Download as pdf or txt
Download as pdf or txt
You are on page 1of 196

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

Table of Contents
Document Number Rev. Document Title Page
Number
A307-000-WB-MR- A ENQUIRY DOCUMENT 2
3314-1243-RFQ
A307-000-WB-MR- A VALVES-BALL (AS/INCONEL/D UPLEX) 85
3314
6-81-0001 2 Standard specification for Positive Material Identification (PMI) at 89
Supplier's Works
6-81-0004 5 ITP for valves 97
6-78-0001 0 Specification for Quality Mgt. System Requirements from Bidders 104
6-78-0003 0 Specification for Documentation Requirement from Suppliers 113
6-44-0052 6 Technical notes for valves. 125
6-79-0015 1 Specification for duplex stainless steel and super duplex stainless 145
steel
6-79-0016 1 Specification for welding of duplex stainless steel and super 157
duplex stainless steel
A307-6-44-0006- 0 SPECS FOR MR OR PACKAGE INPUT 168
3314
A307-000-16-43- A ADDITIONAL TECHNICAL REQUIREMENTS FOR VALVES- 187
ATR-3314 BALL (CAT-II)
A307-000-16-43- 0 VENDOR DATA REQUIREMENTS FOR VALVES-BALL (CAT-II) 191
VDR-3314
A307-0IV-16-43-SP- 0 JOB SPECIFICATION 193
3001
A307-000-16-43-SP- 0 SPECIAL REQUIREMENTS FOR IBR1 195
0001

Page 1 of 196
EI Bhawan Annexe, Bhikaiji Cama Place, RK Puram, New Delhi – 110 066, INDIA
Phone No : 0091-11-26762121 ; Fax No : 0091-11-26191714, 26167664
REQUEST FOR QUOTATION (RFQ)
RFQ No. : SM/A307-000-WB-MR-3314/1243 Date: 18–FEB-2014

Client : BHARAT PETROLEUM CORPN. LIMITED


Project: INTEGRATED REFINERY EXPANSION PROJECT
AT KOCHI REFINERY
MR No.: A307-000-WB-MR-3314 REV.A
Item: VALVES-BALL ( AS / INCONEL / DUPLEX)
Due Date & Time: 19-MAR-2014 & Up to 1200 Hrs. (IST)

At 1400 Hrs. (IST) on 19-MAR-2014 (at EIB - 5th Floor,


Engineers India Limited, Bhikaiji Cama Place, R.K. Puram,
UNPRICED BID OPENING: New Delhi – 110066, India) (In case the bid due date happens to
fall on Holiday, the next working day shall be deemed to be due
date)
PRICED BID OPENING: TIME & VENUE SHALL BE INTIMATED LATER.

Gentlemen,

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

1. Bidder should submit their bids strictly as per the requirements outlined hereunder and as specified in
the material requisition.
2. The bidders are required to submit soft copies of their bids electronically on the CPP Portal only (URL:
http://eprocure.gov.in/cppp) using valid Digital Signature Certificate, on or before the bid submission
date and time. Bidders are required to register themselves at http://eprocure.gov.in/cppp).
Bidders to refer attached E-TENDERING METHODOLOGY (ANNEXURE-I) for detailed instructions
on registration and online bid submission.
Special Notes for e-tendering:
a) NIC Portal mandates that the bidders are to be registered on the portal before any enquiry can be
issued to them. In order to expedite issue of enquiries, the enquiry is being issued through EIL Tender
Portal and also being published on Central Public Procurement Portal. The enquiry shall be issued to
the bidders on the NIC e-Procurement Portal as soon as their registration is completed in the NIC Portal
(https://eprocure.gov.in/eprocure/app ).

b) All those vendors who have still not registered on the NIC Portal are required to register on the same
(immediately after issue of enquiry on EIL portal but not later than ten days before the bid due date) for
facilitating issue of enquiry to them on the NIC Portal failing which it will not be possible for them to
upload their bids. Pursuant to registration, the vendors are also required to login in EIL tender portal and
update NIC’s registration details and inform the undersigned regarding the same for the subject enquiry.

In any case, the enquiry shall be issued on NIC portal to NIC registered vendors about one week before
the bid due date. Therefore, all those bidders who have not complied with the above registration
requirements will not be issued this enquiry on NIC portal and will not be eligible to bid. Request for
extension in due date of submission of bids due to non registration or delayed registration in NIC portal
shall not be entertained.

Page 1 of 6

Page 2 of 196
c) The bid has to be necessarily submitted on the NIC Portal and only those bidders who are issued the
enquiry through NIC Portal will be eligible to submit their bids. In case a bidder does not register on the
NIC Portal and as a consequence, cannot be issued the enquiry through NIC Portal, it shall be deemed
that he is not interested in bidding against this enquiry and no further correspondence will be
entertained.

d) In future, EIL shall be issuing all enquiries through NIC Portal alone and bidders who do not register with
NIC Portal may not be able to submit their bids. Therefore, it is in the interest of the bidders that they
register on the NIC Portal at the earliest.

e) The vendor registration on NIC Portal is a very user friendly process. However, in case of any doubt,
the vendor may contact the 24*7 CPP Portal Helpdesk at contact no. 1800 233 7315.

3. Bidders in their own interest are requested to register on CPP Portal and upload/submit their bid well in
time. Bidder will be responsible for any delay due to other issues.
4. Bidders are required to upload the complete bid comprising of Part-I:- Unpriced Bid along with all
supporting documents & Part-II :- Priced Bid on the CPP Portal (http://eprocure.gov.in/cppp) only.- Refer
E-Tendering Methodology (ANNEXURE-I) enclosed with RFQ documents.

5. Upon the successful and timely submission of bids, the portal will give a successful bid submission
message & a bid summary will be displayed with the bid no. and the date & time of submission of the bid
with all other relevant details. The bid summary has to be printed and kept as an acknowledgment of the
submission of bid. This acknowledgment may be used as an entry pass for attending the un-priced bid
opening, if bidders so desire.
6. Technical specification should be strictly as per the Material Requisition attached. It may be noted that
the Bid shal be evaluated as received and technical queries may not be issued.
7. Commercial requirements are specified in the Special Instructions to Bidders, General Purchase
Conditions, Agreed Terms & Conditions (ATC) questionnaire and all other RFQ documents. The pre-
filled Agreed Terms & Conditions Questionnaire should be returned duly signed and stamped along with
copy of your un-priced bid.
8. The order, if placed, will be issued by our above-mentioned client.
9. If not bidding, please inform vide E-mail with attached regret letter within the due date & time, with
reasons(s) of not participating in the RFQ. In case there is no response, names of such bidder may not
be considered for issuance of future enquiries.
10. Direct bids only, without the intermediary of an Indian Agent will be considered from Foreign Bidder.
11. Delivery Period:-
FOR INDIAN BIDDERS: Within 6 Months on FOT Despatch Point Basis from the date of Fax of
Acceptance. Date of LR/GR shall be considered the date of delivery.

FOR FOREIGN BIDDERS: Within 5 Months on FOB International Sea Port of Exit Basis from the Date
of Fax of Acceptance. Date of clean bill of lading shall be considered the date of delivery.
12. Payment Terms shall be as per following:-
For Indian bidders: The payment to Indian bidders shall be made in accordance with S. No. 1.2 & 1.7
Under Section A of Special Instruction to Bidders (SIB).

For Foreign Bidders: The payment to foreign bidders shall be made in accordance with S. No. 2.1
Under Section A of Special Instruction to Bidders (SIB).
13. The offer should be valid for 04 (FOUR) months from final bid due date.
14. Only E-Bids uploaded in the e-tendering portal (http://eprocure.gov.in/cppp) shall be acceptable.
Physical bids and Bids/ Offer through Email or fax/ Telex/Telegraphic or Bids received in open

Page 2 of 6

Page 3 of 196
condition or Bids in any other mode shall not be accepted.
15. The bidder shall bear all costs associated with the preparation and submission of its bid, and the
Purchaser/Consultant shall in no case be responsible or liable for these costs regardless of the
conduct or outcome of the bidding process.
16. Canvassing in any form by the Bidder or by any other agency on their behalf may lead to
disqualification of their bid.
17. The E-bids received online shall be opened at EIL office on due date and time as specified above.
Bidder can view online the name of the other bidders who have submitted their e-bids after opening is
performed by EIL.
18. All technically and commercially acceptable bidders will be advised of venue, date and time of priced
bid opening. Bids shall be opened online, hence bidders may review opening status at their places.
Interested bidder may sent their representatives (duly authorised by a competent person and having
the Letter of Authority as per proforma enclosed), of such technically and commercially acceptable
bidders. Time and Date of opening of Price Bids shall be notified to the qualified and acceptable
bidders at a later date.
19. As Purchaser intends to contract directly with suppliers of the goods for which bids are invited, the
bids should be prepared by the suppliers and submitted directly. Purchaser reserves the right to reject
offers made by intermediaries.
20. Addendum / corrigendum to the RFQ documents if issued must be signed and submitted along with
the bid.
21. Bidders to note that price changes against Technical / commercial clarifications, in line with terms &
conditions of enquiry documents are not allowed. In case any bidder gives revised prices / price
implications against such clarifications, their bid shall be liable for rejection.
22. EIL reserves the right to use in-house information for assessment of bidder’s capability for
consideration of bid.
23. In case any bidder is found to be involved in cartel formation, his bid will not be considered for
evaluation / placement of order. Such bidder will also be debarred from bidding in future.
24. The bidder who is providing the technology from the company which is recently acquired / taken over
by them or purchasing the technology by other companies, shall be provide proper documentary
evidence. In the absence of the same their offer shall be liable for rejection.
25. Bidders are requested to quote as per their capability as registered in EIL, as on the date of issue of
RFQ.
26. Owner reserves its right to allow Public Sector Enterprises (Central/State), Micro & Small Enterprises
(MSEs) and MSEs owned by Scheduled Caste (SC)/ Scheduled tribe (ST) entrepreneurs, purchase
preference as admissible/applicable from time to time under the existing Govt. policy. Bidder to
submit documentary evidence for the same duly certified by Statutory Auditor of the bidder or a
practicing Charted Account (not being an employee or a Director or not having any interest in the
Bidder’s company / firm) where audited accounts are not mandatory as per law.). In this regard, item
wise quantity may be splitted and the quoted price shall remain valid.
27. The Net Worth of the bidder should be positive as per the immediate preceding year's audited
financial results. 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.
28. Purchaser reserve the right to make any changes in the terms and conditions of purchase and to
reject any or all the bids.

Page 3 of 6

Page 4 of 196
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 Anindya Sinha, Manager (C&P),
Phone No. +91-(0)11-2676-3886 & email: anindya.sinha@eil.co.in
Mr. Naveen Baswal, Engineer (C&P),
Phone No. +91-(0)11-2676-3880 & email: naveen.baswal@eil.co.in

* Please specify RFQ. No. SM/A307-000-WB-MR-3314/1243 in all Correspondence.


THIS IS NOT AN ORDER
Very truly yours,
For & on behalf of
Bharat Petroleum Corporation Limited

(SUBHENDU MONDAL)
ASST. GEN. MANAGER(C&P)
ENGINEERS INDIA LIMITED

Enclosure: As per List Attached

LIST OF ENCLOSURES

DOCUMENT
A) Request For Quotation (RFQ)
B) Proforma of Letter of Authority for Attending Un-priced / Priced Bid Opening
C) Price Schedule Format (For Indian Bidders)
D) Price Schedule Format (For Foreign Bidders)
E) Commercial document:
i) Agreed Terms & Conditions (For Indian Bidders)
ii) Agreed Terms & Conditions (For Foreign Bidders)
iii) Special Instruction to Bidders (SIB)
iv) General Purchase Conditions (Indian)
v) General Purchase Conditions (Imported)
vi) Special Packaging Requirements ( For Foreign Bidders)
vii) Tax Residency Certificate
viii) Proforma of Bank Guarantee (Performance)
ix) Integrity Pact
x) E-tendering Methodology (Annexure-I).
xi) Instructions for Foreign bidders for DSC
F) Technical document MR No. A307-000-WB-MR-3314 Rev. A

Page 4 of 6

Page 5 of 196
Proforma of Letter of Authority
for Attending Unpriced / Priced Bid Opening

No. Date:

The Asst.General Manager (C&P)


Engineers India Limited
Engineers India Bhawan EIB-5th Floor
1-Bhikaiji Cama Place
New Delhi – 110 066
India

Attn. : Mr. S.MONDAL

Dear Sir,

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


Unpriced / Priced Bid Opening against your RFQ No……………..……… .……………..………… for
……………..….……………………… (Item Name)

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

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

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

Yours faithfully,

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

Note:

This Letter of Authority should be on the letterhead of the bidder and should be signed by a
person competent and having the Power of Attorney to bind the bidder.

Page 5 of 6

Page 6 of 196
PREAMBLE TO PRICE SCHEDULE FORMAT

RFQ No. : SM/ A307-000-WB-MR-3314/1243


ITEM : VALVES-BALL ( AS / INCONEL / DUPLEX)
NAME OF BIDDER: _____________________ BID REFERENCE:_________________

INDIGENOUS BIDDERS:

1) Bidder must quote the price in enclosed Price Schedule Formats for Indian Bidders only. The Price
Schedule Formats shall not be changed and/or retyped and upload the same in CPPP portal.

2) Bidders must indicate Freight Charges (inclusive of service tax) upto project site in the Price Schedule
Formats (for Indian Bidders) in terms of percentage.

FOREIGN BIDDERS:

1) Bidder must quote the price in enclosed Price Schedule Formats (Foreign Bidders) only. The Price
Schedule Formats shall not be changed and/or retyped and upload the same in CPPP portal.

2) Bidder shall quote in USD / Euro / INR only. Bids of such Bidder(s) who quote in any other Currency may
not be considered for further evaluation.

3) Bidders must indicate Ocean Freight Charges upto Port of Entry Kochi (India) in the Price Schedule
Formats (for Foreign Bidders) in terms of percentage of quoted FOB International Port of Exit Prices.

FOR INDIAN and FOREIGN BIDDERS:

1) Bidder’s quoted prices are inclusive of all testing charges as per requirement of Material Requisition.

2) Evaluation shall be done on individual item basis.

3) In case of discrepancy between unit Price & total Price, unit Price shall govern.

4) Bidder must submit signed and stamped Un-Priced copy of Price Schedule indicated Quoted or Not
Quoted against each item with their Unpriced offer.

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

Page 6 of 6

Page 7 of 196
PRICE SCHEDULE (INDIAN BIDDERS) Rev.0

RFQ NO. : SM/A307-000-WB-MR-3314/1243

ITEM: VALVES-BALL ( AS / INCONEL / DUPLEX)

Name Of Vendor:

UniT Price on FOT Total Price on FOT


Item Qty Despatch Point Despatch Point
Item Code Item Description
Sl.No. (Nos.) Basis incl. of P & F Basis incl. of P & F
(INR) (INR)
1 540AFZZZ005ZZZZZZ VLV.BALL, SHEET 540AF, 0.75 INCH 38

2 540AFZZZ008ZZZZZZ VLV.BALL, SHEET 540AF, 1.5 INCH 30

3 540AGZZZ005ZZZZZZ VLV.BALL, SHEET 540AG, 0.75 INCH 10

4 540AHZZZ005ZZZZZZ VLV.BALL, SHEET 540AH, 0.75 INCH 3

5 540AHZZZ008ZZZZZZ VLV.BALL, SHEET 540AH, 1.5 INCH 5

6 540AUZZZ205ZZZZZZ VLV.BALL, SHEET 540AU, NACE, 0.75 1


INCH
7 540BFZZZ004ZZZZZZ VLV.BALL, SHEET 540BF, 0.5 INCH 18

8 540BFZZZ005ZZZZZZ VLV.BALL, SHEET 540BF, 0.75 INCH 20

9 540BFZZZ008ZZZZZZ VLV.BALL, SHEET 540BF, 1.5 INCH 56

10 540BHZZZ705ZZZZZZ VLV.BALL, SHEET 540BH, H2, 0.75 9


INCH
11 541AVZZZ005ZZZZZZ VLV.BALL, SHEET 541AV, 0.75 INCH 2

12 541BLZZZE05ZZZZZZ VLV.BALL, SHEET 541BL, NAC4, 0.75 9


INCH
13 541GHZZZX05ZZZZZZ VLV.BALL, SHEET 541GH, SHL1, 0.75 17
INCH
14 542EFZZZY04ZZZZZZ VLV.BALL, SHEET 542EF, IBR1, 0.5 5
INCH
15 542EFZZZY05ZZZZZZ VLV.BALL, SHEET 542EF, IBR1, 0.75 9
INCH
16 542EGZZZY05ZZZZZZ VLV.BALL, SHEET 542EG, IBR1, 0.75 8
INCH
17 544AFZZZ011ZZZZZZ VLV.BALL, SHEET 544AF, 3.0 INCH 12

18 544BFZZZ011ZZZZZZ VLV.BALL, SHEET 544BF, 3.0 INCH 2

19 545AGZZZ009ZZZZZZ VLV.BALL, SHEET 545AG, 2.0 INCH 19

20 546BLZZZE09ZZZZZZ VLV.BALL, SHEET 546BL, NAC4, 2.0 8


INCH
21 546BLZZZE11ZZZZZZ VLV.BALL, SHEET 546BL, NAC4, 3.0
INCH 33
22 547GHZZZX11ZZZZZZ VLV.BALL, SHEET 547GH, SHL1, 3.0
INCH 8

INDICATE FREIGHT CHARGES (INCLUSIVE OF SERVICE TAX) UPTO PROJECT SITE IN TERMS OF
………...…..%
PERCENTAGE OF FOT DESPATCH POINT PRICE :

Page 8 of 196
PRICE SCHEDULE (FOREIGN BIDDERS) Rev.0
RFQ NO. : SM/A307-000-WB-MR-3314/1243

ITEM: VALVES-BALL ( AS / INCONEL / DUPLEX)

Name Of Vendor:

Unit Price on FOB Int. Total Price on FOB Int.


Item Qty Sea Port of Exit basis Sea Port of Exit basis
Item Code Item Description
Sl.No. (Nos.)
Currency : ………………………
1 540AFZZZ005ZZZZZZ VLV.BALL, SHEET 540AF, 0.75 INCH 38

2 540AFZZZ008ZZZZZZ VLV.BALL, SHEET 540AF, 1.5 INCH 30

3 540AGZZZ005ZZZZZZ VLV.BALL, SHEET 540AG, 0.75 INCH 10

4 540AHZZZ005ZZZZZZ VLV.BALL, SHEET 540AH, 0.75 INCH 3

5 540AHZZZ008ZZZZZZ VLV.BALL, SHEET 540AH, 1.5 INCH 5

6 540AUZZZ205ZZZZZZ VLV.BALL, SHEET 540AU, NACE, 0.75 1


INCH
7 540BFZZZ004ZZZZZZ VLV.BALL, SHEET 540BF, 0.5 INCH 18

8 540BFZZZ005ZZZZZZ VLV.BALL, SHEET 540BF, 0.75 INCH 20

9 540BFZZZ008ZZZZZZ VLV.BALL, SHEET 540BF, 1.5 INCH 56

10 540BHZZZ705ZZZZZZ VLV.BALL, SHEET 540BH, H2, 0.75 9


INCH
11 541AVZZZ005ZZZZZZ VLV.BALL, SHEET 541AV, 0.75 INCH 2

12 541BLZZZE05ZZZZZZ VLV.BALL, SHEET 541BL, NAC4, 0.75 9


INCH
13 541GHZZZX05ZZZZZZ VLV.BALL, SHEET 541GH, SHL1, 0.75 17
INCH
14 542EFZZZY04ZZZZZZ VLV.BALL, SHEET 542EF, IBR1, 0.5 5
INCH
15 542EFZZZY05ZZZZZZ VLV.BALL, SHEET 542EF, IBR1, 0.75 9
INCH
16 542EGZZZY05ZZZZZZ VLV.BALL, SHEET 542EG, IBR1, 0.75 8
INCH
17 544AFZZZ011ZZZZZZ VLV.BALL, SHEET 544AF, 3.0 INCH 12

18 544BFZZZ011ZZZZZZ VLV.BALL, SHEET 544BF, 3.0 INCH 2

19 545AGZZZ009ZZZZZZ VLV.BALL, SHEET 545AG, 2.0 INCH 19

20 546BLZZZE09ZZZZZZ VLV.BALL, SHEET 546BL, NAC4, 2.0 8


INCH
21 546BLZZZE11ZZZZZZ VLV.BALL, SHEET 546BL, NAC4, 3.0 33
INCH
22 547GHZZZX11ZZZZZZ VLV.BALL, SHEET 547GH, SHL1, 3.0 8
INCH

INDICATE OCEAN FREIGHT CHARGES UPTO KOCHI PORT, KERALA (INDIA) IN TERMS OF
……….……..%
PERCENTAGE OF QUOTED F.O.B. UNIT PRICE :

Page 9 of 196
A307_ATC (I) Page 1 of 8

BHARAT PETROLEUM CORPORATION LTD


IREP-Kochi Refinery
(Job No. A307)
AGREED TERMS & CONDITIONS (ATC)
(FOR INDIAN BIDDERS)
Supplier Name: M/s ______________________________________________________________

RFQ No.: __________________________________________________________________

Supplier’s Offer Ref No. & Date: ______________________________________________________

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

Contact Person: ___________________________ E-mail _________________________________

1. ALL CORRESPONDENCE MUST BE IN ENGLISH LANGUAGE ONLY.

2. DULY SIGNED & STAMPED COPIES OF THIS “QUESTIONNAIRE”, WITH ALL THE
CLAUSES DULY CONFIRMED/ PRECISELY REPLIED TO BY THE SUPPLIER, SHALL BE
ENCLOSED.

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


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

4. FAILURE ON PART OF THE SUPPLIER IN SUBMITTING THIS DULY FILLED-IN


“QUESTIONNAIRE” WITH UN-PRICED BID AND/ OR SUBMITTING INCOMPLETE
REPLIES MAY LEAD TO REJECTION OF SUPPLIER’S BID.

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


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

SL.
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:

a) For Supply Only


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

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

Page 10 of 196
A307_ATC (I) Page 2 of 8

SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.

b) For Supply + Site Work


Confirmed
Comprehensive Insurance (Transit/Marine-cum-storage-cum-
erection till handing over of equipment) has been taken care
by the Seller & charges of the same have been included in
the quoted prices.
2. Excise Duty applicable extra on Finished Goods:

a. Specify Excise Tariff Sub-Heading 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.

f. If Excise Duty & Edu. Cess is not applicable on transportation Confirmed


charges presently, and if it becomes applicable at the time of
delivery due to any reasons other than statutory, the same will
be borne by the Supplier. Confirm acceptance.

g. Non Cenvatable Excise Duty, if any is included in quoted Confirmed


prices & no variation on any account (including statutory
variation) shall be paid by Owner.

h. Only Statutory Variations, if any, in the present rate of Excise Confirmed


Duty, upto the Contractual Delivery Date / Completion Period
shall be to Owner’s account subject to documentary evidence
to be furnished by Seller.
3. Sales Tax applicable extra on finished goods:
a. Central Sales Tax against Concessional Form “C” payable (Applicable / Not Applicable)
extra on finished goods (including spares) is applicable & the (Please tick whichever is applicable)
present rate (in %age) is indicated
…………%
b. Kerala VAT payable extra on finished goods (including (Applicable / Not Applicable)
spares) without concessional form is applicable & the present (Please tick whichever is applicable)
rate (in %age) is indicated
………….%
c. If CST / Kerala VAT is not applicable at present due to any
reason, the same shall be borne by Supplier if it becomes Confirmed
applicable later.

d. Confirm CST/ Kerala VAT will not be applicable on Confirmed


transportation charges.

e. If CST / Kerala VAT is not applicable on transportation Confirmed


charges presently, and if it becomes applicable at the time of
delivery due to any reasons other than statutory, the same will
be borne by the Supplier. Confirm acceptance.

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

Page 11 of 196
A307_ATC (I) Page 3 of 8

SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.

h. Only Statutory Variations, if any, in the present rate of CST / Confirmed


Kerala VAT, upto the Contractual Delivery Date / Completion
Period shall be to Owner’s account subject to documentary
evidence to be furnished by Seller.
4. Octroi / Entry Tax:
Octroi / Entry Tax, if applicable on finished goods (including Confirmed
spares) shall be borne and paid directly by Owner. Confirm
that Octroi / Entry Tax has not been included in the quoted
prices.
5. Any new or additional taxes/ duties and any increase in the
Confirmed
existing Cenvatable taxes/duties imposed after contractual
completion period shall be to Supplier’s account whereas any
corresponding decrease in the existing Cenvatable taxes/
duties shall be passed on to the Owner.
6. Spares Parts:
a. Confirm item wise unit price (FOT Despatch Point) of Confirmed
following spare parts as required in Material Requisition (MR)
have been included indicating itemised quantity.
i) Mandatory Spares are quoted as per MR. Confirmed (if Applicable as per MR)
ii) Commissioning spares as specified in MR are included in Confirmed (if Applicable as per MR)
the quoted Price.
iii) Special Tools & Tackles as specified in the MR are Confirmed (if Applicable as per MR)
included in the quoted prices.
iv) Confirm spares wherever required have been included in Confirmed (if Applicable as per MR)
the quoted price and list of spares is also furnished.
v) Recommended Spares for Two Years Operation & Confirmed (if Applicable as per MR)
Maintenance, as specified in MR have been quoted
separately with Price validity of One (1) year from Contractual
Delivery Date for Main Items/Equipment & List of such spares
has been furnished in the Unpriced Bid.

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.

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

Page 12 of 196
A307_ATC (I) Page 4 of 8

SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.

e. Confirm that Entry Tax / Octroi applicable on Construction


Machinery/Equipment brought by the supplier to site to Confirmed
execute / complete the site work shall be borne by the
Supplier and same is included in the quoted prices. No
variation (including statutory) on such entry tax shall be paid
by the Owner.
8. Supervision / Training Charges:

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

b. Percentage of Service Tax & Edu. Cess as applicable extra ----------------%


on Supervision / Training

c. Per-diem rate for supervision has been quoted in accordance Confirmed


with the Terms & Conditions for Supervision enclosed with the
RFQ Documents.

d. Where erection/ testing/ commissioning supervision, Noted & Confirmed


commissioning assistance is required as per RFQ Documents
/ Material requisition, penalty for non mobilization/delay in
mobilization as per order shall be applicable. The penalty
shall generally be 1.5 times the per diem rate for each day of
delay of reporting to site and shall be in addition to price
reduction for delayed delivery.

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.

9. Confirm documentation charges as per MR are included in Confirmed


quoted prices.

10. Price Reduction for delay in delivery/ completion:

a) Confirm acceptance of price reduction schedule for delay in Confirmed


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

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


applicable reduction.

11. Delivery / Completion Period:


Please confirm delivery / completion period as specified in the Confirmed
RFQ Covering Letter.
12. Payment Terms:
Confirm acceptance of “Terms and Mode of Payment” as per Confirmed
respective clause(s) given in SIB and RFQ covering letter.

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

Page 13 of 196
A307_ATC (I) Page 5 of 8

SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.
13.1 PART ORDER:
a. Confirm acceptance of Part Order clause as per GPC Confirmed (If Applicable as per MR)
(Indigenous). And bidder also confirm acceptance to part
quantity orders of any items (having quantities 5 Nos. & more)
to facilitate purchase preference to MSME bidders as per
Govt. guide lines.
13.2 MSME BIDDERS:
YES/ NO
a Confirm whether the bidder is a MSME bidder or not. (Please tick whichever is applicable)
b In case bidder is a MSME bidder, they must submit
documentary evidence for the same duly certified by
Statutory Auditor of the bidder or a practicing Charted
_________________
Account (not being an employee or a Director or not
having any interest in the Bidder’s company/ firm) where
audited accounts are not mandatory as per law.
c In case bidder does not submit duly authenticated
documentary evidence as required above, bidder shall Confirmed
not be considered eligible for availing MSME benefits.
d Any charges quoted extra as lumpsum (like IBR,
Testing, freight, etc.) shall be applicable prorata on
Confirmed
value basis in the event of part order / part quantities/
split order.
14. Repeat Order:
Confirm Acceptance of Repeat Order clause as per RFQ Confirmed
Covering Letter / SIB / GPC.

15. Performance Bank Guarantee:


a) In the event of award of order, submission of Performance Confirmed
Bank Guarantee for 10% of total order value along with
Final supply payment valid till full guarantee period plus 3
(Three) months.

b) The Performance Bank Guarantee shall be strictly as per Confirmed


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

16. Guarantee / Warranty: Confirmed


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

17. Firmness of prices:


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

18. Testing and Inspection charges:


a. Goods supplied are subject to stage wise and final inspection
as specified in MR by EIL and no extra charges shall be Confirmed
payable by Owner towards the same. Travel, Living and
Personnel expenses of EIL’s Representative shall be borne
by Owner.

b. Quoted prices are:


i) Inclusive of all testing and inspection charges (if applicable)
as per MR. Confirmed
ii) Inclusive of all IBR/IGC/NACE charges (if applicable) as
required in the Material Requisition.

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

Page 14 of 196
A307_ATC (I) Page 6 of 8

SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.
Confirmed
iii) Inclusive of all statutory certification charges PESO/CCOE
etc. (if applicable) as required in the Material Requisition
Confirmed
c. Is your shop approved by IBR/CCE authority, if yes, indicate
validity.
i. IBR IBR Approved
ii. CCE
It is the responsibility of supplier to get the entire imported
materials and the built in imported contents inspected by TPIA Confirmed
(i.e. Lloyds/BV/DNV/TUV/CEIL) in the country of origin and
the quoted prices are inclusive of charges towards the same.
19. Import Content:

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 :

a. Confirm that quoted prices are based on Merit rate of Confirmed


Customs duty, CVD, Educational Cess and SAD as
applicable.

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.

e. Confirm prices shall be firm on account of variation in foreign Confirmed


exchange rate.

f. Owner shall not provide any import licence. Noted


g. Quoted prices are after considering the benefit of CENVAT on Confirmed
CVD including Edu. Cess. In case material is shipped directly
to Port/Project Site, quoted prices are excluding CENVAT
benefit.

h. In case material is directly dispatched from port, CVD amount Confirmed


shall be reimbursed subject to submission of bill of entry
documents along with CVD invoice.

i. Any upward variation due to change in Customs Duty Confirmed


classifications shall be absorbed by the vendor. However, any
reduction in customs duty due to change in classification shall
be passed on to Owner.
j. Statutory variations, if any, in the rate of Import Duties upto Confirmed
rd
2/3 contractual delivery period shall be to Owner’s account.

k. Any increase in price due to increase in the rate of Import


Duties, due to any reasons, whatsoever, beyond the 2/3 rd Confirmed
contractual delivery period, shall be to vendor's account.
However, any decrease in Import Duties rate at the time of
actual clearance of imported materials shall be passed on to
Owner.

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

Page 15 of 196
A307_ATC (I) Page 7 of 8

SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.
l. The CIF Value(s) indicated by the vendor shall be deemed to Confirmed
be the maximum value(s) for the purpose of payment of
variation in custom duty and/or other statutory variations, if
any, thereon.

m. Variation in price due to Customs duty rate will be dealt Confirmed


separately after receipt of material at site, against
documentary evidence.
20. Validity of Bid:

a. Confirm Bid validity as stipulated in RFQ covering letter from Confirmed


the final due date of bid submission.

21. 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)

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:

24.1 UNPRICED OFFER- without any Deviations Confirmed


24.2 PRICED OFFER
a. Duly filled Price Schedule with relevant annexures Confirmed
25. Please confirm that you have quoted strictly for items based Confirmed
on your registration/approval with EIL as on date of issue of
RFQ.
26. 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.
27. Printed terms and conditions, if any, appearing in quotation, Confirmed
shall not be applicable in the event of order. In case of

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

Page 16 of 196
A307_ATC (I) Page 8 of 8

SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.
contradiction between the confirmations given above and
terms & conditions mentioned elsewhere in the offer, the
confirmation given/confirmed herein above shall prevail.
28. Confirm that Net worth of the Bidder’s company is Confirmed & Submitted
positive as per the immediate preceding year’s audited
financial results & Immediate preceding year’s audited
annual financial results has been submitted along with un-
priced bid.

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

Page 17 of 196
A307_ATC (F) Page 1 of 7

M/s BHARAT PETROLEUM CORPORATION LIMITED


IREP-Kochi Refinery
(Job No. A307)
AGREED TERMS & CONDITIONS (ATC)
(FOR FOREIGN BIDDERS)

Supplier Name: M/s ______________________________________________________________

RFQ No.: __________________________________________________________________

Supplier’s Offer Ref No. & Date: ______________________________________________________

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

Contact Person: ___________________________ E-mail _________________________________

1. ALL CORRESPONDENCE MUST BE IN ENGLISH LANGUAGE ONLY.

2. DULY SIGNED & STAMPED COPIES OF THIS “QUESTIONNAIRE”, WITH ALL THE CLAUSES
DULY CONFIRMED/ PRECISELY REPLIED TO BY THE SUPPLIER, SHALL BE ENCLOSED.

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


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

4. FAILURE ON PART OF THE SUPPLIER IN SUBMITTING THIS DULY FILLED-IN


“QUESTIONNAIRE” WITH UN-PRICED BID AND / OR SUBMITTING INCOMPLETE REPLIES
MAY LEAD TO REJECTION OF SUPPLIER’S BID.

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


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

SL.
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 Applicable / Not Applicable
considered that there is no specific Agreement /
Treaty between Govt. of Bidders & Purchasers
County.
e) Confirm quoted prices are inclusive of stowage
charges. Confirmed

f) 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.

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

Page 18 of 196
A307_ATC (F) Page 2 of 7

SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.
g) In case you have not indicated the ocean freight
charges separately in the price schedule please
quote the same in terms of Percentage of the ------------ %
quoted FOB Price.
h) In case ocean freight charges are repeated
anywhere in the bid/Price Schedule/ATC, then Confirmed
higher shall be considered for evaluation & lower
for ordering. (In case of CFR)
2. Insurance:
a) For Supply Only
Price quoted must exclude Marine insurance
charges from FOB International Port of Exit, as Confirmed
same shall be arranged by the Owner. However
all marine insurance charges for inland transit
upto FOB International Port of Exit must be
included by you in your prices.
b) For Supply + Site Work
Comprehensive Insurance (Transit/Marine-cum-
Confirmed
storage-cum-erection till handing over of
equipment) has been taken care by the Seller &
charges of the same have been included in the
quoted prices.
3. Owner reserves the option to place order either on
FOB or CFR basis (applicable only as per Confirmed
requirement mentioned in RFQ documents).
4. Delivery / Completion Period:
a) Delivery / Completion period shall be as Confirmed
mentioned in the RFQ covering letter.
b) Confirm delivery period shall be reckoned from Confirmed
the date of Fax of Acceptance.
c) Confirm date of clean Bill of Lading shall be
considered as date of delivery. (In case order is Confirmed
placed on FOB port of Exit basis or on CFR
basis)

5. Taxes & Duties:


a. All taxes, duties and levies of any kind payable upto Confirmed
FOB International Port of Exit shall be borne by
Bidder.
Confirmed
b. Export permit/ licence if required shall be vendor’s
responsibility & any expenditure towards same will
be borne by Bidder.
6. Supervision / Training Charges:
a. Charges for Supervision / Training, if in the scope of Confirmed, Quoted in Price Schedule
the Bidder as per MR have been indicated by bidder
separately in the Price Schedule.
b. Per-diem rate for supervision has been quoted in Confirmed
accordance with the Terms & Conditions for
Supervision enclosed with the RFQ Documents.

c. Bidder to indicate Permanent Account Number (PAN) ---------------------------


to avoid any additional Tax deduction at source as
per the prevailing Indian Income Tax Acts / Rules.

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

Page 19 of 196
A307_ATC (F) Page 3 of 7

SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.

d. Where erection/testing/commissioning supervision, Noted & Confirmed


commissioning assistance is required as per RFQ
Documents / Material requisition, penalty for non
mobilization/delay in mobilization as per order shall
be applicable. The penalty shall generally be 1.5
times the per diem rate for each day of delay of
reporting to site and shall be in addition to price
reduction for delayed delivery.

e. Bidders shall also provide additional BG of an Noted & Confirmed


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

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

a. Confirm that quoted site work prices are exclusive of


Service Tax & Edu. Cess but inclusive of VAT on Confirmed
Works Contract and all other applicable taxes &
duties.
-------------------%
b. Percentage of Service Tax & Edu. Cess as
applicable extra on Site Work.

c. Supplier shall submit the Assessment/ Liability Confirmed


Certificate from Sales Tax authorities indicating the
VAT on Works Contract payable for enabling Owner
to deduct the same from Supplier Invoices & make
payment to the tax authorities. TDS Certificate
towards VAT on Works Contract shall be provided by
Owner. Statutory variation on VAT on Works
Contract shall not be payable by Owner.
Confirmed
d. Statutory Variation on Service Tax & Edu. Cess on
Site work shall be paid by the Owner against
documentary evidence within Contractual completion
period.
Confirmed
e. Confirm that Entry Tax / Octroi applicable on
Construction Machinery/Equipment brought by the
supplier to site to execute / complete the site work
shall be borne by the Supplier and same is included
in the quoted prices. No variation (including statutory)
on such entry tax shall be paid by the Owner.
8. Validity:
a. Confirm Bid validity as stipulated in RFQ covering Confirmed
letter from the final due date of bid submission.

9. Manufacturer’s Name and Address

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

Page 20 of 196
A307_ATC (F) Page 4 of 7

SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.

10. Inspection Charges:


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

11. Country of Origin:


Country of origin from where the goods have been --------------------------
offered.
12. Currency of Quote:
Furnish the currency of quote. Change in currency
once quoted will not be allowed. Bidder shall quote -----------------------------
either in USD / Euro / INR only.
13. Spares Parts:
a) Confirm item wise unit price (FOB Port of Exit bais)of Confirmed
following spare parts as required in Material
Requisition (MR) have been quoted indicating
itemised quantity.
i) Mandatory Spares are quoted as per MR. Confirmed (if Applicable as per MR)
ii) Commissioning spares as specified in MR are Confirmed (if Applicable as per MR)
included in the quoted Price.
iii) Special Tools & Tackles as specified in the MR Confirmed (if Applicable as per MR)
are included in the quoted prices.
iv) Confirm spares wherever required have been Confirmed (if Applicable as per MR)
included in the quoted price and list of spares is
also furnished.
b) Recommended Spares for Two Years Operation & Confirmed (if Applicable as per MR)
Maintenance, as specified in MR have been quoted
separately with Price validity of One (1) year from
Contractual Delivery Date for Main Items/Equipment
& List of such spares has been furnished in the
Unpriced Bid. Also itemwsie Ocean freight charges
upto port of entry, Kochi (India) for the spares has
been quoted.
14. Confirm documentation charges as per MR are
inclusive in your quoted prices. Confirmed

15. Confirm customer references list for the item/model Confirmed


quoted by you, is given in offer.

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

Page 21 of 196
A307_ATC (F) Page 5 of 7

SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.
16. Indicate shipping weight (net and gross) and volume
of the consignment.
---------------------------
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 submission of the Bank
Guarantee 15% of Order Total Value (10% towards
Performance and 5% towards Price Reduction
Schedule for delay in Delivery) shall be valid till full
guarantee period plus 3 (Three) Months.

b. i) The Performance Bank Guarantee shall be Confirmed


strictly as per proforma enclosed with the GPC
document and shall be from any Indian
Scheduled Bank or any reputed International
Bank and shall be submitted within 15 days from
date of FOA.
ii) However, if Performance Bank Guarantee are Confirmed
furnished other than the Nationalised Indian
Bank, the banks where BGs are furnished, must
be Commercial Bank having net worth in excess
of Rs. 100 crore or USD 22 Millions and any
declaration to this effect will be furnished by such
Commercial Bank either in the bank guarantee
itself or separately on a letter head.
18. Guarantee / Warranty
Confirm acceptance to Guarantee / Warranty clause Confirmed
as mentioned in the General Purchase Conditions &
Special Instructions to Bidders.

19. Firmness of prices:


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

20. Part Order:


a) Confirm acceptance of Part Order clause as per Confirmed if applicable as per MR()
GPC (Imports). And bidder also confirm
acceptance to part quantity orders of any items
(having quantities 5 Nos. & more) to facilitate Confirmed
purchase preference to MSME bidders as per
Govt. guide lines.
b) In case of part order confirm all lumpsum charges
quoted extra if any viz. Documentation, testing,
packing, crating, handling, FOB, IBR etc., shall be
Confirmed
applicable prorata on value basis in the event of
part order / part quantities/ split order.
21. Repeat Order:
Confirm Acceptance to Repeat Order as per RFQ Confirmed
Covering Letter/SIB/GPC/Material Requisition.

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

Page 22 of 196
A307_ATC (F) Page 6 of 7

SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.
22. Price Reduction on delay in delivery/completion:
a) Confirm acceptance of price reduction schedule Confirmed
for delay in deliveries/completion of work/services
specified in General Purchase Conditions (GPC)
enclosed with the RFQ Document. Liquidated
damages or penalty are not acceptable.

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


amount by applicable reduction. Confirmed
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% bank guarantee(as per Sl. 17a above) valid
till expiry of Material/Equipment Guarantee period
as per General Purchase Conditions and Special
Instructions to Bidders plus 3 (Three) months
claim period.
b) Letter of Credit shall be opened through a Govt.
of India Nationalised/ Scheduled Bank and hence 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.

Confirm your offer is in total compliance with RFQ Confirmed


b)
documents containing commercial terms and
conditions as per the following documents, without
any deviation:
Confirmed
i) Request for Quotation (RFQ)
Confirmed
ii) Special Instructions to Bidders(SIB)
iii) General Purchase Conditions (GPC) Confirmed
v) Terms & Conditions for Supervision Confirmed (if Applicable as per MR)
vi)Terms & Conditions for Site work, GCC & HSE Confirmed (if Site Work is Applicable as
per MR)

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

Page 23 of 196
A307_ATC (F) Page 7 of 7

SL.
DESCRIPTION SUPPLIER’S CONFIRMATION
NO.

vii) Integrity Pact Confirmed

viii) Commercial / Technical Amendments, if any Confirmed


28. Direct offer without the intermediary of an Indian
Agent will only be considered. Noted & Confirmed.
29. Please confirm you have not been banned or delisted
by any Government or Quasi Government agencies
or PSUs. If you have been banned, then this fact
must be clearly stated. This does not necessarily be
Not Banned
cause for disqualification. However if this declaration
is not furnished the bid shall be rejected as non-
responsive.
30. Please confirm your offer contains the following:
30.1 Unpriced offer- without any deviations Confirmed
30.2 Priced Offer
Price Schedule with annexures only. Confirmed
31. Any claim arising out of order shall be sent to Owner
in writing with a copy to EIL within 3 months from the
date of last despatch. In case the claim is received Confirmed
after 3 months, the same shall not be entertained by
consultant / Owner.

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


quotation, shall not be applicable in the event of
order. In case of contradiction between the
Confirmed
confirmations given above and terms & conditions
mentioned elsewhere in the offer, the confirmation
given/confirmed herein above shall prevail.
33. Confirm that Net worth of the Bidder’s company is
positive as per the immediate preceding year’s
audited financial results & Immediate preceding Confirmed & Submitted
year’s audited annual financial results has been
submitted along with unpriced bid.

VENDOR’S NAME:

SIGNATURE & SEAL:

SUPPLIER’S SIGNATURE WITH STAMP/SEAL

Page 24 of 196
BPCL-KR
Job: A307

INTEGRATED REFINERY EXPANSION PROJECT


OF
M/s BHARAT PETROLEUM CORPORATION LTD,
KOCHI REFINERY, KOCHI, KERALA

SPECIAL INSTRUCTION TO BIDDER


(SIB)

A307_SIB Rev.6 dt. 14.04.2014 Page 1 of 20

Page 25 of 196
BPCL-KR
Job: A307

INDEX
SECTION – A (TERMS OF PAYMENT)
1.0 Payment Terms For Indian Bidders
2.0 Payment Terms For Foreign Bidders
3.0 Ocean Freight
SECTION – B: EVALUATION CRITERIA FOR COMPARISION OF BIDS
4.0 Where only Indian Bids are under comparison
5.0 Where only Foreign Bids are under comparison
6.0 Where Indian as well as Foreign Bids are under comparison
7.0 General Notes
8.0 Special Notes on Taxes/Duties and CENVAT benefits
9.0 Price Reduction Schedule Towards Delay In Delivery
10.0 Guarantee / Warranty Period
SECTION-C: (COMMERCIAL LOADING OF OFFERS IN CASE OF DEVIATIONS)
11.0 Basis of Loading
12.0 Payment Terms
13.0 Performance Bank Guarantee (PBG)
14.0 Delayed Deliveries
15.0 Price Variation
16.0 Freight charges
17.0 Indian taxes/ duties
18.0 Utilities
19.0 Delivery/Completion Period
20.0 Foreign Exchange Rate Variation/Custom Duty Variation For Indian Bidders (On
Built-In Import Content)
21.0 VAT on Works Contracts/ Service Tax/ Splitting Of Orders
22.0 Entry Tax
23.0 Rejection Criteria
24.0 Suo-Moto Changes In Prices
25.0 Price Implication Not Permitted
26.0 Integrity Pact
SECTION-D: SPECIAL CONDITIONS.
27.0 Delivery Schedule/ Completion Period
28.0 Despatch Instructions for Indigenous Supplies
29.0 Additional Taxes & Duties (Applicable For Indian Bidder)
30.0 Recovery Of Custom Duty, Excise Duty And Sales Tax
31.0 Governing Law
32.0 Purchaser’s Rights And Remedies
33.0 Deduction At Source
34.0 Statutory Approval
35.0 Lien
36.0 Limitation Of Liability
SECTION-E: GENERAL INSTRUCTIONS
37.0 General
38.0 Fraudulent Practices
39.0 One Bid Per Bidder
40.0 Language Of Bid
41.0 Earnest Money Deposit:
42.0 Modification And Withdrawal Of Bids
43.0 Examination Of Bids And Determination Of Responsiveness
44.0 Owner’s Right To Accept Any Bid And To Reject Any Bid
45.0 Notification Of Award
46.0 Waiver Or Transfer Of The Agreement
47.0 T&C For Foreign Suppliers (To Whom RFQ Issued) Operated Through Their Indian
Office / Subsidiaries
48.0 Tax Residency Certificate (TRC) Format For Foreign Bidder
49.0 Requirement of Employment Visa For Foreign Nationals

SECTION-F: ADDITIONAL CLAUSES TO GPC


50.0 Settlement of dispute between CPSEs or CPSEs & Government Departments

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


Foreign Bidder)

A307_SIB Rev.6 dt. 14.04.2014 Page 2 of 20

Page 26 of 196
BPCL-KR
Job: A307

SPECIAL INSTRUCTIONS TO BIDDERS


BHARAT PETROLEUM CORPORATION LIMITED, KOCHI REFINERY
INTEGRATED REFINERY EXPANSION PROJECT

SECTION-A: TERMS OF PAYMENT


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

1.0 PAYMENT TERMS FOR INDIAN BIDDERS:

1.1 Where the Material Requisition is only for supply of materials and there is no Supplier Data
Requirement specified in MR e.g. Bulk Piping Items, etc.
1.1.1 100% Payment within 30 days after receipt and acceptance of materials at site and on submission of
Performance Bank Guarantee for 10% of Total Order Value, valid till the full guarantee period plus
Three months claim period.

1.2 Where the Material Requisition calls for Supplier Drawings/Technical Documentation.
1.2.1 90% Payment within 30 days of receipt and acceptance of materials at Site and on submission of
dispatch documents.
1.2.2 10% Payment after receipt of final technical documentation as per PR against EIL’s certification and
on submission of Performance Bank Guarantee for 10% of Total Order Value, valid till full guarantee
period plus Three months claim period.

1.3 Where Supply of materials and Erection or Site Work are in the scope of Supplier and
Package Items.
1.3.1 Supply
1.3.1.1 5% Payment on approval of all drawings atleast in CODE-2 by EIL against submission of Bank
Guarantee of equivalent amount valid till complete execution of Order plus Three months claim
period.
1.3.1.2 15% Payment after receipt of identified raw materials at Supplier’s Works and against certification by
EIL and submission of Bank Guarantee of equivalent amount valid till complete execution of Order
plus Three months claim period.
1.3.1.3 60% Payment after receipt of equipment/materials at BPCL’s Site. Billing Schedule to be furnished
by the Supplier in case pro-rata payments are required.
1.3.1.4 10% payment after completion of Site Work and submission of final Technical documents as
specified in the Purchase Requisition against EIL’s Certification and submission of Performance
Bank Guarantee for 10% of Total Order Value (Supply plus Site Work), valid till full guarantee period
plus three months claim period.
In case of delay in start of the site work beyond 6 months, the above 10% Payment shall be released
against submission of Bank Guarantee of equivalent amount valid initially for 1 year and subject to
extension upto completion of the site work. However, in the event of delay in the site work, the
Supplier is not relieved of his responsibility to carry out the same.
1.3.1.5 10% payment within 30 days of handing over the successfully commissioned equipment. Wherever
commissioning is not in the Supplier’s scope, the payment will be released after completion of Site
Work as per PR and handing over of equipment.

1.3.2 Erection/ Site work


1.3.2.1 90% Payment against monthly running bills (based on agreed Billing Schedule), duly certified by
EIL.
1.3.2.2 10% Payment within 30 days after final handing over of equipment package to BPCL at site.

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


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

A307_SIB Rev.6 dt. 14.04.2014 Page 3 of 20

Page 27 of 196
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.

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


1.5.1 5% Payment on approval of all drawings atleast in CODE-2 by EIL against submission of Bank
Guarantee of equivalent amount valid till complete execution of Order plus Three months claim
period.
1.5.2 75% Payment against receipt of materials at BPCL’s Site. Billing Schedule to be furnished by the
Supplier in case pro-rata payments are required.
1.5.3 10% Payment after receipt of final documents as required in Purchase Requisition against EIL’s
certification and on submission of Performance Bank Guarantee for 10% of Total Order Value, valid
till full guarantee period plus three months claim period
1.5.4 Balance 10% Payment against Commissioning/Demonstration of Performance Guarantee (if
applicable) or 6 months from receipt of material at Site (against Bank Guarantee of equivalent
amount valid for 1 year), whichever is earlier. However, in the event of delay in conducting the
Performance Guarantee Run, the Supplier is not relieved of his responsibility to carry out the same.
No additional payment shall be made for visit of Supplier to Site for demonstrating the performance,
if the same is included in the scope of Supplier.
For items where supervision during erection, testing and commissioning is not required, the last 10%
Payment shall be released within 30 days of receipt of material at Site.

1.6 Payment for PGTR / Per Diem Charges for Supervision of Erection, Testing &
Commissioning
1.6.1 100% Payment of Invoice Amount shall be paid on completion of supervision services / PGTR
against submission of Invoice along with Time Sheet duly certified by EIL/BPCL Site-In-Charge.
Payment shall be made after deducting Income Tax at applicable rate. Service Tax, if any, shall be
paid on submission of Service Tax Invoice.
1.6.2 Where erection/commissioning supervision, commissioning assistance is required from the vendor,
penalty for non mobilization/delay in mobilization as per order shall also be specified in the
specifications. The penalty shall generally be 1.5 times the per diem rate for each day of delay of
reporting to site and shall be in addition to price reduction for delayed delivery.

1.6.3 Wherever supervision is in the scope of MR, bidders shall provide additional BG of an amount equal
to the per diem charges for the number of days considered for evaluation over and above 10%
PBG to cover compensation for delay in mobilising the erection/ commissioning personnel. This BG
will be released to the bidder upon the erection/ commissioning personnel reporting at site. This BG
shall be furnished along with payment milestone for submission of final documentation as per PR
and shall be valid up to six months which shall be extended based on the request by BPCL. (In case
where commissioning, Performance Guarantee Test, etc. are required and the 10% is under hold,
this condition shall not be applicable).
1.7 Transportation charges
1.7.1 100% Payment within 4 weeks after receipt of materials at site.

1.8 General
1.8.1 Excise Duty, Service Tax & VAT on Supplies shall be released only on receipt of Cenvatable/
Vatable copy of corresponding Invoice enabling availing of Input Credit by BPCL.
1.8.2 No initial advance payment along with Order shall be made by the Owner against Supplies as well
as Services (i.e. Transportation, Erection, Site Work, etc.). If a Supplier insists on the same, their
Offer shall be rejected.
1.8.3 Bank Guarantee(s) shall be issued through Scheduled Commercial Bank in India/ Indian Branch of
Foreign Bank, directly to BPCL as per the Pro-forma enclosed with RFQ documents and Supplier
shall also enclose copy of the same along with Invoice.

A307_SIB Rev.6 dt. 14.04.2014 Page 4 of 20

Page 28 of 196
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.

2.0 PAYMENT TERMS FOR FOREIGN BIDDERS:


2.1 Where the Material Requisition is only for Supply of materials
2.1.1 100% of FOB Order Value shall be paid through an Irrevocable Letter of Credit against submission
of Shipping Documents. The Letter of Credit shall be established only on receipt of acceptance of
Fax of Acceptance/Purchase Order along with submission of Bank Guarantee of 15% of Order Value
(10% towards Performance Bank Guarantee valid till full Guarantee period plus Three months claim
period & separate 5% Bank Guarantee towards Price Reduction Schedule due to delay in delivery
valid till contractual delivery date (CDD) + Five and half Months).
For PGTR cases only
In case of PGTR 90% supply amount shall be released through Letter of Credit and last 10% supply
amount shall be released against successful demonstration of Performance Guarantee Test Run &
submission of Invoices duly certified by Site-In-charge or 6 months from receipt of material at site
(against BG of equivalent amount valid for 1 year), whichever is earlier. However in the event of
delay in conducting the PGTR, the bidder is not relieved of his responsibility to carry out the same.
No additional payment shall be made for visit of supplier to site for demonstrating the PGTR, if the
same is included in the scope of supplier.

2.2 Where the Material Requisition calls for Supply of material and Erection or Site Work in the
scope of Supplier and Package Items
For Supply Portion
2.2.1 90% Payment of FOB Supply value through an Irrevocable Letter of Credit against submission of
Shipping Documents. The Letter of Credit shall be established only on receipt of acceptance of Fax
of Acceptance/Purchase Order along with submission of Bank Guarantee of 15% of Order Value
(10% towards Performance Bank Guarantee valid till full Guarantee period plus Three months claim
period & separate 5% Bank Guarantee towards Price Reduction Schedule due to delay in delivery
valid till contractual delivery date (CDD) + Five and half Months).
2.2.2 10% Payment of FOB Supply value through direct wire transfer through banking channels on
completion of Erection or Site Work or Commissioning/Performance Guarantee Test Run (PGTR) at
site, as applicable as per Purchase Order/Purchase Requisition (PR) against submission of final
documents or Certificate of Completion of Work by BPCL Site.
For PGTR cases only
The above amount (10%) shall be released against successful demonstration of Performance
Guarantee Test Run & submission of Invoices duly certified by Site-In-charge or 6 months from
receipt of material at site (against BG of equivalent amount valid for 1 year), whichever is earlier.
However in the event of delay in conducting the PGTR, the bidder is not relieved of his responsibility
to carry out the same. No additional payment shall be made for visit of supplier to site for
demonstrating the PGTR, if the same is included in the scope of supplier.

For Site Work Portion (Erection/Commissioning/PGTR)


2.2.3 100% Payment of Amount for Erection or Site Work or Commissioning/Performance Guarantee Test
Run (PGTR) at site, shall be paid through direct wire transfer through banking channels on
completion of Erection or Site Work at site as per Purchase Order against submission of Certificate
for Completion of Work by EIL Site.
The Letter of Credit shall be established only on receipt of acceptance of Fax of
Acceptance/Purchase Order along with submission of Performance Bank Guarantee of 15% of Total
Order Value [Supply+Site Work] (10% towards Performance Bank Guarantee valid till full Guarantee

A307_SIB Rev.6 dt. 14.04.2014 Page 5 of 20

Page 29 of 196
BPCL-KR
Job: A307

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

2.3 For Training


2.3.1 At Site: 100% payment against final bill to be submitted by seller after completion of training duly
certified by site-in-charge.
2.3.2 At Supplier’s Works: 100% payment against final bill to be submitted by seller after completion of
training.
2.4 Annual Maintenance Contract
100% payment shall be paid at the end of each quarter of the contractual year against quarterly
progressive bills to be submitted by Seller duly certified by Site-in-Charge.
2.5 Payment for PGTR / Per Diem Charges for Supervision of Erection, Testing &
Commissioning
2.5.1 100% Payment of Invoice amount through direct wire transfer as per normal banking channels on
completion of supervision activity / PGTR upon submission of Invoice, Time Sheet duly certified by
Site In-Charge at BPCL Site, legible copy of visa (showing date of entry and date of exit from India)
and passport (showing Name and Nationality of the personnel). Payment shall be made after
deducting Income Tax at applicable rate.
2.5.2 Where erection/commissioning supervision, commissioning assistance is required from the vendor,
penalty for non mobilization/delay in mobilization as per order shall also be specified in the
specifications. The penalty shall generally be 1.5 times the per diem rate for each day of delay of
reporting to site and shall be in addition to price reduction for delayed delivery.

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

2.6 General
2.6.1 No initial advance payment along with Order shall be made by the Owner against Supplies as well
as Services (i.e. Transportation, Erection, Site Work, etc.). If a Supplier insists on the same, their
Offer shall be rejected.
2.6.2 All Bank Guarantee(s) shall be issued through any Indian Scheduled Bank or branch of an
International Bank situated in India and registered with Reserve Bank of India as scheduled foreign
Bank as per Pro-forma provided in RFQ documents. All Bank Guarantees will be directly to BPCL by
the Bank.
2.6.3 All bank charges and stamp duties payable outside India in connection with payments shall be borne
by the Supplier. All bank charges and stamp duties payable in India shall be borne by BPCL except
L/C Amendment charges for delays in delivery. Confirmation charges for Confirmed L/C shall be
borne by Supplier.
2.6.4 Billing schedule shall be submitted to EIL & BPCL by the Supplier for approval within 30 days from
the date of Purchase Order wherever specified therein. No part shipment shall be made without
approval of billing schedule.
2.6.5 Subject to Technical Acceptability, For supplies sourced within India (if any) by Foreign
Bidder & directly dispatched to Site shall have following provisions: (Refer Annexure-A)

3.0 OCEAN FREIGHT:


3.1 Ocean freight from FOB Port of Exit to designated Indian Port shall be arranged by BPCL through
their nominated Freight Forwarder. Supplier shall arrange handing over the material to BPCL Freight
Forwarder at the designated Port of Exit.
3.2 In cases where the RFQ requires the Supplier to quote Ocean Freight, BPCL reserves the right to
ask the Supplier to arrange shipment through their own Freight Forwarder at the quoted freight
rates.
3.3 Owner/EIL reserves the right to place the order for foreign bidder either on FOB basis or CFR basis.
In case of award, initially the order shall be placed on FOB basis and Owner reserves the right to
convert the same to CFR basis within 4 months, from placement of order. Therefore, the Ocean

A307_SIB Rev.6 dt. 14.04.2014 Page 6 of 20

Page 30 of 196
BPCL-KR
Job: A307

Freight Charges/ CFR prices should be valid for additional 4 months from the date of Order. The
bidder is required to furnish the shipping details within 45 days from the date of order. In case the
bidder is not able to prove the shipping details within 45 days then 4 months shall be considered
from the date of receipt of shipping details of consignment for converting FOB to CFR.
3.4 Above clause no. 3.1 to 3.3 is not applicable for Turn-Key jobs where ocean freight along with
Marine cum transit cum erection insurance in bidders scope.

SECTION – B: EVALUATION CRITERIA FOR COMPARISION OF BIDS

4.0 WHERE ONLY INDIAN BIDS ARE UNDER COMPARISON:


Bids shall be evaluated on the basis of Net Effective Price i.e. landed cost at Site including Third
Party Inspection charges (if applicable) by Third Party Inspection Agency as nominated by BPCL
minus CENVAT/ Set Off benefit available to BPCL.
Commercial loading shall be done on FOT Dispatch Point price.
If a Bidder does not quote freight charges, his offer shall be loaded with maximum freight charges as
quoted by the other bidders.
Taxes/Duties:
Taxes and Duties will be loaded as applicable. However, if a Bidder states that the Sales Tax/
Excise Duty is not applicable at present or quotes lesser percentage stating the same will be
charged as applicable at the time of delivery, then such Bidder’s price will be loaded by the highest
rate as indicated by the remaining bidders.

5.0 WHERE ONLY FOREIGN BIDS ARE UNDER COMPARISON:


Bids shall be evaluated on the CIF basis including Custom Clearance (as mentioned below),
considering firm ocean freight up to Port of Entry (Kochi, India) as quoted by bidders.
Sl. No. Head Basis
1 F.O.B. Price As quoted by the Bidder (including stowage charges in case of
pipes*) and Third Party Inspection charges.
* Stowage charges, if not included in the quoted FOB Price, the
same shall be loaded @ 10% of freight quoted by the Bidder.
2 Add – Ocean Freight Firm Freight charges as quoted by Bidders or provision mentioned
in the bid documents
3 Add – Marine Insurance @ 1% of FOB Price
4 Add – Customs Duty Prevailing Rate on (CIF value plus Landing Charges @ 1% of CIF
Value)
5 Commercial Loading, if any On FOB Value
6 Less – Cenvatable Duties
7 FOT SITE PRICE Sum Total (Sl. Nos. 1 ~ 5) – (Sl. No. 6)

If a Bidder does not quote Ocean freight charges, his offer shall be loaded with maximum freight
charges as quoted by the other bidders.
Comparison shall be done on equivalent Indian Rupees considering RBI Reference rate of Foreign
Exchange published on the day of Opening of Priced Bids.
Normally, deviations in Payment terms, Firm prices & Performance Bank Guarantee are not
acceptable. However, wherever Bidder insists, the loading shall be done as applicable to Indigenous
cases on FOB price.

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


Domestic Bidders:
Bids shall be evaluated on the basis of Landed Cost at Site (considering EIL Inspection charges @
1.25% of FOT Dispatch Point price) including all duties, taxes and transportation charges less
Cenvatable Excise Duty, Cenvatable Service Tax, VAT on Supplies, VAT on Works Contract,
whichever is applicable.
Commercial loading shall be done on FOT Dispatch Point price.
A307_SIB Rev.6 dt. 14.04.2014 Page 7 of 20

Page 31 of 196
BPCL-KR
Job: A307

Foreign Bidders:
Bids shall be evaluated on the basis of landed cost at Site including the charges of inspection by
Third Party Inspection Agency, all duties, taxes and ocean freight charges as under less Cenvatable
CVD/SAD, Cenvatable Service Tax, VAT on Supplies, VAT on Works Contract, whichever is
applicable.

Sl. No. Head Basis


1 F.O.B. Price As quoted by the Bidder (including stowage charges in case of
pipes*) and Third Party Inspection charges.
* Stowage charges, if not included in the quoted FOB Price, the
same shall be loaded @ 10% of freight quoted by the Bidder.
2 Add – Ocean Freight Firm Freight charges as quoted by Bidders
3 Add – Marine Insurance @ 1% of FOB Price
4 Add – Customs Duty Prevailing Rate on (CIF value plus Landing Charges @ 1% of CIF
Value)
5 Add – Port Handling Charges @ 2% of CIF Value

Sl. No. Head Basis


6 Add – Inland Freight Charges 1% of Landed Cost i.e. Sl. Nos. 1 to 5
from Port of Entry in India to
Project Site
7 Add – L/C charges @ 1% of FOB Price
8 Commercial Loading, if any On FOB Value
9 Less – Cenvatable Duties
10 FOT SITE PRICE Sum Total (Sl. Nos. 1 ~ 8) – (Sl. No. 9)

Wherever supervision and site works are involved, in that cases service tax plus Ed. Cess shall be
loaded with as applicable rates
7.0 GENERAL NOTES:
i. Cost of Mandatory (Insurance) Spares, if identified in the Material Requisition, Commissioning
spares and Special Tools & Tackles will be included for price evaluation of bids, but costs of Spares
for Two Years Normal Operation & Maintenance shall be excluded.
ii. Cost of loading towards Technical Parameters (Utilities, etc.) wherever applicable shall be carried
out.
iii. BPCL shall claim CENVAT benefits on Excise Duty, CVD/SAD, Service Tax as well as the Cess
applicable and accordingly Excise Duty/ CVD/ SAD/ Cess/ Service Tax shall be considered and
necessary credit shall be given for evaluation and comparison of bids.
Wherever Site Work, AMC, Training, Supervision, etc. are required as per MR/RFQ, the same shall
be considered for evaluation.
iv. Bidders shall indicate the Customs Duty at Merit Rate in their Offer.

v. The Bidder must ascertain and confirm along with supporting documents in the bid, if any Custom
duty exemption / waiver is applicable to the products being supplied by bidder under any multi-lateral
/ bi-lateral trade agreement between India and Bidder’s country.

The bidder shall liable to provide all documentation to ensure availment of the exemption / waiver. In
case the bidder defaults on this due to any reason whatsoever, they shall be liable to bear the
incremental Custom Duty applicable, if any.

Any Custom Duty applicability on account of any change in the bi-lateral / multi-lateral agreement
shall be in bidder’s account.

A307_SIB Rev.6 dt. 14.04.2014 Page 8 of 20

Page 32 of 196
BPCL-KR
Job: A307

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

vi. BPCL shall issue Concessional Form ‘C’ for Central SalesTax, for all applicable cases.
vii. Comparison shall be done on equivalent Indian Rupees considering RBI Reference Rate of Foreign
Exchange published on the day of opening of the Price Bids.
viii. Third Party Inspection charges for foreign bidder must be included in quoted prices or anything
specifically mentioned in RFQ documents..
ix. Excise Duty, Central Sales Tax, VAT on Supplies & Service Tax shall not be included in the quoted
prices and shall be payable extra at actual. BPCL shall claim eligible credit on CENVAT/Service
Tax/VAT quoted by the Bidder and therefore eligible portion of CENVAT/Service Tax/VAT shall be
considered for price comparison. Bidder shall be required to furnish proper invoices issued in
accordance with relevant rules for enabling BPCL to avail CENVAT benefits. Further, the amount of
Excise Duty, Service Tax & VAT shall only be payable against submission of CENVATABLE/
VATABLE Invoices, subject to maximum amount quoted in the Offer and in case of non-submission,
will not be paid.
x. Bidders quoted transportation charges shall be inclusive of service tax plus education cess
thereupon applicable on transportation.
xi. Transit Insurance/ Marine Insurance shall be excluded from Supplier’s scope for the items where
only supply is involved, and in such cases, the same shall be arranged by the Owner. For purchases
involving Site Work, the Comprehensive Insurance (Transit/Marine cum Storage, Erection, till
handing over of equipment) shall be in the scope of Supplier.
xii. Owner reserves its right to allow Public Sector Enterprises (Central/State), Micro & Small
Enterprises (MSEs) and MSEs owned by Scheduled Caste (SC)/ Scheduled tribe (ST)
entrepreneurs, purchase preference as admissible/applicable from time to time under the existing
Govt. policy. Bidder to submit documentary evidence for the same duly certified by Statutory Auditor
of the bidder or a practicing Charted Account (not being an employee or a Director or not having any
interest in the Bidder’s company / firm) where audited accounts are not mandatory as per law.). In
this regard, item wise quantity may be splitted and the quoted price shall remain valid.
xiii. If various item rates are present in the RFQ and if there is correction/wrong entry or a difference
between the values entered in figures and in words, the following procedure shall be adopted for
evaluation.
i. When there is a difference between the rate in figures and in words for an item, the rate
which corresponds to the amount worked out by the Bidder for the item based on the
notional quantity specified, shall be taken as correct.
ii. When the rate quoted by the Bidder in figures and words tallies but the amount is incorrect,
the rate quoted by the Bidder shall be taken as correct.
iii. When it is not possible to ascertain the correct rate as detailed above, the rate quoted for
the item in words shall be adopted as the quoted rate.
iv. If the total amount written against an item does not correspond to the rate written in figures
and if the rate in words is missing, then the higher of the rates, i.e. higher of the rate worked
out by dividing the amount by the notional quantity and the rate quoted shall be considered
for evaluation In the event that such a bid is determined as the lowest bid, the lower of the
rates shall be considered for award of works.

8.0 SPECIAL NOTES ON TAXES/DUTIES AND CENVAT BENEFITS:


(i) CST/ Kerala VAT (Applicable only on supplies being made from within state of Kerala), as
applicable during the contractual delivery period, shall be paid by the supplier and the same
shall be reimbursed on submission of the documentary proof. 'C' Form for CST will be
issued for all applicable cases. However no concessional form is applicable for Kerala VAT.
(ii) CENVAT BENEFITS: In view of CENVAT/ Input credit benefits being available to BPCL on
Excise Duty, no loading on Cenvatable excise duty and/ or interest thereon shall be
considered for comparison of bids. In the case of Kerala VAT on Supplies, loading will be
done to extent of 80% of VAT rate (since VAT credit is available for 20% only)
In the case of Service Tax, Cenvat credit against Service Tax shall be available to BPCL to
the extent of 96% only. Hence loading of 4% of Service Tax rate shall be considered for
Price evaluation.
(iii) BPCL shall claim CENVAT benefits on Excise Duty, Kerala VAT /CVD/SAD/Service Tax as
well as the cess applicable and accordingly Excise Duty /VAT/CVD/SAD/Service Tax, Cess
shall be considered and necessary credit shall be given for evaluation and comparison of

A307_SIB Rev.6 dt. 14.04.2014 Page 9 of 20

Page 33 of 196
BPCL-KR
Job: A307

bids. Credit shall be taken during evaluation for 20% of Kerala VAT rate, 96% of Service Tax
rate and full amount for other Cenvatable taxes and duties.
(iv) Excise Duty, Central Sales Tax, Kerala VAT & Service Tax shall not be included in the
quoted prices and shall be payable extra at actuals. Further, the amount of Excise Duty,
Service Tax, Central Sales Tax, KVAT shall only be payable against submission of
supporting documents/Cenvatable/Vatable invoices subject to maximum amount quoted in
the offer and in case of non-submission, will not be paid.

(v) Non Cenvatable Excise Duty, if any is to be included in quoted prices & no variation on any
account (including statutory variation) shall be paid by Owner.

(vi) All New taxes/duties/cess/levies notified after the last date of submission of bid (final bid due
date) but within contractual delivery/ completion period, shall be to Owner’s account.
(vii) The bidder shall be required to furnish details of any special dispensation regarding
concessional/ exempted taxes/ duties.

9.0 PRICE REDUCTION SCHEDULE TOWARDS DELAY IN DELIVERY:


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

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

b) In case item involving only supply:-


Delayed Delivery shall be as per clause 9 of GPC (For Indigenous materials & equipments).

ii. For Foreign Vendor:


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

Price Reduction Schedule (Supply + Site work) towards delay in delivery for foreign bidder shall be
applicable as per clause no. 17 of GPC Import of RFQ subject to following modification:

“Imports, for any delay in delivery of equipments / materials or part thereof beyond the delivery
date stipulated, the vendor shall be liable to pay, compensation at 0. 5% of the total FOB Value of
order per week of delay or part thereof subject to maximum of 5% of the total FOB Value of
order”.

a) In case item involving only supply:-


Delayed Delivery shall be as per clause 17 of GPC (For Foreign materials & equipments).

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

10.0 Guarantee / Warranty Period :-


i) For Indigenous Vendor:
a) In case item involving supply and site work including comprehensive Insurance
policy:-
In partial modification of the terms specified in clause 30 of GPC –12 months from the date of
handing over of duly completed plant/equipment/system as per the contract at site to the owner.

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

c) In case item involving only supply:-


Performance Guarantee shall be as per clause 30 of GPC (For Indigenous materials &
equipments).
A307_SIB Rev.6 dt. 14.04.2014 Page 10 of 20

Page 34 of 196
BPCL-KR
Job: A307

ii) For Foreign Vendor:


a. In case item involving supply and site work including comprehensive Insurance
policy:-
In partial modification of the terms specified in clause 26 of GPC –12 months from the date of
handing over of duly completed plant/equipment/system as per the contract at site to the owner.

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

c. In case item involving only supply:-


Performance Guarantee shall be as per clause 26 of GPC (For Foreign materials & equipments).

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

11.0 BASIS OF LOADING:


The Foreign Bids shall be loaded on FOB Port of Exit prices and the Indian Bids shall be loaded on
FOT Despatch Point prices.
12.0 PAYMENT TERMS:
i. Any differential payment terms offered by an Indian supplier as against the terms specified in the
RFQ/ GPC shall be loaded @ 15% (simple interest) per annum for the applicable period as under:
Drawing approval : 80% of the delivery period
Sub-ordering of raw materials : 75% of the delivery period
Receipt of raw material at vendor’s works : 50% of the delivery period
Final 10% also against dispatch documents : one month
Period of any other stage shall be suitably decided at the time of evaluation.

In cases like turnkey jobs, to derive the delivery period of supply items, the total period of turnkey
jobs shall be split into delivery period of supplies & site work period in the ratio of 70:30 for loading of
differential payment terms for the supply periods as defined above.
ii. Foreign suppliers shall not be permitted to offer differential payment terms as against the terms
specified in the RFQ/ GPC and in case they insist, their offer shall be rejected.
iii. Advance along with FOA/ PO will not be allowed. If a supplier insists for advance payment along
with FOA/PO, his offer shall be rejected.

13.0 PERFORMANCE BANK GUARANTEE (PBG):


i. Performance Bank Guarantee shall be required in all cases of supplies of all values. In case a
supplier offers to give a PBG for less than 10% of order value, or for a lesser period than what is
provided in GPC, loading shall be done for the differential amount and/ or the differential period. For
differential period/ amount, the following example will amplify the methodology of loading (if GPC
specifies 10% PBG for 18 months + 3 months claim period = Total 21 months):
For differential period:
Period offered by Bidder Loading
10% for 21 months - No loading
10% for 18 months - 10% x 3/21 = 1.43%
10% for 12 months - 10% x 9/21 = 4.29%
10% for 6 months - 10% x 15/21 = 7.14%
For differential Amount:
Other than 10%: To be loaded by percentage by which PBG is short of 10%.
ii. In case, bidder does not agree to submit the PBG, 10% payment shall be deducted and withheld till
the guarantee period.
iii. In case, Bidder does not agree to submit the PBG or agree for deduction as per Cl. 13.(ii) above, the
offer shall be liable for rejection.
14.0 DELAYED DELIVERIES:
i. For Supply Only: [considering 0.5% un-delivered order value (UDOV) ~ 5% total order value
(TOV)]

A307_SIB Rev.6 dt. 14.04.2014 Page 11 of 20

Page 35 of 196
BPCL-KR
Job: A307

In case a Supplier does not accept the delayed delivery clause and/or takes any deviation (indicates
Penalty clause/Liquidated damages in place of Price Reduction Clause) or takes exception to the
percentage rate mentioned in GPC, the offer of such supplier(s) shall be loaded as under:
0.5% UDOV to 5%TOV : No loading
0.5% UDOV to 5% UDOV : 5%
0.5% UDOV to less than 5% TOV : Differential between the offered %age and 5%
Any other deviation/Liquidated : 5%
Damages/ penalty or non acceptance
of price reduction schedule
ii. For Supply + Site Work: [considering 0.5% total order value (TOV) ~ 5% total order value
(TOV)]
0.5% TOV to 5%TOV : No loading
0.5% UDOV to 5%TOV : 5% loading
0.5% TOV to less than 5% TOV : Differential between the Offered % and 5%
Any other deviation/Liquidated : 5%
Damages/ penalty or non acceptance
of price reduction schedule
15.0 PRICE VARIATION:
Suppliers must quote firm & fixed prices unless price variation is specified in the RFQ. Where price
variation is permitted as per RFQ, the loading thereto shall be as follows:

a) Firm Price No loading


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

c) No ceiling on the formula specified (This 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)

16.0 FREIGHT CHARGES:


i. Indian Suppliers shall quote firm freight charges up to destination by road transport for all cases until
unless specified otherwise in the RFQ documents.
17.0 INDIAN TAXES/ DUTIES:
In case a supplier states that taxes/duties are not applicable at present and will be charged as
applicable at the time of delivery then his bid shall be loaded by the maximum rate of taxes/duties
applicable.

18.0 DELIVERY/COMPLETION PERIOD:


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

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

20.0 FOREIGN EXCHANGE RATE VARIATION/CUSTOM DUTY VARIATION FOR INDIAN BIDDERS
(ON BUILT-IN IMPORT CONTENT) :
i. Prices shall remain firm and fixed without any escalation except for statutory variation in customs
duty rate.
The prices shall be firm and fixed on account of FE variation also.

A307_SIB Rev.6 dt. 14.04.2014 Page 12 of 20

Page 36 of 196
BPCL-KR
Job: A307

ii. Indigenous bidders shall be required to quote their prices including customs duty (Merit rate)
towards their built in import content. CIF content in Indian Rupees shall also be furnished by
Bidders along with the merit rate of customs duty considered.
iii. The statutory variation in customs duty shall be subject to the following
guidelines and the supplier shall confirm the following in their bid:
(a) Maximum CIF value of import content shall be furnished in the bid.
(b) The material to be imported covering the above CIF value to be indicated in the bid.
(c) Any increase in price due to increase in customs duty rate beyond two-third of the quoted
delivery period will be to supplier’s account. However, any decrease in price due to
decrease in customs duty rate at the time of actual clearance of imported materials shall
be passed on to BPCL.
(d) Variation in price due to customs duty rate will be dealt with separately after receipt of
materials at site against documentary evidence.

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


i. Wherever site work is involved, suppliers shall quote their prices inclusive of VAT on Works
Contracts. The Supplier shall submit the assessment/ liability certificate from Sales Tax Authority
stating the tax due on Contract/ Running bill submitted for payment for enabling BPCL to deduct
the VAT on Works Contract as per the certificate, from Suppliers Invoices and remittance to tax
authorities. TDS Certificate towards deduction of VAT on Works Contract shall be provided to
supplier by owner. Payment to the Supplier will be released only on receipt of the aforesaid
certificate. The Supplier shall submit the total tax liability certificate along with final bill. Under no
circumstance, the Supplier should remit VAT on Works Contract directly to the Department. Any
loss to BPCL, due to direct remittance of VAT on Works Contract by Supplier will be recovered from
Supplier. BPCL shall not be responsible for any delay in payment/ non-payment of bill due to delay
in submission/ non-submission of the aforesaid certificate. Order for Supply and Site Work shall not
be split and only single order covering the entire scope of work on each supplier shall be placed.
ii. Wherever, Service Tax is applicable, Suppliers shall quote their prices exclusive of Service Tax.
Supplier shall be required to furnish Invoices towards Service Tax in order to enable BPCL to avail
credit of the same. Presently BPCL is able to avail credit of 96% of the Service Tax rate only.
Hence, 4% of Service Tax rate shall be loaded for price evaluation. The same is not applicable for
service tax on transportation charges, since CENVAT Benefits not available.

22.0 ENTRY TAX:


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

23.0 REJECTION CRITERIA:


Bidder shall strictly comply with the technical and commercial requirements. Bid shall be considered
non responsive and rejected, if bidder insists on deviations to the under mentioned provisions of
RFQ/Bidding document:
i) Bid Security amount, Bid security validity, issuing bank and any major deviation to format of
Bid security. However this shall not be applicable in case Bid security is not required as per
RFQ/Bidding Document.
ii) Advance payment along with FOA/ PO.
iii) Unless specified in the RFQ, Price variation with no formula and no ceiling.
iv) Price change/implication against TQ/CQ when there is no change in scope of work,
specification and terms & conditions of MR/RFQ.
v) Delivery / completion schedule.
vi) Guarantee/ Defects Liability Period
vii) Inadequate Bid Validity
viii) Performance bank Guarantee or any other bank guarantee mandatorily required against
Milestone or supervision or Price Reduction Schedule (PRS)

A307_SIB Rev.6 dt. 14.04.2014 Page 13 of 20

Page 37 of 196
BPCL-KR
Job: A307

24.0 SUO-MOTO CHANGES IN PRICES:

(i.) Any Suo-moto reduction in price offered by a supplier within the bid validity by way of discount or
revised prices subsequent to the bid due date and which is not as a result of any change in scope of
supply or terms and conditions, shall not be taken into account for evaluation. However, such
reduction in price shall be taken into account for ordering if such supplier happens to be the
recommended supplier as per the originally quoted prices.
(ii.) However, in the event of any suo-moto price increase sought by a supplier subsequent to the bid
due date and which is not as a result of any change in scope of supply or terms and conditions, the
bid of such a supplier shall be rejected for the items in which such suo-moto increase is made.
(iii.) Any wrong interpretation of taxes & duties or any taxes & duties not specified in the offer shall be
borne by Bidder.
25.0 PRICE IMPLICATION NOT PERMITTED:
Price implications on account of technical clarifications shall not be permitted as long as
BPCL/EIL do not change the specifications/ scope spelt out in the RFQ.

26.0 INTEGRITY PACT:


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

SECTION-D: SPECIAL CONDITIONS.

27.0 DELIVERY SCHEDULE/ COMPLETION PERIOD:


i. All goods under the scope of the Supplier shall be delivered as per delivery schedule/ completion
period specified in Request for Quotation (RFQ) and no variation shall be permitted.
ii. Failing to meet the delivery schedule/ completion period will be subject to price reduction and/or
other remedies available to the purchaser in RFQ documents.
iii. Price Reduction Schedule (PRS) shall be applicable as per Clause 9.0 of GPC (Indian) & clause no.
17 of GPC (Imported) and mentioned in RFQ Covering letter.
(iv.) The delivery schedule/ completion period shall be reckoned from the date of Fax of Acceptance.
(V.) For Indian Bidder date of LR/GR shall be considered as date of delivery or date of receipt of material
at site shall be the date of delivery as specified in RFQ/FOA/PO. For Foreign Bidder date of clean
bill of Lading shall be considered as date of Delivery.
(VI.) In case of foreign bidder, quoted FOB Port of Exit prices shall be inclusive of all charges, all taxes &
duties, applicable upto FOB port of exit.
28.0 DESPATCH INSTRUCTIONS FOR INDIGENOUS SUPPLIES:
i. Supplier shall obtain despatch clearance from the purchaser prior to despatch.
ii. Following despatch documents are required to be submitted by the Indigenous supplier immediately
after shipment is made.
 Commercial Invoice
 Dispatch instructions/ clearance by Purchaser/Consultant.
 Inspection Release Note by Third Party Inspection Agency/ Purchaser/ Consultant.
 LR/ GR
 Packing List
 Test Certificates (NDT reports, MTC, etc. as per MR)
 Certificate of Measurement and Weight
 List of documents as specified in Vendor Data Requirement in Material Requisition &
counter signed & stamped by EIL.

A307_SIB Rev.6 dt. 14.04.2014 Page 14 of 20

Page 38 of 196
BPCL-KR
Job: A307

29.0 NEW / ADDITIONAL TAXES & DUTIES (Applicable for Indian Bidder):
i. Within the contractual delivery period, if any new taxes and/or duties come into force the same will
be reimbursed to bidder against documentary evidence. However any new or additional taxes/
duties imposed after contractual delivery shall be to borne by seller.
ii. All necessary taxes & duties registration, if required for carrying out the site activities shall be done
by the bidder and cost towards the same shall be included in quoted prices.
iii. The statutory variations on Customs duty (rate) considered on above CIF value of built – in import
content, within contractual delivery period shall be to Employer’s account against submission of the
documentary evidence. However, any increase in the rate of Customs duty beyond the contractual
completion period shall be to bidder’s account. In case of wrong classification, no variation
including statutory variation of Customs Duty will be payable extra. Any decrease in the rate of
Customs duty shall be passed on to the Employer.
iv. The statutory variations on Excise rate and amount of Excise Duty, CST with concessional form &
VAT without concessional form, which will be payable on the finished goods and Cenvatable
Service Tax, as applicable, within the contractual delivery period shall be to Employer’s account
against submission of the documentary evidence. Any increase in the rate of these taxes and
duties beyond the contractual completion period shall be to bidder’s account. However, any
decrease in the rate of taxes & duties shall be passed on to the Employer.
v. Works Contract Tax & service tax on transportation, if applicable, shall be included in the quoted
prices and no variation including statutory variations shall be payable by BPCL.

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


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

31.0 GOVERNING LAW:


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

32.0 PURCHASER’S RIGHTS AND REMEDIES:


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

33.0 DEDUCTION AT SOURCE:


i. Purchaser will release the payment to the Supplier after effecting deductions as per applicable law in
force. Purchaser will release the payment to the Supplier after effecting deductions as per applicable
law in force. Owner shall deduct VAT on Works Contract as applicable & shall furnish TDS certificate
to supplier.
ii. Purchaser will release payments to the Supplier after offsetting all dues to the Purchaser payable
by the Supplier under the Contract.

34.0 STATUTORY APPROVAL RELATED WITH SUPPLIES / WORKS:

Approval from any authority (i.e. Inspector of Boiler, Electrical Inspector, and Municipal Corporation
of Greater Kochi (MCGK) etc.) required as per statutory rules and regulations of Central/ State
Government shall be the responsibility of Contractor agency.

The application on behalf of the OWNER for submission to relevant authorities along with copies of
required certificate complete in all respects shall be prepared and submitted by the Contractor
agency well ahead of time so that the actual construction/ commissioning of the work is not delayed
for want of the approval/ inspection by concerned authorities. The Contractor agency shall arrange
the inspection of the works by the authorities and necessary coordination and liaison work in this
respect shall be the responsibility of the Contractor agency. Reimbursement by the OWNER of the
A307_SIB Rev.6 dt. 14.04.2014 Page 15 of 20

Page 39 of 196
BPCL-KR
Job: A307

statutory fees payable by Contractor agency (as per advance approval of OWNER) may be provided
for, subject to submission of receipt.
The Contractor agency shall carry out any change/ addition required to meet the requirements of the
statutory authorities, within the quoted rates. The inspection and acceptance of the work by statutory
authorities shall be the responsibility of the Contractor agency.
List of all documents, drawings, forms, affidavits etc required for the approvals shall be submitted by
the contractor agency.

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

36.0 LIMITATION OF LIABILITY:


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

SECTION-E: GENERAL INSTRUCTIONS

37.0 GENERAL: Bidders shall submit their Bids in following manner & containing the listed inputs, duly
filled-in, stamped & signed by authorized signatory of Bidder holding Power of Attorney, as a
minimum requirement:
a) PART-I: UNPRICED OFFER
A. All technical specifications as per requirement of MR.
B. Agreed Terms & Conditions duly filled in.
C. Terms & Conditions for Supervision of Erection/Testing/Commissioning, if applicable
D. Terms & Conditions for Site Work, if applicable
E. Copy of Registration with EIL, if applicable
F. Copy of MOU/ MOM, if any, signed with EIL and referred in offer.
G. Integrity Pact, duly filled-in, stamped & signed on each page (if applicable).
H. Complete Audited Financial Report of latest preceding Financial year.
I. Deviation sheet, if any.
J. Price Schedule with prices blanked out but “Quoted/ Not quoted” to be mentioned & its
relevant enclosures, duly filled-in, stamped & signed on each page.
b) PART-II: PRICED OFFER
A. Price Schedule with prices filled in.
B. Statement that all specifications and terms & conditions are as per un-priced part of offer.

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

38.0 FRAUDULENT PRACTICES:


The OWNER requires that Bidders/ Contractors observe the highest standard of ethics du ring
the award/ execution of Contract. "Fraudulent Practice" means a misrepresentation of facts in order
to influence the award of a Contract to the detriment of the Owner, and includes collusive practice
among bidders (prior to or after bid submission) designed to establish bid prices at artificial non-
competitive levels and to deprive the Owner of the benefits of free and open competition.
a) The OWNER will reject a proposal for award if it determines that the bidder recommended for
award has engaged in fraudulent practices in competing for the Contract in question.
Bidder is required to furnish the complete and correct information/ documents required for
evaluation of their bids. If the information/ documents forming basis of evaluation is found to be
false/ forged, the same shall be considered adequate ground for rejection of bids and forfeiture
of Earnest Money Deposit.
A307_SIB Rev.6 dt. 14.04.2014 Page 16 of 20

Page 40 of 196
BPCL-KR
Job: A307

b) In case, the information/ document furnished by the Bidder/ Contractor forming basis of
evaluation of his bid is found to be false/ forged after the award of the contract, Owner shall
have full right to terminate the contract and get the remaining job executed at the risk & cost of
such Bidder/ Contractor without any prejudice to other rights available to Owner under the
contract such as forfeiture of CPBG/ Security Deposit, withholding of payment etc.
c) In case, this issue of submission of false documents comes to the notice after execution of
work, Owner shall have full right to forfeit any amount due to the Bidder/ Contractor along with
forfeiture of CPBG/ Security Deposit furnished by the bidder/ contractor.
d) Further, such bidder/ contractor shall be put on Blacklist/ Holiday/ Negative List of OWNER/EIL
debarring them from future business with Owner & EIL for a time period, as per the prevailing
policy of OWNER & EIL.

39.0 ONE BID PER BIDDER:


a. A Bidder shall submit only one bid in the same bidding process. A Bidder who submits or
participates in more than one bid will cause all the proposals in which the bidder has
participated to be disqualified.
b. Alternative price bids are not acceptable.

40.0 LANGUAGE OF BID:


a) The Bid prepared by the bidder, all correspondence/drawings and documents relating to the
bid exchanged by the bidder with the Owner/Consultant shall be in English Language alone
provided that any document furnished by the bidder may be written in another language so
long as accompanied by an English translation, in which case, for the purpose of interpretation
of the bid, the English translation shall govern.

b) In the event of submission of any document/ certificate by the Bidder in a language other than
English, the English translation of the same duly authenticated by Chamber of Commerce of
Bidder’s country shall be submitted by the Bidder. Metric measurement system shall be
applied.
41.0 EARNEST MONEY DEPOSIT:
Bidder shall furnish, as part of its Bid, EMD for an amount as indicated in the NIT/ IFB. If the
Bidder is unable to submit Bid Document Fee & EMD in original within the due date & time, then
bidder shall submit the original Bid Document Fee & EMD within 7 days from the date of unpriced
bid opening, provided copy of the same have been uploaded on E-Tendering Website. In case
the bidder fails to submit the same in original within 7 days, then their bid shall be rejected,
irrespective of their status/ ranking in tender and notwithstanding the fact that a copy of Bid
Document Fee & EMD was earlier uploaded by the bidder. OWNER shall not pay any interest on
EMD furnished.

The EMD shall be in favour of BPCL and shall be acceptable in the form of Crossed Demand Draft
or Bank Guarantee in the prescribed pro-forma.
The Bank Guarantees/DD for EMD shall be issued by any Scheduled Commercial Bank (other than
co-operative Bank) in India or any Indian Branch of Foreign Bank and same shall be as per the
format given in this bidding document. Swift Message or Cash or Cheque in lieu EMD shall not be
acceptable.
The bank guarantee for submission of EMD shall be valid as period mentioned in EMD / Bid
Security format or elsewhere mentioned in Bid Document / RFQ.
EMD/ Bid securities of unsuccessful bidders will be returned upon award of Contract. However,
EMD of the successful Bidder will be returned upon the Bidder's acceptance of PO/ signing the
Contract and furnishing the PBG.
The EMD may be forfeited:
If a Bidder withdraws its bid during the period of Bid Validity or does any breach of
tendering terms and conditions, or

If a bidder modifies his bid on his own.

In case of a successful Bidder, if the Bidder fails, within the specified period:
i. To submit the order acceptance.
ii. To furnish the PBG.

A307_SIB Rev.6 dt. 14.04.2014 Page 17 of 20

Page 41 of 196
BPCL-KR
Job: A307

42.0 MODIFICATION AND WITHDRAWAL OF BIDS:


a) The Bidder may modify / withdraw its Bid prior to the due date prescribed for submission of
Bids.
b) No bid shall be modified subsequent to the deadline for submission of bids.
c) No bid shall be allowed to be withdrawn in the interval between the deadline for submission
of bids and the expiration of the period of bid validity specified by the bidder. Withdrawal of a
bid during this interval shall result in the forfeiture of bidder’s bid security.

43.0 EXAMINATION OF BIDS AND DETERMINATION OF RESPONSIVENESS:


a. The Owner/EIL will examine the bids to determine whether they are complete, whether any
computational errors have been made, whether the documents have been properly signed,
and whether the bids are generally in order.
c) Prior to the detailed evaluation, the Owner/EIL will determine whether each bid is of
acceptable quality, is generally complete and is responsive to the RFQ Documents. For the
purposes of this determination, a responsive bid is one that conforms to all the terms,
conditions and specifications of the RFQ Documents without deviations, objections,
conditionality or reservations.
c. Bidder shall not be allowed to submit any Price Implication or Revised Price after submission
of Bid, unless there is change in the stipulations of the RFQ Document and such changes are
incorporated through an Amendment. In case Exceptions and Deviations submitted by Bidder
along with Bid are not considered as acceptable and no Amendment is issued, then in such a
case the Bidders would be required to withdraw such Exceptions/Deviations in favour of
stipulations of the RFQ document and Bidders would not be eligible for submission of Price
Implication/Revised Price, failing which such Bid(s) shall be considered as non responsive
and rejected.
d. The Owner/EIL determination of a bid’s responsiveness is to be based on the contents of the
bid itself without recourse to extrinsic evidence. If a bid is not responsive, it will be rejected by
the Owner/EIL, and may not subsequently be made responsive by the bidder by correction of
the nonconformity.
44.0 OWNER’S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY BID:
The Owner/EIL reserves the right to accept or reject any bid, and to annul the bidding process and
reject all bids at any time prior to award of the order without thereby incurring any liability to the
affected bidder or bidders or any obligations to inform the affected bidder or bidders of the ground
for Owner/EIL’s action.
45.0 NOTIFICATION OF AWARD:
d) Prior to the expiration of period of bid validity Owner /EIL will notify the successful bidder in writing
by fax/e-mail to be confirmed in writing, that his bid has been accepted. The notification of award/
Fax of Acceptance will constitute the formation of the Order.
e) The Delivery Schedule shall commence from the date of notification of award/ Fax of Acceptance
(FOA).
f) Award of Contract/Order will be by issuing Fax of Acceptance (FOA) of your bid. FOA will contain
price, delivery and other salient terms of bid and RFQ Document.
Bidder will be required to confirm receipt of the same by returning “Copy of the FOA” duly signed
and stamped by the bidder as a token of acknowledgement to Owner and EIL. On receipt of
acknowledgement without any deviation/ condition, detail Purchase Order/ Contract will be issued
in quadruplicate. Three copies of the same without any condition/ deviation will be returned duly
signed and stamped by the bidder as a token of acknowledgement to Owner and EIL.
46.0 WAIVER OR TRANSFER OF THE AGREEMENT:
The successful bidder shall not waive the Agreement or transfer it to third parties, whether in part
or in whole, nor waive any interest that is included in the Agreement without the prior written
permission of the Owner.
47.0 T&C FOR FOREIGN SUPPLIERS OPERATED THROUGH THEIR INDIAN OFFICE /
SUBSIDIARIES:

A307_SIB Rev.6 dt. 14.04.2014 Page 18 of 20

Page 42 of 196
BPCL-KR
Job: A307

I. The parent company shall issue an authorization from the authorized signatory like CEO, CFO, CS
to confirm their authorization to the subsidiary to manufacture & supply the equipments.
II. The parent company shall furnish a back-up guarantee duly signed by above signatory for the
performance of the equipment.
III. The order shall be placed on Indian subsidiary and the payment shall be released to Indian
subsidiary.
IV. Indian subsidiary shall be a manufacturing company in the same product & not a liaison /
representative office.
V. Bidder to submit bipartite agreement between parent & subsidiary to ensure experience &
compliance to contract.
VI. All critical components / parts to be supplied by parent company only which is enlisted with EIL.

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


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

49.0 REQUIREMENT OF EMPLOYMENT VISA FOR FOREIGN NATIONALS:


i) All Foreign nationals coming to India for execution of Projects/ Contracts will have to apply for
Employment Visa only and that grant of Employment Visa would be subject to strict adherence
of following norms:
a. Employment Visa is granted only for the skilled and qualified professionals or to a person who is
being engaged or appointed by a Company, Organization, Industry or Undertaking etc. in India
on contract or employment basis at a senior level, skilled position such as technical expert, senior
executive or in managerial position etc.
b. Request for Employment Visa for jobs for which large number of qualified Indians are available, is
not considered.
c. Under no circumstances an Employment Visa is granted for routine, ordinary secretarial/ clerical
jobs.
ii) Suppliers are advised in their own interest to check latest Visa rules from Indian Embassy/ High
Commission in their country in case Foreign nationals are required to be deputed to India during
execution of the Contract.

50.0 Order of Precedence of Commercial Documents:


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

SECTION-F: ADDITIONAL CLAUSES TO GPC

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


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

A307_SIB Rev.6 dt. 14.04.2014 Page 19 of 20

Page 43 of 196
BPCL-KR
Job: A307

ANNEXURE-A
INTEGRATED REFINERY EXPANSION PROJECT (IREP) OF
M/s BPCL KOCHI REFINERY, KOCHI, KERALA (INDIA)
(Job No. A307)
TERMS & CONDITIONS FOR INDIAN SOURCED COMPONENTS / SERVICES BY FOREIGN
BIDDER
Foreign bidder may source components / sub-supplies and services from India, if allowed as per Material
Requisition. Such sub-supplies / services shall be subject to following Commercial Terms & Conditions:

1. PRICING:
1.1 The Foreign bidder shall quote firm price for items being sourced from India in Indian rupees on FOT
Site basis inclusive of packing, forwarding, transportation, all applicable taxes, duties & levies payable
upto site.
1.2 Materials if ordered against this Bidding Document are required to be dispatched on door delivery basis
through a reliable bank approved Road Transport Company unless the transport company is named by
the Owner.
2. AWARD OF ORDER:
Client will place single order for Main Supplies/ Services including Indian source supplies/ Services
with single point responsibility taken care by foreign (principal) bidder. However obligation of
Performance Bank Guarantee & Price Reduction Schedule for complete package shall always be in
scope of foreign (principal) Bidder.

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

4. PRICE REDUCTION SCHEDULE FOR DELAY IN DELIVERY / SERVICES:


PRS for delay in deliver / services shall be applicable on total order value including Indian sourced
component / Service.

5. OVERALL RESPONSIBILTY:
Overall responsibility towards the contractual obligations like delivery, bid security, order execution,
performance guarantee etc. including supplies being sourced from India shall be only with the
foreign (principal) bidder.

6. PERFORMANCE BANK GUARANTEE


Foreign (principal) bidder shall submit one performance bank guarantee as per GPC for total order
value including value of items source from India.

7. INSPECTION
i. Inspection of Item being sourced from India shall be by EIL/Owner.
ii. Any change in sourcing from indigenous supplies to imported supplies and vice-versa after bid
submission is not permitted.
iii. Considering EIL Inspection charges, during evaluation prices of Indigenous source item shall be
loaded by @1.25% of FOT Despatch Point Price price.

8. PAYMENT TERMS:
8.1 Indian Sourced supplies:
100% payment along with taxes and duties will be paid against receipt & acceptance of Indian sourced
goods/material at project site and on presentation of invoice suitable for availing Cenvat.
8.2 Payment of Indian source supplies/Services shall be released directly to Indian counterpart against
Invoices raised by Indian counterpart duly endorsed by Foreign principal for payment.
8.3 The payments shall be made after Adjustment of Price Reduction Schedule.
9. In case of any deviation to above requirement, loading shall be applicable as mentioned for Indian
Bidder.

A307_SIB Rev.6 dt. 14.04.2014 Page 20 of 20

Page 44 of 196
Page 45 of 196
Page 46 of 196
Page 47 of 196
Page 48 of 196
Page 49 of 196
Page 50 of 196
Page 51 of 196
Page 52 of 196
Sham
PatroleUI"

BHARAT PETROLEUM CORPORATION LIMITED


KOCHI REFINERY
GENERAL PURCHASE CONDITIONS
FOR IMPORTED MATERIALS AND EQUIPMENTS

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 53 of 196 •
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 54 of 196 •
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.

BHARAT PETROLEUM CORPORATION LIMITED


KOCHI REFINERY
AMBALAMUGAl
KOCHI-682302
From

To:
Chief Manager (Projects)
Bharat Petroleum Corporation Ltd.
Koehl Refinery, Ambalamugal
Kochi - 682 302

Purchase Order No.

Item:

Equipment:

NetWeight: Kgs.

Gross Weight: Kgs.


Case No. of Total Cases:

Dimensions:

-3-

Page 55 of 196 •
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 56 of 196
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 57 of 196 •
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 58 of 196 •
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 59 of 196 •
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 60 of 196 •
Job No. : A307
BPCL-KR - IREP

SPECIAL PACKAGING REQUIREMENTS

All raw/solid wood packaging material used for packaging shall be appropriately treated and marked as
per ISPM-15 (International Standards of Phyto-sanitary measures 15) OR shall be accompanied by a
Phytosanitary Certificate with the treatment endorsed.

The treatment of raw/solid wood packaging material prior to export shall include either Methyl Bromide
(MB) @ 48 g/m3 for 16 hrs at 21º C and above or any equivalent thereof or heat treatment (HT) at 56º
C for 30 min (core temperature of wood) or Kiln Drying (KD) or Chemical Pressure Impregnation (CPI)
or any other treatments provided that these meet the HT specifications of the ISPM-15.

However, the above conditions shall not be applicable to wood packaging material wholly made of
processed wood products such as ply wood, particle board, oriental strand board of veneer that have
been created using glue, heat and pressure or combination thereof. The above conditions shall also
not be applicable to wood packaging material such as veneer peeler cores, wood wool & shavings and
thin wood pieces (less than 6mm thickness) unless they are found to be harboring any pests.

SPR-Foreign Page 1 of 1

Page 61 of 196
Tax Residency Certificate (TRC) Format for Foreign Bidder

Sl. No. Description


1. Name of the assessee

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


assesse

3. Nationality ( in case of individual)

4. Country / Specified territory of incorporation /


registration

5. Assessee’s tax identification number in the country /


specified territory of residence or in case no such
number, then, a unique number on the basis of
which the person is identified by the Govt. of the
country or the specified territory

6. Residential status for the purpose of tax

7. Period for which the certificate is applicable

8. Address of the applicant for the period for which the


certificate is applicable.

Note:-
1. Tax Residency Certificate (TRC) containing above details is compulsory for claiming tax
relief under Double Taxation Avoidance Agreement (DTAA) in respect of foreign
remittances.
2. TRC containing the details as above shall be verified by the Govt of the country or the
specified territory of which the contractor/ Licensor (ie, assessee) claims to be a resident
for the purpose of tax.
3. Bidder must submit TRC containing the details as above along with invoice for the
purpose of effecting payment. Please be noted that non furnishing of TRC will delay
the payment to non – residents.

Page 62 of 196
PROFORMA OF BANK GUARANTEE
( Performance )
(Ref. clause 26)
To
Bharat Petroleum Corporation Limited
Kochi Refinery, Ambalamugal, Kerala- 682 302
Dear Sir,
In consideration of the Bharat Petroleum Corporation Limited (hereinafter called “the
Company” which expression shall
include its successors and assigns) having awarded to M/s.
(Name)…................................... ………………………………..(address)
…………………………………............ ................................................. ...................
................................................... (hereinafter
referred to as “The Supplier” which expression wherever the subject or context so
permits include its successors and assigns) a supply contract in terms interalia, of the
Company’s Purchase Order No………………………dated……………………… and the
General Purchase Conditions of the company and upon the condition of supplier’s
furnishing security for the Performance of the supplier’s obligation and/or discharge of
the supplier’s liability under and/or in connection with the said supply contract up to a
sum of (in figure)…………........................…. (in words)
..........................................................................................
........................................................................
……………..............................................………) contract value.

We,
(Name)………...........................……………………(constitution)………………....................
.......….. (hereinafter called “the Bank” which expression shall include its successors and
assigns) hereby jointly and severally undertake the guarantee to pay to the Company in
(Currency) forthwith on demand in writing and without protest or demur of any and all
moneys anywise payable by the Supplier to the Company under in respect of or in
connection with the said supply contract inclusive of all the Company’s losses and
damages and costs, (inclusive between attorney and client), charges and expenses and
other moneys anywise payable in respect to the above as specified in any notice of
demand made by the Company to the Bank with reference to this Guarantee up to
aggregate limit of Rs………………………...... (Rupees ….....
...................................................................
……………………………………..only)

AND the Bank hereby agrees with company that:

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

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

This Guarantee / Undertaking shall be in addition to any other guarantee or security


whatsoever that the company may now or at any time anywise have in relation to the
Supplier’s obligations/liabilities under and/or connection with the said supply contract,
and the Company shall have full authority to take recourse to or reinforce this security in
preference to the other security(ies) at its sole discretion, and failure on the part of the

Page 63 of 196
Company in enforcing or requiring enforcement of any other security shall have the
effect of releasing the Bank from its liability hereunder.

The company shall be at liberty without reference to the bank and without affecting the
full liability of the Bank hereunder to take any other security in respect of the Supplier’s
obligations and/or liabilities under or in connection with the said supply contract and to
vary the terms vis a vis the supplier of the said supply contract or to grant time and/or
indulgence to the supplier or to reduce or to increase or otherwise vary the prices of the
total contract value or and/or the remedies of the company under any other security (ies)
now or hereafter held by the company and no such dealing(s), variation(s), reduction(s),
increase(s) or the indulgence(s) or arrangement(s) with the supplier or release or
forbearance whatsoever shall have the effect of releasing the Bank from its full liability to
the Company hereunder or of prejudicing rights of the Company, against the Bank.

The Guarantee / Undertaking shall not be determined or affected by the liquidation or


winding up, dissolution or change of constitution or insolvency of the supplier but shall in
all respects and for all purposes be binding and operative until payment of all moneys
payable to the Company in terms hereof.

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

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

Yours faithfully,

Page 64 of 196
Page 65 of 196
Page 66 of 196
Page 67 of 196
Page 68 of 196
Page 69 of 196
Page 70 of 196
Annexure – 1
E-TENDERING METHODOLOGY

Instructions for Online Bid Submission:


The bidders are required to submit soft copies of their bids electronically on the CPP Portal (URL:
http://eprocure.gov.in) only, using valid Digital Signature Certificates. The instructions given below are
meant to assist the bidders in registering on the CPP Portal, prepare their bids in accordance with the
requirements and submitting their bids online on the CPP Portal.
More detailed information useful for submitting online bids on the CPP Portal may be obtained at:

https://eprocure.gov.in/eprocure/app .

REGISTRATION

1) Bidders are required to enroll on the e-Procurement module of the Central Public
Procurement Portal (URL: https://eprocure.gov.in/eprocure/app) by clicking on the link “Click
here to Enroll” on the CPP Portal is free of charge.

2) As part of the enrolment process, the bidders will be required to choose a unique username
and assign a password for their accounts.

3) Bidders are advised to register their valid email address and mobile numbers as part of the
registration process and submit in EIL tender portal for updation of records
(http://tenders.eil.co.in) . These details would be used for any communication from the CPP
Portal.

4) Upon enrolment, the bidders will be required to register their valid Digital Signature
Certificate (DSC) (Class II or Class III Certificates with signing key usage) issued by any
Certifying Authority recognized by CCA India (e.g. Sify / TCS / nCode / eMudhra etc.), with
their profile.

5) Foreign Bidders have to refer “DSC details for foreign Bidders” for Digital signature
Certificates requirements which comes under Download Tab at
https://eprocure.gov.in/eprocure/app and the remaining part is same as above and below.

6) Only one valid DSC should be registered by a bidder. Please note that the bidders are
responsible to ensure that they do not lend their DSC‟s to others which may lead to misuse.

7) Bidder then logs in to the site through the secured log-in by entering their user ID / password
and the password of the DSC / e-Token.

SEARCHING FOR TENDER DOCUMENTS

1) There are various search options built in the CPP Portal, to facilitate bidders to search active
tenders by several parameters. These parameters could include Tender ID, organization
name, location, date, value, etc. There is also an option of advanced search for tenders,
wherein the bidders may combine a number of search parameters such as organization
name, form of contract, location, date, other keywords etc. to search for a tender published
on the CPP Portal.
2) Once the bidders have selected the tenders they are interested in, the same can be moved
to the respective „My Tenders‟ folder. This would enable the CPP Portal to intimate the
bidders through SMS / e-mail in case there is any corrigendum issued to the tender
document.

Page 71 of 196
3) The bidder should make a note of the unique Tender ID assigned to each tender, in case
they want to obtain any clarification / help from the Helpdesk.
PREPARATION OF BIDS

1) Bidder should take into account any corrigendum published on the tender document before
submitting their bids.
2) Please go through the tender advertisement and the tender document carefully to
understand the documents required to be submitted as part of the bid. Please note the
number of covers in which the bid documents have to be submitted, the number of
documents - including the names and content of each of the document that need to be
submitted. Any deviations from these may lead to rejection of the bid.

3) Bidder, in advance, should get ready the bid documents to be submitted as indicated in the
tender document and generally, they can be in PDF / XLS / RAR / DWF formats. Bid
documents may be scanned with 100 dpi with black and white option. However, Price
Schedule / SOR shall be strictly in RAR format without altering any contents of the
formats uploaded by EIL in their Bidding Document.

4) To avoid the time and effort required in uploading the same set of standard documents which
are required to be submitted as a part of every bid, a provision of uploading such standard
documents (e.g. PAN card copy, annual reports, auditor certificates etc.) has been provided
to the bidders. Bidders can use “My Space” area available to them to upload such
documents. These documents may be directly submitted from the “My Space” area while
submitting a bid, and need not be uploaded again and again. This will lead to a reduction in
the time required for bid submission process.

SUBMISSION OF BIDS

1) Bidder should log into the site well in advance for bid submission so that he/she upload the
bid in time i.e. on or before the bid submission time. Bidder will be responsible for any delay
due to other issues.

2) The bidder has to digitally sign and upload the required bid documents one by one as
indicated in the tender document.

3) Bidder has to select the payment option as “offline” to pay the tender fee / EMD as
applicable and enter details of the instrument.

4) Bidder should prepare the EMD as per the instructions specified in the tender document. The
original should be posted/couriered/given in person to the Tender Processing Section, with
in 7 calendar days of the date of Unpriced bid opening. The details of the DD/any other
accepted instrument, physically sent, should tally with the details available in the scanned
copy and the data entered during bid submission time. Otherwise the uploaded bid will be
rejected.

5) A Price Bid format has been provided with the tender document to be filled by all the bidders.
Bidders are requested to note that they should necessarily submit their financial bids in the
format provided and no other format is acceptable. Bidders are required to download the
Price Bid file, open it and complete the cells with their respective financial quotes and other
details (such as name of the bidder). No other cells should be changed. Once the details
have been completed, the bidder should save it and submit it online, without changing the
filename. If the Price Bid file is found to be modified by the bidder, the bid will be rejected.

Page 72 of 196
6) The server time (which is displayed on the bidders‟ dashboard) will be considered as the
standard time for referencing the deadlines for submission of the bids by the bidders,
opening of bids etc. The bidders should follow this time during bid submission.

7) All the documents being submitted by the bidders would be encrypted using PKI encryption
techniques to ensure the secrecy of the data. The data entered cannot be viewed by
unauthorized persons until the time of bid opening. The confidentiality of the bids is
maintained using the secured Socket Layer 128 bit encryption technology. Data storage
encryption of sensitive fields is done.
8) The uploaded tender documents become readable only after the tender opening by the
authorized bid openers.

9) Upon the successful and timely submission of bids, the portal will give a successful bid
submission message & a bid summary will be displayed with the bid no. and the date & time
of submission of the bid with all other relevant details.

10) The bid summary has to be printed and kept as an acknowledgement of the submission of
the bid. This acknowledgement may be used as an entry pass for any bid opening meetings.

RETENDER

1) Please note that if Tender has been retendered, than it is mandatory for the bidder to
submit their offer again on CPP Portal.

ASSISTANCE TO BIDDERS

1) Any queries relating to the tender document and the terms and conditions contained therein
should be addressed to the Tender Inviting Authority for a tender or the relevant contact
person indicated in the tender.

2) Any queries relating to the process of online bid submission or queries relating to CPP Portal
in general may be directed to the 24x7 CPP Portal Helpdesk. The contact number for the
helpdesk is 1800 233 7315.

Page 73 of 196
Government eProcurement System

Procedure for obtaining Digital Signature by Foreign Vendors

This document gives the procedure to be followed by bidders who are resident of countries other
than India for participating in Online Tendering Activity.

As per the IT ACT 2000, all bidders who participate in the online bidding process in this site
should possess a valid Digital Signature issued by any of the Digital Signature Certificate (DSC)
vendors approved by CCA, India (https://cca.gov.in). The following document gives the procedure
that is generally followed by various vendors.

Generally, the documents that are required to be submitted by Foreign Nationals are as follows:

1. Identity Proof (ID Proof) of the person in whose name DSC has to be issued (E.g.
Passport copy)
2. Bank account statement in country of residence, duly attested by Indian Embassy / High
Commission / Consulate / Apostille in the country where the applicant is currently
located. (At least 6 months of Bank transactions) with the proof indicating the account is
owned by the Individual.
3. Copy of the Trade license attested by any one of the authorities as specified in Point 2
above.
4. As the Individual is representing the company, an Authorization on company’s letter head
as given in the form
5. Copy of the Authorization letter or invitation letter from department for the
participation in the tender by any one of the tender inviting authority.

As of now, it is learnt that GNFC, TCS, eMudhra issue DSCs with the above procedure. The
copy of the nCodes, TCS and eMudhra Format is enclosed as Annexure; the Copies of other
vendors will be made available on receipt of information from these vendors.

Note: The Information given by the vendors is attached for facilitating the Foreign Nationals to
procure DSCs from the Indian CA authorized vendors for information purpose only as shared by
the respective CA's.

Please find below the details of various vendors and procedure for obtaining DSC:

 GNFC
 Tata Consultancy Services
 eMudhra

DSC for F oPage


r e i 74
g of
n 196
Nationals Version 1.0
Page 75 of 196
Page 76 of 196
Page 77 of 196
Page 78 of 196
Page 79 of 196
Page 80 of 196
Page 81 of 196
Page 82 of 196
Page 83 of 196
Page 84 of 196
MATERIAL REQUISITION (TOP SHEET)
This drawing and design it covers are property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that it will not be reproduced, copied, exhibited nor used

Issue Status (Fill 1 or 2 from below in this bracket) [ ]


ITEM: VALVES-BALL 1. -> Entire Requisition Issued
(AS/INCONEL/DUPLEX 2. -> Only Revised Pages are Issued
)
MR Category :II
DOCUMENT NUMBER
(Always quote this document number given below as reference)
except in the limited way and private use permitted by written consent given by the lender to the borrower for the intended use. EIL-1641-515 Rev.0 A4-210x297

A307 000 WB MR 3314 A 22/01/2014 16/43


UNIT/ COST DOC ORIGINATING
JOB NO. CENTRE
SR.NO. REV DATE
AREA CODE DIVN./DEPT

VENDOR CODE VENDOR NAME

Material to be delivered at (job site) BPCL, KOCHI, KERALA within the delivery period specified in the "Request For
Quotation" (RFQ).

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. When a Requisition is revised, only the revised pages may be issued.

4. When revised pages only are issued, the revised pages shall form part of the original Requisition. The original
requisition alongwith the revised pages shall be considered in its entirety for contractual purposes.

5. Vendors are required to quote strictly as per technical specifications / notes stipulated in the material requisition. The
offers with deviations are likely to be summarily rejected.

REV. DATE BY CHK. APPD. DETAILS


A 22/01/2014 SD RP LKK ISSUED FOR BIDS

This is a system generated approved document and does not require signature
EIL - 588 A - 216 x 279

Requisition No. Rev


ENGINEERS INDIA LIMITED Project: IREP
A307-000-WB-MR-3314 A
NEW DELHI Client: BPCL
Page 1 of 4
Page 85 of 196
LIST OF ATTACHMENT
This drawing and design it covers are property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that it will not be reproduced, copied, exhibited nor used

REVISION
SR. NO DOCUMENT TITLE DOCUMENT NO.
NO. DATE
1 ADDITIONAL TECHNICAL A307-000-16-43-3314 A 22/01/2014
REQUIREMENTS
2 TECHNICAL NOTES FOR VALVES 6-44-0052 6 04/08/2010
3 INSPECTION AND TEST PLAN FOR 6-81-0004 5 17/06/2013
VALVES
except in the limited way and private use permitted by written consent given by the lender to the borrower for the intended use. EIL-1641-515 Rev.0 A4-210x297

4 SPECIFICATION FOR QUALITY 6-78-0001 0 04/06/2009


MANAGEMENT SYSTEM REQUIREMENTS
FROM BIDDERS
5 SPECIFICATION FOR DOCUMENTATION 6-78-0003 0 04/06/2009
REQUIREMENTS FROM SUPPLIERS
6 VMS SHEETS FOR MR NO.A307-000- A307-6-44-0006-3314 0 22/01/2014
WB-MR-3314 (VALVES-BALL)
7 SPECIAL REQUIREMENTS FOR IBR1 A307-000-16-43-SP- 0 20/11/2013
0001
8 SPECIAL REQUIREMENTS FOR SHL1 A307-0IV-16-43-SP- 0 20/11/2013
3001
9 SPECIFICATION FOR DUPLEX 6-79-0015 1 07/10/2011
STAINLESS STEEL AND SUPER
DUPLEX STAINLESS STEEL
10 SPECIFICATION FOR WELDING OF 6-79-0016 1 07/10/2010
DUPLEX STAINLESS STEEL AND
SUPER DUPLEX STAINLESS STEEL
11 VENDOR DATA REQUIREMENTS FOR A307-000-16-43-VDR- 0 03/02/2014
VALVES-BALL 3314
12 STANDARD SPECIFICATION FOR 6-81-0001 2 20/10/2011
POSITIVE MATERIAL
IDENTIFICATION (PMI) AT
SUPPLIER'S WORK
EIL - 588 A - 216 x 279

Requisition No. Rev


ENGINEERS INDIA LIMITED Project: IREP
A307-000-WB-MR-3314 A
NEW DELHI Client: BPCL
Page 2 of 4
Page 86 of 196
MR ATTACHMENT
This drawing and design it covers are property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that it will not be reproduced, copied, exhibited nor used

SR.NO. ITEMCODE DETAIL DESCRIPTION QTY. U. RATE TOT.VALUE CDD

Item Description: VLV.BALL, SHEET 540AF

1 540AFZZZ005ZZZZZZ 0.75 INCH 38 NOS

2 540AFZZZ008ZZZZZZ 1.5 INCH 30 NOS

Item Description: VLV.BALL, SHEET 540AG

3 540AGZZZ005ZZZZZZ 0.75 INCH 10 NOS


except in the limited way and private use permitted by written consent given by the lender to the borrower for the intended use. EIL-1641-515 Rev.0 A4-210x297

Item Description: VLV.BALL, SHEET 540AH

4 540AHZZZ005ZZZZZZ 0.75 INCH 3 NOS

5 540AHZZZ008ZZZZZZ 1.5 INCH 5 NOS

Item Description: VLV.BALL, SHEET 540AU, NACE

6 540AUZZZ205ZZZZZZ 0.75 INCH 1 NOS

Item Description: VLV.BALL, SHEET 540BF

7 540BFZZZ004ZZZZZZ 0.5 INCH 18 NOS

8 540BFZZZ005ZZZZZZ 0.75 INCH 20 NOS

9 540BFZZZ008ZZZZZZ 1.5 INCH 56 NOS

Item Description: VLV.BALL, SHEET 540BH, H2

10 540BHZZZ705ZZZZZZ 0.75 INCH 9 NOS

Item Description: VLV.BALL, SHEET 541AV

11 541AVZZZ005ZZZZZZ 0.75 INCH 2 NOS

Item Description: VLV.BALL, SHEET 541BL, NAC4

12 541BLZZZE05ZZZZZZ 0.75 INCH 9 NOS

Item Description: VLV.BALL, SHEET 541GH, SHL1

13 541GHZZZX05ZZZZZZ 0.75 INCH 17 NOS

Item Description: VLV.BALL, SHEET 542EF, IBR1

14 542EFZZZY04ZZZZZZ 0.5 INCH 5 NOS

15 542EFZZZY05ZZZZZZ 0.75 INCH 9 NOS

Item Description: VLV.BALL, SHEET 542EG, IBR1

16 542EGZZZY05ZZZZZZ 0.75 INCH 8 NOS

Item Description: VLV.BALL, SHEET 544AF


EIL - 588 A - 216 x 279

17 544AFZZZ011ZZZZZZ 3.0 INCH 12 NOS

Item Description: VLV.BALL, SHEET 544BF

18 544BFZZZ011ZZZZZZ 3.0 INCH 2 NOS

Item Description: VLV.BALL, SHEET 545AG

19 545AGZZZ009ZZZZZZ 2.0 INCH 19 NOS

Requisition No. Rev


ENGINEERS INDIA LIMITED Project: IREP
A307-000-WB-MR-3314 A
NEW DELHI Client: BPCL
Page 3 of 4
Page 87 of 196
MR ATTACHMENT
This drawing and design it covers are property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that it will not be reproduced, copied, exhibited nor used

SR.NO. ITEMCODE DETAIL DESCRIPTION QTY. U. RATE TOT.VALUE CDD

Item Description: VLV.BALL, SHEET 546BL, NAC4

20 546BLZZZE09ZZZZZZ 2.0 INCH 8 NOS

21 546BLZZZE11ZZZZZZ 3.0 INCH 33 NOS

Item Description: VLV.BALL, SHEET 547GH, SHL1

22 547GHZZZX11ZZZZZZ 3.0 INCH 8 NOS


except in the limited way and private use permitted by written consent given by the lender to the borrower for the intended use. EIL-1641-515 Rev.0 A4-210x297
EIL - 588 A - 216 x 279

Requisition No. Rev


ENGINEERS INDIA LIMITED Project: IREP
A307-000-WB-MR-3314 A
NEW DELHI Client: BPCL
Page 4 of 4
Page 88 of 196
STANDARD SPECIFICATION
tg
STANDARD SPECIFICATION No.

I
151fRiseA ENGINEERS FOR POSITIVE MATERIAL
si at efaleg INI NA LIMITED
/A “nul na. Lnden.,), IDENTIFICATION (PMI) AT
6 - 81 - 0001 Rev. 2
SUPPLIER'S WORKS Page I of 8

covingii 4
c 1T

,flcomoict) TIPTth LI 111


f'6g itta-vr

STANDARD SPECIFICATION
FOR
POSITIVE MATERIAL
IDENTIFICATION
(PMI)
AT SUPPLIER'S WORKS

40D ., 15,
2 20.10.11 REVISED AND RE-ISSUED AKC DM

1 15.07.08 REVISED AND RE-ISSUED


NKR SSL SKP VC
0 07.12.00 ISSUED AS STANDARD SPECIFICATION AKC AKB AKB MI
Standards Standards
Rev. Prepared Checked Committee Bureau
No Date Purpose
by by Convenor Chairman
Approved by

Formal No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 89 of 196
STANDARD SPECIFICATION STANDARD SPECIFICATION No.
151Mae? - le.' ENGINEERS FOR POSITIVE MATERIAL
imegver INDIA LIMITED
yin eRaWanJelwill Govl of India Undertakno IDENTIFICATION (PM I) AT
6-81-0001 Rev. 2
SUPPLIER'S WORKS Page 2 of 8

Abbreviations:

API American Petroleum Institute


AS Alloy Steel
LSTK Lump Sum Turn Key
PMI Positive Material Identification
Sch Schedule
SS Stainless Steel
TPI or TPIA Third Party Inspection Agency

Inspection Standards Committee

Convenor: Mr.AK Chaudhary

Members: Mr. SS Lotay


Mr. SC Gupta
Mr. RK Singh
Mr. Rajeev Kumar
Mr. Anoop Goel
Mr. G Suresh
Mr. G Poornachandra Rao
Mr. MP Jain (Projects)

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved


Page 90 of 196
STANDARD SPECIFICATION STANDARD SPECIFICATION No.
151M4-e?fte ENGINEERS FOR POSITIVE MATERIAL
Ogrir tfigtegW INDIA LIMITED
Gorl of India undertaking} IDENTIFICATION (PMI) AT
6-81-0001 Rev. 2
SUPPLIER'S WORKS Page 3 of 8

CONTENTS

1.0 SCOPE 4
2.0 REFERENCE DOCUMENTS 4
3.0 DEFINITIONS 4
4.0 PMI EXAMINATION 5
5.0 ACCEPTABLE METHODS FOR PMI 5
6.0 EXTENT OF PMI EXAMINATION 6
7.0 RECORDING AND DOCUMENTATION 7
8.0 MARKING 7

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL —All rights reserved


Page 91 of 196
STANDARD SPECIFICATION STANDARD SPECIFICATION No.
ft/ ENCJNEERS FOR POSITIVE MATERIAL
beire,altateg ‘60
'- -1 INDIA LIMITED 6-81-0001 Rev. 2
IDENTIFICATION (PMT) AT
SUPPLIER'S WORKS Page 4 of 8

1.0 SCOPE

1.1 This specification applies to the requirements for Positive Material Identification (PMI) to be
performed at the Supplier's works on Metallic Materials procured either directly by the
Owner/EIL/ LSTK contractor or indirectly through the sub-Suppliers.

1.2 Any post order deviation from this specification must be approved by Owner/EIL in the
Deviation/ Waiver Permit format (No. 5-0000-0180-F1) enclosed with Material Requisition.

1.3 This specification covers the procedures and methodology to be adopted to assure that the
chemical composition of the material is consistent with the material specifications as specified
in purchase documents using 'Alloy Analyzer' at the time of final inspection before dispatch.

1.4 The scope of this specification shall include but shall not be limited to Positive Material
Identification (PMI) to be performed on Materials listed below:

1.4.1 For alloy Steel materials as below:


Alloy Steel Pipes including Clad Pipes
Alloy Steel Flanges & Forgings
Alloy Steel Fittings including Clad Fittings
Alloy Steel Fasteners
Alloy Cast & Forged steel valves
Alloy Steel Instrumentation Items (Control Valves, Safety Valves etc.)
Longitudinal Pipe & Fittings Welds.
Gaskets (for Ring Type Joints)

1.4.2 For Carbon Steel materials as below:


All Carbon Steel Piping items under NACE or HIC or H2
Carbon Steel flanges and valves (Rating 900# and above)
Carbon Steel Pipes & fittings for following thicknesses:
Size 1"- 2" NB : Sch 160 & above
Size 3" NB : Sch XS & above
Size 4" - 12" NB : Sch 120 & above

Following items shall be excluded from scope of PMI examination.

Gaskets other than for Ring Type Joints


Internal Components of Valves

1.5 All grades of material supplies including Stainless Steels shall be liable for PMI test at site. In
case of any defective materials being found at site, the Supplier shall be responsible to effect
replacement of such defective materials at project site without any delays to the satisfaction of
EIL site RCM (Resident Construction Manager).

2.0 REFERENCE DOCUMENTS

2.1 API Recommended Practice 578 (First Edition, May 1999) - Material Verification Program for
New and Existing Alloy Piping Systems.

3.0 DEFINITIONS

3.1 Supplier: Any Supplier or Manufacturer on whom an order is placed for the supply of referred
items. This definition shall also include any sub-Supplier or manufacturer on whom a sub-order
is placed by the Supplier.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 92 of 196
STANDARD SPECIFICATION STANDARD SPECIFICATION No.
SaIRCIELM—; ENGINEERS FOR POSITIVE MATERIAL
Par taiReZ VW INDIA LIMITED 6-81-0001 Rev. 2
IDENTIFICATION (PM I) AT
SUPPLIER'S WORKS Page 5 of 8

3.2 Inspection Lot: A group of items offered for inspection covered under same size, Heat and
Heat treatment lot.

3.3 Alloy Material: Any metallic material (including welding filler materials) that contains
alloying elements such as chromium, nickel, molybdenum or vanadium, which are intentionally
added to enhance mechanical or physical properties and/or corrosion resistance.

4.0 PMI EXAMINATION

4.1 The Supplier shall submit a procedure of PMI to comply with the requirements of this
Specification Approval of PMI Procedure shall be obtained from Owner/EIL/TPIA prior to
commencing manufacture/ inspection of product.

4.2 PMI examination of materials is independent of any certification, markings or colour coding
that may exist and is aimed at verifying that the alloy used are as per specified grades.

4.3 The Supplier shall identify all incoming alloy materials and maintain full traceability of all alloy
materials, including all off-cuts. Transfer of identification marks shall be undertaken prior to
cutting to ensure maintenance of identification on off-cuts.

4.4 The Supplier shall ensure that all alloy materials are segregated and stored in separately
identified locations to prevent the mix up of materials of different alloy specifications or alloy
material with carbon steel. Non ferro-magnetic materials shall be segregated at all times from
ferro-magnetic materials.

4.5 PMI examination is subject to surveillance inspection by Owner/EIL/TPIA.

5.0 ACCEPTABLE METHODS FOR PMI

5.1 The method used for PMI examination shall provide a quantitative determination of the alloying
elements like chromium, nickel, molybdenum or vanadium in Alloy Steel items.

5.2 Instruments or methods used for PMI examination shall be able to provide quantitative,
recordable, elemental composition results for positive identification of alloying elements
present.

5.3 The acceptable instruments for alloy analyzer shall be either "Portable X-Ray fluorescence" or
"Optical Emission" type each capable of verifying the percentage of alloy elements within
specified range.

5.4 Chemical spot testing, magnets, alloy sorters and other methods using eddy current or
triboelectric testing methods are not acceptable for PMI examination.

5.5 The PMI instrument used shall have the sensitivity to detect the alloying elements in the
specified range.

5.6 All PMI instruments shall have been serviced within a 6 month period of the time of use to
verify the suitability of batteries, sources etc., and the data of the last service shall be stated on
the PMI Report Form (Sample enclosed).

5.7 Each analyzer must be calibrated according to the manufacturer's specification at the beginning
and end of each shift. Instrument must be checked against known standard for each alloy type
to be inspected during the shift.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 93 of 196
STANDARD SPECIFICATION STANDARD SPECIFICATION No.
ISillaZreq e ENGINEERS FOR POSITIVE MATERIAL
s'Ig7e2eg W
INDIA UMITED
Govt a Inaa Undenakingi IDENTIFICATION (PMI) AT
6-81-0001 Rev. 2
SUPPLIER'S WORKS Page 6 of 8

5.8 Certified samples, with full traceability, of a known alloy materials shall be available for use as
a random spot check on the instrument calibration.

5.9 The surfaces to be examined shall be prepared by light grinding or abrasive paper and solvent
cleaner. Evidence of Arc burn resulting from examination shall be removed by light grinding or
abrasive paper. No permanent marks, which are injurious to the usage of product in service, are
acceptable.

5.10 Alloy Steel ring type joint Gaskets shall be inspected by using portable X-Ray fluorescence
instrument.

5.11 Testing shall be done as per the procedures outlined by the manufactures of alloy analyzer
being used. Modification of these procedures if any must be approved by Owner/EIL.

5.12 The persons performing PMI shall demonstrate their capabilities to the satisfaction of
Owner/EIL/TPIA visiting engineer. If the Supplier has qualified operator on their rolls, he may
perform the examination. Otherwise PMI examination shall be sub-contracted to an independent
testing agency approved by EIL.

5.13 Whenever material is identified as not meeting requirements by the visiting engineer a rejection
note shall be issued.

6.0 EXTENT OF PMI EXAMINATION

Following sampling plans shall be applicable for PMI examination of various items.

Flanges, Fittings 100%


Valves, RTJ Gaskets

Pipes 100% (for pipes procured from traders).

2 random samples drawn from each


Size/Heat/Lot (for pipes procured directly from mills)
C. Fasteners

Lot Size Sample Size

Upto 100 2% (Min 2)


101 to 500 1% (Min 3)
501 and above 0.5% (Min 5)

Note:

For Welded Pipes and Fittings, PMI shall be performed on Base Metal as well as
weldments.

Whenever any sample drawn to PMI test on the basis of percentage selection in B & C
above, fails to meet specification requirements, 100% of items of lot shall be tested for
PMI.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 94 of 196
STANDARD SPECIFICATION STANDARD SPECIFICATION No.
i.311-aelti . ENGINEERS FOR POSITIVE MATERIAL
ogrir EiRtegi INDIA LIMITED
IA Go' at India Undertaking) IDENTIFICATION (PMI) AT
6-81-0001 Rev. 2
SUPPLIER'S WORKS Page 7 of 8

7.0 RECORDING AND DOCUMENTATION

The results of PMI examination shall be recorded in a Report Format as enclosed with this
specification.

8.0 MARKING

8.1 All alloy materials tested by PMI shall be identified using either of the following methods by
indicating "PMI OK"

Bar Code/Hologram Sticker


A low stress stamp marking

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved


Page 95 of 196
STANDARD SPECIFICATION STANDARD SPECIFICATION No.
012-ael ie ENGINEERS FOR POSITIVE MATERIAL
st",ar &Reg W INDIALIMTED 6-81-0001 Rev. 2
GOA Of India undertakng) IDENTIFICATION (PMI) AT
SUPPLIER'S WORKS Page 8 of 8

POSITIVE MATERIAL IDENTIFICATION REPORT Page of


BULK MATERIALS

Project: Client Job No.

PMI Report No. Supplier/Sub-Supplier

Purchase Order No. Testing Agency

Purchase PMI Location


Requisition No:

Bulk Item Type (as per Requisition)

Material Specification/Grade

Number of items in Lot

Requisition Item No./ Description Major content, Weight Percent Remarks


Accept/Reject

Element Cr Mo Ni V

Specified Range

Actual observations

Instrument Type / ID

Last Service Date Witnessed By


Inspection Agency

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved


Page 96 of 196
STANDARD SPECIFICATION NO.
INSPECTION AND TEST PLAN

_71 ENGINEERS
INDIA LIMITED FOR 6-81-0004 Rev. 5
I for.fvfn.1) (A Govt of India Undertaking}
VALVES Page 1 of 7

fktorr a -crteTur
INSPECTION AND TEST PLAN
FOR
VALVES

5. 17.06,2013 REVISED AND RE-ISSUED TKK RKS SCG DM

4 15.07.2011 REVISED AND RE-ISSUED TKK SCG AKC DM

3 30.06.2010 REVISED AND RE-ISSUED RKB VKJ SKP ND

2 31.01.2008 REVISED AND RE-ISSUED CS SS MVKK VC

1 05.10.2005 QUANTUM OF CHECK & SCOPE OF INSPECTION REVISED SS MVKK SY VJN

Standards Committee Standards Bureau


Rev. Prepared Checked Convenor Chairman
Date Purpose by by
No. Approved by

Format No. 8-00-0001-F7 Rev. 0 Copyright EIL — All rights reserved

Page 97 of 196
STANDARD SPECIFICATION NO.
INSPECTION AND TEST PLAN
ei ENGINEERS
fg-zrr iffaeg INDIA LIMITED FOR 6-81-0004 Rev. 5
eieM1,751,275141 IA Govt of India Undertaking)
VALVES Page 2 of 7

Abbreviations:

CEIL Certification Engineers International Limited MRT Mechanical Run Test


CIMFR Central Institute of Mining & Fuel Research NDT Non Destructive Testing
CE Carbon Equivalent NPSH Net Positive Suction Head
DFT Dry Film Thickness PO Purchase Order
DPT Dye Penetrant Testing PESO Petroleum Explosive Safety Organization
DHT De-hydrogen Heat Treatment PQR Procedure Qualification Record
ERTL Electronics Regional Test Laboratory PR Purchase Requisition
FCRI Fluid Control Research Institute PMI Positive Material Identification
HT Heat Treatment RT Radiography Testing
HIC Hydrogen Induced Cracking SSCC Sulphide Stress Corrosion Cracking
ITP Inspection and Test Plan TC Test Certificate
IP Ingress Protection TPI or TPIA Third Party Inspection Agency
IHT Intermediate Heat Treatment UT Ultrasonic Testing
IC Inspection Certificate VDR Vendor Data Requirement
IGC Inter Granular Corrosion WPS Welding Procedure Specification
MPT/MT Magnetic Particle Testing WPQ Welders Performance Qualification
MTC Material Test Certificate

Inspection Standards Committee

Convenor : Mr. S C Gupta

Members:

Mr. R.K. Singh Mr. Rajeev Kumar Mr. Himangshu Pal


Mr. Neeraj Mathur Mr. T Kamalakannan Mr. Deepak Gupta (Project)
Mr. Mayank Jain

Format No. 8-00-0001-F7 Rev.O


Copyright EIL — All rights reserved

Page 98 of 196
STANDARD SPECIFICATION NO.
INSPECTION AND TEST PLAN
k31 eJ ENGINEERS
fg- zrr la154tg INDIA LIMITED FOR 6-81-0004 Rev. 5
(A Govt of India Undertaking)
VALVES Page 3 of 7

1.0 SCOPE

This Inspection and Test Plan covers the minimum testing requirements of Valves.

2.0 REFERENCE DOCUMENTS

PO/PR/Standards referred therein/ Job specifications /Approved documents.

3.0 INSPECTION AND TEST REQUIREMENTS

SCOPE OF INSPECTION
SL QUANTUM OF
STAGE/ ACTIVITY CHARACTERISTICS RECORD SUB
NO CHECK SUPPLIER EIL/TPIA
SUPPLIER

1.0 Procedure
Hydrostatic Test,
Heat Treatment, NDT, Procedure
1.1 Helium Leak Test Documented Procedures 100% - H R
Documents
And
Other Procedures

Welding Parameters & WPS,PQR W- New


1.2 WPS,PQR & WPQ 100% - H
R- Existing
Qualification Record &WPQ

Fire safe, H
As per PR / Purchase Acceptance
1.3 Pre-Qualification Tests Cryogenic & Other - H
Specification Report (If new)
Test as applicable

Format No. 8-00-0001-F7 Rev.O


Copyright EIL — All rights reserved

Page 99 of 196
STANDARD SPECIFICATION NO.
INSPECTION AND TEST PLAN
k31 elei la ENGINEERS
6-81-0004 Rev. 5
5V--ar faireg INDIA LIMITED FOR
17177R FRIVU ‘7,1.3,195 +1) IA Govt India Undertaking)
Al
VALVES Page 4 of 7

SCOPE OF INSPECTION
SL QUANTUM OF
STAGE/ ACTIVITY CHARACTERISTICS RECORD SUB
NO CHECK SUPPLIER EIL/TPIA
SUPPLIER

2.0 Material Inspection

Chemical ,Mechanical ,
Castings & Forgings Heat Treatment, Test R R
2.1. 100% H
(Body, Bonnet, Disc, Stem, Body ring) NDT,IGC & Other Certificates
Properties as applicable

Castings & Forgings Inspection H -


2.2 Visual & Dimension 100% H
(Body, Bonnet, Disc, Stem, Body ring) Report

Radiography As per PR / Purchase Films and R R


2.3. Body and Bonnet Castings H
Examination Specification report

Test
2.4 Bars for Trim material Chemical Analysis Each Heat Certificates& H R -
Lab Report
Test
Gaskets, Gear units, Fasteners, Gland, Physical / Chemical Certificates& H R -
2.5 100%
Packings, etc. Properties Lab Report
Test
Performance , Certificates ,
2.6 Actuators as applicable Statutory Certificates as 100% H H R
Inspection
nspection
report

Copyright EIL — All rights reserved


Format No. 8-00-0001-F7 Rev.O

Page 100 of 196


STANDARD SPECIFICATION NO.
,51
1faJt.-1'
INSPECTION AND TEST PLAN
ENGINEERS
INDIA LIMITED FOR 6-81-0004 Rev. 5
IHIF kora,' MI ,10,H ) (A Goer of India Undertaking)
VALVES Page 5 of 7

SCOPE OF INSPECTION
SL QUANTUM OF
STAGE/ ACTIVITY CHARACTERISTICS RECORD SUB
NO CHECK SUPPLIER EIL/TPIA
SUPPLIER

3.0 In Process Inspection

Welding Parameters as Inspection


3.1 Welding 100% - H -
per WPS / PQR Reports

Inspection
3.2 Machining of components Visual / Dimension 100% - H -
Reports

4.0 Final Inspection

Hydrostatic / Pneumatic Test and As per PR / Purchase RW


4.1 Leak Check Test Report - H
Helium Leak test as applicable Specification (Note 1)

RW
4.2 Visual / Dimension Surface & Dimension 100% Test Report - H
(Note 1)
Check

Functional Test for Actuator Operated Satisfactory 100% RW


4.3 Test Report - H
Valves Performance

Format No. 8-00-0001-F7 Rev.O Copyright EL — All rights reserved

Page 101 of 196


STANDARD SPECIFICATION NO.
INSPECTION AND TEST PLAN
ENGINEERS
5fgziT 254-"d5 INDIA LIMITED FOR 6-81-0004 Rev. 5
14-7,eWOwmt JxRIM (A Govt of India Undertaking(
VALVES Page 6 of 7

SCOPE OF INSPECTION
SL QUANTUM OF
STAGE/ ACTIVITY CHARACTERISTICS RECORD SUB
NO CHECK SUPPLIER EIL/TPIA
SUPPLIER

PMI Check As per EIL Spec. Inspection


4.4 Chemical - H RW
6-81-0001 Report

Verify Components & Inspection RW


As per PR / Purchase H
4.5 Strip Check(As applicable) Differential hardness if -
Specification Report (Note 1)
applicable

Stamping of Valves H
Stamping Of Accepted Inspection
4.6 Final Stamping which are witnessed - H
Valves rt
Report (Note-1)
by EIL/TPIA.

5.0 Painting

Inspection -
5.1 Painting and Color coding as applicable Visual / DFT Check 100% - H
Report

6.0 Documentation & IC


Review of Stage
Documentation & Inspection Inspection Reports / Supplier TC
6.1 100% - H H
Certificate(IC) Test Reports & Issue of & IC
IC

Format No. 8-00-0001-F7 Rev.O Copyright EIL — All rights reserved

Page 102 of 196


STANDARD SPECIFICATION NO.
k3t ei ENGINEERS
INSPECTION AND TEST PLAN
$'fgar 254-eg INDIA LIMITED
eleage ,711,5R17,
17 IA Govt of India UndettakIng)
FOR 6-81-0004 Rev. 5
VALVES Page 7 of 7

Legend: H- Hold (Do not proceed without approval), P-Perform, RW - Random Witness (As specified or 10% ( min.1 no. of each size and type of Bulk item)), R-
Review, W-Witness (Give due notice, work may proceed after scheduled date).

NOTES (As applicable):


1. For Non NACE &Non Hydrogen service Carbon Steel Valves up to size 12" will be accepted on review of Supplier Test Certificates. Supplier Test
Certificate to be reviewed by EIL/TPIA.
2. This document describes the generic test requirements. Any additional test or Inspection scope if specified in contract documents shall also be
applicable.(Unless otherwise agreed upon)
3. Acceptance Norms for all the activities shall be as per PO/PR/STANDARDS referred there in /Job Specification /Approved Documents.

Format No. 8-00-0001-F7 Rev.O Copyright EIL — All rights reserved

Page 103 of 196


Page 104 of 196
Page 105 of 196
Page 106 of 196
Page 107 of 196
Page 108 of 196
Page 109 of 196
Page 110 of 196
Page 111 of 196
Page 112 of 196
Page 113 of 196
Page 114 of 196
Page 115 of 196
Page 116 of 196
Page 117 of 196
Page 118 of 196
Page 119 of 196
Page 120 of 196
Page 121 of 196
Page 122 of 196
Page 123 of 196
Page 124 of 196
Page 125 of 196
Page 126 of 196
Page 127 of 196
Page 128 of 196
Page 129 of 196
Page 130 of 196
Page 131 of 196
Page 132 of 196
Page 133 of 196
Page 134 of 196
Page 135 of 196
Page 136 of 196
Page 137 of 196
Page 138 of 196
Page 139 of 196
Page 140 of 196
Page 141 of 196
Page 142 of 196
Page 143 of 196
Page 144 of 196
SPECIFICATION FOR STANDARD SPECIFICATION No.
01'4216a ENGINEERS DUPLEX STAINLESS STEEL AND 6-79-0015 Rev. 1
Sig2:11€01-du Ni101 INDIA LIMITED SUPER DUPLEX STAINLESS
eo,gezill,A1911 IA Gov't of India uneenatng)
STEEL Page 1 of 12

1 4 €€ 141 1 4 I I KOR
-1 -

TAM€ ch I 1 tzi 4(11d


Th g reibi m

SPECIFICATION
FOR
DUPLEX STAINLESS STEEL AND
SUPER DUPLEX STAINLESS STEEL

414 44 #6daAr_
07.10.11 REVISED & REISSUED AS STANDARD
1 SPECIFICATION SKM SG PPL DM
0 28.12.04 ISSUED AS STANDARD SPECIFICATION SG VRK KKM SKG
Standards Standards
Prepared Checked Committee Bureau
Rev. Date Purpose Convenor Chairman
No by by
Approved by

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL - All rights reserved


Page 145 of 196
SPECIFICATION FOR STANDARD SPECIFICATION No.
ILi1Prire? ENGINEERS DUPLEX STAINLESS STEEL AND
INDIA LIMITED 6-79-0015 Rev. 1
5g-elkreg) IP Govt of India Underlakingi SUPER DUPLEX STAINLESS
Page 2 of 12
STEEL

Abbreviations:

ABS : American Bureau of Shipping


ASME : American Society of Mechanical Engineers
ASTM : American Society for Testing and Materials
BV : Bureau Veritas
CEIL : Certification Engineers International Limited
CPI : Chemical Process Industry
CSC : Chloride Stress Cracking
DNV : Det Norske Veritas
DSS : Duplex Stainless Steel
HAZ : Heat Affected Zone
ISO : International Organization for Standardization
MSS : Manufacturers Standardization Society
NACE : National Association of Corrosion Engineers
PREN : Pitting Resistance Equivalent Number
SDSS : Super Duplex Stainless Steel
SSC : Sulphide Stress Cracking

SMMS Standards Committee:

Convener: Mr. PP Lahiri

Members: Mr. A Amin


Mr. GS Hegde
Mr. R Chaudhury
Mr. S Ghosal
Mr. P Saha
Mr. R Nanda (Piping)
Mr. AK Gupta (HMTD)
Mr. S Mukherjee (Construction)
Mr. R Muthulingam (Inspection)
Mr. Raj Kishore (Pipeline)
Mr. AR Purushottam (POSD)
Mr. MP Jain (Projects)

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 146 of 196


SPECIFICATION FOR STANDARD SPECIFICATION No.
lalfaeldia ENGINEERS DUPLEX STAINLESS STEEL AND
bfba-fir OIRes NW INDIA LIMITED
Govl of India lffideftlion9) SUPER DUPLEX STAINLESS
6-79-0015 Rev. 1
STEEL Page 3 of 12

CONTENTS

1.0 SCOPE 4
2.0 CODES AND STANDARDS 4
3.0 STEEL MANUFACTURE 5
4.0 HEAT TREATMENT 5
5.0 APPLICABLE REQUIREMENTS FOR DSS AND SDSS 5
6.0 PRE-QUALIFICATION CRITERIA FOR MILL / MANUFACTURER 8
7.0 CORROSION TESTS FOR PRE-QUALIFICATION 9
8.0 REQUIREMENTS FOR PRODUCTION TESTING 11
9.0 QUALITY SURVEILLANCE AND INSPECTION 12
10.0 DOCUMENTS TO BE SUBMITTED 12

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 147 of 196


SPECIFICATION FOR STANDARD SPECIFICATION No.
ENGINEERS DUPLEX STAINLESS STEEL AND
s'g7galeg W INDIA UMITED 6-79-0015 Rev. 1
(A Gave DI i,tea UndellakON SUPER DUPLEX STAINLESS
STEEL Page 4 of 12

1.0 SCOPE

1.1 This specification covers the specific requirements for manufacture, inspection, testing and
supply of duplex stainless steels conforming to UNS No.(s) S 31803, S 32205 or equivalent
and super duplex stainless steel conforming to UNS No.(s) S 32760, S 32750, S 39274, S
32550, J 93380 or equivalent. DSS and SDSS material shall be considered acceptable when
they meet the pre-qualification criteria mentioned in this specification.

1.2 This specification shall be read together with the corresponding product specifications
mentioned in the relevant piping material specifications or the equipment data sheets/design
drawings intended to be used in sour and/or chloride containing environments, as applicable.

1.3 In case of conflict between this specification and the referred material codes/standard
specifications, the requirement of this specification shall govern.

2.0 CODES AND STANDARDS

The manufacture, inspection, testing, marking and supply of the item covered by this
specification shall follow the latest editions of the following codes and standard specifications:

ASTM A 182 Forged or rolled alloy steel pipe, flanges, forged fittings and valves and
parts for high temperature service
ASTM A 240 Heat resisting chromium and chromium - nickel stainless steel plate, sheet
and strip for pressure vessels
ASTM A 276 Stainless steel bars and shapes
ASTM A 351 Casting - austenitic, austenitic-ferritic (duplex) for pressure containing
parts
ASTM A 370 Standard methods and definitions for mechanical testing of steel
ASTM A 743 Castings - iron-chromium-nickel-base corrosion resistant, for general
application
ASTM A 744 Casting - iron-chromium-nickel-base corrosion resistant, for severe
application
ASTM A 789 Seamless and welded ferritic/austenitic stainless steel tubing for general
service
ASTM A 790 Seamless and welded ferritic- austenitic stainless steel pipe
ASTM A 799 Steel castings-stainless instrument calibration for estimating ferrite
content
ASTM A 815 Wrought ferritic, ferritic-austenitic and martensitic stainless steel pipe
fittings
ASTM A 923 Standard test methods for detecting detrimental intermetallic phase in
wrought duplex austenitic/ferritic stainless steels
ASTM A 928 Specification for ferritic/austenitic (duplex) stainless steel pipe electric
fusion welded with addition of filler metal
ASTM E 18 Rockwell hardness testing of metallic materials
ASTM E 562 Determining volume fraction by systematic manual point count
ASTM G 36 Performing stress corrosion cracking tests in a boiling magnesium
chloride
ASTM G 48 Standard test methods for pitting and crevice corrosion resistance of
stainless steels and related alloys by use of ferric chloride solution
ASME B 16.34 Valves- flanged, threaded, and welding end
ASME Sec.V Non-destructive examination
MSS-SP-55 Manufacturers Standardization Society of the Valve and Fitting Industry
Standard — Quality Standard for Steel Castings for valves, flanges, and
fittings and other components (visual method)

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 148 of 196


51. Et2eGlit
SPECIFICATION FOR STANDARD SPECIFICATION No.
1510 zi ah ENGINEERS DUPLEX STAINLESS STEEL AND
INDIA LIMITED 6-79-0015 Rev. 1
(A Govt ol moa unaeoakingi SUPER DUPLEX STAINLESS
STEEL Page 5 of 12

NACE MR0175/ Petroleum and natural gas industries-Materials for use in H2S-containing
ISO 15156 environments in oil and gas production:
Part 1: General principles for selection of cracking-resistant materials
Part 3: Cracking-resistant CRAs (corrosion-resistant alloys) and other alloys
NACE MR0103 Material resistant to Sulfide Stress Cracking in corrosive petroleum
refining environments
NACE TM0177 Laboratory testing of metals for resistance to sulfide stress cracking and
stress corrosion cracking in H2 S environments
SNT-TC-1A Personnel qualification and certification of nondestructive testing
personnel, American Society for Nondestructive Testing (ASNT)

3.0 STEEL MANUFACTURE

3.1 The steel shall be manufactured / produced by the following or as specified in the applicable
material specification:

3.1.1 The steel shall be made by one of the following primary steel making processes:

- electric arc furnace,


- electric induction furnace.

3.1.2 The steel shall be subjected to tertiary steel refining treatments such as vacuum oxygen
decarburization (VOD)/ argon oxygen decarburization (ACID), and vacuum arc degassing
(VAD) to minimize dissolved gas contents, inclusions content and to meet the chemical
composition with close tolerances.

4.0 HEAT TREATMENT

4.1 Duplex Stainless Steel (DSS)

All the finished product forms shall be solution annealed by holding it at 1020-1100°C
followed by a fast cooling procedure. The duration of homogenizing treatment is dependent on
the product forms and thickness, but shall be not less than 20 minutes per 25 mm of thickness.
For product thickness is less than or equal to 10 mm, forced air cooling shall be carried out
while for thickness greater than 10 mm, water quenching shall be carried out. All hot
working/forging operations shall be carried out within a temperature range of 1020-1100°C.
No hot working/forging operations shall take place at temperature less than 1020°C.

4.2 Super Duplex Stainless Steel (SDSS)

All the finished product forms shall be supplied in solution annealed condition. The product
shall be homogenized at 1050-1120°C followed by a fast cooling procedure. The duration of
homogenizing treatment is dependent on the product forms and thickness, but shall be not less
than 20 minutes per 25 mm of thickness. For product thickness is less than or equal to 10 mm,
forced air cooling shall be carried out while for thickness greater than 10 mm, water
quenching shall be carried out. All hot working/forging operations shall be carried out within
a temperature range of 1050-1120°C. No hot working/forging operations shall take place at
temperature less than 1050°C.

5.0 APPLICABLE REQUIREMENTS FOR DSS AND SDSS

5.1 Chemical Composition

Chemical composition of DSS and SDSS shall be as per Clause Nos. 5.1.1 and 5.1.2
respectively.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL —All rights reserved

Page 149 of 196


SPECIFICATION FOR STANDARD SPECIFICATION No.
ENGINEERS DUPLEX STAINLESS STEEL AND
INDIA LIMITED 6-79-0015 Rev. 1
5g:zrr W.aG
, IA Govt of India Undettaongl SUPER DUPLEX STAINLESS
STEEL Page 6 of 12

5.1.1 DSS

Element Wt%

Carbon (C) 0.03 (max.)


Manganese (Mn) 2.0 (max.)
Silicon (Si) 1.0 (max.)
Sulphur (S) 0.02 (max.)
Phosphorus (P) 0.03 (max.)
Chromium (Cr) 21.00 - 23.00
Nickel (Ni) 4.50 - 6.50
Molybdenum (Mo) 2.5 - 3.50
Nitrogen (N) 0.15 - 0.20
Copper (Cu) 0.50 (max.)
Tungsten (W) 0.50 (max.)

5.1.2 SDSS

Element Wt%

Carbon (C) 0.03 (max.)


Manganese (Mn) 1.0 (max.)
Silicon (Si) 1.0 (max.)
Sulphur (S) 0.2 (max.)
Phosphorus (P) 0.3 (max.)
Chromium (Cr) 24.0 - 27.0
Nickel (Ni) 6.0 - 8.0
Molybdenum (Mo) 3.5 - 4.5
Nitrogen (N) 0.20 - 0.35
Copper (Cu) 0.75 (max.)
Tungsten (W) 1.00 (max.)

5.1.3 If any other elements are proposed to be added, such proposals shall be submitted to Company
for specific written approval. Copper (Cu) and Tungsten (W) additions exceeding the limits as
specified above shall be acceptable, provided the weldability and freedom from undesirable
metallurgical constituents are ensured.

5.2 Pitting Resistance Equivalent Number (PREN)

5.2.1 PREN shall be calculated by the following formula:

PREN = % Cr + 3.3 x (%Mo) + 16x (% N)

5.2.2 PREN for DSS

The pitting resistance equivalent number of the duplex stainless steel materials shall be greater
than 35, when calculated as mentioned in Clause No.5.2.1.

5.2.3 PREN for SDSS

The pitting resistance equivalent number of the super duplex stainless steel materials shall be
greater than 40, when calculated as mentioned in Clause No. 5.2.1.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL -All rights reserved

Page 150 of 196


SPECIFICATION FOR STANDARD SPECIFICATION No.
15irdzIellft ENGINEERS DUPLEX STAINLESS STEEL AND
Sg-Lit la2egiiiVINDIA LIMITED 6-79-0015 Rev. 1
EA Got of India Undertaking) SUPER DUPLEX STAINLESS
STEEL Page 7 of 12

5.3 Microstructure

5.3.1 DSS

The duplex stainless steel shall have approximately equal proportions of austenite and ferrite
phases and the ferrite content shall be in the range of 40-55% in the austenite-ferrite matrix.

5.3.2 SDSS

For super duplex stainless steel, the ferrite content shall be in the range of 35-55% in the
austenite-ferrite matrix.

5.3.3 Ferrite content measurement for DSS and SDSS material shall be carried out for each heat by
metallography method in accordance with ASTM E 562.

In case ferrite-scope is expected to be used during fabrication/erection for the ferrite


measurement, then the testing at shop shall be carried out by the ferrite-scope also, and the
correlation between the results from the two methods shall be established for future use.

5.3.4 For DSS and SDSS products, either in the as-supplied condition, solution annealed condition,
or in the as welded condition, the microstructure shall not reveal the presence of any carbide
or any intermetallic phases to the extent that are detrimental to the toughness and corrosion
resistance of the material. The detection of the detrimental intermetallic phases in the wrought
products shall be carried out in accordance with ASTM A 923. The intermetallic phases shall
not be more than 1%.

S4 Mechanical Properties

5.4.1 DSS and SDSS

The material in the solution-annealed condition shall conform to the mechanical properties
such as ultimate tensile strength, 0.2% & 1% offset yield strength, % elongation, hardness
applicable for the respective UNS No. of the material. The tensile test shall be carried out as
per ASTM A 370.

The hardness test method shall be in accordance with ASTM E 18. If any other methods
including portable hardness tester are to be deployed for checking production welds, then the
correlation between the qualification method and the production method shall be established
and the calibration graph shall be generated for use at the field/shop.

5.4.2 Impact energy (Charpy V-notch) for DSS and SDSS

The impact test shall be carried out as per ASTM A 370.

Wrought materials
at 20°C 120 J (Average)/ 90 J (Minimum)
at -30°C 100 J (Average)/ 75 J (Minimum)

Cast materials
at 20°C 75 J (Average)/ 55 J (Minimum)
at -30°C 60 J (Average)/ 40 J (Minimum)

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL —All rights reserved

Page 151 of 196


ti at ENGINEERS SPECIFICATION FOR
DUPLEX STAINLESS STEEL AND
STANDARD SPECIFICATION No.

azzlErAeglIVINDIA UMFIED 6-79-0015 Rev. 1


SUPER DUPLEX STAINLESS
STEEL Page 8 of 12

6.0 PRE-QUALIFICATION CRITERIA FOR MILL / MANUFACTURER

6.1 The DSS and SDSS material components shall be procured from a pre-qualified supplier. The
supplier shall be qualified for specific TINS No. for which the mill was pre-qualified. Any
change in UNS No. shall require a fresh pre-qualification.

6.1.1 Pre-Qualification Criteria for Vendors with Prior Experience Track Record

Vendors/manufacturers who have proven track record of supplying DSS and SDSS materials
for sour service and chloride containing environments in chemical process industries (CPI) to
any of the reputed operating companies/Engineering Consultants or Process Licensors such as
UOP, IFP, EXXON, BP, CHEVRON, IOCL, HPCL, BPCL, and EIL shall be considered as
`pre-qualified vendors/manufacturers', on production of the relevant Purchase Orders and test
certificates, certified by a witnessing third party inspection agency such as DNV, Lloyds, BV,
ABS, TUV, SGS, CEIL, and EIL for the conformance of the materials to the respective
materials specification of the mentioned operators / engineering consultants. For pre-qualified
vendors, Clause No.6.1.2 is not applicable.

6.1.2 Pre-Qualification Criteria for New Vendors without Track Record

A vendor who has no track record of supplying DSS and SDSS materials for sour service and
chloride containing environments in chemical process industries (CPI) to any of the reputed
engineering consultants/operators, as mentioned above in Clause No.6.1.1, shall be considered
as a new vendor. The chemical, the mechanical and all the corrosion tests shall be carried out
as mentioned in Clause Nos. 5.0, 7.0 for pre-qualification by any one of the reputed third party
inspection agencies like Lloyds, BV, CEIL, DNV, TUV, and EIL.

6.2 The corrosion tests for DSS and SDSS in accordance with the Clause No. 7.0 shall be
conducted for the pre-qualification of the manufacturers/mills.

6.3 All the tests reports including the corrosion tests shall be based upon the tests conducted on
the product specimen drawn from a single heat, and shall bear the same heat number.

6.4 In case the manufacture(s) had already conducted all the corrosion above tests on a product of
the same material in the past, and has an approved quality assurance system in place, and the
test results are certified by a witnessing a third party inspection agency approved by the
Company, the test results shall be furnished by the bidder, along with his bid, for Company's
review.

The manufacturer(s) shall be qualified based on the satisfactory review of the submitted test
results. The Company's decision in this regard shall be final and binding on the bidder.

While selecting and procuring the duplex stainless steel and super duplex stainless steel
materials for a specific project, care shall be taken to use the same UNS No. for the entire
system. Bidder shall note that, subsequent to qualification, a change in combination of
mill/manufacturer and UNS No. shall call for a fresh qualification exercise to be conducted.

6.5 Examination for DSS and SDSS Castings

6.5.1 Visual

All castings for valves, flanges, fittings and other components of DSS and SDSS shall be
visually examined in accordance with the quality levels mentioned in MSS-SP-55. The
procedure for visual examination and the acceptance criteria shall be as per MSS-SP-55.

Format No. 8-00-0001-Fl Rev. 0 Copyright EIL — All rights reserved

Page 152 of 196


SPECIFICATION FOR STANDARD SPECIFICATION No.
151fraegifa ENGINEERS DUPLEX STAINLESS STEEL AND
@.ti Ciir INDIA LIMITED 6-79-0015 Rev. 1
IA Gov't of India uneenatmg) SUPER DUPLEX STAINLESS
STEEL Page 9 of 12

6.5.2 Radiography

Radiography examination shall be performed on all DSS and SDSS valve castings (in
accordance with ASME B16.34 with the acceptance criteria mentioned therein) and flanges,
fittings and other components of DSS and SDSS in accordance with Article 2 of ASME
Section V. The operator's certification to SNT-TC-1A or equivalent is required.

6.5.3 Penetrant Test

Wet fluorescent penetrant examination shall be performed on the exterior and accessible
interior surfaces of all DSS and SDSS valve castings (in accordance with ASME B16.34 with
the acceptance criteria mentioned therein) and flanges, fittings and other components of DSS
and SDSS in accordance with Article 6 of ASME Section V. The operator's certification to
SNT-TC-1A or equivalent is required.

7.0 CORROSION TESTS FOR PRE-QUALIFICATION

7.1 Sulphide Stress Cracking (SSC) test as per Clause No. 7.2, Chloride Stress Cracking (CSC)
test as per Clause No. 7.3, Pitting Corrosion test as per Clause No. 7.4, Crevice Corrosion test
as per Clause No.7.5, are mandatory when DSS and SDSS steel materials are intended to be
used for sour service and chloride containing environments.

If DSS and SDSS materials are intended to be used for chloride containing environments only,
the SSC test as per Clause No.7.2 shall be waived off. The remaining corrosion tests specified
in this section shall be carried out for DSS and SDSS materials meant for use in the chloride
containing environments.

The corrosion tests applicable for DSS and SDSS materials shall be as furnished in the
following paragraphs:

7.2 Sulphide Stress Cracking (SSC) Test


7.2.1 DSS

SSC test on duplex stainless steel shall be carried out by using the following test solutions and
test conditions:

i) a) Test solution NACE TM0177


Test temperature 24° C
Stress value 350 N/mm 2
d) Acceptance criteria test sample failure at or after 720 hours.

ii) a) Test solution NACE TM0177


Test temperature 90° C
Stress value 325 N/mm2
Partial pressure of H2S 16 bars
Acceptance criteria test sample failure at or after 720 hours.
7.2.2 SDSS
The Sulphide Stress Corrosion Cracking tests on super duplex stainless steel shall be carried
out by using the following solutions and test conditions:

i) a) Test solution : NACE TM0177


Test temperature : 24° C
Stress value : 425 N/mm2
d) Acceptance criteria : test sample failure at or after 720 hours.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 153 of 196


SPECIFICATION FOR STANDARD SPECIFICATION No.
el ENGINEERS DUPLEX STAINLESS STEEL AND
S INDIA LIMITED
s'Ig7 Wes We' 6-79-0015 Rev. 1
(A Gait of India Untie/10mM SUPER DUPLEX STAINLESS
STEEL Page 10 of 12

Test solution : NACE TM0177


Test temperature : 90° C
Stress value : 390 N/mm2
Partial pressure of II2S : 16 bars
e) Acceptance criteria : test sample failure at or after 720 hours.

7.3 Chloride Stress Cracking (CSC) Test

7.3.1 DSS and SDSS

The CSC tests shall be conducted on representative specimens of DSS and SDSS, in
accordance with the testing procedure mentioned in ASTM G-36, in aerated, boiling
40% calcium chloride (CaCl 2) solution at 100°C with the pH of the solution
maintained around 6.5.

Acceptance criteria: stress to cause rupture in 500 hours shall exceed 0.85 times the
actual ultimate tensile strength values of duplex stainless steel and super duplex
stainless steel material individually.

7.4 Pitting Corrosion Test

7.4.1 DSS

The pitting corrosion test shall be conducted on the representative DSS specimen, in
accordance with ASTM G-48 method A, using 6% ferric chloride (FeCI 3 .6 H 2 0) solution
by weight at 30°C, as well as at 50°C, for duration of 24 hours.

Acceptance criteria: no pitting shall occur on the surface of the test sample at 30°C. For
the testing at 50°C, the weight loss shall be reported to company for review.

7.4.2 SDSS

The pitting corrosion test shall be conducted on the representative SDSS specimen, in
accordance with ASTM G-48 method A, using 6% ferric chloride (FeCI 3 .6 1420) solution
by weight at 40°C, as well as at 50°C, for duration of 24 hours.

Acceptance criteria: no pitting shall occur on the surface of the test sample at 40°C. For
the testing at 50°C, the weight loss shall be reported to company for review.

7.5 Crevice Corrosion Test

7.5.1 DSS

The crevice corrosion test shall be performed on the representative DSS specimen, in
accordance with ASTM G-48 method B, using 6% ferric chloride (FeCI3 .6 H 2 0) solution
by weight, at 25°C for duration of 24 hours.

Acceptance criteria: no crevice shall form on the surface of the test sample at 25°C.

7.5.2 SDSS

a) The crevice corrosion test shall be performed on the representative SDSS specimen, in
accordance with ASTM G-48 method B, using 6% ferric chloride (FeCI3.6 F120) solution
by weight, at 30°C for duration of 24 hours.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 154 of 196


SPECIFICATION FOR STANDARD SPECIFICATION No.
0223E4a ENGINEERS DUPLEX STAINLESS STEEL AND
a-9( laras W INDIA LIMITED 6-79-0015 Rev. 1
(A Govt of India Undetlaxingl SUPER DUPLEX STAINLESS
STEEL Page 11 of 12

b) Acceptance criteria: no crevice shall form on the surface of the test sample at 30°C.

8.0 REQUIREMENTS FOR PRODUCTION TESTING

8.1 Test Samples

Separate test blanks shall be required for each process of manufacture of the finished products.
Each test sample shall receive the same working / heat treatment as the finished products it
represents.

If the test specimen cannot be taken from a finished product, then a representative test
specimen shall be taken from the same heat, heat treated in the same batch, and be subjected to
the same extent of working as the most worked section of the finished product. In case the
finished product is of welded type, then the test piece shall be so chosen as to include the
parent metal, the weld metal and the heat affected zone.

8.2 Testing Frequency

The product analysis and the mechanical properties evaluation shall be conducted strictly as
per requirements of the relevant material product specifications. Micro-structural examination,
ferrite measurement and hardness testing on the finished product, shall be carried out for one
sample per heat per method of manufacturer.

The test results shall be submitted to the Company as a part of the product documentation.

8.3 Mandatory Production Tests (First Heat)

On placement of order, a vendor who has met the pre-qualification criteria, shall carry out the
following production tests, to meet the acceptance criteria mentioned in the respective clauses.
All the following tests shall be witnessed and certified by a reputed the third party Inspection
Agency duly approved by the Company, on the first heat:

Chemical composition analysis as per Clause No.5.1


Pitting Resistance Equivalent Number as per Clause No.5.2
Microstructure examination and ferrite measurement as per Clause No.5.3
Mechanical properties evaluation as per Clause No.5.4
Visual examination on casting as per Clause No. 6.5.1
Radiography examination for casting as per Clause No.6.5.2
Wet fluorescent penetrant examination for casting as per Clause No.6.5.3.

8.4 Routine Tests

The routine testing of product of each heat shall be carried out on a regular basis, in house.
The chemical composition, the pitting resistance equivalent number, the mechanical
properties, the micro-structural examination and for casting, the visual examination, the
radiography and the wet fluorescent penetrant examinations shall conform to the requirements
specified in the respective Clauses of this specification.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 155 of 196


SPECIFICATION FOR STANDARD SPECIFICATION No.
StilizaZleTa ENGINEERS DUPLEX STAINLESS STEEL AND
strantEgItaiev INDIA LIMITED 6-79-0015 Rev. 1
A GA1 of incha Aviel410.01 SUPER DUPLEX STAINLESS
STEEL Page 12 of 12

9.0 QUALITY SURVEILLANCE AND INSPECTION

The supplier shall perform all the tests and inspection procedures mentioned above to ensure
that the materials conform to the requirements of this specification. Company, or the
representative duly approved by the Company, shall have unhindered access to the material
being manufactured for inspection and/or witnessing the selection of test samples, the
preparation of test specimens, and the performance of tests. The company or its representative
shall have the right to indicate the pieces from which the specimens are to be drawn for
various tests. In case of any reasonable doubts regarding the quality of the product, Company
shall have the option to ask for the re-qualification of the mill at the vendor's/contractor's cost.
Inspection by the Company or its authorized representative shall not relieve the supplier of his
responsibility for ensuring the compliance of the materials supplied to this specification.

10.0 DOCUMENTS TO BE SUBMITTED

The vendors/suppliers shall submit the following records of the tests and inspection conducted
on the materials, as per the applicable Clauses mentioned in this specification, to the company
in quadruplicate:

Chemical composition analysis report


Heat treatment records and charts
Micro-structure examination and ferrite measurement reports
Mechanical properties evaluation reports
Corrosion testing results (Pre-qualification records)
Visual examination report for castings
Radiography examination report for castings
Penetrant test report for castings.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 156 of 196


SPECIFICATION FOR WELDING STANDARD SPECIFICATION No.
- 7
4.5iIlatie4ifft ENGINEERS
a' itirds W INDIA UMITED
OF DUPLEX STAINLESS STEEL
AND SUPER DUPLEX STAINLESS
6-79-0016 Rev. 1
Page 1 of 11
STEEL

TATE chi ck tfil t'1Ic1


.n1W-fi 43141 tril Will V.
feTbr
SPECIFICATION FOR
WELDING OF
DUPLEX STAINLESS STEEL
AND
SUPER DUPLEX STAINLESS STEEL

3 14.-3G41
07.10.11 REVISED & REISSUED AS STANDARD
1 SPECIFICATION PC SG PPL DM
0 28.12.04 ISSUED AS STANDARD SPECIFICATION SG VRK KKM SKG
Standards Standards
Prepared Checked Committee Bureau
Rev. Date Purpose Convenor Chairman
No by by
Approved by

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved


Page 157 of 196
SPECIFICATION FOR WELDING STANDARD SPECIFICATION No.
aleat ENGINEERS OF DUPLEX STAINLESS STEEL
5,gar fa5legilitiO INDIA LIMITED AND SUPER DUPLEX STAINLESS
6 - 79 - 0016 Rev. 1
,..,,wri,..mny ,A Gort of India Undetta NI

STEEL Page 2 of 11

Abbreviations:

ABS : American Bureau of Shipping


ASME : American Society of Mechanical Engineers
ASTM : American Society for Testing and Materials
BV : Bureau Veritas
CEIL : Certification Engineers International Limited
CPI : Chemical Process Industry
CSC : Chloride Stress Cracking
DNV : Det Norske Veritas
DSS : Duplex Stainless Steel
HAZ : Heat Affected Zone
ISO : International Organization for Standardization
NACE : National Association of Corrosion Engineers
PQT : Procedure Qualification Tests
PREN : Pitting Resistance Equivalent Number
PWHT : Post Weld Heat Treatment
SDSS : Super Duplex Stainless Steel
SSC : Sulphide Stress Cracking

SMMS Standards Committee:

Convener: Mr. PP Lahiri

Members: Mr. A Amin


Mr. GS Hegde
Mr. R Chaudhury
Mr. S Ghosal
Mr. P Saha
Mr. R Nanda (Piping)
Mr. AK Gupta (HMTD)
Mr. S Mukherjee (Construction)
Mr. R Muthulingam (Inspection)
Mr. Raj Kishore (Pipeline)
Mr. AR Purushottam (POSD)
Mr. MP Jain (Projects)

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL —All rights reserved

Page 158 of 196


SPECIFICATION FOR WELDING
oaraelei oft ENGINEERS
STANDARD SPECIFICATION No.
slg-ar fameg w INDIA LIMITED
,A GOA
of (nth
undertaking)
OF DUPLEX STAINLESS STEEL
AND SUPER DUPLEX STAINLESS
6-79-0016 Rev. 1
(Inne'airs'-"""
STEEL Page 3 of 11

CONTENTS

1.0 SCOPE 4
2.0 CODES AND STANDARDS 4
3.0 WELDING PROCESSES 4
4.0 WELDING CONSUMABLES 5
5.0 APPLICABLE REQUIREMENTS FOR DSS AND SDSS WELDING CONSUMABLES 5
6.0 CLEANING 6
7.0 QUALIFICATION CRITERIA 6
8.0 CORROSION TESTS FOR QUALIFICATION 9
9.0 FABRICATION 11
10.0 QUALITY SURVEILLANCE AND INSPECTION 11
11.0 DOCUMENTS TO BE SUBMITTED 11

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL —All rights reserved

Page 159 of 196


SPECIFICATION FOR WELDING STANDARD SPECIFICATION No.
Sti12-a-e7 ENGINEERS OF DUPLEX STAINLESS STEEL
INDIA LIMITED 6-79-0016 Rev. 1
5ta■LT IA Go./ Inda Undertaking' AND SUPER DUPLEX STAINLESS
STEEL Page 4 of 11

1.0 SCOPE

1.1 This specification covers the requirements for the welding processes, the quality of the
welding consumables, the welding consumable qualification, the welding procedure
qualification, the welder qualification and the quality assurance testing during fabrication of
DSS and SDSS components. DSS and SDSS welding consumables shall be considered
acceptable when they meet the qualification criteria mentioned in this specification. This
specification shall be applicable for both shop fabricated and field/site fabricated components.

1.2 This specification shall be read together with the corresponding product specifications,
mentioned in the relevant piping material specifications, and/or the equipment data
sheets/design drawings, intended to be used in sour and/or chloride containing environments,
as applicable.

1.3 In case of conflict between this specification and the referred material codes/standard
specifications, the requirement of this specification shall govern.

2.0 CODES AND STANDARDS

The manufacture, inspection, testing, marking and supply of the item covered by this
specification shall follow the latest editions of the following codes and standard specifications:

ASTM A 370 Standard methods and definitions for mechanical testing of steel
ASTM A 923 Standard test methods for detecting detrimental intermetallic phase in
wrought duplex austenitic/ferritic stainless steels
ASTM E 18 Rockwell hardness testing of metallic materials
ASTM E 562 Determining volume fraction by systematic manual point count
ASTM G 36 Performing stress corrosion cracking tests in a boiling magnesium
chloride
ASTM G 48 Standard test methods for pitting and crevice corrosion resistance of
stainless steels and related alloys by use of ferric chloride solution
ASME Section II- Material specifications — Welding rods, Electrodes and Filler metals
Part C
ASME Section V Non-destructive examination
ASME Sec.VIII- Rules for construction of pressure vessels
Division 1
ASME Section IX Welding and Brazing qualifications
NACE MR0175/ Petroleum and natural gas industries-Materials for use in
ISO 15156- H2S-containing environments in oil and gas production:
Part 1: General principles for selection of cracking-resistant materials
Part 3: Cracking-resistant CRAs (corrosion-resistant alloys) and other alloys
NACE MR0103 Material resistant to Sulfide Stress Cracking in corrosive petroleum
refining environments
NACE TM0177 Laboratory testing of metals for resistance to sulfide stress cracking and
stress corrosion cracking in H2S environments
SNT-TC-1A Personnel qualification and certification of nondestructive testing
personnel, American Society for Nondestructive Testing (ASNT)

3.0 WELDING PROCESSES

Shielded metal arc welding (SMAW), Gas tungsten arc welding (GTAW), Gas metal arc
welding (GMAW), Submerged arc welding (SAW) and Plasma arc welding (PAW) processes
are suitable for duplex and super duplex stainless steel. All necessary operational precautions
such as cleanliness, protective inert gas shielding applicable for DSS and SDSS shall be
adopted while employing these welding processes.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 160 of 196


SPECIFICATION FOR WELDING STANDARD SPECIFICATION No.
PRzIe?ifit ENGINEERS OF DUPLEX STAINLESS STEEL
5.1g:a telfalesS' INDIA LIMITED
(A Gort cola unactakingi AND SUPER DUPLEX STAINLESS
6-79-0016 Rev. 1
STEEL Page 5 of 11

4.0 WELDING CONSUMABLES

The welding consumables for welding duplex stainless steels of UNS No.(s) S 31803, S 32205
or equivalent and for welding super duplex stainless steel of UNS No.(s) S 32760,S 32750,S
39274, S 32550, J 93380 or equivalent shall conform to the recommendations made by the
DSS and SDSS base metal manufacturers. The welding consumables shall be used only after
conducting the requisite consumable qualifications tests as given in Clause No. 7.0.

5.0 APPLICABLE REQUIREMENTS FOR DSS AND SDSS WELDING CONSUMABLES

5.1 Chemical Composition

The chemical composition of the DSS and SDSS welding consumables shall be adjusted with
respect to austenite formers such as nickel and ferrite formers such as molybdenum, in order
to obtain the requisite ferrite-austenite balance and the corrosion resistance properties in the
as-welded condition of the weldment. The specific chemical composition of as-welded deposit
shall be as recommended by the DSS and SDSS base metal manufacturers.

5.2 Pitting Resistance Equivalent Number (PREN)

5.2.1 PREN shall be calculated by the following formula:

PREN = % Cr + 3.3 x (%Mo) + 16x (% N)

5.2.2 PREN for DSS

The pitting resistance equivalent number of the DSS welding consumables shall be greater
than 35, when calculated as mentioned in Clause No.5.2.1.

5.2.3 PREN for SDSS

The pitting resistance equivalent number of the SDSS welding consumables shall be greater
than 40, when calculated as mentioned in Clause No. 5.2.1.

5.3 Microstructure

The ferrite content of the weld metal estimated through metallography examination should be
between 30 to 55% to obtain weld joints with the best ductility and corrosion resistance
properties. The welding consumables composition and the welding heat input should be so
selected as to give the ferrite content of the weld metal between 30 and 55%. Ferrite content
measurement shall be carried out by the metallography method in accordance with ASTM E
562.

5.4 Mechanical Properties

5.4.1 DSS
Tensile Strength 680-880 N/mm2
Yield Strength (0.2% Offset) 450 N/mm2 (Min.)
Elongation 25% (Min)

Impact Energy (Charpy V-notch)

at 20° C 100 J Average/ 75 J Minimum


at -30° C 60 J Average/ 40 J Minimum

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 161 of 196


SPECIFICATION FOR WELDING STANDARD SPECIFICATION No.
15raireg e ENGINEERS OF DUPLEX STAINLESS STEEL
511g-ien titgleg IS INDIA UMITED 6-79-0016 Rev. 1
Goa of Irdia Underlalong) AND SUPER DUPLEX STAINLESS
STEEL Page 6 of 11

5.4.2 SDSS
Tensile Strength 800-1050 N/mm2
Yield Strength (0.2% Offset) 550 N/mm2
Yield Strength (1% Offset) 650 N/mm2
Elongation 25% minimum

Impact Energy (Charpy V-notch)

at 20° C 100 J Average/ 75 J Minimum


at -30° C 60 J Average/ 40 J Minimum

6.0 CLEANING

6.1 Cleaning of weld joints before and after the welding shall follow the good engineering
practices applicable for stainless steels. All accessible weld surfaces shall be cleaned after
welding by using pickling paste or pickling agent recommended by the welding consumable
suppliers, for a minimum period of 20 minutes, followed by water washing. This process shall
remove all oxide, tarnish, heat tint and surface contamination.

In the case of tube-to-tube sheet joints of the exchanger, extra care shall be taken to
completely remove the traces of the pickling paste or agent to maintain weld quality.
Wherever completely removal of pickling paste or agent cannot be ensured, such as air cooler
with plug type headers, pickling shall not be carried out.

Where access for cleanings not practicable, such as pipe butt welds, reliance must be placed
on good purging practice to minimize contamination of the backing gas by air. The purge gas
must contain below 10-ppm oxygen or moisture to achieve maximum corrosion resistance of
welds.

6.2 The area where DSS and SDSS fabrications are carried out shall be separated from carbon and
low-alloy steel fabrication area.

7.0 QUALIFICATION CRITERIA

7.1 Welding Consumable Qualification (One-Time Qualification)

Each classification of the DSS and SDSS welding consumables, used for welding procedure
qualification, welder qualification as well as for production welds, shall be procured from
qualified welding consumable manufacturers.

7.1.1 Qualification Criteria for Vendors/Manufacturers with Prior Experience Track Record

Vendors/manufacturers who have proven track record of supplying DSS and SDSS welding
consumables for sour service and chloride containing environments in chemical process
industries (CPI) to any of the reputed operating companies/Engineering Consultants or
Process Licensors such as UOP, IFP, EXXON, BP, CHEVRON, IOCL, HPCL, BPCL, and
EIL shall be considered as qualified vendors/manufacturers', on production of the relevant
purchase orders and test certificates, certified by a witnessing third party inspection agency
such as DNV, Lloyds, BV, ABS, TUV, SGS, CELL, and EIL for the conformance of the
materials to the respective materials specification of the mentioned operators/engineering
consultants. For qualified vendors / manufacturers, Clause No.7.1.2 is not applicable.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 162 of 196


SPECIFICATION FOR WELDING STANDARD SPECIFICATION No.
a
l t ENGINEF_RS
ISIIRZRY:
f OF DUPLEX STAINLESS STEEL
2-ar EVe
g W INDIA UMITED 6-79-0016 Rev. 1
Gorl of India undensiong) AND SUPER DUPLEX STAINLESS
STEEL Page 7 of 11

7.1.2 Qualification Criteria for New Vendors/Manufacturers without Track Record

A vendor/manufacturer who has no track record of supplying DSS and SDSS welding
consumables for sour service and chloride containing environments in chemical process
industries (CPI) to any of the reputed engineering consultants/operators, as mentioned above
in Clause No.7.1.1, shall be considered as a new vendor/manufacturer. The chemical, the
mechanical and all the corrosion tests shall be carried out as mentioned in Clause Nos. 5.0, 8.0
for qualification by any one of the reputed third party inspection agencies like Lloyds, BV,
CEIL, DNV, TUV, and EIL.

Sulphide Stress Cracking (SSC) test as per Clause No. 8.1, Chloride Stress Cracking (CSC)
test as per Clause No. 8.2, Pitting Corrosion test as per Clause No. 8.3 and Crevice Corrosion
test as per Clause No.8.4, are mandatory for DSS and SDSS welding consumables.

In case the vendors/manufacture(s) had already conducted all the corrosion tests in the past,
and has an approved quality assurance system in place, and the test results are certified by a
witnessing a third party inspection agency such as DNV, Lloyds, BV, ABS, TUV, SGS, CEIL,
and EIL, the test results shall be furnished by the bidder, along with his bid, for Company's
review.

The vendors/manufacturers shall be qualified based on the satisfactory review of the submitted
test results. The Company's decision in this regard shall be final and binding on the bidder.

7.2 Welding Procedure Qualification

7.2.1 General

7.2.1.1 Each particular welding procedure shall be specially qualified. Previous test reports shall not
be recognized as a qualification record for the work to be performed on a new job.

7.2.1.2 Welding consumable qualification tests and welding procedure qualification tests shall be
conducted before the start of fabrication, by employing an approved welding procedure in
presence of the Company third party inspection agency such as DNV, Lloyds, BV, ABS,
TUV, SGS, CEIL, and EIL.

7.2.1.3 All the mills supplying the raw material/pipes etc. shall be required to pass the tests required
for the procedure qualification testing. Approved procedure shall be common to all the mills.

7.2.1.4 In case a combination of different UNS No. has to be used, due to unavoidable reasons, each
combination shall be specifically subjected to welding procedure qualification testing
including all the corrosion tests.

7.2.1.5 Laboratory tests shall be performed at an acceptable reputed laboratory.

7.2.2 Test Samples

Procedure qualification tests shall be performed on welded test pieces that include the parent
metal, heat affected zone and the weld metal.

7.2.3 Procedure Qualification Tests (PQT)

PQT shall be carried out as given below:

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL —All rights reserved

Page 163 of 196


SPECIFICATION FOR WELDING STANDARD SPECIFICATION No.
46111Retit et ENGINEERS OF DUPLEX STAINLESS STEEL
51g9- Raleg r e INDIA UMITED 6-79-0016 Rev. 1
eli-i-n-11 a coN al Oda unaciaingl AND SUPER DUPLEX STAINLESS
STEEL Page 8 of 11

7.2.3.1 Chemical Composition and Microstructure Examination

The chemical composition analyzed shall conform to the claimed composition mentioned in
the technical brochures of the welding consumable manufacturers approved by the Company
prior to qualification.

The ferrite content measurement of test pieces shall be carried out by both of the following
method:

Metallography examination
Magna-gage method/Ferrite Scope

The procedure of ferrite measurement and the calibration of measuring instruments shall bear
the approval of the Company before being employed. Ferrite content measurement shall be
carried out by the metallography method in accordance with ASTM E 562. Acceptance level
shall be as per Clause No.5.3.

The weld metal of DSS and SDSS shall be checked by the method in accordance with ASTM
A 923, for the presence of intermetallic phases that are detrimental to the weld metal. The
intermetallic phases shall not be more than 1%.

7.2.3.2 Mechanical Properties

These tests shall include tensile testing, impact testing and bend testing, in accordance with
ASTM A 370. Bend tests shall be performed with a plunger diameter equal to 4 times the
thickness. The acceptance values for tensile and impact testing shall be as per Clause Nos.
5.4.1 and 5.4.2. In case of bend testing, the specimen shall not reveal any crack or fissure.

7.2.3.3 Hardness Tests

Each qualification test shall include a cross-sectional hardness survey. The test method shall
be in accordance with ASTM E 18. The distance between indentations shall be a maximum of
1.0 mm. The hardness values shall not exceed RC 28 for DSS and RC 32 for SDSS.

If any other methods including portable hardness tester are to be deployed for checking
production welds, then the correlation between the qualification method and the production
method shall be established and the calibration graph shall be generated for use at the
field/shop. The acceptance criteria shall be as per Rockwell 'C' scale.

7.2.3.4 Corrosion Tests for weldments

Sulphide Stress Cracking (SSC) test as per Clause No. 8.1, Chloride Stress Cracking (CSC)
test as per Clause No. 8.2, Pitting Corrosion test as per Clause No. 8.3, Crevice Corrosion test
as per Clause No.8.4, are mandatory when DSS and SDSS weldments are intended to be used
for sour service and chloride containing environments.

If DSS and SDSS weldments are intended to be used only for chloride containing
environments, the SSC test as per Clause No.8.1 shall be waived off. The remaining corrosion
tests specified in this section shall be carried out for DSS and SDSS weldments meant for use
in the chloride containing environments.

7.2.3.5 Radiography

All welds shall be 100% radiographed. The radiography procedure shall be followed as per
ASME Section V. Acceptance standard shall be as per ASME. Section-VIII, Division-1, UW-
51. The operator's certification to SNT-TC-1A or equivalent is required.

Format No. 8-00-0001-F1 Rev. 0 Copyright Ell — All rights reserved

Page 164 of 196


SPECIFICATION FOR WELDING STANDARD SPECIFICATION No.
IsirEzrda ENGINEERS OF DUPLEX STAINLESS STEEL 6-79-0016 Rev. 1
5@zir lalaregWINDIA LIMITED
IA Govt of India Undertaking) AND SUPER DUPLEX STAINLESS
STEEL Page 9 of 11

7.2.3.6 Penetrant Test (PT) And Magnetic Particle Test (MPT)

All fillet and groove welds other than those to be examined by radiography shall be tested by
fluorescent penetrant test or by fluorescent magnetic particle test. No defect indication shall
be accepted. The procedures for penetrant tests and magnetic particle tests shall be followed as
per ASME Section V. The operator's certification to SNT-TC-IA or equivalent shall be
ensured.

7.2.3.7 Post Weld Heat Treatment (If Required)

For DSS and SDSS, no post weld heat treatment is envisaged or recommended. In case,
autogenous welding is adopted or if the process licensor or the client recommends a PWHT,
then the only PWHT shall be solution annealing. The solution annealing heat treatment
procedures shall be established for ensuring retention of the properties of the welded joints for
DSS and SDSS materials. The heat treatment procedures shall be approved by the Company's
representative before their implementation.

7.3 Welder Qualification

Welders shall be qualified at the fabrication yard/barge employing the qualified welding
procedure. The qualification test pieces of each welder shall be subjected to microstructure
examination, mechanical tests, cross sectional hardness survey, radiography examination,
fluorescent penetrant and fluorescent magnetic particle tests, and with the same test procedure
and acceptance criteria as mentioned above in Clause Nos. 7.2.3.1, 7.2.3.2, 7.2.3.3, 7.2.3.5,
7.2.3.6 respectively.

8.0 CORROSION TESTS FOR QUALIFICATION

8.1 Sulphide Stress Cracking (SSC) Test

DSS

SSC test on duplex stainless steel shall be carried out by using the following test solutions and
test conditions:

i) a) Test solution : NACE TM0177


Test temperature : 24°C
Stress value : 350 N/mm2
d) Acceptance criteria : test sample failure at or after 720 hours.

ii) a) Test solution : NACE TM0177


Test temperature : 90° C
Stress value : 325 N/mm2
Partial pressure of H2S : 16 bars
Acceptance criteria : test sample failure at or after 720 hours.

SDSS

The Sulphide Stress Corrosion Cracking tests on super duplex stainless steel shall be carried
out by using the following solutions and test conditions:

i) a) Test solution : NACE TM0177


Test temperature : 24° C
Stress value : 425 N/mm2
d) Acceptance criteria : test sample failure at or after 720 hours.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved


Page 165 of 196
SPECIFICATION FOR WELDING STANDARD SPECIFICATION No.
ISIMZIel ENGINEERS OF DUPLEX STAINLESS STEEL
5fg:ar INDIA LIMITED 6-79-0016 Rev. 1
Go. aI kid. Und.na.nal AND SUPER DUPLEX STAINLESS
STEEL Page 10 of 11

ii) a) Test solution : NACE TM0177


Test temperature : 90° C
Stress value : 390 N/mm2
Partial pressure of H 2S : 16 bars
Acceptance criteria : test sample failure at or after 720 hours.

8.2 Chloride Stress Cracking (CSC) Test

DSS and SDSS

The CSC tests shall be conducted on representative specimens of DSS and SDSS, in
accordance with the testing procedure mentioned in ASTM G-36, in aerated, boiling 40%
calcium chloride (CaCl 2 ) solution at 100° C with the pH of the solution maintained
around 6.5.

Acceptance criteria: Stress to cause rupture in 500 hours shall exceed 0.85 times the
actual ultimate tensile strength values of duplex stainless steel and super duplex stainless
steel material individually.

8.3 Pitting Corrosion Test

DSS

The pitting corrosion test shall be conducted on the representative DSS specimen, in
accordance with ASTM G-48 method A, using 6% ferric chloride (FeCI 3 .6 H20) solution
by weight at 30°C, as well as at 50°C, for duration of 24 hours.

Acceptance criteria: No pitting shall occur on the surface of the test sample at 30°C. For
the testing at 50°C, the weight loss shall be reported to company for review.

SDSS

The pitting corrosion test shall be conducted on the representative SDSS specimen, in
accordance with ASTM G-48 method A, using 6% ferric chloride (FeCI 3 .6 I-1 2 0) solution
by weight at 40°C, as well as at 50°C, for duration of 24 hours.

Acceptance criteria: No pitting shall occur on the surface of the test sample at 40°C. For
the testing at 50°C, the weight loss shall be reported to company for review.
8.4 Crevice Corrosion Test

DSS

The crevice corrosion test shall be performed on the representative DSS specimen, in
accordance with ASTM G-48 method B, using 6% ferric chloride (FeCI 3 .6 H 2 0) solution
by weight, at 25°C for duration of 24 hours.
Acceptance criteria: No crevice shall form on the surface of the test sample at 25°C.
SDSS
The crevice corrosion test shall be performed on the representative SDSS specimen, in
accordance with ASTM G-48 method B, using 6% ferric chloride (FeCI 3 .6 H 2 0) solution
by weight, at 30°C for duration of 24 hours.
Acceptance criteria: No crevice shall form on the surface of the test sample at 30°C.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 166 of 196


SPECIFICATION FOR WELDING STANDARD SPECIFICATION No.
ENGINEERS OF DUPLEX STAINLESS STEEL 6-79-0016 Rev. 1
INDIA LIMITED
151:e7
5'1411E1. IA Gov? of Inch, Undertaking) AND SUPER DUPLEX STAINLESS
STEEL Page 11 of 11

9.0 FABRICATION

9.1 No fabrication shall start until the Company approves the results of the welding consumable
qualification, the welding procedure qualification tests and the welder qualification tests as per
the approved procedure.

9.2 Quality Assurance Tests on Production Welds

As a part of quality assurance, field/shop fabricated weldments shall be subjected to the


following tests, as per the applicable Clauses mentioned in this specification:

Hardness test as per Clause No. 7.2.3.3


Radiography as per Clause No. 7.2.3.5
PT /MPT tests as per Clause no. 7.2.3.6
Ferrite Measurement as per Clause No. 7.2.3.1.

9.3 The weld joints not conforming to the specification requirements with respect to the results of
above tests, shall be cut out to make fresh joints. The reasons for such a breakdown in quality
assurance system shall be investigated and the report shall be submitted to the Company for
review.

10.0 QUALITY SURVEILLANCE AND INSPECTION

The vendors/suppliers shall perform all the tests and inspection procedures mentioned above
to ensure that the welding consumables, the procedure and the fabrication conform to the
requirements of this specification. Company, or the representative duly approved by the
Company, shall have unhindered access for inspection and/or witnessing the selection of test
samples, the preparation of test specimens, and the performance of tests. The company or its
representative shall have the right to indicate the pieces from which the specimens are to be
drawn for various tests. In case of any reasonable doubts regarding the quality of the product,
Company shall have the option to ask for a re-qualification, at the vendor's/contractor's cost.
Inspection by the Company or its authorized representative shall not relieve the supplier of his
responsibility for ensuring the compliance of the materials supplied to this specification.

11.0 DOCUMENTS TO BE SUBMITTED

The vendors/suppliers shall submit the following records of the tests and inspection conducted
on the materials, as per the applicable Clauses mentioned in this specification, to the company
in quadruplicate:

Chemical composition analysis report


- Heat treatment records and charts
Micro-structure examination and ferrite measurement reports
Mechanical properties evaluation reports
Corrosion testing results (qualification records)
Radiography examination report
Penetrant test report
Magnetic Particle test report.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 167 of 196


JOB SPECIFICATION NO.
VALVE MATERIAL
SPECIFICATION A307-6-44-0006 Rev. 0
Page 1 of 19

Client : BPCL Dept./Sect. : 16/43


Project : IREP
Location : KOCHI, KERALA Tag No: 540AF Sheet No. 1 of 1

BALL VALVE SPECIFICATION MANUF'S OFFER


TAG NO. : 540AF PIPING CLASS : A3F, A4F, B3F, B4F, D3F, D4F STANDARD:
RATING : 800 STANDARD :BS EN ISO 17292 MFGRS CAT/FIG:
(For category -II MRs only )
SIZE RANGE : 0.5" TO 1.5" ENDS : SW 3000 TO B-16.11 RATING: ENDS:
DESCRIPTION CONSTRUCTION MATERIAL CONSTRUCTION MATERIAL
BODY FORGED ASTM A 182 GR.F5

STEM ANTI BLOWOUT 13% CR.STEEL/SS 316; (NO CASTING)

BALL SOLID STELLITED

BODY SEAT METAL TO METAL STELLITED

GLAND BOLTED/ RETAINED 13% CR.STEEL/SS 304 / SS 316


BY NUT & WASHER
STEM SEAL RENEWABLE WITH GRAFOIL
VALVE OPEN ON
STREAM
BODY SEAL GRAFOIL

BODY STUD ASTM A193 GR.B16

BODY NUT ASTM A 194 GR.4/GR.7

OTHERS

SPECIAL SERVICE MAX. TEMP 550 DEG. C.


CONDITIONS

HYDROSTATIC TEST BODY : 3000 PSIG SEAT : 2200 PSIG


PRESSURE
TEST PRESSURE 80 PSIG
WITH AIR

NOTES
1 THIS VALVE SPEC SHEET SHALL BE READ IN CONJUNCTION WITH TECHNICAL NOTES FOR VALVES.
2 ONLY IN THE CASE OF CATEGORY - II MRs,BIDDER SHALL CLEARLY WRITE ALL/ ANY DEVIATION AGAINST
EACH PART/ MATERIAL OF VALVE IN THE SPACE PROVIDED FOR AND WHEREVER BIDDER AGREES WITH
EIL'S SPEC BIDDER SHALL INDICATE "AGREED".
3 NO CUTTING/ OVERWRITING BY BIDDER ON EIL'S SPEC IS ALLOWED.
SIGNATURE
4 VALVES CAN ALSO BE SUPPLIED IN ACCORDANCE WITH API-6D. FOR API-6D VALVES, MIN BODY WALL &
THICKNESS SHALL BE AS PER ASME B16.34. SEAL
5 ALL VALVES SHALL BE FIRE SAFE DESIGN.FIRE SAFE TEST SHALL BE AS PER (API 607 IV EDITION/ (API 607/ OF MANUFACTURER
ISO 10497) / BS EN ISO 10497 / API RP 6FA
6 TESTING SHALL BE AS PER BS EN 12266-1/API 6D.
8 ALL VALVES SHALL BE BIDIRECTIONAL.
10 BIDDER'S STAMPING ON THE VALVE SPECIFICATION SHEET SHALL BE CONSTRUED TO MEAN BIDDER'S
ACCEPTANCE OF SUITABILITY OF VALVE AND VALVE SHEETS FOR SERVICE AND 'SPECIAL SERVICE
CONDITIONS' MENTIONED IN THE VALVE SPECIFICATION SHEETS.
11 STEM SEAL/BODY SEAL MATERIALS SHALL BE PROVIDED WITH CORROSION INHIBITOR.
12 THE DIMENSION OF HAND WHEEL / T-TYPE LEVER SHALL BE WITHIN THE END TO END DIMENSION OF THE
BALL VALVE

SHEET REV. NO. 0

DATE 19/12/2013
Page 168 of 196 540AF
Template No. 5-0000-0001-T2 Rev. 1 Copyright EIL-All rights reserved
JOB SPECIFICATION NO.
VALVE MATERIAL
SPECIFICATION A307-6-44-0006 Rev. 0
Page 2 of 19

Client : BPCL Dept./Sect. : 16/43


Project : IREP
Location : KOCHI, KERALA Tag No: 540AG Sheet No. 1 of 1

BALL VALVE SPECIFICATION MANUF'S OFFER


TAG NO. : 540AG PIPING CLASS : D24D STANDARD:
RATING : 800 STANDARD : BS EN ISO 17292 MFGRS CAT/FIG:
(For category -II MRs only )
SIZE RANGE : 0.5" TO 1.5" ENDS : SW 3000 TO B-16.11 RATING: ENDS:
DESCRIPTION CONSTRUCTION MATERIAL CONSTRUCTION MATERIAL
BODY FORGED ASTM A 182 GR.F11 CL.2 (NORM. & TEMP.)

STEM ANTI BLOWOUT 13% CR.STEEL/SS 316; (NO CASTING)

BALL SOLID STELLITED

BODY SEAT METAL TO METAL STELLITED

GLAND BOLTED/ RETAINED 13% CR.STEEL/SS 304 / SS 316


BY NUT & WASHER
STEM SEAL RENEWABLE WITH GRAFOIL
VALVE OPEN ON
STREAM
BODY SEAL GRAFOIL

BODY STUD ASTM A193 GR.B16

BODY NUT ASTM A 194 GR.4/GR.7

OTHERS

SPECIAL SERVICE MAX. TEMP 538 DEG. C.


CONDITIONS

HYDROSTATIC TEST BODY : 3000 PSIG SEAT : 2200 PSIG


PRESSURE
TEST PRESSURE 80 PSIG
WITH AIR

NOTES
1 THIS VALVE SPEC SHEET SHALL BE READ IN CONJUNCTION WITH TECHNICAL NOTES FOR VALVES.
2 ONLY IN THE CASE OF CATEGORY - II MRs,BIDDER SHALL CLEARLY WRITE ALL/ ANY DEVIATION AGAINST
EACH PART/ MATERIAL OF VALVE IN THE SPACE PROVIDED FOR AND WHEREVER BIDDER AGREES WITH
EIL'S SPEC BIDDER SHALL INDICATE "AGREED".
3 NO CUTTING/ OVERWRITING BY BIDDER ON EIL'S SPEC IS ALLOWED.
SIGNATURE
4 VALVES CAN ALSO BE SUPPLIED IN ACCORDANCE WITH API-6D. FOR API-6D VALVES, MIN BODY WALL &
THICKNESS SHALL BE AS PER ASME B16.34. SEAL
5 ALL VALVES SHALL BE FIRE SAFE DESIGN.FIRE SAFE TEST SHALL BE AS PER (API 607 IV EDITION/ (API 607/ OF MANUFACTURER
ISO 10497) / BS EN ISO 10497 / API RP 6FA
6 TESTING SHALL BE AS PER BS EN 12266-1/API 6D.
8 ALL VALVES SHALL BE BIDIRECTIONAL.
10 BIDDER'S STAMPING ON THE VALVE SPECIFICATION SHEET SHALL BE CONSTRUED TO MEAN BIDDER'S
ACCEPTANCE OF SUITABILITY OF VALVE AND VALVE SHEETS FOR SERVICE AND 'SPECIAL SERVICE
CONDITIONS' MENTIONED IN THE VALVE SPECIFICATION SHEETS.
11 STEM SEAL/BODY SEAL MATERIALS SHALL BE PROVIDED WITH CORROSION INHIBITOR.
12 THE DIMENSION OF HAND WHEEL / T-TYPE LEVER SHALL BE WITHIN THE END TO END DIMENSION OF THE
BALL VALVE

SHEET REV. NO. 0

DATE 30/12/2013
Page 169 of 196 540AG
Template No. 5-0000-0001-T2 Rev. 1 Copyright EIL-All rights reserved
JOB SPECIFICATION NO.
VALVE MATERIAL
SPECIFICATION A307-6-44-0006 Rev. 0
Page 3 of 19

Client : BPCL Dept./Sect. : 16/43


Project : IREP
Location : KOCHI, KERALA Tag No: 540AH Sheet No. 1 of 1

BALL VALVE SPECIFICATION MANUF'S OFFER


TAG NO. : 540AH PIPING CLASS : A72F, A73F, B72F, B73F, D73F STANDARD:
RATING : 800 STANDARD : BS EN ISO 17292 MFGRS CAT/FIG:
(For category -II MRs only )
SIZE RANGE : 0.5" TO 1.5" ENDS : SW 3000 TO B-16.11 RATING: ENDS:
DESCRIPTION CONSTRUCTION MATERIAL CONSTRUCTION MATERIAL
BODY FORGED ASTM A 182 GR.F5

STEM ANTI BLOWOUT 13% CR.STEEL/SS 316; (NO CASTING)

BALL SOLID STELLITED

BODY SEAT METAL TO METAL STELLITED

GLAND BOLTED/ RETAINED 13% CR.STEEL/SS 304 / SS 316


BY NUT & WASHER
STEM SEAL RENEWABLE WITH GRAFOIL
VALVE OPEN ON
STREAM
BODY SEAL GRAFOIL

BODY STUD ASTM A193 GR.B16

BODY NUT ASTM A 194 GR.4/GR.7

OTHERS

SPECIAL SERVICE VACUUM SERVICE MAX. TEMP 538 DEG. C.


CONDITIONS

HYDROSTATIC TEST BODY : 3000 PSIG SEAT : 2200 PSIG


PRESSURE
TEST PRESSURE 80 PSIG
WITH AIR

NOTES
1 THIS VALVE SPEC SHEET SHALL BE READ IN CONJUNCTION WITH TECHNICAL NOTES FOR VALVES.
2 ONLY IN THE CASE OF CATEGORY - II MRs,BIDDER SHALL CLEARLY WRITE ALL/ ANY DEVIATION AGAINST
EACH PART/ MATERIAL OF VALVE IN THE SPACE PROVIDED FOR AND WHEREVER BIDDER AGREES WITH
EIL'S SPEC BIDDER SHALL INDICATE "AGREED".
3 NO CUTTING/ OVERWRITING BY BIDDER ON EIL'S SPEC IS ALLOWED.
SIGNATURE
4 VALVES CAN ALSO BE SUPPLIED IN ACCORDANCE WITH API-6D. FOR API-6D VALVES, MIN BODY WALL &
THICKNESS SHALL BE AS PER ASME B16.34. SEAL
5 ALL VALVES SHALL BE FIRE SAFE DESIGN.FIRE SAFE TEST SHALL BE AS PER (API 607 IV EDITION/ (API 607/ OF MANUFACTURER
ISO 10497) / BS EN ISO 10497 /API RP 6FA
6 TESTING SHALL BE AS PER BS EN 12266-1/API 6D.
8 ALL VALVES SHALL BE BIDIRECTIONAL.
9 BIDDER'S STAMPING ON THE VALVE SPECIFICATION SHEET SHALL BE CONSTRUED TO MEAN BIDDER'S
ACCEPTANCE OF SUITABILITY OF VALVE AND VALVE SHEETS FOR SERVICE AND 'SPECIAL SERVICE
CONDITIONS' MENTIONED IN THE VALVE SPECIFICATION SHEETS.
10 STEM SEAL/BODY SEAL MATERIALS SHALL BE PROVIDED WITH CORROSION INHIBITOR.
11 ONE VALVE PER SIZE SHALL BE HELIUM VACUUM TESTED AS PER ASME V, SUBSECTION-A, ARTICLE 10
(HOOD METHOD) APPENDIX IX TO CHECK SUITABILITY FOR VACUUM SERVICE.
12 VENDOR SHALL CERTIFY SUITABILITY OF VALVES FOR 10MM OF HgA VACUUM SERVICE AT INTENDED
TEMPERATURE.
13 THE DIMENSION OF HAND WHEEL / T-TYPE LEVER SHALL BE WITHIN THE END TO END DIMENSION OF THE
BALL VALVE

SHEET REV. NO. 0

DATE 19/12/2013
Page 170 of 196 540AH
Template No. 5-0000-0001-T2 Rev. 1 Copyright EIL-All rights reserved
JOB SPECIFICATION NO.
VALVE MATERIAL
SPECIFICATION A307-6-44-0006 Rev. 0
Page 4 of 19

Client : BPCL Dept./Sect. : 16/43


Project : IREP
Location : KOCHI, KERALA Tag No: 540AU Sheet No. 1 of 1

BALL VALVE SPECIFICATION MANUF'S OFFER


TAG NO. : 540AU PIPING CLASS : A29Q STANDARD:
RATING : 800 STANDARD : BS EN ISO 17292 MFGRS CAT/FIG:
(For category -II MRs only )
SIZE RANGE : 0.5" TO 1.5" ENDS : SW 3000 TO B-16.11 RATING: ENDS:
DESCRIPTION CONSTRUCTION MATERIAL CONSTRUCTION MATERIAL
BODY FORGD ASTM B564 UNS NO6625 (INCONEL 625)

STEM ANTI BLOWOUT INCONEL 625 (UNS N06625) (NO CASTING)

BALL SOLID STELLITED

BODY SEAT METAL TO METAL STELLITED

GLAND BOLTED/ RETAINED INCONEL 625 (UNS N06625)


BY NUT & WASHER
STEM SEAL RENEWABLE WITH GRAFOIL
VALVE OPEN ON
STREAM
BODY SEAL GRAFOIL

BODY STUD ASTM A193 GR.B7M

BODY NUT ASTM A194 GR.2HM

OTHERS

SPECIAL SERVICE NACE MAX TEMP 371 DEG C.


CONDITIONS

HYDROSTATIC TEST BODY : 3000 PSIG SEAT : 2200 PSIG


PRESSURE
TEST PRESSURE 80 PSIG
WITH AIR

NOTES
1 THIS VALVE SPEC SHEET SHALL BE READ IN CONJUNCTION WITH TECHNICAL NOTES FOR VALVES.
2 ONLY IN THE CASE OF CATEGORY - II MRs,BIDDER SHALL CLEARLY WRITE ALL/ ANY DEVIATION AGAINST
EACH PART/ MATERIAL OF VALVE IN THE SPACE PROVIDED FOR AND WHEREVER BIDDER AGREES WITH
EIL'S SPEC BIDDER SHALL INDICATE "AGREED".
3 NO CUTTING/ OVERWRITING BY BIDDER ON EIL'S SPEC IS ALLOWED.
SIGNATURE
4 VALVES CAN ALSO BE SUPPLIED IN ACCORDANCE WITH API-6D. FOR API 6D VALVES,MIN BODY WALL &
THICKNESS SHALL BE PER ASME B16.34. SEAL
5 ALL VALVES SHALL BE FIRE SAFE DESIGN.FIRE SAFE TEST SHALL BE AS PER (API 607 IV EDITION/ (API 607/ ISO OF MANUFACTURER
10497) / BS EN ISO 10497/API RP 6FA.
6 TESTING SHALL BE AS PER BS EN 12266-1/API 6D.
8 ALL VALVES SHALL BE BIDIRECTIONAL.
11 NACE REQUIREMENTS SHALL BE AS PER MR0103.
12 BIDDER'S STAMPING ON THE VALVE SPECIFICATION SHEET SHALL BE CONSTRUED TO MEAN BIDDER'S
ACCEPTANCE OF SUITABILITY OF VALVE AND VALVE SHEETS FOR SERVICE AND 'SPECIAL SERVICE
CONDITIONS' MENTIONED IN THE VALVE SPECIFICATION SHEETS.
13 STEM SEAL/BODY SEAL MATERIALS SHALL BE PROVIDED WITH CORROSION INHIBITOR.
14 THE DIMENSION OF HAND WHEEL / T-TYPE LEVER SHALL BE WITHIN THE END TO END DIMENSION OF THE
BALL VALVE

SHEET REV. NO. 0

DATE 19/12/2013
Page 171 of 196 540AU
Template No. 5-0000-0001-T2 Rev. 1 Copyright EIL-All rights reserved
JOB SPECIFICATION NO.
VALVE MATERIAL
SPECIFICATION A307-6-44-0006 Rev. 0
Page 5 of 19

Client : BPCL Dept./Sect. : 16/43


Project : IREP
Location : KOCHI, KERALA Tag No: 540BF Sheet No. 1 of 1

BALL VALVE SPECIFICATION MANUF'S OFFER


TAG NO. : 540BF PIPING CLASS : A4G, B23G, B4G, D26G, D4G STANDARD:
RATING : 800 STANDARD : BS EN ISO 17292 MFGRS CAT/FIG:
(For category -II MRs only )
SIZE RANGE : 0.5" TO 1.5" ENDS : SW 3000 TO B-16.11 RATING: ENDS:
DESCRIPTION CONSTRUCTION MATERIAL CONSTRUCTION MATERIAL
BODY FORGED ASTM A 182 GR.F9

STEM ANTI BLOWOUT 13% CR.STEEL/SS316; (NO CASTING)

BALL SOLID STELLITED

BODY SEAT METAL TO METAL STELLITED

GLAND BOLTED/ RETAINED 13% CR.STEEL/SS316/SS304


BY NUT & WASHER
STEM SEAL RENEWABLE WITH GRAFOIL
VALVE OPEN ON
STREAM
BODY SEAL GRAFOIL

BODY STUD ASTM A193 GR.B16

BODY NUT ASTM A194 GR.4/GR.7

OTHERS

SPECIAL SERVICE MAX TEMP 538 DEG C.


CONDITIONS

HYDROSTATIC TEST BODY : 3000 PSIG SEAT : 2200 PSIG


PRESSURE
TEST PRESSURE 80 PSIG
WITH AIR

NOTES
1 THIS VALVE SPEC SHEET SHALL BE READ IN CONJUNCTION WITH TECHNICAL NOTES FOR VALVES.
2 ONLY IN THE CASE OF CATEGORY - II MRs,BIDDER SHALL CLEARLY WRITE ALL/ ANY DEVIATION AGAINST
EACH PART/ MATERIAL OF VALVE IN THE SPACE PROVIDED FOR AND WHEREVER BIDDER AGREES WITH
EIL'S SPEC BIDDER SHALL INDICATE "AGREED".
3 NO CUTTING/ OVERWRITING BY BIDDER ON EIL'S SPEC IS ALLOWED.
SIGNATURE
4 VALVES CAN ALSO BE SUPPLIED IN ACCORDANCE WITH API-6D. FOR API-6D VALVES, MIN BODY WALL &
5 ALL VALVES SHALL BE FIRE SAFE DESIGN.FIRE SAFE TEST SHALL BE AS PER (API 607 IV EDITION/ (API 607/ ISO SEAL
10497) / BS EN ISO 10497/API RP 6FA. OF MANUFACTURER
6 TESTING SHALL BE AS PER BS EN 12266-1/API 6D.
8 ALL VALVES SHALL BE BIDIRECTIONAL.
9 BIDDER'S STAMPING ON THE VALVE SPECIFICATION SHEET SHALL BE CONSTRUED TO MEAN BIDDER'S
ACCEPTANCE OF SUITABILITY OF VALVE AND VALVE SHEETS FOR SERVICE AND 'SPECIAL SERVICE
CONDITIONS' MENTIONED IN THE VALVE SPECIFICATION SHEETS.
10 STEM SEAL/BODY SEAL MATERIALS SHALL BE PROVIDED WITH CORROSION INHIBITOR.
11 THE DIMENSION OF HAND WHEEL / T-TYPE LEVER SHALL BE WITHIN THE END TO END DIMENSION OF THE
BALL VALVE

SHEET REV. NO. 0

DATE 19/12/2013
Page 172 of 196 540BF
Template No. 5-0000-0001-T2 Rev. 1 Copyright EIL-All rights reserved
JOB SPECIFICATION NO.
VALVE MATERIAL
SPECIFICATION A307-6-44-0006 Rev. 0
Page 6 of 19

Client : BPCL Dept./Sect. : 16/43


Project : IREP
Location : KOCHI, KERALA Tag No: 540BH Sheet No. 1 of 1

BALL VALVE SPECIFICATION MANUF'S OFFER


TAG NO. : 540BH PIPING CLASS : D52D, D53D, D5D STANDARD:
RATING : 800 STANDARD : BS EN ISO 17292 MFGRS CAT/FIG:
(For category -II MRs only )
SIZE RANGE : 0.5" TO 1.5" ENDS : SW 3000 TO B-16.11 RATING: ENDS:
DESCRIPTION CONSTRUCTION MATERIAL CONSTRUCTION MATERIAL
BODY FORGED ASTM A 182 GR.F11 CL.2 (NORM. & TEMP.)

STEM ANTI BLOWOUT 13% CR.STEEL/SS 316; (NO CASTING)

BALL SOLID STELLITED

BODY SEAT METAL TO METAL STELLITED

GLAND BOLTED/ RETAINED 13% CR.STEEL/SS 304 / SS 316


BY NUT & WASHER
STEM SEAL RENEWABLE WITH GRAFOIL
VALVE OPEN ON
STREAM
BODY SEAL GRAFOIL

BODY STUD ASTM A193 GR.B16

BODY NUT ASTM A 194 GR.4/GR.7

OTHERS

SPECIAL SERVICE UOP2 / H2 MAX. TEMP 538 DEG. C.


CONDITIONS

HYDROSTATIC TEST BODY : 3000 PSIG SEAT : 2200 PSIG


PRESSURE
TEST PRESSURE 80 PSIG
WITH AIR

NOTES
1 THIS VALVE SPEC SHEET SHALL BE READ IN CONJUNCTION WITH TECHNICAL NOTES FOR VALVES.
2 ONLY IN THE CASE OF CATEGORY - II MRs,BIDDER SHALL CLEARLY WRITE ALL/ ANY DEVIATION AGAINST
EACH PART/ MATERIAL OF VALVE IN THE SPACE PROVIDED FOR AND WHEREVER BIDDER AGREES WITH
EIL'S SPEC BIDDER SHALL INDICATE "AGREED".
3 NO CUTTING/ OVERWRITING BY BIDDER ON EIL'S SPEC IS ALLOWED.
SIGNATURE
4 VALVES CAN ALSO BE SUPPLIED IN ACCORDANCE WITH API-6D. FOR API-6D VALVES, MIN BODY WALL &
THICKNESS SHALL BE AS PER ASME B16.34. SEAL
5 ALL VALVES SHALL BE FIRE SAFE DESIGN.FIRE SAFE TEST SHALL BE AS PER (API 607 IV EDITION/ (API 607/ OF MANUFACTURER
ISO 10497) / BS EN ISO 10497 / API RP 6FA
6 TESTING SHALL BE AS PER BS EN 12266-1/API 6D.
8 ALL VALVES SHALL BE BIDIRECTIONAL.
10 BIDDER'S STAMPING ON THE VALVE SPECIFICATION SHEET SHALL BE CONSTRUED TO MEAN BIDDER'S
ACCEPTANCE OF SUITABILITY OF VALVE AND VALVE SHEETS FOR SERVICE AND 'SPECIAL SERVICE
CONDITIONS' MENTIONED IN THE VALVE SPECIFICATION SHEETS.
11 STEM SEAL/BODY SEAL MATERIALS SHALL BE PROVIDED WITH CORROSION INHIBITOR.
12 THE DIMENSION OF HAND WHEEL / T-TYPE LEVER SHALL BE WITHIN THE END TO END DIMENSION OF THE
BALL VALVE
13 VALVES SHALL MEET THE SPECIAL REQUIREMENT FOR ITEMS OF UOP2 IN MR AS PER DOC. NO. A307-00H-16-
43-SP-1001 AND FOR HYDROGEN SERVICE AS SPECIFIED IN 'TECHNICAL NOTES FOR VALVES'.

SHEET REV. NO. 0

DATE 30/12/2013
Page 173 of 196 540BH
Template No. 5-0000-0001-T2 Rev. 1 Copyright EIL-All rights reserved
JOB SPECIFICATION NO.
VALVE MATERIAL
SPECIFICATION A307-6-44-0006 Rev. 0
Page 7 of 19

Client : BPCL Dept./Sect. : 16/43


Project : IREP
Location : KOCHI, KERALA Tag No: 541AV Sheet No. 1 of 1

BALL VALVE SPECIFICATION MANUF'S OFFER


TAG NO. : 541AV PIPING CLASS : F28Q STANDARD:
RATING : 1500 STANDARD : API-6D MFGRS CAT/FIG:
(For category -II MRs only )
SIZE RANGE : 0.5" TO 1.5" ENDS : BW TO B-16.25 RATING: ENDS:
DESCRIPTION CONSTRUCTION MATERIAL CONSTRUCTION MATERIAL
BODY FORGED ASTM B564 UNS NO6625 (INCONEL 625)

STEM ANTI BLOWOUT INCONEL 625 (UNS N06625) (NO CASTING)

BALL SOLID STELLITED

BODY SEAT METAL TO METAL STELLITED

GLAND BOLTED/ RETAINED INCONEL 625 (UNS N06625)


BY NUT & WASHER
STEM SEAL RENEWABLE WITH GRAFOIL
VALVE OPEN ON
STREAM
BODY SEAL GRAFOIL

BODY STUD ASTM A193 GR.B16

BODY NUT ASTM A194 GR.4

OTHERS

SPECIAL SERVICE MAX TEMP 427 DEG C.


CONDITIONS

HYDROSTATIC TEST BODY : 5625 PSIG SEAT : 4125 PSIG


PRESSURE
TEST PRESSURE 80 PSIG
WITH AIR

NOTES
1 THIS VALVE SPEC SHEET SHALL BE READ IN CONJUNCTION WITH TECHNICAL NOTES FOR VALVES.
2 ONLY IN THE CASE OF CATEGORY - II MRs,BIDDER SHALL CLEARLY WRITE ALL/ ANY DEVIATION AGAINST
EACH PART/ MATERIAL OF VALVE IN THE SPACE PROVIDED FOR AND WHEREVER BIDDER AGREES WITH
EIL'S SPEC BIDDER SHALL INDICATE "AGREED".
3 NO CUTTING/ OVERWRITING BY BIDDER ON EIL'S SPEC IS ALLOWED.
SIGNATURE
4 MINIMUM BODY WALL THICKNESS SHALL BE PER ASME B16.34. &
5 ALL VALVES SHALL BE FIRE SAFE DESIGN.FIRE SAFE TEST SHALL BE AS PER (API 607 IV EDITION/ (API 607/ ISO SEAL
10497) / BS EN ISO 10497/API RP 6FA. OF MANUFACTURER
6 TESTING SHALL BE AS PER BS EN 12266-1/API 6D.
8 ALL VALVES SHALL BE BIDIRECTIONAL.
9 BIDDER'S STAMPING ON THE VALVE SPECIFICATION SHEET SHALL BE CONSTRUED TO MEAN BIDDER'S
ACCEPTANCE OF SUITABILITY OF VALVE AND VALVE SHEETS FOR SERVICE AND 'SPECIAL SERVICE
CONDITIONS' MENTIONED IN THE VALVE SPECIFICATION SHEETS.
10 STEM SEAL/BODY SEAL MATERIALS SHALL BE PROVIDED WITH CORROSION INHIBITOR.
11 THE DIMENSION OF HAND WHEEL / T-TYPE LEVER SHALL BE WITHIN THE END TO END DIMENSION OF THE
BALL VALVE
12 VALVE ENDS SHALL MATCH THICKNESSES OF CONNECTING PIPES WHICH ARE AS FOLLOWS : 0.5" TO 0.75" -
SCH 80S & 1" TO 1.5"- SCH 40S

SHEET REV. NO. 0

DATE 19/12/2013
Page 174 of 196 541AV
Template No. 5-0000-0001-T2 Rev. 1 Copyright EIL-All rights reserved
JOB SPECIFICATION NO.
VALVE MATERIAL
SPECIFICATION A307-6-44-0006 Rev. 0
Page 8 of 19

Client : BPCL Dept./Sect. : 16/43


Project : IREP
Location : KOCHI, KERALA Tag No: 541BL Sheet No. 1 of 1

BALL VALVE SPECIFICATION MANUF'S OFFER


TAG NO. : 541BL PIPING CLASS : E25V, F25V STANDARD:
RATING : 1500 STANDARD : API-6D MFGRS CAT/FIG:
(For category -II MRs only )
SIZE RANGE : 0.5" TO 1.5" ENDS : BW TO B-16.25 RATING: ENDS:
DESCRIPTION CONSTRUCTION MATERIAL CONSTRUCTION MATERIAL
BODY FORGED ASTM A182GR.F60/F51(DUAL)

STEM ANTI BLOWOUT DUPLEX SS UNS S32205 / S31803 DUAL (NO


CASTING)
BALL SOLID STELLITED

BODY SEAT METAL TO METAL STELLITED

GLAND BOLTED/ RETAINED DUPLEX SS UNS S32205 / S31803 DUAL


BY NUT & WASHER
STEM SEAL RENEWABLE WITH GRAFOIL
VALVE OPEN ON
STREAM
BODY SEAL GRAFOIL

BODY STUD ASTM A193 GR.B7M

BODY NUT ASTM A194 GR 2HM

OTHERS

SPECIAL SERVICE NACE + H2 MAX TEMP 315 DEG C.


CONDITIONS

HYDROSTATIC TEST BODY : 5625 PSIG SEAT : 4125 PSIG


PRESSURE
TEST PRESSURE 80 PSIG
WITH AIR

NOTES
1 THIS VALVE SPEC SHEET SHALL BE READ IN CONJUNCTION WITH TECHNICAL NOTES FOR VALVES.
2 ONLY IN THE CASE OF CATEGORY - II MRs,BIDDER SHALL CLEARLY WRITE ALL/ ANY DEVIATION AGAINST
EACH PART/ MATERIAL OF VALVE IN THE SPACE PROVIDED FOR AND WHEREVER BIDDER AGREES WITH
EIL'S SPEC BIDDER SHALL INDICATE "AGREED".
3 NO CUTTING/ OVERWRITING BY BIDDER ON EIL'S SPEC IS ALLOWED.
SIGNATURE
4 MINIMUM BODY WALL THICKNESS SHALL BE AS PER ASME B16.34. &
5 ALL VALVES SHALL BE FIRE SAFE DESIGN.FIRE SAFE TEST SHALL BE AS PER (API 607 IV EDITION/ (API 607/ ISO SEAL
10497) / BS EN ISO 10497/API RP 6FA. OF MANUFACTURER
6 TESTING SHALL BE AS PER BS EN 12266-1/API 6D.
8 ALL VALVES SHALL BE BIDIRECTIONAL.
11 VALVES SHALL MEET THE NACE REQUIREMENTS AS PER MR0103 AND FOR HYDROGEN SERVICE AS
SPECIFIED IN 'TECHNICAL NOTES FOR VALVES'.
12 BIDDER'S STAMPING ON THE VALVE SPECIFICATION SHEET SHALL BE CONSTRUED TO MEAN BIDDER'S
ACCEPTANCE OF SUITABILITY OF VALVE AND VALVE SHEETS FOR SERVICE AND 'SPECIAL SERVICE
CONDITIONS' MENTIONED IN THE VALVE SPECIFICATION SHEETS.
13 VALVE ENDS SHALL MATCH THICKNESSES OF CONNECTING PIPES WHICH ARE AS FOLLOWS : 0.5" TO 0.75" -
SCH 80S & 1" TO 1.5"- SCH 40S
14 STEM SEAL/BODY SEAL MATERIALS SHALL BE PROVIDED WITH CORROSION INHIBITOR.
15 THE DIMENSION OF HAND WHEEL / T-TYPE LEVER SHALL BE WITHIN THE END TO END DIMENSION OF THE
BALL VALVE

SHEET REV. NO. 0

DATE 21/12/2013
Page 175 of 196 541BL
Template No. 5-0000-0001-T2 Rev. 1 Copyright EIL-All rights reserved
JOB SPECIFICATION NO.
VALVE MATERIAL
SPECIFICATION A307-6-44-0006 Rev. 0
Page 9 of 19

Client : BPCL Dept./Sect. : 16/43


Project : IREP
Location : KOCHI, KERALA Tag No: 541GH Sheet No. 1 of 1

BALL VALVE SPECIFICATION MANUF'S OFFER


TAG NO. : 541GH PIPING CLASS : F5D STANDARD:
RATING : 1500 STANDARD :API-6D MFGRS CAT/FIG:
(For category -II MRs only )
SIZE RANGE : 0.5" TO 1.5" ENDS : BW TO B-16.25 RATING: ENDS:
DESCRIPTION CONSTRUCTION MATERIAL CONSTRUCTION MATERIAL
BODY FORGED ASTM A 182 GR.F11 CL.2 (NORM. & TEMP.)

STEM ANTI BLOWOUT 13% CR.STEEL/SS 316; (NO CASTING)

BALL SOLID STELLITED

BODY SEAT METAL TO METAL STELLITED

GLAND BOLTED/ RETAINED 13% CR.STEEL/SS 304 / SS 316


BY NUT & WASHER
STEM SEAL RENEWABLE WITH GRAFOIL
VALVE OPEN ON
STREAM
BODY SEAL GRAFOIL

BODY STUD ASTM A193 GR.B16

BODY NUT ASTM A 194 GR.4/GR.7

OTHERS

SPECIAL SERVICE SHL1(H2 + API RP MAX. TEMP 538 DEG. C.


CONDITIONS 934C)

HYDROSTATIC TEST BODY : 5625 PSIG SEAT : 4125 PSIG


PRESSURE
TEST PRESSURE 80 PSIG
WITH AIR

NOTES
1 THIS VALVE SPEC SHEET SHALL BE READ IN CONJUNCTION WITH TECHNICAL NOTES FOR VALVES.
2 ONLY IN THE CASE OF CATEGORY - II MRs,BIDDER SHALL CLEARLY WRITE ALL/ ANY DEVIATION AGAINST
EACH PART/ MATERIAL OF VALVE IN THE SPACE PROVIDED FOR AND WHEREVER BIDDER AGREES WITH
EIL'S SPEC BIDDER SHALL INDICATE "AGREED".
3 NO CUTTING/ OVERWRITING BY BIDDER ON EIL'S SPEC IS ALLOWED.
SIGNATURE
4 MINIMUM BODY WALL THICKNESS SHALL BE AS PER ASME B16.34. &
5 ALL VALVES SHALL BE FIRE SAFE DESIGN.FIRE SAFE TEST SHALL BE AS PER (API 607 IV EDITION/ (API 607/ ISO SEAL
10497) / BS EN ISO 10497 / API RP 6FA OF MANUFACTURER
6 TESTING SHALL BE AS PER BS EN 12266-1/API 6D.
8 ALL VALVES SHALL BE BIDIRECTIONAL.
10 BIDDER'S STAMPING ON THE VALVE SPECIFICATION SHEET SHALL BE CONSTRUED TO MEAN BIDDER'S
ACCEPTANCE OF SUITABILITY OF VALVE AND VALVE SHEETS FOR SERVICE AND 'SPECIAL SERVICE
CONDITIONS' MENTIONED IN THE VALVE SPECIFICATION SHEETS.
11 STEM SEAL/BODY SEAL MATERIALS SHALL BE PROVIDED WITH CORROSION INHIBITOR.
12 THE DIMENSION OF HAND WHEEL / T-TYPE LEVER SHALL BE WITHIN THE END TO END DIMENSION OF THE
BALL VALVE
13 VALVES SHALL MEET THE SPECIAL REQUIREMENT FOR ITEMS OF SHL1 IN MR AS PER DOC. NO. A307-0IV-16-
43-SP-3001 AND FOR HYDROGEN SERVICE AS SPECIFIED IN 'TECHNICAL NOTES FOR VALVES'.
14 VALVE ENDS SHALL MATCH THICKNESSES OF CONNECTING PIPES WHICH ARE AS FOLLOWS : 0.5" TO 1.5" -
SCH 160

SHEET REV. NO. 0

DATE 30/12/2013
Page 176 of 196 541GH
Template No. 5-0000-0001-T2 Rev. 1 Copyright EIL-All rights reserved
JOB SPECIFICATION NO.
VALVE MATERIAL
SPECIFICATION A307-6-44-0006 Rev. 0
Page 10 of 19

Client : BPCL Dept./Sect. : 16/43


Project : IREP
Location : KOCHI, KERALA Tag No: 542EF Sheet No. 1 of 1

BALL VALVE SPECIFICATION MANUF'S OFFER


TAG NO. : 542EF PIPING CLASS : G2E STANDARD:
RATING : 2500 STANDARD :API-6D MFGRS CAT/FIG:
(For category -II MRs only )
SIZE RANGE : 0.5" TO 1.5" ENDS : BW TO B-16.25 RATING: ENDS:
DESCRIPTION CONSTRUCTION MATERIAL CONSTRUCTION MATERIAL
BODY FORGED ASTM A 182 GR.F22 CL.3

STEM ANTI BLOWOUT 13% CR.STEEL/SS 316; (NO CASTING)

BALL SOLID STELLITED

BODY SEAT METAL TO METAL STELLITED

GLAND BOLTED/ RETAINED 13% CR.STEEL/SS 304 / SS 316


BY NUT & WASHER
STEM SEAL RENEWABLE WITH GRAFOIL
VALVE OPEN ON
STREAM
BODY SEAL GRAFOIL

BODY STUD ASTM A193 GR.B16

BODY NUT ASTM A 194 GR.4/GR.7

OTHERS

SPECIAL SERVICE IBR1 (IBR + API RP VERY HIGH PRESSURE (VHP) STEAM; MAX.
CONDITIONS 934A) TEMP 538 DEG. C.

HYDROSTATIC TEST BODY : 9375 PSIG SEAT : 6875 PSIG


PRESSURE
TEST PRESSURE 80 PSIG
WITH AIR

NOTES
1 THIS VALVE SPEC SHEET SHALL BE READ IN CONJUNCTION WITH TECHNICAL NOTES FOR VALVES.
2 ONLY IN THE CASE OF CATEGORY - II MRs,BIDDER SHALL CLEARLY WRITE ALL/ ANY DEVIATION AGAINST
EACH PART/ MATERIAL OF VALVE IN THE SPACE PROVIDED FOR AND WHEREVER BIDDER AGREES WITH
EIL'S SPEC BIDDER SHALL INDICATE "AGREED".
3 NO CUTTING/ OVERWRITING BY BIDDER ON EIL'S SPEC IS ALLOWED.
SIGNATURE
4 MINIMUM BODY WALL THICKNESS SHALL BE AS PER ASME B16.34. &
5 ALL VALVES SHALL BE FIRE SAFE DESIGN.FIRE SAFE TEST SHALL BE AS PER (API 607 IV EDITION/ (API 607/ ISO SEAL
10497) / BS EN ISO 10497 / API RP 6FA OF MANUFACTURER
6 TESTING SHALL BE AS PER BS EN 12266-1/API 6D & IBR
8 ALL VALVES SHALL BE BIDIRECTIONAL.
10 BIDDER'S STAMPING ON THE VALVE SPECIFICATION SHEET SHALL BE CONSTRUED TO MEAN BIDDER'S
ACCEPTANCE OF SUITABILITY OF VALVE AND VALVE SHEETS FOR SERVICE AND 'SPECIAL SERVICE
CONDITIONS' MENTIONED IN THE VALVE SPECIFICATION SHEETS.
11 STEM SEAL/BODY SEAL MATERIALS SHALL BE PROVIDED WITH CORROSION INHIBITOR.
12 THE DIMENSION OF HAND WHEEL / T-TYPE LEVER SHALL BE WITHIN THE END TO END DIMENSION OF THE
BALL VALVE
13 VALVES SHALL MEET THE SPECIAL REQUIREMENTS FOR ITEMS OF IBR1 IN MR AS PER DOC. NO. A307-000-16-
43-SP-0001.
14 VALVE ENDS SHALL MATCH THICKNESSES OF CONNECTING PIPES WHICH ARE AS FOLLOWS : 0.5" TO 1.5" -
SCH XXS
15 ALL VALVES SHALL BE SUPPLIED WITH IBR CERTIFICATE IN FORM-III C.
16 ALL VALVES SHALL BE PAINTED RED ON BODY-COVER JOINT.
17 VALVES TO COMPLY WITH DESIGN REQUIREMENTS OF IBR ALSO.

SHEET REV. NO. 0

DATE 30/12/2013
Page 177 of 196 542EF
Template No. 5-0000-0001-T2 Rev. 1 Copyright EIL-All rights reserved
JOB SPECIFICATION NO.
VALVE MATERIAL
SPECIFICATION A307-6-44-0006 Rev. 0
Page 11 of 19

Client : BPCL Dept./Sect. : 16/43


Project : IREP
Location : KOCHI, KERALA Tag No: 542EG Sheet No. 1 of 1

BALL VALVE SPECIFICATION MANUF'S OFFER


TAG NO. : 542EG PIPING CLASS : G22E STANDARD:
RATING : 2500 STANDARD : API-6D MFGRS CAT/FIG:
(For category -II MRs only )
SIZE RANGE : 0.5" TO 1.5" ENDS : BW TO B-16.25 RATING: ENDS:
DESCRIPTION CONSTRUCTION MATERIAL CONSTRUCTION MATERIAL
BODY FORGED ASTM A 182 GR.F22 CL.3

STEM ANTI BLOWOUT 13% CR.STEEL/SS 316; (NO CASTING)

BALL SOLID STELLITED

BODY SEAT METAL TO METAL STELLITED

GLAND BOLTED/ RETAINED 13% CR.STEEL/SS 304 / SS 316


BY NUT & WASHER
STEM SEAL RENEWABLE WITH GRAFOIL
VALVE OPEN ON
STREAM
BODY SEAL GRAFOIL

BODY STUD ASTM A193 GR.B16

BODY NUT ASTM A 194 GR.4/GR.7

OTHERS

SPECIAL SERVICE IBR1 (IBR + API RP VERY HIGH PRESSURE (VHP) STEAM; MAX.
CONDITIONS 934A) TEMP 538 DEG. C.

HYDROSTATIC TEST BODY : 9375 PSIG SEAT : 6875 PSIG


PRESSURE
TEST PRESSURE 80 PSIG
WITH AIR

NOTES
1 THIS VALVE SPEC SHEET SHALL BE READ IN CONJUNCTION WITH TECHNICAL NOTES FOR VALVES.
2 ONLY IN THE CASE OF CATEGORY - II MRs,BIDDER SHALL CLEARLY WRITE ALL/ ANY DEVIATION AGAINST
EACH PART/ MATERIAL OF VALVE IN THE SPACE PROVIDED FOR AND WHEREVER BIDDER AGREES WITH
EIL'S SPEC BIDDER SHALL INDICATE "AGREED".
3 NO CUTTING/ OVERWRITING BY BIDDER ON EIL'S SPEC IS ALLOWED.
SIGNATURE
4 MINIMUM BODY WALL THICKNESS SHALL BE AS PER ASME B16.34. &
5 ALL VALVES SHALL BE FIRE SAFE DESIGN.FIRE SAFE TEST SHALL BE AS PER (API 607 IV EDITION/ (API 607/ ISO SEAL
10497) / BS EN ISO 10497 / API RP 6FA OF MANUFACTURER
6 TESTING SHALL BE AS PER BS EN 12266-1/API 6D & IBR
8 ALL VALVES SHALL BE BIDIRECTIONAL.
10 BIDDER'S STAMPING ON THE VALVE SPECIFICATION SHEET SHALL BE CONSTRUED TO MEAN BIDDER'S
ACCEPTANCE OF SUITABILITY OF VALVE AND VALVE SHEETS FOR SERVICE AND 'SPECIAL SERVICE
CONDITIONS' MENTIONED IN THE VALVE SPECIFICATION SHEETS.
11 STEM SEAL/BODY SEAL MATERIALS SHALL BE PROVIDED WITH CORROSION INHIBITOR.
12 THE DIMENSION OF HAND WHEEL / T-TYPE LEVER SHALL BE WITHIN THE END TO END DIMENSION OF THE
BALL VALVE
13 VALVES SHALL MEET THE SPECIAL REQUIREMENTS FOR ITEMS OF IBR1 IN MR AS PER DOC. NO. A307-000-16-
43-SP-0001.
14 VALVE ENDS SHALL MATCH THICKNESSES OF CONNECTING PIPES WHICH ARE AS FOLLOWS : 0.5" TO 1.5" -
SCH XXS
15 ALL VALVES SHALL BE SUPPLIED WITH IBR CERTIFICATE IN FORM-III C.
16 ALL VALVES SHALL BE PAINTED RED ON BODY-COVER JOINT.
17 VALVES TO COMPLY WITH DESIGN REQUIREMENTS OF IBR ALSO.

SHEET REV. NO. 0

DATE 30/12/2013
Page 178 of 196 542EG
Template No. 5-0000-0001-T2 Rev. 1 Copyright EIL-All rights reserved
JOB SPECIFICATION NO.
VALVE MATERIAL
SPECIFICATION A307-6-44-0006 Rev. 0
Page 12 of 19

Client : BPCL Dept./Sect. : 16/43


Project : IREP
Location : KOCHI, KERALA Tag No: 544AF Sheet No. 1 of 2

BALL VALVE SPECIFICATION MANUF'S OFFER


TAG NO. : 544AF PIPING CLASS : B3F, B4F STANDARD:
RATING : 300 STANDARD :BS EN ISO 17292 MFGRS CAT/FIG:
(For category -II MRs only )
SIZE RANGE : 2.0" TO 8.0" ENDS : FLGD TO B-16.5 RF/125AARH RATING: ENDS:
DESCRIPTION CONSTRUCTION MATERIAL CONSTRUCTION MATERIAL
BODY CAST ASTM A 217 GR.C5 (NORM. & TEMP.)

STEM ANTI BLOWOUT 13% CR.STEEL/SS 316; (NO CASTING)

BALL SOLID STELLITED

BODY SEAT METAL TO METAL STELLITED

GLAND BOLTED/ RETAINED 13% CR.STEEL/SS 304 / SS 316


BY NUT & WASHER
STEM SEAL RENEWABLE WITH GRAFOIL
VALVE OPEN ON
STREAM
BODY SEAL GRAFOIL

BODY STUD ASTM A193 GR.B16

BODY NUT ASTM A 194 GR.4/GR.7

OTHERS

REQUIREMENT OF REFER TECHNICAL NOTES FOR PURCHASE OF


GEAR OPERATOR VALVES.
REQUIREMENT OF REFER TECHNICAL NOTES FOR PURCHASE OF
RADIOGRAPHY VALVES.
SPECIAL SERVICE MAX. TEMP 550 DEG. C.
CONDITIONS
SPRING INCONEL X - 750

HYDROSTATIC TEST BODY : 1125 PSIG SEAT : 825 PSIG


PRESSURE
TEST PRESSURE 80 PSIG
WITH AIR

NOTES
1 THIS VALVE SPEC SHEET SHALL BE READ IN CONJUNCTION WITH TECHNICAL NOTES FOR VALVES.
2 ONLY IN THE CASE OF CATEGORY - II MRs,BIDDER SHALL CLEARLY WRITE ALL/ ANY DEVIATION AGAINST
EACH PART/ MATERIAL OF VALVE IN THE SPACE PROVIDED FOR AND WHEREVER BIDDER AGREES WITH
EIL'S SPEC BIDDER SHALL INDICATE "AGREED".
3 NO CUTTING/ OVERWRITING BY BIDDER ON EIL'S SPEC IS ALLOWED.
SIGNATURE
4 VALVES CAN ALSO BE SUPPLIED IN ACCORDANCE WITH API-6D. FOR API-6D VALVES, MIN BODY WALL &
THICKNESS SHALL BE AS PER ASME B16.34. SEAL
5 ALL VALVES SHALL BE FIRE SAFE DESIGN.FIRE SAFE TEST SHALL BE AS PER (API 607 IV EDITION/ (API 607/ OF MANUFACTURER
ISO 10497) / BS EN ISO 10497 /API RP 6FA
6 TESTING SHALL BE AS PER BS EN 12266-1/API 6D.
7 FOR TRUNNION MOUNTED BALL, BODY SEAT SHALL BE SPRING LOADED.
8 ALL VALVES SHALL BE BIDIRECTIONAL.
9 BIDDER'S STAMPING ON THE VALVE SPECIFICATION SHEET SHALL BE CONSTRUED TO MEAN BIDDER'S
ACCEPTANCE OF SUITABILITY OF VALVE AND VALVE SHEETS FOR SERVICE AND 'SPECIAL SERVICE
CONDITIONS' MENTIONED IN THE VALVE SPECIFICATION SHEETS.

SHEET REV. NO. 0

DATE 19/12/2013
Page 179 of 196 544AF
Template No. 5-0000-0001-T2 Rev. 1 Copyright EIL-All rights reserved
JOB SPECIFICATION NO.
VALVE MATERIAL
SPECIFICATION A307-6-44-0006 Rev. 0
Page 13 of 19

Client : BPCL Dept./Sect. : 16/43


Project : IREP
Location : KOCHI, KERALA Sheet No. 2 of 2

NOTES
10 STEM SEAL/BODY SEAL MATERIALS SHALL BE PROVIDED WITH CORROSION INHIBITOR.
11 10% VALVE CASTINGS SHALL UNDERGO RADIOGRAPHIC EXAMINATION.

SHEET REV. NO. 0

DATE 19/12/2013
Page 180 of 196 544AF
Template No. 5-0000-0001-T2 Rev. 1 Copyright EIL-All rights reserved
JOB SPECIFICATION NO.
VALVE MATERIAL
SPECIFICATION A307-6-44-0006 Rev. 0
Page 14 of 19

Client : BPCL Dept./Sect. : 16/43


Project : IREP
Location : KOCHI, KERALA Tag No: 544BF Sheet No. 1 of 2

BALL VALVE SPECIFICATION MANUF'S OFFER


TAG NO. : 544BF PIPING CLASS : B23G, B4G STANDARD:
RATING : 300 STANDARD : BS EN ISO 17292 MFGRS CAT/FIG:
(For category -II MRs only )
SIZE RANGE : 2.0" TO 8.0" ENDS : FLGD TO B-16.5 RF/125AARH RATING: ENDS:
DESCRIPTION CONSTRUCTION MATERIAL CONSTRUCTION MATERIAL
BODY CAST ASTM A 217 GR.C12 (NORM. & TEMP.)

STEM ANTI BLOWOUT 13% CR.STEEL/SS316; (NO CASTING)

BALL SOLID STELLITED

BODY SEAT METAL TO METAL STELLITED

GLAND BOLTED/ RETAINED 13% CR.STEEL/SS316/SS304


BY NUT & WASHER
STEM SEAL RENEWABLE WITH GRAFOIL
VALVE OPEN ON
STREAM
BODY SEAL GRAFOIL

BODY STUD ASTM A193 GR.B16

BODY NUT ASTM A194 GR.4/GR.7

OTHERS

REQUIREMENT OF REFER TECHNICAL NOTES FOR PURCHASE OF


GEAR OPERATOR VALVES.
REQUIREMENT OF REFER TECHNICAL NOTES FOR PURCHASE OF
RADIOGRAPHY VALVES.
SPECIAL SERVICE MAX TEMP 538 DEG C.
CONDITIONS
SPRING INCONEL X-750

HYDROSTATIC TEST BODY : 1125 PSIG SEAT : 825 PSIG


PRESSURE
TEST PRESSURE 80 PSIG
WITH AIR

NOTES
1 THIS VALVE SPEC SHEET SHALL BE READ IN CONJUNCTION WITH TECHNICAL NOTES FOR VALVES.
2 ONLY IN THE CASE OF CATEGORY - II MRs,BIDDER SHALL CLEARLY WRITE ALL/ ANY DEVIATION AGAINST
EACH PART/ MATERIAL OF VALVE IN THE SPACE PROVIDED FOR AND WHEREVER BIDDER AGREES WITH
EIL'S SPEC BIDDER SHALL INDICATE "AGREED".
3 NO CUTTING/ OVERWRITING BY BIDDER ON EIL'S SPEC IS ALLOWED.
SIGNATURE
4 VALVES CAN ALSO BE SUPPLIED IN ACCORDANCE WITH API-6D. FOR API-6D VALVES, MIN BODY WALL &
5 ALL VALVES SHALL BE FIRE SAFE DESIGN.FIRE SAFE TEST SHALL BE AS PER (API 607 IV EDITION/ (API 607/ ISO SEAL
10497) / BS EN ISO 10497/API RP 6FA. OF MANUFACTURER
6 TESTING SHALL BE AS PER BS EN 12266-1/API 6D.
7 FOR TRUNNION MOUNTED BALL,BODY SEAT SHALL BE SPRING LOADED.
8 ALL VALVES SHALL BE BIDIRECTIONAL.
12 BIDDER'S STAMPING ON THE VALVE SPECIFICATION SHEET SHALL BE CONSTRUED TO MEAN BIDDER'S
ACCEPTANCE OF SUITABILITY OF VALVE AND VALVE SHEETS FOR SERVICE AND 'SPECIAL SERVICE
CONDITIONS' MENTIONED IN THE VALVE SPECIFICATION SHEETS.
13 10% VALVE CASTINGS SHALL UNDERGO RADIOGRAPHIC EXAMINATION

SHEET REV. NO. 0

DATE 19/12/2013
Page 181 of 196 544BF
Template No. 5-0000-0001-T2 Rev. 1 Copyright EIL-All rights reserved
JOB SPECIFICATION NO.
VALVE MATERIAL
SPECIFICATION A307-6-44-0006 Rev. 0
Page 15 of 19

Client : BPCL Dept./Sect. : 16/43


Project : IREP
Location : KOCHI, KERALA Sheet No. 2 of 2

NOTES
14 STEM SEAL/BODY SEAL MATERIALS SHALL BE PROVIDED WITH CORROSION INHIBITOR.

SHEET REV. NO. 0

DATE 19/12/2013
Page 182 of 196 544BF
Template No. 5-0000-0001-T2 Rev. 1 Copyright EIL-All rights reserved
JOB SPECIFICATION NO.
VALVE MATERIAL
SPECIFICATION A307-6-44-0006 Rev. 0
Page 16 of 19

Client : BPCL Dept./Sect. : 16/43


Project : IREP
Location : KOCHI, KERALA Tag No: 545AG Sheet No. 1 of 1

BALL VALVE SPECIFICATION MANUF'S OFFER


TAG NO. : 545AG PIPING CLASS : D24D STANDARD:
RATING : 600 STANDARD : BS EN ISO 17292 MFGRS CAT/FIG:
(For category -II MRs only )
SIZE RANGE : 2.0" TO 8.0" ENDS : FLGD TO B-16.5 RF/125AARH RATING: ENDS:
DESCRIPTION CONSTRUCTION MATERIAL CONSTRUCTION MATERIAL
BODY CAST ASTM A 217 GR.WC6 (NORM. & TEMP.)

STEM ANTI BLOWOUT 13% CR.STEEL/SS 316; (NO CASTING)

BALL SOLID STELLITED

BODY SEAT METAL TO METAL STELLITED

GLAND BOLTED/ RETAINED 13% CR.STEEL/SS 304 / SS 316


BY NUT & WASHER
STEM SEAL RENEWABLE WITH GRAFOIL
VALVE OPEN ON
STREAM
BODY SEAL GRAFOIL

BODY STUD ASTM A193 GR.B16

BODY NUT ASTM A 194 GR.4/GR.7

OTHERS

SPECIAL SERVICE MAX. TEMP 538 DEG. C.


CONDITIONS
SPRING INCONEL X-750

HYDROSTATIC TEST BODY : 2250 PSIG SEAT : 1650 PSIG


PRESSURE
TEST PRESSURE 80 PSIG
WITH AIR

NOTES
1 THIS VALVE SPEC SHEET SHALL BE READ IN CONJUNCTION WITH TECHNICAL NOTES FOR VALVES.
2 ONLY IN THE CASE OF CATEGORY - II MRs,BIDDER SHALL CLEARLY WRITE ALL/ ANY DEVIATION AGAINST
EACH PART/ MATERIAL OF VALVE IN THE SPACE PROVIDED FOR AND WHEREVER BIDDER AGREES WITH
EIL'S SPEC BIDDER SHALL INDICATE "AGREED".
3 NO CUTTING/ OVERWRITING BY BIDDER ON EIL'S SPEC IS ALLOWED.
SIGNATURE
4 VALVES CAN ALSO BE SUPPLIED IN ACCORDANCE WITH API-6D. FOR API-6D VALVES, MIN BODY WALL &
THICKNESS SHALL BE AS PER ASME B16.34. SEAL
5 ALL VALVES SHALL BE FIRE SAFE DESIGN.FIRE SAFE TEST SHALL BE AS PER (API 607 IV EDITION/ (API 607/ ISO OF MANUFACTURER
10497) / BS EN ISO 10497 / API RP 6FA
6 TESTING SHALL BE AS PER BS EN 12266-1/API 6D.
7 FOR TRUNNION MOUNTED BALL, BODY SEAT SHALL BE SPRING LOADED.
8 ALL VALVES SHALL BE BIDIRECTIONAL.
10 BIDDER'S STAMPING ON THE VALVE SPECIFICATION SHEET SHALL BE CONSTRUED TO MEAN BIDDER'S
ACCEPTANCE OF SUITABILITY OF VALVE AND VALVE SHEETS FOR SERVICE AND 'SPECIAL SERVICE
CONDITIONS' MENTIONED IN THE VALVE SPECIFICATION SHEETS.
11 STEM SEAL/BODY SEAL MATERIALS SHALL BE PROVIDED WITH CORROSION INHIBITOR.
12 100% VALVE CASTINGS SHALL UNDERGO RADIOGRAPHIC EXAMINATION.

SHEET REV. NO. 0

DATE 30/12/2013
Page 183 of 196 545AG
Template No. 5-0000-0001-T2 Rev. 1 Copyright EIL-All rights reserved
JOB SPECIFICATION NO.
VALVE MATERIAL
SPECIFICATION A307-6-44-0006 Rev. 0
Page 17 of 19

Client : BPCL Dept./Sect. : 16/43


Project : IREP
Location : KOCHI, KERALA Tag No: 546BL Sheet No. 1 of 2

BALL VALVE SPECIFICATION MANUF'S OFFER


TAG NO. : 546BL PIPING CLASS : E25V STANDARD:
RATING : 900 STANDARD : API-6D MFGRS CAT/FIG:
(For category -II MRs only )
SIZE RANGE : 2.0" TO 8.0" ENDS : BW TO B-16.25 RATING: ENDS:
DESCRIPTION CONSTRUCTION MATERIAL CONSTRUCTION MATERIAL
BODY CAST ASTM A995 GR.4A UNS J92205

STEM ANTI BLOWOUT DUPLEX SS UNS S32205 / S31803 DUAL (NO


CASTING), 32 RMS FINISH
BALL SOLID STELLITED

BODY SEAT METAL TO METAL STELLITED

GLAND BOLTED/ RETAINED DUPLEX SS UNS S32205 / S31803 DUAL


BY NUT & WASHER
STEM SEAL RENEWABLE WITH GRAFOIL
VALVE OPEN ON
STREAM
BODY SEAL GRAFOIL

BODY STUD ASTM A193 GR.B7M

BODY NUT ASTM A194 GR 2HM

OTHERS

REQUIREMENT OF REFER TECHNICAL NOTES FOR PURCHASE OF


GEAR OPERATOR VALVES.
REQUIREMENT OF REFER TECHNICAL NOTES FOR PURCHASE OF
RADIOGRAPHY VALVES.
SPECIAL SERVICE NACE + H2 MAX TEMP 315 DEG C.
CONDITIONS
SPRING INCONEL X-750

HYDROSTATIC TEST BODY : 3375 PSIG SEAT : 2475 PSIG


PRESSURE
TEST PRESSURE 80 PSIG
WITH AIR

NOTES
1 THIS VALVE SPEC SHEET SHALL BE READ IN CONJUNCTION WITH TECHNICAL NOTES FOR VALVES.
2 ONLY IN THE CASE OF CATEGORY - II MRs,BIDDER SHALL CLEARLY WRITE ALL/ ANY DEVIATION AGAINST
EACH PART/ MATERIAL OF VALVE IN THE SPACE PROVIDED FOR AND WHEREVER BIDDER AGREES WITH
EIL'S SPEC BIDDER SHALL INDICATE "AGREED".
3 NO CUTTING/ OVERWRITING BY BIDDER ON EIL'S SPEC IS ALLOWED.
SIGNATURE
4 MINIMUM BODY WALL THICKNESS SHALL BE AS PER ASME B16.34. &
5 ALL VALVES SHALL BE FIRE SAFE DESIGN.FIRE SAFE TEST SHALL BE AS PER (API 607 IV EDITION/ (API 607/ ISO SEAL
10497) / BS EN ISO 10497/API RP 6FA. OF MANUFACTURER
6 TESTING SHALL BE AS PER BS EN 12266-1/API 6D.
7 FOR TRUNNION MOUNTED BALL, BODY SEAT SHALL BE SPRING LOADED.
8 ALL VALVES SHALL BE BIDIRECTIONAL.
10 100 % VALVE CASTINGS SHALL UNDERGO RADIOGRAPHIC EXAMINATION.
11 VALVES SHALL MEET THE NACE REQUIREMENTS AS PER MR0103 AND FOR HYDROGEN SERVICE AS
SPECIFIED IN 'TECHNICAL NOTES FOR VALVES'.
12 BIDDER'S STAMPING ON THE VALVE SPECIFICATION SHEET SHALL BE CONSTRUED TO MEAN BIDDER'S
ACCEPTANCE OF SUITABILITY OF VALVE AND VALVE SHEETS FOR SERVICE AND 'SPECIAL SERVICE
CONDITIONS' MENTIONED IN THE VALVE SPECIFICATION SHEETS.
SHEET REV. NO. 0

DATE 21/12/2013
Page 184 of 196 546BL
Template No. 5-0000-0001-T2 Rev. 1 Copyright EIL-All rights reserved
JOB SPECIFICATION NO.
VALVE MATERIAL
SPECIFICATION A307-6-44-0006 Rev. 0
Page 18 of 19

Client : BPCL Dept./Sect. : 16/43


Project : IREP
Location : KOCHI, KERALA Sheet No. 2 of 2

NOTES
13 STEM SEAL/BODY SEAL MATERIALS SHALL BE PROVIDED WITH CORROSION INHIBITOR.
14 VALVE ENDS SHALL MATCH THICKNESSES OF CONNECTING PIPES WHICH ARE AS FOLLOWS : 2" TO 6" - SCH
40S & 8"- SCH 80S
15 THE DIMENSION OF HAND WHEEL / T-TYPE LEVER SHALL BE WITHIN THE END TO END DIMENSION OF THE
BALL VALVE

SHEET REV. NO. 0

DATE 21/12/2013
Page 185 of 196 546BL
Template No. 5-0000-0001-T2 Rev. 1 Copyright EIL-All rights reserved
JOB SPECIFICATION NO.
VALVE MATERIAL
SPECIFICATION A307-6-44-0006 Rev. 0
Page 19 of 19

Client : BPCL Dept./Sect. : 16/43


Project : IREP
Location : KOCHI, KERALA Tag No: 547GH Sheet No. 1 of 1

BALL VALVE SPECIFICATION MANUF'S OFFER


TAG NO. : 547GH PIPING CLASS : F5D STANDARD:
RATING : 1500 STANDARD :API-6D MFGRS CAT/FIG:
(For category -II MRs only )
SIZE RANGE : 2.0" TO 8.0" ENDS : BW TO B-16.25 RATING: ENDS:
DESCRIPTION CONSTRUCTION MATERIAL CONSTRUCTION MATERIAL
BODY CAST ASTM A 217 GR.WC6 (NORM. & TEMP.)

STEM ANTI BLOWOUT 13% CR.STEEL/SS 316; (NO CASTING)

BALL SOLID STELLITED

BODY SEAT METAL TO METAL STELLITED

GLAND BOLTED/ RETAINED 13% CR.STEEL/SS 304 / SS 316


BY NUT & WASHER
STEM SEAL RENEWABLE WITH GRAFOIL
VALVE OPEN ON
STREAM
BODY SEAL GRAFOIL

BODY STUD ASTM A193 GR.B16

BODY NUT ASTM A 194 GR.4/GR.7

OTHERS

SPECIAL SERVICE SHL1(H2 + API RP MAX. TEMP 538 DEG. C.


CONDITIONS 934C)
SPRING INCONEL X-750

HYDROSTATIC TEST BODY : 5625 PSIG SEAT : 4125 PSIG


PRESSURE
TEST PRESSURE 80 PSIG
WITH AIR

NOTES
1 THIS VALVE SPEC SHEET SHALL BE READ IN CONJUNCTION WITH TECHNICAL NOTES FOR VALVES.
2 ONLY IN THE CASE OF CATEGORY - II MRs,BIDDER SHALL CLEARLY WRITE ALL/ ANY DEVIATION AGAINST
EACH PART/ MATERIAL OF VALVE IN THE SPACE PROVIDED FOR AND WHEREVER BIDDER AGREES WITH
EIL'S SPEC BIDDER SHALL INDICATE "AGREED".
3 NO CUTTING/ OVERWRITING BY BIDDER ON EIL'S SPEC IS ALLOWED.
SIGNATURE
4 MINIMUM BODY WALL THICKNESS SHALL BE AS PER ASME B16.34. &
5 ALL VALVES SHALL BE FIRE SAFE DESIGN.FIRE SAFE TEST SHALL BE AS PER (API 607 IV EDITION/ (API 607/ ISO SEAL
10497) / BS EN ISO 10497 / API RP 6FA OF MANUFACTURER
6 TESTING SHALL BE AS PER BS EN 12266-1/API 6D.
7 FOR TRUNNION MOUNTED BALL, BODY SEAT SHALL BE SPRING LOADED.
8 ALL VALVES SHALL BE BIDIRECTIONAL.
10 BIDDER'S STAMPING ON THE VALVE SPECIFICATION SHEET SHALL BE CONSTRUED TO MEAN BIDDER'S
ACCEPTANCE OF SUITABILITY OF VALVE AND VALVE SHEETS FOR SERVICE AND 'SPECIAL SERVICE
CONDITIONS' MENTIONED IN THE VALVE SPECIFICATION SHEETS.
11 STEM SEAL/BODY SEAL MATERIALS SHALL BE PROVIDED WITH CORROSION INHIBITOR.
12 THE DIMENSION OF HAND WHEEL / T-TYPE LEVER SHALL BE WITHIN THE END TO END DIMENSION OF THE
BALL VALVE
13 VALVES SHALL MEET THE SPECIAL REQUIREMENT FOR ITEMS OF SHL1 IN MR AS PER DOC. NO. A307-0IV-16-
43-SP-3001 AND FOR HYDROGEN SERVICE AS SPECIFIED IN 'TECHNICAL NOTES FOR VALVES'.
14 VALVE ENDS SHALL MATCH THICKNESSES OF CONNECTING PIPES WHICH ARE AS FOLLOWS : 2" TO 3" - SCH
160, 4"-SCH XXS & 6" TO 8"- SCH 120
15 100 % VALVE CASTINGS SHALL UNDERGO RADIOGRAPHIC EXAMINATION.

SHEET REV. NO. 0

DATE 30/12/2013
Page 186 of 196 547GH
Template No. 5-0000-0001-T2 Rev. 1 Copyright EIL-All rights reserved
DOCUMENT No.
ADDITIONAL TECHNICAL A307-000-16-43-ATR 3314
REQUIREMENTS Rev A
Page 1 of 4

ADDITIONAL TECHNICAL REQUIREMENTS


FOR VALVES-BALL
(Soft and Metal seated)
CAT-II

A 22/01/2014 ISSUED FOR BIDS NN RP LKK


Prepared
Rev. No Date Purpose Checked by Approved by
by

Format No.
PageEIL187
1641-1924
of 196 Rev. 1 Copyright EIL – All rights reserved
DOCUMENT No.
ADDITIONAL TECHNICAL A307-000-16-43-ATR-3314
REQUIREMENTS Rev A
Page 2 of 4

ADDITIONAL TECHNICAL REQUIREMENTS


(FOR VALVES-BALL)
CAT-II

1. Bidder to note that bid evaluation may be carried out without any post bid
correspondence.

2. Bidder shall furnish quotations only for those items (as per Vendor’s enlistment
with EIL) which he can supply as per MR specifications including fulfillment of
Qualification criterion as per MR.

3. If the bid does not include complete scope and technical/performance data,
proven track record (PTR) etc, required to be submitted with the bid, the offer
shall be liable for rejection.

4. The submission of prices by the Bidder shall be construed as compliance with all
technical specifications for the corresponding item(s).

5. Bidder shall categorically confirm compliance to the following specification


attached with the requisition:

a) Technical Notes for Valves, 6-44-0052.


b) Inspection and Test Plan for Valves, 6-81-0004.
c) Specification for Quality Management System Requirements from bidders,
6-78-0001.
d) Specification for Documentation Requirements from suppliers, 6-78-0003.
e) Standard specification for positive material identification (PMI) at supplier's
work, 6-81-0001.
f) Valve material specification sheets for MR No.A307-000-WB-MR-3314
(Valves-Ball), A307-6-44-0006-3314.
g) Additional Technical Requirements for Valves-Ball, A307-000-16-43-ATR-
3314.
h) Special requirements for IBR1, A307-000-16-43-SP-0001.
i) Special requirements for SHL1, A307-0IV-16-43-SP-3001.
j) Specification for Duplex Stainless Steel and Super Duplex Stainless Steel,
6-79-0015
k) Specification for welding of duplex stainless steel and super duplex stainless
steel, 6-79-0016.
l) Vendor Data Requirements for Valves-Ball, A307-000-16-43-VDR-3314.

8. For items specified under “NAC4” (i.e. NACE + H2), shall meet the requirements
of NACE and H2 service as specified in the Technical Notes for Valves,
6-44-0052.
9. For items specified under “IBR1” (i.e. IBR + API RP 934A), shall meet the
requirements as per the Doc. No. A307-000-16-43-SP-0001.
10. For items specified under “SHL1” (i.e. H2 + API RP 934C), shall meet the
requirements as per the Doc. No. A307-0IV-16-43-SP-3001.
11. For all MR items, Bidder shall furnish Proven Track Record (PTR) as given
below and shall meet the following requirements:

Format No.
PageEIL188
1641-1924
of 196 Rev. 1 Copyright EIL – All rights reserved
DOCUMENT No.
ADDITIONAL TECHNICAL A307-000-16-43-ATR-3314
REQUIREMENTS Rev A
Page 3 of 4

(A) Alloy Steel Ball valves:


a) For Floating Fire Safe Alloy Steel Ball valves (for MR.Sr.Nos.1,2,
3,4,5,7,8,9,10,13,14,15,16,17 and 18):
i) The bidder shall be enlisted in EIL under Floating Fire Safe Ball valves.
ii) The bidder shall have manufactured & supplied Forged/Cast Alloy
Steel (1.25%Cr/ 2.25%Cr/ 5%Cr/ 9%Cr) Fire Safe Floating Ball valves
in the last 7 years to be reckoned from the bid due date. Bidder shall
submit copy of the Purchase Order/Purchase Requisition / Inspection
Release Note for the same.
iii) PTR of submitted rating shall qualify items of same rating and below
(e.g. PTR of 300 rating shall qualify items in 300 rating and 150 rating)
iv) PTR of submitted size shall qualify items of same size and below (e.g.
PTR of 6” size shall qualify items sizes 6” and below).

b) For Trunnion mounted Fire Safe Alloy Steel Ball valves (for MR.Sr.Nos.19
and 21):
i) The bidder shall be enlisted in EIL under Trunnion Fire Safe Ball
valves.
ii) The bidder shall have manufactured & supplied Forged/Cast Alloy
Steel (1.25%Cr/ 2.25%Cr/ 5%Cr/ 9%Cr) Fire Safe Trunnion Ball valves
in the last 7 years to be reckoned from the bid due date. Bidder shall
submit copy of the Purchase Order/Purchase Requisition / Inspection
Release Note for the same.
iii) PTR of submitted rating shall qualify items of same rating and below
(e.g. PTR of 300 rating shall qualify items in 300 rating and 150 rating)
iv) PTR of submitted size shall qualify items of same size and below (e.g.
PTR of 6” size shall qualify items sizes 6” and below).

(B) Duplex Stainless Steel Ball valves:


a) For Floating Fire Safe DSS Ball valves (for MR.Sr.No.12):
i) The bidder shall be enlisted in EIL under Floating Fire Safe Ball
valves.
ii) The bidder bidder shall have manufactured & supplied Forged/Cast
Duplex SS (ASTM A182GR.F60/F51(DUAL)/ ASTM A995 GR.4A UNS
J92205) Fire Safe Floating Ball valves in the last 7 years to be
reckoned from the bid due date. Bidder shall submit copy of the
Purchase Order/Purchase requisition / Inspection release Note for the
same
iii) PTR of submitted rating shall qualify items of same rating and below
(e.g. PTR of 300 rating shall qualify items in 300 rating and 150 rating)
iv) PTR of submitted size shall qualify items of same size and below (e.g.
PTR of 6” size shall qualify items sizes 6” and below).

b) For Trunnion mounted Fire Safe DSS Ball valves. (for MR.Sr. Nos. 20 and
21):
v) The bidder shall be enlisted in EIL under Trunnion mounted Fire Safe
Ball valves.
vi) The bidder bidder shall have manufactured & supplied Forged/Cast
Duplex SS (ASTM A182GR.F60/F51(DUAL)/ASTM A995 GR.4A UNS
J92205) Fire Safe Trunnion mounted Ball valves in the last 7 years to
Format No.
PageEIL189
1641-1924
of 196 Rev. 1 Copyright EIL – All rights reserved
DOCUMENT No.
ADDITIONAL TECHNICAL A307-000-16-43-ATR-3314
REQUIREMENTS Rev A
Page 4 of 4

be reckoned from the bid due date. Bidder shall submit copy of the
Purchase Order/Purchase requisition / Inspection release Note for the
same
vii) PTR of submitted rating shall qualify items of same rating and below
(e.g. PTR of 300 rating shall qualify items in 300 rating and 150 rating)
viii) PTR of submitted size shall qualify items of same size and below (e.g.
PTR of 6” size shall qualify items sizes 6” and below).

c) In addition to above, all corrosion tests and other tests reports, duly
witnessed by Third Party Inspector (TPI) as per EIL specifications 6-79-
0015 & 6-79-0016 shall be submitted along with PTR.

(C) Inconel 625 Ball valves: (for MR.Sr.Nos. 6 and 11):

a) The bidder shall be enlisted in EIL under Floating Fire Safe Ball valves.
b) The bidder shall have manufactured & supplied Forged Inconel 625
(ASTM B564 UNS NO6625 (INCONEL 625)) Fire Safe Floating Ball
valves in the last 7 years to be reckoned from the bid due date. Bidder
shall submit copy of the Purchase Order/Purchase requisition / Inspection
release Note for the same.
c) PTR of submitted rating shall qualify items of same rating and below (e.g.
PTR of 1500 rating shall qualify items in 1500 rating and below rating)
d) PTR of submitted size shall qualify items of same size and below (e.g.
PTR of 1.5” size shall qualify items sizes 1.5” and below).

12. In case of any conflict amongst various documents enclosed with the MR, the
most stringent requirement shall govern and Owner/EIL decision in this regards
shall be final.

Format No.
PageEIL190
1641-1924
of 196 Rev. 1 Copyright EIL – All rights reserved
Document No.
VENDOR DATA REQUIREMENTS A307-000-16-43-VDR-3314
FOR Rev. 0
VALVES-BALL (CAT-II) Page 1 of 2

VENDOR DATA REQUIREMENTS


FOR
VALVES-BALL (CAT-II)

0 03-FEB-2014 ISSUED FOR BIDS NN RP LKK


Rev. Date Purpose Prepared by Checked by Approved by
No.

Format No. EIL-1642-1924 Rev.1 Copyright EIL - All rights reserved

Page 191 of 196


Document No.
VENDOR DATA REQUIREMENTS A307-000-16-43-VDR-3314
FOR Rev. 0
VALVES-BALL (CAT-II) Page 2 of 2

VENDOR DATA REQUIREMENTS

The following drawings/documents marked " " shall be furnished by the bidder.

VDR

POST ORDER
S. WITH WITH
N DESCRIPTION FOR FOR DATA REMARKS
BID
O. REVIEW RECORD BOOK
(FINAL)
1. Document Control Index
2. Detailed Dimensional Drawings For SW & BW end
metal seated ball
valves & as per ATR
3. PROVEN TRACK RECORD (PTR) AS PER
ATR ATTACHED WITH MR

Notes :
1. "TICK" denotes applicability.
2. Post order, drawing / document review shall commence only after approval of Document Control Index (DCI).
3. All post order documents shall be submitted / approved through EIL eDMS portal.
4. Final documentation shall be submitted in hard copy (Six prints) and soft ( two CDs/DVDs ) in addition to
submission through EIL eDMS.
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. Bill of Material shall form part of the respective drawing.
10. # Drawing reqired only for items of Manufacturers standard

Format No. EIL-1642-1924 Rev.1 Copyright EIL - All rights reserved

Page 192 of 196


DOCUMENT No.
SPECIAL REQUIREMENTS FOR
‘SHL1’ A307-0IV-16-43-SP-3001
(VGOHDT, IREP-BPCL) Rev. 0
Page 1 of 2

SPECIAL REQUIREMENTS FOR


‘SHL1’
FOR 1.25 Cr + 0.5 Mo PIPING MATERIAL

UNIT : VGOHDT
PROJECT : IREP, BPCL-KR

0 20/11/13 ISSUED AS JOB SEPCIFICATION JSK PPSW AS


Rev. Prepared Checked Approved
Date Purpose
No by by by

Format No. EIL-1641-1924 Rev.1 Copyright EIL – All rights reserved


Page 193 of 196
DOCUMENT No.
SPECIAL REQUIREMENTS FOR
‘SHL1’ A307-0IV-16-43-SP-3001
(VGOHDT, IREP-BPCL) Rev. 0
Page 2 of 2

1 SPECIAL REQUIREMENTS FOR ‘SHL1’ :

1.1 These requirements are applicable for 1 1/4 Cr-1/2 Mo piping material.

1.2 Requirements of API RP 934-C shall be applicable and complied.

1.3 In addition to the requirement of API RP 934-C, requirements of H2 as per EIL


Specification /standard shall also be applicable and complied.

1.4 All fabrication requirements as per API RP 934-C for welding consumables,
welding procedure and qualification, heat treatment, testing including NDE
etc.,as applicable, shall also be complied at shop as well as at field.

1.5 These requirements are applicable for piping class F5D.

2 GENERAL INSTRUCTIONS:

2.1 In case of conflicting requirements among the code/standard and project


specification, the most stringent requirement shall be governing. Vendor/Sub-
contractor shall notify EIL of any apparent conflict between the specifications
and resolution shall be obtained from EIL in writing before proceeding with the
manufacture or fabrication. EIL’s interpretation shall be final.

Format No. EIL-1641-1924 Rev.1 Copyright EIL – All rights reserved


Page 194 of 196
DOCUMENT No.
SPECIAL REQUIREMENTS FOR
‘IBR1’ A307-000-16-43-SP-0001
(IREP-BPCL) Rev. 0
Page 1 of 2

SPECIAL REQUIREMENTS FOR


‘IBR1’
FOR 2.25 Cr + 1.0 Mo PIPING MATERIAL

PROJECT : IREP, BPCL-KR

0 20/11/13 ISSUED AS JOB SPECIFICATION NN RP LKK


Rev. Prepared Checked Approved
Date Purpose
No by by by

Format No. EIL-1641-1924 Rev.1 Copyright EIL – All rights reserved


Page 195 of 196
DOCUMENT No.
SPECIAL REQUIREMENTS FOR
‘IBR1’ A307-000-16-43-SP-0001
(IREP-BPCL) Rev. 0
Page 2 of 2

1 SPECIAL REQUIREMENTS FOR ‘IBR1’:

1.1 These requirements are applicable for 2 1/4 Cr-1 Mo piping material.

1.2 Requirements of API RP 934-A shall be applicable and complied.

1.3 In addition to the requirement of API RP 934-A, requirements of IBR as per EIL
Specification /standard shall also be applicable and complied.

1.4 All fabrication requirements as per API RP 934-A for welding consumables,
welding procedure and qualification, heat treatment, testing including NDE
etc.,as applicable, shall also be complied at shop as well as at field.

1.5 These requirements are applicable for piping classes G2E & G22E.

2 GENERAL INSTRUCTIONS:

2.1 In case of conflicting requirements among the code/standard and project


specification, the most stringent requirement shall be governing. Vendor/Sub-
contractor shall notify EIL of any apparent conflict between the specifications
and resolution shall be obtained from EIL in writing before proceeding with the
manufacture or fabrication. EIL’s interpretation shall be final.

Format No. EIL-1641-1924 Rev.1 Copyright EIL – All rights reserved


Page 196 of 196

You might also like