, in case of any doubt, the
vendor may contact the 24 X 7 CPP Portal helpdesk at Contact No. 1800 233 7315 or Mr. Amrit Chaswal
at Ph. No. +91-7532022483 and E-mail: support.nic@eil.co.in .
8. The bidders are required to submit soft copies of their bids electronically on the CPP Portal only (URL:
https://eprocure.gov.in/eprocure/app), on or before the bid submission date and time. Bidders are
required to register themselves at https://eprocure.gov.in/eprocure/app).
10. Bidders in their own interest are requested to register on CPP Portal and upload/submit their bid well in
time. Bidder will be responsible for any delay due to other issues.
11. Bidders are required to upload the complete bid comprising of Part-I: - Un-priced Bid along with all
supporting documents & Part-II:- Priced Bid on the CPP Portal (https://eprocure.gov.in/eprocure/app)
only.- Refer E-Tendering Methodology (ANNEXURE-I) enclosed with RFQ documents.
12. Upon the successful and timely submission of bids, the portal will give a successful bid submission
message & a bid summary will be displayed with the bid no. and the date & time of submission of the bid
with all other relevant details. The bid summary has to be printed and kept as an acknowledgment of the
submission of bid. This acknowledgment may be used as an entry pass for attending the un-priced bid
opening, if bidders so desire.
13. Technical specification should be strictly as per the Material Requisition attached. It may be noted that
the Bid shal be evaluated as received and technical queries may not be issued.
14. 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.
15. The order, if placed, will be issued by our above-mentioned client.
16. If not bidding, please inform vide E-mail with attached regret letter within the due date & time, with
reasons(s) of not participating in the RFQ. In case there is no response, names of such bidder may not
be considered for issuance of future enquiries.
17. Direct bids only, without the intermediary of an Indian Agent will be considered from Foreign Bidder.
18. Completion Period / Delivery Period:-
For Supply:
For Indian Bidder: Delivery period shall be 13 (Thirteen) Months on FOT Dispatch Point Basis from the
Date of Fax of Acceptance (FOA). The date of Lorry Receipt (LR) shall be considered as date of
delivery.
For Foreign Bidder: Delivery period shall be 12 (Twelve) Months on FOB Port of Exit Basis from the
Date of Fax of Acceptance (FOA). The date of clean Bill of Lading shall be considered as date of
delivery.
Page 2 of 7
Page 5 of 827
For Site Work:
For Indian & Foreign Bidder: 3 (Three) months from the date of site readiness. However 4 (Four)
weeks advance intimation shall be given to vendor for site readiness.
19. Payment Terms shall be as per following clauses of Section - A of Special Instruction to Bidders (SIB):
For Indian Bidder – For supply & Site Work in accordance with clause no. 1.3, for transportation 1.7, for
training as per clause no. 2.3 & for AMC as per clause no. 2.4 and
For foreign Bidders – For supply & site Work in accordance with clause no. 2.2, for training as per
clause no. 2.3 & for AMC as per clause no. 2.4.
20. The offer should be valid for 04 (FOUR) months from final bid due date.
21. 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.
22. 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.
23 . Canvassing in any form by the Bidder or by any other agency on their behalf may lead to
disqualification of their bid.
24 . 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.
25 . All technically and commercially acceptable bidders will be advised of venue, date and time of priced
bid opening. Bids shall be opened online; hence bidders may review opening status at their places.
Interested bidder may sent their representatives (duly authorised by a competent person and having
the Letter of Authority as per proforma enclosed), of such technically and commercially acceptable
bidders. Time and Date of opening of Price Bids shall be notified to the qualified and acceptable
bidders at a later date.
26 . 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.
27 . Addendum / corrigendum to the RFQ documents if issued must be signed and submitted along with
the bid.
28 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.
29 Bidders to note that prices submitted in Priced Part only shall be considered for evaluation. Any priced
in opened condition submitted along with Techno-commercial Offer (Un-priced Bid) shall not be
considered for evaluation.
30 If any bidder has not submitted prices in Priced Part, their offer shall be treated as non –responsive
offer. Prices mentioned in anywhere shall also not acceptable.
31 . 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.
32 EIL reserves the right to use in-house information for assessment of bidder’s capability for
consideration of bid.
33 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.
34 The bidder who is providing the technology from the company which is recently acquired / taken over
Page 3 of 7
Page 6 of 827
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.
35 Bidders are requested to quote as per their capability as registered in EIL, as on the date of issue of
RFQ.
36 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.
37 The Net Worth of the bidder should be positive as per the immediate preceding year's audited
financial results. However, Central Public Sector Enterprises (CPSEs) are exempted from this
requirement. 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 balance sheet, profit and loss statements along with all relevant
annexures required to assess the positive net worth of the bidder in that financial year. Failure
to submit the same may render your bid liable for rejection.
In case of Foreign Bidders, if duly audited Balance Sheet, Annual Report, etc. are not in English
Language, then the English translation copy of the same shall be submitted duly certified by statutory
auditor or Local Chamber of Commerce in original and in case of photo copy of published statement;
the same shall be duly authenticated by Notary Public in original.
In case Bidder is a subsidiary or part of any Group Company and they have no right to publish their
own Balance Sheet as a Company policy, bidder to submit Balance Sheet in Original of their Group
Company to ensure Net worth of the Group & one Declaration letter mentioning Bidder’s Turnover &
Net worth status on the letterhead of statutory Auditor of Group Company & submit one declaration
letter issued by group company that in case of any financial problem, they will take care the same on
behalf of bidder.
38 Purchaser reserve the right to make any changes in the terms and conditions of purchase and to
reject any or all the bids.
39 Proforma of Agreement & Memorandum of Agreement attached in Section – X of GCC shall not be applicable
for this case.
40 Repeat Order is not applicable for this RFQ.
41 Pre-Bid Meeting:
41.1 The bidder(s) or his official representative are invited to attend a pre-bid meeting which will take place
at EIL Business Centre, Engineers India Limited, EI Bhawan, Bhikaiji Cama Place, New Delhi –
110066 (India) on above mentioned date and time.
41.2 The bidder is requested to submit any questions by courier/fax/e-mail to reach EIL at least three
working days before pre bid meeting. These questions shall be replied during the pre bid meeting.
41.3 Record Notes including the test of the questions raised (without identifying the sources of the query)
and the responses given will be transmitted to all bidders.
41.4 Non-attendance of the pre-bid meeting will not be a cause for disqualification of bidder.
Contact Persons for this RFQ are:
Mr Subhendu Mondal, AGM (C&P),
Phone No. +91-(0)11-2676-3883 & email: subhendu.mondal@eil.co.in
Mr. Pradeep Kumar Dwivedi, Sr. Engineer (C&P),
Page 4 of 7
Page 7 of 827
Phone No. +91-(0)11-2676-3877 & email: pk.dwivedi@eil.co.in
(SUBHENDU MONDAL)
ASST. GEN. MANAGER(C&P)
ENGINEERS INDIA LIMITED
Page 5 of 7
Page 8 of 827
LIST OF ENCLOSURES
DOCUMENT
A) Request For Quotation (RFQ)
B) Proforma of Letter of Authority for Attending Un-priced / Priced Bid Opening
C) Price Schedule Format (For Global Bidders)
D) Commercial document:
i) Agreed Terms & Conditions (For Indian Bidders)
ii) Agreed Terms & Conditions (For Foreign Bidders)
iii) Agreed Terms & Conditions (For Indian Sourced Components)
iv) Special Instruction to Bidders (SIB)
v) General Purchase Conditions (Indian)
vi) General Purchase Conditions (Imported)
vii) Terms & conditions of Site Work
viii) General Condition of Contract (GCC)
ix) Special Packaging Requirements ( For Foreign Bidders)
x) Tax Residency Certificate
xi) Proforma of Bank Guarantee (Performance)
xii) Integrity Pact
xiii) E-tendering Methodology.
xiv) Instructions for Foreign bidders for DSC
E) Technical document MR No. A307-IY-MD-MR-5880 Rev. B
Page 6 of 7
Page 9 of 827
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 _________________________
Name & Designation ________________
For & on behalf of __________________
Note:
This Letter of Authority should be on the letterhead of the bidder and should be signed by a
person competent and having the Power of Attorney to bind the bidder.
Page 7 of 7
Page 10 of 827
PRICE SCHEDULE
RFQ NO. SM/A307-IY-MD-MR-5880/1253
ITEM : DIESEL GENERATOR SET
PREAMBLE TO PRICE SCHEDULE (INDIAN)
1 Scope of supply including testing, inspection, documentation etc., shall be strictly as per Material Requisition and other documents which are part of RFQ.
2 Indian Bidders must quote Freight charges inclusive of service tax 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 Format-
"CIF/CD".
4 Bidder to clearly indicate 'Quoted' / 'Not Quoted' against each Sr. No. in the price column in the unpriced Price Schedule. Bidders to submit Price Part of above Price
Schedule in their Priced Bid and Unpriced Part with the Unpriced Bid.
5 Bidder shall furnish firm prices/details as above, in accordance with Instructions To Bidders/ Request for Quotation.
6 All the Columns of quoted items in the Price Schedule must be filled with required information, as applicable.
7 Bidder must quote the price in enclosed Price Schedule formats only. The formats shall not be changed and/or retyped.
8 Quoted prices are firm and fixed till complete execution of the entire order and no variation on any account is allowed. Bidder to furnish itemised list of such
commissioing spares & special tools & tackles included in the lumpsum price for main equipment.
9 TPI shall be done by EIL/BPCL & chrages for the same shall be borne by them. However for Imported components charges for TPI shall be done by the agencies
mentioned in SIB & should be included in quoted supply price.
10 AMC charges shall also be considered for evaluation. Hence quote accordingly.
11 All charges releted taxes & duties registeration & other charges releted to clearance applicable to bidder for doing site work should be included in quoted Site Work
prices.
12 Evaluatiuon shall be done on itemwise basis considering supply + Freight + site work + AMC Charges + Training charges and other loadings as per RFQ Document.
Hence Bidder shall quote for all the requirements of MR / RFQ, failing which bid shall be liable for rejection on account of incomplete scope.
13 Bidder to confirm that he has noted the contents of the Preamble to the Price Schedule, Price Schedule, RFQ, Material Requisition etc and quoted his prices
accordingly without any deviation.
NOTE 1.1. Bidders are mandatorily required to enter their name in the each page of excel file / pdf file of Price Schedule provided in the e-tender portal for
S: submission of Unpriced & price bid.
2.Price Schedule contains total 8 pages .
COMPANY'S NAME:
Page 1 of 8
Page 11 of 827
PRICE SCHEDULE FOR SUPPLY (INDIAN BIDDERS)
RFQ NO. SM/A307-IY-MD-MR-5880/1253
ITEM : DIESEL GENERATOR SET
NAME OF BIDDER: M/S
Item Sl. Items Code Qty UOM Total FOT Despatch Point Price including Total Freight Charges upto Project Site
No. as P&F (INR) (Including service Tax) (INR)
per MR.
1 2 3 4 5 6
01.00 SUPPLY OF FOLLOWING ITEMS AS PER COMPLETE SCOPE MENTIONED IN MR. NO. A307-IY-MD-MR-5880 COMPLETE IN ALL RESPECTS
01.01 A307-DG-001 (3.4 MW Emergency 1 No.
Diesel Generator Package)
01.02 A307-DG-002 (1250 KVA 1 No.
Emergency Diesel Generator
Package)
03.00 Supply of Mandatory spares as per the Doc. No. A307-0IY-16-50-SL-5880.
03.01 {03} A307-DG-001 for S. No. 01.01 1 LOT
03.02 {03} A307-DG-002 for S. No. 01.02 1 LOT
04.00 Supply of two years opeartion and LOT ITETMISED PRICE LIST TO BE FURNISHED SEPARATELY IN THE RELEVANT PRICE
maintenance spares (as recommended by SCHEDULE FORMAT ENCLOSED HEREWITH. (FORMAT - I)
equipment vendor & shall include all items
as per MR requirement)
07.00 Training of Owner's Engineers IN THE RELEVANT PRICE SCHEDULE FORMAT ENCLOSED HEREWITH. (FORMAT - II)
08.00 Annual Mainteance Contract (AMC) Charges for Five IN THE RELEVANT PRICE SCHEDULE FORMAT ENCLOSED HEREWITH. (FORMAT - III)
Years seperatly after completion of Warranty Period as
per the Doc no. A307-0IY-16-45-AM-5880.
Page 2 of 8
Page 12 of 827
PRICE SCHEDULE FOR SITE WORK (INDIAN BIDDERS)
RFQ NO. SM/A307-IY-MD-MR-5880/1253
ITEM : DIESEL GENERATOR SET
NAME OF BIDDER: M/S -------------------------------------------------------
Item Sl. Description of Items Qty UOM Total Site Work Price inclusive of VAT on Work Contract
No. as but Exclusive of applicable Service Tax & Edu.-Cess
per MR. (INR)
Rate in Fig.
1 2 3 4 5
02.00 SITE WORK OF FOLLOWING ITEMS AS PER COMPLETE SCOPE MENTIONED IN MR. NO. A307-IY-MD-MR-5880 COMPLETE IN
ALL RESPECTS
02.01 {02} A307-DG-001 For S. No. 01.01 1 LS
02.02 {02} A307-DG-002 For S. No. 01.02 1 LS
Page 3 of 8
Page 13 of 827
ENCLOSURE TO PRICE SCHEDULE FOR SUPPLY (INDIAN BIDDERS)
FORMAT - "CIF/CD"
RFQ NO. SM/A307-IY-MD-MR-5880/1253
ITEM : DIESEL GENERATOR SET
NAME OF BIDDER: M/S __________________________
DETAILS OF BUILT-IN-CIF VALUE OF IMPORT CONTENT CONSIDERED AND INCLUDED IN QUOTED FOT DESPATCH POINT PRICES UNDER PRICE SCHEDULE
DESCRIPTION CIF value of Import Content included RATE OF IMPORT DUTY INCLUDED IN QUOTED SUPPLY PRICES
For Item Description Qty. in quoted supply prices for column CUSTOM BASIC CVD + EDU. EDU. CESS SAD (%) TOTAL
Sl . No. of Imported (Unit____) (2) Qty. TARRIF CUSTOMS CESS ON ON CUSTOM
as per Items *(1) (In Rs) NO. DUTY (%) CVD (%) CUSTOM DUTY (%)
MR DUTY (%)
Page 4 of 8
Page 14 of 827
PRICE SCHEDULE FOR 2 YEARS OPERATION & MAINTENANCE SPARES (FOR INDIGENOUS BIDDER)
(FORMAT-I)
RFQ NO. SM/A307-IY-MD-MR-5880/1253
ITEM : DIESEL GENERATOR SET
NAME OF BIDDER: M/S __________________________
--------------------------------------------------------
S. NO. Item Tag Nos. Description of spare Qty Unit FOT Despatch Point Total FOT Despatch Transportation Charges up
parts (Unit_____)* Price including P&F Point Price including to Site inclusive of Service
(INR) P&F Tax in percentage of price
(INR) mentioned in column 6
1 2 3 4 5 6 7
Page 15 of 827
PRICE SCHEDULE FOR UNIT RATES (INDIAN BIDDERS) (FORMAT- II)
RFQ NO. SM/A307-IY-MD-MR-5880/1253
ITEM : DIESEL GENERATOR SET
NAME OF BIDDER: M/S __________________________
S. No. Description
Lump Sum Exclusive
of Service Tax + Edu.
07.00 Training for Owner Personnel as per as per Instruction to Vendor
Cess. Price (Rs.)
Page 16 of 827
RATES FOR ANNUAL MAINTENANCE CONTRACT (AMC) RATES (INDIGENOUS) (FORMAT-III)
RFQ NO. SM/A307-IY-MD-MR-5880/1253
ITEM : DIESEL GENERATOR SET
NAME OF BIDDER: M/S
Item Sl. No. as Description of Items PWMC CHARGES EXCLUSIVE OF SERVICE TAX PLUS EDU.
per MR. 08.00 CESS. (INR)
In Figure
1 2 5
08.01 For A307-DG-001 (3.4 MW Emergency Diesel Generator Package)
Page 7 of 8
Page 17 of 827
Details of Taxes & Duties
RFQ NO. SM/A307-IY-MD-MR-5880/1253
ITEM : DIESEL GENERATOR SET
BIDDER NAME: -----------------------------------------------
Cenvatable / Vatable
Ceiling Amount on which Taxes & Present Rate of Taxes & Amount of Taxes & Portion of the amount
S. No. Description of Taxes & duties
Duties Shall Be Applicable Duties in Percentage Duties (INR) indicated in column (5)
(INR)
(1) (2) (3) (4) (5) (6)
A For TAG No. A307-DG-001
1 Excise Duty + Edu. Cess
2 Kerala VAT without Form 'D'
3 CST Againat Form 'C'
Components of Service Tax + Edu. Cess
4 included in Freight charges as per Special
Instruction To Bidder
5 Service Tax + Edu. Cess on Site work
6 Service tax + Edu. Cess on AMC
7 Service tax + Edu. Cess on Training
B For TAG No. A307-DG-002
1 Excise Duty + Edu. Cess
2 Kerala VAT without Form 'D'
3 CST Againat Form 'C'
Components of Service Tax + Edu. Cess
4 included in Freight charges as per Special
Instruction To Bidder
5 Service Tax + Edu. Cess on Site work
6 Service tax + Edu. Cess on AMC
7 Service tax + Edu. Cess on Training
Note:1 - In case of any exemption / relaxation on taxes & duties is applicable to bidder, copy of relevant notification is to be furnished along with bid with
confirmation that such exemption will be applicable upto delivery (as per present notification)
Note:2 - Cenvetable ED and Input credit on VAT shall be considered only for finished goods sold & supplied to BPCL-KR.
Page 8 of 8
Page 18 of 827
PRICE SCHEDULE
RFQ NO. SM/A307-IY-MD-MR-5880/1253
ITEM : DIESEL GENERATOR SET
PREAMBLE TO PRICE SCHEDULE (FOREIGN)
1 Scope of supply including testing, inspection, documentation etc., shall be strictly as per Material Requisition and other documents which are part of RFQ.
Bidder to clearly indicate 'Quoted' against each Sr. No. in the price column in the unpriced Price Schedule. Bidders to upload Price part of Price schedule in the Priced Folder and Unpriced part in
2 the Unpriced Folder in E-Tendering.
3 Bidder to submit firm ocean freight charges in line with RFQ requirement in provided space. This price is optional. However same is consider for evaluation. Ordering of the same shall be as per
RFQ documents.
4 Bidder shall furnish prices/details as above, in accordance with Instructions To Bidders / Request for Quotation.
5 Bidder must quote the price in enclosed Price Schedule formats only. The formats shall not be changed and/or retyped.
6 Third Party Inspoection (TPI) Charges shall be included in lumpsum quoted price for main equipment. However for Indian Components TPI shall be done by EIL/BPCL & chrages for the same shall
be borne by them.
7 Quoted prices are firm and fixed till complete execution of the entire order and no variation on any account is allowed. Bidder to furnish itemised list of such commissioing spares, Mandatory
Spares & special tools & tackles included in the lumpsum price for main equipment.
8 Bidder to include all inspection & tests charges including TPI charges with agencies mentioned in SIB as required for equipment as per specifications,data sheets and codes referred to in
specification and data sheets enclosed in Material Requisition.
9 AMC charges shall also be considered for evaluation. Hence quote accordingly.
10 Evaluatiuon shall be done on itemwise basis considering supply + Ocean Freight + site work + AMC Charges + Training charges and other loadings as per RFQ Document. Hence Bidder shall
quote for all the requirements of MR / RFQ, failing which bid shall be liable for rejection on account of incomplete scope.
11 All charges releted taxes & duties registeration & other charges releted to clearance applicable to bidder for doing site work should be included in quoted Site Work prices.
12 Bidder to confirm that he has noted the contents of the preamble to the price schedule, price schedule, RFQ , material requisition etc. and quoted his prices accordingly without any deviation.
NOTE:
a Bidders are mandatorily required to enter their name in the each page of excel file / pdf file of Price Schedule provided in the e-tender portal for submission of Unpriced & price bid.
b Price Schedule contains total 7 pages .
COMPANY'S NAME:
Page 1 of 7
Page 19 of 827
PRICE SCHEDULE FOR SUPPLY (FOREIGN BIDDER )
RFQ NO. SM/A307-IY-MD-MR-5880/1253
ITEM : DIESEL GENERATOR SET
NAME OF BIDDER: M/S ---------------------------------------------
FOR ITEMS SOURCED FROM
FOR ITEM SUPPLIED FROM FOREIGN
INDIA
Item Sl. Description of Items Qty UOM Total Price on FOB Total Ocean Freight Charges from Total FOT SITE Basis
No. as International seaport of exit FOB International seaport of exit including P&F &
per MR. (As Per INCOTERM-2010) to Kochi sea port(India) transportation charges and all
including P &F charges (Currency_______) Taxes & Duties as per
(Currency______) Annexure-A attached with
SIB. (INR)
1 2 3 4 5 6 7
01.00 SUPPLY OF FOLLOWING ITEMS AS PER COMPLETE SCOPE MENTIONED IN MR. NO.A307-IY-MD-MR-5880 COMPLETE IN ALL RESPECTS
01.01 A307-DG-001 (3.4 MW Emergency 1 No.
Diesel Generator Package)
01.02 A307-DG-002 (1250 KVA Emergency 1 No.
Diesel Generator Package)
04.00 Supply of two years opeartion and LOT ITETMISED PRICE LIST TO BE FURNISHED SEPARATELY IN THE RELEVANT PRICE
maintenance spares (as recommended by SCHEDULE FORMAT ENCLOSED HEREWITH. (FORMAT - I)
equipment vendor & shall include all items as
per MR requirement)
07.00 Training of Owner's Engineers IN THE RELEVANT PRICE SCHEDULE FORMAT ENCLOSED HEREWITH. (FORMAT - II)
08.00 Post Warranty Annual Mainteance Contract (PWAMC) IN THE RELEVANT PRICE SCHEDULE FORMAT ENCLOSED HEREWITH. (FORMAT - III)
Charges for Five Years seperatly after completion of
Warranty Period as per the Doc. No. A307-0IY-16-45-
AM-5880
Page 2 of 7
Page 20 of 827
PRICE SCHEDULE FOR SUPPLY (FOREIGN BIDDERS)
RFQ NO. SM/A307-IY-MD-MR-5880/1253
ITEM : DIESEL GENERATOR SET
NAME OF BIDDER: M/S -------------------------------------------------------
Item Sl. Description of Items Qty UOM Total Site Work Price inclusive of VAT on Work Contract but
No. as Exclusive of applicable Service Tax & Edu.-Cess
per MR. (CURRENCY…………………...)
Rate in Fig.
1 2 3 4 5
02.00 SITE WORK OF FOLLOWING ITEMS AS PER COMPLETE SCOPE MENTIONED IN MR. NO. A307-IY-MD-MR-5880
COMPLETE IN ALL RESPECTS
02.01 {02} A307-DG-001 for S. no. 1 Lot
01.01
02.02 {02} A307-DG-002 for S. no. 1 Lot
01.02
Page 3 of 7
Page 21 of 827
PRICE SCHEDULE FOR 2 YEARS OPERATION & MAINTENANCE SPARES (FOR FOREIGN BIDDER) (FORMAT-I)
RFQ NO. SM/A307-IY-MD-MR-5880/1253
ITEM : DIESEL GENERATOR SET
NAME OF BIDDER: M/S
S. NO. Item Tag Nos. Description of Qty Unit FOB International Port of Total FOB International Port of Exit Ocean Freight Charges from International Port
spare parts (Unit_____)* Exit Prices including P&F Prices including P&F of Exit to Kochi Port (India) in % (percentage) -
(Currency………...) Col (4 x 5 ) applicable extra on Column No.6
(Currency……...)
Rate in Figures Rate in Figures Rate in Figures
1 2 3 4 5 6 7
Page 22 of 827
PRICE SCHEDULE FOR UNIT RATES (FOREIGN BIDDERS) (FORMAT-II)
RFQ NO. SM/A307-IY-MD-MR-5880/1253
07.00 Training for Owner Personnel as per as per Instruction to Vendor Lump Sum Price exclusive
of Service Tax + Edu.
Cess.
(Currency------------)
07.01 For A307-DG-001 (3.4 MW Emergency Diesel Generator Package)
a Training at Manufacturer's work (3 Maintenance & operation Engineer for Three Days)
b Training at Project Site (6 Engineers for Seven Days)
07.02 For A307-DG-002 (1250 KVA Emergency Diesel Generator Package)
a Training at Project Site (6 Engineers for Seven Days)
Page 5 of 7
Page 23 of 827
UNIT RATES FOR PWMC RATES (FOREIGN) (FORMAT-III)
RFQ NO. SM/A307-IY-MD-MR-5880/1253
ITEM : DIESEL GENERATOR SET
NAME OF BIDDER: M/S
Item Sl. No. Description of Items PWMC CHARGES EXCLUSIVE OF SERVICE TAX PLUS EDU.
as per MR. CESS. (CURRENCY---------------)
1
06.03 2 3
08.01 For A307-DG-001 (3.4 MW Emergency Diesel Generator
Package)
1) PWMC Charges for 1ST Year
2) PWMC Charges for 2ND Year
Page 6 of 7
Page 24 of 827
Details of Taxes & Duties - Indigenous Sourced Supplies / Services
RFQ NO. SM/A307-IY-MD-MR-5880/1253
ITEM : DIESEL GENERATOR SET
BIDDER NAME: -----------------------------------------------
Cenvatable / Vatable Portion of
Ceiling Amount on which Taxes & Present Rate of Taxes & Amount of Taxes &
S. No. Description of Taxes & duties the amount indicated in
Duties Shall Be Applicable Duties in Percentage Duties (INR)
column (5) (INR)
(1) (2) (3) (4) (5) (6)
A For TAG No. A307-DG-001
1 Excise Duty + Edu. Cess
2 Kerala VAT without Form 'D'
3 CST Againat Form 'C'
Components of Service Tax + Edu. Cess
4 included in Freight charges as per Special
Instruction To Bidder
5 Service Tax + Edu. Cess on Site work
6 Service tax + Edu. Cess on PWMC
7 Service tax + Edu. Cess on Traning
B For TAG No. A307-DG-002
1 Excise Duty + Edu. Cess
2 Kerala VAT without Form 'D'
3 CST Againat Form 'C'
Components of Service Tax + Edu. Cess
4 included in Freight charges as per Special
Instruction To Bidder
5 Service Tax + Edu. Cess on Site work
6 Service tax + Edu. Cess on PWMC
7 Service tax + Edu. Cess on Traning
Note:1 - In case of any exemption / relaxation on taxes & duties is applicable to bidder, copy of relevant notification is to be furnished along with bid with
confirmation that such exemption will be applicable upto delivery (as per present notification)
Note:2 - Cenvetable ED and Input credit on VAT shall be considered only for finished goods sold & supplied to BPCL-KR.
Page 7of 7
Page 25 of 827
A307_ATC (I) 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.
SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.
1. Price Basis:
i) Quoted supply prices are on FOT - Despatch Point basis Confirmed
inclusive of Packing & Forwarding.
ii) Specify Despatch Point
-----------------------
iii) Freight Charges:
a) Confirmed , Quoted in Price
a) Confirm firm transportation charges inclusive of Service Tax Schedule
and Ed Cess, upto project site, has been quoted separately
by you in Price Schedule.
b) Confirmed
b) No Variation on any account (including Statutory Variation) on
Service Tax on Transportation Charges shall be paid by the
owner.
iv) Insurance:
Page 26 of 827
A307_ATC (I) Page 2 of 7
SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.
b. Present Rate of Excise Duty & Edu. Cess payable extra on ………..%
finished goods (including Spares)
c. Any variations in Excise Duty & Edu. Cess at the time of Confirmed
supplies for any reasons including variation due to Turnover
shall be borne by the Seller. Only Statutory Variations within
the Contractual Delivery / completion period shall be borne by
Purchaser.
d. If Excise Duty & Edu. Cess is not applicable at present due to Confirmed
any reason, the same shall be borne by Seller if it becomes
applicable later.
e. Confirm Excise Duty & Edu. Cess will not be applicable on Confirmed
transportation charges.
Page 27 of 827
A307_ATC (I) Page 3 of 7
SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.
7. Site Work:
For Site Work, if in the scope of the Bidder as per MR, please
confirm the following:
Confirm that quoted site work prices are exclusive of Service
a. Tax & Edu. Cess but inclusive of VAT on Works Contract and Confirmed
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 & make Confirmed
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 documentary evidence
Confirmed
within Contractual completion period.
Page 28 of 827
A307_ATC (I) Page 4 of 7
SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.
a. Charges for Supervision / Training, if in the scope of the Confirmed, Quoted in Price
Bidder as per MR have been indicated by bidder separately in Schedule
the Price Schedule.
e. Bidders shall also provide additional BG of an amount equal Noted & Confirmed
to the per diem charges for the number of days considered for
evaluation, over and above 10% PBG to cover compensation
for delay in mobilizing the erection/ commissioning personnel.
This BG will be released to the bidder upon the erection/
commissioning personnel reporting at site. This BG shall be
furnished along with payment milestone for submission of
final documentation as per MR and shall be initially valid up to
six months which shall be extended based on the request by
Owner.
Page 29 of 827
A307_ATC (I) Page 5 of 7
SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.
13. Part Order:
a. Confirm acceptance of Part Order clause as per GPC Confirmed (If Applicable as per MR)
(Indigenous).
b. The quantities against a particular item will not be split. Any Confirmed
charges quoted extra as lumpsum shall be applicable prorata
on value basis in the event of part order.
14. Repeat Order:
Confirm Acceptance of Repeat Order clause as per RFQ Confirmed
Covering Letter / SIB / GPC.
If your offer is based on certain imported raw materials (Applicable / Not Applicable)
required for equipments/ materials offered, please specify the (Please tick whichever is applicable)
following :
Page 30 of 827
A307_ATC (I) Page 6 of 7
SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.
b. Indicate rate of Import Duties considered and included in the Refer Annexure to Price Schedule
quoted prices.
c. Indicate brief description/ specification with itemised CIF Refer Annexure to Price Schedule
value and country of origin of imported material.
d. Indicate classification with tariff no. under which Vendor Refer Annexure to Price Schedule
intends to import.
Page 31 of 827
A307_ATC (I) Page 7 of 7
SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.
22. Whether any of the Directors of Bidder is a relative of any Confirmed No relation
Director of Owner/EIL or the Bidder is a firm in which any
Director of Owner/EIL or his relative is a Partner or the Bidder
is a private company in which any director of Owner/EIL is a
member or Director.
23. Please confirm you have not been banned or delisted by any Not Banned
Government or Quasi Government agencies or PSUs. If you
have been banned, then this fact must be clearly stated. This
does not necessarily mean cause for disqualification.
However if this declaration is not furnished the bid shall be
rejected as non-responsive.
24. Please confirm your offer contains the following:
Page 32 of 827
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.
SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.
1. a) Confirm that the offer contains firm prices on Confirmed
F.O.B. International Seaport of Exit Basis
b) Indicate International Seaport of Exit -----------------------------
c) Indicate the HSN Code of the Items __________________
d) Details of any Free Trade Agreement (FTA) /
Comprehensive Economic Partnership
Agreement (CEPA) / Treaty between Bidders
country Govt. & Indian Government for availing
custom duty exemption / concession. If bidder will
not specifically mention the same, it is to be
considered that there is no specific Agreement /
Treaty between Govt. of Bidders & Purchasers Applicable / Not Applicable
County.
e) Confirm that ocean freight charges upto port of
entry- Kochi, (India) has been quoted separately Confirmed , Quoted in Price Schedule
by you in the price schedule.
Page 33 of 827
A307_ATC (F) Page 2 of 7
SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.
quoted FOB Price.
Confirmed
g) In case ocean freight charges are repeated
anywhere in the bid/Price Schedule/ATC, then
higher shall be considered for evaluation & lower
for ordering. (In case of CFR)
2. Insurance:
a) For Supply Only
Price quoted must exclude Marine insurance
charges from FOB International Port of Exit, as
same shall be arranged by the Owner. However
all marine insurance charges for inland transit
upto FOB International Port of Exit must be
Confirmed
included by you in your prices.
b) For Site Work
Comprehensive Insurance (Storage-cum-erection
till handing over of equipment) has been taken
care by the Seller & charges of the same have Confirmed
been included in the quoted prices.
3. Owner reserves the option to place order either on
FOB or CFR basis (applicable only as per
Confirmed
requirement mentioned in RFQ documents).
Page 34 of 827
A307_ATC (F) Page 3 of 7
SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.
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.
7. Site Work:
For Site Work, if in the scope of the Bidder as per
MR, please confirm the following:
Page 35 of 827
A307_ATC (F) Page 4 of 7
SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.
and charges of the same shall be included in quoted
prices and it is supplier’s responsibility to arrange for
the same. No additional charges shall be paid by
owner towards the same.
b. Quoted prices are:
i) Inclusive of all testing and inspection charges (if
Confirmed
applicable) as per MR.
ii) Inclusive of all IBR/IGC/NACE charges (if
Confirmed
applicable) as required in the Material
Requisition.
iii) Inclusive of all statutory certification charges
PESO/CCOE etc. (if applicable) as required in Confirmed
the Material Requisition.
Page 36 of 827
A307_ATC (F) Page 5 of 7
SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.
17. Performance Bank Guarantee:
a. Confirm goods to be supplied by you shall be
guaranteed for performance as per the General Confirmed
Purchase Conditions (Imports) & Special Instructions
to Bidders (SIB) and the Bank Guarantee towards
Performance of 15% of Order Value shall be valid till
full guarantee period plus 3 (Three) Months.
Page 37 of 827
A307_ATC (F) Page 6 of 7
SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.
23. Payment Terms:
Confirm acceptance of payment terms as per
“Payment Terms and Mode of Payment” specified in Confirmed
Special Instructions to Bidders and RFQ covering
letter.
24.
a) Letter of Credit shall be opened after receipt of
Confirmed
unconditional order acknowledgement along with
15% performance bank guarantee valid till expiry
of Material/Equipment Guarantee period as per
General Purchase Conditions and Special
Instructions to Bidders plus 3 (Three) months
claim period.
b) Letter of Credit shall be opened through a Govt.
of India Nationalised/ Scheduled Bank and hence Confirmed L/C not required
need not be confirmed.
OR
c) However, if you still insist for confirmed L/C,
confirmation charges shall be borne by you. Noted
Please confirm.
25. All Bank charges and stamp duties payable outside
India in connection with payments to be made under
Purchase Order for the item, if placed, shall be borne Confirmed
by you. All bank charges and stamp duties payable in
India shall be borne by the Purchaser.
26. Please indicate name and address of your Bankers
for L/C opening, telephone/E-mail address.
27.
a) Confirm your offer is in total compliance with RFQ Confirmed
Document containing technical specifications
including General / Technical notes, scope of
supply/services/site work (as applicable) including
documentation as per Material Requisition (MR) and
subsequent amendment and corrigendum, if any,
without any deviation.
Page 38 of 827
A307_ATC (F) Page 7 of 7
SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.
28. Direct offer without the intermediary of an Indian
Agent will only be considered. Noted & Confirmed.
29. Please confirm you have not been banned or delisted
by any Government or Quasi Government agencies
or PSUs. If you have been banned, then this fact
must be clearly stated. This does not necessarily be
cause for disqualification. However if this declaration Not Banned
is not furnished the bid shall be rejected as non-
responsive.
VENDOR’S NAME:
Page 39 of 827
A307_ATC (IS) Page 1 of 6
2. DULY SIGNED & STAMPED COPIES OF THIS “QUESTIONNAIRE”, WITH ALL THE
CLAUSES DULY CONFIRMED/ PRECISELY REPLIED TO BY THE SUPPLIER, SHALL BE
ENCLOSED.
SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.
1. Price Basis:
i) Quoted supply prices are on FOT - Site basis inclusive of Confirmed
Packing & Forwarding, Taxes & Duties and Freight Charges
ii) Specify Despatch Point
-----------------------
iii) Freight Charges:
a) Confirmed , Quoted in Price
a) Confirm firm transportation charges inclusive of Service Tax Schedule
and Ed Cess, upto project site, has already been included in
supply price in Price Schedule.
b) Confirmed
b) No Variation on any account (including Statutory Variation) on
Service Tax on Transportation Charges shall be paid by the
owner.
iv) Insurance:
Page 40 of 827
A307_ATC (IS) Page 2 of 6
SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.
c. Any variations in Excise Duty & Edu. Cess at the time of Confirmed
supplies for any reasons including variation due to Turnover
shall be borne by the Seller. Only Statutory Variations within
the Contractual Delivery / completion period shall be borne by
Purchaser.
d. If Excise Duty & Edu. Cess is not applicable at present due to Confirmed
any reason, the same shall be borne by Seller if it becomes
applicable later.
e. Confirm Excise Duty & Edu. Cess will not be applicable on Confirmed
transportation charges.
Page 41 of 827
A307_ATC (IS) Page 3 of 6
SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.
7. Site Work:
For Site Work, if in the scope of the Bidder as per MR, please
confirm the following:
Confirm that quoted site work prices are exclusive of Service
a. Tax & Edu. Cess but inclusive of VAT on Works Contract and Confirmed
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 & make Confirmed
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 documentary evidence
Confirmed
within Contractual completion period.
Page 42 of 827
A307_ATC (IS) Page 4 of 6
SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.
a. Charges for Supervision / Training, if in the scope of the Confirmed, Quoted in Price
Bidder as per MR have been indicated by bidder separately in Schedule
the Price Schedule.
e. Bidders shall also provide additional BG of an amount equal Noted & Confirmed
to the per diem charges for the number of days considered for
evaluation, over and above 10% PBG to cover compensation
for delay in mobilizing the erection/ commissioning personnel.
This BG will be released to the bidder upon the erection/
commissioning personnel reporting at site. This BG shall be
furnished along with payment milestone for submission of
final documentation as per MR and shall be initially valid up to
six months which shall be extended based on the request by
Owner.
Page 43 of 827
A307_ATC (IS) Page 5 of 6
SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.
Page 44 of 827
A307_ATC (IS) Page 6 of 6
SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.
d. Considering EIL Inspection charges, during evaluation prices Confirmed
of Indigenous source item shall be loaded by @1.25% of FOT
Despatch Point price.
19. Validity of Bid:
a. Confirm Bid validity as stipulated in RFQ covering letter from Confirmed
the final due date of bid submission.
20. Compliance to RFQ documents:
a) Confirm your offer is in total compliance with RFQ Document Confirmed
containing technical specifications including General /
Technical notes, scope of supply/services/site work (as
applicable) including documentation as per Material
Requisition (MR) and subsequent amendment and
corrigendum, if any.
b) Confirm your offer is in total compliance with RFQ
documentation containing commercial terms and conditions
as per the following documents, without any deviation:
i) Request for Quotation (RFQ) Confirmed
ii) Special Instructions to Bidders (SIB) Confirmed
iii) General Purchase Conditions (GPC) Confirmed
iv) Terms & Conditions of Site work / GCC / HSE / Integrity Confirmed(if applicable)
Pact.
v) Terms & Conditions for Supervision services Confirmed(if applicable)
21. Whether any of the Directors of Bidder is a relative of any Confirmed No relation
Director of Owner/EIL or the Bidder is a firm in which any
Director of Owner/EIL or his relative is a Partner or the Bidder
is a private company in which any director of Owner/EIL is a
member or Director.
22. Please confirm you have not been banned or delisted by any Not Banned
Government or Quasi Government agencies or PSUs. If you
have been banned, then this fact must be clearly stated. This
does not necessarily mean cause for disqualification.
However if this declaration is not furnished the bid shall be
rejected as non-responsive.
23. Please confirm your offer contains the following:
23.1 UNPRICED OFFER- without any Deviations Confirmed
23.2 PRICED OFFER
a. Duly filled Price Schedule with relevant annexures Confirmed
24. Please confirm that you have quoted strictly for items based Confirmed
on your registration/approval with EIL as on date of issue of
RFQ.
25. Any claim arising out of order shall be sent to Owner in writing Confirmed
with a copy to EIL within 3 months from the date of last
despatch. In case the claim is received after 3 months, the
same shall not be entertained by Consultant/ Owner.
26. 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.
Page 45 of 827
BPCL-KR
Job: A307
Page 46 of 827
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 Tax Residency Certificate (TRC) Format For Foreign Bidder
48.0 Requirement of Employment Visa For Foreign Nationals
49.0 Order of Precedence of Commercial Documents
Page 47 of 827
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 after successful FAT as per MR/PR requirement 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 erection work as per MR/PR requirement 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 up to 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 after
successful site testing.
Page 48 of 827
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 49 of 827
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 (duly FAT) 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 Site Work including successful Commissioning & SAT 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.
Page 50 of 827
BPCL-KR
Job: A307
2.3.2 At Supplier’s Works: 100% payment against final bill to be submitted by seller after completion of
training.
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 Scheduled Commercial Bank in India or Indian
Branch of 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 51 of 827
BPCL-KR
Job: A307
Bids shall be evaluated on the CIF basis including Custom Clearance (as mentioned below),
considering firm ocean freight up to Port of Entry (Kochi, India) as quoted by bidders.
Sl. No. Head Basis
1 F.O.B. Price As quoted by the Bidder (including stowage charges in case of
pipes*) and Third Party Inspection charges.
* Stowage charges, if not included in the quoted FOB Price, the
same shall be loaded @ 10% of freight quoted by the Bidder.
2 Add – Ocean Freight Firm Freight charges as quoted by Bidders or provision mentioned
in the bid documents
3 Add – Marine Insurance @ 1% of FOB Price
4 Add – Customs Duty Prevailing Rate on (CIF value plus Landing Charges @ 1% of CIF
Value)
5 Commercial Loading, if any On FOB Value
6 Less – Cenvatable Duties
7 FOT SITE PRICE Sum Total (Sl. Nos. 1 ~ 5) – (Sl. No. 6)
If a Bidder does not quote Ocean freight charges, his offer shall be loaded with maximum freight
charges as quoted by the other bidders.
Comparison shall be done on equivalent Indian Rupees considering RBI Reference rate of Foreign
Exchange published on the day of Opening of Priced Bids.
Normally, deviations in Payment terms, Firm prices & Performance Bank Guarantee are not
acceptable. However, wherever Bidder insists, the loading shall be done as applicable to Indigenous
cases on FOB price.
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
Page 52 of 827
BPCL-KR
Job: A307
CVD/SAD, Cenvatable Service Tax, VAT on Supplies, VAT on Works Contract, whichever is
applicable.
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.
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.
Page 53 of 827
BPCL-KR
Job: A307
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.
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.
(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.
A307_SIB Rev.4 dtd: 02.04.2014 Page 9 of 21
Page 54 of 827
BPCL-KR
Job: A307
“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 Order Value
(TOV) of order per week of delay or part thereof subject to maximum of 5% of the Total Order
Value (TOV) 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:-
In partial modification of the terms specified in clause 30 of GPC – Warranty period be reckoned
12 months from the date of handing over of duly commissioned DG Set or 24 months from the
date of last dispatch, whichever is earlier.
Page 55 of 827
BPCL-KR
Job: A307
b. In case item involving supply and site work excluding comprehensive Insurance
policy:-
In partial modification of the terms specified in clause 26 of GPC – Warranty period be reckoned
12 months from the date of handing over of duly commissioned ECS package or 24 months from
the date of last dispatch received at designated yard provided by client, whichever is earlier.
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 56 of 827
BPCL-KR
Job: A307
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.
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.
Page 57 of 827
BPCL-KR
Job: A307
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.
(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
Page 58 of 827
BPCL-KR
Job: A307
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.
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.
Page 59 of 827
BPCL-KR
Job: A307
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
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.
Page 60 of 827
BPCL-KR
Job: A307
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. 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:
In case of foreign bidder bidding currency shall be Indian Rupees (INR) for Indian Sourced Supplies
dispatched from India & and USD/EURO for supplies dispatched from foreign. For Indian Bidder
bidding currency shall be Indian Rupees (INR) only.
Page 61 of 827
BPCL-KR
Job: A307
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 62 of 827
BPCL-KR
Job: A307
c) No bid shall be allowed to be withdrawn in the interval between the deadline for submission
of bids and the expiration of the period of bid validity specified by the bidder. Withdrawal of a
bid during this interval shall result in the forfeiture of bidder’s bid security.
Page 63 of 827
BPCL-KR
Job: A307
i) All Foreign nationals coming to India for execution of Projects/ Contracts will have to apply for
Employment Visa only and that grant of Employment Visa would be subject to strict adherence
of following norms:
a. Employment Visa is granted only for the skilled and qualified professionals or to a person who is
being engaged or appointed by a Company, Organization, Industry or Undertaking etc. in India
on contract or employment basis at a senior level, skilled position such as technical expert, senior
executive or in managerial position etc.
b. Request for Employment Visa for jobs for which large number of qualified Indians are available, is
not considered.
c. Under no circumstances an Employment Visa is granted for routine, ordinary secretarial/ clerical
jobs.
ii) Suppliers are advised in their own interest to check latest Visa rules from Indian Embassy/ High
Commission in their country in case Foreign nationals are required to be deputed to India during
execution of the Contract.
Page 64 of 827
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 may pace two separate order in this situation considering single point responsible taken care
by foreign (principal) bidder (in case of request submitted by bidder during bidding stage only).
However obligation of Performance Bank Guarantee & Price Reduction Schedule for complete
package shall always lies with 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.
Page 65 of 827
BPCL-KR
Job: A307
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 Source 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 66 of 827
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 67 of 827 •
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 68 of 827 •
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 69 of 827 •
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 70 of 827
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 71 of 827 •
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 72 of 827 •
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 73 of 827 •
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 74 of 827 •
Page 75 of 827
Page 76 of 827
Page 77 of 827
Page 78 of 827
Page 79 of 827
Page 80 of 827
Page 81 of 827
Page 82 of 827
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 83 of 827
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 84 of 827
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 85 of 827
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 86 of 827
BPCL-KR
Job No.: A307
Page 87 of 827
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 88 of 827
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 89 of 827
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 90 of 827
Page 91 of 827
Page 92 of 827
Page 93 of 827
Page 94 of 827
Page 95 of 827
Page 96 of 827
Page 97 of 827
Page 98 of 827
Page 99 of 827
Page 100 of 827
Page 101 of 827
Page 102 of 827
Page 103 of 827
Page 104 of 827
Page 105 of 827
Page 106 of 827
Page 107 of 827
Page 108 of 827
Page 109 of 827
Page 110 of 827
Page 111 of 827
Page 112 of 827
Page 113 of 827
Page 114 of 827
Page 115 of 827
Page 116 of 827
Page 117 of 827
Page 118 of 827
Page 119 of 827
Page 120 of 827
Page 121 of 827
Page 122 of 827
Page 123 of 827
Page 124 of 827
Page 125 of 827
Page 126 of 827
Page 127 of 827
Page 128 of 827
Page 129 of 827
Page 130 of 827
Page 131 of 827
Page 132 of 827
Page 133 of 827
Page 134 of 827
Page 135 of 827
Page 136 of 827
Page 137 of 827
Page 138 of 827
Page 139 of 827
Page 140 of 827
Page 141 of 827
Page 142 of 827
Page 143 of 827
Page 144 of 827
Page 145 of 827
Page 146 of 827
Page 147 of 827
Job No. : A307
BPCL-KR - IREP
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:-
1. Tax Residency Certificate (TRC) containing above details is compulsory for claiming tax
relief under Double Taxation Avoidance Agreement (DTAA) in respect of foreign
remittances.
2. TRC containing the details as above shall be verified by the Govt of the country or the
specified territory of which the contractor/ Licensor (ie, assessee) claims to be a resident
for the purpose of tax.
3. Bidder must submit TRC containing the details as above along with invoice for the
purpose of effecting payment. Please be noted that non furnishing of TRC will delay
the payment to non – residents.
The amount stated by the Company in any demand, claim or notice, as liable to be paid to
the Company by the supplier, with reference to the above mentioned advance payment
under the said purchase order, shall, as between the Bank and the Company, for the
purpose of these presents, be conclusive of the amount payable by the Bank to the
Company hereunder, notwithstanding any dispute or disputes has been raised by the
Seller and are pending before any arbitration, Tribunal or Court.
The Bank further undertakes not to revoke this guarantee during its currency without the
previous consent of the Company.
The Bank also agrees that the Company shall be entitled to enforce this guarantee,
notwithstanding any other security or guarantee that it may have in relation to the
supplier’s liability for the said advance.
Notwithstanding anything said above, our liability under this guarantee is restricted to Rs.
…….. (Rupees …………………………. only). Our guarantee shall remain in force until
…………. Unless a claim or demand in writing is made against us under this guarantee
before the expiry of ……….. months from the aforesaid date, i.e. before be relieved and
discharged from all liabilities thereunder.
Yours faithfully,
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.
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.
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.
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
DOCUMENT NUMBER
( Always quote the Document Number given below as reference )
NOTES :
1 This page is a record of all the Revisions of this Requisition.
2 The nature of the Revision is briefly stated in the "Details" column below, the
Requisition in its entirety shall be considered for contractual purposes.
3 Vendor shall note the MR category and shall submit his offer in line with the
requirements included in attached 'Instructions to Bidders'.
to Sr.No.8.00
Vendors shall quote prices in EIL Price Schedule except for Sr.No.9.00. Price for
documentation is implied to be included in the prices quoted against Sr.No.1.00 to
Sr.No.8.00
Vendor to note that the numbers given in square '[]' and curly '{}' brackets are
not for their use and meant for store purpose only. Items shall be tagged as per
main equipment Tag No. only.
or used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL-1641-515 Rev.1 A4-210x297.
LIST OF ATTACHMENTS
REVISION
SL. REV. REV. REV. REV.
DOCUMENT TITLE DOCUMENT NO.
No.
DATE DATE DATE DATE
1 LIST OF ATTACHMENTS A307-0IY-16-45-LL- A B
5880 10/02/2014 27/03/2014
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:
(1) Prices of Two Years Operation & Maintenance Spares shall not be considered for
commercial comparison.
or used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL-1641-515 Rev.1 A4-210x297.
PO No.:
Date of PO: City:
LIST OF ATTACHMENTS
FOR
EMERGENCY DIESEL GENERATOR (EDG)
PACKAGES
REVISION
DOCUMENT NO. /
Sl. No. DOCUMENTS TITLE REV REV REV
(EDMS DOCUMENT NO.)
DATE DATE DATE
A
1. Summary Sheet of Changes A307-0IY-16-45-OD-5885
27/03/14
A B
2. Special Instruction to Bidders A307-0IY-16-45-SI-5880
05/02/14 27/03/14
A
3. Deviation Format A307-0IY-16-45-DF-5880
A
4. Site & Utility Data A307-0IY-16-45-SU-5880
07/02/14
A
5. Utility Data Format A307-0IY-16-45-OD-5882
07/02/14
A
6. Lubricant Schedule Format A307-0IY-16-45-OD-5883
07/02/14
(A307-0IC-16-45-OD-
7. SAP Data Format
0002)
A
8. Experience Record Proforma- Diesel Engine A307-0IY-16-45-ER-5880
Experience Record Proforma- DG Set A
9. A307-0IY-16-45-ER-5881
Unitization
Checklist-Scope of Supply for 3.4 MW A
10. A307-0IY-16-45-SS-5880
Emergency Diesel Generator Package 07/02/14
Checklist-Scope of Supply for 1250 KVA A
11. A307-0IY-16-45-SS-5881
Emergency Diesel Generator Package 07/02/14
Job Specification for 3.4 MW Emergency A B
12. A307-0IY-16-45-SP-5880
Diesel Generator Package 07/02/14 27/03/14
Job Specification for 1250 KVA Emergency A B
13. A307-0IY-16-45-SP-5881
Diesel Generator Package 07/02/14 27/03/14
A307-0IY-16-45-AM-5880 A
Technical requirements for Annual
14. (A307-0IY-16-45-OD-
Maintenance Contract for EDG Packages 27/03/14
5886)
A
15. Datasheet- Diesel Engine (3.4 MW EDG) A307-0IY-16-45-DS-5880
05/02/14
A
16. Datasheet- Diesel Engine (1250 KVA EDG) A307-0IY-16-45-DS-5881
05/02/14
A
17. Engine Performance Data (3.4 MW EDG) A307-0IY-16-45-OD-5880
A
18. Engine Performance Data (1250 KVA EDG) A307-0IY-16-45-OD-5881
Section- 2: Electrical
REVISION
DOCUMENT NO. /
Sl. No. DOCUMENTS TITLE REV REV REV
(EDMS DOCUMENT NO.)
DATE DATE DATE
Scope of Work & Job Specification
21. (Electrical) For Emergency Generator A307-0IY-16-50-SP-5880 B
Package
415V Emergency Generator package Data
22. A307-0IY-16-50-DS-5881 A
Sheet
Block Diagram – 6.6 kV Emergency
23. A307-0IY-16-50-SK-5880 A
Generator
Block Diagram – 415 V Emergency
24. A307-0IY-16-50-SK-5881 A
Generator
Datasheet for Numerical relay (DG
25. A307-0IY-16-50-DS-0259 A
package)
26. 415V DG Breaker Panel A307-0IY-16-50-DS-5882 A
Data sheet for Engine Starting Battery &
27. A307-000-16-50-DS-0602 A
Charger
28. Datasheet for HV Synchronous generator A307-0IY-16-50-DS-0902 A
29. Mandatory Spare Parts-DG Package A307-0IY-16-50-SL-5880 A
30. NGR Datasheet A307-0IY-16-50-DS-0353 A
31. Vendor Data Requirement A307-0IY-16-50-VR-5880 A
32. Check list A307-0IY-16-50-LL-5880 A
Datasheet for HV Generator circuit
33. A307-0IY-16-50-DS-0061 A
Breaker panel
Hardware datasheet for Generator control
34. A307-0IY-16-50-DS-0062 A
panel (6.6kV)
35. Datasheet for PDB fixed type A307-000-16-50-DS-0282 A
Datasheet for MV Switchboard
36. A307-000-16-50-DS-0104 B
components
Hardware data sheet for 415V Emergency
37. A307-0IY-16-50-DS-5883 A
generator control panel
38. Hardware Datasheet for PDB Incomer A307-000-16-50-DS-0283 A
Hardware Datasheet for Contactor
39. A307-000-16-50-DS-0284 A
Controlled Motor Feeder (Rating <=55kW)
40. Hardware Datasheet for MCCB Feeder A307-000-16-50-DS-0285 A
Hardware Datasheet for MCCB feeder with
41. A307-000-16-50-DS-0286 A
contactor
42. Datasheet for MV Power & Control cables A307-000-16-50-DS-0411 A
43. Datasheet for MV Motors A307-000-16-50-DS-0501 B
44. Electrical Load data A307-000-16-50-DS-1002 A
45. Experience Record for HV Generator A307-0IY-16-50-DS-1028 A
46. Specification for HV switchboards 6-51-0001 6
47. Specification for relay & control panels 6-51-0004 4
Specification for MV Switchboard (fixed
48. 6-51-0012 3
type)
Specification for industrial type control
49. 6-51-0014 4
stations.
Specification for Engine starting battery &
50. 6-51-0030 3
charger
REVISION
DOCUMENT NO. /
Sl. No. DOCUMENTS TITLE REV REV REV
(EDMS DOCUMENT NO.)
DATE DATE DATE
Specification for high voltage synchronous
51. 6-51-0035 3
generators.
52. Specification for Emergency generator 6-51-0040 5
53. Specification for NGR 6-51-0043 6
Medium & High Voltage cable&
54. 6-51-0051 6
accessories
Specification for Communication and Fire
55. Alarm Cables (Applicable for control 6-51-0052 5
cables)
56. Specification for Numerical Relays 6-51-0055 1
Specification for energy efficient medium
57. 6-51-0064 0
voltage induction motors
58. Inspection & test plan for HV switchboards 6-81-1001 3
Inspection & test plan for relay & control
59. 6-81-1004 3
panels / desks
Inspection & Test plan for MV fixed type
60. 6-81-1012 2
switchboard
Inspection & Test plan for industrial type
61. 6-81-1014 2
control stations.
62. Inspection & Test plan for MV Motors 6-81-1032 3
Inspection & test plan for HV synchronous
63. 6-81-1035 2
generator
Inspection & Test plan for Emergency
64. 6-81-1040 2
generator
65. Inspection & Test plan for NGR 6-81-1043 2
Inspection & Test plan for Medium & High
66. 6-81-1051 2
Voltage cable& accessories
Inspection & Test plan for Communication
67. and Fire Alarm Cables (Applicable for 6-81-1052 2
control cables)
68. ITP for Numerical Relays 6-81-1055 2
69. Equipment Earthing Schedule A307-000-16-50-DS-1013 A
Section- 3: Piping
REVISION
DOCUMENT NO. /
Sl. No. DOCUMENTS TITLE REV REV REV
(EDMS DOCUMENT NO.)
DATE DATE DATE
70. Piping Material Specification A307-6-44-0005 0
71. Scope Drawing A307-DG-001 A307-0IY16-43-SK-044 A
REVISION
DOCUMENT NO. /
Sl. No. DOCUMENTS TITLE REV REV REV
(EDMS DOCUMENT NO.)
DATE DATE DATE
72. Instrumentation Vendor List A307-0IY-16-51-VL-02 A
73. Electrical Vendor List A307-0IY-16-50-OD-5880 A
Section- 5: Construction
REVISION
DOCUMENT NO. /
Sl. No. DOCUMENTS TITLE REV REV REV
(EDMS DOCUMENT NO.)
DATE DATE DATE
74. Construction Supervision & Management A307-00-0IY-19-41-0006 0
Procedure for Identification and Boxing-up
75. of Flange Joints not Subjected to 5-7700-0120 2
Hydrostatic tests
Standard Specification for Application of
76. Torque and Hydraulic Bolt Tension for 6-76-0002 1
Flange Joints
Standard specification for Health, Safety
77. A307-00-6-82-0001 0
and Environment Management
78. Observation on Quality Aspect A307-00-0IY-19-41-0006-F1 0
Control of Monitoring and Measuring
79. A307-00-0IY-19-41-0002 0
devices
80. Observation on Safety Aspect A307-00-0IY-19-41-0006-F2 0
Standard Specification for Erection of
81. 6-76-0001 2
Equipment and Machinery
Procedure for Safe Operation with Hydra
82. A307-5-1940-9500 0
Crane
Qualification And Experience Requirement
83. of Key Construction Personnel and Penalty 9-1940-0001 1
for their non mobilization
84. Technical Compliance Format A307-00-0IY-19-41-TC05 0
Safety Measures for Electrical
85. 7-51-0332 2
Installations during Construction
REVISION
DOCUMENT NO. /
Sl. No. DOCUMENTS TITLE REV REV REV
(EDMS DOCUMENT NO.)
DATE DATE DATE
Specification for quality management
86. 6-78-0001 0
system requirements from bidders
Specification for documentation
87. 6-78-0003 0
requirements from suppliers
With reference to the Rev. A of MR of Emergency Diesel Generator Packages (A151-IY-MD-MR-5880), following are the changes in Rev B:
Sl. No. Document Document no. Document Added (A)/ Affected Contents
/Revised (R)
SECTION 1 – ROTATING EQUIPMENT
1. Special Instruction to Bidders R S.No. 2.1 (i) & 2.2 (i)
A307-0IY-16-45-SI-5880
2. Job Specification for 3.4 MW
S.No. 13
Emergency Diesel Generator A307-0IY-16-45-SP-5880 R
Package
3. Job Specification for 1250 KVA
S.No. 13
Emergency Diesel Generator A307-0IY-16-45-SP-5881 R
Package
4.
Technical requirements for Annual
A307-0IY-16-45-AM-5880
Maintenance Contract for EDG A
Packages
Note: This Document is to be read in conjunction with the documents attached with Material Requisition.
Page 182 of 827
DOCUMENT No.
Special Instruction A307-0IY-16-45-SI-5880
to Bidders Rev. B
Page 1 of 3
SPECIAL INSTRUCTION
TO BIDDERS
(EMERGENCY DIESEL GENERATOR
PACKAGES - 3.4 MW & 1250 KVA)
1.0 Scope
This document is intended to outline the procedures envisaged for execution of this enquiry
including pre-bid and in-bid requirements.
i) The bidders shall be invited for an extensive pre-bid meeting after floating of enquiry.
This pre-bid meeting shall include discussion/ finalization of following:
B
- Requirement of documentation in support of Equipment Qualification Criteria.
- Bidder’s Deviations to data sheet/ specifications/ codes & standards.
- Bidder’s clarification/ recommendation/ exceptions (if any) w.r.t. scope of supply.
- Utility requirements for the complete package.
- Equipment Layout for the complete package.
ii) Bidder shall submit their deviations/ exceptions/ clarifications duly filled in the enclosed
deviation format “A307-0IY-16-45-DF-5880”. Bidder to note that only equipment specific
or technically infeasible deviations shall only be discussed during PRE- BID meeting
provided a suitable justification for the same is furnished. Purchaser’s decision on such
deviations shall be treated as FINAL. Deviations, which can be complied either with
extra cost and or with time implications, shall not be permitted.
iii) Bidder shall clearly bring out any ambiguity in the specification/datasheets as part of
MR during the pre-bid meeting. In case no such ambiguity is bought out by the bidders,
stringent of the two requirements shall be applicable and vendor shall meet the
requirement without any time and cost implication to the client.
iv) Based on the clarifications with regard to scope of supply and other details as specified
in 2.1(i) above during pre-bid meeting, necessary amendment to the enquiry document
(if required) shall be issued prior to submission of the bids.
The pre-bid meeting is must for all the bidders, however in case any of the bidder is not
attending the PRE- BID meeting, it shall be understood that the bidder does not have any
comments/ deviations to RFQ requirements.
Vendor shall necessarily furnish the following along with the bid without which the offer shall
be considered incomplete and is likely to be rejected:
(i) Documentation & Experience Record Formats (duly filled in) in support of Equipment B
Qualification Criteria as specified in Job specifications.
(ii) Duly filled and signed/ stamped Technical Compliance statement, if any.
(iii) Completely filled-in EIL datasheets of Diesel Engines & Alternator.
(iv) Filled-in Engine Performance Data (Doc. No. A307-0IY-16-45-OD-5880) along with
engine deration calculations.
(v) All Checklists, duly filled-in, with regard to scope of supply.
(vi) Equipment Layout of the complete Package.
(vii) Utilities Requirement.
(viii) P&IDs (Preliminary for information).
(ix) Clarifications/ deviations finalised during Pre-Bid Meeting. No new technical deviations
other than what has been discussed and agreed upon in pre-bid meeting are expected
from the Bidder
It is in Bidder’s interest to ensure that all technical deviations are sorted out in the pre-bid meeting
stage only.
DEVIATIONS
TO
TECHNICAL SPECIFICATIONS
PROJECT : IREP, KOCHI REFINERY
CLIENT : M/s BPCL-KR
NOTES:
1. Vendor shall note that only those deviations to specified standards & codes (if any), shall be permitted which are technically infeasible to be met, provided
suitable justification for the same is furnished. Deviations, which can be complied with extra cost and or time implication, shall not be permitted.
2. Any deviations/deletions/corrections made elsewhere in the body of the vendor’s proposal will not be taken cognisance of and all such deviations shall be
deemed to have been withdrawn by the vendor.
DOCUMENT NO.:______________________________________________________________________________________________________________________________
PROJECT : IREP
Issued with MR
A 07/02/14 AY AM AM
(Based on BDEP-Part B Rev4)
SITE LOCATION
State : Kerala
Nearest Important Town : Kochi
Nearest Railway Station : Tripunithura
Nearest Port : Kochi
Nearest Airport : Kochi International Airport
Source of Water : Fresh water from Periyar River
Rainy season (Monsoon) : Mid May-September
Note 1 : For cooling tower design, the temperature shall be considered as 29degC
2. UTILITY SPECIFICATIONS
Utility conditions at Unit Battery Limit [All B/L pressures are as measured at grade]
(Except for NHT/ISOM revamp)
Table 1
Sl Parameter Minimum Normal Maximum Mech Design
1 VERY HIGH PRESSURE (VHP) STEAM (Note 7)
Pressure, kg/cm2g 101 102 103 116 / FV
Temperature, oC 500 503 505 520
2 HIGH PRESSURE (HP) STEAM (Note 7)
Pressure, kg/cm2g 36 37 40 44 / FV
Temperature, oC 360 370 380 420
3 MEDIUM PRESSURE (MP) STEAM (Note 7)
Pressure, kg/cm2g 15 18 20 24 / FV
Temperature, oC 255 265 275 285
4 LOW PRESSURE (LP) STEAM (Note 7)
Pressure, kg/cm2g 4.0 5.0 6.0 10.0 / FV
Temperature, oC Saturation 185 190 225
5 PURE/ SUSPECT PROCESS/ SURFACE CONDENSATE (AT CPP/ CONDENSATE POLISHING UNIT)
Pressure, kg/cm2g 5.0/5.0 12
Temperature, oC NOTE-4 150
6 Raw / SERVICE WATER (Note 7)
Pressure, kg/cm2g 4.0 4.5 5.0 15.6
Temperature, oC AMB. AMB. AMB. 65
7 RECIRCULATING COOLING WATER (Note 1)
Supply Pressure, Kg/cm2g 4.6 7.6
Return Pressure, Kg/cm2g 2.6 7.6
0
Supply Temperature, C 33 65
Return Temperature, 0C 45 65
8 DEMINERALISED WATER (Note 10)
Pressure, kg/cm2g 6.0 14.9/12.5
o
Temperature, C AMB. 65
9 BOILER FEED WATER (HP)
Pressure, kg/cm2g 47 52 58 82
Temperature, oC 120 120 135 150
10 PLANT AIR(Note 5,7)
Notes:
1. BCW will be tapped from recirculating water supply header within respective unit ISBL.
2. Process licensor/equipment supplier should consider minimum utility conditions for design
purpose.
3. For safety showers and eye wash drinking water to be considered.
4. Temperature for suspect and pure process condensate is 115-120 Deg.C and that of surface
condensate is 45-55 Deg. C.
5. Plant air for catalyst loading of FCCU will be routed through an independent header.
6. For startup of CW system and Plant/Instrument air system, instrument air from existing facility will
be supplied. Instrument air pressure of 3.0/4.0/5.0 kg/cm2g @ B/L needs to be considered for
startup.
7. For the SRU block,Steam,Service/Raw Water, BFW,Plant air,instrument air,fuel gas supplies,
refer table 3.For balance utilities, table 1 to be referred.
8. The high pressure FG is mostly used for CPP as Fuel and will be used as seal gas for the FCCU
and DCU WGC. This is also used for backup for SRU fuel gas system.
9. Fuel oil surge drum and heating system for CPP will be located within CPP. The condition
indicated for FO supply from OSBL tankage to CPP B/L.
10. The Design Pressure of 14.9 Kg/cm2,g is considered for IREP CPP & process consumers,
whereas 12.5 Kg/cm2,g is for B))-HGU & existing units.
11. Temperature range is given for various blended fuel oil cases.Refere fuel system design basis for
details.
3. Utility conditions at Unit Battery Limit [All B/L pressures are as measured at grade]
(For NHT/ISOM revamp)
Table 2
Sl Parameter Minimum Normal Maximum Mech Design
1 HIGH PRESSURE (HP) STEAM
Pressure, kg/cm2g 36 37 40 44
Temperature, oC 360 371 380 390
2 MEDIUM PRESSURE (MP) STEAM
Pressure, kg/cm2g 15 17 18.5 22
Notes:
1. Operating temperature and Design conditions of cooling water system correspond to existing
FCC/CDU-II area respectively.
2. Normally nitrogen from existing refinery nitrogen header will be used.However a back up
connection from BOO nitrogen plant will be given to the refinery header.
3. No fuel oil will be used in the heaters of NHT
4. Fuel gas will be supplied from the existing refinery and a back up will be given from the IREP
system to the same.
4. Utility conditions at unit B/L [All B/L pressures are as measured at grade]
(For New IREP Sulphur block)
Table 3
Sl Parameter Minimum Normal Maximum Mech Design
1 HIGH PRESSURE (HP) STEAM
Pressure, kg/cm2g 36 38 40 45/FV
Temperature, oC 365 375 390 420
2 MEDIUM PRESSURE (MP) STEAM
Pressure, kg/cm2g 16 17 18 24/FV
Temperature, oC 255 265 275 285
3 LOW PRESSURE (LP) STEAM (NOTE 2)
Pressure, kg/cm2g 3.5 4.5 5.0 10/FV
Temperature, oC Saturation 158 190 225
4 RAW WATER
Pressure, kg/cm2g 3 4.0 5 19.1
Temperature, oC AMB. AMB. AMB. 65
8 MP BOILER FEED WATER
Pressure, kg/cm2g 27 34.4
Temperature, oC 105 125
9 PLANT AIR
Pressure, kg/cm2g 5.0 6.0 7.0 10.5
o
Temperature, C AMB. 65
10 INSTRUMENT AIR
Pressure, kg/cm2g 5.0 6.5 7.5 10.5
o
Temperature, C AMB. AMB. 65
11 FUEL GAS
Pressure, kg/cm2g 2.0 2.5 3.0 6.5
Temperature, oC 40-50 65
Notes:
1. Cooling water/DM water/ Nitrogen conditions shall be as per IREP conditions. Refer Table 1.
2. The LP steam generated in SRU shall be at saturation temperature which will be used within new
SRU block.
Inert Gas (Nitrogen) shall be generated from: Cryogenic Air Separation Plant.
Other considerations, if any:
a) Liquid nitrogen storage shall be provided for catering to intermittent gaseous N2 as
required by various licensors
6. Flare System
6.1 Maximum flare backpressure shall be considered for sizing of pressure relief devices
# Flare system Superimposed Built-up Built-up
backpressure, backpressure at unit backpressure at PSV
kg/cm2g battery limits, outlet,
kg/cm2g kg/cm2g
The above backpressure is for new IREP facilities. For revamped units backpressure to be
confirmed during detailed engineering.
6.2 Overpressure (as percentage of set pressure) for sizing of relief valves shall be
Notes:
1. Back flush lines to be provided with same size as main cooling water line when main line size is
<=6”. One size lower to be provided for main line size upto 10”. Two size lower to be provided for
main line size>10”.
2. This facility will be applicable for exchangers at platform. Vent valve shown dotted is already
existing in P&ID 1192.
8. WATER QUALITY (Note 1)
Notes:
1. For NHT/ISOM revamp units, same water quality shall be considered.
2. All above qualities are considering Raw water as makeup and will be limiting qualities.
3. Cation conductivity at 25 deg C after addition of hydrazine & morphaline.
Rev.
Date Purpose Prepared By Reviewed By Approved By
No.
UTILITY DATA
S.No. Utility CONTINUOUS OR FLOW REQUIRED PRESSURE TEMPERATURE
INTERMITTENT
REQUIREMENT
LUBRICANT SCHEDULE
PROJECT : IREP, KOCHI REFINERY
Rev.
Date Purpose Prepared By Reviewed By Approved By
No.
LUBRICATION SCHEDULE
LUBRICANTS LIST CLIENT : M/s BPCL-KRU
DATE :
VENDOR :
ITEM NO. GRADE BPCL MAKER’S BRAND INTIAL CHARGE REPLACEMENT CHARGE MAKE -UP CHARGE LOCATION
(IS. OR ASTM) (lit/SET) QTY. INTERVAL QTY. INTERVAL TO BE USED
(lit/ SET) (hours) (lit/ SET) (hours)
MMRC Compressors
MMRF Fans
MMRFF FD Fans
MMRP Pumps
MMRT Turbines
CHAR 30 0
CHAR 30 0
NUM 8 2 m3/h
NUM 5 2 Kg/cm2
CHAR 25 0
CHAR 25 0
NUM 5 2 Kg/cm2
CHAR 30 0
CHAR 30 0
CHAR 30 0
NUM 6 2 KW
CHAR 30 0
CHAR 30 0
NUM 4 1 cel
NUM 4 1 cel
CHAR 30 0
NUM 6 0 RPM
RPM
KW
m3/h
RPM
m3/h
Kg/cm2
Kg/cm2
KW
cel
cel
RPM
cel
m3/h
Kg/cm2
Kg/cm2
KW
cel
cel
RPM
m3/h
RPM
KW
RPM
m3/h
RPM
KW
RPM
Kg/cm2
m3/h
m
Kg/cm2
cel
KW
RPM
mm
m3/h
RPM
Kg/cm2
cel
KW
RPM
mm
mm
Kg/cm2
m3/h
m
Kg/cm2
cel
KW
RPM
RPM
mm
mm
Kg/cm2
m3/h
m
Kg/cm2
cel
KW
RPM
RPM
cel
KW
RPM
KW
RPM
Kg/cm2
RPM
Kg/cm2
cel
Kg/cm2
cel
RPM
ITEM : DG Set
ITEM NUMBER :
INSTRUCTIONS TO BIDDERS:
1. This proforma duly filled in shall be submitted for each item separately, along with the bid.
2. Since the information requested in this proforma will be utilised to assess provenness of offered model, it is in the interest of the equipment
manufacturer to pick up those cases out of total list of references which most closely match with the offered model. The equipment manufacturer
shall also ensure that each & every information asked for is furnished and the same is correct and complete in all respects. Incorrect information
furnished in this proforma shall render the bid liable for rejection.
3. While furnishing the materials, where asked for, the equipment manufacturer shall furnish ASTM equivalents also.
4. For the referred installations, the equipment manufacturer shall indicate the name of the person (along with his address, telephone no., fax
no./ email-id ., Mobile no etc.) who may be contacted by the Purchaser / his representative, if felt necessary.
5. The equipment manufacturer shall also furnish along with the bid his standard reference list for the offered equipment model manufactured and
supplied by him.
6. The equipment manufacturer shall clarify the meaning of each letter / digit used in the model designation below:
Telephone No.
Fax No.
email-id
ITEM NUMBER :
PACKAGER :
INSTRUCTIONS TO BIDDERS:
1. This proforma duly filled in shall be submitted for each item separately, alongwith the bid.
2. Since the information requested in this proforma will be utilised to assess provenness of DG Set Packager, it is in the interest of the DG Set
Packager to pick up those cases out of total list of references which are identical to the offered DG Set Package. The DG Set Packager shall
also ensure that each & every information asked for is furnished and the same is correct and complete in all respects. Incorrect information
furnished in this proforma shall render the bid liable for rejection.
3. While furnishing the materials, where asked for, the equipment manufacturer shall furnish ASTM equivalents also.
4. For the referred installations, the equipment manufacturer shall indicate the name of the person (alongwith his address, telephone no., fax
no./email-id etc.) who may be contacted by the Purchaser / his representative, if felt necessary.
5. The DG Set Packager shall also furnish along with the bid his standard reference list for the offered DG Set Packaged and supplied by him.
6. The DG Set Packager shall clarify the meaning of each letter / digit used in the model designation below:
Name (Company/Organization)
Address
Telephone No.
Fax No.
Email-id
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
The Package Vendor's scope of supply shall include but not be limited to the following. Package vendor
scope has been defined broadly in this document. However, vendor shall refer the entire enquiry
specification for complete vendor’s scope of supply/work.
Vendor to write YES/NO against each item. Vendor is required to include complete scope, as such 'NO' is
not warranted. However, in case for any of the items if vendor's reply is 'NO', vendor should give reasons for
the same.
2. ELECTRICAL EQUIPMENT
(Refer Electrical data sheet & related specs. for full details)
2.1 Alternator Yes
2.2 All other items as specified as per electrical data sheet & Specs. Yes
3. INSTRUMENTATION
(Refer Job spec. for full details)
3.1 Instrumentation for the offered engine and alternator Yes
3.2 Local control panels for main DG set & other associated auxiliaries. Yes
3.3 All other instruments & controls required/specified for main DG set & Yes
other associated auxiliaries.
4. PIPING
(Refer Piping specs. for full details)
4.1 Complete inter-connecting piping including fuel, cooling water, Yes
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
9. Miscellaneous
9.1 Torsional Analysis report Yes
9.2 All foundation/ anchor bolts Yes
9.3 Design of detailed equipment layout for the DG package including the Yes
layout for air intake system, exhaust system, cooling water system,
fuel system etc.
9.4 Design, engineering, supply & installation of the complete ventilation Yes
system for the DG room.
9.5 Providing all necessary documents/ data needed by Purchaser to Yes
obtain statutory clearances applicable for entire plant.
9.6 Training for purchaser’s engineers (refer applicable clauses of Job Yes
Specification)
9.7 Separate quotation for Five years Annual Maintenance Contract Yes
(AMC)
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
NOTES:
(1) Complete civil works including construction of the DG room, foundation for all equipments (such as DG
set, Radiator, stack etc) are excluded from vendor’s scope. Refer Job specification (Doc. No. A307-0IY-
16-45-SP-5880).
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
The Package Vendor's scope of supply shall include but not be limited to the following. Package vendor
scope has been defined broadly in this document. However, vendor shall refer the entire enquiry
specification for complete vendor’s scope of supply/work.
Vendor to write YES/NO against each item. Vendor is required to include complete scope, as such 'NO' is
not warranted. However, in case for any of the items if vendor's reply is 'NO', vendor should give reasons for
the same.
2. ELECTRICAL EQUIPMENT
(Refer Electrical data sheet & related specs. for full details)
2.1 Alternator Yes
2.2 Battery & Battery Charger Yes
2.3 All other items as specified as per electrical data sheet & Specs. Yes
3. INSTRUMENTATION
(Refer Job spec. for full details)
3.1 Instrumentation for the offered engine and alternator Yes
3.2 Local control panels for main DG set & other associated auxiliaries. Yes
3.3 All other instruments & controls required/specified for main DG set & Yes
other associated auxiliaries.
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
8. Miscellaneous
8.1 Torsional Analysis report Yes
8.2 Design & layout of DG shed including the layout of fuel system, Yes
exhaust system etc
8.3 All foundation/ anchor bolts Yes
8.4 Emission level as per Relevant central/ state pollution board Yes
8.5 Providing all necessary documents/ data needed by Purchaser to Yes
obtain statutory clearances applicable for entire plant.
8.6 Training for purchaser’s engineers (refer applicable clauses of Job Yes
Specification)
8.7 Separate quotation for Five years Annual Maintenance Contract Yes
(AMC)
8.8 Additional items (including mechanical, electrical and instrumentation Yes
and controls) not specified by Purchaser but recommended by bidder
for safe, smooth and efficient operation of complete package.
(Bidder to include separate list of such items in his proposal along
with their unit prices)
NOTES:
(1) Complete civil works including construction of the DG shed, foundation for all equipments (such as DG set,
stack etc) are excluded from vendor’s scope. Refer Job specification (Doc. No. A307-0IY-16-45-SP-5881).
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
JOB SPECIFICATION
FOR
3.4 MW EMERGENCY DIESEL GENERATOR (EDG)
PACKAGE
(Item No. A307-DG-001)
1.0 SCOPE
1.1 This specification describes the minimum requirements for design, engineering, manufacture,
procurement, packaging, inspection, testing, supply and erection & commissioning of ONE (1)
No. 3.4 MW Emergency Diesel Generator Set (Item No. A307-DG-001) for the IREP Project,
Kochi Refinery.
1.2 The intent of these specification is to supplement, highlight and modify (where specified) the
requirements as given in Standard Specifications enclosed with this Material Requisition &
other international codes/standards.
1.3 In case of any conflict between this job specification and other enquiry documents, the
following preferential order shall govern:
i. Data Sheets
ii. This Job Specification
iii. EIL Standard Specification for Diesel Engine 6-43-0040 and other EIL Standard
specifications as per the "List of Attachments" provided with this enquiry document.
iv. Other Indian/International Standards attached herewith or referred to.
1.4 Compliance with these specifications shall not relieve the Bidder of the responsibility of
furnishing equipment and accessories of proper design, materials and workmanship to meet
the specified start up and operating conditions (i.e. to generate desired power at alternator
terminal at site).
1.5 All EIL specifications, Data Sheets/Job Specifications etc. as per the list of attachments
provided in respective sections, shall form a part of this specification.
1.6 No deviations or exceptions are permitted from this specification and other attached or
referred specifications as a rule. Only those deviations which are technically infeasible to be
met shall be considered. In case, no deviation list is furnished, it shall be considered that
Bidder’s offer is in total conformity with the requisition.
2.0 SAFETY
2.1 All the controls should operate in a fail- safe mode i.e. failure of any control should not lead to
running of Genset in unsafe mode.
2.2 All exposed rotating parts should be provided with adequate guards of non- sparking type.
2.3 All electrical accessories, connections enclosures, junction boxes and engine-mounted
auxiliaries should be conforming to the stipulations by the concerned statutory authorities of
Govt. of India or State Govt. for its use in the specified installation. In case of contravention of
any such stipulation brought out at any stage by the statutory authorities, the same will be
rectified immediately at no cost to the client.
2.4 Driver belt and other synthetic components used should be of anti- static and fire resistant
type.
3.1 Packager:
3.1.1 The Bidder for the complete package shall either be the manufacturer of the proposed Diesel
Engine or an authorized packager of the proposed DG set and shall be the Single Point
Responsibility Vendor (SPRV) for the complete package.
3.1.2 The Bidder shall have engineered, packaged, supplied, installed, commissioned and tested in
the last Ten (10) years, at least One (1) no. DG set of similar (80% or higher) power rating as
compared to the offered DG set from the proposed packaging plant of DG Set. As a minimum,
the above past supply reference shall have completed One (1) Year of satisfactory operation
at site, as on bid due date.
The Ten years time period mentioned above shall be reckoned from the bid due date.
3.1.3 In case the Bidder is an authorized packager of the proposed DG set, Bidder shall provide a
declaration letter from the authorized signatory of the manufacturer of the proposed Diesel
Engine confirming the status of the bidder as their authorized packager and confirming that
bidder is authorized to package the proposed DG set for the proposed site of installation.
Refer Cl. No. 1.5 of “EIL Standard Specification for Diesel Engines" (Doc. No. 6-43-0040)
enclosed in the inquiry document for details on equipment qualification criteria of Diesel
Engines.
However under Cl. No. 1.5.1, the words “TWO UNITS” and “8000 hrs” shall be read as “ONE
UNIT” and “1 year” respectively.
3.3 Alternator:
The bidder shall furnish along with the proposal Experience Record for the offered Diesel
Engine model and for packaging of the Diesel generator set in the Experience Record
Formats (Doc. No: A307-0IY-16-45-ER-5880 & Doc No A307-0IY-16-45-ER-5881) as
attached with the Material Requisition.
In addition, manufacturer's catalogue and general reference list for Diesel Engines & DG Sets
shall also be furnished along with the proposal.
4.2 Utility conditions at the battery limit shall be as per the Table-1 of Site & Utility Data (Doc No.
A307-0IY-16-45-SU-5880).
4.3 Consider ambient temperature as 370C @ 88% relative humidity & height above mean sea
level as 7.5 m for calculating deration on account of site conditions.
5.1 The specified DG Set is required for Emergency Power Supply requirement. The DG set shall
be started automatically through AMF. The DG Set shall also be capable of starting and
stopping manually.
5.2 Bidder shall indicate in his proposal details of independent auxiliary power required for the DG
Package such as the following :
-Aux. Lube Oil Pump Motor
-Air Starter Compressor Motors
-Cooling Water Pump Motors
-Radiator Fan Motors
-Ventilation Fan Motors, etc
Power for all such auxiliary loads shall be provided by the Purchaser. However, these loads
shall be accounted for to arrive at the required DG KW rating. Refer Electrical Specification for
supply voltages for the auxiliary loads. Also, distribution of power supply to all such auxiliary
loads within DG Package B/L shall be in bidder’s scope.
6.1 Scope of supply shall consist of One (1) no. of DG set suitable for generating the required
electric power as specified in the data sheet (Doc. No. A307-0IY-16-45-DS-5880). The DG set
shall be complete with all equipments, auxiliary systems, instrument & controls and safety
devices as per the inquiry document.
6.2 Bidder to refer “Check list for scope of supply for DG set (Doc. No: A307-0IY-16-45-SS-5880)”
enclosed in the inquiry document for brief scope of work/supply of DG sets.
6.3 The subject DG set shall be installed within a DG room provided by purchaser. Bidder shall
conceive & develop the detailed equipment layout within & outside the DG room including the
layout for air intake system, exhaust system, cooling water system, fuel system etc.
6.4 Bidder to note that the total space available for the installation of the subject DG Package is
40 m x 23 m, refer drawing enclosed elsewhere with the MR. Bidder shall furnish the
indicative equipment layout along with the proposal, confirming that total space available for
the DG Package is sufficient. Everything shall be accommodated in this space including
radiator, stack, control room etc.
6.6 Bidder shall recommend the lifting capacity and hook height for the maintenance facility like
EOT/HOT cranes (to be provided by the Purchaser) for handling the heaviest single piece of
the equipment for maintenance.
6.7 Bidder to note that the complete civil works including construction of DG room, foundation for
all equipments (such as DG set, Radiator, stack etc) are in Purchaser’s scope.
6.8 All statutory clearances applicable for entire plant (such as CPCB, CEIG etc) shall be
obtained by the Purchaser. Bidder to ensure that DG Package shall meet all applicable
statutory requirements. Bidder shall provide all necessary documents/ data needed by
Purchaser to obtain the statutory clearances. However, any clearances required for the
equipments (such as CCoE approval for electrical equipments), shall be obtained by the
Bidder.
6.9 Bidder shall advise Purchaser if acoustic treatment of DG room is required to meet noise
limits as per applicable statutory requirements. If the acoustic treatment of DG room is
required, Bidder shall provide all necessary data to Purchase to carry out acoustic treatment
of DG room at their end.
7.1.1 Engine shall be sized on the basis of Prime Power Rating (PRP). In this regard refer clause
13.3.2 of ISO 8528-1.
7.1.2 The engine rated speed shall be suitable for the Generator and no speed reducing device is
acceptable. The engine shall be coupled directly to Generator through flexible coupling only.
The speed of the engine shall not exceed 1000 rpm.
7.1.3 The Bidder shall furnish the Engine Deration calculation as per the Doc. No. A307-0IY-16-45-
OD-5880, for Purchaser’s approval along with the offer, otherwise the offer is liable for
rejection.
7.1.4 No negative tolerance shall be allowed on the engine rating specified by the Bidder in the
equipment datasheet.
7.1.5 The linear vibration values shall be in accordance with BS 5000/Part 3-1980 “Generators to
be driven by reciprocating internal combustion engines”.
7.1.6 The Bidder shall be responsible for carrying out torsional analysis of the dynamic system as
specified in the latest edition of British Standard - 5514/ IS0 3046. The results in the form of a
report shall be submitted to the Purchaser.
7.2.1 The diesel engine shall be provided with air starting system either with the engine fitted air
start motor or air injection starting system. Bidder shall also provide TWO air compressors,
one driven by a diesel engine and the other by electric motor. The system shall be provided
with necessary instruments, controls and safety devices.
Bidder to also refer applicable clauses of 6-43-0040 in this regard.
7.2.2 The DG set shall be designed suitable for black start condition. In case any additional
equipment/accessory is required on account of the same, bidder to include the same in his
scope of supply.
7.3.2 Qualities of water available for make up water at EDG Package battery limit for closed
circuit cooling system are described in Site & Utility Data (Doc. No. A307-0IY-16-45-SU-
5880). Bidder shall check the suitability of available water qualities for cooling system &
specify in his proposal selected water quality & quantity of make up water required. In case
DM water is selected, all interconnecting piping, equipments etc shall be of Stainless Steel.
7.3.3 In case, the water qualities available are considered not suitable for direct use in DG, then
Bidder shall include in his scope supply of water treatment plant for the same. Requirement
of water treatment plant shall be confirmed by the Bidder in his proposal.
7.3.4 The radiator noise level shall also meet all statutory requirements.
Engine lubrication shall be as per Manufacturer's standard. The DG Set shall be suitable for
automatic starting on Power failure. In order to keep the DG set in ready to start condition
at all times, a complete automatic pre-lubrication system including engine driven gear type
pump, electric (AC) motor driven pre-lubrication pump, water cooled lube oil cooler/PHE,
thermostatically controlled electric heaters for lube oil if ambient conditions warrant the
same, one simplex automatic self cleaning lube oil filter, one pneumatic motor driven pre
lubrication pump, necessary piping, valves, fittings, instrumentations & supports for the DG
set shall be included in Bidder's scope. Dipstick shall be provided for measurement of lube
oil level. The frequency of starting of pre-lube pump shall be indicated by the bidder on the
datasheets.
7.5.2 Fuel oil system including TWO (2) no. of diesel oil day storage tank (at an elevation
approx. 4.5 m) of 990 lt capacity to be installed in parallel, 1x100% capacity fine duplex
filters provided with differential pressure indicators and differential pressure transmitters
across the filters complete interconnecting piping between day tank and diesel engine with
necessary valves, fittings, Instrumentations and supports, overflow pipes, vent connections
for fuel tank, inspection and cleaning hole for fuel tank (150mm dia.), fill connection for fuel
tank, shielded level gauge for fuel tank.
7.5.3 For details of Fuel System, refer to clause no. 2.4 of spec. no. 6-43-0040 and the
datasheets.
7.6.1 Complete Air Inlet System comprising of air intake filter, inlet silencer, inlet ducting,
supports/ supporting structure etc shall be in bidder’s scope of supply.
7.6.2 Complete Exhaust gas system comprising of exhaust piping, residential type silencer,
expansion bellow, fittings, insulation and self-supporting/structurally supported exhaust
Format No. 1641-1924 Rev. 0 Copyright EIL – All rights reserved
steel stack (chimney), foundation bolts, lightning arrester, aviation lamp etc. shall be in
bidder's scope of supply. The exhaust system from the DG sets shall meet the prevailing
pollution control board requirements besides meeting the requirements of this Job
specification.
7.6.3 Vendor shall furnish details of the exhaust piping, supporting system envisaged for the
engine exhaust system during detailed engineering stage for purchaser's approval.
7.6.4 The height of the exhaust stack also should be in conformance to local regulation (Pollution
board).The height of the exhaust stack shall be the minimum of 30m.
8.0 INSTRUMENTATION
8.1.1 Bidder shall provide all necessary Instrumentation and Controls specified herein and as
required making the total system complete and suitable for the safe and automatic
operations of the emergency diesel generator. The intent of this section is to provide the
basic guidelines for supply of instruments as well as Indicative guideline for nature and
extent of Instrumentation and Control.
8.1.2 Bidder shall provide suitable control system for safe and efficient operation of EDG.
Controller shall have dual redundant operation module, dual redundant power supply, dual
redundant communication module, dual redundant I/O module.
8.1.3 Bidder shall provide necessary field instruments including speed sensors, control valves,
solenoid valves, junction boxes, Instrument erection hardware etc. as required for safe and
efficient operation of the emergency DG set and all associated auxiliaries as per the
requirement provided in MR and the final approved P&IDs during detailed engineering
stage.
8.1.4 Bidder shall provide differential pressure (DP) transmitter and differential pressure gauge
across filter/strainer. DP transmitter shall be connected to the Bidder’s supplied Local
Control Panel (LCP) for necessary alarm and interlock.
8.1.5 Bidder shall provide level transmitter for diesel oil day storage tank. Necessary low level
and high level contacts for alarm and interlock shall be generated in Bidder’s supplied LCP.
8.1.6 Bidder shall provide level transmitter for expansion tanks, pressure transmitter for engine
starting compressor air module and lube oil (LO) priming and turbocharger LO.
8.1.7 Bidder shall provide DP gauge and transmitter for fuel oil filter, pressure gauge and
temperature gauge for lube oil system.
8.1.8 Supply of instrumentation cables and special cables from field instruments to local junction
boxes and local junction boxes to LCP as required for complete installation of DG set and
auxiliaries shall be in Bidder’s scope.
8.1.9 Double compression cable glands shall be used for all cables under Bidder’s scope of
supply. Slipper type PVC sleeves (cable shrouds) shall be used over cable all glands.
8.1.10 Bidder shall supply all Instrumentation items as per approved vendor list.
8.1.11 Bidder shall supply any other Instruments required for safe and trouble free operation of
DG set.
Format No. 1641-1924 Rev. 0 Copyright EIL – All rights reserved
9.1 The diesel engines shall be load tested & fuel consumption tested at the engine
manufacturer's works. Refer Clause 4.1.3 of EIL Specification 6-43-0040.
9.2 The Alternators shall be subjected to all Tests at Alternator manufacturer's shop as defined
in Electrical Specification and datasheet.
9.4 DG Set shall be tested at site based on the available load to generate the required power
and voltage at the alternator terminals.
10.3 Quotation for Two Years Operation and Maintenance Spare Parts
Bidder shall furnish a separate quotation along with his proposal for 2 years’ operation and
maintenance spares for the package including Mechanical, Electrical, Instrumentation &
Control Items etc. together with part no., name of the parts, cost and recommended
quantity of spares against the installed quantity per unit. Bidder shall furnish a separate list
of such recommended spares for the Diesel Engine Generator Package along with the
offer. Prices for these spares shall not be taken into consideration for evaluation of Bidder’s
offer.
11.1 Bidder shall furnish the Drawings / Documents for purchaser's review / approval as per the
Format No. 1641-1924 Rev. 0 Copyright EIL – All rights reserved
vendor data requirement. Refer Doc. No. : A307-0IY-16-45-VDR-5880 for vendor data
requirement on Diesel Engines. For vendor data requirement of Electrical &
Instrumentation, refer Electrical & Instrumentation specifications.
11.2 Bidder to note that during detail engineering, all civil works related design/drawings such as
foundation design etc. shall be given to the bidder for his review and approval. Similarly
bidder to provide all layout related data / drawings for Purchaser’s review and approval.
11.3 Bidder shall furnish all the information at the time of bidding as specified in the relevant
vendor data requirement forms. Bidder shall make his offer complete and comprehensive to
enable the processing of the offer without any technical queries / discussions.
11.4 Vendors shall submit the technical data in owners format (SAP Master Data and Class
data) in soft copy. The template is attached elsewhere in the MR and the same shall be
filled and submitted by vendor during detail engineering.
12.1 All the site activities including transportation from purchaser’s store to job site (i.e. DG
Room), unloading & storage at job site prior to erection, material handling for erection,
assembly/erection at job site, installation, pre-commissioning, commissioning, site testing at
available load, handing over to client and other field works including residual engineering
work etc. shall be the responsibility of the bidder and included in his scope.
Bidder shall furnish a separate quotation along with the proposal for Annual Maintenance
Contract for a period of 5 years. For details, refer the document - Technical Requirements B
for Annual Maintenance Contract (Doc. No. A307-0IY-16-45-AM-5880) enclosed with the
inquiry document.
Price for Annual Maintenance Contract shall be taken into consideration for evaluation of
Bidder’s offer.
Training shall be provided to 3 maintenance and operation engineers for 3 days at engine
manufacturer’s shop and 6 engineers for one week at site after commissioning of the DG
Set.
All rotating equipment shall be packed for an outside storage period of twelve (12) months.
Vendor’s recommended extended storage and preservation procedure shall be furnished to
Purchaser/owner before dispatch.
- Instruments like gauges, speed indicators, probes, oiler etc shall be removed from
the main equipment and dispatched separately to avoid the damage of these
components during transportation handling and erection.
The initial fill of lubricants, other consumables is not included in the scope of supply of the
vendor. However vendor shall furnish list of recommended BPCL make oils required for
lubrication in the offer. Vendor shall furnish filled in utility requirements and lubrication
schedule, as per the formats attached elsewhere.
Owner and/or his Consultant may participate along with the Vendor’s inspectors in any
inspection and tests. The vendor shall notify to owner of all inspection and tests atleast four
weeks before the scheduled date of inspection and test and reconfirm the same at least
one week before the date of inspection and testing.
To bring active involvement and transparency between the customer (BPCL/EIL) and the
vendor, there shall be Video conferencing of management review and helmet camera for
shop floor view. For achieving the stated objective the vendor shall posses the following
infrastructure and shall confirm the availability of the same at major sub-vendor’s facilities
also:
a. The vendor shall have video conferencing facility at their manufacturing unit.
b. Management review of the job status shall be done through video conferencing on a
monthly basis or on a mutually agreed interval. Also the “work in progress” at the
vendor’s workshop shall be shown live to BPCL/EIL through helmet camera.
The vendor could share the same information of manufacturer like plan vs. actual progress
of the equipment/ system at the OEM’s site with the BPCL / EIL
JOB SPECIFICATION
FOR
1250 KVA EMERGENCY DIESEL
GENERATOR (EDG) PACKAGE
(Item No. A307-DG-002)
1.0 SCOPE
1.1 This specification describes the minimum requirements for design, engineering, manufacture,
procurement, packaging, inspection, testing, supply and erection & commissioning of ONE (1)
No. 1250 KVA Emergency Diesel Generator Package (Item No. A307-DG-002) for the IREP
Project, Kochi Refinery.
1.2 The intent of these specification is to supplement, highlight and modify (where specified) the
requirements as given in Standard Specifications enclosed with this Material Requisition &
other international codes/standards.
1.3 In case of any conflict between this job specification and other enquiry documents, the
following preferential order shall govern:
i. Data Sheets
ii. This Job Specification
iii. EIL Standard Specification for Diesel Engine 6-43-0040 and other EIL Standard
specifications as per the "List of Attachments" provided with this enquiry document.
iv. Other Indian/International Standards attached herewith or referred to.
1.4 Compliance with these specifications shall not relieve the Bidder of the responsibility of
furnishing equipment and accessories of proper design, materials and workmanship to meet
the specified start up and operating conditions (i.e. to generate desired power at alternator
terminal at site).
1.5 All EIL specifications, Data Sheets/Job Specifications etc. as per the list of attachments
provided in respective sections, shall form a part of this specification.
1.6 No deviations or exceptions are permitted from this specification and other attached or
referred specifications as a rule. Only those deviations which are technically infeasible to be
met shall be considered. In case, no deviation list is furnished, it shall be considered that
Bidder’s offer is in total conformity with the Material Requisition.
2.0 SAFETY
2.1 All the controls should operate in a fail- safe mode i.e. failure of any control should not lead to
running of Genset in unsafe mode.
2.2 All exposed rotating parts should be provided with adequate guards of non- sparking type.
2.3 All electrical accessories, connections enclosures, junction boxes and engine-mounted
auxiliaries should be conforming to the stipulations by the concerned statutory authorities of
Govt. of India or State Govt. for its use in the specified installation. In case of contravention of
any such stipulation brought out at any stage by the statutory authorities, the same will be
rectified immediately at no cost to the client.
2.4 Driver belt and other synthetic components used should be of anti- static and fire resistant
type.
3.1 Packager:
3.1.1 The Bidder for the complete package shall either be the manufacturer of the proposed Diesel
Engine or an authorized packager of the proposed DG set and shall be the Single Point
Responsibility Vendor (SPRV) for the complete package.
3.1.2 The Bidder shall have engineered, packaged, supplied, installed, commissioned and tested in
the last Ten (10) years, at least One (1) no. DG set of similar (80% or higher) power rating as
compared to the offered DG set from the proposed packaging plant of DG Set. As a minimum,
the above past supply reference shall have completed One (1) Year of satisfactory operation
at site, as on bid due date.
The Ten years time period mentioned above shall be reckoned from the bid due date.
3.1.3 In case the Bidder is an authorized packager of the proposed DG set, Bidder shall provide a
declaration letter from the authorized signatory of the manufacturer of the proposed Diesel
Engine confirming the status of the bidder as their authorized packager and confirming that
bidder is authorized to package the proposed DG set for the proposed site of installation.
Refer Cl. No. 1.5 of “EIL Standard Specification for Diesel Engines" (Doc. No. 6-43-0040)
enclosed in the inquiry document for details on equipment qualification criteria of Diesel
Engines.
However under Cl. No. 1.5.1, the words “TWO UNITS” and “8000 hrs” shall be read as “ONE
UNIT” and “1 year” respectively.
3.3 Alternator:
The bidder shall furnish along with the proposal Experience Record for the offered Diesel
Engine model and for packaging of the Diesel generator set in the Experience Record
Formats (Doc. No: A307-0IY-16-45-ER-5880 & Doc No A307-0IY-16-45-ER-5881) as
attached with the Material Requisition.
In addition, manufacturer's catalogue and general reference list for Diesel Engines & DG Sets
shall also be furnished along with the proposal.
4.2 Utility conditions at the battery limit shall be as per the Table-1 of Site & Utility Data (Doc No.
A307-0IY-16-45-SU-5880).
4.3 Consider ambient temperature as 370C @ 88% relative humidity & height above mean sea
level as 12 m for calculating deration on account of site conditions.
5.1 The specified DG Set is required for Emergency Power Supply requirement. The DG set shall
be started automatically through AMF. The DG Set shall also be capable of starting and
stopping manually.
6.1 Scope of supply shall consist of One (1) no. of DG set suitable for generating the required
electric power as specified in the data sheet (Doc. No. A307-0IY-16-45-DS-5881). The DG set
shall be complete with all equipments, auxiliary systems, instrument & controls and safety
devices as per the inquiry document.
6.2 Bidder to refer “Check list for scope of supply for DG set (Doc. No: A307-0IY-16-45-SS-5881)”
enclosed in the inquiry document for brief scope of work/supply of DG sets.
6.3 DG Set shall be supplied with acoustic enclosure. The noise level shall not exceed 75 dBA
when measured at One-meter distance from the acoustic enclosure in any direction. Vendor
to demonstrate at site the noise level of 75 dBA @ 1m from acoustic enclosure.
6.4 DG Set along with the acoustic enclosure (except exhaust stack) shall be installed within the
DG shed. Bidder shall conceive & develop design & layout of DG shed including the layout of
fuel system, exhaust system etc. Design / layout of the complete package shall be carried out
by bidder such that space requirement is economized. Bidder shall indicate details of the
space requirement in his proposal.
6.5 Bidder shall furnish the indicative equipment layout along with the proposal.
6.6 Bidder shall recommend the lifting capacity and hook height for the maintenance facility like
EOT/HOT cranes (to be provided by the Purchaser) for the DG shed for handling the heaviest
single piece of the equipment for maintenance.
6.7 Bidder to note that the complete civil works including construction of DG shed, foundation for
all equipments (such as DG set, stack etc) are in Purchaser’s scope.
6.8 All statutory clearances applicable for entire plant (such as CPCB, CEIG etc) shall be
obtained by the Purchaser. Bidder to ensure that DG Package shall meet all applicable
statutory requirements. Bidder shall provide all necessary documents/ data needed by
Purchaser to obtain the statutory clearances. However, any clearances required for the
equipments (such as CCoE approval for electrical equipments), shall be obtained by the
Bidder.
7.1.1 Engine shall be sized on the basis of Prime Power Rating (PRP). In this regard refer clause
13.3.2 of ISO 8528-1.
7.1.2 The engine rated speed shall be suitable for the Generator and no speed reducing device is
acceptable. The engine shall be coupled directly to Generator through flexible coupling only.
The speed of the engine shall not exceed 1500 rpm.
7.1.3 The Bidder shall furnish the Engine Deration calculation as per the Doc. No. A307-0IY-16-45-
OD-5881, for Purchaser’s approval along with the offer, otherwise the offer is liable for
rejection.
7.1.4 No negative tolerance shall be allowed on the engine rating specified by the Bidder in the
equipment datasheet.
7.1.5 The linear vibration values shall be in accordance with BS 5000/Part 3-1980 “Generators to
be driven by reciprocating internal combustion engines”.
7.1.6 The Bidder shall be responsible for carrying out torsional analysis of the dynamic system as
specified in the latest edition of British Standard - 5514/ IS0 3046. The results in the form of a
report shall be submitted to the Purchaser.
7.2.1 Diesel engine shall be provided with Battery starting system with necessary instruments,
controls and safety devices. Battery starting system shall be as EIL Standard Spec. No. 6-43-
0040. Electrical specifications, attached elsewhere with the MR, shall be referred for details of
the battery & battery charger.
7.2.2 The DG set shall be designed suitable for black start condition. In case any additional
equipment/accessory is required on account of the same, bidder to include the same in his
scope of supply.
7.3.2 Qualities of water available for make up water at DG Package battery limit for closed circuit
cooling system are described in Site & Utility Data (Doc. No. A307-0IY-16-45-SU-5880).
Bidder shall check the suitability of available water qualities for cooling system & specify in
his proposal selected water quality & quantity of make up water required. In case DM water
is selected, all interconnecting piping, equipments etc shall be of Stainless Steel.
7.3.3 In case, the water qualities available are considered not suitable for direct use in DG, then
Bidder shall include in his scope supply of water treatment plant for the same. Requirement
of water treatment plant shall be confirmed by the Bidder in his proposal.
Engine lubrication shall be as per Manufacturer's standard. The DG Set shall be suitable for
automatic starting on Power failure. In order to keep the DG set in ready to start condition
at all times, a complete automatic pre-lubrication system (including electric (AC) motor
driven pre-lubrication pump etc) that lubricates the Engine at regular intervals complete
with Timer logic etc. shall be included in Bidder's scope . The frequency of starting of pre-
lube pump shall be indicated by the bidder on the datasheets.
Format No. 1641-1924 Rev. 0 Copyright EIL – All rights reserved
7.5.2 Fuel oil system including One (1) no. of diesel oil day storage tank of 990 lt capacity to be
installed, 1x100% capacity fine duplex filters provided with differential pressure indicators
and differential pressure transmitters across the filters, complete interconnecting piping
between day tank and diesel engine with necessary valves, fittings, Instrumentations and
supports, overflow pipes, vent connections for fuel tank, inspection and cleaning hole for
fuel tank (150mm dia.), fill connection for fuel tank, shielded level gauge for fuel tank.
7.5.3 For details of Fuel System, refer to clause no. 2.4 of spec. no. 6-43-0040 and the
datasheets.
7.6.1 Complete Air Inlet System comprising of air intake filter, inlet silencer etc shall be in
bidder’s scope of supply.
7.6.2 Complete Exhaust gas system comprising of exhaust piping, residential type silencer,
expansion bellow, fittings, insulation and self-supporting/structurally supported exhaust
steel stack (chimney), foundation bolts, lightning arrester, aviation lamp etc. shall be in
bidder's scope of supply. The exhaust system from the DG sets shall meet the prevailing
pollution control board requirements besides meeting the requirements of this Job
specification.
7.6.3 Vendor shall furnish details of the exhaust piping, supporting system envisaged for the
engine exhaust system during detailed engineering stage for purchaser's approval.
7.6.4 The height of the exhaust stack also should be in conformance to local regulation (Pollution
board).The height of the exhaust stack shall be the minimum of 30m.
8.0 INSTRUMENTATION
8.1.1 Bidder shall provide all necessary Instrumentation and Controls specified herein and as
required making the total system complete and suitable for the safe and automatic
operations of the emergency diesel generator. The intent of this section is to provide the
basic guidelines for supply of instruments as well as Indicative guideline for nature and
extent of Instrumentation and Control.
8.1.2 Bidder shall provide suitable control system for safe and efficient operation of EDG.
Controller shall have dual redundant operation module, dual redundant power supply, dual
redundant communication module, dual redundant I/O module.
8.1.3 Bidder shall provide necessary field instruments including speed sensors, control valves,
solenoid valves, junction boxes, Instrument erection hardware etc. as required for safe and
efficient operation of the emergency DG set and all associated auxiliaries as per the
requirement provided in MR and the final approved P&IDs during detailed engineering
stage.
8.1.4 Bidder shall provide differential pressure (DP) transmitter and differential pressure gauge
across filter/strainer. DP transmitter shall be connected to the Bidder’s supplied Local
Control Panel (LCP) for necessary alarm and interlock.
Format No. 1641-1924 Rev. 0 Copyright EIL – All rights reserved
8.1.5 Bidder shall provide level transmitter for diesel oil day storage tank. Necessary low level
and high level contacts for alarm and interlock shall be generated in Bidder’s supplied LCP.
8.1.6 Bidder shall provide level transmitter for expansion tanks, pressure transmitter for engine
lube oil (LO) priming and turbocharger LO.
8.1.7 Bidder shall provide DP gauge and transmitter for fuel oil filter, pressure gauge and
temperature gauge for lube oil system.
8.1.8 Supply of instrumentation cables and special cables from field instruments to local junction
boxes and local junction boxes to LCP as required for complete installation of DG set and
auxiliaries shall be in Bidder’s scope.
8.1.9 Double compression cable glands shall be used for all cables under Bidder’s scope of
supply. Slipper type PVC sleeves (cable shrouds) shall be used over cable all glands.
8.1.10 Bidder shall supply all Instrumentation items as per approved vendor list.
8.1.11 Bidder shall supply any other Instruments required for safe and trouble free operation of
DG set.
9.1 The diesel engines shall be load tested & fuel consumption tested at the engine
manufacturer's works. Refer Clause 4.1.3 of EIL Specification 6-43-0040.
9.2 The Alternators shall be subjected to all Tests at Alternator manufacturer's shop as defined
in Electrical Specification and datasheet.
9.4 Complete DG sets shall be tested at the packager's shop for 4 hrs at full load and 1 hour at
10% overload.
9.5 DG Set shall be tested at site based on the available load to generate the required power
and voltage at the alternator terminals.
& commissioning of the DG Package over and above the quoted spares, the same shall be
supplied by the vendor without any cost or time implication to the Purchaser. Spares not
used during commissioning shall be owner’s property.
10.3 Quotation for Two Years Operation and Maintenance Spare Parts
Bidder shall furnish a separate quotation along with his proposal for 2 years’ operation and
maintenance spares for the package including Mechanical, Electrical, Instrumentation &
Control Items etc. together with part no., name of the parts, cost and recommended
quantity of spares against the installed quantity per unit. Bidder shall furnish a separate list
of such recommended spares for the Diesel Engine Generator Package along with the
offer. Prices for these spares shall not be taken into consideration for evaluation of Bidder’s
offer.
11.1 Bidder shall furnish the Drawings / Documents for purchaser's review / approval as per the
vendor data requirement. Refer Doc. No. : A307-0IY-16-45-VDR-5880 for vendor data
requirement on Diesel Engines. For vendor data requirement of Electrical &
Instrumentation, refer Electrical & Instrumentation specifications.
11.2 Bidder to note that during detail engineering, all civil works related design/drawings such as
foundation design etc. shall be given to the bidder for his review and approval. Similarly
bidder to provide all layout related data / drawings for Purchaser’s review and approval.
11.3 Bidder shall furnish all the information at the time of bidding as specified in the relevant
vendor data requirement forms. Bidder shall make his offer complete and comprehensive to
enable the processing of the offer without any technical queries / discussions.
11.4 Vendors shall submit the technical data in owners format (SAP Master Data and Class
data) in soft copy. The template is attached elsewhere in the MR and the same shall be
filled and submitted by vendor during detail engineering.
12.1 All the site activities including transportation from purchaser’s store to job site (i.e. DG
shed), unloading & storage at job site prior to erection, material handling for erection,
assembly/erection at job site, installation, pre-commissioning, commissioning, site testing at
available load, handing over to client and other field works including residual engineering
work etc. shall be the responsibility of the bidder and included in his scope.
Bidder shall furnish a separate quotation along with the proposal for Annual Maintenance
Contract for a period of 5 years. For details, refer the document - Technical Requirements B
for Annual Maintenance Contract (Doc. No. A307-0IY-16-45-AM-5880) enclosed with the
inquiry document.
Price for Annual Maintenance Contract shall be taken into consideration for evaluation of
Bidder’s offer.
Training shall be provided to Six (6) engineers for one week at site after commissioning of
the DG Set.
All rotating equipment shall be packed for an outside storage period of twelve (12) months.
Vendor’s recommended extended storage and preservation procedure shall be furnished to
Purchaser/owner before dispatch.
The initial fill of lubricants, other consumables is not included in the scope of supply of the
vendor. However vendor shall furnish list of recommended BPCL make oils required for
lubrication in the offer. Vendor shall furnish filled in utility requirements and lubrication
schedule, as per the formats attached elsewhere.
a. The vendor shall have video conferencing facility at their manufacturing unit.
b. Management review of the job status shall be done through video conferencing on a
monthly basis or on a mutually agreed interval. Also the “work in progress” at the
vendor’s workshop shall be shown live to BPCL/EIL through helmet camera.
The vendor could share the same information of manufacturer like plan vs. actual progress
of the equipment/ system at the OEM’s site with the BPCL / EIL
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 269 of 827
TECHNICAL REQUIREMENTS FOR SPECIFICATION No.
ANNUAL MAINTENACE CONTRACT A307-0IY-16-45-AM-5880
FOR Rev. A
EMERGENCY DIESEL ENGINE
Page 2 of 4
GENERATOR PACKAGES
1.0 Scope
Scope of this document is to specify the technical requirements for Annual Maintenance
Contract (AMC) for maintaining the following Emergency Diesel Engine Generator Sets
along with all the associated equipments, auxiliary systems, instrument & controls and
safety devices as per the tender document
a. 1 no. 3.4 MW Emergency Diesel Engine Generator Package (Item No. A307-DG-001)
b. 1 no.1250 KVA Emergency Diesel Engine Generator Package (Item No. A307-DG-002)
2.0 Definitions
The Contractor’s scope includes the following but not limited to:
The duration of the service offered through this proposal will be for a period of 5 years
after successful completion of warrantee period of the respective Diesel Engine Generator
(DG) Packages as being procured through this enquiry.
However, the AMC can further be extended on mutually agreed terms & conditions
between owner and Contractor based on market conditions then existing. Owner would
avail such facility at their sole discretion.
5.1 General
5.1.1 The AMC services provided by the contractor shall be through their trained service
engineers. All the deployed contractor personnel shall be always in identifiable prescribed
uniform and necessary safety equipment.
5.1.2 The contractor will coordinate with all the Original Equipment Manufacturers (OEM) of the
installed systems/ subsystems of DG package for resolving any technical issues and also
to ensure uninterrupted supply of spares/ services etc.
5.1.3 Contractor will have to arrange specialised maintenance tools for the use by his service
engineers. These tools shall be carried by the contractor personnel while reporting for
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 270 of 827
TECHNICAL REQUIREMENTS FOR SPECIFICATION No.
ANNUAL MAINTENACE CONTRACT A307-0IY-16-45-AM-5880
FOR Rev. A
EMERGENCY DIESEL ENGINE
Page 3 of 4
GENERATOR PACKAGES
maintenance.
5.1.4 Contractor shall perform the work in accordance with good and safe practices prevailing
in the industry taking precautions necessary to protect the equipment, contractor’s
personnel, Owner and their employees and any third party at the site, and shall comply
with all safety requirements as notified to contractor by Owner in writing.
5.2.1 The service engineer will carry out general inspection, monitoring, routine/ preventive
maintenance, as per recommendation of the OEM of all the items of the DG package and
also based on contractor’s past experience, with required man-power & tools.
5.2.2 Service engineer shall carry all required diagnosis tools/ instruments and carryout periodic
recoding of performance data of each package for predictive maintenance requirement.
5.2.3 The schedule of the visits will be decided mutually between owner & the contractor.
5.3.1 In addition to the scheduled visits mentioned above, the contractor shall deploy adequate
number of trained service engineers as demanded by Owner to carry out the breakdown
maintenance as and when required.
5.3.2 The contractor shall ensure that the above manpower is mobilized to site within 24 hours
from the request given either by phone, e-mail, fax etc from Owner. Contractor shall
ensure that adequately qualified and relevantly trained manpower having experience for
all the items of the DG package shall be deployed on the site.
5.3.3 The contractor shall carry out unlimited emergency breakdown services as demanded by
Owner. There shall be no restriction on number of breakdown maintenance per month/
year.
5.4.1 Spares and consumables shall be procured, maintained and stocked by the Owner. The
required spares shall be issued to contractor as per their request during the maintenance
activities. However, Contractor shall provide their recommendation, a year in advance, for
the spares and the consumables to be stocked/ arranged by the Owner to meet day to day
& planned preventive maintenance. The recommendation on spares shall include all
required mechanical, Electrical & instrumentation spares, interconnecting cables, Software
CD etc. at site. Contractor shall be responsible for strategy to meet the requirement of
spares & to ensure timely availability of spares for maintenance before taking over the
system for any scheduled maintenance. Further contractor shall advise owner for the long
lead spares that may be required for any unplanned breakdown maintenance.
5.4.2 In addition to above, if any maintenance/ repair demand any unanticipated spares,
contractor shall assist in all the possible way to Owner to arrange them at the earliest to
reduce the downtime.
5.5 Preparing and submitting the detail report after each maintenance
5.5.1 After all routine/ preventive maintenance and breakdown maintenance of DG package, the
service engineer of the contractor shall submit the detailed report on the repair carried out
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 271 of 827
TECHNICAL REQUIREMENTS FOR SPECIFICATION No.
ANNUAL MAINTENACE CONTRACT A307-0IY-16-45-AM-5880
FOR Rev. A
EMERGENCY DIESEL ENGINE
Page 4 of 4
GENERATOR PACKAGES
on the system/ equipments. The engineer shall give details of the repaired/ replaced
equipments along with fault analysis for making the history sheets of faults/ problems of
each equipment. Owner would also like to know the reasons of failure and remedial
actions taken by the contractor to avoid such problem in future.
5.5.2 All such events shall be logged properly and records maintained in log register as back up
to the computerized historical data.
6.0 Coordinator
The contractor shall designate an AMC coordinator who shall be single point of contact
for total services envisaged under this document. The details including contact information
of the coordinator shall be informed to the Owner well in advance and time to time, if
there is any change. The AMC coordinator shall report to designated representatives of the
Owner for further directions.
8.1 The Contractor shall quote Lump sum prices (for each DG package separately) for
annual maintenance service for each year separately for a period of 5 years after
successful completion of warrantee period. These prices shall be considered for the
purpose of commercial comparison.
8.2 Contractor shall consider minimum 12 visits each year by their service engineers
(including mechanical, electrical & instrumentation). Each visit shall consist of one man day
(one service engineer). Each man day will be 8 working hours.
8.3 For schedule of prices & payment terms, refer commercial section.
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 272 of 827
Document No.
DIESEL ENGINE A307-0IY-16-45-DS-5880
Rev. No. A
Page 1 of 6
1 GENERAL
2 Project: IREP, Kochi Refinery Job No.: A307
3 Owner: M/s BPCL-KR Site: KOCHI, KERALA
4 Purchaser: M/s EIL Unit: Offsites Unit No.: IY
5 Item No.: A307-DG-001 Service: Emergency DG Set
6 No. Reqd.: ONE Working: ONE Standby: NIL Driven Equipment Item no.:
7 Applicable to: Proposals Purchase As built
8 Note: Scope option / information specified by Purchaser information required from / options left to vendor. Vendor to cross the selected option.
9 SITE / INSTALLATION DATA (Refer Site & Utility Data # A307-0IY-16-45-SU-5880)
10 Site Conditions Location:
11 Barom. Pressure(kg/cm2 a): Highest: Lowest: Avg.: Indoor Outdoor Grade
12 Height above Mean Sea Level (m): Heated Unheated
13 Ambient Air Temp.(°C): Max.: Min.: Under-roof Partial Sides
14 Ambt. Air Temp. around the Engine(°C): Highest Lowest Closed Room With Air Ventilation System.
15 Relative Air Humidity at the Max. Ambient Air Temp.(%): Electrical Area classification(Refer Electrical part)
16 Water Vapour Pressure at the Max. Ambient Air Temp.(kg/cm 2A): Class Group Division
17 Wet Bulb Temp. (°C): Dry Bulb Temp. (°C):
18 Cooling Water Supply Temp. (°C):
19 UTILITY DATA (Refer Site & Utility Data # A307-0IY-16-45-SU-5880)
20 Cooling Water:
21 Cooling Water Temp(°C) Supply(Design/Max/Nor/Min): Return(Max):
22 Cooling Water Press(kg/cm²g) Supply(Design/Max/Nor/Min): Return(Min):
23 Cooling Water Characteristics: DM Water Consumption:
24 Instrument Air:
25 Supply Pressure(Design/Max/Nor/Min)(kg/cm 2g):
26 Supply Temp.(Design/Max/Nor/Min)( °C): Dew pt.(°C)
27 Electric Power (Refer Electrical Specification)
28 Electric Supply: Volts Hz
29 Available during Engine Starting Operations Shut-down
30 Fuel Oil:
31 Type of Fuel Oil: High Speed Diesel Lower Calorific Value(kJ/kg):
32 Fuel Oil Characteristics:
33 APPLICABLE CODES & STANDARDS
34 EIL Standard spec. no. 6-43-0040 ISO 3046/ BS 5514 ISO: 8528 Others: Job Spec (Doc.No.A307-0IY-16-45-SP-5880)
35 Noise specification: Applicable to m/c -- DG set shall meet noise and emission limits of Central & State Pollution Control Board
36 Acoustic Housing: Yes No (Remark-1)
37 Exhaust Gas Emission - Statutory requirement (if any): Refer Job Spec & Cl.2.6 of EIL Std. Spec. 6-43-0040
38 Listing/Approval of Engine Required From: UL/FM TAC
39 Air Receiver for Starting Air System ASME SEC- VIII DIV 1 Air Compressor for Starting Air System Manufacturer's Std.
40 Shell and Tube type Exchangers: Manufacturer's Std. Auxiliary Pumps: Manufacturer's Std.
41 Air Cooled Heat Exchangers/Radiator: Manufacturer's Std. Other Tanks and Vessels: Manufacturer's Std.
42 DRIVEN EQUIPMENT
43 Driven Equipment: Elect. Generator Pump Other:
44 Duty: Emergency Intermittent continuous
45 Probable Period For Continuous Running: As perISO:8528 for Prime Power Rating (PRP)
46 Duration of Max. Load: Duration of Min. Load:
47 Minimum BKW of the driven eqpt. kW: @ RPM:
48 Rated BKW of the driven eqpt. kW: @ RPM:
49 Maximum BKW of the driven eqpt. kW: @ RPM:
50 For Mech. Drive Applications: Minimum site rating of the engine required kW @ RPM
51 (With 10 % Overload provision for One Hour within a period of 12 Hours of Operation ).
52 For DG set application: Prime power Rating (PRP) as per ISO: 8528. The Net Power available at Alternator Terminals shall be
53 3400 KW @ 6.6 KV with rated P.F. of 0.8 after accounting for Engine Deration for Site conditions & Alternator Efficiency with
54 Engine Driving its all auxiliaries and power consumed by essential independent auxiliaries.
55 Direction of Rotation of driven equipment viewed from Coupling End: CW CCW
56 Method of Drive: Thru universal joint Direct thru Flexible Coupling V-Belts Gear Drive
57 CONSTRUCTION FEATURES
58 Manufacturer: Engine Model:
59 Type of Engine: Two-Stroke Four-Stroke Engine Cooling: Air Cooled Water Cooled
60 Mech. Pressure-charged Turbo-Charged: With Charge Air Cooler Normally Aspirated
61 No. of Cylinders: Cylinder Arrangement:
121 Starting Air System: As per manufacturer Standards; Suitable for “BLACK START”
122 Air Compressor Type: Reciprocating Screw
123 Rated Capacity(m3/hr at Inlet Conditions): Discharge Pressure (Kg/cm²g): BKW: RPM:
124 Air Compressor Driven by: Working by Electric Motor Standby by Diesel Engine
125 Driver Rating kW: RPM: Volts/ /Hz.:
126 Air Receiver with Pressure Gauge, Relief Valve & Manual as well as Automatic (with Timer) Drain Valve:
127 Start-Stop Switch for Compressor Manual Automatic (Through Pressure switch on air receiver) with Selector switch
128 No. of Air Receiver: One Two Capacity of Each Air Receiver(M3):
129 Note: Total Capacity of each air Receiver shall be suitable for atleast Six (6) consecutive starts.
130 Other starting systems: Not applicable
131
132 COOLING SYSTEM (As per Manufacturer’s Standard)
133 Type: Open Circuit Cooling with Engine driven water circulating Pump.
134 Closed circuit cooling including:
135 Water Pump driven by: Driver Rating/Speed (KW/RPM):
136 Primary (Soft) circuit Piping with Temp. Control & Make-up tank.
137 Heat Exchanger with Anchor/Foundation Bolts
138 Secondary(Raw Water) circuit Piping with Strainers Pressure Regulating Valve
139 By-Pass Valve: Check Valve:
140 Heat Exchanger Temp( C) (Primary Circuit): Inlet: Outlet:
141 Heat Exchanger Temp( C) (Secondary Circuit): Inlet: Outlet:
142 Water Pressure(Secondary circuit) Kg/cm²(g): Heat Exchanger Testing Pressure Kg/cm²(g):
143 Radiator Cooling including Interconnecting Piping and:
144 Radiator with Temp. Control Valve Expansion/Make-Up water Tank
145 Fan Driven By: Electric motor Rating/Speed (KW/RPM):
146 Engine/Motor Driven Water circulating Pumps: No.: Rating/Speed (KW/RPM):
147 Engine Water Inlet/Outlet Temp(deg C):
148 FRAME LUBRICATION SYSTEM (As per Manufacturer’s Standard)
149 Type:
150 Splash Lubrication
151 Force Feed Lubrication including Valves, oil Pump, Piping &:
152 Oil cooler type: (As per manufacturer standards)
153 Oil Filters Self Cleaning Duplex Paper Cartridge Simplex Filter self cleaning type (As per manufacturer standards)
154 Pre-lube Oil Pump driven by:
155 Pre-lubrication Manual Automatic at intervals of hours. (Vendor to recommend)
156 Type/Grade of Lube Oil: Auto pre-lubrication pump shall be powered from mains.
157 Oil Sump capacity (litres): Oil consumption (Lph):
158 Oil Cooler testing Pressure (Kg/cm²g):
159 Explosion Relief Valve for Crankcase
160 FUEL SYSTEM
161 Type: Gravity Feed System Fuel Lift Pump including
162 Fuel Filters Paper cartridge Duplex
163 Fuel Injection Pump Make: Model:
164 Daily Service Fuel Tank: Engine Mounted Wall Mounted at elevation of 4.5m
165 Capacity of Daily Service Tank(litres) Two Nos. of 990 litres each For 6 hrs of continuous operation @ full load
166 For 12 hrs continuous operation @ full load For 24 hrs continuous operation @ full load
167 Fuel Float Tank Ground Mounting with Base Plate
168 Motor Driven Fuel Transfer Pump (For unloading fuel from fuel tanker to daily service tank)
169
Fuel Piping and Fittings:
170 Fuel Piping from Transfer Pumps to Daily Tank Fuel Piping from Daily Tank to Engine
171 Overflow Pipes Vent Connection for Fuel Tank with Flame Arrester
172 Drain Valve for Fuel Tank Inspection and cleaning Hole for Fuel Tank (min 150 mm dia.)
173 Fill connection for Fuel Tank Level Switch in Fuel tank ( For Low Alarm)
174 Shielded Level Gauge for fuel tank Float valve in fill connection Strainers
175 AIR INLET SYSTEM
176 Suction Air Filter Air Inlet Ducting / Piping / Manifolds Inlet Silencer
177 Expansion Bellows All supports / Hangers
178 ENGINE EXHAUST SYSTEM
179 Exhaust Manifolds / Ducting / Piping Exhaust Silencer (Residential Type)
180 Expansion BellowsExhaust Stack/Chimney min height is 30mAll supports/HangersThermal Insulation for complete Exhaust Piping
181
Repeat Signal to
Indicator – UCP
High High - LP
Low Low - LP
Gauge- Local
PLC/DCS/MP
PLC/DCS/MP
S.No. DESCIPTION
Indicator -LP
Gauge- LGB
REQUIRED
High - UCP
Low - UCP
High - LP
Mounted
Low - LP
DCS/MP
241 LUBRICATION SYSTEM
242 - Reservoir Oil Level
243 - Reservoir Temp.
244 - Main/Std by L/O Pump Disch. Pr.
245 - L/O Filter Diff. Pr.
246 - L/O Supply Header Pressure
247 - L/O Supply Header Temp.
248 - Oil cooler Oil Outlet Temp.
249 - Stand by Pump Start
250 -
251
252 COOLING SYSTEM
253 - Oil Cooler CW outlet temp.
254 - CW Supply header flow
255 - Sight Flow CW return each Cooler & Header
256 - Local mount TSV on each isolatable circuit
257 - Water level in make up water tank / Radiator
258 - Engine Jacket C.W. Supply Temp.
(Outlet of Radiator)
259 - Engine Jacket C.W Return Temp.
(Inlet of Radiator)
260 For Closed Circuit Cooling (as applicable):
261 - Coolant main/standby pump disch. Pr.
262 - Coolant stand by pump start
263 - Coolant supply header Pr.
264 - Coolant supply header temp
265 - Coolant cooler Outlet Temp.
266 - Coolant reservoir Level (Make up water tank)
267
268
269 STARTING SYSTEM (if applicable)
270 - Air Receiver Pressure
271
272
273 FUEL SYSTEM
274 - Fuel Oil level in fuel tank
275
276 INLET AIR SYSTEM
277 - Inlet Air filter - differential pressure
278 - Boost Air (Turbo Charger) Disch. Pr. (if reqd.)
279 -Charge Air Cooler Outlet - Air Temp. (if reqd.)
280
281 MISCELLANEOUS
282 - Engine Vibrations
283 - Engine Speed
284 - Key Switch - Start & Push Button Stop
285 - Engine Over-speed
286 - Engine fails to start
287 - Tacho-hour Meter
288 -Engine running
289
290 Note: Instrumentations specified as minimum required. vendor shall include any other instruments if required for smooth, safe
291 and Trouble free operation of the DG sets.
292 MATERIAL
293 Charge Air Cooler Shell: Tubes:
294 Water Cooler Shell: Tubes:
295 Air Cooler Shell: Tubes:
296 Air Receiver
297 Fuel Tank: MS
298 INSPECTION AND TESTING
299 Witness Observe
300 Stage Inspection during Manufacture
301 Full Load Test at Engine Manufacturer’s Shop (Refer cl. 4.1.3 of EIL spec 6-43-0040)
302 Fuel consumption & Governing Test at Engine Manufacturer's Shop (Refer cl. 4.1.3 of EIL spec 6-43-0040)
303 ufacturer’s
Controlstandard)
Panel Functional Test at LP vendor's shop.
304 Full Load Test for 4 hours & 10% overload test for 1 hour of Engine Generator set at Packager’s shop
305 No load Mechanical Run test at Packager's/Driven Eqpt. Mfr. Shop
306 Site Testing of the DG Set (Refer Remark- 2)
307 Inspection/Testing Witnessed By: Others Owner/ Purchaser/ Representative
308 WEIGHTS
309 Net Weight of Engine with Mounted Ancillaries (kg):
310 Heaviest part to be handled during erection and its weight (kg):
311 Heaviest part to be handled during normal maintenance and its weight (kg):
312 Recommended Crane capacity (Tons): Crane Hook Height (m):
313 MAINTENANCE DATA
314 Expected Period of Running Between Top Overhauls: Hours
315 Expected Period of Running Between Main Overhauls: Hours
316 The Type and Grade of Lubricating Oil Recommended
317 Lube Oil Consumption (kg/hr)/ (Litres/hr)
318 Change of Lubricating Oil After: Hours
319 ACCESSORIES
320 Flywheel with Barring Device
321 Guards for Moving Parts
322 Common Base Plate for Engine - Driven equipment
323 Foundation/ Anchor Bolts, grouting material
324 Acoustic enclosure with ventilation system
325 Anti Vibration Pads (if required)
326 First Fill of Lubricating Oil
327 Torsional analysis report on Engine & Generator
328 Quotation for 2 years spares parts for Normal Operation and Maintenance along with unit prices
329 Separate Quotation for Two Years Annual Maintenance Contract
330 Site Storage, Erection & commissioning of DG Set
331 Purchaser’s Training (refer Job Specification, Doc. No. A307-0IY-16-45-SP-5881)
332
333 REMARKS
334 1) Bidder to note that the subject DG set shall be placed inside a DG room provided by the Purchaser. Also refer Job Specification
(Doc.No.A307-0IY-16-45-SP-5880).
335 2) DG Set shall be tested at site based on the available load so as to demonstrate power and voltage build- up at the alternator
terminals.
336 3) DG set shall be suitable for black start condition. For initial start as well as subsequent black start requirement, all facilities are
considered in the vendor scope. Details of the offered system shall be furnished with offer.
337
338
339
340
341
342
343
344
345
346
347
05/02/14 A AY AM
Date Rev Job Engineer Rev. & Approved By
Repeat Signal to
Indicator – UCP
High High - LP
Low Low - LP
Gauge- Local
PLC/DCS/MP
PLC/DCS/MP
S.No. DESCIPTION
Indicator -LP
Gauge- LGB
REQUIRED
High - UCP
Low - UCP
High - LP
Mounted
Low - LP
DCS/MP
241 LUBRICATION SYSTEM
242 - Reservoir Oil Level
243 - Reservoir Temp.
244 - Main/Std by L/O Pump Disch. Pr.
245 - L/O Filter Diff. Pr.
246 - L/O Supply Header Pressure
247 - L/O Supply Header Temp.
248 - Oil cooler Oil Outlet Temp.
249 - Stand by Pump Start
250 -
251
252 COOLING SYSTEM
253 - Oil Cooler CW outlet temp.
254 - CW Supply header flow
255 - Sight Flow CW return each Cooler & Header
256 - Local mount TSV on each isolatable circuit
257 - Water level in make up water tank / Radiator
258 - Engine Jacket C.W. Supply Temp.
(Outlet of Radiator)
259 - Engine Jacket C.W Return Temp.
(Inlet of Radiator)
260 For Closed Circuit Cooling (as applicable):
261 - Coolant main/standby pump disch. Pr.
262 - Coolant stand by pump start
263 - Coolant supply header Pr.
264 - Coolant supply header temp
265 - Coolant cooler Outlet Temp.
266 - Coolant reservoir Level (Make up water tank)
267
268
269 STARTING SYSTEM (if applicable)
270 - Air Receiver Pressure
271
272
273 FUEL SYSTEM
274 - Fuel Oil level in fuel tank
275
276 INLET AIR SYSTEM
277 - Inlet Air filter - differential pressure
278 - Boost Air (Turbo Charger) Disch. Pr. (if reqd.)
279 -Charge Air Cooler Outlet - Air Temp. (if reqd.)
280
281 MISCELLANEOUS
282 - Engine Vibrations
283 - Engine Speed
284 - Key Switch - Start & Push Button Stop
285 - Engine Over-speed
286 - Engine fails to start
287 - Tacho-hour Meter
288 -Engine running
289
290 Note: Instrumentations specified as minimum required. vendor shall include any other instruments if required for smooth, safe
291 and Trouble free operation of the DG sets.
292 MATERIAL
293 Charge Air Cooler Shell: Tubes:
294 Water Cooler Shell: Tubes:
295 Air Cooler Shell: Tubes:
296 Air Receiver
297 Fuel Tank: MS
298 INSPECTION AND TESTING
299 Witness Observe
300 Stage Inspection during Manufacture
301 Full Load Test at Engine Manufacturer’s Shop (Refer cl. 4.1.3 of EIL spec 6-43-0040)
302 Fuel consumption & Governing Test at Engine Manufacturer's Shop (Refer cl. 4.1.3 of EIL spec 6-43-0040)
303 ufacturer’s
Controlstandard)
Panel Functional Test at LP vendor's shop.
304 Full Load Test for 4 hours & 10% overload test for 1 hour of Engine Generator set at Packager’s shop
305 No load Mechanical Run test at Packager's/Driven Eqpt. Mfr. Shop
306 Site Testing of the DG Set (Refer Remark- 1)
307 Inspection/Testing Witnessed By: Others Owner/ Purchaser/ Representative
308 WEIGHTS
309 Net Weight of Engine with Mounted Ancillaries (kg):
310 Heaviest part to be handled during erection and its weight (kg):
311 Heaviest part to be handled during normal maintenance and its weight (kg):
312 Recommended Crane capacity (Tons): Crane Hook Height (m):
313 MAINTENANCE DATA
314 Expected Period of Running Between Top Overhauls: Hours
315 Expected Period of Running Between Main Overhauls: Hours
316 The Type and Grade of Lubricating Oil Recommended
317 Lube Oil Consumption (kg/hr)/ (Litres/hr)
318 Change of Lubricating Oil After: Hours
319 ACCESSORIES
320 Flywheel with Barring Device
321 Guards for Moving Parts
322 Common Base Plate for Engine - Driven equipment
323 Foundation/ Anchor Bolts, grouting material
324 Acoustic enclosure with ventilation system
325 Anti Vibration Pads (if required)
326 First Fill of Lubricating Oil
327 Torsional analysis report on Engine & Generator
328 Quotation for 2 years spares parts for Normal Operation and Maintenance along with unit prices
329 Separate Quotation for Two Years Annual Maintenance Contract
330 Site Storage, Erection & commissioning of DG Set
331 Purchaser’s Training (refer Job Specification, Doc. No. A307-0IY-16-45-SP-5881)
332
333 REMARKS
334 1) DG Set shall be tested at site based on the available load so as to demonstrate power and voltage build- up at the alternator
terminals.
335 2) DG set shall be suitable for black start condition. For initial start as well as subsequent black start requirement, all facilities are
considered in the vendor scope. Details of the offered system shall be furnished with offer.
336
337
338
339
340
341
342
343
344
345
346
05/02/14 A AY AM
Date Rev Job Engineer Rev. & Approved By
1. ISO Standard Power (as per ISO 3046) of the engine Piso
(obtained after deducting power loss due to essential
dependent auxiliaries) (KW)
b. Altitude d2 (KW)
c. Humidity d3 (KW)
d. CW temperature d4 (KW)
e. Inlet losses d5 (KW)
f. Exhaust back pressure d6 (KW)
Total Deration Pderation
(Pderation = d1 + d2 + d3 + d4 + d5 + d6) (KW)
Service Standard Power (as per ISO 3046) of the Engine
3. Pservice
(i.e. at stated site conditions)
(Pservice = Piso - Pderation) (KW)
7. Net output for electrical consumption (minimum as per MR) Poutput 3400
(KWe)
8. Power consumed by independent auxiliaries for the Paux
complete GEG Package (NOTE-3)
(KWe)
9. Required Power at Alternator Terminal Preq (KWe)
Preq = Poutput + Paux (NOTE-2)
NOTES:
(1) Engine shall be sized on the basis of Prime Power Rating (PRP). In this regard refer clause 13.3.2
of ISO 8528-1.
(2) Pactual shall be guaranteed to be equal or greater than Preq
(3) Bidder to list out the details of independent auxiliary power required for the DG Package.
1. ISO Standard Power (as per ISO 3046) of the engine Piso
(obtained after deducting power loss due to essential
dependent auxiliaries) (KW)
b. Altitude d2 (KW)
c. Humidity d3 (KW)
d. CW temperature d4 (KW)
e. Inlet losses d5 (KW)
f. Exhaust back pressure d6 (KW)
Total Deration Pderation
(Pderation = d1 + d2 + d3 + d4 + d5 + d6) (KW)
Service Standard Power (as per ISO 3046) of the Engine
3. Pservice
(i.e. at stated site conditions)
(Pservice = Piso - Pderation) (KW)
7. Net output for electrical consumption (minimum as per MR) Poutput 1000
(KWe)
8. Power consumed by independent auxiliaries for the Paux
complete GEG Package (NOTE-3)
(KWe)
9. Required Power at Alternator Terminal Preq (KWe)
Preq = Poutput + Paux (NOTE-2)
NOTES:
(1) Engine shall be sized on the basis of Prime Power Rating (PRP). In this regard refer clause 13.3.2
of ISO 8528-1.
(2) Pactual shall be guaranteed to be equal or greater than Preq
(3) Bidder to list out the details of independent auxiliary power required for the DG Package.
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. Document Control Index (DCI) or Supplier /
Vendor Drawing & Documentation Schedule
(This shall be the first document to be
submitted by vendor immediately after FOI)
2. List of Mandatory Spares (indicating exact
name of the part, part no. and material of
construction)
3. Quotation for recommended spare parts for two
years of normal operation (indicating exact
name of the part, part no. and material of
construction)
4. List of recommended erection & commissioning
spares
(indicating exact name of the part, part no. and
material of construction)
5. List of recommended Special Tools & Tackles
and Standard Maintenance Tool Kit, as
required
(indicating exact name of the part and part no.)
6. List of Deviations to
specifications/datasheets/standards of MR
7. Filled in experience record proforma for Diesel
Engine & DG Set Unitization
8. Duly filled-in check list scope of supply & others
9. Equpment Layout drawing including DG Room
Layout showing Diesel Engine, drive
transmission system (as applicable) &
Alternator/ Generator including all assosciated
accessories & auxiliaries like Air Intake System,
Exhaust System, Starting System, Cooling
System, Lubrication System, Fuel
System,Electrical/ Instrumentation Panels/
Gauge Boards (LCP, MCC, Breaker Panel,
Local Gauge Board etc, as applicable) along
with interface connections/ terminal point
details including their location co-ordinates,
trench details, maintenance space for
frequently maintaned parts etc., erection &
maintenance weights, capacity & hook height
of maintenance equipment (HOT/ EOT Crane/
Monorail with CP Block, as applicable) etc
POST ORDER
S. WITH WITH
N DESCRIPTION FOR FOR DATA REMARKS
BID
O. REVIEW RECORD BOOK
(FINAL)
10. Foundation drawing of DG Set [i.e. for Diesel
Engine, drive transmission system (as
applicable) & Alternator/ Generator] including
details of openings in the foundation, load
points loaction and their details, foundation
load data (static & dynamic), foundation bolts,
their location, foundation bolt pocket
dimensions, details of insert plates,
recommended type of grout, grout thickness,
make, grade and quantity, as required/
applicable
11. Foundation drawing of auxiliaries to be installed
at grade such Diesel Day Tank, exhaust stack
including support structure, Equipments
associated with sub- systems (like Starting
Sytems, Air Intake system, Exhaust Gas
System, CW System, LO System, etc.)
Electrical/ Instrumentation Panels, drain pots
(as applicable), etc
12. Utility consumption data including electric load
data.
13. Schedule of lubricants, chemicals &
consumables with their specifications.
14. List of Purchaser's interface points with their
connection details
15. Data Sheets for Diesel Engine along with
Deration calculations (As per ISO 3046)
16. Data Sheets for LO Cooler & Closed Circuit
CW system cooler/ radiators (as applicable)
17. Data Sheets alongwith performance curves for
Auxiliary Pumps like LOP, CW Pumps (as
applicable), air compressor (as applicable for
air starting system) and their respective drivers
18. Piping & Instrumentation diagrams (P&IDs) for
Air Intake System
19. Piping & Instrumentation diagrams (P&IDs) for
Exhaust System
20. Piping & Instrumentation diagrams (P&IDs) for
Fuel system
21. Piping & Instrumentation diagrams (P&IDs) for
Lube Oil System
22. Piping & Instrumentation diagrams (P&IDs) for
Cooling System
23. Piping & Instrumentation diagrams (P&IDs) for
Engine Starting System (other than Battery
Start)
24. General Arrangement drawing of DG skid
showing Diesel Engine, drive transmission
system (as applicable) & Alternator/ Generator
placed in acoustic enclosure, as required,
including all assosciated accessories &
auxiliaries on DG skid
25. General Arrangement drawings of Diesel Day
Tank
26. Cross Sectional Drawings (with Bill of Materials
& Part No's) for Diesel Engine
Format No. EIL-1642-1924 Rev.1 Copyright EIL - All rights reserved
POST ORDER
S. WITH WITH
N DESCRIPTION FOR FOR DATA REMARKS
BID
O. REVIEW RECORD BOOK
(FINAL)
27. Procedure for Load test & Fuel consumption
test
28. Test Procedure(s) : Witness tests as specified
in data sheets / other specs enclosed in the
inquiry / MR or as required by approved
ITP/QAP
29. Torsional Analysis Report
30. Installation, Operation & Maintenance manuals
for complete DG Package
31. Precommissioning & commissioning procedure
for complete DG Package
32. Manufacturer's catalogue and general
reference list for Diesel Engines & DG Sets
POST ORDER
S. WITH WITH
N DESCRIPTION FOR FOR DATA REMARKS
BID
O. REVIEW RECORD BOOK
(FINAL)
1. Document Control Index (DCI) or Supplier /
Vendor Drawing & Documentation Schedule
(This shall be the first document to be
submitted by vendor immediately after FOI)
2. List of Mandatory Spares (indicating exact
name of the part, part no. and material of
construction)
3. Quotation for recommended spare parts for two
years of normal operation (indicating exact
name of the part, part no. and material of
construction)
4. List of recommended erection & commissioning
spares
(indicating exact name of the part, part no. and
material of construction)
5. List of recommended Special Tools & Tackles
and Standard Maintenance Tool Kit, as
required
(indicating exact name of the part and part no.)
6. List of Deviations to
specifications/datasheets/standards of MR
7. Filled in experience record proforma for Diesel
Engine & DG Set Unitization
8. Duly filled-in check list scope of supply & others
POST ORDER
S. WITH WITH
N DESCRIPTION FOR FOR DATA REMARKS
BID
O. REVIEW RECORD BOOK
(FINAL)
9. Equpment Layout drawing including DG Room
Layout showing acoustically enclosed DG Set
including all assosciated accessories &
auxiliaries like Air Intake System, Exhaust
System, Cooling System, Fuel System,
Electrical/ Instrumentation Panels/ Gauge
Boards (LCP, MCC, Breaker Panel, Local
Gauge Board etc, as applicable) along with
interface connections/ terminal point details
including their location co-ordinates, trench
details, maintenance space for frequently
maintaned parts etc., erection & maintenance
weights, capacity & hook height of
maintenance equipment (HOT/ EOT Crane/
Monorail with CP Block, as applicable) etc
10. Foundation drawing of DG Set [i.e. for Diesel
Engine, drive transmission system (as
applicable) & Alternator/ Generator] including
details of openings in the foundation, load
points loaction and their details, foundation
load data (static & dynamic), foundation bolts,
their location, foundation bolt pocket
dimensions, details of insert plates,
recommended type of grout, grout thickness,
make, grade and quantity, as required/
applicable
11. Foundation drawing of auxiliaries to be installed
at grade such Diesel Day Tank, exhaust stack
including support structure, Equipments
associated with sub- systems (like Starting
Sytems, Air Intake system, Exhaust Gas
System, CW System, LO System, etc.)
Electrical/ Instrumentation Panels, drain pots
(as applicable), etc
12. Utility consumption data including electric load
data.
13. Schedule of lubricants, chemicals &
consumables with their specifications.
14. List of Purchaser's interface points with their
connection details
15. Data Sheets for Diesel Engine along with
Deration calculations (As per ISO 3046)
16. General Arrangement drawing of DG skid
showing Diesel Engine, drive transmission
system (as applicable) & Alternator/ Generator
placed in acoustic enclosure, as required,
including all assosciated accessories &
auxiliaries on DG skid
17. General Arrangement drawings of Diesel Day
Tank & acoustic enclosure
18. P&ID of Diesel Engine icluding all the auxiliary
syestems like Air intake/ exhaust gas system,
starting system, lubrication system, cooling
system, fuel system
19. Procedure for Load test & Fuel consumption
test
POST ORDER
S. WITH WITH
N DESCRIPTION FOR FOR DATA REMARKS
BID
O. REVIEW RECORD BOOK
(FINAL)
20. Test Procedure(s) : Witness tests as specified
in data sheets / other specs enclosed in the
inquiry / MR or as required by approved
ITP/QAP
21. Torsional Analysis Report
22. Installation, Operation & Maintenance manuals
for complete DG Package
23. Precommissioning & commissioning procedure
for complete DG Package
24. Manufacturer's catalogue and general
reference list for Diesel Engines & DG sets
Notes :
1. "TICK" denotes applicability.
2. Post order, drawing / document review shall commence only after approval of Document Control Index (DCI).
3. All post order documents shall be submitted / approved through EIL eDMS portal.
4. Final documentation shall be submitted in hard copy (Six prints) and soft ( two CDs/DVDs ) in addition to
submission through EIL eDMS.
5. Refer - 6-78-0001: Specification for quality management system from Bidders.
6. Refer - 6-78-0003: Specification for documentation requirement from Suppliers.
7. All drawings & documents shall be submitted in A4 or A3 paper sizes. Documents in higher paper size shall
be submitted in exceptional circumstances or as indicated in the MR/Tender.
8. Post order- The schedule of drawing / data submission shall be mutually agreed between EIL & the bidder /
contractor / supplier during finalization of Document Control Index (DCI).
9. "@" indicates submission of documents to Inspection Agency.
10. Bill of Material shall form part of the respective drawing.
11. Also refer Electrical VDR.
CLIENT BPCL – KR
CONSULTANT EIL
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 310 of 827
SCOPE OF WORK & DOCUMENT NO.
JOB SPECIFICATION
(ELECTRICAL) A307-0IY-16-50-SP-5880
EMERGENCY GENERATOR PACKAGE Rev B
PROJECT – IREP, M/s BPCL - KR Page 2 of 8
1.0 The requirements indicated in this specification are applicable for each DG package.
2.0 Scope of work (Electrical)
3 MCC for feeding all the aux load Yes Yes Yes
within DG system package
4 Synchronizing equipment Yes Yes Yes
Control Supply for contactor feeder (MCC) 240V ±10% 1 50Hz ±3%
7.0 Make of Electrical items shall be as per shall be as per doc no. A307-000-16-50-LL-5880.
8.0 Job Requirements
8.1 There are two no. EDGs envisaged with following prime ratings:
8.1.1 6.6kV, 3.4MW, 0.8pf, to be located in utilities
8.1.2 415V, 1250kVA, 0.8pf, to be located in CPP area
8.1.3 Bidder shall select the net output considering above prime rating and auxiliary load requirement
of DG package.
8.2 Generator shall be suitable for running parallel with grid supply during periodic testing without
disturbing the connected loads. Facility shall be provided in the generator control panel for
manually closing the generator breaker on live bus after synchronization with the grid. Load
sharing of DG shall be suitably taken care while operating the DG set in parallel with the grid
supply. (Also refer enclosed single line diagrams).
8.3 All the equipments shall conform to the attached specifications, datasheet and ITPs.
8.4 For item at 8.1.1, the Synchronous generator shall conform to EIL spec. 6-51-0035. Generator
part of the spec no. 6-51-0040 shall not be applicable for this item. However general functional
requirement of emergency DG set as per EIL spec 6-51-0040 shall be applicable.
8.5 Purchaser shall provide 1 no. 415 V TPN redundant feeders for maintaining the DG in ready to
start condition for each DG set. Vendor shall provide MCC (for each DG set) to feed loads
associated with DG, during stand still, using this supply.
9.0 MV switchboard
9.1 Vendor’s MV Switchboard shall be as per the enclosed EIL standard specification 6-51-0012
attached with the requisition. It shall be with two incomers and one bus-coupler and outgoing
feeders for all the MV motors and other MV loads of the DG package.
9.2 The MCC shall be suitable for the fault level of 50 kA (1sec.) / 105kA (Peak) on 415V System.
9.3 MCC shall comply to datasheet no. A307-000-16-50-DS-0104, 0282 to 0286, and Specification
no. 6-51-0012.
9.4 All MCCB shall be provided with shunt trip and short circuit release. Incomer feeder shall be
provided with voltmeter and analogue ammeter. Motor feeders above 22 kW shall be provided
with space heater supply provision. All non motor feeder starter outgoing feeders shall be
MCCB type with shunt trip and short circuit release, CBCT with ELR. Contactor shall be
provided as per requirement.
9.5 The MCC shall have the spare feeders for owners use:
- 4 No. 63 A MCCB
- 10% of each type of O/G feeder of each type or one no. of each type, whichever is more.
10.0 MOTORS
10.1 Motors shall be as per EIL standard specification 6-51-0064 and datasheet for MV motors
A307-000-1650-DS-0501 for MV Motors attached with MR.
11.0 LOCAL CONTROL STATION
11.1 Weatherproof control stations for all motors, emergency stop push buttons for motors for plant
operation and safety etc. shall be provided by the vendor
11.2 Local push button control station shall be wired directly from the MCC (vendor supplied)
12.0 CABLING
12.1 All cabling between the vendor’s equipments shall be supplied by the vendor except HV power
cables which shall be shall be supplied by purchaser.
12.2 All MV Power shall comply with the EIL standard specification 6-51-0051 and datasheet
attached with MR. MV control cables (shielded) and fire alarm cables shall be as per EIL
standard specification 6-51-0052. However please note that Outersheath shall be of FRLS
(FLAME RETARDANT LOW SMOKE) type, which shall also conform to latest IEC-61034 part-1
and 2.
12.3 Power cables used for MV motors shall be with 3 cores. The conductor size shall be minimum
4mm2. The conductor material for M.V. power cables shall be copper up to 16 mm²/ Aluminum
above 16 mm2.
12.4 Control cables shall be 1.5 mm², copper conductor, and overall screened.
12.5 Vendor scope includes supply of tinned copper lugs, and nickel-plated brass cable glands for all
cabling within package battery limits inclusive of cable glands for purchaser’s cables. The cable
glands shall be single compression type for indoor equipments & double compression type for
outdoor equipments
12.6 GI cable trays and racks as required for cabling in the battery limits
13.0 C.T.s /P.T.s : Required (as per table given below)
Current transformer for protection CT/PT for AVR
P-CT D-CT M-CT R-CT N-CT AVR CT AVR PT
Requirement Yes Yes for Yes for Yes Yes Yes
7.1.1 7.1.1
Ratio For 8.1.1 600/1 600/1 600/1 */1 */1 * 6600/ √3
(#) 110/ √3
For 8.1.2 2000/1 NA NA */1 */1 *
Class 5P10 PS 1 PS 5P10 * 1
Burden (VA) * * * * * * *
Function Protectio Differential Metering REF Earth Fault Regulation Regulation
n & Meters
Vk/Rct - Later - Later
Location <1> <2> <3> <4> <5>
# Tentative values indicated .Ratio shall be finalized during detailed engg based on final rating
of alternator.
* To be decided by vendor.
Protection CTs shall be physically located inside the terminal box / cubicle as given below :-
<1> P-CT : CT for Over Current and Short Circuit Protection, to be located just
before the star point (neutral formation point).
<2> D-CT : CT for Differential Protection, to be located just before the star point
(neutral formation point).
(Refer the attached Key Single Line Diagram for illustrative details)
Purchase shall provide a volt free contact normally open, which shall CLOSE to start the DG
when kept in AUTO mode
For auto closing of Owner’s generator breaker vendor shall provide a volt free contact normally
open which shall CLOSE after full voltage build up.
Synchronizing panel shall be supplied by vendor and the same shall be located in owner’s
substation (S/S GC1 for item no. 8.1.1 and S/S EG3 for 8.1.2) which is around 375m from DG
room. All cabling between synchronizing panel and generator control panel is in vendor scope.
Synchronizing panel shall have provision for auto as well as manual synchronizing for the
power sources. Accordingly auto synchronizer & all other related equipment shall be provided.
18.0 Attachments
S.
DESCRIPTION Document No. REV
No.
S.
DESCRIPTION Document No. REV
No.
Specification for industrial type control
29. 6-51-0014 4
stations.
Specification for Engine starting battery &
30. 6-51-0030 3
charger
Specification for high voltage
31. 6-51-0035 3
synchronous generators.
32. Specification for Emergency generator 6-51-0040 5
DATASHEET: (PART 1)
Remark – 1:
The generator shall be suitable for the following conditions: -
Alternator shall be suitable for starting 415V,110 kW DOL motor having starting current of 720%
FLC(Inclusive of tolerance) with allowable voltage drop at generator terminals as 15% while feeding base
load of 750 KVA. Vendor shall furnish the calculations along with the offer for the motor start-up. Vendor
shall furnish detailed calculations for same during detailed engineering.
Format No. EIL 1650-2016 Rev. 2 Copyright EIL – All rights reserved
DATASHEET: PART 2
Format No. EIL 1650-2016 Rev. 2 Copyright EIL – All rights reserved
Format No. EIL 1650-2016 Rev. 2 Copyright EIL – All rights reserved
g. Dimension of rack :
h. Cell arrangement :
8.2 Battery charger
a. Make :
b. Model :
c. Input voltage :
d. Float voltage range :
e. Boost voltage range :
f. Float charge current :
g. Boost charge current :
h. Overall dimension (LxWxH) :
NOTE: ALL BLANK DATA IN THIS DATASHEET SHALL BE FILLED BY THE VENDOR.
Format No. EIL 1650-2016 Rev. 2 Copyright EIL – All rights reserved
Datasheet No.
DATA SHEET A307-0IY-16-50-0259
NUMERICAL RELAY (DG)
Rev.No. A
Datasheet No.
DATA SHEET A307-0IY-16-50-0259
NUMERICAL RELAY (DG)
Rev.No. A
Datasheet No.
DATA SHEET A307-0IY-16-50-0259
NUMERICAL RELAY (DG)
Rev.No. A
MANUFACTURER'S DATA
1 NUMERICAL RELAYS TYPES
Feeder type GENERATOR
Main relay
*Indicate equivalent
NEMA no. of element
offered inMainRelay
* lockout feature 86
* trip ckt sup 95
Relay selection
RS485
RS422
Port
FO
RTD -PT100
BTD- PT100
Analog input
WTI input
OTI input
* DI used by MFR
Nos of DI
* DI avaialble for
customer interlock
* DI for auto C/O logic
* Main relay
* Special relays
Protocol
Datasheet No.
DATA SHEET A307-0IY-16-50-0259
NUMERICAL RELAY (DG)
Rev.No. A
Notes
1 The vendor shall coordinate all necessary information regarding battery and chargers to ensure proper design for
optimum performance. The charger shall be completely suitable for the charging requirements of the battery.
2 Manufacturer's data shall be filled in separately for each type and rating of engine battery and charger.
3 All un-filled data to be filled by vendor.
4 Refer Cl.no. 5.0 of job specification (A307-0IY-16-50-SP-5880)
Diesel Engine
Vendor shall include the following mandatory spares for Electrical equipment:
S.
PART DESCRIPTION QUANTITY REQUIRED
No
1.1.1 Generator One set of spare for each generator
i). Generator relay One set each type and make
ii). AVR- all control card One each type
1.1.2 6.6 kV switchgear Quantity is per Switchgear
NOTES:
1. The word ‘TYPE’ means the Make, Model no., Type, Range, Size/ Length, Rating, Material
as applicable.
2. The terminology used under 'Item Description' is the commonly used name of the part and
may vary from manufacturer to manufacturer.
3. Mandatory spares as indicated above do not cover commissioning spares.
4. Mandatory spares as indicated above do not cover two year O&M spares.
The following drawings/documents marked " " shall be furnished by the bidder.
POST ORDER
S. WITH WITH
N DESCRIPTION FOR FOR DATA REMARKS
BID
O. REVIEW RECORD BOOK
(FINAL)
1. Schedule of Vendor Documents
2. Confirmation of Technical Compliance
3. Data Sheets (Duly filled-in)
4. Details of excitation system
5. Details of cooling system
6. GA drawing
7. Estimated capability curve
8. Open circuit characteristics
9. Short circuit characteristics
10. Short time under frequency operating limits
11. List of Recommended Spares
12. Catalogues and brochures
13. Bill Of Material
14. Foundation/fixing arrangement drawings
15. Schematic diagrams
16. Logic diagrams
17. Interconnection/Wiring diagrams
18. Owner Interface Drawings
19. Operation and maintenance manual
20. Site storage requirements
21. Test certificates
22. Experience record for HV generator (as per
attached format)
23. Battery and charger sizing
24. GA and installation details of Baatery and
charger
25. Motor GA, datasheet and other details
26. Total Auxiliary power requirement in Electrical
load data format
27. MCC/PDB: datasheet and GA and other details
28. Local control station
29. List of Mandatory spares
Format No. EIL-1642-1924 Rev.1 Copyright EIL - All rights reserved
Notes :
1. "TICK" denotes applicability.
2. Post order, drawing / document review shall commence only after approval of Document Control Index (DCI).
3. All post order documents shall be submitted / approved through EIL eDMS portal.
4. Final documentation shall be submitted in hard copy (Six prints) and soft ( two CDs/DVDs ) in addition to
submission through EIL eDMS.
5. Refer - 6-78-0001: Specification for quality management system from Bidders.
6. Refer - 6-78-0002: Specification for documentation requirements from Contractors.
7. Refer - 6-78-0003: Specification for documentation requirement from Suppliers.
8. All drawings & documents shall be submitted in A4 or A3 paper sizes. Documents in higher paper size shall
be submitted in exceptional circumstances or as indicated in the MR/Tender.
9. Post order- The schedule of drawing / data submission shall be mutually agreed between EIL & the bidder /
contractor / supplier during finalization of Document Control Index (DCI).
10. "@" indicates submission of documents to Inspection Agency.
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
12. Note that all power & control cables between the
purchaser’s switchgear (located in Substation) and
vendor supplied equipment i.e. Alternator / GCP
etc. shall be provided by purchaser. Confirm that
you have furnished list of such cabling
requirement in the offer.
However any earth conductor, power & control
cable interconnection between the vendor supplied
equipment are in your scope of supply. Please
confirm compliance.
13. Please note that complete testing & commissioning
of DG set is included in your scope of work.
Confirm that all commissioning spares have been
included by you in scope of supply. Please
confirm compliance.
14. Vendor shall develop and submit for approval –
post order – a list of all interconnecting cable giving
scope demarcation for completeness of the DG
package commissioning.
Please confirm compliance.
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Note:
1) Marked particulars may be referred in respective switchboard feeder detail data sheet.
2) For all HV circuiit breakers feeding HV VFDs, second shunt trip coil operating on different control
supply shall be provided.
MANUFACTURER'S DATA
A Switchboards
1 Make 9 Recommended clearances
2 Type designation Front mm
3 Degree of protection Rear mm
4 Max. overall weight of C.B. panel Kg Above mm
5 Overall dimensions of C.B. panel 10 Shock loading on foundation
a Width mm 11 Max. size/no. of cables that can be
b Depth mm terminated inside the panel
c Height mm a. without rear extension panel
6 Overall dimensions of dummy / b. with rear extension panel
adaptor panel of each type c. size of rear extension panel
a Width mm 12 Clearance in air
b Depth mm a. Phase to Phase (min.) mm
c Height mm b. Phase to Earth (min.) mm
7 Overall weight and dimensions of 13 Busbar current rating at design
largest shipping section ambient temperature A
a Weight Kg 14 Busbar (separately for each swbd)
b Width mm a. Horizontal main busbar size
c Depth mm (No. of flats x size of each flat)
d Height mm b. Horizontal main busbar size as
8 Overall dimensions of each swbd. tested at CPRI for full short ckt.
including all dummy/adaptor/rear withstand as per specification
extension panels requirement (No. of flats x size
Width of each flat)
Depth c. Vertical dropper size
Height (No. of flats x size of each flat)
Note: Vendor shall furnish the dimensins of various types/ratings of swbds., CB panels and
dummy/adaptor panels separately.
B Circuit Breaker
1 Type VCB 16 Power required for closing W/VA
2nd shunt trip coil for VFD feeders No
27 Supressor
a Type designation
b Make
28 Derating reqd. for Cap. Switching %
29 Earthing System Integral earthing/
Separate earthing
carriage
30 Copies of following test cerificates
enclosed : Yes/No *
30.1 For each type of offered circuit
breaker panel with breaker
a. Short Circuit tests (Peak and 1 sec.
withstand)
b Heat run test
c Internal arc test
d Impulse and power freq. withstand
30.2 For each type of offered circuit
breaker (in panel)
a. Short Circuit test duties
* Switchboard offered shall be of proven design and shll havbe been successfully type tested. Type test
certificates for an exactly identical design of offered switchboard shall be furnished by bidders. These
test reports shall not be more than 5 years old, as on the final bid opening date. In case these type tests
have not been conducted during the last 5 years, bidder shall conduct these type tests on the offered
design of switchboard before despatch without any cost and delievery impact.
Type of relays
Electromechanical
Static
Numerical
Format No: EIL 1650-3054 Rev.2 Copyrights EIL - All rights reserved
Page 351 of 827
Datasheet No.
DATA SHEET FOR
A307-000-16-50-DS-0282
MV SWITCHBOARD
Rev : A
IREP PROJECT - BPCL KR
Page 2 of 2
B Circuit breaker
1 Type designation 16 Power requirement
2 Make Opening W/VA
3 Mounting Closing W/VA
4 No. of poles/phases Spring charge motor W/VA
5 Current rating (in air) A at °C 17 Breaker is trip free Yes
6 Current rating (inside panel A 18 Closing mechanism
at design temperature) 19 Provision of manual spring Yes
7 Short time rating (1 sec) charging
8 Sym breaking capacity kA 20 Tripping mechanism
% DC component 21 Mechanical trip PB provided Yes
9 Peak making capacity kA (peak) 22 Mechanical ON/OFF indicator Yes
10 Power frequency withstand provided
11 Impulse withstand voltage 23 Operation counter provided Yes/ No
12 Duty cycle 24 Time taken for spring charging sec
13 Total opening time m sec 25 No. of auxiliary contacts NO+ NC
14 Total closing time m sec 26 Derating required for capacitor %
15 Time for spring charging switching
C CONTACTOR
1 Type designation 9 Life
2 Make Electrical
3 Rated Voltage Mechanical
4 Rated current 10 Coil consumption - Pick up
AC-3 Duty 11 Coil consumption - Hold on
AC-4 Duty 12 Closing time
5 Thermal rating 13 Opening time
6 Making capacity 14 No of aux. contacts NO+ NC
7 Breaking capacity 15 Maxi. permitted back up fuse rating
8 Switching frequency
D SWITCH 6 Rated short circuit withstand
1 Rated voltage current with max. permissible
2 Rated current rated fuses
3 AC 23 rating 7 Mechanical life
4 Rated making capacity 8 Maximum permitted back
5 Rated breaking capacity up fuse rating
E THERMAL OVERLOAD RELAY
1 Make 5 Type of operation Direct / CT operated
2 Type 6 Maximum permitted back
3 Setting range up fuse rating
4 Single phasing preventor Intergral / Separate
F MCCB/MCB
1 Make 9 Rated Breaking Capcity at
2 Type Service Voltage
3 RatedVoltage 10 No of operations at full fault
4 Rated Frequency 11 No of opeartions at partial fault
5 Rated Current 12 No of gauranted mech. opeartions
6 No of Poles 13 1 min dry p.f. withstand voltage
7 Dearting factor for operation 14 Shunt trip feature (for MCCB only)
under site conditions 15 Operating voltage range for MCCB
8 Rated 10 Sec Short time rating shunt trip
Notes :
1 Vendor shall furnish dimensions of various switchboards and dummy/adaptor panels separately.
2 Vendor shall furnish technical particulars of various switchboards separately.
3
Switchboard offered shall be of proven design and shall have been successfully type tested. Type test certificates for
an exactly identical design of offered switchboard shall be furnished by bidders. These test reports shall be not more
than 5 yeas old, as on the final bid due date. In case these type tests have not been conducted during the last 5 years,
bidder shall conduct these type tests on the offered design of switchboard before despatch without any extra cost and
delivery impact.
Format No: EIL 1650-3054 Rev.1 Copyrights EIL - All rights reserved
Page 352 of 827
AC Auxiliary voltage Altitude Painting & colour
415 V ± 10% TPN < 1000 m RAL 7032
240 V ± 10% SPN > 1000 m Epoxy & shade 632
Epoxy & shade 631
Circuit breaker type
DC Auxiliary voltage Environment SF6
110 V ± 10% DC Humid & corrosive Vacuum
220 V ± 10% DC MOCB
Accessories requirement
Applicable standards Required Duty cycle
EIL std. 6-51-41 Not required 0-3 min-co-3 min-co
Type of relays
Electromechanical
Static
Numerical
NOTES:
1. CBCT AND EARTH LEAKAGE RELAY SHALL BE PROVIDED FOR MOTORS RATED UP TO 55 KW.
2. MPR SHALL BE OF NON-COMUNICABLE TYPE.
3. CT FOR METERING SHALL BE PROVIDED FOR MOTOR RATING MORE THAN 55KW.
4. TYPICAL MCCB RATING AND BIMETAL RELAY ARE SPECIFIED ABOVE. FINAL MCCB RATINGS AND BIMETAL RANGE
SHALL BE SELECTED BY THE MANUFACTURER MEETING THE TYPE -2 CO-ORDINATION AS PER IS-13947.
5. MAJOR COMPONENTS ARE SHOWN ABOVE, ALL OTHER ITEMS AS SPECIFIED IN EQUIPMENT DATA SHEET AND
SPECIFICATION: 6-51-0018 SHALL ALSO BE IN VENDOR’S SCOPE.
Format No.
PageEIL354
1641-1924
of 827 Rev. 1 Copyright EIL – All rights reserved
Page 355 of 827
Page 356 of 827
Page 357 of 827
Page 358 of 827
Page 359 of 827
Datasheet No.
A307-000-16-50-DS-0411
DATA SHEET MV CABLE
Rev : B
Page 1 of 1
PURCHASER'S DATA
Project INTEGRATED REFINERY EXPANSION Location KERALA
Client M/S BPCL-KR
A Site conditions
1 Maximum ambient temperature: 46 °C 4 Relative humidity: 30-100 %
2 Minimum ambient temperature: 1 °C 5 Altitude <1000m
3 Ground temperature: 40 °C 6 Environment: Humid & Corrosive
B Technical particulars
1 System voltage 3 Conductor material
Nominal Highest Voltage grade MV Power cable Copper & Al.
415 V 500 V 650/1100V (See Note-3)
3.3kV(E) 3.6 kV 1.9/3.3kV MV control cable Copper
3.3kV(UE) 3.6 kV 3.3/3.3kV (See Note-4)
6.6kV(E) 7.2 kV 3.8/6.6kV 4 Installation under DGMS jurisdiction No
6.6kV(UE) 7.2 kV 6.6/6.6kV (See Note-2)
11kV(E) 12 kV 6.35/11kV 5 Applicable spec. 6-51-0051
11kV(UE) 12 kV 11/11kV
22kV(E) 24 kV 12.7/22kV
33kV(E) 36 kV 19/33kV
2 Frequency 50± 3% Hz
MANUFACTURER'S DATA
1 Name of manufacturer 9 Inner sheath
2 MR/PR item no. Type of compound
3 Cable type/ code Thickness mm
4 Conductor material 10 Nominal dia under armour mm
5 Conductor semiconducting screen (HV cables) 11 Calculated dia under armour mm
Material 12 Armour
Thickness mm Material
6 Insulation Type
Type of compound Size
Thickness mm 13 Nominal dia under outersheath mm
7 Insulation semiconducting screen (HV cables) 14 Calculated dia under outersheath mm
Material 15 Outersheath
Thickness mm Type of compound
8 Copper tape Thickness mm
Thickness mm 16 Nominal outer dia of cable mm
17 Tolerance on outer dia %
18 Weight of cable per km kg
19 Maximum drum length mtr.
Notes
1 E- Earthed system
UE-Un Earthed system
2 Where the installation falls under the jurisdiction of Directorate General of Mines Safety, cables shall comply
3 Copper upto 16Sqmm and Aluminium above 16Sqmm
4 Conductor size for control cables shall be 1.5 Sqmm. These cables shall be shielded type as per EIL specification
for communication and fire alarm cables (6-51-0052).
NOTES: -
1. Vendor shall fill the details of all electrical power consumer loads, which are included in the scope of this MR and submit with the offer.
MOTOR
S.NO TAG NO. SERVICE Make Type of Applicable standard Motor Kw Duty No. of Type
enclosure for hazardous area poles designation
(continuous
application for cooling
/intermittent)
Sheet 1 of 2
Project : IREP, BPCL-KR Job No.: A307 SPECIFICATION Rev.
Unit/Location: IREP, KERELA A307-0IY-16-50-DS-1028-A A
Item No.: Alternator
XV. Purchaser/Owner-
Name
Contact number
CONTACT PERSON
XVII. Major problems encountered, if any
Notes :
2. Since the above information will be utilised to assess provenness of offered model, it is in the interest of the vendor to pick up those cases out of total list of references
which are identical to the offered model.
3. Vendor to give address & telephone no. etc. of three or four installation which may be visited by the Purchaser/its representative, if felt necessary.
__________________________
(VENDOR)
Sheet 2 of 2
Project : IREP, BPCL-KR Job No.: A307 SPECIFICATION Rev.
Unit/Location: IREP, KERELA A307-0IY-16-50-DS-1028-A A
Item No.: Alternator
\IM4r1
00.4 3-
REVISED & ISSUED AS STANDARD
6. 15.10.2013 VB HK UAP/JMS SC
SPECIFICATION
REVISED & ISSUED AS STANDARD
5. 28.04.2010 HK SA NS/JMS ND
SPECIFICATION
REVISED & ISSUED AS STANDARD
4. 03.03.2005 RM AKT AAN SKG
SPECIFICATION
REVISED & ISSUED AS STANDARD
3. 31.12.2001 RM AAN VPS MMR
SPECIFICATION
REVISED & ISSUED AS STANDARD
2. 15.07.1996 AP VPS SG AS
SPECIFICATION
1. 22.05.1987 ISSUED AS STANDARD SPECIFICATION PVR KVS SG GNT/AK
Standards Standards
Rev. Prepared Checked Committee Bureau
Date Purpose Convenor Chairman
No by by
Approved by
Abbreviations:
A Ampere
AC Alternating Current
BIS Bureau of Indian Standards
BS British Standard
CNT Close-Neutral-Trip
CPRI Central Power Research Institute
CRCA Cold Rolled Cold Annealed
CT Current Transformer
DC Direct Current
EPDM Ethylene Propylene Diene Monomer
FRP Fiber Reinforced Polyester
HV High Voltage
Hz Hertz
IAC Internal Arc Classification
IEC International Electro-Technical Commission
IEEE Institute of Electrical & Electronics Engineer
IP Ingress Protection
kV Kilo Volt
kW Kilo Watt
kWH Kilo Watt Hour
LED Light Emitting Diode
LOTO Lock-Out Tag-Out
LSC Loss of Service Continuity
MCB Miniature Circuit Breaker
MCC Motor Control Center
MCCB Moulded Case Circuit Breaker
NEMA National Electrical Manufacturers Association
NO Normally Open Contact
NC Normally Close Contact
PO Purchase Order
PT Potential Transformer
PU Polyurethane
PVC Poly Vinyl Chloride
RAL Reichs-Ausschuss fur Lieferbedingungen
SF6 Sulphur Hexafluoride
SWG Standard Wire Gauge
VCB Vacuum Circuit Breaker
VDE Verband Deutscher Elektrotechniker
VFD Variable Frequency Drive
VT Voltage Transformer
XLPE Cross linked Poly Ethylene
CONTENTS
1.0 SCOPE. 4
2.0 CODES AND STANDARDS 4
3.0 GENERAL REQUIREMENTS 5
4.0 SITE CONDITIONS 5
5.0 DESIGN AND FABRICATION REQUIREMENTS .5
6.0 SWITCHBOARD COMPONENTS 11
7.0 INSPECTION, TESTING AND ACCEPTANCE 15
8.0 PACKING AND DESPATCH 16
1.0 SCOPE
This specification covers the design, manufacture, testing, packing and supply of indoor,
drawout type High Voltage Switchboards up to and including 33 kV, incorporating Vacuum or
SF6 circuit breakers.
62271-200. Independent pressure relief devices shall be provided for all I-1V compartments,
i.e. bus bar, cable and breaker compartments and each compartment shall have type test
certificate for internal arc classification (IAC) as per IS/IEC 62271-200 for the short circuit
current and duration as specified. IAC test shall be conducted on the offered panel variants
such as smallest width panel, panel with louvers, panel with thermography window and any
other variants (as applicable) as per job requirements. The panel shall also be AFLR tested as
per IS/IEC 62271-200 requirements.
5.1.7 All identical equipment and corresponding parts shall be fully interchangeable.
5.1.8 Safety barriers / shutters shall be provided to permit personnel to work safely within an empty
compartment with the bus bars energised. Loss of Service Continuity (LSC) category of the
switchgear shall be LSC2B as per IS/IEC-62271-200.
5.1.9 It shall be possible to extend the switchgear in either direction at a later date. Ends of bus bars
shall be suitably drilled for this purpose. Panels at extreme ends shall have openings, which
shall be covered with plates screwed to the panel. Details of drilled holes in bus bar and
openings in the panels, provided for future extension shall be clearly shown in the vendor
drawings.
5.1.10 The drawout carriage on the switchboard shall have three positions: "Service", "Test" and
"Drawout" viz:
"Full in" or "Service" position - In this position both power and control circuits shall
be connected. This shall be the normal operating position of the circuit breaker.
"Test" position - The power contacts shall be disconnected in this position but the
control connections shall not be disturbed, it shall be possible to close and trip the
breakers in this position.
- "Draw out" Position - both power and control circuits shall be disconnected in this
position. Alternatively, "Test Position" with the secondary control circuit disconnected
may be provided in lieu of "Draw out Position"
Circuit breaker operation shall be possible only in "Service" and "Test" positions. The circuit
breaker shall be lockable in "Test" / "Draw-out" positions. Automatic safety shutters shall be
provided to ensure the inaccessibility of all live parts after the carriage is drawn out.
There shall be a distinct overall door for the breaker compartment, which can be closed with
the carriage in drawout position and it shall be lockable type.
5.1.11 All circuit breaker modules of the same rating shall be inter-changeable. Suitable interlocks
shall be provided to prevent the following operations:
"Plugging in" or "drawing out" of a closed breaker.
"Plugging in" a breaker with the earthing isolator closed.
"Closing" of the earthing isolator with the breaker "plugged in".
Pulling out the auxiliary circuit plug with the breaker in the service position. Pushing
in the breaker to the service position, with the auxiliary circuit plug not in position.
Additionally, the following shall also be provided:
All operations such as breaker rack-in, breaker rack-out, breaker On/Off, spring
charging, earth switch On/Off etc. shall be possible only with panel door closed.
Pad locking arrangement shall be provided for rack in operation of breaker as well as
for the panel door meeting LOTO requirements.
LOTO arrangement shall include provision for the following:
a) Provision for hooking lockout devices by multiple lock arrangement to prevent
opening of panel door and racking-in of circuit breaker.
b) Provision for attaching tag-out device for warning against energisation and to
provide information regarding date of isolation, agency working on the
equipment, etc.
c) Provision for Hasp such that the same shall be put-in and closed in the locking
arrangement of the breaker/switch and panel door.
5.1.12 All hardware shall be corrosion-resistant. All joints and connections of the panel members
shall be made by zinc-passivated high-quality Grade 8.8 or superior steel bolts, nuts and
washers, secured against loosening.
5.1.13 Suitable eyebolts/ lifting clamps shall be provided for the lifting of the panel/shipping section.
The bolts, when removed shall not leave any opening in the panels.
5.1.14 If specified in datasheet, light/ arc/ pressure based sensors with controller shall be provided to
quickly detect internal arc and immediately initiate tripping action.
5.1.15 Thermo-graphy window for infrared electrical inspection shall be provided if specified in the
datasheet. The switchgear with thermo-graphy window shall be type tested and certified for
internal arc faults as per IS/IEC 62271-200 requirements.
5.2 Accessibility
5.2.1 All relays, metering, and control components shall be mounted on the panel front only.
However, auxiliary contact multiplier relays with auto reset can be mounted inside the panel.
5.2.2 The switchgear shall be considered to be accessible to authorized personnel having access all
around and shall be tested for following type of accessibility as per IS/IEC 62271-200:
Type of accessibility AFLR
where
Accessibility type A Restricted to authorised personnel only
F for front side
L for lateral side
R for rear side
5.2.3 Checking and removal of components shall be possible without disturbing adjacent equipment.
All equipment shall be easily accessible. It shall be possible to set all measuring relays and
instruments in-situ without de-energising the switchboard. All mounted equipment shall have
identification tags of self-sticking PVC tapes at the rear also. In addition, permanent
identification details shall be provided on the panel. Mounting of relays for a particular
breaker feeder panel shall be limited to that particular feeder only.
5.2.4 All terminals shall be shrouded with plastic covers to prevent accidental contact.
5.3 Bus Bar
5.3.1 The switchboard shall comprise of 3-phase bus bars which shall extend through all units of the
switchgear line-up. The main bus bars shall have uniform cross-section throughout their length
and shall be sized to carry continuously the rated current specified in the data sheet.
5.3.2 Bus bars shall be of high conductivity electrolytic aluminium or copper supported on
insulators made of non-hygroscopic, non-inflammable material with tracking index equal to or
more than that defined in Indian standards. Self supporting busbars can also be accepted
provided the same is type tested design.
5.3.3 Bus bars shall be housed in a separate chamber and shall be accessible for inspection. Wire
guards /cover shall be provided inside the enclosure to avoid accidental contact when the cover
is removed.
5.3.4 Both bus bars and the supports shall be adequately sized and braced to withstand the specified
short-circuit current for 1 second. Dynamic stresses shall be calculated on the basis of the
specified peak short-circuit current. All bus supports shall be of non-carbonising material,
resistant to acids and alkalies.
5.3.5 Bus bars shall be insulated by using heat-shrinkable sleeves suitable for withstanding heat
under worst operating condition. The sleeves shall be rated to withstand the system line-to-line
voltage for 1 minute. This shall be verified by a type test in which the line voltage will be
applied between the sleeved main bus bar and an aluminium foil wrapped closely around the
insulation over a length of at least 500mm.
5.3.6 All bus bar joints and all tap-off connections from the main horizontal bus bars shall be
provided with removable FRP/PU/PVC shrouds. The material of the shrouds shall be flame
retardant (FR).
5.3.7 Bus bars shall be prominently marked with Red, Yellow and Blue colour rings/ stickers for
easy phase identification at regular interval and at every power tap off point.
5.3.8 The thermal design of the bus bars shall be based on installation of the switchgear in poorly
ventilated conditions. The cooling air volume shall take into account only the bus bar
enclosure.
5.3.9 The hot spot temperature of busbars, including joints, at design ambient temperature shall not
exceed 90°C under normal operating conditions while for silver plated joints, the allowable
maximum temperature shall be 115°C in line with IS/IEC-62271-1.
5.3.10 Only zinc passivated high tensile strength high-quality Grade 8.8 or superior steel bolts, nuts
and washers shall be used for all busbar joints and supports.
5.3.11 The current rating as defined for switchboard and components in data sheet/job specification
are for design ambient temperature at site conditions and for being inside the cubicle at fully
loaded condition. The vendor shall suitably derate the nominal rating to suit the above
condition.
5.4 HV Power Connections
5.4.1 The incoming power connection shall be through XLPE cables / busduct and outgoing power
connection shall be through XLPE cables, as indicated in the data sheet. Ample space for
connection of these cables shall be provided at the rear of the switchboards. In order to avoid
accidental contact in the cable compartment while carrying out inspection by opening the rear
cover, a removable expanded metal barrier/ wire mesh shall be provided in the cable
compartment. In order to facilitate infra-red electrical inspection through thermography
window, metal barrier/ wire mesh may not be provided. Unless otherwise specified, the power
cable shall enter the switchboard from the bottom. Non-magnetic cable gland plates shall be
provided for feeders wherever single core cables are used.
5.4.2 The switchboard shall be supplied complete with supports for clamping outgoing and
incoming cables. The head-room available between cable gland plate and terminal lugs shall
not be less than 600 mm for switchgear up to 11 kV, and 900 mm for 22 and 33 kV cables.
5.4.3 In case the standard panel depth cannot accommodate the specified number of cables, a rear
extension panel of full height shall be provided. An earth strip shall also be brought to this
extension panel.
5.4.4 Unless otherwise specified, all power cables shall enter the switchgear from the bottom.
5.5 Auxiliary Wiring and Terminals
5.5.1 Inside the cubicles, the wiring for control, signalling, protection and instrument circuits shall
be done with BIS approved, PVC insulated, flame retardant low smoke (FRLS) type, copper
conductor wire. The insulation grade shall be 660 V. The wiring shall preferably be enclosed
in plastic channels or neatly bunched together. Wiring between I-W breakers or cable
compartments to relay and metering compartments shall be routed through flexible conduits.
5.5.2 A minimum of 10% spare terminals shall be provided on each terminal block. Conductors
shall be terminated with adequately sized compression-type lugs for connection to equipment
terminals and strips. Stranded conductors shall be soldered at the ends/ crimped with suitable
lugs before connections are made to the terminals. Sufficient terminals shall be provided on
each terminal block to ensure that not more than one outgoing wire is connected per terminal.
Terminal strips shall preferably be separated from power circuits by metal barriers or
enclosures. All spare contacts of auxiliary relays, timers, etc shall be wired up to the terminals.
5.5.3 Each wire shall be identified at both ends by correctly sized PVC ferrules. Shorting links shall
be provided for all CT terminals.
5.5.4 PVC insulated copper conductor of cross section 1.5 mm2 may normally be used provided the
control fuse rating is 10A or less. For 16A control fuse circuit 2.5 mm2 copper conductors shall
be used. Each wire shall be terminated at a separate terminal. CT Circuit wiring shall be done
with 2.5 mm2 copper conductors. Shorting links / suitable shorting arrangement for shorting
CT secondary shall be provided.
5.5.5 Unless otherwise specified, all control cables shall enter the switchgear from the bottom.
5.5.6 Supporting facilities shall be provided for clamping the control cables.
5.5.7 All inter-panel control wiring within each shipping section shall be by switchgear vendor. The
inter-panel wiring shall be taken through PVC sleeves or suitable grommets. For inter-panel
wiring between the shipping sections, wires in rolls of the required length, connected at one
point, shall be supplied with the panel for connection at site.
5.6 Control and Indication
5.6.1 Breaker tripping, closing and spring charging devices shall be fed with DC control power
supply. The rated DC voltage shall be as specified in the data sheet. The power supply for
breaker opening, closing and indication devices shall be arranged as follows:
a. One DC feeder shall be provided for each bus section. The bus coupler panel may be
fed from any of the two supplies.
b. One separate, single-phase power supply shall be provided for each bus section for
feeding space heaters, etc. Supply voltage shall be 240 V AC, unless otherwise
specified.
Provision to receive DC and AC control supply shall preferably be provided in bus-coupler
panel / bus PT panel.
5.6.2 Breaker positions (CLOSE, OPEN, spring-charged, test position, service position) shall be
indicated mechanically. Electrical indications, with colours as given below, shall also be
provided:
Breaker 'CLOSED' Red lamp
Breaker 'OPEN' Green lamp
Breaker 'Auto-trip' Amber lamp
Trip circuit healthy White lamp
Spring charging Blue lamp
5.6.3 A common DC control supply fail indication shall be provided for each bus section with a blue
coloured lamp.
5.7 Earthing Connections
All cubicles shall be connected to an earth bus bar running throughout the length of the
switchboard. The minimum earth bus bar size shall be 30 x 6 mm2 copper, up to short-circuit
withstand capacity of 31.5 kA, and 50 x 6 mm2 copper, for a short-circuit withstand capacity
above 31.5 kA. All doors and movable parts shall be connected to the earth bus with flexible
copper connections. Provision shall be made to connect the earthing bus bar to the plant
earthing grid at two ends. All non current-carrying metallic parts of the equipment and
components shall be earthed. The earth bus shall be brought back to the cable compartment,
and earthing bolts shall be provided to ground cable armour. The mating surfaces of all bolted
parts shall be zinc passivated to ensure continuity between them.
5.8 Space Heaters
The panels shall be provided with space heaters to prevent moisture condensation, and
maintain cubicle temperature 5°C above the ambient. The space heaters shall be located at the
bottom of the panel, and shall be controlled through a double pole MCB and a thermostat with
an adjustable setting range of 30 to 70°C. The thermostat shall preferably be located in the
metering or relay chamber. Space heaters shall be supplied from 240V AC auxiliary bus for
space heater.
5.9 Panel Supporting Frame
The panels shall be suitable for installation on panel supporting frame, to be supplied by
others. The panels shall be suitable for tack welding, directly to this frame.
5.10 Nameplates
5.10.1 The switchgear shall be provided with durable and clearly legible nameplate in accordance
with Table-1 of IS/IEC 62271-200 requirements.
5.10.2 A nameplate with the switchboard designation shall be fixed at the top of the central panel.
A separate nameplate giving details for each feeder compartment of all panels shall be
provided. Danger plate (Red) shall be provided at the front and rear for each panel.
5.10.3 The nameplates for feeder compartments shall be in two parts. One part shall have necessary
details pertaining to the compartment's number of vertical panel of the switchboards. The
other parts shall be removable and shall contain all details regarding the feeder number for
drives/equipment controlled by the particular module as per approved single line diagram.
5.10.4 Blank nameplates shall be provided for all spare and vacant modules.
5.10.5 Nameplate or polyester adhesive stickers shall be provided for each equipment mounted inside
the switchboard. Special warning plates shall be provided on removable covers or doors giving
access to cable terminals and bus bars.
5.10.6 Special warning labels shall be provided inside the switchboards also, wherever considered
necessary. Identification tags shall be provided inside the panels matching with those shown
on the circuit diagram.
5.10.7 Engraved nameplates shall preferably be of 3- ply (Black-White-Black) lamicoid sheets or
anodised aluminium. However back engraved perspex sheet nameplates may also be
acceptable. Nameplates shall be fastened by screws and not by adhesives.
5.11 Painting
5.11.1 All metal surfaces shall be thoroughly cleaned and degreased to remove mill scale, rust, grease
and dirt. Fabricated structures shall be pickled and then rinsed to remove any trace of acid. The
under surface shall be prepared by applying a coat of phosphate paint and a coat of yellow zinc
chromate primer. Alternately, supplier's standard paint procedure as per their ISO standard is
also acceptable. The under surface shall be made free from all imperfections before
undertaking the finishing coat.
5.11.2 After preparation of the under surface, the switchboard shall be spray painted with two coats
of epoxy based final paint or shall be powder coated.
5.11.3 Colour shade of final paint shall be as RAL 7032 unless specified otherwise.
5.11.4 The finished panels shall be dried in stoving ovens in dust free atmosphere. Panel finish shall
be free from imperfections like pinholes, orange peels, runoff paint etc. Vendor shall supply
final paint (1 litre per switchboard) in non-returnable container for final touch up at site.
5.11.5 All unpainted steel parts shall be Zinc passivated or suitably treated to prevent rust formation.
If these parts are moving elements then they shall be greased. Aluzinc/ pre-galvanised sheet,
wherever provided, need not be painted.
iv) Closing operation shall be completed once the closing impulse is given and
the first device in the control scheme has responded even though the control
switch / Push Button is released, provided no counter trip impulse is present.
6.1.7 Circuit breaker trip and closing coils, in case of electrically operated breakers, and trip coil in
case of mechanically operated breakers and circuit breaker indication shall be suitable for
satisfactory operation on a control supply system indicated in data sheets/job specification.
Additional second shunt trip coil (operating on different control voltage supply) shall also be
provided if specified in the datasheet.
6.1.8 All circuit breakers shall be provided with mechanically operated emergency trip device. This
device shall be available on the front of the panel. Mechanically operated 'closing' device
shall be provided for all breakers. However mechanical closing shall be inhibited for all circuit
breakers in service position.
6.1.9 The breakers shall be provided with anti pumping & trip free feature. Each breaker shall be
also provided with an operation counter.
6.1.10 For all HV VFD feeders, breaker shall be provided with one no. shunt trip coil and with
undervoltage release. However, in case it is not possible to provide undervoltage release in the
standard design, as an alternative, two shunt trip coils shall be provided. One shunt trip coil
shall be suitable for switchgear DC control supply while second shunt trip coil shall be
suitable for external AC control supply. The control supply voltage level shall be as specified
in data sheet.
6.1.11 Metal Oxide surge suppressors shall be provided on all outgoing vacuum circuit breakers to
limit the over voltage to a maximum of 2.2 p.u. rated peak line to earth voltage. Sizing
calculations for surge suppressor shall be provided post order.
6.1.12 Line PT shall be mounted in a separate drawout carriage. In case of truck mounted breaker, line
PT shall be provided in a separate panel.
6.1.13 The complete breaker assembly should have inter-changeability with breakers of identical
ratings.
6.1.14 For switchgears specified with double tier circuit breaker arrangement, the outgoing feeder
breakers shall have double tier arrangement and incomer breakers with Line/bus PT shall be
housed in one vertical panel. In double tier arrangement, sheet steel partitions shall be
provided for each compartment. Compartmentalization shall be such that maintenance of one
breaker is possible without disturbing the adjacent breaker compartment. Suitable trolley(s)
shall be supplied for drawing out the breakers in upper tier. The maximum height of the
operating handle/switches/reset knobs/pushbuttons shall not exceed 1900 mm and minimum
height shall not be below 300 mm.
6.1.15 An integral earthing system, or a separate earthing carriage/truck, shall be provided. In case of
a separate earthing carriage, the necessary trolleys for bus-side and cable-side earthing shall be
supplied. After withdrawing the circuit breaker, this can be inserted to facilitate earthing of
cables and bus bars. Earthing truck shall be complete with the PT and voltmeter, giving audio-
visual indication and solenoid interlock to prevent closing of bus side earthing truck on live
busbars. Suitable interlock shall also be provided for Earthing switch. Earthing truck/ earthing
switch operation shall be only with door closed.
Integral earthing truck/earthing switch shall be suitable for short time withstand current and
peak withstand current rating equal to the corresponding breaker withstand rating.
Contactors shall comply with IS/IEC-60470 and shall be suitable for intermittent duty class
0.1 as well as for uninterrupted duties.
The minimum short circuit breaking capacity of the contactor shall be at least 6 kA at rated
voltage.
Overvoltage surge diverters shall be installed if required to keep high over-voltages during
operating conditions within acceptable values.
Contactors for motor starters and capacitor Bank feeders shall be of the latched type. The
tripping supply shall be obtained from the DC tripping and closing supply. Motor contactor
panels shall be provided with restarting facilities as specified in job specification/ datasheet.
Fuse links shall be in accordance with IEC 60282-1 and shall have high rupturing capacity.
They shall be short circuit current limiting type. Fuses shall be provided with striker pin
arrangement tripping the contactor.
Fuses for motor starters shall have a time-current characteristic suitable for the method of
starting.
Correct discrimination shall be established between fuse characteristics and contactor breaking
capacities. This shall ensure that overload and fault currents are safely interrupted by the
appropriate devices avoiding any risk of welding or other damage to the contactor.
i) Current transformers shall conform to IS: 2705. The short-time rating shall be equal to
that of the switchboard. They shall be mounted on the stationary part of the
switchboard. The CT ratings shall be as shown in the data sheet. Protective CTs shall
have an accuracy class of 5P and an accuracy limit factor greater than 10. CTs for
instruments shall have an accuracy class of 1.0 and an accuracy limit factor less than
5.0. For numerical relays having protection and metering functions, dual rated CT
shall be provided suitable for protection class and metering class. One leg of the CTs
shall be earthed. Separate CTs shall be provided for Differential and Restricted Earth
fault protection.
ii) All CTs shall be star connected. Interposing CT (ICT) shall be provided (if required)
for differential protection of transformers having star-delta connection.
iii) Proper access to each set of CTs shall be provided for repair / maintenance.
6.3.2 Potential transformer
i) The potential transformers shall conform to IS: 3156. The potential transformers shall
be of drawout-type, and shall be provided with 4 pole miniature circuit breakers with
auxiliary contacts on the secondary side.
ii) The drawout mechanism shall disconnect the PT from the busbars. The primary
connection shall be disconnected before the PT becomes accessible. Neutral point of
the star connected PTs both on the primary and secondary sides shall be earthed.
iii) The PTs shall have an over-voltage factor of 1.9 for 30 seconds, and an accuracy class
of 1.0 from 10% to 120% of normal voltage. PT selected shall be compatible with
system grounding.
iv) The primary rated voltage shall be equal to the rated voltage V of the system, or V/43,
if the PT is connected between phase and neutral.
v) If not otherwise specified, the secondary voltage shall be 110 V, or 110/43 V. The
burden and class of accuracy shall be as specified in data sheets. For directional relays,
either a 3-phase 5-limb PT, or 3 single-phase PTs with secondary windings connected
in open delta shall be provided.
6.5 Relays
6.5.1 Type of relay i.e. electromechanical, static or numerical shall be as defined in data sheet / job
specification.
6.5.2 All electromechanical protective relays shall be back-connected, of drawout type, suitable for
flush mounting, and fitted with dust-tight covers. Alternatively, "plug-in" type relays will also
be acceptable. Auxiliary relays are acceptable in fixed execution.
6.5.3 The protective relay cases shall have a provision for insertion of a test plug at the front for
testing and calibration using an external power supply without disconnecting the permanent
wiring. The insertions of the test plug shall automatically short circuit the CTs and permit
extension of external power supply to the relay.
6.5.4 All protective relays shall have hand reset facility and clear operating indication, e.g. flags for
electro-mechanical type relays or light emitting diodes for static/numerical type relays. It shall
be possible to reset the flag without opening the relay case.
6.5.5 All tripping relays (electrical fault trip) shall be of lockout type with hand-reset contacts, and
shall be suitable to operate on the specified voltage. These relays shall have self coil cut off
contacts, and shall be provided with hand-reset operation indicators. However, for process trip,
the lock out relay shall be self reset type Tripping relays will be acceptable in non-drawout
cases.
6.5.6 The tripping relay shall be suitable for satisfactory operation from 50% to 110% of the
specified control supply voltage.
f-4-#Kir
SPECIFICATION
FOR
RELAY & CONTROL PANELS
Abbreviations:
AC Alternating Current
AVR Automatic Voltage Regulator
BIS Bureau of Indian Standards
BS British Standards
CEA Central Electricity Authority
CFL Compact Fluorescent Lamp
CRCA Cold Rolled Cold Annealed
CT Current Transformer
DC Direct Current
HRC High Rupture Capacity
IEC International Electrotechnical Commission
IEEE Institute of Electrical and Electronics Engineers
IP Ingress Protection
IS Indian Standards
ISA Instrument Society of America
LED Light Emitting Diode
MCB Miniature Circuit Breaker
NEMA National Electrical Manufacturers Association
PF Power Factor
PVC Poly Vinyl Chloride
SWG Standard Wire Gauge
VDE Verband Der Electrotechnik, Elecktronik and Information Stechnik
VT Voltage Transformer
CONTENTS
1.0 SCOPE 4
1.0 SCOPE
2.1 The equipment shall comply with the requirements of latest revision of following standards
issued by BIS, unless otherwise specified.
2.2 In case of imported equipment, standards followed in the country of origin shall be
applicable if these standards are equivalent or more stringent than the applicable Indian
Standards.
2.3 The equipment shall also conform to the provisions of CEA regulations and other statutory
regulations currently in force in the country.
2.4 In case Indian standards are not available for any equipment, standards issued by WC/
BSNDE/IEEE/NEMA or equivalent agency shall be applicable.
2.5 In case of any conflict between requirements specified in various applicable documents for
the project, the most stringent one shall prevail. However, Owner's decision in this regard
will be final and binding.
The relay & control panels shall be suitable for installation in a closed room with restricted
natural air ventilation in tropical, humid and corrosive atmosphere. The equipment shall be
designed to operate under site conditions as specified in the data sheet. If not specifically
indicated, design ambient temperature of 40° C and altitude not exceeding 1000m above
MSL shall be considered.
4.1 The offered equipment shall be brand new with state of art technology and proven field
track record. No prototype equipment shall be offered.
4.2 Vendor shall ensure availability of spare parts and maintenance support services for the
offered equipment for at least for 10 years from the date of supply.
4.3 Vendor shall give a notice of at least one year to the end user of equipment and EIL before
phasing out the product / spares to enable the end user for placement of order for spares and
services.
5.1.1 The panels shall be Simplex, Duplex, Control Desk or Console type as specified in data
sheet.
5.1.2 The panels shall be sheet steel enclosed, dust and vermin proof having minimum degree of
protection as IP-41. The panels shall be floor mounting, free standing type mounted on a
supporting structure so as to form a rigid enclosure suitable for the application. The panels
shall be fabricated out of CRCA sheet steel. All doors and openings shall be provided with
neoprene gaskets. Hinged doors shall be complete with door handles, lock and latching
facility.
5.1.3 The panels shall be provided with integral base frame, suitable for tack welding to floor
embedded insert plate/flat/channel.
5.1.4 The height of control panels -shall not exceed 2400 mm. In case more than one panel is used,
all the panels shall be arranged to form a continuous line up of uniform height and depth.
5.1.5 The bottom of all panels shall have a 100 mm kick plate all around.
5.1.6 Cable entry shall be from bottom unless specified otherwise. A suitable removable undrilled
gland plate shall be provided for cable entry.
5.3.1 All controls, indications, meters, annunciations, mimic diagram, protective relays having
flags/operations indicators and lock out relays requiring hand reset shall be mounted on
panel front. However auxiliary relays can be mounted inside. In case of duplex panels,
controls, indications, meters, annunciations and mimic diagram shall be mounted on the
front panel and the relays shall be mounted on the rear panel.
All equipment mounted on front/rear panels shall be flush mounting type/semi-flush
mounting type. All meters/components shall be suitable for vertical/horizontal mounting
position in which they are to be installed.
5.3.2 The centre line of switches, push buttons etc. shall be not less than 750 mm & shall not be
more than 1800 mm from the bottom of the panel. Centre line of relays, meters, recorders
etc. shall be not less than 450 mm from the panel bottom. Alarm facia shall be located at a
minimum height of 900 mm from panel bottom.
5.3.3 Provisions for cut-outs and their wiring for items to be supplied by Purchaser shall be as per
respective manufacturer's drawings. Cut-outs for equipments that are to be mounted in
future shall be blanked.
5.3.4 Checking and removal of individual components shall be possible without disturbing the
adjacent equipment. It shall be possible to test all the protective relays 'in-situ'. The
internally mounted components, auxiliary equipment such as transducers, interposing CTs
etc. shall be mounted in such a way as to be readily accessible, without impeding the access
to internal wiring and other components.
5.4.1 All wiring inside the panel shall be done with adequately sized, BIS approved, PVC
insulated, flame retardant type, 660V grade, single-core, stranded, annealed copper
conductors. For CT circuits the cross section of the wires shall be 2.5-mm2 minimum.
5.4.2 Each wire shall be identified at both ends with wire numbers by means of PVC ferrules.
5.4.3 All external connections shall be through terminal block. The terminal blocks shall be
mounted minimum 300 mm above the gland plate. Each wire shall be terminated at a
separate terminal. However, in no case more than 2 wires shall be terminated on a terminal.
Shorting links shall be provided for all CT terminals and wherever necessary.
5.4.4 All spare contacts of relays, timers, etc shall be wired up to the terminal block.
5.4.6 Clamp type terminals suitable for termination of crimped type lugs shall be provided for all
control cable connections. Suitable power terminals shall be provided for incoming power
cables.
5.4.8 Wiring between panels shall be routed through PVC sleeves or rubber grommets. All inter
panel wiring within each shipping section shall be done at Vendor's works. For wiring
between shipping section, Vendor shall provide terminal blocks on adjacent shipping
sections and supply suitable jumpering wires. Alternatively, rolled up wires with necessary
ferruling for inter panel wiring shall be provided.
5.5 Earthing
5.5.1 All panels shall be connected to an earth bus bar of suitable size having continuity
throughout the length of the panel line-up. All doors and movable parts shall be connected to
the earth bus with flexible copper connections. Provision shall be made to connect the
earthing bus bar to the plant earthing grid at two ends. All non current-carrying metallic
parts of the equipment and components shall be earthed.
5.6.1 CFL lamps working on 240 V AC, operated by door switches shall be provided for internal
panel illumination of each panel and corridor.
5.6.2 A 240 V, single phase, 5 A, 3 pin socket shall be provided in the panel corridor or interior of
each cubicle with on-off switch for connection of hand lamps.
5.6.3 The panels shall be provided with space heaters, controlled through MCB and thermostat
with an adjustable setting.
5.7 Painting
5.7.1 All metal surfaces shall undergo manufacturer's standard cleaning/painting cycle.
5.7.2 After preparation of the under surface, the panels shall be painted with two coats of epoxy
based final paint. Colour shade of final paint shall be 631 of IS: 5/RAL-7032.
5.7.3 All unpainted steel parts shall be suitably treated to prevent rust formation. If these parts are
moving elements then they shall be greased.
5.8 Mimic
5.8.1 Mimic diagram shall be provided on panels when specified in data sheet. Mimic diagram
shall be screwed on to the panels and shall be made of anodised aluminium or plastic of
5.8.2 When semaphore indicators are used for indicating isolator position, they shall be automatic
type and shall be so mounted in the mimic such that isolator (or breaker) closed position
shall complete the continuity of the mimic. The mimic diagram shall incorporate red and
green lamps for position indication and controlling switches for breakers. Alternatively, if
specified in data sheet discrepancy switches having built in hand operated semaphore and
position indicating lamps for breaker control & indication shall be provided. The
discrepancy switch shall perform the following functions:
The breaker on-off control shall be through this switch.
The lamp will remain steady when the semaphore position corresponds with the
breaker position.
c) The lamp shall flicker if the semaphore position does not correspond with the
breaker position.
5.8.3 The colour code for various voltages in the mimic diagram shall be as per IS: 11954 as
detailed below:
5.8.4 In general all colours shall be so chosen as to be distinguishable from others appearing in
the mimic diagram. These shall be subject to review by Owner/EIL during detailed
engineering.
5.8.5 Actual value of voltage, Bus Number and other details shall be indicated in alpha-numeric
characters, suitably on the mimic.
5.9.1 Instruments
All instruments shall be switchboard type, flush mounted, dust tight and tropicalised. The
instruments shall be digital/analogue type. The analogue indicating meters shall be in
square shape of size 96x96 mm2 These shall be taut band type having a scale covering 0-
240°. The instruments shall have minimum accuracy class of 1.0.
Zero adjustment for pointers shall be accessible from, the front of the instruments. All
auxiliary equipment such as shunts and transducers etc as required shall be provided.
5.9.5.1 Facia window type annunciators shall be provided on the control panels. These shall be of
solid state type, with modular construction.
5.9.5.2 Visual indication shall be flush mounted, back lighted type, consisting of translucent facia of
unbreakable acrylic material. Trip and non-trip alarms shall be segregated. The colour of
windows shall be 'Red' for trip alarms and 'White' for all other alarms.
5.9.5.3 Annunciation facia shall be suitable for accommodating at least 15 standard capital size
letters / numerals in Gothic form per line with 4 lines. Minimum size of the letter shall be 4
mm. Spacing between the 2 lines shall be minimum 2 mm. The facia window shall have a
minimum display area of 1500 mm2.
5.9.5.4 Each facia window shall be provided with at least two sets of super bright cluster LEDs in
parallel to ensure highly reliable visual annunciation of adequate light intensity.
5.9.5.5 On occurrence of fault (s) one of the alarm sequences, as per Figure A (Sequence M of ISA
S 18.1) or as per Figure B(Sequence F2M-1 of ISA S 18.1) shall be provided, as stated in
the data sheet. If not specified therein, sequence as Figure A (Sequence M of ISA S 18.1)
shall be provided.
5.9.5.6 Static control circuits shall be used for alarm logics incorporating audible and visual alarms.
These shall be mounted on PCBs. The PCBs for identical logic units shall be
interchangeable
5.9.5.7 All requisite accessories including separate push buttons for ACKNOWLEDGE/ ACCEPT,
RESET, SILENCE, and TEST functions shall be provided common for all annunciator
windows. These shall be located on front of the panel.
5.9.5.8 Annunciator shall be designed to lock in even during TEST mode if the field contacts get
actuated at that instant.
5.9.5.9 The annunciator circuit design shall ensure that momentary short circuits in lamp circuit do
not affect it. Visual and audible alarm circuits shall be independent i.e. the failure of one
shall not affect the other.
5.9.5.10 The annunciators shall be suitable for operation with normally open fault contact which
closes on a fault. It shall be possible to make them suitable for normally closed fault contact
by field modification.
5.9.5.11 Annunciator shall be able to lock in for momentary actuation of field contacts.
5.9.5.12 The system shall have protection against malfunctioning due to voltage spikes.
5.9.5.13 DC Control supply, at the specified voltage, shall be provided by the Purchaser, as indicated
in the data sheet. Necessary power supply module(s), if required, to generate different
voltages for various annunciator elements shall be included in Vendor's scope. DC supply
failure indication shall be provided separately with DC under voltage relays. On failure of
DC supply to the panel, a lamp and an audio buzzer fed from AC supply shall operate.
There shall be provision for silencing / acknowledging the buzzer. The buzzer shall have
distinctly separate tone from other audible alarms.
SEQUENCE DIAGRAM
PROCESS NORMAL
SEQUENCE NORMAL
VISUAL OFF
AUDIBLE SILENT
RESET
WHILE NORMAL
ABNORMAL OR
PROCESS ABNORMAL PROCESS
NORMAL
SEQUENCE ACKNOWLEDGED SEQUENCE ALARM
VISUAL ON ACKNOWLEDGE VISUAL FLASHING
AUDIBLE SILENT AUDIBLE AUDIBLE
SEQUENCE TABLE
ALARM
PROCESS PUSHBUTTON SEQUENCE VISUAL
LINE AUDIBLE REMARKS
CONDITION OPERATION STATE DISPLAY
DEVICE
1 NORMAL - NORMAL OFF SILENT
2 ABNORMAL - ALARM FLASHING AUDIBLE LOCK-IN
ABNORMAL MANUAL
3 OR ACKNOWLEDGE ACKNOWLEDGED ON SILENT RESET
NORMAL REQUIRED
4A ABNORMAL TO LINE 3
RESET SILENT
4B NORMAL NORMAL OFF
RESET
SEQUENCE FEATURES :
ACKNOWLEDGE AC KNOWLEDGE
(FIRST OUT RESET) (FIRST OUT RESET)
SILENCE
ABNORMAL OR
PROCESS NORMAL
SEQUENCE FIRST SILENCED
VISUAL FLASHING
AUDIBLE SILENT
SEQUENCE TABLE
ALARM
PUSHBUTTON SEQUENCE STATE VISUAL AUDIBLE REMARKS
LINE PROCESS CONDITION OPERATION DISPLAY DEVICE
1 NORMAL - NORMAL OFF SILENT
2 FIRST FIRST ALARM FLASHING AUDIBLE LOCK-IN
ABNORMAL - SUB ALARM ON AUDIBLE LOCK-IN
3 SUB
ABNORMAL FIRST OUT
4 FIRST OR NORMAL ACKNOWLEDGE RESET
TO LINE-7
ABNORMAL BEFORE SILENCE
5 SUB OR NORMAL
ABNORMAL FIRST SILENCED FLASHING SILENT
6 FIRST OR NORMAL
SILENCE MANUAL
SUB ABNORMAL ACKNOWLEDGED ON SILENT RESET
7 OR NORMAL REQUIRED
ABNORMAL ACKNOWLEDGE FIRST OUT
8 FIRST TO LINE-7 RESET
OR NORMAL AFTER SILENCE
SILENT MANUAL
9 NORMAL RESET NORMAL OFF RESET
SEQUENCE FEATURES:
SILENCE, ACKNOWLEDGE, RESET AND TEST PUSHBUTTONS.
ALARM AUDIBLE DEVICE.
LOCK-IN OF MOMENTARY ALARMS UNTIL ACKNOWLEDGED.
OPTION-1: SILENCE PUSHBUTTON TO SILENCE THE ALARM AUDIBLE DEVICE WHILE
RETAINING FIRST OUT FLASHING INDICATION.
FLASHING INDICATION FOR FIRST ALARMS ONLY. NEW SUBSEQUENT ALARMS HAVE
THE SAME VISUAL INDICATION AS ACKNOWLEDGED ALARMS.
FIRST OUT INDICATION IS RESET WHEN ACKNOWLEDGED.
MANUAL RESET OF ACKNOWLEDGED ALARM INDICATIONS AFTER PROCESS
CONDITIONS RETURN TO NORMAL.
OPERATIONAL TEST.
5.9.6 Relays
5.9.7 Clock
5.9.7.1 An electronic digital clock having 7 segment LED display (Red Colour) shall be
provided on the top of the panel line up. The display shall have date, hour and minute
display with blinking dots. The AM/PM or 24 hour mode shall be field selectable. The
display shall be visible from a distance of 7 metre arc covering an angle of 120°. The
numeral height of the digit shall be minimum 5 cm. The intensity of the display shall be
sufficient to view in broad day light. The accuracy of the clock shall be better than + 10
sec. per month.
5.9.7.2 Power supply for the clock shall be derived from the incoming main supply to the panel
and shall be backed by lithium batteries.
5.9.8 Transducers
Transducers designed for 4-20mA output signal shall be provided as specified in data
sheets/as per requirements of approved schemes. Transducers shall be suitable for
accuracy class 0.5 (max.). Galvanic isolation shall be provided between input and output
circuits. The isolation insulation shall withstand minimum 2 kV, 50 Hz for 1 minute. The
transducers shall be protected against input and output voltage surges. The transducers
shall be suitable for driving, 600 ohms load impedance located min. 500 m away and
connected through 0.5 mmz copper conductor cables. The transducers shall be suitable
for minimum 125 % continuous overload in input voltage/ current parameters.
5.9.9 Nameplates
5.9.9.1 Engraved nameplates indicating the panel designation shall be provided at the top (on
front and back) of each panel. These shall be fixed in such a way that these can be
removed and refitted when desired.
5.9.9.2 Nameplate or polyester adhesive 'identification tags' shall be fixed on each panel
mounted equipment inside the panel and shall be provided on panel walls, to indicate
permanent location of the components. Labels shall be provided for every component on
the cards, connecting wires, as well as, for the terminals in the terminal strip inside the
panel.
5.9.9.3 Nameplates shall also be fixed on the exterior of the panels at appropriate places to
indicate the description/function of various relays, meters, control switches, push
buttons, lamps and other equipment.
5.9.9.4 Special warning plates shall be provided on all removable covers or doors giving access
to energised metallic parts above 24 volts.
Purchaser may buy loose equipment to be mounted on the control panel from different
Vendors, e.g. On Load Tap-Changer controls, AVR equipment, transformer fan and
temperature control, special relays etc. as specified in data sheets. The cutout and wiring
details for such items shall be supplied to the successful Vendor. The panels shall be
supplied drilled, wired etc. for the loose items.
SPECIFICATION
FOR
ENGINE STARTING BATTERY
AND CHARGER
Abbreviations:
AC Alternating current
Ah Amperehour
BIS Bureau of Indian Standards
BS British Standards
DC Direct Current
Hz Hertz
IEC International Electrotechnical Commission
IEEE Institute of Electrical & Electronics Engineers
IP Ingress Protection
IS Indian Standard
kA KiloAmperes
LED Light Emitting Diode
MSL Mean Sea Level
NEMA National Electrical Manufacturers Association
PCB Printed Circuit Board
PIV Peak Inverse Voltage
PO Purchase Order
PVC Polyvinyl Chloride
TPN Three Phase and Neutral
VDE Verband der Elektrotechnik, Elektronik and Information stechnik
V Volt
CONTENTS
1.0 SCOPE 4
2.0 CODES AND STANDARDS 4
3.0 GENERAL REQUIREMENTS 5
4.0 POWER SUPPLY AND SITE CONDITIONS 5
5.0 REQUIREMENTS FOR BATTERY UNITS 5
6.0 REQUIREMENTS FOR BATTERY CHARGER 6
7.0 CONTROL, PROTECTION, METERING AND INDICATION 8
8.0 SPECIAL REQUIREMENTS 8
9.0 INSPECTION AND TESTING 9
10.0 PACKING AND DESPATCH 9
1.0 SCOPE
1.1 This specification covers the design, manufacture and testing at works of Engine Starting
Battery and Charger System. The offered system shall form a part of a larger package
involving a Diesel Engine as Prime Mover. It shall be completely integrated with and
suitable for the engine starting power requirements. All equipment and accessories
required for completeness of the system, whether specifically mentioned or not, but
considered essential for satisfactory performance shall be included as a part of the system.
1.2 Each engine shall be provided with separate batteries, charger and distribution panel.
2.1 The equipment shall comply with the requirements of latest revision of the following
standards issued by BIS unless specified otherwise:
2.2 In case of imported equipment, the standards of the country of origin shall be applicable if
these standards are equivalent or more stringent than the applicable Indian standards.
2.3 The equipment shall also conform to the provisions of Indian Electricity Rules and other
statutory regulations currently in force in the country.
2.4 In case Indian standards are not available for any equipment, standards issued by IEC/ BS/
VDE/ IEEE/ NEMA or equivalent agency shall be applicable.
2.5 In case of any contradiction between various referred standards/ specifications/ data sheets
and statutory regulations, the following order of decreasing priority shall govern:
Statutory regulations
Data sheets
- Job specifications
- This specification
Codes and standards.
3.1 The offered equipment shall be brand new with state of the art technology and a proven
field track record. No prototype equipment shall be offered.
3.2 Vendor shall ensure availability of spare parts and maintenance support services for the
offered equipment for at least 15 years from the date of supply.
3.3 Vendor shall give a notice of at least one year to the end user of equipment and EIL before
phasing out the product/ spares to enable the end user to place order for spares and
services.
3.4 The vendor shall be responsible for design, engineering and manufacturing of the
complete system to fully meet the intent and requirements of this specification and
attached data sheets. The Battery Charger equipment shall be properly coordinated with
the selected Battery to ensure complete compatibility.
3.5 The Battery shall meet the requirements of data sheets and specifications attached with the
Material Requisition/ Bid document.
All equipment shall be designed to operate with power supply and site conditions as
specified below and in the attached data sheet:
Unless specified otherwise, the following power supply shall be provided by purchaser at
one point for each engine:
The Engine starting battery and charger shall be suitable for operating satisfactorily in
humid and corrosive atmosphere found in fertilizer plants, refineries, petrochemical and
gas processing plants, metallurgical plants and other industrial plants. Service conditions
shall be as specified in the data sheets/job specification. If not specifically mentioned
therein, a design ambient temperature of 40°C and an altitude not exceeding 1000m above
MSL shall be considered, with minimum temperature of 10°C for battery sizing. Unless
specified otherwise, all equipment shall be suitable for installation and operation on the
package skid, which shall be located in a closed building with restricted ventilation.
5.1 The batteries shall be lead acid, high discharge automotive type conforming to IS 7372
and suitable for engine starting duty. The battery containers shall be of high quality
translucent plastic/ hard rubber. Terminal posts shall be properly sealed to prevent
electrolyte leakage. Venting device shall be anti-splash type. Batteries shall be placed on
battery stands made of mild steel with suitable epoxy painting/PVC coating. All
accessories like cell insulators, connectors, stand insulators etc. shall be supplied with each
set. All hardware shall be suitably coated/ plated to prevent corrosion.
5.2 Ampere-hour capacity of the battery shall be selected based on the load cycle (to be
decided by the vendor), Ageing factor of 0.8 and temperature correction factor for
specified minimum temperature. The battery capacity shall be adequate for six consecutive
starts of the engine under cold engine conditions without recharging, with an additional
10% spare capacity. All auxiliary loads for engine controls shall also be considered while
defining the load cycle. Also, refer clause 8.0 for Engines for Fire Water Pumps.
5.3 The battery shall be suitable for being quick charged from a fully discharged condition to a
fully charged condition within 10-14 hours.
5.4 The following accessories shall be provided for preventive and routine maintenance of the
batteries at each location where the engines are to be installed:
6.1 The charger shall be suitable for both float charging the battery while feeding all loads,
other than engine starting motor, as well as for quick charging the battery from fully
discharged condition to fully charged condition within 10=14 hours. The sizing of the
battery charger shall be based on the maximum continuous rating required to meet the
above conditions, with an additional 10% spare capacity. All DC loads for engine controls
and continuously operating auxiliaries shall also be considered for this purpose.
6.2 The charger shall be of solid-state design, constant voltage and current limit type. The
output voltage shall be stabilized to +1% for mains variation of +10% and load variation
of 0 to 100%. Each load shall be fed through a separate independent feeder. However, a
separate DC Distribution Board is not essential for this purpose and the outgoing feeder
circuits can form a part of the charger panel.
6.3 The charger shall have a 3 phase full wave controlled rectifier consisting of thyristors,
commutation circuits, diodes etc. and their protective devices. A suitable filter circuit shall
be provided at the rectifier output to obtain a smooth DC output voltage. The maximum
ripple content in the charger output voltage shall be lower than the safe value
recommended by battery manufacturer, and in any case, shall not exceed 5% with battery
disconnected.
6.4 The charger shall have auto as well as manual control facility through a lockable selector
switch.
In the Auto mode, the charger shall automatically control the battery charging current/
voltage to ensure optimum quick charging of the battery. After completion of boost
charging, the charger shall switch to float charging mode without any manual intervention.
In the Manual mode, it shall be possible to charge the battery at any desired current, which
is safe for the battery. Fine control of the output voltage/ current shall be possible.
6.4.3 In both Auto and Manual modes, the battery charging current shall be limited to a safe
value as prescribed by battery manufacturer by means of adjustable potentiometer control.
A backup timer of 0-24 hrs. range with no-volts hold feature shall be provided for
switching the charger from quick charging to float charging mode after the set time, under
any mode of operation.
6.5 The charger shall be complete with all interconnections within the panel. All connections
shall be made using 660V grade copper conductor PVC/XLPE insulated wires/ cables with
BIS marking for both power and control connections. Minimum 1.5mm2 conductor size
shall be used for control connections. However, control wiring for electronic circuits/
components may use flat ribbon cable or copper wire of minimum 0.5mm diameter. All
control wiring shall be enclosed in PVC channels or otherwise neatly bunched together.
Each wire shall be suitably identified at both ends by PVC ferrules. Crimping type lugs
shall be used for termination.
6.6 All main and control transformers shall be natural air cooled, dry type suitable for location
inside a panel. All semiconductor devices shall be natural air cooled with absolute case
temperatures limited to 75°C at highest load and ambient temperature. PCBs shall be of
copper clad glass epoxy laminate construction. PCB tracks shall be tinned and solder
masked. PCBs shall be tropicalised to render them immune to dust, moisture and fungal
growth.
6.7 Selection, sizing and suitability of all components used for various applications shall be
vendor's responsibility and the rating of components shall be increased, if required, to suit
associated components during execution of the order without any claim for extra price or
time. Series-parallel combination of smaller devices to achieve specified rating shall not
be acceptable.
6.8 A suitably sized earth bus of minimum size 25x3 mm2 copper shall be provided at the
bottom of the panel with provision to connect it to the owner's main earth grid at both
ends.
6.9 The charger shall be preferably housed in a 1.6/ 2mm thick sheet steel enclosure having
minimum 1P-41 degree of ingress protection. The panel shall be free standing, floor
mounted type with hinged doors and shall be suitable for bottom cable entry. The
maximum and minimum operating height shall be 1800mm and 300mm respectively.
Eyebolts shall be provided on the top cover for lifting. When removed, the eyebolts shall
not leave any openings in the panel.
6.10 The charger panel surface shall be properly pretreated for final painting with 2 coats of
epoxy paint of shade 631 as per IS 5/RAL 7032. Epoxy based powder coating of adequate
thickness for rugged industrial use shall also be acceptable. Nameplates shall be of
anodized aluminium or stainless steel.
7.1 Controls
7.2 Protection
7.3 Metering
7.4 Indication
Indicating lamps shall employ LEDs. LEDs provided for indication shall be cluster type
with adequate brightness and minimum 2Nos LEDs chips per light. LEDs shall be
connected in parallel and each LED chip having diameter not less than 3mm. In addition,
facility for remote indication of AC and DC failure shall be provided.
In addition to the above, Engines for Fire Water Pumps which are provided with backup
manual starting using an electric starter motor, shall have the following features:
8.1 A separate identical battery bank shall be provided for Manual starting.
8.2 The charger shall be suitable for charging both battery banks for Automatic and Manual
starting in position.
8.3 The battery charger shall be fully rated for trickle charging both the battery banks
simultaneously.
8.4 Both battery banks for Automatic and Manual starting shall each be adequate for ten
consecutive starts without recharging with a cold engine under full compression in place
of six consecutive starts specified at clause 5.2.
9.1 Batteries shall have been fully Type tested and certificates for the same shall be furnished.
In addition, the batteries shall be tested as per applicable standards at battery
manufacturer's works for the required duty cycle and other relevant acceptance tests.
9.2 High voltage withstand test (2 kV for 1 minute) shall be carried out on each charger.
Heat Run test at rated load and minimum supply voltage shall be carried out on each
charger for a period not less than 8 hours. During the test, the temperature of electronic
power devices should stabilize and remain constant for 1 hour, or the test shall be suitably
extended until this is achieved.
9.4 Functional tests shall be carried out on each charger to check the design and operation.
All the equipment shall be divided into multiple sections for protection and ease of
handling during transportation. The equipment shall be properly packed for selected mode
of transportation, i.e. by ship/ rail or trailer. It shall be wrapped in polythene sheets before
being placed in crates/ cases to prevent damage to finish. The crates/ cases shall have skid
bottoms for handling. Special notations such as 'Fragile', 'This side up', 'Center of
gravity', 'Weight', 'Owner's particulars', 'PO No.' etc., shall be clearly and indelibly
marked on the packages together with other details as per purchase order.
The equipment may be stored outdoors for long periods before installation. The packing
shall be completely suitable for outdoor storage in areas with heavy rains and high
ambient temperature unless otherwise agreed. In order to prevent movement of equipment/
components within the crates, proper packing supports shall be provided. A set of
instruction manuals for erection, testing and commissioning, a set of operation and
maintenance manuals and a set of final drawings shall be enclosed in a waterproof cover
along with the shipment.
SPECIFICATION
FOR
NEUTRAL GROUNDING RESISTOR
--k'o,OPAA))1. G3C‘%1
6 21.03.11 REVISED AND ISSUED AS STANDARD PK SV
SPECIFICATION UAP DM
5 22.08.05 REVISED AND ISSUED AS STANDARD NMS
SPECIFICATION AKT AAN VJN
4 18.12.01 REVISED AND ISSUED AS STANDARD VCB JMS VPS
SPECIFICATION SKG
3 09.09.96 REVISED AND ISSUED AS STANDARD AP
SPECIFICATION RKMNPS SG AS
2 29.01.90 ISSUED AS STANDARD SPECIFICATION KVS SG GNT
Standards Standards
Rev Committee Bureau
Date Purpose Prepared Checked
by by Convenor Chairman
No
Approved by
Abbreviations:
AC : Alternating Current
ASTM : American Society for Testing and Materials
BIS : Bureau of Indian Standards
BS British Standard
GI : Galvanised Iron
IEEE : Institute of Electrical and Electronics Engineers
IEC : International Electro technical Commission
IP : Ingress Protection
IS Indian Standards
LV Low Voltage
MB : Marshalling Box
MCB : Miniature Circuit Breaker
NEMA : National Electrical Manufacturer's Association
NGR : Neutral Grounding Resistor
VDE : Verband Der Electrotechnik, Elecktronik and Information Stechnik
CONTENTS
1.0 SCOPE 4
1.0 SCOPE
1.1 The intent of this specification is to define the requirements for design, manufacture, testing,
packing and transport of Neutral Grounding Resistor (NGR).
2.1 The equipment shall comply with the requirements of latest revision of the following
standards issued by BIS (Bureau of Indian Standards) and other agencies, unless otherwise
specified:
2.2 In case of imported equipment, standards of the country of origin shall be applicable if these
standards are equivalent or more stringent than the applicable Indian standards.
2.3 The equipment shall also conform to the provisions of Indian Electricity Rules and statutory
regulations currently in force in the country.
2.4 In case Indian standards are not available for any equipment, standards issued by IEC/ BS/
VDE/ IEEE/ NEMA or equivalent agency shall be applicable.
2.5 In case of any contradiction between various referred standards/ specifications/ data sheet and
statutory regulations, the following order of decreasing priority shall govern:
Statutory regulations
Data sheets
Job specification
This specification
Codes and standards.
3.1 The offered equipment shall be brand new with state of art technology and proven field track
record. No prototype equipment shall be offered.
3.2 Vendor shall ensure availability of spare parts and maintenance support services for the
offered equipment at least for 15 years from the date of supply.
3.3 Vendor shall give a notice of at least one year to the end user of equipment and EIL before
phasing out the product/spares to enable the end user for placement of order for spares and
services.
lat greg
ei
Imfe,f P12,100 avom)
ENGINEERS
INDIA LIMITED
IA Govt of India Undeltakm)
FOR
NEUTRAL
6-51-0043 Rev. 6
GROUNDING RESISTOR Page 5 of 7
The Neutral Grounding Resistor shall be suitable for outdoor installation (without a shed) for
satisfactory operation under conditions of restricted natural ventilation in a tropical humid
and corrosive atmosphere as prevalent in refineries, petrochemical and fertilizer plants. The
NGR shall be designed to operate under site conditions as specified in the data sheet. If not
specifically mentioned therein, a design ambient temperature of 40° C and an altitude not
exceeding 1000 m above mean sea level shall be considered.
5.1 Resistors
5.1.1 The resistor elements shall be made of unbreakable, corrosion proof, joint-less stainless steel
grid conforming to ASTM standard A240-304. The grids shall be in punched form.
5.1.2 The resistor shall be sized for carrying the rated current specified in the data sheet for 10
seconds with maximum temperature limited to 790° C for stainless steel resistor elements,
while limiting the temperature of aluminium conductor / bus bar to 350° C.
5.1.3 If specified in the data sheets, the resistor shall also be sized to carry 10% of the rated
current continuously with the maximum operating temperature of resistor elements limited
to 415° C. Further, the temperature rise of the resistor elements when they carry 10% of the
rated current followed by the specified rated current for 10 seconds shall not exceed the
temperature limits specified in clause 5.1.2 above. Under the steady-state conditions when
the NGR carries 10% of the rated current, the surface temperature of the enclosure i.e. all
four sides, bottom and the canopy shall be limited to maximum 70° C.
5.1.4 Grids shall be mounted on steel rods insulated by special heat-resistant insulating materials,
suitable for the above temperatures. Ceramic/ porcelain insulators shall be used to insulate
the resistor elements from the enclosure. The insulators and terminal bushings shall have
adequate minimum creepage values (total and protected) for the required voltage grade.
5.1.5 Resistor banks shall be provided in series and parallel combinations to achieve the overall
resistance value. Minimum two paths in parallel shall be provided in the system, unless
specified otherwise.
5.2 Enclosure
5.2.1 The resistor elements shall be housed in a naturally ventilated sheet steel enclosure with
minimum IP-31 degree of ingress protection and suitable for outdoor installation.
5.2.2 The enclosure thickness shall be min. 3 mm. The NGR shall have a suitable arrangement
for fixing it on concrete foundations/ grouting in floor.
5.2.3 The terminals for neutral connections (from transformer neutral to NGR) shall be housed in
a separate vermin-proof, weatherproof terminal box with minimum 1P-55 degree of ingress
protection. The terminal box shall be provided with a separate bolted removable undrilled
gland plate of non-magnetic material. This shall be drilled at site to suit the cable entry.
Suitable nickel plated brass double compression type cable glands & crimp type tinned cu
lugs shall be provided. For connection on earthing side, separate terminal bushing shall be
provided.
5.2.4 A separate canopy shall be provided above the enclosure roof with a suitable air gap
between them. It shall also cover the terminal compartment. Suitable lifting arrangement
shall be provided to lift the canopy.
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved
Page 455 of 827
SPECIFICATION STANDARD SPECIFICATION No.
ENGINEERS FOR
Itgzn. fad&
(werr maw anagorm
INDIA UMITED
(A Govt of India Undertaking) NEUTRAL
6-51-0043 Rev. 6
GROUNDING RESISTOR Page 6 of 7
5.2.5 Facility shall be provided to earth the enclosure at two points. For this purpose, suitably
sized studs shall be provided on the sides of the enclosure to accommodate the connection of
GI strip.
5.2.6 The bottom of the enclosure shall be provided with a drain plug to remove water that may
get collected in the enclosure.
5.3 Terminals
5.3.1 The two ends of the resistor shall be brought out to suitable epoxy/ porcelain bushing type
terminals of adequate rating for the neutral and earth connections. The terminals shall be
suitable for terminating the specified size of cables/ earthing strip and shall be supplied
complete with tinned-copper lugs. Bolted type link shall be provided for isolating the
resistor at the neutral end.
Suitable anti-condensation space heater shall be provided inside the NGR enclosure to
prevent condensation of moisture. This shall be rated to operate from a 240 V, 50 Hz, single
phase supply. The terminals of the space heater shall be brought out to a separate
weatherproof terminal box. The terminal box/M.B shall have minimum IP-55 degree of
ingress protection.
The space heater shall be controlled using a double pole MCB and thermostat provided in
the terminal box. The MCB shall be operable from the front of enclosure without opening
the terminal box cover.
5.5 The current transformer, if specified, shall be of cast resin type suitable for the applicable
voltage grade. The secondary connections of the current transformer shall be brought out to
suitable terminals in M.B and shall be provided with a shorting link.
5.6 Cooling
The Neutral Grounding Resistor shall be natural air cooled. Forced cooling shall not be
used. If required, louvers can be provided in the enclosure provided they are completely
guarded on the inside with a fine wire mesh.
The equipment shall be provided with a stainless steel nameplate located prominently
indicating following minimum information
Make
Tag No.
Nominal resistance value in ohms
Rated voltage
System voltage and frequency
Rated current (Continuous & short time)
Time rating in seconds (Continuous & short time)
Temperature rise in °C
i. Enclosure protection class.
5.8 Painting
5.8.1 All metal surfaces shall undergo manufacturer's standard cleaning /painting cycle.
5.8.2 After preparation of the under surface, the panels shall be painted with two coats of epoxy
based final paint. Colour shade of final paint shall be 632 of IS:5 unless specified
otherwise.
5.8.3 All unpainted steel parts shall be suitably treated to prevent rust formation. If these parts are
moving elements then they shall be greased.
6.1 The offered NGR shall have been suitably type tested and manufacturer shall furnish test
certificates in this regard.
6.2 During fabrication, the equipment shall be subjected to inspection by EIL/ Owner or by an
agency authorised by the owner. Minimum four weeks advance notice shall be given to
owner for this purpose. Manufacturer shall furnish all necessary information concerning the
supply to Ell,/ Owner's inspector. Tests shall be carried out at manufacturer's works under his
care and expense.
6.4 The heat run test shall be conducted by passing the rated current for rated time on a limited
resistor section in a proportionately sized test enclosure. The temperature rise shall be
measured under simulated conditions ensuring that heat produced (I 2 Rt) in the test enclosure
is more than or equal to the calculated value of energy dissipation required for the test
enclosure in proportion to the complete Neutral Grounding Resistor enclosure as per the
thermal model adopted.
All the equipment shall be divided into several sections for protection and ease of handling
during transportation. The equipment shall be properly packed for the selected mode of
transportation i.e. by ship/ rail or trailer and shall be wrapped in polythene sheets before
being placed in crates/ cases to prevent damage to finish. The crates/ cases shall have skid
bottom for handling. Special notations such as 'Fragile', 'This side up', 'Center of gravity',
`Weight',' Owner's particulars', 'PO nos.' etc., shall be clearly marked on the packages
together with other details as per purchase order.
The equipment may be stored outdoors for long periods before installation. The packing
shall be completely suitable for outdoor storage in areas with heavy rains/ high ambient
temperature unless otherwise agreed.
Abbreviations:
CONTENTS
1.0 SCOPE 4
2.0 STANDARDS 4
1.0 SCOPE
This specification along with data sheets covers requirements for design, manufacture, testing
at works and supply of Flame Retardant Medium & High Voltage cables and cable jointing /
terminating accessories for medium and high voltage systems.
2.0 STANDARDS
2.1 The cables and cables jointing & terminating accessories shall comply with the latest edition
of the following standards as applicable:
2.2 The cables and accessories shall also conform to the provisions of CEA Regulations and other
statutory regulations, as applicable.
2.3 In case of any conflict between requirements specified in various applicable documents for the
project, the most stringent one shall prevail. However, Owner's decision in this regard will be
final and binding.
3.1 The cables shall be suitable for laying in trays, trenches, ducts, and conduits and for
underground-buried installation with uncontrolled backfill and possibility of flooding by water
and chemicals.
3.2 Outer sheath of all cables shall be black in colour and the minimum value of oxygen index
shall be 29 at 27 + 2 ° C. In addition suitable chemicals shall be added into the PVC compound
of the outer sheath to protect the cable against rodent and termite attack.
3.3 All cables covered in this specification shall be flame retardant (FR). The outer sheath of
cables shall possess flame propagation properties meeting requirements as per IS-10810 (Part-
62) category AF.
3.4 Sequential marking of the length of the cable in metres shall be provided on the outer sheath at
every one metre. The embossing/engraving shall be legible and indelible.
3.5 The overall diameter of the cables shall be strictly as per the values declared by the
manufacturer in the technical information subject to a maximum tolerance of ±2 mm up to
overall diameter of 60mm and ±3mm for beyond 60mm.
3.6 PVC/ Rubber end caps shall be supplied free of cost for each drum with a minimum of eight
per thousand metre length. In addition, ends of the cables shall be properly sealed with caps to
avoid ingress of water during transportation and storage.
3.7 The cables meant to be used in mining area under the jurisdiction of DGMS shall comply with
the requirements as specified in the Job specification/ Datasheet.
3.8.1 All power/control cables for use on medium voltage systems shall be heavy-duty type,
650/1100V grade with aluminium/ copper conductor, PVC insulated, inner-sheathed,
armoured/ unarmoured and overall PVC sheathed.
3.8.2 The conductors shall be solid for conductor of nominal area up to and including 6mm 2 and
stranded beyond 6mm2. Conductors of nominal area less than 16 mm 2 shall be circular only.
Conductors of nominal area 16 mm 2 and above may be circular or shaped as per IS 8130.
Cables with reduced neutral conductor shall have sizes as per Table 1 of IS 1554 (Part-1).
3.8.3 The core insulation shall be with PVC compound applied over the conductor by extrusion and
shall conform to the requirements of type 'A' compound as per IS: 5831. The thickness of
insulation and the tolerance on thickness of insulation shall be as per Table 2 of IS: 1554 (Part-
1). Control cables having 6 cores and above shall be identified with prominent and indelible
Arabic numerals on the outer surface of the insulation. Colour of the numbers shall contrast
with the colour of insulation with a spacing of maximum 50 mm between two consecutive
numbers. Colour coding for cables up to 5 cores shall be as per Indian standard.
3.8.4 The inner sheath shall be applied over the laid-up cores by extrusion and shall be of PVC
conforming to the requirements of Type ST-1 PVC compound as per IS: 5831. The minimum
thickness of inner sheath shall be as per IS: 1554 (Part-1). Single core cables shall have no
inner sheath.
3.8.5 All cables shall be provided with armour except those specifically specified as unarmoured.
For multicore cables, the armour shall be by single round galvanised steel wires where the
calculated diameter below armouring does not exceed 13 mm and by galvanised steel strips
where this dimension is greater than 13 mm. Requirement and methods of tests for armour
material and uniformity of galvanisation shall be as per IS - 3975 and IS -10810 (Part 41). The
dimensions of armour shall be as per method (b) of IS - 1554 (Part -1). For single core cables,
the armour shall be with H4 grade hard drawn aluminium round wire of 2.5 mm diameter.
For mining cables, the size and type of armour shall be such that the combined conductance of
armour shall be equivalent to 75 percent of the conductance of the largest conductor of the
cable.
3.8.6 The outer sheath for the cables shall be applied by extrusion and shall be of PVC compound
conforming to the requirements of type ST-1 compound as per IS: 5831. The minimum and
average thickness of outer sheath for unarmoured cables and minimum thickness of outer
sheath for armoured cables shall be as per IS: 1554 (Part -1).
3.8.7 Where specified, 1100V grade power cables shall also be XLPE insulated and shall meet the
requirement specified in IS-7098 (Part-1).
3.8.8 If heat resisting PVC cables are specified in the data sheet, the following shall be the
requirements:
It shall be possible to continuously operate the cable at a maximum conductor temperature of
85° C. PVC compounds used for HR PVC cables shall be as follows:
3.8.9 The fire survival cables shall meet the following additional requirements :
The insulation shall be of EPR or equivalent material with glass mica tape below or
above insulation.
The cables shall meet requirement of circuit integrity test for a minimum period of 3
hours at max. Temperature of 9500 C.
3.9.1 Power cables for 3.3kV up to and including 33kV systems shall be Aluminium/ Copper
conductor, XLPE insulated, sheathed, armoured/ unarmoured and overall PVC sheathed.
3.9.2 The conductors shall be stranded and compacted circular for all cables.
3.9.3 All cables rated 3.8/ 6.6kV and above shall be provided with both conductor screening and
insulation screening. The conductors shall be provided with non-metallic extruded semi
conducting screen.
3.9.4 The core insulation shall be with cross linked polyethylene insulating compound dry cured,
applied by extrusion. It shall be free from voids and shall withstand all mechanical and
thermal stresses under steady state and transient operating conditions. It shall conform to the
properties given in Table-1 of IS: 7098 (Part -2).
3.9.5 The insulation screen shall consist of non-metallic extruded semi-conducting compound in
combination with a non-magnetic metallic copper screen. The copper screen for all the three
cores together shall be capable of carrying the single line to ground fault current value and the
duration specified in the data sheet.
3.9.6 The conductor screen, XLPE insulation and insulation screen shall all be extruded in one
operation by 'Triple Extrusion' process to ensure perfect bonding between the layers. The core
identification shall be by coloured strips or by printed numerals.
3.9.7 The inner sheath shall be applied over the laid up cores by extrusion and shall conform to the
requirements of type ST 2 compound of IS: 5831. The extruded inner sheath shall be of
uniform thickness. In case of single core cables, there shall be extruded inner sheath between
insulation metallic screen and armouring.
3.9.8 All cables shall be provided with armour except those specifically specified as unarmoured.
For multicore cables, the armour shall be by galvanised steel strips. Requirement and methods
of tests for armour material and uniformity of galvanisation shall be as per IS - 3975 and IS -
10810 (Part 41). The dimensions of armour shall be as per method (b) of IS - 7098 (Part -2).
For single core cables, the armour shall be with H4 grade hard drawn aluminium round wire of
2.5 mm diameter.
3.9.9 The outer sheath of the cables shall be applied by extrusion over the armouring and shall be of
PVC compound conforming to the requirements of Type ST 2 compound of IS: 5831. The
minimum and average thickness of outer sheath for unarmoured cables and minimum
thickness of outer sheath for armoured cables shall be as per IS: 7098 (Part-2).
3.9.10 The thickness of the insulation, inner sheath shall be governed by values given in IS: 7098
(Part -2).
4.1 The termination and straight through jointing kits for use on the systems shall be suitable for
the type of cables offered as per this specification and shall meet requirements of IS 13573.
4.2 The accessories shall be supplied in kit form. Each component of the kit shall carry the
manufacturer's mark of origin.
4.3 The kit shall include all stress grading, insulating and sealing materials apart from conductor
fittings and consumable items. An installation instruction sheet shall also be included in each
kit.
4.4 The contents of the accessories kit including all consumable shall be suitable for storage
without deterioration at a temperature of 45° C, with shelf life extending to more than 5 years.
The terminating kits shall be suitable for termination of the cables to an indoor switchgear or
to a weatherproof cable box of an outdoor mounted transformer/ motor. For outdoor
terminations, weather shields/ sealing ends and any other accessories required shall also form
part of the kit. The terminating kits shall be from one of the makes/ types mentioned in the
data sheet.
The straight through jointing kits shall be suitable for installation on overhead trays, concrete
lined trenches, and ducts and for underground burial with uncontrolled backfill and possibility
of flooding by water and chemicals. These shall have protection against any mechanical
damage and suitably designed to be protected against rodent and termite attack. The inner
sheath similar to that provided for cables shall be provided as part of straight through joint.
The jointing kits shall be from one of the makes/ types mentioned in the data sheet.
The cables shall be tested and inspected at the manufacturer's works. Manufacturer shall
furnish all necessary information concerning the raw material supply to EIL/ Owner's
inspectors. The inspector shall have free access to the manufacturer's works for the purpose of
inspecting the process of manufacture in all its stages and he will have the power to reject any
material, which appears to him to be of unsuitable description or of unsatisfactory quality. For
HV cables, the vendor shall give at least 2 weeks advance notice to the purchaser, regarding
the date of testing to enable him or his representative to witness the tests.
5.1 Cables
5.1.1 After completion of manufacture of cables and prior to despatch, the cables shall be subjected
to type, routine, acceptance and special tests as detailed below. The test reports for all cables
shall be got approved from the Engineer before despatch of the cables.
5.1.2 All routine tests, acceptance tests, type tests and additional type tests for improved fire
performance shall be carried out as listed in IS: 1554 (Part-1) and IS: 7098 (Part-2) on PVC
and XLPE insulated cables respectively.
5.1.3 The test requirements for PVC insulation and sheath of cables shall be as per latest revision of
IS: 5831.
5.1.4 Test for Resistance to Ultra Violet Radiation: This test shall be carried out as per DIN 53387
or ASTM-G-154 on outer sheath. The retention value of tensile strength and ultimate
elongation after the test shall be minimum 60 % of tensile strength and ultimate elongation
before the test. Test certificates with respect to this test (not older than one year) from
recognised testing laboratory to be furnished for review by EIL before despatch clearance of
cables. In case test certificates are not available, test is to be conducted by vendor at his own
cost in any recognised test laboratory or in house testing laboratory, before despatch clearance
of cables. Sampling for this test is to be done randomly once for each order, provided outer
sheath remains same.
5.1.5 Acceptance tests as per IS-1554 (Part-1) and IS-7098 (Part-2) and the following special tests
to be performed on the cables as per sampling plan for all cables. However these tests are
required to be witnessed by EIL/ Owner for HV cables.
a. Accelerated water absorption test for insulation as per NEMA-WC-70. (For PVC
insulated cables) and as per NEMA-WC-53 (for XLPE/ EPR insulated cables). Test
certificates with respect to this test (not older than one year) from recognised testing
laboratory to be furnished for review by EIL before despatch clearance of cables. In
case test certificates are not available, test is to be conducted by vendor at his own cost
in any recognized test laboratory or in house testing laboratory, before despatch
clearance of cables. Sampling for this test is to be done randomly once for each order,
provided type of insulation remains same.
Dielectric Retention Test: The dielectric strength of the cable insulation tested in
accordance with NEMA-WC-70 at 75 ± 1° C shall not be less than 50 % of the
original dielectric strength. (For PVC insulated cables). Test certificates with respect
to this test (not older than one year) from recognised testing laboratory to be furnished
for review by EIL before despatch clearance of cables. In case test certificates are not
available, test is to be conducted by vendor at his own cost in any recognized test
laboratory or in house testing laboratory, before despatch clearance of cables.
Sampling for this test is to be done randomly and once for each order.
Oxygen Index Test: The test shall be carried out as per IS-10810 (Part 58). Sampling
to be done for every offered lot/size as per sampling plan.
Flammability Test: The test shall be carried out on finished cable as per IS-10810
(Part 61 & 62). Sampling for these tests is to be done randomly once for each order,
provided outer sheath remains same. The acceptance criteria for tests conducted shall
be as under:
Part-61-The cable meets the requirement if there is no visible damage on the test
specimen within 300 mm from its upper end
Part-62-The maximum extent of the charred portion measured on the test sample
should not have reached a height exceeding 2.5 m above the bottom edge of the burner
at the front of the ladder.
Test for rodent and termite repulsion property shall be done by analysing the property
by chemical method.
5.1.6 The test for circuit integrity for fire survival cables shall be carried out as per [EC-60331
(Part-21).
Type tests should have been carried out to prove the general qualities and design of a given
type of termination/ jointing system as per IS-13573. The type test certificates from
independent testing laboratory shall be submitted before despatch.
6.1 Cables shall be despatched in non-returnable wooden or steel drums of suitable barrel
diameter, securely battened, with the take-off end fully protected against mechanical damage.
The wood used for construction of the drum shall be properly seasoned, sound and free from
defects. Wood preservatives shall be applied to the entire drum. Ferrous parts used shall be
treated with a suitable rust preventive finish or coating to avoid rusting during transit or
storage.
6.2 On the flange of the drum, necessary information such as project title, manufacturer's name,
type, size, voltage grade of cable, length of cable in metres, drum no., cable code, BIS
certification mark, gross weight etc. shall be printed. An arrow shall be printed on the drum
with suitable instructions to show the direction of rotation of the drum.
6.3.1 MV Cables
Multicore Power cables upto 6 mm2 1000 m
Multicore Power cables from 10 mm2 up to 300 mm2 500 m
Single Core Power cables upto 630 mm2 1000 m
Control cables upto 61 cores 1000 m
6.3.3 HV Power Cables Above 11kV (E) Grade and upto 33kV (E) Grade
However exact drum lengths shall be finalised during order execution. A tolerance of ± 3 %
shall be permissible for each drum. However overall tolerance on each size of cable shall be
limited to ±2%.
SPECIFICATION
FOR
COMMUNICATION AND
FIRE ALARM CABLES
i .
Abbreviations:
CONTENTS
1.0 SCOPE 4
1.0 SCOPE
The intent of this specification is to define the requirements for design, manufacture and supply of
Flame Retardant type PVC sheathed cables for use in plant communication and fire alarm systems
and jelly filled telecommunication cables.
2.0 CODES AND STANDARDS
The equipment shall comply with the requirements of the latest revision of the following standards:
2.1 BIS and other Standards
ASTM D-883 Standard terminology relating to plastics.
ASTM D-924 Standard test method for dissipation factor (or power factor) and
relative permittivity (dielectric constant) of electric insulating liquids.
BS-6234 Specification for polythene insulation and sheath of electric cables.
IS-694 PVC insulated cables for working voltages upto and including 1100V.
IS-1554 (Part 1) PVC insulated (heavy duty) electric cables (Part-1 for working
voltages up to and including 1100V).
IS-5831 PVC insulation and sheath of electric cable.
IS-8130 Conductors for insulated cables and flexible cords.
IS-9938 Recommended colours for PVC insulation for LF wires and cables.
IS-10418 Drums for electric cables.
IS-10462 (Part 1) Fictitious calculation method for determination of dimensions of
protective coverings of cables (Part-1: Elastomeric and thermoplastic
insulated cables).
IS-10810 (Part 58) • Methods of test for cables (Part 58: Oxygen index test).
IS-10810 (Part 61) • Methods of test for cables (Part 61: Flame retardant test)
IS-10810 (Part 62) • Methods of test for cables (Part 62: Fire resistance test for bunched
cables).
IS-12444 Continuously cast and rolled electrolytic copper wire rods for electrical
conductors.
2.2 DOT Standards
i. Above ground in open-air locations (trays/ ducts) in tropical, humid and corrosive atmosphere
prevalent in refineries/ petrochemical plants with severe weathering and exposure to solar
radiation.
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved
Page 471 of 827
SPECIFICATION FOR STANDARD SPECIFICATION No.
zafrzeTifiek ENGINEERS
e Evieu vrer INDIA LIMITED COMMUNICATION AND 6-51-0052 Rev. 5
, uneertakow
1417277 e4et/AP1513 11.0 IA Govt of India
FIRE ALARM CABLES Page 5 of 10
Directly buried in underground trenches, conduits with uncontrolled back-fill and possibility
of flooding by water and chemicals.
Design ambient air temperature of 40°C/ ground temperature of 30°C.
4.0 TECHNICAL REQUIREMENTS FOR NON JELLY FILLED CABLES
4.1 Non jelly filled communication and fire alarm cables shall in general conform to the requirements of
DOT specification GR/WIR-06/03.
4.2 Conductors
4.2.1 The size of conductor shall be as per job requirement.
4.2.2 The conductors shall consist of annealed, high conductivity solid copper wire, smoothly drawn,
circular in cross-section, uniform in quality, free from defects and uniformly coated with pure tin and
shall conform to Cl. 3.0 of DOT specification GR/WIR-06/03.
4.3 Insulation
4.3.1 The core insulation shall be with PVC compound applied over the conductor by extrusion.
4.3.2 PVC insulation shall meet the following requirements:
The two insulated conductors of a pair shall be uniformly twisted with a suitable right hand lay,
which shall not exceed 80mm.
4.5 Core Formation
The core formation shall conform to Cl. 6.0 of DOT specification no. GR/WIR-06/03.
4.6 Screen
4.6.1 The cables used for fire alarm and detection shall be provided with overall screen. The screen shall be
of aluminium tape with minimum thickness of 0.04mm. The overlap shall be minimum 3mm for
cables up to 50 pair & minimum 6mm for cables above 50 Pair. The screen shall be backed by an
outer protective layer of 0.13mm PVC tape or other non-hygroscopic material lapped applied
longitudinally or helically with overlap.
4.6.2 The cables shall be provided with a drain wire. Drain wire shall have a minimum cross-section of
0.5mm2, shall be composed of multistrand bare tinned annealed copper conductor. The drain wire
shall be in continuous contact with the aluminium side of the overall screen. The drain wire
resistance including screen shall not exceed 30 ohm/km.
4.7 Ripcord
A non-metallic ripcord of suitable quality shall be laid longitudinally under the inner sheath & screen.
The ripcord when pulled shall cut through the sheath and strip the core.
4.8 Inner Sheath
4.8.1 An extruded inner sheath of type ST1 PVC, as per IS-5831, with minimum thickness as per Table-4
of IS-1554 (Part-1) shall be applied over the laid up core, by extrusion to fit closely on it.
4.8.2 The inner sheath shall be as circular as possible. It shall be possible to remove the inner sheath
without damage to the insulation.
4.8.3 When one or more layers of non-hygroscopic tape is helically applied over the laid up cores, as a
binder, the thickness of such tape(s) shall not be construed as a part of the inner sheath.
4.9 Armour
4.9.1 The cables shall be provided with armouring, made of hot dip galvanised steel wire /strip over the
inner sheath.
4.9.2 The armour shall be by means of 1.4mm thick round wires for cables with under armour diameter
upto 13mm. For cables with an under armour diameter above 13mm, the armour shall either be of
steel strip or round wire with thickness as per IS-1554 (Part-1).
4.10 Outer Sheath
4.10.1 The cables shall be provided with an extruded PVC sheath for external protection. The PVC shall be
type ST1 PVC, as per IS-5831.
4.10.2 The other sheath shall be with oxygen index 29 at 27+2°C and possess flame retardant properties
meeting the requirements of IS 10810 Part-62 category - AF. In addition, suitable chemicals shall be
added to the PVC compound of the outer sheath to protect the cable against rodent and termite attack.
4.10.3 The thickness of outer sheath shall be as per IS-1554 (Part 1).
4.10.4 The outer sheath shall fit tightly on the armour and shall be applied in such a manner that no undue
residual strain is left in the material.
4.10.5 The outer sheath shall be red in colour for cables to be used for fire alarm system, grey in colour for
cables to be used for telephone & communication system and black in colour for all other functions.
4.10.6 Sequential marking of the length of the cable, in meters, shall be provided on the outer sheath at
every one meter. The marking shall be legible and indelible by suitable method.
4.10.7 The overall diameter of the cables shall be strictly as per the values declared in the data sheet, subject
to a maximum tolerance of +2mm.
The two insulated conductors of a pair shall be uniformly twisted with a suitable right hand lay,
which shall not exceed 150mm
5.5 Core Formation
The core formation shall conform to Cl. 6.0 of DOT specification GR/CUG-01/03.
5.6 Filling Compound
5.6.1 The cable core shall be filled with a suitable stable water resistant compound, which shall be
compatible with the insulation, binders and tapes used in the cable.
5.6.2 It shall be homogeneous and uniformly mixed material containing an anti-oxidant.
5.6.3 The compound shall not obscure the identification of the colour of the insulation of the conductors.
5.6.4 It shall not contain dirt, metallic particles or other foreign matter.
5.6.5 The compound shall be readily removable from the insulated conductors by wiping.
5.6.6 It shall be free from any unpleasant odour and shall have no toxic or dermatic hazards.
5.6.7 The flash point of the compound shall not be less than 200°C.
5.6.8 The volume resistivity measured at 100°C shall not be less than 10 10 ohm-cm.
5.6.9 The permittivity at 1 MHz tested as per ASTM D-924 shall not be greater than 2.3 at 20°C.
5.7 Core Wrapping
At least one closed helical or longitudinal application of a nonhygroscopic and nonwicking polyester
tape or tape of any other suitable material shall be provided over the cable core.
5.8 Screen
5.8.1 The cables used for telephone system shall be provided with overall screen. The screen shall be of
aluminium tape with minimum thickness of 0.2mm. The overlap shall be minimum 3mm for cables
having maximum diameter over inner sheath < 30mm & minimum 6mm for cables having maximum
diameter over inner sheath 30mm. The screen shall be coated with 0.05 mm nominal thickness
polythene/copolymer on both sides. The thickness of the composite tape shall be 0.3mm ± 15%.
5.8.2 The aluminium tape shall be electrically continuous through out the length of the cable.
The average mutual capacitance of the pairs measured at 800 to 1000Hz shall be 52 ± 3 nF/km.
However, the mutual capacitance of individual pairs shall be within the limits of 52 ± 4.5 nF/km.
6.0 INSPECTION, TESTING AND ACCEPTANCE
6.1 The cables shall be tested and examined at the manufacturer's works. All the materials employed in
the manufacture of the cable shall be subjected to examination, testing and approval by EIL/ Owner.
Manufacturer shall furnish all necessary information concerning the supply to EIL/ Owner's
inspectors. The inspector shall have free access to the manufacturer's works for the purpose of
inspecting the process of manufacture in all its stages and he will have the power to reject any
material, which appears to be of unsuitable description or of unsatisfactory quality.
6.2 The following acceptance tests shall be conducted on the completed jelly filled cables as per the test
procedures given in DOT specification GR/CUG-01/03 and this specification:
Measurement of diameter of conductor, over inner sheath & over outer sheath.
Measurement of thickness of insulation, inner sheath, screen, armour & outer sheath.
Measurement of resistance of conductor.
Measurement of resistance unbalance.
Continuity check & measurement of resistance of Poly-al tape.
Colour coding.
Conductor continuity test.
Mutual capacitance test.
Capacitance unbalance test.
Cross talk test.
Attenuation test.
Insulation resistance test.
Dielectric strength test.
Drip test.
Armour galvanisation test.
Conductor annealing test.
xvii.Measurement of drum length.
6.3 The following tests shall be conducted on the completed non jelly filled cables as per the test
procedures given in DOT specification GR/WIR-06/03 and this specification:
6.3.1 Acceptance tests:
Measurement of diameter of conductor, over inner sheath & over outer sheath.
Measurement of thickness of insulation, inner sheath, screen, armour & outer sheath.
Measurement of resistance of conductor.
Colour coding.
Conductor continuity test.
Mutual capacitance test.
Capacitance unbalance test.
Insulation resistance test.
High voltage test.
Armour galvanisation test.
Conductor annealing test.
Measurement of drum length.
6.3.2 Special Tests
The non jelly filled cables shall also be subjected to following special tests.
The special test shall be conducted on one sample from each lot. The sample will be selected by the
inspector.
7.0 PACKING AND DESPATCH
7.1 Cables shall be despatched in non-returnable wooden drums of suitable barrel diameter, securely
battened, with the take-off end fully protected against mechanical damage. The wood used for
construction of the drum shall be properly seasoned, sound and free from defects. Wood
preservatives shall be applied to the entire drum. Ferrous parts used shall be treated with a suitable
rust preventive finish or coating to avoid rusting during transit and storage.
7.2 On the flange of the drum, necessary information such as project title, manufacturer's name, type,
size, length of cable in meters, drum no., cable code, BIS certification mark, gross weight, 'Owner's
particulars', 'P.O. numbers' etc., shall be printed. An arrow shall be printed on the drum with suitable
instructions to show the direction of rotation of the drum.
7.3 The drum lengths for cables shall be as below:
7.6 For jelly filled telephone cables, the ends of the cable shall be sealed by thermo shrinkable end caps
of adequate wall thickness. Alternately ends may be sealed by enclosing them in rubber or PVC caps
of wall thickness not less than 1 8mm. The caps shall be secured to the outer sheath with hose clips or
ties or black adhesive tape or heat shrinkable sleeves.
7.7 The cables may be stored outdoors for long periods before installation. The packing shall be
completely suitable for outdoor storage, in areas with heavy rains and high ambient temperature.
37
c-)
G)
uo4ewawaidw! 10} panssi ZOOZ 't,0'0£
O
c)
panssmj pue p as!Aau
rs.)
O
ül
O
NOILVDIAIDadS
4 p, z-,
ro
>
cr
o
r-, ,-ri o tri -. c
-1z 5 .-= tTi P;
-1 = 4-
n '-r1 .....
cA n > o
o
a, rii
4 CD
QD CD
'• '-t
QD `''' •
d cp
to
'-cs
lw E.
'
C.) '-' 15-.
= c
'gr- ›-ci
p)
cr
,'2:
., ii
o.
cp
n
< ,H ,H HcJto'-o'-o
-0 ,n n <4 .ri ,zi'-o o-ozzz44
o H 44
tri ^-• o (I)
0 4H `) n
1-d
•
C) C z...„-■
H CD
'-3 ppzJ ,o'-c o o .c1'o.t i-ci '.-L '-oz
.-1 CD z 44
pD oz(-c, 44
O CD
?,,, ,-. (I)
,-,CD f=1.. '-1 Q't • ,̀.2, cl s:ND ."-.1"' '''' • " ° zt '"--1- ;:d. o ,--, '''' '''' CD AD
o.. co ;=0 o., ,...., '- o ' .7.• --.., ,...,
, ';' {1- ; o " 'ci; i't, r) CIQ
t--, -, ..., _...up. ■-cl ',,,,' (7C? ,.... <-, < . r2 =L, '.6." ct,
d ,':•_L ,., n„ .-1 e., CD '-' 4.
o H f0 -c:f
-. ■-••) eD
t-, ,.....• .- " - CD p.,,..,, 1.■• et o (•-, »t CD
1:).• .-'')
o ,..) " ci) 5' - -, " ("(' ) ac) o >< 0.• o ,-,-
a, ,.., ..., c
-.• c./) g g+ ' dd %_
et CD '''
rb '"'t
- cp ,-. ,'c-;,"' • e. • ,—, re.
o 6:). CD QD 1.1-. r 0 r) CD o n
r ) g b
---
..sd, cs- cr, (4 ,':-I• — o.' .s :".h ci, ,-,- v,
'-< -t o c) cro r)
CD fZ).. ›'-' '''''• C) '-'• ,..)-
=' H ,-,
-. r-'i
ts H (1-
)
o ,.. f=1- 0 $:\ ) < :h
CD `-' c=) ,.'-'. eD sH
til o
,..t. a ,-/
,-,,CD r--t r2 6."'-' cm - CD re CD v, o
(!•)• c4 4 ` ,_ .--r C) er
0 "'' 5. a7
'-< ,C) rD cp " .-
,-..,,• o 1,) CfQ (1) cp
> ■
-n o CfQ
CfQ C) ›:) (I) ■
-n :L,
CD .-- • C) = er (-) cD
(-D ,-,-.
n 5. o
‘< o ao o , DD
QD. 0 "
CD CfQ
QD ,--S
0 (c)
0
Copyright EIL —Al lrightsreserved
UD
Aall1001-18-9
O rC)
•
O
STANDARD SPECIFICATION NO.
:adODSO'I
SCOPE OF INSPECTION
7. W
QUANTUM
STAGE/ ACTIVITY CHARACTERISTICS SUB
0
OF CHECK
■
■
ri1
›-
~
.-3
SUPPLIER
id
—■
SUPPLIER
0
l•—■
Procedures
:
1
0
ts.)
Material Inspection
IncomingMaterial like
Insulators,BusBars,
Fabricated items,Bus Bar
.
--„,
0 De E'
H
CD .—t c", v)
C)
CD
sleeves, Cablewire(FR), Visual,Dimensional, Operational checks,
IN.)
CD
as
—■
7ci
■
cr'
C) C1.,
H
0 v)
C)
pp
CD
—# CD
Relays,Indicating applicable
r3.
cn
CI1
co
,— t
■
Instruments, Switches,
Breakers,VacuumBottles
etc
Inprocess Inspection
c
z
rM
rM
o
SCOPE OF INSPECTION
:
C,)
0 t'l
QUANTUM
e1
r)
e)
-.3
,-,n-.3
rM
STAGE/ ACTIVITY SUB
OF CHECK
t.1
--1
i....1
1-0
SUPPLIER
•
SUPPLIER
.,—`
(....)
r-' cl, c,
-: °cr
—
---
-3
c::,_
,,7_, . .
/—.0
ci)
'
Cn CD rD
cn
c) r
conditions, Opening / closingtimeand
ct.
H 5° 5'
cr)
cn 'Ci
(, i
.
simultaneousclosingofallpoles, Contact
`-<
tri ;2
Cl.
c)
0
■
-t
resistancemeasurement, Gas leakage
.0
,--.1
check (for SF6 breakers), Power
Frequency Test.
Suppliers Test
o
o
I\)
(..,)
,--
(:,='
Wiringchecks Size,termination, ferruling,continuity
1
Records
0
Final Inspection
ACCEPTANCETESTS:
Visual check including layout,Tagplates,
Paintshade, Busmarkingand sleeving,
• Jointshrouding,Identification
• and location
• • •
ofcomponentsetc
Dimensioncheck includingoperational
height, Bus barsize, Clearances, Creepage
distances,
,-1
---
scl.
cou p
c5'0
0
■-■ n)
CA CD eD
cn
arrangementwith respecttotypetested c'
o
--
1--,
©
cr
CA
"
5
'--')
c)
Cfg
C/)
cn >li
CD
CD
r20
i
,..
a
'4'
n
0
cabletermination.
Billofmaterial check.
C/)
,-r-
,—,
n cic?
(-)
11
o,
E: ›.
Cr
SwitchgearAssembly
STAGE/ ACTIVITY
• . . . . • . . . . .
TYPE TESTS:
0) CA " $:,, 2 • ,_,
c) rt,
'"
c-7
0) ,.5.
o :,, o
,o-1 .---,
o co r4 o .- -. ,-,.
':',- 6;-'.. oL.. .-o {PD -cs E7> 6- '"
Ci0 °
CHARACTERISTICS
s>0 co
Shorttimecurrentwithstand test
-•- =' o o ,-t
Temperature Risetest.
...•
,-+ i=■ :,> '"-: 1DD co '4
ci> "
• c> P> -, -• elD cn
,..., cp •Cil
• c>., ,„, r:,,• fD,) (1) i CD
CD Cr 0) c) 2• 2.- '0 =" ..) o
■-t 5
n -o‘.< .,;•• r, o co -• cr
cp
cn ,..„, ‘- ■L
! «.
) .
,-, ,.,-,
_. c n".
- s'I''* ''' e) +'. 0, ., ■ - C4
0 Cir0 0D 0 . 2,
C. v) C.. ' --- ?).' .-- 9+ CN 5
■
—■
C)
CD
c '''
QUANTUM
OF CHECK
Sample Basis
••
,-1
"" • ■••-■ CD
ro cn
cr, '"1:3 X
C/D CD eD r)
c> r, C
Reports
cL,
o cn
Test Agency
.-I
O. s"--
i 1
SUB
SUPPLIER
ro
CfQ
tft
*
IDGAJ8Sal S41.1öp ily - ii3 ;460doo
SUPPLIER
M
SCOPE OF INSPECTION
STANDARD SPECIFICATION NO.
*
* .1:1
~
SCOPE OF INSPECTION
z v)
0 C''
QUANTUM
g
o
STAGE/ ACTIVITY CHARACTERISTICS SUB
OF CHECK
ri:
,-,r
SUPPLIER
SUPPLIER
Internal Arctest.
Impulseand Power Frequencywithstand
test
Shortcircuittest duties.
Degreeofprotection forpanels.
cri
7:=
Painting
z
Supplier' s
c>
foreignmaterial.
Properpackingtopreventany damage Records
duringtransportationand storage.
cr■
Documentationand IC
7::::,
z
__,
z
i\.)
c)
o■
t...)
0 -3 Z
r, 5-
r> CD ',-„- • 0
2-
-- . C) CA
cc,
c C,i
,___, CIA et,
=
o
O )
• `-<
1--ND
Cl.,
Cl) Cl.,
...
Cl. 0
AD IDD
.-t
C).. .-r.
cn CD
,-,-
CD o
-s
..-1
.--: —.
CD
Ct.
st co
CD C)
.-I ...
CD 0
.«..
cn
c->
o
o 'ts
cr co
cn r:4;
ro cn
,...
o 'ts
ri's cp
r>
..4-
• c.
cn
Pemesois11-161.1 11V— 11341-160d00 .
5.;
CD
£ *ita2iI001-18-9
STANDARD SPECIFICATION NO.
O a>
o o
3
zs
0 C>
— • a>
o.
uoReweweidw! penssi
G)
ZOOZ 'LlYgZ
o
G)
LOOZ '60'8Z
O
N.>
Com''
z
o
z
.nam V001-18-9
ern
11:1
ra
oDZ
o d
STANDARD SPECFICATIN NO.
z
•
•
•
▪ - • •
•
•• •
ieWJOd
Hnnn
4R) -cl ,-3-rirrirrin ,c7
HH H ri-1 >cl)
c.)
r -r1 o rri
-t Crl
n `Ti
suoDulnaiqqv
444
•.
CD .
Po •
'---- cl)
aa31
Ji c4) (
7
);0«-ciOn `-t:`< 0 0,•-•- A)o)C;)
rl 5, ,4 >c-DP-
ri 'c-' '"8'-
(:)"',-.1
,_ p., CrA H v) A)
.a- ,-r-
cp C cp )
— .6.
CD 0 CD n„,., n A)
.. ,--, Hn 9.6-9,00-0 Cr4"
SD■ n cp A)
• < 5"4 0.- n
t=.D
— nc'; Cfc? ,-r
w, r- crc CD .- • c).., CD
,-s
O P'D ',," A) g°9!)
A.) —0 ,:i"' r11
C p) (-) ..., rir
0 A) • —
CD CD n
::,,
Ei 7::
.
,,- <-)
cpeD t-' A)
-. co,g• CT1
A)
n Fi)F
0- Cl. 0
45-
C.:1 Z
n«
o
C...) v)
CC
A) p) A)
cr
r- r- c) 7; CD cp
0 n —
trl
H
iii
puoil uogons anmsod 1.aN.
n .t.,
CD ■-■ • 0 • co 9-,' 2 '2' ;:,)
n
::-.1A) n O o 0
n,-««. `-< 0 -t -t
AD cD 0..6, n
A) ..t
'<3- Cf)
pamasaJ sN 6P IIV—113 A BOdoo
O
STANDARD SPECIFICATION NO.
adODS
SCOPE OF INSPECTION
0 C"
CA
QUANTUM
STAGE/ACTIVITY
0
r)
CHARACTERISTICS SUB
OF CHECK SUPPLIER EIL/TPIA
SUPPLIER
~
O
Procedures
,■i
I
t..1
7:=>
Material Inspection
■
Incomingmaterial like
panel fabrication, PCBs,
Lamps, Push Buttons, Visual, Physical, Finish, Dimensions, Make
ID.. )
switches, Protective
—■
of components, Manufacturer'stest
cl.,
C>
Cic",'
—■
v>>-
r)
o
to
-s
CD
Cf)
~t
■
relays, Lockoutrelays, certificates formodel,accuracyetc. asper
IndicatingMeters, relevantspecifications
Terminals,cable
wires(FR), PVC ducts, etc
Inprocess Inspection
5.
>E"
fp
WiringChecks
Final Inspection
STAGE/ ACTIVITY
•• • • • • •• ••••• •
O
(-)
•
< c) , 0 CD t-D P0 .
0 '-' •
Size,termination, ferruling,
CD c) C) ci) if).
AD ?■ -r- co P'› CD
lICi AD
Check forcorrectnessof wiring
CD C) cn '-- (D_
(/) r Cla
c.)
C
--,
cr) c,
c,
QUANTUM
OFCHECK
-,
CD
cn cn
r) ,..t. ot u)
- 0
~t 0- rA
1 i
SUB
SUPPLIER
SUPPLIER
— 313 }146pAcio0
M
SCOPEOF INSPECTION
i~
4
pamesei
..
£.nau 17001-18-9
STANDARD SPECIFICATION NO.
SCC
OPE OF INSPECTION
c4
QUANTUM
r)
o
g
c,)
c.)
,-.}
STAGE/ ACTIVITY
(-)
rm
(-)
SUB
Z
0
4
>
....
OF CHECK
:4
SUPPLIER
r,
SUPPLIER
::,
cii
Painting
PaintingandPacking Visual
Suitableprotectiontoprevententryof Packing list
--
z
c>
vl
,:::'
.z>
foreignmaterial. / Supplier' s
.
Properpackingtopreventanydamage Records
duringtransportationand storage.
cr■
Documentationand IC
Supplier' s
Reviewof Internal Test Reports,Test Test
,--
z
rn
c:,
c:,
.:.'
DocumentationandIC reports for degreeof protection Records /
.
IC issuance Inspection
Certificate
Final data
Final Document CompilationofInspectionreports folder
cr,
i\.)
z
z
c>
,::.'
<:::,
submission ,drawings,etcasper VDR / PR /Completene
sscertificate
•• • • •
c
c
w
cn
uogewewaidw! Joj panssi
o
800Z.Z1:10
3".1
1J
'D
o
penss!elj pue p as!nad ZLOZ '90'6Z
o
penssmj pue pas!Aeij
<D
co
0
ܤ.
Z'itallZI01-18-9
r7i
C
131
r— r"
"ONINOLLVDIAIDadS UTIVGNIVIS
•
• • •
•
• • •
,4444 , ,:::n'E' ,
•, = .0D m ,Innnneo to>
r--'4n-oH.rimrIn 7,
•4 , r,c ,,',-.1 xx .1. c , >v) taiqqv
nz x • Cr CD e'D nn n cf)
r -1 t,r=1
or=1 i
, rri im
.11
:..,.
....-.
n
n >
suol
o
tri
•
-, x
wo.
-....--
-))
0.AedLd- 1000-00-9 oN
c-)° .=-Itill:Jc;innnnoi>e,i>
44 .-R,5:6 »• cp E.,;,',..,.-1-.,-„.,_
CD CD CD "
r)c)0
.--
c-r-7 ,-.10 -..
,D'`9-, ,,,,- ..(3-
4,'.<
CD CD no,,, ,),R ,,-,,,
,-_-_-_,,,,.,-5
,-■- ‹-rV) "".CfQ
,-. P
'---. ro.cj g("5-c8-'-docp • CD "" t•-
o ri-i cc•-tc " v) ..-s (7) w o ‹.•-
,--,•-i•-s ■-, .--s •-o -
cp ,-,rp2..,,,,n
, 5,o-, 5"
CD n c to.. -..
9 ›:/ Ft, ,., -n -- O Q., w 0
,cC•r• m-
11.10LUWOJI 1.U0H
• ~:-.,
CD 0 CD n— n
'-hc)Hn 9a7,9g'Poo-o c
H (-5-r)
r..t-tn CD Ci.
5. (-D
,—,P 52cm 42r1 .'
'. 4
5 (1) 0. c c-; . cl
•c W c --
-
i-- e),,,
C.- '-.5'›c5-7, n
, cr.Q,w.
CD .
,-I-)
0 -
o
ocs. R. tri ›C
,
o c g c- '(1)n- t:i
C;I (5 •="-:
n n,....
7:JPL
.zzs :m w 1"0
c w rri
z-circ? '5. ...c rl -
ne.
c-o c CA
o. .-Es.
CD
4
:=3 M
5.
n n
x 14
.11 1ZO 0
0
p,)
Cr g °>
x
›C
✓.,,Izir. .-i ..-3
< C C■--3-1 c '-o '-izJ -,zi -:, i .,:i .izi z z z oH
-.) ,-In<4,orTiorrilzi- 4
4 4 4;,-,, ,_
o ›cl) 0 4Hcl) n n HH n g
trl ^-i
H z
›-I ril
n <CCHH7c,.0'"1-1:J'-cJ
8nnr '= °°
....o.,~t~:"'1 %2,
4' (:58
.
CD '"' • O .--t m n c) Jc2.(7).
t1 ■-t
- 0.Q 0 ,.(455-a§
-t.
CD
.. ■-t e-, r,
.-t cp
—,
5-■ °'-<,,r),-,-n)--,
JapJo asegoind
3,1,61.UAF5-1 -.)1.Ê":0
cr rD (4 4-w -1
cocmn
CD
•-■ •• .-1 k-l•
. c,,-o
n o-o :w <
-
,--
rrfnn C4 CD" -.
C) CfQ CD •-■-• CD
"::$ CZ ,.,. 0 CA
e CD (i) .-'•
,__.
-n- 2•C 5
w. > •-•.
p-eaH uogrnis anmsod lom
c - cm
n cn 7zio
(1) .--, • CD
!=ttc
cp ,-. n »5: - 20
c o ' •c ci. cig
0
o c
N 0
pamesei sp.i 6P 11V— 1134460doo
Z*AallZ101-I8-9
STANDARD SPECIFICATION NO.
AdODS0-1
,..z
4
n
m
0=1
n
ril
m
SCOPE OF INSPECTION
:
Z ci)
0r
QUANTUM
■
r)
r)
..,
v)
-3
g
0
n
STAGE/ ACTIVITY
n
)-
OF CHECK SUB
SUPPLIER EIL/TPIA
SUPPLIER
,-,
Procedures
.
,
t• . à
Material Inspection
IncomingMaterial like
Insulators, BusBars,
Fabricateditems,Bus bar •
Visual,Dimensional,operationalchecks, MaterialTest
sleevesand supports,
I.)
z
c,
c,
Manufacturer'stestcertificatesetc.
as Certificates /
InstrumentTransformers,
applicable TestRecords
Relays,Indicating
Instruments, Switches,
Breakers, Contactorsetc.
Inprocess Inspection
SuppliersTest
,,,
z
,,z,
.
Records
SCOPE OF INSPECTION
z CA
QUANTUM
n
STAGE/ ACTIVITY CHARACTERISTICS SUB
C..)
C)
.....
i•J
i
Records
and IR
GD
•P
Final Inspection
C9:
›'
'-.
Cl)
Cr
PhysicalandDimensionalVerification,
.-9
e)
(/'
CFCi
VerificationofBOM.
Checkingof theschemesand simulating
them.
Operationcheck/Functional checks.
'-'
,.-, . • c)
c)
p.,
-.3
Power frequencyvoltagetest.
cr,
,=4: •-■ ft)
cn
CD 0 . ...t
,--
C.C)
4. c)
Ics
f=1., ..cs
-1=,
—
-,-
Insulationresistancetest beforeand after
-.,
v, iiCD
e
--,,■ 0
Cl
"
.•.,
theHVtest.
o
cn
o
e
(■
cr
,-,.,
Current injectiontest.
Verificationof Safety Features/Electrical
and Mechanical Interlocks
TestsonBreakers(if applicable).
• • • • •of Identical
Interchangeability • • Modules.
••
SCOPE OF INSPECTION
0 C'
QUANTUM
STAGE/ ACTIVITY
r)
o
g
CHARACTERISTICS SUB
OF CHECK SUPPLIER EIL/TPIA
SUPPLIER
-9'. a,
Submissionof
5.'
,-t-
9
-,o0.. c;
v>
cp
co cp
r> c>
CA
i.)
7:1
ShortCircuitMakingand Breaking
i
Cerificates/Documents
cr)
o)
-o
GrO
capacityof Isolators/Breakers(if
Applicable)
O
.—•-.
id
cro
c,
—
,z,"
foreignmaterial. Supplier' s
t
Properpackingtopreventany damage Records
• • • •during
• transportationand • •
•storage. ••
O
Documentationand IC
Supplier's Test
Reviewof Internal Test Reports Records /
_.
Documentationand IC
o
,--.
""
o
t■-c, O
-6D
E7),- ri?)
ec
CfQ o
(.1
o ro
si?)-■
C1)
CfQ
-s.
(1)
o
(I)
cp
cn
1-171
0 >
A.)
0
S2.)
C1.
cn CD
-t cn
CD
cn
o
ro
■ ■•••
cr' cp
cn
c-)
Q.)
.
cn
cn
c:i..
c=1..
co cn
cn
r2o
CD "Cl
r),) ca
CO
C3)
pamasaJ s4I-1 11V— 113411 6pAdo3
CS'
Z*Aall
cn
cn
STANDARD SPECIFICATION NO.
att-drfirw N' u t 4A
i *
ffift-ur titan q
INSPECTION AND TEST PLAN
FOR
INDUSTRIAL TYPE CONTROL STATIONS
2
A4..A
03-10-2012 Revised and Reissued 'IRKP HVJ DM
Abbreviations:
AS Alloy Steel MPT/MT : Magnetic Particle Testing
BASEEFA British Approval Service for Electrical Equipment in Flammable MRT : Mechanical Run Test
Atmospheres
BIS Bureau of Indian Standard MTC : Material Test Certificate
CCE or CCOE Chief Controller of Explosives MOC : Material of Construction
CELL : Certification Engineers International Limited NPSH : Net Positive Suction Head
CIMFR : Central Institute of Mining & Fuel Research NDT Non Destructive Testing
CE : Carbon Equivalent NEMA National Electrical Manufacturers Association
DFT Dry Film Thickness PO Purchase Order
DT : Destructive Testing PESO Pttroleum Explosive Safety Organization
DPT : Dye Penetrate Testing PQR Procedure Qualification Record
ERTL Electronics Regional Test Laboratory PR Purchase Requisition
FCRI Fluid Control Research Institute PMI Positive Material Identification
FM Factory Mutual PVC Poly Vinyl Chloride
FLP Flame Proof QC Quality Control
HT Heat Treatment RT Radiography Testing
HIC Hydrogen Induced Cracking 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
IGC : Inter Granular Corrosion 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
Members:
Mr. S.C. Gupta Mr. RK Singh Mr. MP Jain(Projects)
Mr. G. Suresh Mr. Rajeev Kumar Mr. G. Poomachandra Rao
1.0 SCOPE:
This Inspection and Test Plan covers the minimum testing requirements of Industrial type control stations.
SCOPE OF INSPECTION
SL QUANTUM
STAGE/ ACTIVITY CHARACTERISTICS RECORD SUB
NO. OF CHECK SUPPLIER EIL/TPIA
SUPPLIER
1.0 Procedures -- -- -- -- --
TC's/ Inspection
Incoming material like
Physical & Chemical Properties, Material &
2.1 castings, glass , Meters, 100% H H/R R
Certificate, Accuracy, Make,Grade etc. Test records / Lab
Gasket, Fastners etc
Test Records
SCOPE OF INSPECTION
SL QUANT UM
STAGE/ ACTIVITY CHARACTERISTICS RECORD SUB
NO. OF CHECK SUPPLIER EIL/TPIA
SUPPLIER
ACCEPTANCE TESTS:
Visual & Dimension, Paint shade
Test Records /
Industrial Type Control Verification Of BOM.
100% Inspection H R
4.1 Stations Workmanship -
Witness Record
Electrical Operation test
High voltage test
IR test before and after High voltage
5.0 Painting
Painting of panels Pre treatment, primer and final paint, Supplier test
5.1 100% H W R
(prior to assembly) shade, thickness records
Page 5 of 5
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).
cD
Cr C5
Dr
0.
uo!muawaidiu! panssi
O
G)
ZOOZ170'0£
panss!-GEI pue pas!nati LOOZ 'Z1:17Z
cn
panss!-abi pue pas!nad
cri
cn
O
G)
sz..
r)
CD ..11
g Er
5
sa>
cr
•r-r;
,':-I ('..,
-h
Circ? (1)P)
'" • v) CI4 c-) ,-,-, CL.
co -- r)
CD A)
,-r
CD AD
r)
.-. C)
,':_h, PD 0 C)
c-> ,-. ,<" -t
ES -,
c:L. cra CD
.-,-r• 0 AD ,-t
VD
CD
0
N'• ›.
V)
C5 .
' CD
i=7;*
.nallZ£01-18-9
DZ r- m
rrn
r
.Ant Z£01-18-9
al:103SO'I
SCOPE OF INSPECTION
:
&)
or
QUANTUM
STAGE/ ACTIVITY
r)
c.)
(-)
C)
n
ril
,-,-.
SUB
OF CHECK SUPPLIER EIL/TPIA
SUPPLIER
;:,
Procedures
,,
..
1
Material Inspection
is.,
,7: :,
RawMaterial:
Body(castingor
fabrication),
co —]
:-.-J.
CD
.-,
,-i (-)
'O''"','
CD
CD
Z
,--4-
o
,'.--,
cn
--
I
laminations, Copper, relevantstandard
o..
,--r.
-1
'-1
o
cn
CD
("D
o
C/3
Insulationmaterial,
Bearings, Terminals,cable
boxes, Cableglands,etc.
>
sp
SCOPE OF INSPECTION
o r
z cA
QUANTUM
g
STAGE/ ACTIVITY
e5
CHARACTERISTICS SUB
M
OF CHECK
>>
SUPPLIER
SUPPLIER
tb.à
Inprocess Inspection
‘''
—
,....)
0
0
Motor Assembly
—,
C:1,
Rotor balancing,Terminal boxmountingand
H
■
—r-
0
cp
cn
(-)
C/D
.-t
■
clearancesinbetween, Bearingsetting,etcasper
supplier's internal standards
o
FinalInspection
C/)
,--‹
,--,,
,-#
C) 0
■-t aj
'0
CD CD
CD
cn
C/7
t...-> (i)
cp
ro
t•••
H
4
—
..--,
2,
,::.
C>
C>
■—■
<-r
,--,o
o
o
cp
cn
0
C:t
cn
...t
current, full Load Torque,Pullouttorque by
SCOPE OF INSPECTION
0 t-
cA
STAGE/ACTIVITY QUANTUM
g
0
CHARACTERISTICS
n
SUB
t'l
›
~
OF CHECK
l
SUPPLIER
'4
i-d
SUPPLIER
Full load testand measurementof Voltage,
Current, Power,Slip,Power factor,Bearing
Noise.
EfficiencyandPf at100%, 75%and 50% load
TempRisetest
•-1 °
o <-D
0 '--
5.'
CA
r+
5-
,5
4)
c) c)
-,CD .6')CD
CD
co
-1=- <•:)
1...) CD
.- ~s",
i•-)
A
91 (1p0)
1
S:l.
~t
CA
Vibration
Cr4
NoiseLevel
Overspeed
Measurementof StartingTorque, Starting
Current, Full Load Tor.ue*
sn:1
.=
.....
C.F■
=
=
CP:
1»
PaintingandPacking Visual
Suitableprotectiontoprevententryof foreign Packing list /
,-,
k../1
material.
C>
C>
Supplier' s
i
Properpackingtopreventanydamage during Records
transportationand storage.
C=
Cl■
Documentation
• and IC
••••••• •• • •• • • ••
ReviewofInternal TestReports
Testcertificate fromrecognized testing
■—t .
s''' cn ,-• • n ,- •
CD ,__.
0 CD ---- H
4
r:,) ar, • ("'
'")
(...) :69
laboratory forareaclassification.
C,
Documentationand IC
0
,---,
i
PESOapprovedcertificates formotorsand
• ,4
,,, ,..,
accessoriesasapplicable.
Degreeof protectionof enclosure
~«.I
0
IC issuance
•
i\.)
CT
Finaldata
Z
i
0•AedLJ-1,000-00-9 'oN letwod
Copyright EI L — All rightsreserved
z
P
,(2,-,' 4 4 > °g-- H „,..„
• 9, rD 7. ,,...,
,... o o (0{--))~t
,--,• .-1 ..t ''0 Cl..
(I) CID e-1- ,-..
0
Cirq o A) v) C) CA
CD
a: d r) i
-,-
AD (i) ,-, CD s),)
o ,_7, CfC? rD
C'"?) tA 6-' ;11 ,_,.
0 (::-, ti., ,..1 CD
,...,• :, 9, , st
(-D
5- ".
-t 3 Q cp•-• CrCi
CD
ro A.) CD
,-.1
(.,.. ,(7.+
D eA), ,-*. n
cn r) < -1
'-'s '"ci
CD '-•'''•• ~.
ci:1) < n) '-'' ?-
,,1) ,-f.
n)
r.,, ' ,-,/ c... v, cn
,-.4-
• er -t
z,) ;),) ro
.-1-)
CD CDcn = .fm
Cl. fZI., Cr en
CD :-"t •
CD :
o cp 5
ro
>
o .c=
-t ;,, CD ,r-
" cn
.t
''t • n
n) ;.7)1^' 0 > m
'-c) ,-F r) '"0 ----
'z'
s " 5s A)
0., ro cL, c.)
per VDR / PR
,q 5'
—
',---•,„,-,‹,_,
CD ■-■• C) l=f
(,), 5. cr' rp
CD ■cm c.) -.
a., ••R ,,,
OF CHECK
QUANTUM
1c=
n1
Cr •••".• (-)
,..,.. :.... _,
-, I■• CD
ril
,,- %)
CD ,5'
' CD
■-3 ....Cia.
,..d -• (/) n
g, r) o
o
folder
cn '10
certificate
A) (/) .0 ,-t g
:,)
/Completeness
_ ,..cr c) c)
,--
5 ,H ., o,..
o
g. 6. r)
r)
`' = c CD
• '70) (..1) 9r-
SUB
cr)
5 E ,,, cn
SUPPLIER
r O)
"
0 C''' ■—•
" Cr A)
5. `< rn-
o
ro 4 Cf
CM $2
,-s ..• CD
A) A)
',5' • Cin 'C1
SUPPLIER
Frj (--).
cn ,- • O)
■
-r- ep 0"
_. . 51, t=1
n)
cn 15
.nallZ£01-18-9
'Ci
CD 7
C)
■
•••■- cn
cn 4
.... >
STANDARD SPECIFICATION NO.
SCOPE OF INSPECTION
t Ri.0)
f4fiaTur zfr-A-9r
Abbreviations
Members:
Mr. S.C. Gupta Mr. RK Singh Mr. MP Jain (Projects)
Mr. G. Suresh Mr. Rajeev Kumar Mr. G. Poornachandra Rao
1.0 SCOPE
This Inspection and Test Plan covers the minimum testing & inspection requirements of HV Synchronous Generators.
SCOPE OF INSPECTION
SL QUANTUM
STAGE/ ACTIVITY CHARACTERISTICS RECORD SUB
NO. OF CHECK SUPPLIER EIL/TPIA
SUPPLIER
1.0 Procedures -- -- -- -- -- --
SCOPE OF INSPECTION
SL QUANTUM
STAGE/ ACTIVITY CHARACTERISTICS RECORD SUB
NO. OF CHECK SUPPLIER EUL/TPIA
SUPPLIER
3.0 Inprocess Inspection
SCOPE OF INSPECTION
SL QUANT UM
STAGE/ ACTIVITY CHARACTERISTICS RECORD SUB
NO. OF CHECK SUPPLIER EIL/TPIA
SUPPLIER
Pressure Test on coolers of closed circuit
cooling system [wherever applicable]
Measurement of bearing current/shaft voltage
(above 1000 KW) 100% Inspection test - H H/W
Vibration Measurement [under no-load-halflcey] records
Measurement of Shaft Vibrations
Functional Tests on AVR
Checks on line & Neutral cubicles
Checks on Excitation Panels
Temperature Rise test
Over speed Test
Determination of Efficiency
Waveform & Harmonic analysis, transient One sample
voltage dip, rise and recovery time. Inspection test H/W
4.2 Generator (Type Tests) from each H
Three phase short circuit withstand test and records
type/rating
measurement of reactance and time constants
(above 1000KW)
Measurement of Leakage Reactance and Potier
Reactance.
Test certificate from recognized testing
laboratory for area classification.
Supplier's Test
BIS certificate for FLP motors and accessories
Records /
Submission of Documents/ as applicable. 1 Machine/ H R
4.3 Certificates -
Certificates CCOE/PESO approved certificates for motors Type/rating ...
trom statutory
and accessories as applicable berliec
Tests for degree of protection of enclosure
Terminal Box fault level test certificate
5.0 Painting
Pre treatment, primer and final paint, H --
5.1 Painting of Motor frames 100% Test records -
shade, thickness
SCOPE OF INSPECTION
SL QUTUM
AN
STAGE/ ACTIVITY CHARACTERISTICS RECORD SUB
NO. OF CHECK SUPPLIER EIL/TPIA
SUPPLIER
6.0 Documentation and IC
Supplier's Test
Review of Internal Test Records Records / H
6.1 Documentation and IC 100% - H
IC issuance Inspection
Certificate (IC)
•
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).
nea
mE
u4s
aep
3 sp
o> i
-13
cn
co
co
uonevieweldw! Jo} ponssi
CO
CO
i•J
0
0
0
O
-o
penss!-au pue pesineu Z LOZ '90'6Z
o
penss!-eu pue pes!Aeu
0
..,
ei, ©n z
.
CID r.,;"='rric)n ..ci,.."
Hnnn
(')";rjYPI2PIP.)-1 :..")(:]
Cr ro n 7 ,-11-H ,--3 '-'rri c4 cl)
n ,
.... -T•I' t'71
.1
(^ o o X `-'-)t rri
.-g o 0-11
(")
n ›
suo!julitaiqqy
444 4 7
ro, tri
4:'
ro. w
P CD $-A- n -%0.
,.< -, ,,,
= -- .cA
n
co—n cc. o
, co
(-) k- - o
n
o
n
n— ‘-< 5 oo
, .o:
o
■
—t- c o o.'"
CfQ CD
• cn
=
t•-i • >>
cn
P0 C/7
e-P-.
C)
'C-.5
Z"AailOP01-18-9
•
•
O
Copyright EIL All rightsreserved
STANDARD SPECIFICATION NO.
n
z .nall01701-48-9
0
adops o.i
SCOPE OF INSPECTION
7 Cp
0 t 4
QUANTUM
g
0
STAGE/ ACTIVITY CHARACTERISTICS
n
SUB
OFCHECK SUPPLIER EIL/TPIA
SUPPLIER
C5
—■
Procedures
■
,
1
..
1
G'.5
t•J
MaterialInspection
0
0
Fuel Tank,othermajor
z
c'
,--,
z
Certificates. Certificates /
Electrical itemsetc. Testrecords
0
trà
Inprocess Inspection
0
0
z
Test Records
.
Assembly
.i•-ii
q)
__,
gt
0
5
t r
Final Inspection
Alternator(Type Tests)*
cn
STAGE/ ACTIVITY
--,-
cn
s....,
• • • • • • • • • • • • • • • • q) H
Overload Test
0 -1 -- CD "")
" • ''-< :› Zr. '-.1.) F.. r - -.4. ,
Overspeed Test
(1) Zr.
cn
0 .- • CD - :' X .-t (4
,..., 0 Cr4 . _ cn o CD • c) c;t 't:$ CD
•-<= rn
."--` ,n, 8
'1' o cr,' E.: <-I) F5 = '-.. ,--
1 < ;---t n •-< (,) .-t . ■-t . 1:)) ;C-); 9,
• r' D) '- i)s, i";)
<-1-1 Z 0 ,•-•, jEr. C./)
minimumasperapplicableIS/IEC
em
Noise Measurement(NoLoad)
CA CD
< '-..' ~c-::: '<7.) . Pt .... •-• v)
CHARACTERISTICS
ofReactanceand timeConstants(1000KWand
CI)
S=0
-C, c) .....
c)
Crqt
`CD 03
-----3 co
,.'"
QUANTUM
OF CHECK
5"
••••••
H
X ,. .-t '6')
0 »0
CD CD
tn (..D (") o r)
'-.
-t ■-3 -1 0
cl- cp 0..,
D,1) (,) <i)
4-/- -
(/)
e-t-
1 I
SUB
SUPPLIER
4).
SUPPLIER
0
<3)
M
Z*Aall Ot01-18-9
0...4
t".4
pamasai s3y 6u 11V — 11334 6pAcloo
4
,..t
STANDARD SPECIFICATION NO.
SCOPE OF INSPECTION
aDZ
E r—m
t .AaN OP01-18-9
m
`D`.
g
SCOPE OF INSPECTION
CD Cy
QUANTUM
>
STAGE/ ACTIVITY
t-1
n
g
0
,`Z1
cA
g
n
SUB
1-.
2
OF CHECK
4
ril
SUPPLIER
gl
,'2.'
SUPPLIER
Above)
Measurementof leakagereactanceandPotier
Reactance
Typetestcertificates forall typetestsas Statutory
Submissionof specified inrelevant IS/IEC Approval
Sample/Proto
-1=,
W
.
certificates/documents type
applicable. TypeTest
Certificates
th
0
Painting
PaintingandPacking Visual
Suitableprotectiontoprevententryof foreign Packing list/
th
c,
—
material.
,::;'
Supplier' s
,
Properpackingtopreventany damage during Records
transportationand storage.
4=
P.\
Documentationand IC
ReviewofInternal TestReportsand MTCs. Supplier's Test
IC issuance Records /
.,--,
C7\
Documentationand IC
.
.
• • • •• • •• Inspection
Certificate(IC)
Final data
Compilationof Inspectionreports,drawings,etcas folder
iV
Cj■
FinalDocumentsubmission
c'
c>
c>
x
per VDR / PR /Completeness
2. H Z
c) 0
c) eD 7.
CD ■-t
'"C/ a
c- til
r''-'' . Cp C/)
= rD
1
ra
Zc -= 2
o R,
'-' cL., sn...
5) o ...2.
;2 ":-•-' CD
cn
5.-
CD
CD
°(1)
• CD
...... .-t
("--D
cn co
cA
.1
co
..— 0
0- ■:•1«
CD co
z)›
c.)
10 2
ci)
s-C1
>
`-<
1:0
01..
Cl-
,-4-
...
0
tn-
.-1 3:0
CIL., •-■.
■
-t cn
•-r-
CD
~b 0 z
CD ..1
V
.-, .
CD
.6i)
c)
>:J
ci)
.. —.
(t) 0 z
V)
,...., e>
0
0 '.0
Cr to
o
CD 4,Ê;
C)
... (1)
c) ,...
....
r.n
Z'Aall0170I-I8-9
4A141341
f4fterffr lam
Abbreviations
nvenur. r. . LDauanaiy
Members:
Mr. S.C. Gupta Mr. RK Singh Mr. MP Jain (Projects)
Mr. G. Suresh Mr. Rajeev Kumar Mr. G. Poomachandra Rao
1.0 SCOPE
This Inspection and Test Plan covers the minimum testing & inspection requirements of Neutral Grounding Resistors.
SCOPE OF INSPECTION
SL QUANTUM
STAGE/ ACTIVITY CHARACTERISTICS RECORD SUB
NO. OF CHECK SUPPLIER ElL/TPIA
SUPPLIER
1.0 Procedures -- -- -- -- --
SCOPE OF INSPECTION
SL QUANTUM
STAGE/ ACTIVITY CHARACTERISTICS RECORD SUB
NO. OF CHECK SUPPLIER EIL/TPIA
SUPPLIER
4.0 Final Inspection
Physical and BoM Verification.
Check calibration status of all testing
equipment.
Dimension check including Bus size,
Clearances, Creepage distances, etc.
Verification for external cable termination, Non
magnetic gland plate and size of terminals/cable
gland.
Provision of lifting hooks and grouting of NGR
100% by
Panel.
supplier and
Series/parallel arrangements check of elements. Inspection test
4.1 NGR(Acceptance Tests) on random - H H
Measurement of Resistance records
basis by
Temperature Rise test in a proportionately sized
enclosure by passing rated current on a limited
resistor section as per specification
Temperature Rise Test on complete enclosure
for continuous duty as per specification if
specified in data sheet
Power frequency voltage (HV) withstand test
Insulation resistance before and after HV tests
Verify provision of earthing.
Space heater functioning.
Degree of protection certificate as applicable.
Statutory
Approval
Submission of certificates Sample/Proto
4.2 Certificates / - H R
/documents type
Type Test
Certificates
SCOPE OF INSPECTION
SL QUANTUM
STAGE/ ACTIVITY CHARACTERISTICS RECORD SUB
NO. OF CHECK SUPPLIER EIL/TPIA
SUPPLIER
5.0 Painting
Legends: H- Hold (Do not proceed without approval), Random -10% , R-Rev ew, RW-Random witness, W- Witness (Give due notice, work may proceed
after scheduled date).
Abbreviations:
Members:
Mr. SS Lotay Mr. RK Singh Mr. Anoop Geol Mr. G. Poornachandra Rao
Mr. S.C. Gupta Mr. Raj eev Kumar Mr. G. Suresh Mr. MP Jain (Projects)
1.0 SCOPE:
This Inspection and Test Plan covers the minimum testing requirements of PVC, XLPE insulated cables and cable jointing/terminating accessories for high and medium
voltage systems.
SCOPE OF INSPECTION
SL QUANTUM OF
STAGE/ ACTIVITY CHARACTERISTICS RECORD SUB
NO. CHECK SUPPLIER EIL/TPIA
SUPPLIER
1.0 Procedures -- -- -- -- -- --
2.0 Material Inspection
Material Test
Incoming raw material Certificates/
like Copper, Aluminum, Purity, Dimensions, Physical and Chemical Test
2.1 100% H H/R R
PVC, XLPE, Galvanized Properties. Records/Thir
Armour. d Party Lab
certificates
3.0 Inprocess Inspection
Inspection during
Spark test, thickness of insulation, Conductor -- H R
3.1 insulation, sheathing 100% Test Records
Resistance
SCOPE OF INSPECTION
SL QUANTUM OF
STAGE/ ACTIVITY CHARACTERISTICS RECORD SUB
NO. CHECK SUPPLIER EIL/TPIA
SUPPLIER
Dielectric Retention.
Type tests on PVC insulation and Sheath
High Voltage test (Water Immersion)
Finished Cable
4.5. Dielectric power factor tests as function of Sample Test Records H R
(Type tests **)
voltage, temperature. (XLPE cables)
Heating cycle test (XLPE Cables)
Impulse withstand test (XLPE cables
Visual
Dimensions
4.6 Cable accessories Sample Test Records H R
Type tests** as per IS 13573
5.0 Painting -- -- -- -- -- --
# In case TC (not older than one year) from independent test lab is available & type of compound used is same then the same may be accepted.
* Hot deformation, Heat shock and Shrinkage tests on insulation & sheath (One sample/Lot) shall be witnessed by EIIITPIA, all other tests as per IS-5831, 7098 shall
be carried out by supplier and test reports shall be reviewed by EIL/TPIA.
** Supplier to submit Routine, Acceptance and Type test reports before offering items for inspection to EIL/TPIA..
*** EIL witness for HT cables only
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.
Wherever H/R or H/W is indicated, TPI/EIL Inspection Engineer shall decide the option to be exercised for the particular stage and supplier.
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 Specification /Approved Documents.
Inv< stIR-
Wiarur trfieTur
INSPECTION AND TEST PLAN
FOR
COMMUNICATION AND
FIRE ALARM CABLES
pis
Abbreviations
AS Alloy Steel MPT/MT Magnetic Particle Testing
BASEEFA British Approval Service for Electrical Equipment n Flammable MRT Mechanical Run Test
Atmospheres
BIS Bureau of Indian Standard MTC Material Test Certificate
CCE or CCOE Chief Controller of Explosives MOC Material of Construction
CELL Certification Engineers International Limited NPSH Net Positive Suction Head
CIMFR Central Institute of Mining & Fuel Research NDT Non Destructive Testing
CE Carbon Equivalent NEMA National Electrical Manufacturers Association
DFT Dry Film Thickness PD Partial Discharge
DT Destructive Testing PO Purchase Order
DPT Dye Penetrate Testing PESO Petroleum Explosive Safety Organization
ERTL Electronics Regional Test Laboratory PQR Procedure Qualification Record
FCRI Fluid Control Research Institute PR Purchase Requisition
FM Factory Mutual PMI Positive Material Identification
FLP Flame Proof PVC Poly Vinyl Chloride
HT Heat Treatment QC Quality Control
HIC Hydrogen Induced Cracking 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
IGC Inter Granular Corrosion 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
Members:
Mr. S.C. Gupta Mr. RK Singh Mr. MP Jain (Projects)
Mr. G. Suresh Mr. Rajeev Kumar Mr. G. Poomachandra Rao
1.0 SCOPE
This Inspection and Test Plan covers the minimum testing requirements of flame retardant type PVC sheathed cables for use in Plant communication, Fire Alarm
systems and Jelly filled telecommunication cables.
SCOPE OF INSPECTION
SL QUANTUM
STAGE/ ACTIVITY CHARACTERISTICS RECORD SUB
NO. OF CHECK SUPPLIER EIL/TPIA
SUPPLIER
Dimension checks.
Check calibration status of all testing As per sampling
equipment. plan
Test for insulation and sheath.
Continuity of conductors, absence of
crossed pairs and absence of contact
with poly-al tape
Continuity in poly-al tape
Colour coding
Conductor Resistance, Resistance
Final Inspection on Unbalance in pair.
completed Cable(Jelly Filled Mutual capacitance (pair/average),
Inspection
4.2 Cables) Capacitance Unbalance (pair to ground
Witness Record
- H H
Acceptance Test and pair to pair)
Cross talk
Attenuation
Drip test
Dielectric Strength
Insulation Resistance
Conductor Annealing
Armour Galvanization
Overall finish and Drum length by re- 1 or 2 drums per
winding lot.
SCOPE OF INSPECTION
SL QUANTUM
STAGE/ ACTIVITY CHARACTERISTICS RECORD SUB
NO. OF CHECK SUPPLIER EIL/TPIA
SUPPLIER
Type tests on insulated conductors,
compatibility of Insulation and filling
Final Inspection on compound as per DOT spec.
completed Cable( Jelly Filled
Type tests on Composite sheath and Supplier's Test
4.3 Cables) One Sample - H R
Jacket as per DOT spec Records
Type Tests
Oxidation Induction test
Water Penetration test
Cable bend test.
Dimension checks
Continuity of conductors
Colour code
Overlap in poly-al tape and drain wire
resistance (if shielding specified)
Conductor Resistance.
Mutual capacitance (pair/average),
Final Inspection on Capacitance Unbalance (pair to ground
completed Cable( Non Jelly and pair to pair) for communication
As per sampling Inspection
4.4 Filled Cables ) cables - H H
plan Witness Record
Acceptance Test Dielectric Strength
Insulation Resistance / Volume
Resistivity.
Tensile and Elongation (without
ageing)
Conductor Annealing
Armour Galvanization
Tests on Insulation and sheath as per
IS 5831*
SCOPE OF INSPECTION
SL QUANTUM
STAGE/ ACTIVITY CHARACTERISTICS RECORD SUB
NO. OF CHECK SUPPLIER EIL/TPIA
SUPPLIER
Oxygen Index Test 1 sample/Lot
Final Inspection on Flammability test as per IS 10810 (Part 1 sample/Lot
completed Cable( Non Jelly 61 & 62) Inspection
4.5 Filled Cables ) Test for Rodent & termite repulsion 1 sample/Lot - H H
Witness Record
Special Test Surface finish and drum length check 1 or 2 drums/Lot
by wiring
Final Inspection on Type test on conductor as per spec
completed Cable( Non Jelly Type tests on insulation and Sheath as Supplier's Test
4.6 per spec Sample - H R
Filled Cables ) Records
Type Tests
5.0 Painting
* - Thermal Stability, Hot deformation, Heat shock and Shrinkage tests on insulation and sheath shall be witnessed by EIL (One Sample/Lot), all other tests as
per IS-5831 shall be carried out by supplier and test reports shall be reviewed by EIL.
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).
o
cn
co
o
o uo!T elmew eidw! Jol p enssi 800Z 'Z'80
l<7
0
—
eo
QO
fJoi
›:J
O
STANDARD SPECIFICATION NO.
-
, or. H '-ri '-il •-1-1 rri lz ti cr) ,c"..) nrm{.-_-) to >
cii Gn
5 fr, .-0 rri tri c --) .-, .-,,, ,(=. --1 r" 4 c) -,:J .-3 -1 rm >
Cr cc> n •-")n n '-cl rn C4 Cl]
ft Z ~.
.■• ,-1-1 r-' c rm
C, ©
...! "
rn
,?..) >
suoguptaiqqy
no
rn
c.,
..,
11
z.
p,D 5
p.,
>"1 CD
AD ,•■-
'-..
>"1-1
Er
5
5
cr'
. .
r:'
co
CD
'"0 $:,)
AD k ›-3 ›-] /(..3 '.1:: '..:( ":) '.-° ''''` Z Z Z 4 4 44
crq r- „ r- -.3 '-, (..-. c) < 4 ,,o n1 CD C7 rn ,, o H
-cs ,,, c-.) — ct '-ci
rri "-' o o 4 '-3 c4 C) (-)
>
.» rw t,.0 ..3 .-3
D ,-
-.,--; '>-‘
o.
CD
c)
,.... ve
0 0
r)
Z 'AallS501-18-9
STANDARD SPECIFICATION NO.
3d03SO'I
This Inspectionand Test Plancoverstheminimumtestingrequirementsof Numerical Relays, Data Concentratorand MMI Systems.
O
SCOPE OF INSPECTION
Z Uj
QUANTUM
o
r)
STAGE/ ACTIVITY CHARACTERISTICS
7:JM
SUB
0
Procedures
Z:::, :::::,
..
,i
i
i
i
i
Material Inspection
-
5"
t`,.>
o 5
ceD,--', .--1. ■-ci ----,,,(1' ;>'.- 9... '-'---• ,-cs crc?
1,,, , AD
.,.,,, --,
' '•'.
(1)
,:i.
a
. -zi
r.
rD
S=0 cf)
■-3
4
(-)—, ..-
Manufacturers' TC / Compliance.
—. .,_-_,.
CD 94
•—t-
CD ep
(1)
n
o
cp
,__,
(I) 0
‹;
c)
94
rri o
c, c-) ,-,
co r' ,c)■-
Inprocess Inspection
SCOPE OF INSPECTION
QUANTUM
zci)
o r,
o
g
STAGE/ ACTIVITY CHARACTERISTICS SUB
OF CHECK
ril
'4'
SUPPLIER
5,
SUPPLIER
:,
cz
Final Inspection
Visual checksand model verification
Self Diagnosticsand communication Supplier'sTest
FinalInspection-Numerical integrity includingtimesynchronization Recordsand
cp
'cT'D
.4.
—
•• •
t-.
o ,,,,r-t-
,-,
STAGE/ ACTIVITY
CD QD
Type Tests-Numerical
,..,)
,.....,
• • • • • . • • . • . • . •
Ci) '-"' 1- 3 (.-.) zisc.,- x-;-.--Anc/D-iz
-••-c) e) ro
o " '< 1 CD (D 5-' O .- --co "
,-, CD n cp ,,,
-.
-t -•. cp r) rr2,,,,- o scL., ,- 5 cm CD ",__,:`•CA
CD ,_,~ " 0,- """
,_.., ,-,.,
'-' " ,--,. ,r, '0 CL, ,..,.., 0 1-'" CD et, '
.-1 •-■ t "''' =.
•-•■ t •-• t ---... '-t '^"“
•-• t CD .-t 5 cl. .--,-
_, 0 —. n --,. ---
(-)<")
12''t ) 9+ `", -- "' irp,D-•:":• 0 ■-• • ('(''-'). (2,•-•--,.• Z),,, L-9-: o ;)) c 0- • c.i)
..
'-',"
--,
0
.-, $:, ,. $.
'-" ,7-,. .-P- •••--
.-1 •-• • ,__
Th i=•'• ›,-
+' '.--- (. 3-
----- Iii o o 4.5,' o o
■-• • tri -,...., cm ,-.
,-,:i cmtw crcr
.-- 0-• f., o CD
r, o .
cp v) 0 0 r, O. "
CfC7 H 'Ct ,...) oo c„ CIO ,.., .--r-
cn
cp • .-1,
° ...., o &D CD 0-■ • ■
-t
eD ....., «, .--, cp ,-r1 ,..,\-'.
k. i .+1 <", (f) 0 '-''' CA C4 P') (•-, N• w, CD
n CDCD Ci) tw E7-, CD r-•( H ›,- = 94 <-t- C) ro
TypetestcertificatesasperrelevantIndian
c.4 -t
—
cz,
o>
,::'
each model
QUANTUM
OF CHECK
Prototype for
■
-1
cp
-,_c.) n
CD C
li
0
Statutory
Approval
i I
SUB
SUPPLIER
SUPPLIER
SCOPE OF INSPECTION
›:J Z
'ONNOI1VDLIDadSIDIVONVIS
EIL/TPIA
SCOPE OF INSPECTION
QUANTUM
0 r'4
n
STAGE/ ACTIVITY CHARACTERISTICS SUB
OF CHECK
••
■
id
14
ril
rd
SUPPLIER
SUPPLIER
,, .4.
...,.
includeasminimum butnot be limited tothe
r=h a '-''
'"c"-;
following
—•
Temperaturewithstand
v)
Disturbance immunity
Electromagneticcompatibility(EMC)
HVwithstandstest forpanel
Functionaltests and Communication
integrity
Relaycharacteristicsverification
Degreeof protectionasper latest IS/IEC, for
relaysand Data Concentrator Panels(DCP).
Mechanical stress/ vibrationtest
0
fi
Painting
Visual
Suitableprotectiontoprevententryof Packing list /
Paintingand Packing • • •foreign •• •
• • material. •• • •
Z
C)
,--
Supplier' s
t."
...—
1
1
Protection against damage during Records
transportation.
0
Documentationand IC
Cs■
DocumentationandIC IssuanceofIC
1
Format
Final data folder
'
Compilationof Inspectionreports,drawings,
Z
0
0
/Completeness
.—
cr■
FinalDocumentsubmission
iN.)
1
etcasper VDR /PR
certificate
,E-), • co =,) 5
L, 'I
9- :),
rp
cn
0- -
CD = CD
CD AD CfCi
ro
•O
-•-) -,-,-• rp
-s < -1
ri) •D" <-4-
1:1- cn cp
•-1
CD
,..0
C■I ,--r,
O tp :■"S .
cr CD
cp 5
— -ko
AD ep
`-cn .cns.-
'"C:t
0 >
'-<
P
0.:
0.
,(4- r4:
AD
0.: 0
4:0 32
CL
C/1 CD
t-t cn
t-■-
(L)
-+)
•CD o
.-1
.- .
co 4/:
)
IZI..
5,- ro
C)
..-t •-■ .
CD 0
v,
(-)
, o
o
0"
'0
CD
cn .:-.4.;
'0
r) ..ic:
n
,-■-. co
O Cl.
cn S'
....›.. . (-)
o
.os o
.to -,
o sw
< -t-
ro c).,
ci.. 0
0., o
o
r)
ro
ro V)
,t-
cn (4,
FD
pamasai sly BP IIV— 113114 6pAclo9
Z*Aall5501-18-9
STANDARD SPECIFICATION NO.
NOTE:
1. Earth connections to individual equipment from nearest earth plate / grid shall be done using
single core, Aluminium conductor, PVC insulated cable as per above specified. Connections
shall be made using crimp type tinned copper lugs.
2. Green color sleeving (about 50 mm length) shall be provided at both ends to denote
earthing.
Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 573 of 827
JOB SPECIFICATION No.
PIPING MATERIAL
A307-6-44-0005 Rev. 0
SPECIFICATION
Page 1 of 17
SERVICE
NON CORROSIVE/ FLAMMABLE / NON FLAMMABLE/ NON LETHAL -PROCESS & HYDROCARBONS; LUBE OIL BEFORE
FILTER; AMMONIA, STEAM & CONDENSATE (NON IBR); UTILITIES- INST AIR, PLANT AIR, NITROGEN AND
CARBONDIOXIDE (BEYOND A3A); COOLING WATER - BEYOND A91A AND A10A; IN OFFSITES ONLY BEYOND A10A; CBD
(U/G) - UPTO 14"; PRESSURISED OWS (A/G & U/G) - UPTO 14".
NOTES
5 FOR PERMANENT 'T' TYPE BW STRAINERS,REFER EIL'STD 7-44-0303 & 7-44-0304; AND FOR TEMPORARY
STRAINERS,REFER EIL'STD 7-44-0300.
7 FOR RESTRICTION ON USE OF BALL,PLUG & BUTTERFLY VALVES,REFER GENERAL NOTES.
36 THIS IS A PRESSURE BALANCED PLUG VALVES WHICH SHALL BE USED ONLY IF SPECIFIED IN P&ID.
92 GATE VALVES OF SIZE 26" AND ABOVE SHALL BE IN ACCORDANCE WITH B-16.34/ BS-1414 AND FLANGE ENDS SHALL
BE IN ACCORDANCE WITH ASME B16.47 SERIES B.
107 FOR SIZES ABOVE 24", SPACER AND BLIND SHALL BE AS PER JOB 'STD. A307-000-16-43-SK-0004.
151 NDT REQUIREMENT SHALL BE AS PER JOB SPECIFICATION A307-6-44-0016.
152 FIRST ISOLATION VALVE ON ALL FLOW, PRESSURE AND LEVEL TAPPINGS SHALL BE METAL TO METAL SEATED
BALL VALVE.
168 BRANCH CONNECTION FOR SIZE 84" SHALL BE WITH HALF COUPLING FOR BRANCHES UP TO 1.5", PIPE TO PIPE
WITH REINFORCEMENT PAD FOR 2"AND ABOVE BRANCHES.
363 PIPE THICKNESS IS VALID ONLY FOR FCC UNIT WITH LINE CONDITION (371 DEG.C. & .3.5 KG/CM2G)
376 JACKETED VALVE FOR SRU.
SPECIAL NOTES
ON LINES >= 2.0" AS PER P&ID OR 0.75". REFER EIL STD. 7-44-0351, D4
ON LINES >= 2.0" AS PER P&ID OR 0.75". REFER EIL STD 7-44-0351, V4
PRESS.CONN 0.75" SW NIPPLE WITH VALVE TO SPEC AS PER EIL STD 7-44-0354
A1A
Page 574 of 827
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
JOB SPECIFICATION No.
PIPING MATERIAL
A307-6-44-0005 Rev. 0
SPECIFICATION
Page 2 of 17
72. 72.
70. 70.
68. 68.
66. 66.
64. 64.
62. 62.
60. 60.
58. 58.
56. 56.
54. 54.
52. 52.
50. 50.
48. T 48.
46. T R 46.
44. T R R 44.
42. T R R R 42.
40. T R R R R 40.
38. T R R R R R 38.
36. T R R R R R R 36.
34. T R R R R R R R 34.
32. T R R R R R R R R 32.
30. T R R R R R R R R R 30.
28. T R R R R R R R R R R 28.
26. T R R R R R R R R R R R 26.
24. T R R R R R R R R R R R R 24.
22. T R R R R R R R R R R R R R 22.
20. T P R R R R R R R R R R R R R 20.
18. T P P R R R R R R R R R R R R R 18.
16. T P P P R R R R R R R R R R R R R 16.
14. T P P P P R R R R R R R R R R R R R 14.
12. T P P P P P R R R R R R R R R R R R R 12.
10. T P P P P P P R R R R R R R R R R R R R 10.
8.0 T P P P P P P P R R R R R R R R R R R R R 8.0
6.0 T P P P P P P P P R R R R R R R R R R R R R 6.0
5.0 5.0
4.0 T P P P P P P P P P R R R R R R R R R R R R R 4.0
3.5 P 3.5
3.0 T P P P P P P P P P P R R R R R R R R R R R R R 3.0
2.5 2.5
2.0 T P P P P P P P P P P P R R R R R R R R R R R R R 2.0
1.5 T T H H H H H H H H H H H H H H H H H H H H H H H H 1.5
1.25 1.25
1.0 T T H H H H H H H H H H H H H H H H H H H H H H H H H 1.0
0.75 T T T H H H H H H H H H H H H H H H H H H H H H H H H H 0.75
0.5 T T T T H H H H H H H H H H H H H H H H H H H H H H H H H 0.5
10.000
12.000
14.000
16.000
18.000
20.000
22.000
24.000
26.000
28.000
30.000
32.000
34.000
36.000
38.000
40.000
42.000
44.000
46.000
48.000
1.000
1.250
1.500
2.000
2.500
3.000
3.500
4.000
5.000
6.000
8.000
.500
.750
CODE DESCRIPTION
F SADDLE FUSED JT T TEES J THREADOLET
H H. COUPLING W WELDOLETS
S SOCKOLETS L SWEEPOLET
Note :(The shaded portion of PMS body shows Field Fabricated Items)
PIP PIPE 1.00 1.50 XS B-36.10 ASTM A 106 GR.B PE, SEAMLESS PI21977Z0
PIP PIPE 2.00 2.00 XS B-36.10 ASTM A 106 GR.B BE, SEAMLESS PI21917Z0
PIP PIPE 3.00 14.00 STD B-36.10 ASTM A 106 GR.B BE, SEAMLESS PI21917Z0
PIP PIPE 16.00 36.00 STD B-36.10 ASTM A 672 BE, E.FS.W PI2A813Z0
GR.B60 CL.12
PIP PIPE 38.00 38.00 XS B-36.10 ASTM A 672 BE, E.FS.W PI2A813Z0
GR.B60 CL.12
PIP PIPE 40.00 48.00 XS B-36.10 ASTM A 672 BE, E.FS.W PI2A813Z0
GR.B60 CL.12
PIP PIPE 84.00 84.00 16.0 B-36.10 ASTM A 672 BE, E.FS.W PI2A813Z0 363
GR.B60 CL.12
NIP NIPPLE 0.50 0.75 M B-36.10 ASTM A 106 GR.B PBE, SEAMLESS PN21967Z0
NIP NIPPLE 1.00 1.50 M B-36.10 ASTM A 106 GR.B PBE, SEAMLESS PN21967Z0
Flange Group
FLG/60 FLNG.SW 0.50 1.50 M B-16.5 ASTM A 105 600, RF/125AARH FSC0167Z0
0
FLG/30 FLNG.SW 0.50 1.50 M B-16.5 ASTM A 105 300, RF/125AARH FSC0147Z0
0
FLG FLNG.WN 0.50 20.00 M B-16.5 ASTM A 105 150, RF/125AARH FWC0127Z0
FLG FLNG.WN 22.00 22.00 M MSS-SP44 ASTM A 105 150, RF/125AARH FWH0127Z0
FLG FLNG.WN 24.00 24.00 M B-16.5 ASTM A 105 150, RF/125AARH FWC0127Z0
FLG FLNG.WN 26.00 48.00 M B-16.47-B ASTM A 105 150, RF/125AARH FWB0127Z0
FLG/15 FLNG.WN 0.50 24.00 M B-16.5 ASTM A 105 1500, RTJ/63AARH FWC0189Z0
00
FLG/90 FLNG.WN 3.00 24.00 M B-16.5 ASTM A 105 900, RTJ/63AARH FWC0179Z0
0
FLG/30 FLNG.WN 26.00 48.00 M B-16.47-B ASTM A 105 300, RF/125AARH FWB0147Z0
0
FLG/60 FLNG.WN 2.00 24.00 M B-16.5 ASTM A 105 600, RF/125AARH FWC0167Z0
0
FLG/30 FLNG.WN 2.00 24.00 M B-16.5 ASTM A 105 300, RF/125AARH FWC0147Z0
0
FLB FLNG.BLIND 0.50 24.00 B-16.5 ASTM A 105 150, RF/125AARH FBC0127Z0
FLB FLNG.BLIND 26.00 48.00 B-16.47-B ASTM A 105 150, RF/125AARH FBB0127Z0
Note :(The shaded portion of PMS body shows Field Fabricated Items)
Fitting Group
ELB90 ELBOW.90 0.50 0.75 B-16.11 ASTM A 105 SW, 6000 WA602D3Z0
ELB90 ELBOW.90 1.00 1.50 B-16.11 ASTM A 105 SW, 3000 WA602D2Z0
ELB90 ELBOW.90 2.00 14.00 M B-16.9 ASTM A 234 BW, 1.5D WAG684Z10
GR.WPB
ELB90 ELBOW.90 16.00 48.00 M B-16.9 ASTM A 234 BW, 1.5D WAG754Z10
GR.WPB-W
ELB90 ELBOW.90 84.00 84.00 M MNF'STD ASTM A 234 BW, 1.5D WAN754Z10
GR.WPB-W
ELB90/ ELBOW.90 18.00 18.00 M B-16.28 ASTM A 234 BW, 1D WAA754Z20
1 GR.WPB-W
ELB45 ELBOW.45 0.50 0.75 B-16.11 ASTM A 105 SW, 6000 WB602D3Z0
ELB45 ELBOW.45 1.00 1.50 B-16.11 ASTM A 105 SW, 3000 WB602D2Z0
ELB45 ELBOW.45 2.00 14.00 M B-16.9 ASTM A 234 BW, 1.5D WBG684Z10
GR.WPB
ELB45 ELBOW.45 16.00 48.00 M B-16.9 ASTM A 234 BW, 1.5D WBG754Z10
GR.WPB-W
ELB45 ELBOW.45 84.00 84.00 M MNF'STD ASTM A 234 BW, 1.5D WBN754Z10
GR.WPB-W
ELB45/ ELBOW.45 18.00 18.00 M B-16.28 ASTM A 234 BW, 1D WBA754Z20
1 GR.WPB-W
TEQ T.EQUAL 0.50 0.75 B-16.11 ASTM A 105 SW, 6000 WE602D3Z0
TEQ T.EQUAL 1.00 1.50 B-16.11 ASTM A 105 SW, 3000 WE602D2Z0
Package : IPMCS
Report No. : 50
Page 577 of 827
A1A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
JOB SPECIFICATION No.
PIPING MATERIAL
A307-6-44-0005 Rev. 0
SPECIFICATION
Page 5 of 17
Note :(The shaded portion of PMS body shows Field Fabricated Items)
TRED T.RED 1.00 1.50 B-16.11 ASTM A 105 SW, 3000 WR602D2Z0
CAP CAP 0.50 0.75 B-16.11 ASTM A 105 SCRF, 6000 WF60283Z0
CAP CAP 1.00 1.50 B-16.11 ASTM A 105 SCRF, 3000 WF60282Z0
PLG PLUG 1.00 1.50 B-16.11 ASTM A 105 SCRM, 3000 WH60292Z0
CPLF CPLNG.FULL 0.50 0.75 B-16.11 ASTM A 105 SW, 6000 WJ602D3Z0
CPLF CPLNG.FULL 1.00 1.50 B-16.11 ASTM A 105 SW, 3000 WJ602D2Z0
Package : IPMCS
Report No. : 50
Page 578 of 827
A1A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
JOB SPECIFICATION No.
PIPING MATERIAL
A307-6-44-0005 Rev. 0
SPECIFICATION
Page 6 of 17
Note :(The shaded portion of PMS body shows Field Fabricated Items)
CPLH CPLNG.HALF 1.00 1.50 B-16.11 ASTM A 105 SW, 3000 WK602D2Z0
CPLL CPLNG.LH 0.50 0.75 B-16.11 ASTM A 105 SW, 6000 WL602D3Z0
CPLL CPLNG.LH 1.00 1.50 B-16.11 ASTM A 105 SW, 3000 WL602D2Z0
CPLR CPLNG.RED 0.50 0.75 B-16.11 ASTM A 105 SW, 6000 WM602D3Z0
CPLR CPLNG.RED 1.00 1.50 B-16.11 ASTM A 105 SW, 3000 WM602D2Z0
Package : IPMCS
Report No. : 50
Page 579 of 827
A1A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
JOB SPECIFICATION No.
PIPING MATERIAL
A307-6-44-0005 Rev. 0
SPECIFICATION
Page 7 of 17
Note :(The shaded portion of PMS body shows Field Fabricated Items)
Package : IPMCS
Report No. : 50
Page 580 of 827
A1A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
JOB SPECIFICATION No.
PIPING MATERIAL
A307-6-44-0005 Rev. 0
SPECIFICATION
Page 8 of 17
Note :(The shaded portion of PMS body shows Field Fabricated Items)
Package : IPMCS
Report No. : 50
Page 581 of 827
A1A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
JOB SPECIFICATION No.
PIPING MATERIAL
A307-6-44-0005 Rev. 0
SPECIFICATION
Page 9 of 17
SERVICE
CATEGORY 'D' FLUID-A/G & U/G COOLING WATER, U/G BEARING COOLING WATER RETURN, CONSTRUCTION WATER,
PRESSURISED CRWS (A/G & U/G ) - UPTO 24".
NOTES
6 FOR FABRICATED REDUCERS,REFER EIL'STD 7-44-0485 & 7-44-0487. FOR MITRES, REFER EIL'STD 7-44-0033.
64 AWWA C207 CL.D FLANGES SHALL BE OF HUB TYPE.
65 FORGINGS ARE ACCEPTABLE IN LIEU OF PLATE MATERIAL FOR BLIND FLANGES AND SPACER & BLINDS.
86 BUTTERFLY VALVES FOR THE SPEC ARE PN10 RATED WITH A MAXIMUM PRESSURE OF 10.2 KG/CM2G.
102 FOR UNDERGROUND PIPING, PIPE WALL THICKNESSES ARE CALCULATED BASED ON SOIL PARAMETERS AND
BURIAL DEPTH OF 600 MM TO 1650 MM FOR SIZES UPTO 30" , 600 MM TO 1350 MM FOR SIZES ABOVE 30"& UPTO 60"
AND 600 MM TO 1200 MM FOR SIZES ABOVE 60"
104 FOR PERMANENT AND TEMPORARY T-TYPE BW STRAINERS REFER EIL STD 7-44-0303 AND 7-44-0304
105 USE 5-PIECE 90 DEG. MITRE FOR SIZES FROM 16" TO 42" , 6-PIECE 90 DEG. MITRE FOR SIZES 44" TO 62" & 7-PIECE 90
DEG. MITRE FOR SIZES 64" TO 84". 45 DEG. MITRE SHALL REQUIRE ONE PIECE LESS.
151 NDT REQUIREMENT SHALL BE AS PER JOB SPECIFICATION A307-6-44-0016.
152 FIRST ISOLATION VALVE ON ALL FLOW, PRESSURE AND LEVEL TAPPINGS SHALL BE METAL TO METAL SEATED
BALL VALVE.
197 BRANCH CONNECTION FOR SIZES ABOVE 72" SHALL BE WITH HALF COUPLING FOR BRANCHES UP TO 1.5", PIPE TO
PIPE WITH REINFORCEMENT PAD FOR 2" AND ABOVE BRANCHES.
198 ASTM A 516 GR.70 MATERIAL IS ALSO ACCEPTABLE IN PLACE OF ASTM A 285 GR.C
199 BLIND FLANGES AND SPACER & BLINDS SPECIFIED TO JOB STANDARD HAS BEEN DESIGNED FOR 65 DEG.C AND 7.6
KG/CM2G TO SUIT 150#, FF, 125AARH, AWWA C207 CL.D FLANGES.
331 USE BUTTERFLY VALVES INSTEAD OF GATE VALVES FROM 26" ONWARDS.
369 FOR SIZES > 24", SPACER & BLIND HAS BEEN DESIGNED AS PER ASME B31.3. REFER JOB STANDARD NO. A307-000-16-
43-SK-0005.
370 FOR FLANGE SIZES 56",74" & 80" , REFER JOB STD. A307-000-16-43-SK-0001 AND BLIND FLANGES THICKNESSES ARE
56" - 75 MM, 74" - 95 MM & 84"- 102 MM.
375 USE OF BUTTERFLY VALVES UPTO 24" ARE FOR EJECTOR PACKAGE OF CDU/VDU ONLY.
Package
Report No.
: IPMCS
: 50
A91A
Page 582 of 827
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
JOB SPECIFICATION No.
PIPING MATERIAL
A307-6-44-0005 Rev. 0
SPECIFICATION
Page 10 of 17
SPECIAL NOTES
ON LINES >= 2.0" 0.75" OR AS PER P&ID. REFER EIL STD. 7-44-351, D4
ON LINES >= 2.0" 0.75" OR AS PER P&ID. REFER EIL STD 7-44-351, V3
PRESS.CONN 0.75" SW, SH HVY NIPPLE WITH VALVE TO SPEC AS PER EIL STD 7-44-
354
Package : IPMCS
Report No. : 50
Page 583 of 827
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
JOB SPECIFICATION No.
PIPING MATERIAL
A307-6-44-0005 Rev. 0
SPECIFICATION
Page 11 of 17
72.
70.
68.
66. T
64. T R
62. T R R
60. T R R R
58. T R R R R
56. T R R R R R
54. T R R R R R R
52. T R R R R R R R
50. T R R R R R R R R
48. T R R R R R R R R R
46. T R R R R R R R R R R
44. T R R R R R R R R R R R
BRANCH PIPE ( SIZE IN INCHES)
42. T R R R R R R R R R R R R
40. T R R R R R R R R R R R R R
38. T R R R R R R R R R R R R R R
36. T R R R R R R R R R R R R R R R
34. T R R R R R R R R R R R R R R R R
32. T R R R R R R R R R R R R R R R R R
30. T R R R R R R R R R R R R R R R R R R
28. T R R R R R R R R R R R R R R R R R R R
26. T R R R R R R R R R R R R R R R R R R R R
24. T R R R R R R R R R R R R R R R R R R R R R
22.
20. T R R R R R R R R R R R R R R R R R R R R R R
18. T R R R R R R R R R R R R R R R R R R R R R R R
16. T R R R R R R R R R R R R R R R R R R R R R R R R
14. T R R R R R R R R R R R R R R R R R R R R R R R R R
12. T R R R R R R R R R R R R R R R R R R R R R R R R R R
10. T R R R R R R R R R R R R R R R R R R R R R R R R R R R
8.0 T R R R R R R R R R R R R R R R R R R R R R R R R R R R R
6.0 T R R R R R R R R R R R R R R R R R R R R R R R R R R R R R
5.0
4.0 T R R R R R R R R R R R R R R R R R R R R R R R R R R R R R R
3.5
3.0 T P R R R R R R R R R R R R R R R R R R R R R R R R R R R R R R
2.5
2.0 T P P R R R R R R R R R R R R R R R R R R R R R R R R R R R R R R
1.5 T T H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H
1.25 H H H H H H H H H H H H H H H H H H H H H H H H H H H H H
1.0 T T H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H
0.75 T T T H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H
0.5 T T T T H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H
10.000
12.000
14.000
16.000
18.000
20.000
22.000
24.000
26.000
28.000
30.000
32.000
34.000
36.000
38.000
40.000
42.000
44.000
46.000
48.000
50.000
52.000
54.000
56.000
58.000
60.000
62.000
64.000
66.000
1.000
1.250
1.500
2.000
2.500
3.000
3.500
4.000
5.000
6.000
8.000
.500
.750
CODE DESCRIPTION
F SADDLE FUSED JT T TEES J THREADOLET
H H. COUPLING W WELDOLETS
S SOCKOLETS L SWEEPOLET
Package
Report No.
Page 584 of 827
: IPMCS
: 50 A91A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
JOB SPECIFICATION No.
PIPING MATERIAL
A307-6-44-0005 Rev. 0
SPECIFICATION
Page 12 of 17
T 72.
T R 70.
T R R 68.
R R R 66.
R R R 64.
R R R 62.
R R R 60.
R R R 58.
R R R 56.
R R R 54.
R R R 52.
R R R 50.
R R R 48.
R R R 46.
R R R 44.
BRANCH PIPE (SIZE IN INCHES)
R R R 42.
R R R 40.
R R R 38.
R R R 36.
R R R 34.
R R R 32.
R R R 30.
R R R 28.
R R R 26.
R R R 24.
22.
R R R 20.
R R R 18.
R R R 16.
R R R 14.
R R R 12.
R R R 10.
R R R 8.0
R R R 6.0
5.0
R R R 4.0
3.5
R R R 3.0
2.5
R R R 2.0
H H H 1.5
H H H 1.25
H H H 1.0
H H H 0.75
H H H 0.5
68.000
70.000
72.000
Package
Report No.
: IPMCS
: 50
Page 585 of 827
A91A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
JOB SPECIFICATION No.
PIPING MATERIAL
A307-6-44-0005 Rev. 0
SPECIFICATION
Page 13 of 17
Note :(The shaded portion of PMS body shows Field Fabricated Items)
PIP PIPE 2.00 6.00 HVY IS-1239-I IS-1239 (BLACK) BE, C.WELDED PI6D411Z0
PIP PIPE 8.00 18.00 6.0 IS-3589 IS-3589 GR.330 BE, WELDED PI7D919Z0
PIP PIPE 20.00 26.00 8.0 IS-3589 IS-3589 GR.330 BE, WELDED PI7D919Z0
PIP PIPE 28.00 34.00 10.0 IS-3589 IS-3589 GR.330 BE, WELDED PI7D919Z0
PIP PIPE 36.00 44.00 12.0 IS-3589 IS-3589 GR.330 BE, WELDED PI7D919Z0
PIP PIPE 46.00 56.00 14.0 IS-3589 IS-3589 GR.330 BE, WELDED PI7D919Z0
PIP PIPE 60.00 68.00 16.0 IS-3589 IS-3589 GR.330 BE, WELDED PI7D919Z0
PIP PIPE 70.00 76.00 18.0 IS-3589 IS-3589 GR.330 BE, WELDED PI7D919Z0
PIP PIPE 80.00 82.00 19.0 IS-3589 IS-3589 GR.330 BE, WELDED PI7D919Z0
PIP PIPE 84.00 84.00 20.0 IS-3589 IS-3589 GR.330 BE, WELDED PI7D919Z0
NIP NIPPLE 0.50 1.50 M IS-1239-I IS-1239 (BLACK) PBE, C.WELDED PN6D461Z0
Flange Group
FLG FLNG.SW 0.50 1.50 M B-16.5 ASTM A 105 150, RF/125AARH FSC0127Z0
FLG/60 FLNG.SW 0.50 1.50 M B-16.5 ASTM A 105 600, RF/125AARH FSC0167Z0
0
FLG/30 FLNG.SW 0.50 1.50 M B-16.5 ASTM A 105 300, RF/125AARH FSC0147Z0
0
FLG/30 FLNG.WN 28.00 28.00 M B-16.47-B ASTM A 105 300, RF/125AARH FWB0147Z0
0
FLG/60 FLNG.WN 2.00 24.00 M B-16.5 ASTM A 105 600, RF/125AARH FWC0167Z0
0
FLG/30 FLNG.WN 2.00 24.00 M B-16.5 ASTM A 105 300, RF/125AARH FWC0147Z0
0
FLG FLNG.SO 2.00 24.00 B-16.5 ASTM A 105 150, RF/125AARH FNC0127Z0
FLG FLNG.SO 26.00 54.00 AWWA-C207 ASTM A 105 150, FF/125AARH FN40121Z0
CL.D
FLG FLNG.SO 56.00 56.00 JOB'STD ASTM A 105 150, FF/125AARH FNF0121Z0 370
FLG FLNG.SO 60.00 72.00 AWWA-C207 ASTM A 105 150, FF/125AARH FN40121Z0
CL.D
FLG FLNG.SO 74.00 74.00 JOB'STD ASTM A 105 150, FF/125AARH FNF0121Z0 370
Package : IPMCS
Report No. : 50
Page 586 of 827
A91A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
JOB SPECIFICATION No.
PIPING MATERIAL
A307-6-44-0005 Rev. 0
SPECIFICATION
Page 14 of 17
Note :(The shaded portion of PMS body shows Field Fabricated Items)
FLG FLNG.SO 84.00 84.00 AWWA-C207 ASTM A 105 150, FF/125AARH FN40121Z0
CL.D
FLB FLNG.BLIND 0.50 24.00 B-16.5 ASTM A 105 150, RF/125AARH FBC0127Z0
FLB FLNG.BLIND 26.00 28.00 AWWA-C207 ASTM A 285 GR.C 150, FF/125AARH FB45321Z0
CL.D
FLB FLNG.BLIND 30.00 54.00 AWWA-C207 ASTM A 516 GR.70 150, FF/125AARH FB46321Z0
CL.D
FLB FLNG.BLIND 56.00 56.00 JOB'STD ASTM A 516 GR.70 150, FF/125AARH FBF6321Z0 370
FLB FLNG.BLIND 60.00 72.00 AWWA-C207 ASTM A 516 GR.70 150, FF/125AARH FB46321Z0
CL.D
FLB FLNG.BLIND 74.00 84.00 JOB'STD ASTM A 516 GR.70 150, FF/125AARH FBF6321Z0 370
FEF FLNG.FIG.8 0.50 8.00 ASME- ASTM A 105 150, FF/125AARH FGK0121Z0
B16.48
FEF SPCR&BLND 10.00 24.00 ASME- ASTM A 105 150, FF/125AARH FCK0121Z0
B16.48
FEF SPCR&BLND 26.00 54.00 JOB'STD-1 ASTM A 285 GR.C 150, FF/125AARH FCQ5321Z0 369
FEF SPCR&BLND 56.00 84.00 JOB'STD-1 ASTM A 516 GR.70 150, FF/125AARH FCQ6321Z0 369
Fitting Group
ELB90 ELBOW.90 0.50 1.50 B-16.11 ASTM A 105 SW, 3000 WA602D2Z0
ELB90 ELBOW.90 2.00 6.00 STD B-16.9 ASTM A 234 BW, 1.5D WAG684Z10
GR.WPB
ELB90 ELBOW.90 8.00 14.00 M B-16.9 ASTM A 234 BW, 1.5D WAG754Z10
GR.WPB-W
ELB45 ELBOW.45 0.50 1.50 B-16.11 ASTM A 105 SW, 3000 WB602D2Z0
ELB45 ELBOW.45 2.00 6.00 STD B-16.9 ASTM A 234 BW, 1.5D WBG684Z10
GR.WPB
ELB45 ELBOW.45 8.00 14.00 M B-16.9 ASTM A 234 BW, 1.5D WBG754Z10
GR.WPB-W
MIT90 MITRE.90 16.00 84.00 M EIL'STD IS-3589 GR.330 BW, 1.5D WDKF141Z0
MIT45 MITRE.45 16.00 84.00 M EIL'STD IS-3589 GR.330 BW, 1.5D WGKF141Z0
TEQ T.EQUAL 0.50 1.50 B-16.11 ASTM A 105 SW, 3000 WE602D2Z0
Package : IPMCS
Report No. : 50
Page 587 of 827
A91A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
JOB SPECIFICATION No.
PIPING MATERIAL
A307-6-44-0005 Rev. 0
SPECIFICATION
Page 15 of 17
Note :(The shaded portion of PMS body shows Field Fabricated Items)
SWGC SWAGE.CONC 0.50 3.00 STD, BS-3799 ASTM A 105 PBE WNH026ZZ0
STD
SWGE SWAGE.ECC 0.50 3.00 STD, BS-3799 ASTM A 105 PBE WPH026ZZ0
STD
CAP CAP 0.50 1.50 B-16.11 ASTM A 105 SCRF, 3000 WF60282Z0
PLG PLUG 0.50 1.50 B-16.11 ASTM A 105 SCRM, 3000 WH60292Z0
CPLF CPLNG.FULL 0.50 1.50 B-16.11 ASTM A 105 SW, 3000 WJ602D2Z0
CPLH CPLNG.HALF 0.50 1.50 B-16.11 ASTM A 105 SW, 3000 WK602D2Z0
CPLL CPLNG.LH 0.50 1.50 B-16.11 ASTM A 105 SW, 3000 WL602D2Z0
CPLR CPLNG.RED 0.50 1.50 B-16.11 ASTM A 105 SW, 3000 WM602D2Z0
Package : IPMCS
Report No. : 50
Page 588 of 827
A91A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
JOB SPECIFICATION No.
PIPING MATERIAL
A307-6-44-0005 Rev. 0
SPECIFICATION
Page 16 of 17
Note :(The shaded portion of PMS body shows Field Fabricated Items)
Valves Group
GAV VLV.GATE 0.25 1.50 API 602/ ISO BODY-ASTM A SW, 800, 3000, B- 51001ZZZ0
15761 105,TRIM- 16.11, SHT NO.- 51001
STELLITED,STEM-
13%CR.STEEL
GAV VLV.GATE 2.00 24.00 API 600/ ISO BODY-ASTM A 216 FLGD, 150, B-16.5, 51321ZZZ0
10434 GR.WCB,TRIM- RF/125AARH, SHT
13% CR.STEEL NO.- 51321
GLV VLV.GLOBE 0.25 1.50 BS EN ISO BODY-ASTM A SW, 800, 3000, B- 52001ZZZ0
15761 105,TRIM- 16.11, SHT NO.- 52001
STELLITED,STEM-
13%CR STEEL
GLV VLV.GLOBE 2.00 16.00 BS-1873 BODY-ASTM A 216 FLGD, 150, B-16.5, 52321ZZZ0
GR.WCB,TRIM- RF/125AARH, SHT
13% CR.STEEL NO.- 52321
GLV VLV.GLOBE 18.00 20.00 ANSI-B- BODY-ASTM A 216 FLGD, 150, B-16.5, 52923ZZZ0
16.34 GR.WCB,TRIM- RF/125AARH, SHT
13% CR.STEEL NO.- 52923
CHV VLV.CHECK 0.25 1.50 BS EN ISO BODY-ASTM A SW, 800, 3000, B- 53001ZZZ0
15761 105,TRIM- 16.11, SHT NO.- 53001
STELLITED
CHV VLV.CHECK 2.00 24.00 BS 1868 BODY-ASTM A 216 FLGD, 150, B-16.5, 53321ZZZ0
GR.WCB,TRIM- RF/125AARH, SHT
13% CR.STEEL NO.- 53321
CHV VLV.CHECK 26.00 48.00 API-594 BODY-ASTM A FLGD, 150, 53316ZZZ0
216GR.WCB,TRIM- AWWAC207,
13% CR.STEEL FF/125AARH, SHT
NO.- 53316
BLV VLV.BALL 0.50 16.00 BS EN ISO BODY-ASTM A 105 FLGD, 150, B-16.5, 54321ZZZ0
17292 /A RF/125AARH, SHT
216GR.WCB,TRIM- NO.- 54321
BODY SEAT-
RPTFE
BLV/2 VLV.BALL 2.00 8.00 BS EN ISO BODY-ASTM A 216 FLGD, 150, B-16.5, 543BDZZZ0 152
17292 GR.WCB,TRIM- RF/125AARH, SHT
13% CR.STEEL NO.- 543BD
BLV/1 VLV.BALL 0.50 1.50 BS EN ISO BODY-ASTM A SW, 800, 3000, B- 540AAZZZ0 152
17292 105,TRIM- 16.11, SHT NO.-
STELLITED,STEM- 540AA
13% CR.STEEL
BFV VLV.BTRFLY 3.00 24.00 BS EN 593 BODY-ASTM A 216 WAFL, 150, B-16.5, 56321ZZZ0 375
GR.WCB,TRIM- WAF/125AARH, SHT
13% CR.STEEL NO.- 56321
BFV VLV.BTRFLY 26.00 48.00 BS EN 593 BODY-ASTM A 216 FLGD, 150, 56316ZZZ0
GR.WCB/ASTM A AWWAC207,
516 GR.70,TRIM- FF/125AARH, SHT
13% CR.STEEL NO.- 56316
Package : IPMCS
Report No. : 50
Page 589 of 827
A91A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
JOB SPECIFICATION No.
PIPING MATERIAL
A307-6-44-0005 Rev. 0
SPECIFICATION
Page 17 of 17
Note :(The shaded portion of PMS body shows Field Fabricated Items)
PSR STRNR.PERM 2.00 6.00 STD EIL'STD B:A234GR.WPB;IN BW, T-TYPE SP13344Z0 104
T:SS304
PSR STRNR.PERM 8.00 24.00 M EIL'STD B:A234GR.WPBW;I BW, T-TYPE SP13644Z0 104
NT:SS304
PSR STRNR.PERM 26.00 54.00 M MNF'STD B:A234GR.WPBW;I BW, T-TYPE SP33644Z0
NT:SS304
Package : IPMCS
Report No. : 50
Page 590 of 827
A91A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
Page 591 of 827
Approved Sub-Vendor List DOCUMEMENT NO.
INSTRUMENTATION A307-0IY-16-51-VL-02 Rev A
BPCL-IREP Page 1 of 11
INSTRUMENTATION
TUBE FITTINGS
ARYA CRAFTS & ENGINEERING PVT LTD. INDIA
ASTEC VALVES & FITTINGS PVT. LTD. INDIA
AURA INC. INDIA
AUTOCLAVE ENGINERS FLUID COMPONENTS USA
CIRCOR INSTR. TECHNOLOGIES INC-FORM. H608 INDIA
COMFIT & VALVES PVT. LTD. INDIA
EXCEL HYDRO PNEUMATICS PVT LTD. INDIA
EXCELSIOR ENGG. WORKS INDIA
FLUID CONTROLS PVT. LTD. INDIA
HAM-LET (ISRAEL-CANADA) LTD. ISRAEL
MULTIMETAL INDUSTRIES INDIA
PANAM ENGINEERS INDIA
PARKER HANNIFIN CORPORATION INDIA
PRECISION ENGINEERING INDUSTRIES INDIA
PRIME ENGINEERS INDIA
RELIANCE ENGINEERING & ELECTRICALS CORPN INDIA
SSP FITTINGS CORPORATION U.S.A.
SWAGELOK CO. INDIA
SWASTIK ENGINEERING WORKS INDIA
SIGNAL CABLES
ASSOCIATED CABLES PVT LTD. INDIA
ASSOCIATED FLEXIBLES AND WIRES (P) LTD. INDIA
CMI LIMITED INDIA
CORDS CABLE INDUSTRIES LTD. INDIA
DELTON CABLES LIMITED INDIA
ELKAY TELELINKS LTD. INDIA
KEI INDUSTRIES LIMITED INDIA
PARAMOUNT COMMUNICATION LIMITED INDIA
POLYCAB WIRES PVT LTD. INDIA
SOLENOID VALVES
ALCON ALEXANDER CONTROLS LIMITED U.K.
ASCO JOUCOMATIC LTD INDIA
ASCO JOUCOMATIC SA FRANCE
ASCO NUMATICS (INDIA) P. LIMITED INDIA
AVCON CONTROLS PVT. LTD. INDIA
HERION WERKE GERMANY
PRECISION INSTRUMENT COMPANY INDIA
ROTEX AUTOMATION LTD. INDIA
SCHRADER DUNCAN LIMITED INDIA
THOMPSON VALVES LTD U.K.
VERSA BV NETHERLANDS
CONTROL VALVES
ARCA REGLER GMBH INDIA
CCI VALVE TECHNOLOGY GMBH INDIA
CONTINENTAL VALVE LTD INDIA
DRESSER PRODUITS INDUSTRIELS INDIA
DRESSER VALVE INDIA PVT LTD INDIA
EMERSON PROCESS MANAGEMENT CHENNAI LTD. INDIA
FLOWSERVE INDIA CONTROL PVT LTD-BANGALOR INDIA
FLOWSERVE PTE LTD INDIA
FORBES MARSHALL ARCA P LTD.(FORMRLY A214 INDIA
INSTRUMENTATION LTD. (PALGHAT) INDIA
ITALVALV S.N.C ITALY
KENT INTROL UK LTD (FORM. A-718) INDIA
KOSO FLUID CONTROLS (PVT) LTD INDIA
KOSO INDIA PVT LTD (FORM.K176) INDIA
METSO SINGAPORE PTE LTD (FORMERLY NELES) INDIA
MIL CONTROLS LIMITED INDIA
MOTOYAMA ENGG WORKS LTD JAPAN
SAMSON AG MESS-UND REGELTECHNIK INDIA
SAMSON CONTROLS PVT LTD INDIA
SEVERN GLOCON LTD INDIA
SEVERN GLOCON INDIA PVT LTD INDIA
SPX VALVES & CONTROLS (FORMERLY DEZURIK) INDIA
WEIR VALVES & CONTROLS UK LTD U.K.
ON-OFF VALVES
CAMERON ITALY SRL (FORM. D659) SINGAPORE
CONTINENTAL VALVE LTD INDIA
EL-O-MATIC INDIA (PVT) LTD. INDIA
FLOWSERVE INDIA CONTROL PVT LTD-BANGALOR INDIA
FLOWSERVE PTE LTD INDIA
INSTRUMENTATION LTD. (PALGHAT) INDIA
ITALVALV S.N.C ITALY
KITAMURA VALVE MANUFACTURING CO LTD INDIA
KITZ CORPORATION OF EUROPE S.A. JAPAN
KOSO FLUID CONTROLS (PVT) LTD INDIA
METSO SINGAPORE PTE LTD (FORMERLY NELES) INDIA
MOTOYAMA ENGG WORKS LTD JAPAN
PERRIN GMBH GERMANY
TEMP.ELEMENTS,THERMOWELLS
ABB AUTOMATION LTD INDIA
ALTOP INDUSTRIES LTD. INDIA
BAUMER BOURDON HAENNI SAS INDIA
DAILY THERMETRICS CORPORATION USA
DETRIV INSTRUMENTATION & ELECTRONICS LTD INDIA
GAYESCO LLC USA
GENERAL INSTRUMENTS CONSORTIUM INDIA
JAPAN THERMOWELL CO LTD JAPAN
PYRO-ELECTRIC INSTRUMENTS GOA PVT LTD INDIA
TECHNO INSTRUMENTS INDIA
TEMP-TECH INDIA
TEMPSENS INSTRUMENTS INDIA PVT LTD INDIA
THERMO ELECTRIC CO. INC. INDIA
THERMO-COUPLE PRODUCTS CO INDIA
THERMO-ELECTRA B.V NETHERLANDS
TM TECNOMATIC SPA ITALY
WIKA ALEXANDER WIEGAND & CO GMBH INDIA
PRESSURE GAUGES
AN INSTRUMENTS PVT LTD INDIA
ASHCROFT INDIA PVT LTD INDIA
BADOTHERM PROCESS INSTRUMENTS B.V. NETHERLANDS
BAUMER BOURDON HAENNI SAS INDIA
BRITISH ROTOTHERM CO.LTD U.K.
BUDENBERG GAUGE CO. LTD U.K.
DRESSER INC. USA
GENERAL INSTRUMENTS CONSORTIUM INDIA
H GURU INSTRUMENTS(SOUTH INDIA)PVT. LTD INDIA
H.GURU INDUSTRIES INDIA
MANOMETER (INDIA) PVT. LTD. INDIA
NAGANO KEIKI SEISAKUSHO LTD JAPAN
WAAREE INSTRUMENTS LIMITED INDIA
WALCHANDNAGAR INDUSTRIES LTD(TIWAC DIVN) INDIA
WIKA ALEXANDER WIEGAND & CO GMBH INDIA
WIKA INSTRUMENTS INDIA PVT LTD INDIA
SPEED TRANSMITTERS
ASEA BROWN BOVERY LTD (ABB LTD) INDIA
HANS TURCK GMBH & CO. KG INDIA
JAPAN SERVO CO LTD. JAPAN
PEPPERL + FUCHS GMBH INDIA
ALARM ANNUNCIATORS
DIGICONT INDIA
ELECTRONIC CORPORATION OF INDIA LTD. INDIA
IDEC IZUMI CORPORATION JAPAN
INSTALARM INSTRUMENTS PVT LTD. INDIA
MINILEC (INDIA) PVT LTD INDIA
MTL INSTRUMENTS PVT LTD INDIA
PROCON INSTRUMENTATION PVT LTD INDIA
RONAN ENGINEERING COMPANY U.S.A.
RUPTURE DISCS
BS & B SAFETY SYSTEMS (INDIA) LTD INDIA
BS&B SAFETY SYSTEMS INC INDIA
ELFAB HUGHES LTD U.K.
FIKE CORPORATION-USA INDIA
OKLAHOMA SAFETY EQUIPMENTS CO. INC. SINGAPORE
REMBE GMBH SAFETY+CONTROL GERMANY
SAFETY SYSTEMS UK LTD (MARSTON DIVN) U.K.
INSTRUMENT TUBING
HEAVY METALS & TUBES LIMITED (MEHSANA) INDIA
JINDAL SAW LTD ( NASHIK WORKS) INDIA
RATNAMANI METALS AND TUBES LTD INDIA
REMI EDELSTAHL TUBULARS LTD. ( FORM RMIL) INDIA
Note: Package vendor to confirm sub-vendor status from EIL/BPCL before placing order.
VENDOR LIST
(ELECTRICAL)
EQUIPMENTS COMPONENTS
EMERGENCY GENERATOR (MV) CONTACTORS
CUMMINS GENERATOR TECHNOLOGIES ABB LTD (BANGALORE)
CROMPTON GREAVES LTD BCH ELECTRIC LTD
AIR CIRCUIT BREAKER GE INDIA INDUSTRIAL PVT LTD
GE INDIA INDUSTRIAL PVT LTD LARSEN & TOUBRO LTD-AHMEDNAGAR
LARSEN & TOUBRO LTD-POWAI SCHNEIDER ELECTRIC INDIA PVT LTD
SCHNEIDER ELECTRIC INDIA PVT LTD SIEMENS LIMITED
SIEMENS LIMITED CONTROL SWITCHES (BREAKER)
FUSES ALSTOM T & D INDIA LTD (FORMLY A347)
RELIABLE ELECTRONIC COMPONENTS PVT
COOPER BUSSMAN INDIA PVT LTD LTD
GE INDIA INDUSTRIAL PVT LTD SWITRON DEVICES
CONTROL SWITCHES / SELECTOR
NOVATEUR ELECTRICAL & DIGITAL SYSTEMS SWITCHES
LARSEN & TOUBRO LTD-AHMEDNAGAR ALSTOM T & D INDIA LTD (FORMLY A347)
SIEMENS LIMITED HOTLINE SWITCHGEAR & CONTROLS
FUSE SWITCH COMBINATION UNIT KAYCEE INDUSTRIES LTD.
ABB LTD (BANGALORE) LARSEN & TOUBRO LTD-AHMEDNAGAR
RELIABLE ELECTRONIC COMPONENTS PVT
GE INDIA INDUSTRIAL PVT LTD LTD
HAVELLS INDIA LTD SIEMENS LIMITED
NOVATEUR ELECTRICAL & DIGITAL SYSTEMS SWITRON DEVICES
LARSEN & TOUBRO LTD-AHMEDNAGAR EARTH LEAKAGE CIRCUIT BREAKER
SCHNEIDER ELECTRIC INDIA PVT LTD ABB LTD
SIEMENS LIMITED GE INDIA INDUSTRIAL PVT LTD
STANDARD ELECTRICALS LTD HAVELLS INDIA LTD
NOVATEUR ELECTRICAL & DIGITAL
INSTRUMENT TRANSFORMERS CT & PT (MV) SYSTEMS
GILBERT & MAXWELL ELECTRICALS PVT LTD LEGRAND (INDIA) PVT. LTD (FORM. M-006)
KALPA ELECTRIKAL PVT LTD SCHNEIDER ELECTRIC INDIA PVT LTD
NARAYAN POWERTECH PVT LTD SIEMENS LIMITED
PRAGATI ELECTRICALS PVT LTD METERS
PRECISE ELECTRICALS AUTOMATIC ELECTRIC LTD.
SILKAANS ELECTRICALS MFG.CO.PVT.LTD MECO INSTRUMENTS PVT LTD
BATTERIES-LEAD ACID NIPPEN ELECTRICAL INSTRUMENTS CO.
EXIDE INDUSTRIES LTD RISHABH INSTRUMENTS PVT LTD
HBL POWER SYSTEMS LTD SECURE METERS LTD.
AUX. RELAYS HEAVY DUTY SWITCHES
NOVATEUR ELECTRICAL & DIGITAL
ABB LTD (BANGALORE) SYSTEMS
ALSTOM T & D INDIA LTD (FORMLY A347) LARSEN & TOUBRO LTD-AHMEDNAGAR
JYOTI LIMITED SIEMENS LIMITED
BIMETAL RELAYS PUSH BUTTON AND INDICATING LAMPS
ABB LTD (BANGALORE) BCH ELECTRIC LTD (ONLY PB)
BCH ELECTRIC LTD ESSEN DEINKI
GE INDIA INDUSTRIAL PVT LTD HOTLINE SWITCHGEAR & CONTROLS
LARSEN & TOUBRO LTD-AHMEDNAGAR LARSEN & TOUBRO LTD-POWAI
1.2. All electrical equipment shall be brand new with state of art technology and proven track
record. No prototype shall be offered. The make and type of equipment, if not specified in this
bid document, shall be subject to approval of owner/ EIL.
1.3. Additional makes of imported items shall be subject to Owner/EIL’s approval during detailed
engineering.
1.4. Vendor can offer components of makes other than specified in the PR during order execution.
The alternate make of components will be evaluated post order, based on the satisfactory track
record and test certificates to be furnished by the Vendor/Vendor. In case the alternate makes
are not found acceptable, components shall be strictly as per vendor list enclosed with the PR
1.5. Vendor may procure material from any of the listed vendors. However current validity and
range of approval as per EIL enlistment letter, workload, stability and solvency need to be
verified by the vendor before placement of order.
1.6. Vendor shall ensure the availability of spare parts and maintenance support services for the
offered equipment at least for 15 years from the date of supply. Vendor/ sub-vendor shall give a
notice of at least one year to the end user of equipment and PMC before phasing out the
products/spares to enable the end user for placement of order for spares and services
OWNER : BPCL
List of Attachments:
1.0 GENERAL
1.1 The CONTRACTOR shall construct Plant/Facilities in accordance with the requirements
of the Technical Standards/ Specifications, with proven/good engineering practices and
procedures. Such Facilities shall be safe, reliable and suitable for their intended
purpose.
1.2 The CONTRACTOR shall provide all supervision, labour, construction equipments, tools
& tackles, materials and consumables, temporary facilities, Construction utilities etc. and
render all support services necessary for the construction. Provision of construction
power and water shall be as per Special Conditions of Contract (SCC)/ General
Conditions of Contract (GCC).
1.3 The CONTRACTOR shall plan, execute, manage and control all the construction
activities for the facilities forming a part of this contract.
1.4 The CONTRACTOR shall arrange insurance coverage for all the personnel engaged by
him for the work as per statutory rules, regulations and local laws.
1.5 The CONTRACTOR shall insure all the materials and equipments against fire, flood,
earthquake, theft, etc. as per SCC/ GCC brought for the job till the Plant/Facilities are
commissioned and handed over to the OWNER.
1.6 The CONTRACTOR to ensure mechanizing the construction activities to a great extent.
1.7 The CONTRACTOR is deemed to have full knowledge of the applicable laws and
regulations, conditions of labour, local conditions, the site conditions, environmental
aspects and shall comply with the requirements thereof.
1.8 The CONTRACTOR is required to organize and mobilize Construction Management
Services in a systematic and sequential manner to ensure that the Plant installation is
carried out in accordance with the approved engineering drawings, specifications,
standards, QA/QC procedures etc. and its mechanical completion is achieved within
targeted time schedule. Construction Management and Supervision is to be carried out
by the CONTRACTOR himself by deploying persons on his rolls and this activity is not to
be sub-contracted in any case.
For this purpose, the Contractor shall deploy a Construction Management Team headed
by a qualified & experienced person at site. The Construction Management team shall
include engineers/ specialists in QA/QC, Project Control (Planning, scheduling,
monitoring), contracts, construction supervision, progress measurement/billing, safety,
warehousing, purchasing etc. Key personnel including the Head should have sufficient
qualification/experience and should not be changed without concurrence from
Owner/PMC.
Curriculum vitae of all key Construction Personnel shall be submitted to Owner/PMC at
least 3 months before deployment. Owner/PMC reserves the right to interview these
personnel before their mobilization.
1.9 The CONTRACTOR shall ensure delegation of adequate and sufficient powers
(including financial) to the Head of his Construction Team for effective and smooth
functioning of the construction management. HO support shall be provided to the Head
of Construction Team at site during construction on all matters of project execution
including the following:
- Field engineering.
- Vendor specialists required during construction.
- Rectification/replacement of defective supplies, if any, noticed during
construction.
1.13 Whenever the hookup is to be done with the facilities under operation, efforts shall be
made by the CONTRACTOR to complete the work and restore the system expeditiously.
If required the work shall be continued round the clock.
1.14 All equipments pertaining to Package is included in the scope of the CONTRACTOR.
The CONTRACTOR shall carry out the route survey and report shall be submitted to
Owner/PMC well in advance. All the clearances, approval from government agencies,
local bodies, private parties, police, electricity / telephone departments, Railway
authorities, PWD, Highway authorities, various departments of Owner etc. for moving
the ODC cargo is included in the CONTRACTOR’s scope. Before each movement,
copy of the major clearance obtained shall be forwarded to Owner/PMC. The cost
/deposits of such approval, which may be incurred by the CONTRACTOR, shall be
included in the lump sum price.
1.15 Any modification, dismantling, re-routing etc. of the permanent / temporary facilities
belonging to Owner, private parties, public / government facilities including provision of
ramps at bridges to enable the ODC movement are in CONTRACTOR’s scope.
1.16 Restoration of the all the modified, dismantled facilities to original condition is in the
scope of the CONTRACTOR. CONTRACTOR shall obtain no claim certificates from
such parties.
2.0 EXECUTION OF WORKS
The CONTRACTOR'S work during construction shall include but not be limited to the
following:
i) Prepare and submit all the Plans, Procedures and documents to Owner/PMC as
specified in the contract.
ii) Establish requisite site organization staffed by competent and experienced
specialists, supervisors and inspectors.
iii) Supervise, Coordinate and manage the activities performed at site by him and by
his sub-contractors for execution of work and render all technical/specialist
services.
v) Plan and schedule the construction work, monitor and take timely corrective
action when required to adhere to approved execution schedule.
vi) Plan, allocate and mobilize required resources, manpower, and construction
equipment/materials, commensurate with construction plan/schedule.
vii) Provide all temporary facilities required for Construction including drinking water,
lighting, office space, electronic transmission of drawings & documents, printing
facilities, rest rooms, crèches, first-aid, fire protection system, toilets, canteen
facilities, labour hutments, transport facilities for the workers and staff. However
no space shall be provided for labour camp by the Owner.
viii) Prepare & implement Quality Control and Quality Assurance plan.
ix) Prepare & implement Health, Safety & Environment (HSE) plan.
x) Report beforehand and take approval from Owner/PMC regarding use of any
equipment and/or material not conforming to the contract, drawings and
specifications.
xi) Execute and supervise all additional works and modification works as required or
suggested by Owner/PMC as a part of approved change orders.
xii) Erect and install the equipments and materials according to the approved
specifications and procedures.
xiii) Establish required Field Inspection and Testing Laboratories at site to carryout
tests as specified in the standards/specifications of the contract.
xiv) To organize and obtain all applicable clearances/approvals from statutory
bodies/authorities, as required by the laws of land for the work executed at site
shall be the responsibility of the Contractor under the contract.
xv) Obtain approval of Owner/ PMC for Welding Procedure Specifications (WPS)/
Procedure Qualification Records (PQR) as required. Carry out inspection, non-
destructive tests and analyze and certify acceptability of all welds and materials
in accordance with specified Technical Standards. Carry out inspection and
testing of incoming materials as per agreed procedures.
xvi) Prepare detailed schemes for Heavy/Critical Equipments' movement / erection /
lifting / rigging and submit the same for review / approval to Owner/PMC before
undertaking such Critical/Heavy lifts/movements. Contractor to study the
Heavy/Critical Equipments' movement from yard to erection site and make all
arrangements, necessary developments and strengthening if required for
transportation of equipments. Any modifications required including dismantling
and re-erection of structures/piping, etc for the existing facilities for smooth flow
of such heavy equipment shall be carried out by the CONTRACTOR at his own
cost. However, prior approval for such modifications shall be required from the
Owner.
xvii) The Contractor shall carry out erection of heavy lift of equipments in line with
technical specification No. A307-6-82-0005 enclosed as Attachment-I.
xviii) Organize and conduct Weekly Project Review meeting related to site
construction activities.
xviii) Provide daily work progress reports and detailed weekly and monthly progress
reports summarizing percentage completion of the work including status of
drawings, materials and effects on approved schedule, areas of concern and
corrective actions required thereof. Contractor shall also identify any foreseeable
delays in any aspect of the WORK and take corrective actions to
eliminate/minimize the effect on Overall Completion Schedule. All progress shall
be quantified.
xix) Take photographs and video recording of Project Construction Progress on
regular basis and submit the same to Owner/PMC on monthly basis along with
the Monthly Progress Report.
xx) DELETED.
xxi) Prepare and submit safety and labour relation procedures in line with all
applicable codes, regulations and OWNER'S requirements.
xxii) Supervise and monitor all safety and labour relation functions as per agreed
procedures and applicable laws of the land and report to Owner immediately for
any violations and injuries.
xxiii) If any part of the facilities is completed and is under operation, while other parts
of the facilities are under construction, or work is to be carried in running Plant , it
is essential that rigid safety rules be prepared and maintained for all works in
accordance with the requirements of Owner/PMC.
xxiv) Maintaining all the records generated during project execution up-to-date and
made available to Owner/PMC whenever requested. These records shall be
handed over to Owner on completion of the work at no extra cost to Owner.
xli) Organize safety induction programme for their manpower before deployment on
work and at regular intervals thereafter.
CONTRACTOR shall draw up a detailed activity list of pre shutdown activities and
shutdown activities (wherever applicable) and submit the same for the approval of the
Owner/PMC. All endeavors shall be made to maximize the pre-fabrication before the
planned shut down and to minimize the work during shutdown period. All such activities
shall be identified and appropriately planned for temporary supports, scaffolding,
clamping arrangements, enabling works, etc. so that the quantum of the work during the
shutdown can be minimized.
3.0 EXECUTION PLANS
CONTRACTOR shall submit Construction Execution Plan to Owner/PMC for
review/approval during kick-off meeting. The Plan shall detail the execution
methodology of the CONTRACTOR during construction phase of the PROJECT
covering following aspects as minimum –
3.1 Construction Management Plan
CONTRACTOR shall submit Construction Management Plan to Owner/PMC for
approval during kick-off meeting. The Plan shall detail the management methodology to
be applied during the construction phase of the PROJECT, along with a list of
procedures to be utilized in undertaking the work.
All reference procedures and detail work plans referred to in this document must be
submitted for review and approval by Owner/PMC at least (4) four weeks in advance of
actual commencement of the activity concerned.
3.2 Construction Execution Plan:
It shall include the following as minimum:
3.2.1 Contractor’s manpower and man-hour histogram by major section and discipline and
their manpower deployment schedule on monthly basis.
3.2.2 Major equipment mobilization plan on monthly basis with short description.
CONTRACTOR to develop this plan with due consideration to maximize the
mechanization of construction activities.
Other plans of Contractor and procedures to be submitted at least four (4) weeks prior to
start of respective activity at site, include the following as a minimum:
a. Develop/ prepare pre-shut down/ shut down and post shut down plan including
resource mobilization plan and submit to Owner/PMC for approval(where
applicable).
b. Develop/ prepare construction/erection plan/procedures and submit to Owner/
PMC for approval.
c. Temporary facilities, etc.
d. Barricading Plan (if applicable)
e. Heavy transport and heavy lifting plan (Rigging Plan)
f. Pre-fabrication plan
g. Other activity plans e.g. piping, equipment and steel structure erection plan etc
h. Monsoon counter measures and preparation
i. Emergency Evacuation Procedure
j. Schemes to carry out works in inclement weather
Contractor shall ensure that lay down area (as applicable) given to him shall be utilized
optimally.
3.3 Sub-Contracting Plan
A minimum of the following activities shall be performed by the CONTRACTOR
directly and shall not be subcontracted:
a) Project Management
b) Planning
c) Procurement
d) Construction Management
e) Commissioning
If CONTRACTOR proposes to engage sub-contractor(s) for the execution of some of the
activities at site, a preliminary sub-contracting plan along with the identified scope of
work for each sub-contract shall be furnished by the CONTRACTOR to the Owner/PMC
at the time of bid submission. However, the credentials of proposed Sub-contractor(s)’s
shall be submitted by the CONTRACTOR on award of work, which shall be evaluated by
Owner/PMC at SITE for acceptance. CONTRACTOR shall not be permitted to change
the sub-contractor under any circumstances without prior approval of Owner/PMC.
Non-compliance of the above shall be strictly dealt within relevant provision(s) of the
contract.
The sub-contracting plan shall cover
i) Sub-contracting philosophy and plan
ii) List and scope of work of each subcontract
iii) Subcontract administration plan
iv) Organization chart of each sub-contractor.
The list and major scope of each subcontract shall not be changed from those of the
CONTRACTOR’S plan unless specially approved by OWNER.
4.0 TEMPORARY FACILITIES
The CONTRACTOR shall arrange the following temporary facilities as the minimum
(including for his sub-contractors also):
i) Exact location of temporary work area, access and general layout inside the
area.
ii) Planning and description of the temporary facilities (as applicable) such as.:
CONTRACTOR shall develop the temporary facilities layout for approval of Owner/PMC.
Limited space for the following specific purpose will be provided at erection site.
Contractor shall take land outside refinery/ Project area (if required) for the following:
The CONTRACTOR shall obtain all statutory approvals from concerned authorities for
all warehouse equipment, instruments etc. The CONTRACTOR shall comply with
statutory regulations for storage of any material covered under Explosives rules.
The CONTRACTOR shall be responsible for carrying out the Warehouse Management
and Material Control in accordance with the approved warehousing procedure and
material control procedure, which is to be submitted by the CONTRACTOR during kick-
off meeting. The activities shall include but not limited to:
- Transport Liaison, both for imported materials as well as materials procured
indigenously, from the time of dispatch up to receipt at site.
- Transportation Plan (i) from source to site (ii) site to erection location.
- Receipt, Handling, Identification, Inspection (including confirmation by an Alloy
Analyzer for Alloy Steel, Stainless Steel and other Exotic Materials) and
Acceptance, Storage and Preservation of Materials, Codification of all materials
including free issue materials to be supplied by OWNER.
- Filing of insurance Claims and follow up.
- Documentation for control and accounting of materials.
- Generation and upkeep of Traceability Records for materials.
- Materials Control & Issue.
- Inventory Checks.
- Field Requisition and Purchase.
- Spare & Tools including handing over of mandatory Spares/Tools to the OWNER
as per the terms of the contract.
- Material Appropriation and Handing Over of all items to OWNER with Owner’s
codification system as per terms of contract.
- Security.
- Taking up with suppliers on short supplied items and placing replacement orders
for lost/damaged items.
- Intimating to there HO regarding short/lost/damaged items received at site and
further replacement action, as applicable.
-
CONTRACTOR shall generate and issue following reports:
- Fortnightly statement of consignments in transit.
- Daily report of material received.
- Material receipt status and inventory status w.r.t. material delivery schedule
- Material Inspection Report with respect to materials received at site
- Report on Over/Short/Reject/Damage (OSRD) receipts against each
consignment on receipt at warehouse.
- Weekly status of consignments, Material Receipt Report (MRRs)
- Monthly status of field purchase.
- Monthly status of over, short, reject & damage (OSRD) settlement.
- Monthly status of piping material MTO V/s Actual receipt.
- Log Register of Rotating Equipments maintenance
- Daily Stock Position of Cement
- Any other report as desired by Owner/PMC.
CONTRACTOR shall maintain the records of wages paid in a wage register, PF, etc. as
per statutory regulations.
CONTRACTOR shall report immediately to Owner/PMC any problems including labour
disputes, fight, and work stoppages. A written report shall be submitted to Owner/PMC
within 24 hours of the incident.
CONTRACTOR must submit a Labour Relation Plan including their sub-contractor(s)
prior to the start of the work/within one month of award of the contract, whichever is
earlier, mentioning as a minimum:
A detailed estimate of the number of labour, both indirect and direct, sorted by
-
craft.
- Outline recruiting plans for all manpower requirements.
- Identify personnel involved with labour relations and outline procedures to
mitigate labour disputes & problems.
- Labour welfare plan
CONTRACTOR shall hold labour relations meeting twice a month with their work force
as well as a separate meeting with the Owner.
14.0 CONSTRUCTION EQUIPMENTS
The CONTRACTOR is required to organize and mobilize the construction equipments
and other tools/tackles in a sequential manner and ensure that plant installation is
carried out in a mechanized manner to the extent possible and its mechanical
completion is achieved within targeted time schedule.
CONTRACTOR shall ensure deployment of the following construction equipment as a
minimum as per requirement to the maximum extent –
i. Crane of Suitable capacity
ii. Hydra
iii. Hydraulic Axle Trailer for transportation of equipments
iv. X-ray and Radiography sources (if required).
v. Blast cleaning and Painting Shop (if required)
vi. Welding machines
vii. DG sets
viii. Test Pumps
ix. Compressors (if required)
x. Gas and Mechanical cutting devices
xi. Various inspection / measuring devices
For the purpose of Equipment Erection, the CONTRACTOR shall deploy a Rigging team
headed by a Rigging Foreman/Engineer reporting to concerned Area Engineer. Area
Engineer should be well conversant with various erection techniques and shall
be responsible for preparing erection schemes in accordance with the approved
procedures and based on crane manuals and suiting to plant layout. Area Engineer shall
have to foresee various other construction activities in the surroundings areas while
planning erection schemes including safety aspects of man and machinery also.
Contractor shall prepare erection schedule in line with the overall project schedule of the
Plant in phased manner with erection schemes of various equipments etc. and submit to
Owner/PMC for approval, Monitoring and control of erection schedule and erection
activities shall be carried out by the contractor as per the approved construction
procedures.
Contractor shall ensure the timely augmentation of the men, equipments and machinery
depending upon the exigencies of the work to meet the overall project schedule and as
per instructions of Owner/PMC.
approval. Monitoring and control of the construction activities shall be carried out as per
the approved construction schedule & procedures.
During the execution of works at site, if the CONTRACTOR engages sub-contractor (s)
for execution of works at site as per approval obtained from Owner/PMC in line with
contract provision(s) and in the event sub-contractor complains in writing to the OWNER
with regard to the non-payment of their dues from the CONTRACTOR for the works
executed by them (excluding final payments and payments due after termination of sub-
contractors' services by the main CONTRACTOR), Owner/PMC reserves the right to
make such payment to the sub-contractors directly based on approved measurements
with due notice to the CONTRACTOR. Owner/PMC shall release such payments to sub-
contractor at the cost and risk of the CONTRACTOR in order to ensure smooth
execution of work at site. All such payments made by Owner/PMC to the sub-
contractor(s) shall be deducted from the running account bills or any other payments
due to the CONTRACTOR.
The above provisions shall also be applicable in case of construction materials procured
at site by the CONTRACTOR from the suppliers.
The Maximum Transportable dimensions (inclusive of all projections & saddle height)/
weight in the 2 routes are as under:
All equipments with Consignment size 6 Mtr X 6 Mtr can be transported from Vendor
works to Port at Wellington Island and transported in hydraulic axles with maximum
weight of the consignment limited to 100 MT.
By road from various vendors in Gujarat, Maharashtra, Tamil Nadu, A.P., Haryana to
Kochi – site Length- 25 Mtrs x Width 4.5 Mtrs x Height 4 Mtrs.
For equipment of consignment sizes less than or equal to 6 mtr, Vendor shall arrange
space outside refinery to assemble and supply the equipments.
Transportation of all equipment from shop to site and unloading the same at
designated location. Transportation responsibility of contractor shall include route
survey from vendor workshop to refinery gate, from refinery gate to erection / assembly
site inside the refinery, arranging and providing loading/ unloading facilities, obtaining
clearances from statutory organizations like PWD, state electricity boards etc. All
equipments above 49 MT weight are to be transported by Hydraulic axles only.
Contractor to submit the detail report and Transportation Procedure.
Bidder shall visit the site at bid stage and furnish detail execution schedule and
resource mobilization plan at vendor shop and IREP site to meet the Project schedule
requirements at Pre bid stage itself. Bidders shall also arrange a presentation on
execution methodology at Pre bid stage.
Standard Procedure for boxing of interface joints, not subjected to hydrostatic tests at
site, shall be strictly followed (Refer Procedure No. 5-7700-0120). In addition,
requirements specified in EIL standard specification for application of torque and
hydraulic bolt tension for flange joints No. 6-76-0002 shall also be followed by the
CONTRACTOR.
a) An overall Execution Schedule in the form of Bar Chart covering all the key activities
involved in Assembly /fabrication / erection and Transportation Works.
b) Replies of Technical Compliance Format, Doc. No. A307-00-0IY-19-41-TC05
enclosing the required documents, as specified in different clauses.
a) Site Organization Chart proposed for the job with reporting sequence of the
personnel.
b) Bio-data of Key construction personnel such as Resident Construction Manager,
Lead QA/QC Engineer, Lead Mechanical Engineer, Lead Civil Engineer & Safety
Officer in compliance with the qualification and experience requirements specified in
doc. No 9-1940-0001 enclosed elsewhere in the bid package.
c) List of Equipments and Manpower proposed to be deployed during execution.
d) Submit HSE Plan to be implemented in line with HSE Specifications attached in the
bid document.
APPENDIX - A
QUALITY ASSURANCE
AND
QUALITY CONTROL
DURING CONSTRUCTION
TABLE OF CONTENTS
_____________________________________________________________________
CLAUSE NO. TITLE PAGE NO.
_____________________________________________________________________
1.0 SCOPE 20
2.0 RESPONSIBILITY 20
3.0 METHODOLOGY
1.0 SCOPE
This document shall be applicable to all construction works to be executed by
CONTRACTOR.
2.0 RESPONSIBILITY
It is Contractor’s prime responsibility to arrange/produce the product conforming to
contract specifications and inspect all equipment, materials and works at various stages
of execution as per the approved QA Plans. In addition, they have to coordinate all
efforts in this regard directly with the Owner/PMC and other involved agencies to give
adequate confidence that the activities are performed as per agreed ITPs and necessary
documentation is available. Contractor shall deploy an exclusive team of Quality control
Engineers and Supervisors for ensuring the quality of works executed at site on day to
day basis. Verification by Owner/PMC or his representative at any stage shall not relieve
CONTRACTOR of his responsibility towards quality of the product.
The CONTRACTOR shall comply with all statutory rules & regulations in force during
execution of work and interface with such authorities as required.
3.0 METHODOLOGY
The management of construction quality control is divided into the following categories:-
(1) Procurement of materials required for the construction work.
(2) Execution of work
(3) QA/QC Audits
3.1 PROCUREMENT OF MATERIALS REQUIRED FOR THE CONSTRUCTION
WORK
The CONTRACTOR shall develop list(s) defining the items to be procured along with
proposed Vendors for approval of the Owner/PMC. The list shall comprise of all items
except vessels, equipments, pumps, electrical/ instrumentation panels etc. which may
be available directly ready for installation or requiring small fabrication as per
requirement. The vendor list shall be in line with the contract document. In case, no
vendor list exists in the contract for a particular item, the CONTRACTOR shall propose
a list of Vendors to Owner/PMC. CONTRACTOR has to satisfy himself with the
capability of the vendor to deliver the product in time with quality before proposing him
as a prospective vendor. CONTRACTOR shall submit the QA/QC plans for all major
items and carry out their procurement in line with the approved plans. The categorization
plan shall be submitted by contractor in line with the contract requirement/ bid package.
The CONTRACTOR can either provide his own adequate qualified staff for inspection or
employ a separate third- party inspection agency with prior approval to carry out these
functions. Involvement of Owner/PMC in the quality control plan, if required, shall be
defined during approval of the same.
CONTRACTOR’s procurement shall cover the purchasing including order and supply,
inspection, expediting, custom clearance (where applicable), transportation to site,
stores management (which shall include preservation / storage of equipment and
materials, covered / open storage for all items) required to complete the package in all
respect.
3.2 EXECUTION OF WORK
(i) The QA plans for execution shall be developed by the CONTRACTOR. OWNER/
PMC’s approval for the same shall be taken well before start of the work. The final
Inspection & Test Plans (ITPs) and formats, based on the indicative ITPs (if
any, enclosed elsewhere in package), shall be developed by the
required. The CONTRACTOR shall maintain the records of all materials brought at
site and tests conducted on them.
(vi) In process and final Inspection
CONTRACTOR shall be responsible to arrange verification of products during in-
process and final inspection. Relevant checks and tests shall be arranged for the
works performed and records maintained. Tolerances achieved with respect to
contract specification and execution drawings for various activities/processes shall
be ascertained and submitted to Owner/PMC for approval. Efforts shall be made to
keep checks and controls in such a way that a non-conforming product is avoided.
However, if in an isolated case, the tolerances are beyond the acceptable values
given in the contract/execution drawings/codes, non-conformance
resolution/Deviation permit need to be raised by the CONTRACTOR and got
approved/resolved from Owner/PMC.
The CONTRACTOR shall arrange verification of ingredients used and validation of
the software used at the batching plant(s). Owner/PMC reserve the right to inspect
the working of batching plant including validation of the software used and
calibration of measuring & monitoring devices any time. The CONTRACTOR shall
ensure the quality of the concrete delivered by the transit mixers, as applicable and
maintain verifiable records.
CONTRACTOR will carryout Inspection, Non-destructive Tests and analyze and
certify acceptability of all welds, materials and works in accordance with specified
technical standards/International standards and carryout inspection and testing of
incoming materials as per agreed procedures.
CONTRACTOR shall mobilize Portable Alloy Analyser(s) with printout facility and
carry out 'Positive Material Identification (PMI)' of incoming materials and welds after
erection/installation but prior to hydro-testing inline with specification no. 6-76-0002.
Any non-conformance detected shall be removed and replaced prior to final hydro
testing.
The CONTRACTOR shall develop color coding scheme of stored piping materials
to avoid mixing up of material at different stages of construction and submit it to
Owner/PMC for approval
vii) Any Observation on quality aspects , Owner/PMC shall raise observation in
attached OQA format which has to be acknowledged & compliance to be done by
the contractor within the agreed time period.
viii) The CONTRACTOR shall follow the requirements given for control of monitoring
and measuring devices (Refer Document no. A307-00-0IY-19-41-0002).
3.3 QA/QC AUDITS
During the execution of the works, CONTRACTOR shall carry out periodical Quality
Audits at least quarterly in all areas of work. These audits will be conducted by a team
of specialists in the respective areas. The auditors shall not be directly involved in the
jobs being audited.
The CONTRACTOR shall prepare an Audit Plan and Procedure and submit the same to
Owner/PMC for approval.
A copy of the Audit Report containing the findings of the Audit team will be submitted to
Owner/PMC. After completion of rectification/modifications/corrective actions on the
issues indicated in Audit Report, Compliance Report shall be submitted by the
CONTRACTOR to Owner/PMC for review.
Over and above the Contractor’s Internal QA/QC Audits outlined above, Owner/PMC
shall also reserve the right to conduct QA/QC audits at the frequency decided by them.
CONTRACTOR shall participate and provide full support to the Audit Team and furnish
all documents/reports/records as desired by the Audit Team. The CONTRACTOR shall
take all actions required to comply with the findings of the Audit Report and issue regular
Compliance Reports for the same to Owner/PMC till all the findings of the Audit Report
are fully complied.
In case major Non conformities are observed during execution of the works Owner/PMC
reserve the right to appoint an independent person/Third Party Agency to conduct
QA/QC Systems Audit for full/part of the facilities being executed by the
CONTRACTOR. This audit will be in addition to the audits described above
and may be carried out intermittently/continuously for all or part of the facilities being
executed by the CONTRACTOR. CONTRACTOR shall bear the total cost of such
audits and shall participate & provide full support to the Audit Team and ensure
compliance of the audit observations.
All the necessary documentation & records shall be maintained by CONTRACTOR till
completion of project and handed over to Owner/PMC in requisite copies as a part of
completion documents. Wherever Owner/PMC personnel were directly involved
particularly in witness and hold point, the copies of the records shall also be provided to
personnel on completing inspection of those activities. The documentation & records
shall include the following as a minimum but not limited to:
i) Approved Quality Assurance Plan
ii) Approved Inspection and Test Plans
iii) Inspection and test documents covering
APPENDIX-B
DURING CONSTRUCTION
GENERAL REQUIREMENTS
1.0 Specification for Health, Safety and Environment (HSE) Management (Spec. No. A307-
00-6-82-0001), is required to be followed by CONTRACTOR during Construction Phase
at site.
2.0 CONTRACTOR shall have a documented HSE policy to cover commitment of the
organization to ensure Health, Safety and Environment aspects in the line of operation.
3.0 It is the responsibility of the CONTRACTOR to ensure that safe construction procedures
are complied with. CONTRACTOR will also ensure that adequate First Aid medical
facilities are available for emergency purpose and that safety practices as per the
approved safety procedure are followed by his sub-contractors also.
a) The use of safety gadgets, viz. safety goggles, helmets, safety shoes, full body
harness, provision of safety net for construction at higher elevations and
provision of toe boards in scaffolding platforms, etc.
b) All hot works must be performed by ensuring compliance to the requirements as
specified by the Owner from time to time.
c) Barricading of crane movement areas / Radiography areas
d) Proper earthing of equipments.
e) Proper shoring / strutting of Excavated Areas, as applicable.
f) Cylinders of inflammable gases to be stacked upright.
The responsibilities of the CONTRACTOR will include but not limited to:
4.0 Guidelines on Safety Practices during Construction and Contractor Safety prepared by
Oil Industry Safety Directorate (OISD) Nos. OISD-GDN-192 & OISD-GDN-207 shall be
followed by the contractor at site. Safety Recommended Practices for Electrical System
(OISD-RP-147) shall be followed by the contractor at site. These are supplementary
requirements in addition to specification for Health, Safety and Environment (HSE)
Management (Spec. No. A307-00-6-82-0001) to be followed by the CONTRACTOR at
site.
5.0 Any Observation on Safety aspects ,EIL/PMC shall raise observation in attached
OSA format, which has to be acknowledged & compliance to be done by the
contractor within the agreed time period.
6.0 Procedure for Safe Operation with Hydra Crane (Refer Document No. A307-5-1940-
9500, Rev.0) shall be followed during the entire period of execution.
PROCEDURE FOR
IDENTIFICATION AND BOXING UP
OF
FLANGE JOINTS NOT SUBJCTED TO
HYDROSTATIC TEST AT SITE
ABBREVIATIONS :
CONTENTS
1.0 SCOPE 4
2.0 REFERENCES 4
3.0 DEFINITIONS 4
6.0 ATTACHMENTS
1.0 SCOPE
After Mechanical Completion, the Plant is handed over to the commissioning team/client for
pre-commissioning/commissioning activities. At this stage, interface joints connecting
equipments like compressors pumps, columns, vessels etc. and in line instruments joints like
Control Valves, Safety Valves, Turbine Flow Meters, are not subjected to hydrostatic test.
These joints are required to be tagged and identified to enable commissioning team to take
care of these joints during leak test prior to start-up. Similarly joints which are opened up during
flushing, blowing/clearing also need to be identified.
The scope of this Procedure is to give a methodology for identification and boxing up of such
interface joints in-line instrument flange joints and joints opened up during flushing at site.
This Procedure is intended to provide leak proof flanged joints for safe and smooth
commissioning/operation of process plants.
The requirements of this Procedure shall be taken care of during detailed Engineering,
Construction and Pre-commissioning/Commissioning stages of project execution.
2.0 REFERENCES
3.0 DEFINITIONS
NONE
b) Joints where Spades/Plate Flanges/Blind Flanges are used at piping for system
isolation due to pressure test limits.
c) Joints where Spools with temporary flanges are used to isolate control valves
and other in-line instruments, etc.
e) Joints where spectacle blind may need reversal due to operational requirement
after hydro test.
Flange joints which are not subjected to hydro test and flange joints opened for
flushing shall be numbered and marked up on Isometric drawing as follows:
No two flange joints in a unit shall have the same number. For offsites where
isometrics are not prepared this numbering shall be marked on Piping GADs for each
line.
4.1.2.3 Contractor shall check all components of flange joints and shall fill in details in the
enclosed format No. 5-7700-0120-F1 for all flange joints which are not subjected to
Hydrostatic tests and those opened up during flushing as specified in Clause 4.1.
These complete history sheets shall form an integral part of hydro testing test packs.
Owner/Owner's representative shall verify the record on the history sheets for its
completeness and accept the same.
4.1.2.4 Hydrostatic test loops/lines shall not be released for hydro test until the history sheets
are accepted by Owner/Owner's representative.
4.1.3 A schematic loop diagram (need not be to scale but elevation difference will be
shown) for each hydro test loop shall be prepared by the contractor. This diagram
shall show test battery limits i.e. location of spades, high point vents (HPV), Low
Point Drains (LPD), pressure gauge locations, pressuring point and any other desired
information.
4.1.4.1 After completion of hydro testing, all flange joints defined in Clause 4.1 shall be
clearly circled on the schematic loop diagram as well as isometric drawings/GAD. A
copy of schematic loop diagram clearly showing all FJNHT and FJOFF shall be
handed over by construction engineers to pre-commissioning team/Owner. An
acknowledgement shall be obtained and shall be kept in records. FJNHT/FJOFF
shall also be marked in flange history sheets.
4.1.4.2 It is expected that for the purpose of flushing during pre-commissioning the joints will
be selected from such FJNHT. In case any other joint is selected by the
commissioning team, the same needs to be identified in the flange history sheet as
FJOFF.
4.1.4.3 All the above identified joints shall be tagged by the contractor at site for physical
identification.
Following procedure and checks shall be carried out during boxing up of interface
joints and joints opened during flushing and inspection so that the joints are made
leak proof.
4.2.1 Check for compliances of the following with respect to Isometric, PMS, Equipment
drawings, Pumps/Compressor drawings for compatibility of the following :
4.2.1.1 Flange rating type of the flange, flange gasket contact surface finish & condition of
the flange and flange material. Gasket contact surface shall be inspected for any
damage and shall be free from dirt, foreign material e.g. rust and grease/lubricant.
4.2.1.2 Gasket material, gasket type and gasket finish & condition. Cleaning & lapping of
gasket face to bring back to the original requirement in case of any grease, dirt or
superficial rust is on the face.
4.2.1.3 Damaged gaskets and gaskets opened after tightening once shall not be reused and
shall be replaced.
4.2.1.4 Bolting (type, thread specification, size and length). Compatibility of threads for
nuts/studs/bolts should be ensured so that there is to be no mix up of
ISO/Metric/UNC threads.
4.2.1.5 It is essential to identify the correct bolting material specified for the service.
4.2.1.6 Hardness of gasket and flange gasket face (as applicable) re-establishment of
hardness (if required) shall be done but not on the gasket face but very near to the
gasket face.
4.2.1.7 Bolt hole diameter in flange with respect to bolting diameter for proper clearance.
4.2.1.8 In case of tapped holes, tap specifications & corresponding stud/nut specification.
Tapped holes should be checked for the correct specifications with respect to studs
thread specification.
4.2.2 The stud/bolt shall be longer by one diameter to accommodate bolt tensioner. Excess
thread shall be protected by threaded cap. The caps shall have threaded nipple for
greasing in case of ambient design conditions of the flange. On nuts, there should be
holes on all the faces to tighten the nut, after tensioning the stud/bolts.
4.2.3 In case material stamping is not marked on the bolts, then bolts shall be subjected to
allow analyser for chemical composition. Particular care shall be taken to prevent mix
up between low-temperature, low-alloy & carbon steel bolts.
4.2.3.1 Many a time, it is observed at site stores that there is a mix up of bolting material. It is
essential to identify each lot of bolting material specification ASTM A-193 B7/A, 193
B8, A 193 B16 etc. and also low temperature bolting materials like ASTM A 320 L7,
ASTM A 320 gr. B8, etc. Particular colour coding or punch marking on the ends for
identification. In addition to identification of materials and manufacturer logo it is
required to punch size of the stud/bolts/nuts on end for easy identification during
installation at project. Site. The strong, handling and categorization shall be done in
such a ay so that there is no mix up of these materials at site. A check with PMI
instrument shall be done at the time of receipt of materials for correct composition.
Positive material identification (PMI) shall be carried out for flange/fittings, studs,
bolts, nuts and for RTJ gaskets and any other bulk material identified by EIL at site.
4.2.3.2 Similar to the identification and storage specified above for the bolting, all gaskets
shall also be identified and stored so that there is no mix up of different material
specification and source of supply.
4.2.3.3 It is essential to keep the following facility in the contractor stores to rule out any
confusion to sort out any accidental mix up.
To test the hardness of RTJ gasket. Care should be exercised not to make
indentation on the gasket contact surface.
4.2.3.4 The contractor shall ascertain the correct diameter of the studs and also the
threading type by use of micrometer. This is particularly necessary for tapped holes
like in case of compressor discharge volume bottle etc.
4.2.3.5 In case of tapped holes the size shall be clearly punch marked on the face without
damaging the contact surface. This requirement shall be taken care of by the
equipment (compressor, pump etc.) manufacturer.
4.2.3.6 In order to avoid mix up of different diameter of studs, the studs/nuts shall be
procured with size clearly punch marked on end/face, in addition to the specification
and manufacturers symbol as desired by the code.
i) alignment of flanges
ii) gasket alignment
iii) fasteners tightened up to required depth in tapped holes
iv) application of anti galling compound/lubricant as applicable
In case any constituent does not meet the above requirements as per PMS, VMS
and other relevant engg. document then replace the same with new one before
boxing up.
4.2.4.3 While doing the tightening case shall be taken to ensure sufficient clearance
particularly when bolting in limited spaces in valves, compressors, accessories,
instruments, pumps etc.
4.2.4.4 Pre-tightening to ensure full contact of gasket face & subsequently tightening using
bolt tensioner.
Page 640 of 827
PROCEDURE FOR IDENTIFICATION Document No.
AND BOXING UP OF FLANGE JOINTS 5-7700-0120
NOT SUBJECTED TO HYDROSTATIC Rev. No. 2
TEST AT SITE
Page 8 of 9
4.2.4.5 Torque value/hydraulic pressure - tension requirement to provide leak proof joint in
all conditions including hydro test shall be furnished to EIL/Owner/Inspection
authorities for approval along with calculations, catalogues, details of bolt tensioner
etc.
1. Design the flanged joint as per ASME Sec. VIII Div. 1 using the specified
parameters and the following :
c) Care should be exercised for above friction value because it varies from
0.06 to 0.3.
4.2.5.1 For flange assemblies not covered under the requirements of hydraulic bolt
tensioning, given in Clause 4.2.4.1 but falling in the following categories Bolt
Torqueing using pre-specified torque value shall be employed :
iii) 150# & 300# for Hydrogen - NB of pipe 14" and above
and H2S service only
4.2.5.2 Bolt torque values shall be pre-specified based on the guidelines given in Clause
4.2.4.5. First pass shall be made using 40% of the maximum torque value. Second
pass shall be made using 80% of the maximum torque value and in the final pass the
nuts are to be tightened upto the final torque values.
5.1 Flange History Sheet and bolt torque/bolt tensioning record for FJNHT/FJOFF:
i) Identification
- Bolt material
- Flange alignment
- Tool number
- Bolt Torque value
- Lubricant used
Flare History sheets generated using Format No. 5-7700-0120-F1, Schematic loop
diagrams showing FJNHT/FJOFF and Isometric drawings/GADs with flange joints
numbers and FJNHT/FJOFF circled with acknowledgement from EIL/Process
Licensor/Owner shall form part of the Quality records generated using this procedure.
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 677 of 827
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 681 of 827
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 683 of 827
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 686 of 827
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 688 of 827
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 694 of 827
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 697 of 827
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 698 of 827
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 701 of 827
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 702 of 827
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.
IS: 1989 (Pt -II) Leather safety boots and shoes
IS: 2925 Industrial Safety Helmets
IS: 3016 Code of practice for fire safety precautions in welding & cutting operation.
IS: 3043 Code of practice for earthing
IS: 3764 Code of safety for excavation work
IS: 3786 Methods for computation of frequency and severity rates for industrial injuries
and classification of industrial accidents
IS: 3696 Safety Code of scaffolds and ladders
IS: 4083 Recommendations on stacking and storage of construction materials and
components at site
IS: 4770 Rubber gloves for electrical purposes
IS: 5121 Safety code for piling and other deep foundations
IS: 5216 (Pt-I) Recommendations on Safety procedures and practices in electrical works
IS: 5557 Industrial and Safety rubber lined boots
IS: 5983 Eye protectors
IS: 6519 Selection, care and repair of Safety footwear
IS: 6994 (Pt-I) Industrial Safety Gloves (Leather & Cotton Gloves)
IS: 7293 Safety Code for working with construction Machinery
IS: 8519 Guide for selection of industrial safety equipment for body protection
IS: 9167 Ear protectors
IS: 11006 Flash back arrestor (Flame arrestor)
IS: 11016 General and safety requirements for machine tools and their operation
IS: 11057 Specification for Industrial safety nets
IS: 11226 Leather safety footwear having direct moulded rubber sole
IS: 11972 Code of practice for safety precaution to be taken when entering a sewerage
system
IS: 13367 Code of practice-safe use of cranes
IS: 13416 Recommendations for preventive measures against hazards at working place
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)
17) Severity Rate (No. of man days lost per 2 lacs man-hours
worked)
18) Loss Time Injury Frequency (No. of LTI per 2 lacs man-hours
worked)
19) No. of activities for which Job Safety Analysis (JSA) completed
20) No. of incentives/ awards given
21) No. of occasions on which penalty imposed by EIL/ Owner
22) No. of Audits conducted
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:…………………………………………………………………..
Name
Date: Signature:
Name:
Date: Signature:
Distribution After Resolution:
RCM/ Area Coordinator /QA Mgr:
Format No. EIL -1641-1924 Rev1 Copyrights EIL – All rights reserved
TABLE -1
Requirement for control of monitoring and measuring devices.
Sl.
Description Calibration requirements Frequency Remarks
No.
Civil-Survey
Civil Laboratory
Sl.
Description Calibration requirements Frequency Remarks
No.
Mechanical/
Electrical/
Welding
10 Pressure Gauges Calibration certificate from Once in 6 months Records to be
reputed laboratories or maintained
calibrate by dead weight
testers with standard weights
or with master Gauge
11 Dial gauges Check for Zero Error Whenever used ---
12 Dead Weight Calibration from As per Records
Tester manufacturer or reputed manufacturer's (Calibration
calibrating agency and recommendation or certificate) to
calibration certificate shall not once in a six month be maintained
be older than one month from whichever is earlier.
the date of mobilization.
13 Vernier caliper/ Check for Zero error Whenever used ---
screw gauge
14 Holiday tester Calibration from Once in 6 months Records to
manufacturer or reputed be maintained
calibrating agency or by
calibrating by zeep meter.
__________________________________________________________________________________
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved
Sl.
Description Calibration requirements Frequency Remarks
No.
20. Variable current, Calibration Certificate from Once in Six Records to be
voltage and reputed months maintained
resistance generators laboratories
__________________________________________________________________________________
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved
Name:
Date: Signature:
Distribution After Resolution:
: RCM/ Area Coordinator /QA Mgr:
Format No. EIL -1641-1924 Rev1 Copyrights EIL – All rights reserved
PROCEDURE
WITH
HYDRA CRANE
Document No.
PROCEDURE FOR SAFE
OPERATION WITH HYDRA A307-5-1940-9500 Rev. No.0
( IREP BPCL KOCHI ) Page 2 of 10
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 -
1. For Mechanical, Composite, EPC or EPCC Contracts of value more than Rupees 20
crores, the Lead Welding/NDT Engineers shall also possess Certified Welding Inspector
qualification from American Welding Society or CSWIP3.1 Welding Inspector
qualification from The Welding Institute, UK.
2. For Mechanical, Composite, EPC or EPCC Contracts of value more than Rupees 20
crores, the Lead QA/QC Engineer shall also be a qualified internal auditor for ISO 9001.
3. CVs of key construction personnel proposed to be deployed shall be submitted to
Owner/Engineer-in-Charge prior to their mobilization at site. The mobilization of key
personnel shall be done at site subject to prior approval of their CVs by Owner/Engineer-
in-Charge.
I) Penalty for non-mobilization per day per person after the contractual mobilization
period unless agreed otherwise by the Engineer-in-Charge:
- Rs. 5000/- for Resident Project Manager / Construction Manager/ Resident Engineer/
Site-in-Charge/ Spread In-charge;
- Rs. 3000/- for Lead QA/QC Engineer, Lead Planning Engineer, Lead Safety Officer and
Warehouse In-charge
II) Penalty for non-mobilization per day per person after completion of the mobilization
period agreed during the Kick off Meeting:
- Rs. 3000/- for Lead Discipline Engineer, Lead Welding/ NDT Engineer and the Quantity
Surveyor
OWNER : BPCL
Bidder must furnish answers/clarifications/confirmations of all the following queries and submit
along with offer.
SL. BIDDER'S
COMMENT/QUERY
NO. CONFIRMATION/ANSWER
1. Bidder to confirm that arrangement for Construction
Power at erection / assembly site shall be arranged by
the bidder at his own cost beyond the Power to be
supplied by the Owner, if any.
2. Bidder to confirm that requirement of Health, Safety and
Environment (HSE) as per specification A307-00-6-82-
0001 are taken into consideration.
3. Bidder to confirm that requirement of Procedure for Safe
Operation with Hydra Crane (Refer Document No. A307-
5-1940-9500, Rev.0) are taken into consideration.
Bidder must furnish answers/clarifications/confirmations of all the following queries and submit
along with offer.
SL. BIDDER'S
COMMENT/QUERY
NO. CONFIRMATION/ANSWER
9. Bidder to confirm that arrangement for
construction water shall be done by the bidder
as per SCC Clause.
10. Bidder to note that storage space as well
fabrication yard shall not be provided inside
Refinery area. Bidder to confirm that all plates
shall be rolled outside refinery site and
transported to site on release of erection fronts.
ELECTRICAL POWER IS THE MAINSTAY OF ANY CONSTRUCTION ACTIVITY. AT THE SAME TIME IT REQUIRES
UTMOST CARE IN IT'S UTILISATION TO AVOID ACCIDENTS DUE TO ELECTRICAL SHOCK, FIRE INCIDENTS OR
ELECTRIC SHORT CIRCUITS. EXPOSURE OF ELECTRICAL INSTALLATION TO ADVERSE ENVIRONMENTAL
CONDITIONS INCREASE THE RISK OF SUCH ACCIDENTS. HENCE IT IS NECESSARY TO TAKE EXTRA
PRECAUTIONS FOR SUCH INSTALLATIONS TO ENSURE SAFETY OF PERSONNEL AND EQUIPMENT. THIS
STANDARD ADDRESSES THE SAFETY MEASURES REQUIRED TO BE ADOPTED FOR THE ELECTRICAL
INSTALLATIONS BY ALL CONTRACTORS DURING CONSTRUCTION PHASE.
ALL ELECTRICAL CONNECTIONS/WORK FOR ELECTRICAL INSTALLATIONS SHALL BE CARRIED OUT AS PER
PROVISIONS OF THE LATEST REVISION OF THE FOLLOWING CODES AND STANDARDS IN ADDITION TO THE
REQUIREMENTS OF STATUTORY AUTHORITIES AND IE RULES:
OISD—STD-173 : FIRE PREVENTION AND PROTECTION SYSTEM FOR ELECTRICAL INSTALLATIONS.
SP-30 (BIS) : NATIONAL ELECTRIC CODE.
THE INSTALLATION SHALL HAVE APPROVAL FROM CONCERNED STATUTORY AUTHORITIES.
ALL ELECTRICAL CONNECTIONS SHALL BE DONE BY AN ELECTRICIAN WITH VALID LICENCE AND TO THE
SATISFACTION OF ENGINEER—IN—CHARGE.
ONE COMPETENT LICENCED ELECTRICIAN SHALL BE MADE AVAILABLE BY CONTRACTOR AT SITE ROUND
THE CLOCK TO ATTEND TO THE NORMAL/EMERGENCY JOBS.
ALL SWITCH BOARDS/WELDING MACHINES SHALL BE KEPT IN WELL VENTILATED & COVERED SHED.
THE SHED SHALL BE ELEVATED TO AVOID WATER LOGGING. 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.
FIRE EXTINGUISHERS AND INSULATING MATS SHALL BE PROVIDED IN ALL POWER DISTRIBUTION CENTERS.
TEMPORARY ELECTRICAL EQUIPMENT SHALL NOT BE EMPLOYED IN HAZARDOUS AREAS WITHOUT OBTAINING
SAFETY PERMIT.
12. THE FOLLOWING DESIGN FEATURES SHALL BE ENSURED FOR ALL ELECTRICAL INSTALLATIONS DURING
CONSTRUCTION PHASE.
12.1 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.
12.2 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.
12.3 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.
12.4 ALL CONNECTIONS TO THE HANDTOOLS/WELDING RECEPTACLES SHALL BE TAKEN THROUGH PROPER
SWITCHES, SOCKETS AND PLUGS.
12.5 ALL SINGLE PHASE SOCKETS SHALL BE MINIMUM 3 PIN TYPE ONLY. ALL UNUSED SOCKETS SHALL BE
PROVIDED WITH SOCKET CAPS.
12.6 ONLY 3 CORE (P+N+E) OVERALL SHEATHED FLEXIBLE CABLES WITH MINIMUM CONDUCTOR SIZE OF
2
1.5 MM COPPER SHALL BE USED FOR ALL HAND TOOLS.
12.7 ONLY METALLIC DISTRIBUTION BOXES WITH DOUBLE EARTHING SHALL BE USED AT SITE. NO WOODEN
BOXES SHALL BE USED.
12.8 ALL POWER CABLES SHALL BE TERMINATED WITH COMPRESSION TYPE CABLE GLANDS.
LUGS SHALL BE USED FOR MULTISTRAND WIRES/CABLES.
12.10 CABLES SHALL BE LAID IN UNDERGROUND AT A MINIMUM DEPTH OF 750 MM, FOR LV & CONTROLS
AND 900MM FOR HV CABLES COVERED WITH SAND, BRICK AND SOIL FOR ENSURING MECHANICAL
PROTECTION. CABLES SHALL NOT BE LAID IN WATER LOGGED 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
ATLEAST 2.1 M HIGH. MINIMUM HEAD CLEARANCE OF 6 METERS SHALL BE PROVIDED AT ROAD CROSSING.
12.11 UNDER GROUND CABLES SHALL NOT BE ALLOWED TO CROSS THE ROADS WITHOUT PIPE SLEEVE
12.12 ALL CABLE JOINTS SHALL BE DONE WITH PROPER JOINTING KIT. NO TAPED/TEMPORARY JOINTS SHALL
BE USED.
12.13 AN INDEPENDENT EARTHING FACILITY SHOULD PREFERABLY BE ESTABLISHED WITHIN THE TEMPORARY
INSTALLATION PREMISES. ALL APPLIANCES AND EQUIPMENT SHALL BE ADEQUATELY EARTHED. IN CASE
ARMOURED CABLES ARE USED, THE ARMOUR SHALL BE BONDED TO THE EARTHING SYSTEM.
12.14 ALL CABLES AND WIRE ROPE USED FOR EARTH CONNECTIONS SHALL BE TERMINATED THROUGH TINNED
COPPER LUGS.
12.15 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.
12.16 SEPARATE CORE SHALL BE PROVIDED FOR NEUTRAL. EARTH/STRUCTURES SHALL NOT BE USED AS A
NEUTRAL IN ANY CASE.
12.17 ON/OFF POSITION OF ALL SWITCHES SHALL BE CLEARLY DESIGNATED/PAINTED FOR EASY ISOLATION
IN EMERGENCY.
X--S('S/ 9Th .1
2 02.03.12 REAFFIRMED & ISSUED BP *- •-• C UAP/J MS DM
1 26.09.06 REVISED & ISSUED AS STANDARD BP RKS/UAP J MS VC
Rev. Prepared Checked Stds. Committee Stds. Bureau
Date Purpose Convenor Chairman
No. by by
Page 806 of 827 Approved by
Format No. 8-00-0001-F4 Rev.0 Copyright EIL - All rights reserved
Page 807 of 827
Page 808 of 827
Page 809 of 827
Page 810 of 827
Page 811 of 827
Page 812 of 827
Page 813 of 827
Page 814 of 827
Page 815 of 827
Page 816 of 827
Page 817 of 827
Page 818 of 827
Page 819 of 827
Page 820 of 827
Page 821 of 827
Page 822 of 827
Page 823 of 827
Page 824 of 827
Page 825 of 827
Page 826 of 827
Page 827 of 827