Download as pdf or txt
Download as pdf or txt
You are on page 1of 443

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

Table of Contents
Document Number Rev. Document Title Page
Number
A415-000-PA-MR- 0 ENQUIRY DOCUMENT 3
5120-1021-RFQ
A415-000-PA-MR- A PUMP-RECIPROCATING (PLUNGER/PISTON) 205
5120
A415-000-16-45- 0 MISCELLANEOUS 209
LOA-5120
A415-000-16-45- 0 MISCELLANEOUS 212
CLCB-5120
A415-000-16-45- 0 MISCELLANEOUS 214
CLSS-5120
A415-000-16-45-SL- 0 MISCELLANEOUS 218
5120
A415-000-16-45-SU- 0 MISCELLANEOUS 220
5120
A415-000-16-45-SP- 0 MISCELLANEOUS 223
5120
A415-000-16-45-DS- 0 MISCELLANEOUS 233
1661
A415-000-16-45-DS- 0 MISCELLANEOUS 236
1662
A415-000-16-45-DS- 0 MISCELLANEOUS 239
5120
A415-000-16-45-ER- 0 MISCELLANEOUS 242
5120
A415-000-16-45-ER- 0 MISCELLANEOUS 246
5121
A415-000-16-45- 0 MISCELLANEOUS 250
VDR-5120
6-41-0020 2 Standard specification for positive displacement pumps ¿ 253
reciprocating
6-78-0001 0 Specification for Quality Mgt. System Requirements from Bidders 262
6-78-0003 0 Specification for Documentation Requirement from Suppliers 271
A415-007-04-41-PID- 2 PIPING & INSTRUMENTATION DIAGRAMS (P&IDS) 283
1149
A415-009-04-41-PID- 2 PIPING & INSTRUMENTATION DIAGRAMS (P&IDS) 284
1148
A415-007-04-41-DS- 0 PUMP D/S 285
1661
A415-009-04-41-DS- 0 PUMP D/S 286
1662
A415-000-16-50-SP- A JOB SPECIFICATION 287
5120
A415-000-16-50-DS- A M.V. MOTOR 290
5120
A415-000-16-50-VR- A VENDOR DATA REQUIREMENTS 292
5120
6-51-0032 4 Specification for medium voltage induction motors. 295
6-81-1032 2 ITP for MV motors 309
A415-000-16-51-SP- A JOB SPECIFICATIONS FOR RECIPROCATING PUMP 315
5120
A415-000-16-51- A TECHNICAL COMPLIANCE 322
TCL-5120
A415-000-16-51-MD- A MISCELLANEOUS 324
5120
A415-000-16-51-YR- A DATA SHEET 325
5120
6-52-0026 3 Std. specification for pressure relief valves. 326
6-81-2026 2 ITP for pressure relief valves. 334

Page 1 of 443
Table of Contents
Document Number Rev. Document Title Page
Number
A415-000-16-46-SP- A JOB SPECIFICATIONS 339
5120
6-12-0030 7 Standard specification for pressure vessels for package items. 342
7-12-0001 5 Vessel tolerances. 361
7-12-0006 5 Angle leg support. 363
7-12-0007 5 Pipe leg support. 365
7-12-0008 5 Bracket support for vertical vessel. 366
7-12-0013 6 Nozzle reinforcement and projection. 367
7-12-0015 5 Standard bolt hole orientation. 369
7-12-0027 5 Name plate. 370
A415-000-11-42-DS- A DATA SHEET FOR STRAINER 371
78
A415-000-11-42-SP- B JOB SPECIFICATION FOR STRAINERS 372
16
A415-000-11-42-SP- 1 PIPING MATERIAL SPECIFICATION 377
0010
6-44-0056 4 Technical notes for gaskets. 426
6-44-0057 4 Technical notes for bolts and nuts. 431
6-71-0024 4 Standard specification for seamless fittings and flanges (size upto 436
DN 400 mm (16") ).
7-44-0303 5 T-strainer type-1 2"-4" (150CL RF, 300CL RF & RTJ, 600CL RF & 443
RTJ)

Page 2 of 443
Regd. Office: Engineers India Bhawan, 1 Bhikaiji Cama Place,
New Delhi - 110 066, India.
TEL: NO. : 00 91 11 26762121: FAX NO. : 00 91 11 26167664 / 26191714

(BY COURIER TO BIDDER / ALSO AVAILABLE ON OIL’S e-TENDER WEBSITE)

REQUEST FOR QUOTATION (RFQ) - E-Bids

*OIL’s e-Tender No.: SHALL BE INFORMED LATER


RFQ No.: RJ/A415-000-PA-MR-5120/1021 Date: 16.05.2014

Client : OIL India Limited


THE INVITATION OF BID IS OPEN ONLY TO
SUPPLIERS TO WHOM THIS RFQ IS ISSUED. Project: UPGRADING PUMP STATIONS/ TERMINALS OF
NAHARKATIYA – BARAUNI CRUDE OIL PIPELINE (NBPS)
PROJECT OF M/S OIL INDIA LTD. (OIL)
MR No. : A415-000-PA-MR-5120 Rev. A
Item : PUMP-RECIPROCATING (PLUNGER/PISTON)
Due Date: Up to 1100 hrs. (IST) on 16.06.2014
PRE-BID MEETING: At 11.00 Hrs on 29.05.2014 at Engineers India Ltd., 1,
Bhikaiji Cama Place, RK Puram, New Delhi- 110066.
Receipt of pre-bid queries shall be on or before
27.05.2014
LAST DATE &TIME FOR SUBMISSION OF BID NOT APPLICABLE
DOCUMENT FEE:
UNPRICED BID OPENING: PUBLIC OPENING AT 1400 hrs. (IST) on 16.06.2014 at Engineers India Ltd.,1,
Bhikaiji Cama Place, RK Puram, New Delhi- 110066

PRICED BID OPENING : PUBLIC OPENING : DATE, TIME AND VENUE SHALL BE INTIMATED LATER

Gentlemen,

1. E-bids are requested on behalf of our client M/s. OIL India Limited, for the captioned item in total
compliance to technical specifications, scope and terms & conditions of enquiry documents/attachments.
Your offer must be complete in all respect and must contain confirmation/compliance to all points of
enclosed commercial Agreed Terms & Conditions without any deviations i.e. ZERO DEVIATION OFFER,
failing which your offer will be liable for rejection. Please note that issuance of technical and commercial
queries is not envisaged and your offer will be evaluated based on input given therein. Hence pre-bid
clarifications, if required may be sought from us immediately on receipt of this RFQ.

2. Bidder can download the RFQ Documents from EIL’s website http://tenders.eil.co.in and OIL’s e-
tendering website https://etender.srm.oilindia.in. However, bidders have to submit their bids only
through e-tendering website of OIL. Physical Bids sent through Fax/E-mail/Courier/Post will not
be accepted.

3. E-Bid shall be submitted as explained in Instructions to Bidders (ITB) on OIL’s e-tendering website
system. Bids should be submitted in accordance with Clause 10 of the ITB.

4. Bids complete in all respects should be submitted in OIL’s e-tendering web site on or before the BID-
SUBMISSION DATE & TIME specified above.

5. Not Applicable for foreign bidders - The bidders are required to confirm whether the enterprise is a
Micro or Small enterprises along with documents from the appropriate authority. Accordingly bidder to
furnish the confirmation as per attachment enclosed along with RFQ documents from appropriate
authority.

Page 1 of 5

Page 3 of 443
6. Delivery/ Completion Period for Supply:

For Indian Bidders


Delivery within 07 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 supply of
items covered in For Foreign Bidders
MR
Delivery within 06 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.

7. Pre Bid meeting will be held on 29.05.2014 ( at 11-00 A.M at EIB , Business Centre , New
Delhi)
a. Bidders are requested to submit their queries by fax or e-mail to us latest by 27.05.2014. These
questions shall be replied during pre-bid meeting. After pre-bid meeting, no further queries will
be entertained from the bidders.
b. Record notes of meetings, including the text of questions raised (without identifying the sources
of the query) and the responses given will be transmitted to all the vendors.
c. Non attendance of the pre-bid meeting will not be a cause for disqualification of a bidder

8. Payment Terms: Payment to bidders shall be made in accordance with Annexure-I to Special
Conditions of Contract (SCC).

9. THE OFFER SHOULD BE VALID FOR 120 Days FROM FINAL BID DUE DATE.

10. Supervision for Erection & Commissioning: Applicable

11. REPEAT ORDER: Applicable

12. PART ORDER : Not Applicable

13. BID SECURITY/EMD & BID DOCUMENT/TENDER FEE : Not Applicable

14. Contact persons for this RFQ :

Mr. Rajeev Jain, DGM (C & P), Phone no. +91-(0)11-26762002. E-mail ID: rajeev.jain@eil.co.in /
shashi.malik@eil.co.in / Mr Amit Kumar, Engineer (C&P), Phone no. +91-(0)11-26762063. E-mail ID:
kumar.amit@eil.co.in

15. Bidder to carefully read and understand the “USER MANUAL FOR VIEWING ,DOWNLOADING AND
PARTICIPATION OF TENDERS IN OIL’S E-TENDER PORTAL” which is available on OIL’s e-
tendering website the same shall be followed by bidder to upload their bid on OIL’s e-tendering
website.

16. In case even after following the procedures for uploading of e-Bids, Bidders experience any problem
related to e-Bidding the same shall be addressed to the e-mail IDs indicated at Sr.no. 14 above with a
copy to erp_mm@oilindia.in.

17. Bids submitted by consortium shall not be acceptable.

18. OIL/EIL reserves the right to carry out capability assessment of the bidder including referral to in-house
information.

19. OIL/EIL will not be responsible or liable for cost incurred in preparation & delivery of bids, regardless of
the conduct or outcome of the bidding process.

20. The bidder who are on Holiday / Blacklisted by OIL or Project management consultant (PMC) of OIL or
Black listed by any government department / Public sector on due date of submission of bid shall not be
Page 2 of 5

Page 4 of 443
considered for further evaluation and award of work. If the documents were issued inadvertently /
downloaded from website, offers submitted by such bidders shall not be considered for opening /
evaluation / award of work.

21. We reserve the right to make any changes in the terms and conditions of purchase and/or to reject any or
all the bids.

22. Bidder to confirm that OEM shall supply spares, if any, directly to OIL and not to pass on the responsibility
to dealers/distributors/stockists or Indian associates.

23. Bidder(s) intend to Bid for this enquiry shall necessarily obtain the user ID & password for submitting their
Bid in e-portal of OIL. Bidder(s) shall send complete detail of their Company including their address
contact no., contact person and PAN No. etc, to e-mail Ids mentioned at Sr.No. 14 above.

24. Public procurement Policy on Procurement of goods and services from Micro and Small Enterprises (MSEs)
order 2012 is not applicable for this Enquiry.

25. Bidders are required to sign and submit the Integrity Pact along with the Bid.

26. Bidders are required to submit Power of Attorney/Letter of Authorization in favour of person
(s) signing the bid that such person (s) is/are authorized to sign the bid on behalf of the
bidder and any consequence resulting due to such signing shall be binding on the bidder.

27. The documents forming the Enquiry are to be taken as mutually explanatory of one another. In case of
any conflict between the documents, the order of precedence of the documents shall be as follows:
a) Request for Quotation (RFQ)
b) Price Schedule
c) Instruction to Bidders (ITB)
d) Special Conditions of Contract (SCC)
e) General Conditions of Contract (GCC)- Goods”

*Please specify OIL’s E-Tender No. “SHALL BE INFORMED LATER” & RFQ No. RJ/A415-000-PA-MR-
5120/1021 in all correspondence

THIS IS NOT AN ORDER


Very truly yours,
For & on behalf of Client

(RAJEEV JAIN)
DGM (C & P)
Engineers India Limited
Enclosures:

i) Annexure-I (Uploaded in OIL’s e-tendering website and also being sent to the bidders
through courier) – Contains

a. Proforma of Letter of Authorization for attending Pre-bid Meeting/Bid Opening/For making


correspondence.
b. Evaluation methodology for MSE Bidders
c. Cut-out slip - Applicable in case of Open Tender (NIT)
d. Invitation for Bids (IFB) - Applicable in case of Open Tender (NIT)

ii) Annexure-II – Contains (Available in OIL’s e-tendering website)

a. Instructions to Bidders (ITB)


b. Agreed Terms & Conditions.
c. Special Conditions of Contract & Annexures
d. Packing, Marking, Shipping & Documentation Specifications for Indigenous Materials and Import
Materials– as applicable.
e. Integrity Pact (to be submitted by bidder along with offer duly filled, signed and stamped)
f. Price Schedule Format (s)

Page 3 of 5

Page 5 of 443
iii) Annexure-III- Contains (Available in OIL’s e-tendering website)

a. General Conditions of Contract-Goods (GCC)

iv) Annexure-IV - (Available in OIL’s e-tendering website)

a. Material Requisition No. : A415-000-PA-MR-5120 Rev. A

Page 4 of 5

Page 6 of 443
Annexure-I (a)
LETTER OF AUTHORIZATION

No. Date:

To
DGM (C&P),
ENGINEERS INDIA LIMITED,
EI-ANNEXE, 2ND FLOOR,
1, BHIKAIJI CAMA PLACE,
R.K. PURAM, NEW DELHI - 110 066

Dear Sir,

RFQ No. : RJ/A415-000-PA-MR-5120/1021


Item : PUMP-RECIPROCATING (PLUNGER/PISTON)
Project : UPGRADING PUMP STATIONS/ TERMINALS OF NAHARKATIYA – BARAUNI CRUDE
OIL PIPELINE (NBPS) PROJECT OF M/S OIL INDIA LTD. (OIL)

We _____________________________________ hereby authorize following representative(s) to attend Pre-bid


meeting, Un-priced bid opening and Price bid opening and for any all other correspondence and communication
against above Bidding Document/RFQ:

Name & Designation _______________________ Signature _________________

Name & Designation _______________________ Signature _________________

We confirm that we shall be bound by all commitments made by aforementioned authorised representatives.
Yours faithfully,
Signature

Name & Designation

For and on behalf of

NOTES:

A. 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.
B. Not more than two persons are permitted to attend techno –commercial un-priced and price bid opening.
C. Bidder’s authorized executive is required to carry a copy of this authority letter while attending the un-
priced bid opening and price bid opening and submit the same to OIL/EIL.

Page 5 of 5

Page 7 of 443
PRICE SCHEDULE FORMAT- 1
(FOR INDIAN BIDDERS)
RFQ No. : RJ/A415-000-PA-MR-5120/1021
Item: PUMP -RECIPROCATING (PLUNGER/PISTON)
Name of Bidder: ____________________________

Supply price Transportation charges Total CIF Customs


(__________) Currency (__________) Currency content Tariff no. /
included in Merit rate of
MR Sr. Tag No./Item Qty. supply price Basic Custom
Location/Destination
No. Code (Nos. / Lot) (__________) Duty (%)
Unit Price Total amount Unit Price Total amount Currency

(a) (b) (c) (d) (e) (f = d x e) (g) (h = g x d) (i) (j)

007-PA-RP- PS-7 (MADARIHAT,


01.01 D1 2 Nos. ------ / -----%
106A/B WEST BENGAL)

009-PA-RP- PS-9 (DUMAR,


01.02 D1 2 Nos. ------- / -----%
106A/B BIHAR)

{04}007-PA- PS-7 (MADARIHAT, Included in


04.01 D1 RP-106A/B 1 Lot ------/ ------%
WEST BENGAL) 01.01 D1
{04}009-PA- PS-9 (DUMAR, Included in
04.02 D1 RP-106A/B 1 Lot ------- / -----%
BIHAR) 01.02 D1
TOTAL AMOUNT FOR COMPLETE GROUP
(01.01D1+ 01.02D1+04.01D1 + 04.02D1)
2 YEARS OPERATION AND MAINTENANCE Quoted for Complete Pump Unit (including Mech., Elec. & Instn.) as per MR as separate
(A)
SPARES Annexure (s) to Price Schedule.
SUPERVISION OF ERECTION &
(B) Per-Diem rates are quoted as per MR as a separate Annexure- A to Price Schedule Format
COMMISSIONING

Notes:-

1. a) It is noted that order for a particular group shall be finalized on one supplier.

b) Bidder shall quote for all items of a particular group (i.e. Group-D1), failing which, the offer for the group shall be liable for rejection.
______________________________
BIDDERS STAMP & SIGNATURE

Page 8 of 443 Page 1 of 7


c) In case of discrepancy between Item-wise total amount versus Group-wise total amount, Item-wise total amount shall prevail.

d) Unpriced copy of price-schedule complete in all respects, indicating the ‘Quoted/ Not Quoted’ against each tag furnished with unpriced bid.

2. a) The prices are based on the scope of supply/services as per MR and in accordance with basis of pricing (wherever specified). The supply
prices are quoted considering entire scope as per MR including those specified at Sl.No.01.00 of sheet 2 of 3 of MR.

In case of contradiction between the prices quoted in the Price Schedule Format-1 and the prices quoted elsewhere, the Price
Schedule Format enclosed with RFQ shall only prevail.

b) Quoted prices are inclusive of drawing, documentation, inspection & testing charges (as applicable) as per MR.

c) Quoted prices are inclusive of commissioning spares and special tools & tackles, as applicable, as per MR. It is noted that irrespective of
inclusion and/or exclusion of prices of mandatory spares (w.r.t. the main supply prices) mentioned anywhere in the MR, the
mandatory spares as 1 Lot for Rotating, Electrical, Instrumentation, Static Equipment, and piping, as applicable, are quoted only as
extra against S. no. 04.01 D1 & 04.02 D1 of Price Schedule Format-1 in line with doc# A415-000-16-45-SL-5120 Rev. 0 titled as “Mandatory
Spares Parts (Reciprocating Pump)”. Bidder shall furnish the detailed list for Mandatory Spares, Commissioning Spares and Special
Tools & Tackles as per MR containing Sl. No., Item Description, Qty., Unit Rate & Total Amount for information/adjustment purpose.

d) The details of taxes & duties excluded from the quoted prices are furnished as per Annexure-1A to price schedule format.

e) The quoted prices are exclusive of Entry Tax/ Octroi/ Consumption Tax, as applicable and shall be reimbursed by Owner to bidder at actuals
against submission of satisfactory documentary evidence.

f) Prices of 2 years O&M spares (including Mechanical, Electrical and Instrumentation) are quoted in separate Annexure(s) to Price Schedule
(TO BE FURNISHED BY BIDDER) as per MR. The details shall cover Sl. Nos. Item description, Qty., Unit Rate & percentage freight (for
supply) etc., as a minimum.

3 OIL/EIL reserves the right to conduct inspection of raw materials/components/finished goods in addition to the third party inspection by TPIA
(including that of the built in import content), for which there shall be no extra charges payable, as personal/incidental expenses, fee,
boarding/lodging of OIL/EIL Inspectors shall be borne by OIL/EIL.

4. The merit rate of Basic Customs Duty and Customs Tariff no. are for information only.

______________________________
BIDDERS STAMP & SIGNATURE

Page 9 of 443 Page 2 of 7


ANNEXURE-1A
DETAILS OF TAXES & DUTIES PAYABLE EXTRA ON QUOTED PRICES

RFQ No. : RJ/A415-000-PA-MR-5120/1021


Item: PUMP -RECIPROCATING (PLUNGER/PISTON)
Name of Bidder: ____________________________

Amount in INR
Ceiling amount on
S.
Description which taxes / duties Rate Cenvatable Non Cenvatable
No.
shall apply (INR) Amount
Amount (INR)
(INR)
1.
Excise Duty including education cess
------------------------- -------% ------------------------
2. Central Sales Tax Against Form-C for Xxxxxxxxxxxxxxxxx
supplies to be made to Project sites at Bihar ------------------------- -------% (Not Applicable) -------------------------
3. Central Sales Tax Without Form-C for
Xxxxxxxxxxxxxxxxx
supplies to be made to Project sites at West
(Not Applicable)
Bengal ------------------------- -------% -------------------------
4. State VAT (Without any concession form)
West Bengal/ Bihar Xxxxxxxxxxxxxxxxx
(Bidder to tick the state for applicability of (Not Applicable)
VAT) ------------------------- -------% -------------------------
5. Cenvatable Service Tax applicable on Freight Xxxxxxxxxxxxxxxxxxxxx
charges ------------------------ -------% ------------------------- (Not Applicable)
6.
Cenvatable Service Tax applicable on Xxxxxxxxxxxxxxxxxxxxx
Supervision charges (Not Applicable)
------------------------- -------% -------------------------

NOTES:

a) It is noted that all Non-cenvatable and/ or Cenvatable taxes/ duties except for those furnished under Annexure-IA are included in the quoted price. The
ceiling amount (s) indicated shall be utilized to ascertain statutory variations, if any.
b) The place of receipt of material at Project site are in 2 (Two) different states i.e. West Bengal & Bihar. The details of requirement of items/Tags including its
quantities at two states are as per Price schedule/ MR Details. Any errors of interpretation of applicability of taxes / duties by the Bidder shall be to Bidder’s
account.
c) In case of discrepancy between rate of taxes & duties quoted anywhere in the Bid and rate of taxes & duties quoted in this format; rate of taxes & duties
quoted in this format shall prevail.
d) In case of a discrepancy between the ceiling amount and the tax amount resulting from multiplying the ceiling amount by the rate of tax, the ceiling amount
as quoted shall prevail and the tax amount shall be corrected.

______________________________
BIDDERS STAMP & SIGNATURE

Page 10 of 443 Page 3 of 7


PRICE SCHEDULE FORMAT- 2
(FOR FOREIGN BIDDERS)
RFQ No. : RJ/A415-000-PA-MR-5120/1021
Item: PUMP -RECIPROCATING (PLUNGER/PISTON)
Name of Bidder: ____________________________

Supply price Ocean Freight Charges


(__________) Currency (__________) Currency
MR Sr. Tag No./Item Qty. (Up to Kolkata port-India)
Location/Destination (FOB International Port of Exit Basis)
No. Code (Nos. / Lot)
Unit Price Total amount Unit Price Total amount
(a) (b) (c) (d) (e) (f = d x e) (g) (h = g x d)

007-PA-RP- PS-7 (MADARIHAT,


01.01 D1 2 Nos.
106A/B WEST BENGAL)

009-PA-RP-
01.02 D1 PS-9 (DUMAR, BIHAR) 2 Nos.
106A/B

{04}007-PA-RP- PS-7 (MADARIHAT, Included in 01.01


04.01 D1 106A/B 1 Lot D1
WEST BENGAL)
{04}009-PA-RP- Included in 01.02
04.02 D1 PS-9 (DUMAR, BIHAR) 1 Lot D1
106A/B
TOTAL AMOUNT FOR COMPLETE GROUP
(01.01D1+ 01.02D1+04.01D1 + 04.02D1)
Quoted for Complete Pump Unit (including Mech., Elec. & Instn.) as per MR
(C) 2 YEARS OPERATION AND MAINTENANCE SPARES
as separate Annexure (s) to Price Schedule.
Per-Diem rates are quoted as per MR as a separate Annexure- A to Price
(D) SUPERVISION OF ERECTION & COMMISSIONING
Schedule Format
Notes:-

1. a) It is noted that order for a particular group shall be finalized on one supplier.

b) Bidder shall quote for all items of a particular group (i.e. Group-D1), failing which, the offer for the group shall be liable for rejection.

c) In case of discrepancy between Item-wise total amount versus Group-wise total amount, Item-wise total amount shall prevail.

______________________________
BIDDERS STAMP & SIGNATURE

Page 11 of 443 Page 4 of 7


d) Unpriced copy of price-schedule complete in all respects, indicating the ‘Quoted/ Not Quoted’ against each tag furnished with unpriced bid.

2. a) The prices are based on the scope of supply/services as per MR and in accordance with basis of pricing (wherever specified). The supply
prices are quoted considering entire scope as per MR including those specified at Sl.No.01.00 of sheet 2 of 3 of MR.

In case of contradiction between the prices quoted in the Price Schedule Format-1 and the prices quoted elsewhere, the Price
Schedule Format enclosed with RFQ shall only prevail.

b) Quoted prices are inclusive of drawing, documentation, inspection & testing charges (as applicable) as per MR.

c) Quoted prices are inclusive of commissioning spares and special tools & tackles, as applicable, as per MR. It is noted that irrespective of
inclusion and/or exclusion of prices of mandatory spares (w.r.t. the main supply prices) mentioned anywhere in the MR, the
mandatory spares as 1 Lot for Rotating, Electrical, Instrumentation, Static Equipment, and piping, as applicable, are quoted only as
extra against S. no. 04.01 D1 & 04.02 D1 of Price Schedule Format-1 in line with doc# A415-000-16-45-SL-5120 Rev. 0 titled as “Mandatory
Spares Parts (Reciprocating Pump)”. Bidder shall furnish the detailed list for Mandatory Spares, Commissioning Spares and Special
Tools & Tackles as per MR containing Sl. No., Item Description, Qty., Unit Rate & Total Amount for information/adjustment purpose.

d) Prices of 2 years O&M spares (including Mechanical, Electrical and Instrumentation) are quoted in separate Annexure(s) to Price Schedule
(TO BE FURNISHED BY BIDDER) as per MR. The details shall cover Sl. Nos. Item description, Qty., Unit Rate & percentage freight (for
supply) etc., as a minimum.

e) Quoted Prices are inclusive of Third Party Inspection/Certification by BV/DNV/LRS/IRS/RITES/CEIL.

3. OIL/EIL reserves the right to conduct inspection of raw materials/components/finished goods in addition to the third party inspection by TPIA
(including that of the built in import content), for which there shall be no extra charges payable, as personal/incidental expenses, fee,
boarding/lodging of OIL/EIL Inspectors shall be borne by OIL/EIL.

4. In case a Foreign bidder sources supplies from India, if allowed to do so as per Material Requisition the details of such supplies shall be
furnished in their bid along with details of Indian Company(s) from where the same has been sourced. The prices for the same shall be quoted
under Price Schedule Format-1, in addition to prices quoted under Price Schedule Format-2. In such a case Format-1 shall be marked with
heading “Additional supplies / Services”. The same shall be considered as part of their equipment price as per Terms & Conditions specified in the
Instructions to Bidders

______________________________
BIDDERS STAMP & SIGNATURE

Page 12 of 443 Page 5 of 7


Annexure-A

CHARGES FOR SUPERVISION OF ERECTION & COMMISSIONING (APPLICABLE FOR BOTH: “INDIAN & FOREIGN BIDDERS”)

RFQ No. : RJ/A415-000-PA-MR-5120/1021


Item: PUMP-RECIPROCATING (PLUNGER/PISTON)

S. No. Description Unit For Indian Unit For Foreign


Specialist Specialist
(Resident) (Expatriate)
Supervisor Supervisor

1.0 Number of supervisory personnel required Nos. Nos.


per Pump (Estimated) ------------------- ------------------
Per diem charges (per person) for 8 hours Currency Currency
2.0 work on normal working days for MR sr. --------------------- ------------------
no. 08.00 ________ ________
( Please specify currency )
3.0 Estimated Duration (number of days) of Nos. ---------------------- Nos. -------------------------
Deployment of supervisor.

Cenvatable Service Tax __________% __________%


4.1

In case a foreign bidder has a


Yes or No _________ establishment in India, bidder to furnish the
Foreign Bidders to Specify establishment in
4.2 rate of applicable service tax as extra and
India
Non Cenvatable Service tax, if any, are
included in quoted per diem rate.
Notes:-

1. a) Per Diem rate for Supervision Of Erection & Commissioning are quoted considering the scope of services as per MR with basis of
pricing (wherever specified) including those specified at MR Sl. No. 08.00 of sheet 2 of 3 of MR read with S. No. 9.0 of Specification
No.A415-000-16-45-SP-5120 Rev. 0, i.e., Job Specification for Reciprocating Pumps. Vendor’s supervisory personnel shall observe/abide by
site working conditions prevailing at the existing site, safety codes, Indian laws and local laws.

______________________________
BIDDERS STAMP & SIGNATURE

Page 13 of 443 Page 6 of 7


b) A single Per Diem rate common for all the discipline, i.e., Pump Vendor, Electrical and Instrumentation shall be quoted.

c) A notice period of 15 days will be given for mobilization of supervisory personnel for supervision of erection & commissioning. Per
Diem charges shall be payable from the day bidder’s person reaches site upto the day he leaves the site. No payment will be
made for travel days/period.

d) Working hours prevailing at site, normally 8 hours/day - Monday through Saturday and holidays as applicable to Purchaser’s site
personnel shall apply. Service rendered on Holiday shall be payable at the quoted per diem rate and Overtime Charges shall be
payable on pro-rata basis.

2. a) The quoted per diem charges shall be inclusive of lodging, boarding, medical, all insurances including Bidder’s personnel and third
party insurance, income/corporate tax (as may be applicable) and all other incidental charges but excluding service tax and To and
Fro Air/Rail fare.

b) Bidder will be responsible for all liabilities towards corporate tax, personal income tax etc. (except Service Tax for their personnel
deputed for the supervision job). Tax(s) as per Government policy, shall be deducted at source by Purchaser while making payments
against each invoice

c) To & Fro air fare by economy class through most economical route preferably by Air India and by AC 2 Tier by Train/ by Air
(Economy Class) within India upto OIL site and Local Travel, as applicable, will be reimbursed at actual

d) The Cenvatable Service Tax furnished by Bidder separately, shall be reimbursed by OIL against Tax invoice (s).

3. Supervision charges for total man days as specified vide General Notes-2 on sheet 3 of 3 of MR read with S. No. 9.0 of Specification
No.A415-000-16-45-SP-5120 Rev. 0, i.e., Job Specification for Reciprocating Pumps will be considered for evaluation. However, the same
shall be payable extra for actual utilization of man days, duly certified by site-in-charge.

4. Per-diem rate/rates quoted by the bidder shall be valid for the period of ONE YEAR after the DATE OF ACTUAL DELIVERY/
COMPLETION.

______________________________
BIDDERS STAMP & SIGNATURE

Page 14 of 443 Page 7 of 7


INSTRUCTIONS TO BIDDERS (ITB)-LIMITED (POA)

INSTRUCTIONS TO BIDDERS (ITB)-LIMITED (POA)

ITB – GLOBAL (LIMITED-POA) (A415-OIL NBPS PROJECT) Page 1 of 58


Page 15 of 443
INSTRUCTIONS TO BIDDERS (ITB)-LIMITED (POA)

INDEX

1. DEFINITIONS
2. SCOPE OF BID
3. ONE BID PER BIDDER
4. COST OF BIDDING
5. SITE VISIT
6. CONTENT OF BID DOCUMENT
7. CLARIFICATION ON BID DOCUMENTS
8. AMENDMENT OF BID DOCUMENTS
9. LANGUAGE OF BID
10. DOCUMENTS COMPRISING THE BID
11. BID PRICES
12. DELETED
13. BID CURRENCY
14. PERIOD OF VALIDITY OF BIDS
15. BID DOCUMENT FEE
16. BID SECURITY
17. PRE-BID MEETING
18. FORMAT AND SIGNING OF BID
19. ZERO DEVIATION
20. E-PAYMENTS
21. AGENTS/CONSULTANTS/REPRESENTATIVES/RETAINERS/ASSOCIATES
22. SEALING AND MARKING OF BIDS
23. DEADLINE FOR SUBMISSION OF BID
24. LATE BIDS / UNSOLICITED BIDS / BID SUBMISSION AT OTHER PLACE
25. MODIFICATION AND WITHDRAWAL OF BIDS
26. BID OPENING
27. PROCESS TO BE CONFIDENTIAL
28. CONTACTING THE OWNER/CONSULTANT
29. EXAMINATION OF BIDS AND DETERMINATION OF RESPONSIVENESS
30. PRICE BID OPENING
31. ARITHMETIC CORRECTIONS
32. CONVERSION TO SINGLE CURRENCY
33. EVALUATION AND COMPARISON OF BIDS
34. OTHER CRITICAL POINTS FOR EVALUATION OF OFFER
35. DEEMED EXPORT BENEFIT
36. AWARD OF WORK.
37. QUANTITY VARIATION
38. OWNER/CONSULTANTS RIGHT TO ACCEPT ANY BID AND TO REJECT ANY BID
39. NOTIFICATION OF AWARD
40. PERFORMANCE GUARANTEE
41. CORRUPT AND FRAUDULENT PRACTICES
42. WAIVER OR TRANSFER OF THE AGREEMENT
43. ORDER OF PRECEDENCE
44. REQUIREMENT OF EMPLOYMENT VISA FOR FOREIGN NATIONALS
45. REQUIREMENT OF PAN FOR FOREIGN SUPPLIERS

ITB – GLOBAL (LIMITED-POA) (A415-OIL NBPS PROJECT) Page 2 of 58


Page 16 of 443
INSTRUCTIONS TO BIDDERS (ITB)-LIMITED (POA)

GENERAL
1. DEFINITIONS:
1.1. Owner shall mean OIL India Ltd having its registered office at its registered office at Oil
India Limited Duliajan - 786 602, Assam
1.2. The term Owner includes successors and assigns of OIL.
1.3. Bidder shall mean the individual or legal entity which has made a proposal, a tender or a bid
with the aim of concluding a contract with the Owner.
1.4. GOODS shall mean articles, materials, equipment, design and drawings, data and
their property to be supplied by Seller to complete the contract
1.5. Throughout this bidding document the term “Owner” and “Purchaser” are synonymous
2. SCOPE OF BID:
2.1. The Owner wishes to receive bids as described in the Bidding Documents.
2.2. SCOPE OF BID: The scope of Supply/Services shall be as defined in the Bidding document.
2.3. The successful bidder will be expected to complete the Scope of Bid within the period stated
in Request for Quotation (RFQ).
2.4. Throughout this bidding documents, the term “bid” and “tender” and their derivatives
(“bidder/tenderer”, “Bid/tendered/tender”, “bidding/tendering”, etc.) are synonymous, and
day means calendar day. Singular also means plural.

3. ONE BID PER BIDDER


3.1. A bidder (i.e. the bidding entity) shall, on no account submit more than one bid, either directly
(as a single bidder or as a member of consortium) or indirectly ( as a sub-Vendor), failing
which, following actions shall be initiated:
(i) All bids submitted by such bidder (say ‘A’) directly & indirectly, shall stand rejected and
EMD, if any, in case of direct bid submitted by bidder ‘A’ shall be forfeited.
(ii) If another bidder (say ’B’) has proposed bidder ‘A’ as a sub-Vendor then bidder ‘B’’s bid
shall also be rejected. However, in case the bidder ‘B’ has also proposed an alternative
sub-Vendor who is other than the bidder ‘A’, then bidder ‘B’’s bid shall be evaluated with
the proposed alternative sub-Vendor only. Hence, every bidder shall ensure in his own
interest that his proposed sub-Vendor is not submitting alternative/multiple bids.

4. COST OF BIDDING
4.1. The bidder shall bear all costs associated with the preparation and submission of the bid, and
OWNER (OIL)/ CONSULTANT (EIL), will in no case be responsible or liable for this cost,
regardless of the conduct or outcome of the bidding process.
5. SITE VISIT
5.1. The bidder is advised to visit and examine the site or / locations of warehouse and its
surroundings and obtain for itself, at its own responsibility, all the information that may be
necessary for preparing the bid and entering into the Contract. The cost of visiting the site
shall be at the bidder’s own expense.
5.2. The bidder or any of its personnel or agents will be granted permission by the Owner to enter
upon its premises and land for the purpose of such visits, but only upon the express condition
that the bidder, its personnel, and agents will indemnify the Owner and its personnel and
agents from and against all liabilities in respect thereof, and will be responsible for death or
personal injury, loss of or damage to property, and any other loss, damage, costs, and
expenses incurred as a result of the inspection.

ITB – GLOBAL (LIMITED-POA) (A415-OIL NBPS PROJECT) Page 3 of 58


Page 17 of 443
INSTRUCTIONS TO BIDDERS (ITB)-LIMITED (POA)

BIDDING DOCUMENT
6. CONTENT OF BIDDING DOCUMENT
6.1. The Bidding Documents hosted on OIL and EIL Websites are as stated below and should be
read in conjunction with any addenda issued/hosted in accordance with clause 8 of ITB:

6.2. Bidding Document comprising both Technical and Commercial Section as per Index of Bidding
Document
6.3. The bidder is expected to examine RFQ, e-bidding guidelines on OIL website, all instructions,
form/formats, terms, specifications and drawings etc., enclosed in the Bidding Documents
shall be considered to be read, understood and accepted by the bidder. Failure to furnish all
information required by the Bidding Document or submission of a bid not substantially
responsive to the Bidding Document in every respect will be at bidder’s risk and may result in
the rejection of the Bid.
7. CLARIFICATION ON BIDDING DOCUMENT
7.1. A prospective bidder requiring any information or clarification of the Bidding Document, may
notify the Owner/Consultant in writing by e-mail/fax/post at Consultant’s mailing address
indicated in the Bidding Document (Engineers India Ltd., Engineers India Bhawan, 1 Bhikaiji
Cama Place, New Delhi – 110066, India. Fax No. 0091 11 26167664 / 26191714). All
question/ queries should be referred to Consultant at least 04 (four) days before scheduled
date of pre-bid meeting.
8. AMENDMENT OF BIDDING DOCUMENT
8.1. At any time prior to the deadline for submission of bids, the Owner/Consultant may, for any
reason, whether on its own requirement or in response to a clarification requested by
prospective bidders, modify the Bidding Documents by issuing addenda.
8.2. Any addendum thus issued shall be part of the Bidding Document. The addendum will be
hosted on the OIL websites, https://etender.srm.oilindia.in and EIL website
http://tenders.eil.co.in and Govt’s website http://eprocure.gov.in/cppp/relatedlinks All
the prospective bidders who have attended the pre-bid meeting or who have raised the
queries against the bidding document shall be informed by e-mail/Fax about the addendum
for their reference. Bidders have to take into consideration all the addendum(s) / corrigendum
(s) / clarifications issued/ web hosted, before submitting the bid.
8.3. The Owner/Consultant may, at its discretion, extend the date of submission of Bids in order to
allow the bidders a reasonable time to furnish their most competitive bid taking into account
the amendments issued.
PREPARATION OF BID
9. LANGUAGE OF BID
9.1. 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 printed literature 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.
9.2. 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.
10. DOCUMENTS COMPRISING THE BID
10.1. The e-bid prepared by the bidder shall comprise the following:
10.2. PART – I: Techno-Commercial Un-priced Bid

ITB – GLOBAL (LIMITED-POA) (A415-OIL NBPS PROJECT) Page 4 of 58


Page 18 of 443
INSTRUCTIONS TO BIDDERS (ITB)-LIMITED (POA)

10.2.1. Techno-commercial/Un-priced Bid shall contain the following documents digitally signed by the
authorised person, which shall be uploaded in the Technical RFx Response-> User - >
Technical Bid only. The “TECHNO-COMMERCIAL UNPRICED BID” shall contain all techno-
commercial details except the prices.Please note that no price details should be uploaded in
Technical RFx Response

a. Covering letter.
b. Bidder’s General Details/information as per format F-1.
c. Power of Attorney/ Letter of Authorization in favour of person (s) signing the bid that such
person (s) is/are authorised to sign the bid on behalf of the bidder and any consequence
resulting due to such signing shall be binding on the bidder.
d. Bid Form as per format F-2.
e. Deleted
f. Price Schedule with prices blanked out mentioning “Quoted / Not Quoted” against each
item along with other details like rate of taxes and duties etc. considered.
g. Confirmation of no deviation as per Format F-4.
h. Deleted.
i. Deleted.
j. Deleted.
k. Certificate of Non-Involvement of Agent as per Format F-7, if there is no Agent /
Consultant / retainer / Associate is involved.
l. Proforma for details of Indian Agents as per Format F-8 if Agent/Consultant/Retainer/
Associate is involved.
m. Agreed Terms & Conditions (For Indian/Foreign Bidder as applicable) with its Annexure
duly filled in as per format F-14.
n. Declaration as per Format-F-9.
o. Deleted.
p. Check List duly filled in as per Format F-13.
q. Any other information/ details required as per Bidding Document.
10.2.2. Part – II: The “PRICE BID” must contain Schedule of Prices duly filled. Details of prices as per
Price Schedule Format shall be uploaded as Attachment under the attachment option under
“Notes & Attachments”.
11. BID PRICES
11.1. The bidder shall e-quote Bid Prices on the appropriate format for “Price Schedule” enclosed
as part of Bidding Document.
11.2. Price quoted by the bidder, shall remain firm, fixed, and valid until completion of the contract
performance and will not be subject to any variation, except statutory variation pursuant to
relevant provisions in clause 11.5.9 & 11.5.10 of ITB. Any new taxes & duties, if imposed by
Govt. of India after the last date of bid submission but before the contractual delivery date,
shall be reimbursed to the contractor on submission of documentary evidence for proof of
payment to Govt. authorities and after ascertaining it’s applicability with respect to the
contract.
11.3. The bidder shall e-quote the price for any item after careful analysis of cost involved
considering all parts of the Bidding Document. In case, any activity though specifically not

ITB – GLOBAL (LIMITED-POA) (A415-OIL NBPS PROJECT) Page 5 of 58


Page 19 of 443
INSTRUCTIONS TO BIDDERS (ITB)-LIMITED (POA)

covered but is required as per scope of work, scope of supply, specifications, standards,
drawings, GCC, SCC or any other part of Bidding Document, the prices quoted shall deemed to
be inclusive of cost incurred for such activity.
11.4. Bidders shall consider the Customs Duty at Merit Rate in their Offer
a) The Owner will issue ‘C’ Form for Concessional rate of CST for supplies made to
project sites at Bihar & Assam, in case of direct supply orders by OIL/EIL,
However ‘C’ Form shall not be issued for Concessional rate of CST for
supplies made to project sites at West Bengal . The Owner will not issue any
Form for concessional rate of State VAT.
b) Bidders are required to provide CENVATABLE / VATABLE tax invoices as per prevailing
rules with respect to Excise Duty, State VAT and Service Tax for re-imbursement and
enabling Owner to avail the CENVAT benefit, whichever available.

c) In case of a foreign bidder sources supplies from India, bidder to note that the ‘C’ Form
shall not be issued to sub-supplier.

d) Wherever applicable OIL shall provide the road permit for entry of goods in the state of
recipt of material.

11.5. Indian Bidders shall provide the following details:


11.5.1. Unit and total price on FOT Despatch Point basis including all Inspection Testing, packing and
forwarding charges including all taxes and duties but excluding cenvatable Excise duty, CST,
VAT and cenvatable service tax on finished goods and related services.
11.5.2. Bidder to submit separate and clear break-up of charges for inland transportation excluding
Octroi/Entry Tax/Consumption tax (if applicable). Transit Insurance for inland
transportation is to be arranged by Owner. Octroi /Entry Tax/ Consumption Tax, shall be
borne by OIL.
11.5.3. Bidders to note that the materials, if ordered, 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.
11.5.4. Owner reserves the right to place the order on FOT site basis or FOT dispatch point basis with
transportation in purchaser’s scope.
11.5.5. Unit and total price for site work (if applicable). Such price to include all costs as well as duties
and taxes paid or payable including VAT on Works Contract but excluding Cenvatable Service
Tax. Terms & Conditions for Site Work shall be as per Terms and Conditions for site work
enclosed with the Special Conditions of Contract.
11.5.6. Training of owner’s / consultant’s person(s) at vendor’s works / project site, as per guidelines
given in the material requisition, if any, shall be included in the quoted prices unless requested
otherwise in the price schedule
11.5.7. Details of cenvatable Excise duty, CST, VAT and cenvatable service tax on finished goods and
related services. Bidder shall furnish the detail of Taxes and duties separately depending
upon the state of receipt of Material
11.5.8. Details (Material, Quantity, rate etc.) of CIF value of built – in import content incorporated or
to be incorporated in the goods. The details to be furnished in Price Schedule Format.
11.5.9. The statutory variations on Customs duty (rate) considered on above CIF value of built – in
import content, within contractual delivery period shall be to Owner’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 Owner.

ITB – GLOBAL (LIMITED-POA) (A415-OIL NBPS PROJECT) Page 6 of 58


Page 20 of 443
INSTRUCTIONS TO BIDDERS (ITB)-LIMITED (POA)

11.5.10. The statutory variations on Excise Duty including cess, CST with concessional form,
CST without 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 Owner’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 Owner.

11.6. Foreign Bidders shall indicate the following as per Price Schedule:
11.6.1. Foreign bidder shall submit their unit and Total prices on FOB – International Port of
Shipment, inclusive of Third Party Inspection, Testing. Sea freight (including stowage
charges, if applicable) for converting their FOB prices to CFR – Kolkata Port as detailed out in
the Price Schedule inclusive of Indian Agent’s Commission (if Applicable)
11.6.2. Owner reserves the right to place the order on FOB or CFR price basis. In case of award,
initially the Letter of Award (LOA)/ Fax of Acceptance (FOA) shall be placed on FOB basis and
OIL reserves the right to convert the same to CFR basis, 06 (Six) weeks prior to Delivery
period based on ocean freight charges quoted by Seller subject to following:
11.6.3. Seller shall submit the following details of cargo within the time specified above. In case
requisite documents/ information is not received within above stipulated duration, then
decision regarding CFR Conversion of this purchase order shall be taken within 45 days from
the date of receipt of all requisite data.
(i) Shipment’s Schedule (Shipment date, Port of Shipment etc. for all the shipments).
(ii) Performa Invoices for all the equipments.
(iii) Dimension details of packages (dividing the same to shipment lots).
(iv) Detailed technical write-up along with Catalogue.

11.6.4. In case actual cargo dispatched, exceeds the cargo details furnished, the extra freight
incurred by Owner will be to Seller’s account.

11.6.5. In case material is shipped in FCL (Full Container Load), seller shall arrange through their
freight forwarder/streamer agents to extend 15 days detention free time at destination port
i.e. Kolkata
11.6.6. Prices quoted shall be inclusive of all applicable taxes and duties, packing & forwarding,
stowing, if applicable, etc. applicable upto FOB – International Sea Port of shipment including
transit insurance upto FOB/FCA port of shipment. Marine Insurance shall be arranged by the
Owner.
11.6.7. Unit and total price for site work (if applicable). Such price to include all costs as well as duties
and taxes paid or payable including VAT on Works Contract but excluding Cenvatable Service
Tax. Terms & Conditions for Site Work shall be as per Terms and Conditions for site work
enclosed with the Special Conditions of Contract.
11.6.8. Training of owner’s / consultant’s person(s) at vendor’s works / project site, as per guidelines
given in the material requisition, if any, shall be included in the quoted prices, unless
requested otherwise in the price schedule
12. DELETED
13. BID CURRENCY:
13.1 Indian bidders may submit bid in Indian Rupees. However, Indian Bidders, in case of Global
competition, may submit bid in Indian Rupees or in US $ / Euro and receive payment in such
currency.
13.2 Foreign bidders may submit bid in the home currency of bidder’s country or INR / US$ /
EURO.

ITB – GLOBAL (LIMITED-POA) (A415-OIL NBPS PROJECT) Page 7 of 58


Page 21 of 443
INSTRUCTIONS TO BIDDERS (ITB)-LIMITED (POA)

13.3 A bidder expecting to incur a portion of his expenditure in the performance of Contract in
more than one currency (limited to maximum two currencies) (without prejudice to the
provisions of Clause 13.2) and wishing to be paid accordingly shall indicate the same in the
bid. In such a case, the bid shall be expressed in different currencies with the respective
amounts in each currency together making up the total price. However, this provision shall be
applicable only in case of Global competition basis
13.4 Currency once quoted will not be allowed to be changed.
13.5 Indian bidders shall quote CIF content in the same currency as bid currency.
14. PERIOD OF VALIDITY OF BIDS
14.1 The bid shall remain valid for acceptance as requested in the RFQ doucment from the bid due
date. A bid valid for a shorter period shall be rejected being non-responsive.
14.2 In exceptional circumstances, prior to expiry of the original bid validity period, the Owner/
Consultant may request that the bidder extend the period of validity for a specified additional
period. The requests and the responses thereto shall be made in writing (by e-mail/fax/post).
15. BID DOCUMENT FEE
Deleted
16. BID SECURITY
Deleted
17. PRE-BID MEETING
17.1 The bidder (s) or his designated representative, who have downloaded the Bidding Document
and have confirmed their intention to bid are invited to attend a pre-bid meeting as per RFQ.
17.2 The purpose of meeting will be to clarify issues and to answer queries on any matter that may
be raised at that stage. Session will also be arranged for bidders to demonstrate the e-
Tendering system to facilitate bidders to submit the Bid Online.
17.3 The bidder is requested, as far as possible, to submit any queries by courier or by fax to reach
Owner/Consultant’s office not later than 4 days before the meeting. It may not be practicable
at the meeting to answer queries received late, but queries and responses/clarifications will be
transmitted in accordance with the following sub-clause.
17.4 The text of the queries raised and the responses given, together with any responses prepared
after the meeting will be transmitted without delay (without identifying the sources of the
questions) to all the prospective bidders who have attended the pre-bid meeting or who have
raised the queries against the bidding document. Any modifications of the bidding documents
listed in clause 7.1 of ITB that may become necessary as a result of the pre-bid meeting shall
be made by the Owner exclusively through the issue of an addendum pursuant to 8 of ITB
and not through the minutes of the pre-bid meeting
17.5 Non- attendance of the pre-bid meeting will not be a cause for disqualification of the bidder.
18. FORMAT AND SIGNING OF BID
18.1 The bidder shall submit e-bid as per RFQ on OIL’s e-tender website:
(https://etender.srm.oilindia.in) as per guidelines given therein.
18.2 The e-bid shall be signed by the person or persons duly authorised to sign on behalf of the
bidder. The name and position held by each person signing must be stated below the
signature. All pages of the bid except any catalogues / literatures shall be signed and sealed
by the person or persons signing the bid.
18.3 All the Bids must be Digitally Signed using “Class 3” digital certificate with Organisation’s name
(e-commerce application) as per Indian IT Act obtained from the licensed Certifying
Authorities operating under the Root Certifying Authority of India (RCAI), Controller of

ITB – GLOBAL (LIMITED-POA) (A415-OIL NBPS PROJECT) Page 8 of 58


Page 22 of 443
INSTRUCTIONS TO BIDDERS (ITB)-LIMITED (POA)

Certifying Authorities (CCA) of India. The bid signed using other than “Class 3 with
Organisation’s Name” digital certificate will be liable for rejection.
18.4 Bidders must ensure that their bid is uploaded in the system before the tender closing date
and time. Also, they must ensure that documents, if any, which are to be submitted in a
sealed envelope are also submitted at the above mentioned address before the bid closing
date and time.
18.5 Bid must be submitted electronically only through OIL’s e-procurement portal. Bid submitted
in any other form will be rejected
18.6 The bid shall contain no alterations, omissions or additions, unless such corrections are
initialled by the person or persons signing the bid.
19. ZERO DEVIATION:
19.1 Bidder to note that this is a ZERO Deviation Bidding Document. Owner/Consultant will
appreciate submission of offer based on the terms and conditions in the enclosed RFQ, GCC,
SCC, ITB, Scope of Work, and Technical Specification etc. to avoid wastage of time and money
in seeking clarifications on technical/ commercial aspect of the offer. Bidders may note that no
technical and commercial clarifications will be sought for after the receipt of the bid.
19.2 Not withstanding to the above, bids with the following deviation(s) to the bid conditions shall
be liable for rejection without any post bid reference to the bidder:
19.2.1 Firm prices
19.2.2 Power of Attorney
19.2.3 Scope of work
19.2.4 Specifications
19.2.5 Payment Terms
19.2.6 Delivery / Completion Schedule
19.2.7 Period of validity of bid
19.2.8 Price Reduction Schedule (PRS)
19.2.9 Performance Bank Guarantee (PBG) / Security Deposit
19.2.10 Guarantee
19.2.11 Arbitration / Resolution of dispute
19.2.12 Force Majeure
19.2.13 Applicable laws
19.2.14 In case Bidder submits the Priced Bid with prices duly filled in, in unpriced offer
submitted in Technical Folder of e-Bid, the Bid of such Bidders shall be summarily
rejected.
19.2.15 Any other condition specifically mentioned in the tender documents elsewhere that non-
compliance of the clause lead to rejection of the bid.
20. E-PAYMENTS
20.1 OIL India Limited has initiated payments to suppliers and Contractors electronically; payments
to contractors and vendors can be made through NEFT / RTGS / Bankers Cheque or Demand
Draft. The bidder should give their account number and other details to facilitate payment
through E-banking.
21 AGENTS/CONSULTANTS/REPRESENTATIVES/RETAINERS/ASSOCIATES
21.1 OIL would prefer to deal directly with the manufacturers/ principals abroad without involving
any Indian Agent. But in case they decide to have their Agent/Consultant/

ITB – GLOBAL (LIMITED-POA) (A415-OIL NBPS PROJECT) Page 9 of 58


Page 23 of 443
INSTRUCTIONS TO BIDDERS (ITB)-LIMITED (POA)

Representative/Retainer/Associate in India and pay commission for their services against a


particular tender it should be bare minimum and the principal would have to certify that such a
commission is commensurate with the services rendered to them by such an Agent/
Consultant/ Representative/ Retainer/ Associate in India. The principal will also have to broadly
list out services to be rendered by the Agent/Consultant/ Representative/ Retainer/ Associate in
India.
21.2 In the event bidder is having Agent/ Consultant/ Representative/ Retainer/ Associate/ servicing
facilities in India (who is not an employee of the bidder) the bidder should indicate in their
offer the name of such an Agent/ Consultant/ Representative /Retainer /Associate, they have
for services in India. The bidder must also indicate clearly the commission payable to the
Agent/Consultant/ Representative/ Retainer/Associate in rupees in terms of Agreement
(enclosing copy of the same). The bidder, in his bid will indicate the nature and extent of
service to be provided by such an Agent/Consultant/ Representative/ Retainer/Associate on
behalf of the bidder and also remuneration therefore provided in the price, as a separate item,
quoted by the bidder to OIL. Such remuneration/commission will be paid by OIL in non-
convertible Indian currency in India. Should it be established at any subsequent point of time
that the above statement of the bidder is not correct or that any other amount of
remuneration/commission either in India or abroad is being paid to any one (who is not an
employee of the bidder), the bidder would be liable to be debarred from participating in the
future tenders of OIL. Failure to give such information will lead to rejection of the offer.
The following particulars will also be furnished by the bidder:

(i) Name, address and precise relationship between the foreign manufacturer/principal and
their Agent/Consultant/ Representative/Retainer/Associate in India.

(ii) The mutual interest which the manufacturer/principal and the Agent/ Consultant/
Representative/ Retainer/Associate in India have in the business of each other.

(iii) Any payment which the Agent/ Consultant/ Representative/ Retainer/ Associate receives
in India or abroad from the manufacturer/principal whether as a commission for the
contract or as a general fee. Bidder’s quoted price shall be treated as inclusive of such
concession/fee.

(iv) Permanent Income Tax number of Agent/ Consultant/ Representative/ Retainer/ Associate
in India.

(v) Permanent income tax account number of foreign supplier

(vi) All services to be rendered by the Agent/ Consultant/ Representative / Retainer/Associate.

Note: Tenders which do not comply with the above stipulations are liable to be rejected.

21.3 Overseas bidder should send e-bids directly. E-Bids sent through Agent/ Consultant
/Representative / Retainer /Associate will not be recognized. Agent/ Consultant/
Representative/Retainer/Associate of the overseas manufacturers/suppliers are, however,
permitted to download biding documents and attend bid opening provided such as Agent/
Consultant/ Representative/Retainer/Associate has a power of attorney/letter of authority
setting out very clearly his role, which will be limited to such areas of activity as downloading of
Bidding Documents, attending of bid opening and claiming of payment for their services,
provided further that such a power of attorney/letter of authority is submitted to OIL in
advanced for scrutiny and acceptance or otherwise.
SUBMISSION OF BIDS
22 SEALING AND MARKING OF BIDS
22.1 E-Bid shall be submitted in the following manner on line in e-tender site of OIL as follows:

ITB – GLOBAL (LIMITED-POA) (A415-OIL NBPS PROJECT) Page 10 of 58


Page 24 of 443
INSTRUCTIONS TO BIDDERS (ITB)-LIMITED (POA)

22.1.1 Part-I (Techno-commercial / un-priced bid) – To be uploaded in folder “Technical documents”.


22.1.2 Part-II (Priced Bid) - Price Bid shall be submitted in separate web folder “Notes and
Attachments”.
22.2 Bids must be received online by OIL through their e-tendering website.
23 DEADLINE FOR SUBMISSION OF BID
23.1 The Bid containing Part-I to II must be submitted online at OIL e-tender website
(https://etender.srm.oilindia.in) within due date and time for bid submission as specified in RFQ.
23.2 The Owner/Consultant may, in exceptional circumstances and at its discretion, on giving
reasonable notice by e-mail/fax or any written communication to all the prospective bidders
who have attended the pre-bid meeting or who have raised the queries against the bidding
document, extend the deadline for the submission of bids in which case all rights and
obligations of the Owner/Consultant and bidders, previously subject to the original deadline will
thereafter be subject to deadline as extended.
24 LATE BIDS / UNSOLICITED BIDS / BID SUBMISSION AT OTHER PLACE
24.1 E-system of OIL shall close immediately after the deadline for submission of bid prescribed by
the Consultant pursuant to clause 23 of ITB.
24.2 All tenders received after the notified time and date of closing of tenders will be treated as late
tenders.
24.3 Unsolicited alterations or modifications of tenders received after the notified time and date of
closing of the tenders shall not be entertained.
24.4 Late tenders shall not be considered. Such late tenders shall be returned to the bidder within 10
days in "unopened condition". The bid bond of such bidders shall be returned along with the
unopened bid. In case of e-tendering where bid bond is received but bid is not submitted by the
bidder, such bid bond shall be returned immediately.
24.5 Unsolicited bids or bids being submitted to addresses other than the one specifically stipulated
in the tender documents will not be considered for evaluation if not received to the specified
destination within stipulated date and time.
25 MODIFICATION AND WITHDRAWAL OF BIDS
25.1 The bidder may modify, re-submit or withdraw its e-bid after the bid submission, but, before the
due date of submission as per provision of e-tendering system of OIL.
25.2 No bid shall be modified after the deadline for submission of bid.
25.3 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 on the bid form.
BID OPENING AND EVALUATION
26 BID OPENING
26.1 Un-Priced Techno – Commercial bid opening:
26.1.1 The Owner/Consultant will open, in the presence of bidders’ designated representatives, the un-
priced part at date and time as stipulated in RFQ at EIL’s address. The bidder’s representatives
who are present shall sign bid-opening statement evidencing their attendance.
26.1.2 Bidder’s names, the presence (or absence) and amount of bid security, and any other such
details as the consultant may consider appropriate will be announced by the Consultant.
27 PROCESS TO BE CONFIDENTIAL
27.1 Information relating to the examination, clarifications, evaluation and comparison of bids, and
recommendations for the award of a Contract shall not be disclosed to bidders or any other
person officially concerned with such process. Any effort by a bidder to influence the

ITB – GLOBAL (LIMITED-POA) (A415-OIL NBPS PROJECT) Page 11 of 58


Page 25 of 443
INSTRUCTIONS TO BIDDERS (ITB)-LIMITED (POA)

Owner/Consultant in any manner in respect of bid evaluation or award will result in the rejection
of their bid.
28 CONTACTING THE OWNER/CONSULTANT
28.1 From the time of the bid opening to the time of the Contract award, if any bidder wishes to
contact the Owner for any matter relating to the bid it should do so in writing.
28.2 Any effort by a bidder to influence the Owner/Consultant in any manner in respect of bid
evaluation or award will result in the rejection of that bid.
29 EXAMINATION OF BIDS AND DETERMINATION OF RESPONSIVENESS
29.1 Techno-Commercial Bid Evaluation.
29.2 The Owner/Consultant will examine the bids to determine whether they are complete, whether
any computational errors have been made, whether required securities have been furnished,
whether the documents have been properly signed, and whether the bids are generally in order.
29.3 Prior to the detailed evaluation, the Owner/Consultant will determine whether each bid is of
acceptable quality, is generally complete and is responsive to the Bidding Documents. For the
purposes of this determination, a responsive bid is one that conforms to all the terms, conditions
and specifications of the Bidding Documents without deviations, objections, conditionality or
reservations.
29.4 No deviation, whatsoever, is permitted in the Bidding Documents and the price bids of those
bidders, whose technical and commercial bids contain any exception to the conditions and
stipulations of the Bidding Documents, shall not be opened and returned un-opened to such
bidder(s).
29.5 The Owner/Consultant’s 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/Consultant, and may not subsequently be made responsive by the bidder
by correction of the nonconformity.
29.6 The Owner/Consultant will carry out a detailed evaluation of the bids previously determined to
be responsive in order to determine whether the technical aspects are in accordance with the
requirements set forth in the Bidding Documents. In order to reach such a determination, the
Owner/Consultant will examine and compare the technical aspects of the bids on the basis of
the information supplied by the bidders, taking into account the following factors:
(a) Overall completeness and compliance with the Technical Specifications; quality, function
and operation of any process control concept included in the bid. The bid that does not
meet minimum acceptable standard of completeness/ specifications defined in the Bidding
Document, consistency and detail will be rejected as non-responsive.
(b) Any other relevant factor, if any that the Owner/Consultant deems necessary or prudent
to be taken into consideration.
29.7 Requisite forms contains all necessary information including those required for meeting
qualifying criteria stipulated in RFQ, etc.
29.8 If any bidder offers suo-moto discount after opening of un-priced bids but before opening of
price bids, such reduction / discounts shall not be considered for evaluation. However, if the
bidder happens to be the lowest evaluated bidder without considering such discount then the
benefit of discount will be availed at the time of award of work.
29.9 Price implications against CQs issued, seeking clarification/ compliance, shall not be considered
for evaluation and bids seeking such price implications shall be rejected for the corresponding
items. In the event, Bidder has missed out or has not quoted for the charges requested in the
price schedule or elsewhere in the Bidding document, which has bearing on the evaluated price
to be considered for evaluation, then it shall be construed that the charges for such item is
already included in the quoted price by the bidder and bidder shall not be permited to furnish
any implication on this account for ex. Freight, TPI etc.

ITB – GLOBAL (LIMITED-POA) (A415-OIL NBPS PROJECT) Page 12 of 58


Page 26 of 443
INSTRUCTIONS TO BIDDERS (ITB)-LIMITED (POA)

29.10 In the event as a result of techno-commercial discussions or pursuant to seeking clarifications /


confirmations from bidders, while evaluating the un-priced part of the bid, any of the bidders
submits a sealed envelope stating that it contains revised prices/positive price implication/price
increase; such bidder(s) will be requested to withdraw the revised prices failing which the bid
will not be considered for further evaluation.
30 PRICE BID OPENING
30.1 The Owner/Consultant shall inform the time, date and venue for price bid opening to all such
bidders who qualify pursuant to techno-commercial bid evaluation. Bidders may be required to
attend price bid opening at a short notice of 18 hours.
30.2 The Owner/Consultant will open price bids of all bidders notified to attend price bid opening in
presence of authorised bidders’ representatives present at the time of priced bid opening. The
bidder’s representatives who are present shall sign bid-opening statement evidencing their
attendance.
30.3 The bidder’s name, prices, and such other details as the Owner/Consultant, at its discretion,
may consider appropriate will be announced and recorded at the time of bid opening.
31 ARITHMETIC CORRECTIONS
31.1 The bids will be checked for any arithmetic errors as follows.
31.1.1 Where there is a discrepancy between the amount in figures and in words, the amount in words
will govern; and
31.1.2 Where there is a discrepancy between the unit rate and the line item total resulting from
multiplying the unit rate by the quantity, the unit rate as quoted shall prevail and the total price
shall be corrected.
31.2 If the bidder does not accept the correction of errors, its bid will be rejected and the bid security
will be forfeited.
32 CONVERSION TO SINGLE CURRENCY
To facilitate evaluation and comparison, the Owner/Consultant will covert all bid prices
expressed in the amounts in various currencies, in which the bid price is payable, to single
currency ,i.e, Indian Rupees, at the Bills selling exchange rate published by the State Bank of
India on one day prior to the price bid opening date.
33 EVALUATION AND COMPARISON OF BIDS
33.1 The OWNER/CONSULTANT will evaluate and compare the bids previously determined to be
substantially responsive, pursuant to Clause-29 of ITB.

33.2 Deleted

33.3 Evaluation and Comparison of Bid:


The lowest evaluated bid shall be considered for award of order on the basis of lumpsum landed
cost at site including Supply, Services and Site work as per Material Requisition (MR) considering
the methodology. The evaluated price shall be calculated based on the prices quoted by the
bidder as per the break-up of prices required in the price schedule to arrive at the total Lump-
sum price of the scope of supply and services defined in the bidding document considering the
following:

33.4 Where only Indian Bids are under comparison:

Bids shall be evaluated on the basis of landed cost at Site considering all testing and Third Party
inspection charges, wherever applicable, including all duties, taxes, transportation charges etc.
Cenvat credit for corresponding amount of Cenvatable Excise Duty including cess and Service Tax
including Cess shall be deducted for price evaluation.

ITB – GLOBAL (LIMITED-POA) (A415-OIL NBPS PROJECT) Page 13 of 58


Page 27 of 443
INSTRUCTIONS TO BIDDERS (ITB)-LIMITED (POA)

Cost of mandatory spares identified in the Material Requisition, Commissioning Spares and special
tools & tackles will be included for evaluation of bids.

Supervision / Site work / Training shall be considered for evaluation, if specified in MR.

AMC charges shall be considered for evaluation wherever AMC is required.

Entry Tax/ Octroi / Consumption Tax, as applicable, and borne by owner, will be cost loaded at
the applicable rate on case-to-case basis.

Technical loading, if any, shall be considered for evaluation of bids.

33.5 Where only Foreign Bids are under comparison:

Bids shall be evaluated on the basis of CFR (Kolkata) prices including third party inspection and
testing charges wherever applicable and considering sea freight as firm freight quoted by the
bidders.

Cost of mandatory spares identified in the Material Requisition, Commissioning Spares and special
tools & tackles will be included for evaluation of bids.

Technical loading, if any, shall be considered for evaluation of bids.

Supervision / Site work / Training shall be considered for evaluation, if specified in MR.

AMC charges shall be considered for evaluation wherever AMC is required.

Comparison of bids shall be carried out on equivalent Indian Rupees basis considering Bills Selling
rates of Foreign Exchange as available from State Bank of India one day prior to the priced
opening.

33.6 Where Indian as well as Foreign Bids are under comparison (GLOBAL)

Bids shall be evaluated as below:

Indian Bidders:

Bids shall be evaluated on the basis of FOT Despatch point price quoted by the bidder considering
Testing and Third Party inspection charges wherever applicable (as quoted by bidders), including
all duties, taxes etc. Cenvat credit for corresponding amount of Cenvatable Excise Duty including
cess and Service Tax including Cess shall be considered for price evaluation..

Cost of mandatory spares identified in the Material Requisition, Commissioning Spares and special
tools & tackles will be included for evaluation of bids, but costs of Spares for two years operation
shall be excluded.

Supervision /Site work / Training shall be considered for evaluation, if specified in MR.

AMC charges shall be considered for evaluation wherever AMC is required.

Entry Tax/ Octroi / Consumption Tax, as applicable and borne by owner, will be cost loaded at the
applicable rate on case-to-case basis.

Technical loading, if any, shall be considered for evaluation of bids.

ITB – GLOBAL (LIMITED-POA) (A415-OIL NBPS PROJECT) Page 14 of 58


Page 28 of 443
INSTRUCTIONS TO BIDDERS (ITB)-LIMITED (POA)

Foreign Bidders:

The evaluated price of foreign bidders shall include the following:

i) Evaluation shall be done as per clause 33.5 plus marine insurance @ 1% of FOB price.

ii) Landing Charges including Port handling and Customs Clearance charges, @ 1% of CIF
Value.

iii) As on the Bid due date, Prevailing Merit rate of Customs duty (CD + CVD + Ed. Cess +
SAD), as applicable, on (CIF Value + Landing charges). Cenvat credit for corresponding
amount of Cenvatable portion of CVD and SAD shall be deducted for price evaluation

iv) Entry Tax/ Octroi / Consumption Tax, as applicable, and borne by owner, will be cost
loaded at the applicable rate on case-to-case basis.

33.7 General Notes for evaluation:

33.7.1 Comparison of bids shall be carried out in equivalent Indian Rupees basis considering
“Bill Selling” rate of Foreign exchange as available from “State Bank of India” one day
prior to Priced Bid opening.

33.7.2 Interest rates wherever required (like for calculation of Technical loading factor) shall
be taken as “SBI Bank Rate (CC rate) as on date of Priced Bid opening + 1%”.

33.7.3 In case of a Foreign bidder sources supplies / Services sourced within India, these shall
be added on case to case basis. Supply prices of Indian sourced components shall be
added on FOT site basis inclusive of Non-Cenvatable Taxes/Duties and Cess, Freight.

33.7.4 Cost of Two Year Operation and Maintenance spares shall not be considered for
evaluation.

34 OTHER CRITICAL POINTS FOR EVALUATION OF OFFER:


The unit prices quoted in the price bid is to be considered for evaluation and no cognizance will
be given to the supplementary/supporting document attached to the price bid, break-up of
prices, etc.
35 DEEMED EXPORT BENEFIT
Deemed export benefits are not applicable and Indian Bidder should furnish prices without
considering these benefits.
AWARD OF CONTRACT
36 AWARD OF WORK
36.1 The Owner/ consultant will award the contract to the successful bidder (s) whose bid has
been determined to be substantially responsive, meets the technical & financial criteria and have
been determined as a lowest bid and is determined to be qualified to satisfactorily perform the
contract.

36.2 A single order for various site locations (as per MR), covering the supplies as well site work,
shall be placed. Split ordering shall not be permitted.

ITB – GLOBAL (LIMITED-POA) (A415-OIL NBPS PROJECT) Page 15 of 58


Page 29 of 443
INSTRUCTIONS TO BIDDERS (ITB)-LIMITED (POA)

37 QUANTITY VARIATION:
The Owner/Consultant reserve the right to delete the requirement of any one or more items of
MR without assigning any reason.

38 OWNER/CONSULTANT’S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY BID


The Owner/Consultant 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 contract 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/Consultant’s action.

39 NOTIFICATION OF AWARD
39.1 Prior to the expiration of period of bid validity OIL 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 /
Letter of Award will constitute the formation of the Contract.
39.2 The Delivery / Completion period shall commence from the date of notification of award / Letter
of Award (LOA) / Fax of Acceptance (FOA).
39.3 Award of Contract/Order will be by issuing Letter of Award (LOA)/ Fax of Acceptance (FOA) of
your bid. LOA/FOA will contain price, delivery and other salient terms of your bid and bidding
document.
39.4 Bidder will be required to confirm receipt of the same by returning “copy of the LOA/FOA duly
signed and stamped by the bidder as a token of acknowledgement to OIL’s and EIL. On receipt
LOA/FOA acknowledgement without any deviation/condition, detail Purchase Order/ Contract
will be issued in quadruplicate. Three copies of the same without any conditions/ deviations will
be returned duly signed and stamped by the bidder as a token of acknowledgement to OIL and
EIL.
40 PERFORMANCE GUARANTEE
40.1 Pursuant to clause no. 10 of Section-A of GCC , bidder will provide Performance Guarantee for
10% of the Contract Value (total price of contract including supplies and site work, wherever
applicable) within 15 days of receipt of LOA / FOA / Purchase order from the Owner. The
Performance Guarantee shall be in form of either irrevocable letter of credit, Demand Draft or
Banker’s Cheque or irrevocable Bank Guarantee (as per Format attached) and shall be in the
currency of Contract.
40.2 Failure of the successful bidder to comply with the requirement of this clause shall constitute a
breach of contract, cause for annulment of the award, forfeiture of the bid security and any
such remedy the Owner may take under the Contract.
41 CORRUPT AND FRAUDULENT PRACTICES
41.1 The Owner requires that Bidders/Contractors observe the highest standard of ethics during the
execution of Contract. In pursuance of this policy, the Owner defines, for the purposes of this
provision, the terms set forth below as follows:
i) “Corrupt Practice” means the offering, giving, receiving, or soliciting of anything of
value to influence the action of public official in contract execution; and
ii) “Fraudulent Practice” means a misrepresentation of facts in order to influence the
execution of a Contract to the detriment of the Owner, and includes collusive practise
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.
41.2 The Owner will reject a proposal for award if it determines that the bidder recommended for
award has engaged corrupt or fraudulent practices in competing for the Contract in question:
41.3 If it is found that a Bidder has furnished fraudulent document/information, the Bid
Security/Performance Security shall be forfeited and the party debarred for period of 3(three)

ITB – GLOBAL (LIMITED-POA) (A415-OIL NBPS PROJECT) Page 16 of 58


Page 30 of 443
INSTRUCTIONS TO BIDDERS (ITB)-LIMITED (POA)

years from date of detection of such fraudulent act, besides the legal action. In case of major
and serious fraud, competent authority may enhance the period of debarment.
41.4 The bidder(s) are required to execute the “Integrity Pact” attached in the Bidding. In case a
bidder does not sign the Integrity Pact, his bid shall be liable for rejection.
A. 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
the bids and forfeiture of earnest money deposit/Performance Guarantee (CPBG)
B.In case, the information/ document furnished by the vendor/ contractor forming basis of
evaluation of his bid is found to be false / forged after the award of the contract, OIL
shall have full right to terminate the contract and get the remaining job executed at the
risk & cost of such vendor/ contractor without any prejudice to other rights available to
gail 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, OIL shall have full right to forfeit any amount due to the vendor/ contractor
along with forfeiture of CPBG / security deposit furnished by the vendor/ contractor.
D. Further, such bidder/ vendor / contractor shall be put on blacklist/ holiday list of OIL
debarring them from future business with OIL
42 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.
43 ORDER OF PRECEDENCE
The Articles contained in this Section shall supplement to the Special Conditions of Contract
(SCC) and General Conditions of Contract-Goods (GCC). Where any portion of SCC and GCC is
repugnant or at variance with any provisions of Instructions to Bidders. Instructions to Bidders
shall be deemed to over-ride the provision(s) of Special Conditions of Contract and General
Conditions of Contract-Goods (GCC) only to the extent that such repugnancies of variations in
Instructions to Bidders are not possible of being reconciled with the provisions of Special
Conditions of Contract and General Conditions of Contract.
44 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, Organisation, 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.

ITB – GLOBAL (LIMITED-POA) (A415-OIL NBPS PROJECT) Page 17 of 58


Page 31 of 443
INSTRUCTIONS TO BIDDERS (ITB)-LIMITED (POA)

45 REQUIREMENT OF PAN FOR FOREIGN SUPPLIER


In case of site work and/or services rendered in India by a Foreign Supplier, it is mandatory to
furnish Permanent Account Number (PAN), as per the Indian Income Tax requirements, failing
which Foreign Supplier shall be responsible for any additional tax deduction at source as per
the provisions of the Indian Income Tax Act/Rules and the same shall be deducted from the
payment made to supplier/contractor/consultant. The PAN shall be furnished before release of
any payment or within one month of issue of purchase order, whichever is earlier.

45.1 TAX RESIDENCY CERTIFICATE (TRC):


TRC containing prescribed particulars as per the enclosed proposal Form F-19 from the
government of foreign country in order to claim the benefits of DTAA as per the Indian Income
Tax requirements failing which the relief under DTAA will not be available and consequently the
higher rate of withholding tax @25% will be applicable and deducted from the payment made
to supplier/contractor/consultant (i.e., non-resident taxpayer). The TRC shall be duly verified
by the government of the country of which the assessee claims to be a resident for the
purposes of tax.
45.2 FORM 10F:
In additional to TRC, bidder in order to claim the benefits of DTAA shall also submit additional
information in form no. 10F (enclosed as Form F-20). Form 10F has to be signed & verified
by the assessee himself.
If some information is already contained in TRC, the bidder shall not be required to provide
that information in Form no. 10F but even then Form no. 10F is required to be provided by
the bidder.
However, the bidder may write Not Applicable in the relevant column in case that information
is already contained in TRC.

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

ITB – GLOBAL (LIMITED-POA) (A415-OIL NBPS PROJECT) Page 18 of 58


Page 32 of 443
FORMS AND FORMATS

ITB – GLOBAL (LIMITED-POA) (A415-OIL NBPS PROJECT) Page 19 of 58


Page 33 of 443
BIDDING DOCUMENT NO.:
PROJECT :

F-1
BIDDER’S GENERAL INFORMATION

To
DGM (C&P),
ENGINEERS INDIA LIMITED,
EI-ANNEXE, 2ND FLOOR,
1, BHIKAIJI CAMA PLACE,
R.K. PURAM, NEW DELHI - 110 066

1-1 Bidder Name: ________________________________________

1-2 Number of Years in Operation: ________________________________________

1-3 Address of Registered Office: ________________________________________

City________________ District _________

State _______________ PIN/ZIP__________

1-4 Operation Address


if different from above: ________________________________________

________________________________________

City________________ District _________

State _______________ PIN/ZIP__________

1-5 Telephone Number: _______________________________________

(Country Code) (Area Code) (Telephone Number)

1-6 E-mail address: ________________________________________

1-7 Website: ________________________________________

1-8 Fax Number: ________________________________________

(Country Code) (Area Code) (Telephone Number)

1-9 ISO Certification, if any {If yes, please furnish details}

1-10 Bid Currency __________________________________

1-11 Port of shipment __________________________________

1-12 Whether Supplier / Manufacturer _____________________________________


Dealer/Trader/Contractor

1-13 Type of Material Supplies : _____________________________________

ITB – GLOBAL (LIMITED-POA) (A415-OIL NBPS PROJECT) Page 20 of 58


Page 34 of 443
1-14 Banker’s Name : _____________________________________

1-15 Branch : _____________________________________

1-16 Branch Code : _____________________________________

1-17 Bank account number : _____________________________________

ONLY FOR INDIAN BIDDERS

1-18 Excise Registration number : _____________________________________

1-19 Excise Range : _____________________________________

1-20 Excise Division : _____________________________________

1-21 Excise Collectorate : _____________________________________

1-22 Local ST No. : _____________________________________

1-23 CST No. : _____________________________________

1-24 PAN No. : _____________________________________

1-25 Whether unit is registered under NSIC Or not : ___________________________________

25.1 In case of registered under NSIC, indicate following: Copy of NSIC Certificate enclosed

Registration No. and Validity: _______________________

Monetary limit: _______________________

(SIGNATURE OF BIDDER WITH SEAL)

ITB – GLOBAL (LIMITED-POA) (A415-OIL NBPS PROJECT) Page 21 of 58


Page 35 of 443
BID DOCUMENT NO.:
PROJECT :

F-2
BID FORM
To
M/s OIL India Ltd.
Dear Sir,

After examining/reviewing the Bidding Documents for complete scope of work as specified in the MR,
including technical specifications, drawings, General and Special Conditions of Contract and Price schedule
etc. the receipt of which is hereby duly acknowledged, we, the undersigned, are pleased to e-bid to
execute the whole of the Job for the item in conformity with, the said Bidding Documents, including
addendums/corrigendum/amendment to the bidding document, if any.
We confirm that this bid is valid for a period of 150 days from the date of opening of Techno-Commercial
Bid, and it shall remain binding upon us and may be accepted by any time before the expiration of that
period.
If our bid is accepted, we will provide the performance guarantee equal to 10% (ten per cent) of the
Contract Price, for the due performance with in fifteen days of such award.
Until a final Contract is prepared and executed, the bid together with your written acceptance thereof in
your notification of award shall constitute a binding Contract between us.
We understand that Bidding Document is not exhaustive and any action and activity not mentioned in
Bidding Documents but may be inferred to be included to meet the intend of the Bidding Documents shall
be deemed to be mentioned in Bidding Documents unless otherwise specifically excluded and we confirm
to perform for fulfilment of Agreement and completeness of the Work in all respects within the time frame
and agreed price.
We understand that you are not bound to accept the lowest priced or any bid that you may receive.

SEAL AND SIGNATURE


DATE:
Duly authorized to sign bid for and on behalf of ____________________________________

(SIGNATURE OF WITNESS)
WITNESS NAME:
ADDRESS:

ITB – GLOBAL (LIMITED-POA) (A415-OIL NBPS PROJECT) Page 22 of 58


Page 36 of 443
BID DOCUMENT NO.:
PROJECT :

F-3
LIST OF ENCLOSURES
Error! Bookmark not defined.
DELETED

ITB – GLOBAL (LIMITED-POA) (A415-OIL NBPS PROJECT) Page 23 of 58


Page 37 of 443
BID DOCUMENT NO.:
PROJECT :
F-3B

DELETED

ITB – GLOBAL (LIMITED-POA) (A415-OIL NBPS PROJECT) Page 24 of 58


Page 38 of 443
BID DOCUMENT NO.:
PROJECT :

F-4
NO DEVIATION CONFIRMATION
OIL India Ltd.
Dear Sir,
We understand that any deviation/exception in any form may result in rejection of bid. We, therefore,
certify that we have not taken any exceptions/deviations anywhere in the bid and we agree that if any
deviation/exception is mentioned or noticed, our bid may be rejected.

(SEAL AND SIGNATURE OF BIDDER)

ITB – GLOBAL (LIMITED-POA) (A415-OIL NBPS PROJECT) Page 25 of 58


Page 39 of 443
BID DOCUMENT NO.:
PROJECT :

F-5

DELETED

ITB – GLOBAL (LIMITED-POA) (A415-OIL NBPS PROJECT) Page 26 of 58


Page 40 of 443
BID DOCUMENT NO.:
PROJECT :

F-6
DETAILS OF SIMILAR WORK DONE

DELETED

ITB – GLOBAL (LIMITED-POA) (A415-OIL NBPS PROJECT) Page 27 of 58


Page 41 of 443
BID DOCUMENT NO.:
PROJECT :

F-7
CERTIFICATE OF NON-INVOLVEMENT OF AGENT

Dear Sir,

This is to certify that we have not engaged involve any Agent /Consultant/Retainer/Associate who is not an
employee of _____________________ (name of your company) for payment of any remuneration thereof in
India or abroad. Therefore, no Agent’s / Representative’s / consultant’s commission is payable in India or
abroad against this Contract.

SIGNATURE AND SEAL OF BIDDER

Notes:

1. This certificate should be issued in the Letter Head of the Bidder.


2. This certificate is to be issued only if there is no Agent /Consultant/Retainer/Associate is involved.

ITB – GLOBAL (LIMITED-POA) (A415-OIL NBPS PROJECT) Page 28 of 58


Page 42 of 443
BID DOCUMENT NO.:
PROJECT :

F-8
PROFORMA FOR DETAILS OF INDIAN AGENT

Dear Sir,
Following are the details of Indian agent/ consultant/representative

S. No. Description
Bidder’s response

1. Name & address of agent / consultant /


representative in India.

2. The precise relationship between the bidder


and their agent/consultant/representative in
India.
3. The mutual interest which the bidder and
Agent / Consultant / Representative in India
have in the Business of each other.
4. Any payment which the Agent / Consultant /
Representative in India or abroad receives
from the bidder whether as a commission for
the contract or as a general retainer fee
included in the quoted prices.
5. Permanent Income Tax Account number of
Agent / Consultant / Representative in India

6. Permanent Income Tax account of bidder in his


country and also in India, if applicable

7. Copy of the Agreement between the bidder


and Agent/Consultant/Representative in India
to be enclosed.
8. All services to be rendered by the Agent /
Consultant / Representative

SEAL AND SIGNATURE OF BIDDER

Note: Aforementioned information’s need to be supported with necessary documents.

ITB – GLOBAL (LIMITED-POA) (A415-OIL NBPS PROJECT) Page 29 of 58


Page 43 of 443
BID DOCUMENT NO.:
PROJECT :

F-9
DECLARATION

We confirm that we are not under any liquidation, court receivership or similar proceedings.

We also confirm that we have not been put on Holiday / Black listed by OIL or Project management consultant
(PMC) of OIL or Black listed by any Government department / Public sector on due date of submission of bid.

We also confirm that the content of the Bidding Document including Corrigendum/Addendum (if any) have not
been altered or modified.

We further confirm that in case we are the successful bidder, we shall supply spares directly and shall not pass
on the responsibility to Dealers / Distributors / Stockists or Indian Associates for the present and future
requirement, if any, of the Purchaser.

Signature & Seal of Bidder

ITB – GLOBAL (LIMITED-POA) (A415-OIL NBPS PROJECT) Page 30 of 58


Page 44 of 443
F-10
LETTER OF AUTHORITY
PROFORMA FOR LETTER OF AUTHORITY FOR ATTENDING AND SUBSEQUENT
NEGOTIATIONS/CONFERENCES

No. Date:
Oil India Ltd.
Dear Sir,

We _____________________________________ hereby authorize following representative(s) to attend un-


priced bid opening and price bid opening and for any other correspondence and communication against above
Bidding Document:

Name & Designation _______________________ Signature _________________


Name & Designation _______________________ Signature _________________
We confirm that we shall be bound by all commitments made by aforementioned authorised representatives.

Yours faithfully,

Signature

Name & Designation

For and on behalf of

NOTES:

A. 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.
B. Not more than two persons are permitted to attend techno –commercial un-priced and price bid
opening.
C. Bidder’s authorized executive is required to carry a copy of this authority letter while attending the un-
priced bid opening and price bid opening and submit the same to OIL/EIL

ITB – GLOBAL (LIMITED-POA) (A415-OIL NBPS PROJECT) Page 31 of 58


Page 45 of 443
BID DOCUMENT NO.:
PROJECT :

F-11
PROFORMA FOR BANK GUARANTEE FOR EARNEST MONEY DEPOSIT/ BID SECURITY

DELETED

ITB – GLOBAL (LIMITED-POA) (A415-OIL NBPS PROJECT) Page 32 of 58


Page 46 of 443
BID DOCUMENT NO.:
PROJECT :

F-12
PROFORMA OF BANK GUARANTEE FOR CONTRACT PERFORMANCE GUARANTEE
(ON NON-JUDICIAL PAPER OF APPROPRIATE VALUE)

REFER ANNEXURE VIII OF GCC-GOODS

ITB – GLOBAL (LIMITED-POA) (A415-OIL NBPS PROJECT) Page 33 of 58


Page 47 of 443
BID DOCUMENT NO.:
PROJECT :

F-13
CHECK LIST
Bidders are requested to duly fill in the checklist. This checklist gives only certain important items to facilitate
the bidder to make sure that the necessary data/information as called for in the Bidding Document has been
submitted by them along with their offer. This, however, does not relieve the bidder of his responsibilities to
make sure that his offer is otherwise complete in all respects.
Please ensure compliance and tick ( ) against following points:

S. NO. DESCRIPTION STATUS

1.0 Signing and stamping each sheet of offer, original e-Bidding Document
including drawings, addendum (if any)

2.0 Confirm that the following details have been submitted in the Un-
priced part of e-bid

a) Covering Letter, Letter of Submission

b) Letter of Authority (Form F-10)

c) Master Index of bidding document and addendum (if any)

d) Power of Attorney in the name of person signing the bid, in


Physical form.

e) Bidder’s declaration in Form F-9.

f) Agreed Terms & Conditions with Annexure-1 duly filled in and


signed (For Indian/Foreign Bidders – as applicable)

3.0 Confirm that all forms duly filled in are enclosed with the bid duly
signed by authorised person(s)

4.0 Confirm that the price part of e-bid as per Price Schedule format
enclosed with Bidding Document has been duly filled in for each
item, signed and stamped on each page separately.
5.0 Confirm that proper page nos. have been given in sequential way
in all the documents submitted along with your offer with Index.

6.0 Confirm that any correction in documents submitted in Physical


form alongwith Un-priced part of e-bid has been initialled and
stamped by the authorized person.
7.0 Confirmation that no deviations are taken against commercial
and technical specifications of the Bidding Document.

8.0 Details of Built-in CIF value, details of Import duty included in the
prices are furnished under the format attached for the same.

ITB – GLOBAL (LIMITED-POA) (A415-OIL NBPS PROJECT) Page 34 of 58


Page 48 of 443
S. NO. DESCRIPTION STATUS

9.0 Details of 2 years spares, start-up and commissioning spares are


furnished in the format attached for the same.

(Seal and Signature of Bidder)

ITB – GLOBAL (LIMITED-POA) (A415-OIL NBPS PROJECT) Page 35 of 58


Page 49 of 443
BID DOCUMENT NO.:
PROJECT :

FORMAT F-14

AGREED TERMS & CONDITIONS WITH ANNEXURE


(FOR INDIAN/FOREIGN BIDDERS)

ITB – GLOBAL (LIMITED-POA) (A415-OIL NBPS PROJECT) Page 36 of 58


Page 50 of 443
OIL INDIA LIMITED
NBPS PROJECT OF OIL
(Job No. A415)
AGREED TERMS & CONDITIONS
(FOR INDIAN BIDDERS)
Vendor Name: M/s __________________________________________________________
RFQ No. : ______________________________________________________________
Vendor’s Offer Ref No. : ______________________________________________________
Tel. 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 VENDOR, 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, CONFIRM.

4. FAILURE ON THE PART OF VENDOR IN NOT RETURNING THIS DULY FILLED-UP QUESTIONNAIRE
AND/OR SUBMITTING INCOMPLETE REPLIES MAY LEAD TO REJECTION OF VENDOR'S QUOTATION”.

5. ZERO DEVIATION : YOUR OFFER SHALL BE IN TOTAL COMPLIANCE WITH BIDDING DOCUMENT
CONTAINING COMMERCIAL AND TECHNICAL SPECIFICATIONS INCLUDING GENERAL / TECHNICAL
NOTES AND SCOPE OF WORK INCLUDING DOCUMENTATION AS PER MATERIAL REQUISITION (MR)
AND SUBSEQUENT TECHNICAL/COMMERCIAL AMENDMENT AND TECHNICAL/COMMERCIAL
CORRIGENDUM, IF ANY, WITHOUT ANY DEVIATION OTHERWISE OFFER SHALLBE LIABLE FOR
REJECTION.

SL. DESCRIPTION VENDOR’S CONFIRMATION


NO.
1. Quoted prices are on FOT despatch point basis inclusive of Confirmed
Packing & Forwarding.
1.1 Specify Despatch Point Indicated (Refer Annexure-1)

1.2
a) Indicate firm freight charges for transportation by Road Quoted in Pice schedule
upto Project site excluding Cenvatable Service Tax & Ed.
Cess.

b) In case service tax is non cenvatable, same shall be Confirmed


included in the quoted freight charges.

c) Confirm that the cenvatable Service tax payable extra on Quoted in Price schedule
freight is quoted.

Confirmed
d) Bidder shall be paid service tax only against cenvatable
invoices issued in accordance with the service tax rules.
1.3 Transit risk insurance shall be covered by the Owner
against their MCE (Marine cum Erection) Policy and the Confirmed
same has not been included in the quoted prices.

ITB – GLOBAL (LIMITED-POA) (A415-OIL NBPS PROJECT) Page 37 of 58


Page 51 of 443
SL. DESCRIPTION VENDOR’S CONFIRMATION
NO.
2. Excise Duty + Education Cess:

a) Tarrif sub heading no. Indicated (Refer ANNEXURE – I)

b) Present rate of Excise Duty + Education Cess payable extra Quoted in Price schedule
against documentary evidence on finished products
(including spares).

c) Maximum rate applicable (If present rate is nil or Quoted in Price schedule
concessional)

d) Clarify whether Excise Duty will be applicable on freight Not Applicable / Applicable
charges also. (Please tick, whichever is applicable,
otherwise, it shall be considered as
Not Applicable)
2.1 Please indicate following break-up
a) Cenvatable Excise Duty 100%

b) Non Cenvatable Excise Duty NIL


2.2 The payment against Cenvatable portion shall be made at Confirmed
a) actuals subject to maximum given at 2.1 (a) above.
Confirm acceptance.

b) Material supplied will be eligible for CENVAT Credit and Confirmed


vendor shall furnish all documents as required to avail the
same.
2.3 The Cenvatable portion of Excise Duty shall be released on Confirmed
receipt of CENVATABLE documents.. Confirm acceptance.
3. Sales Tax:
a) Sales tax payable extra Specify CST/ State VAT Quoted in Price schedule

b) Present rate * Quoted in Price schedule


* In case of CST, C form shall be provided.
for supplies made to project sites at Bihar & Assam, in case
of direct supply orders by OIL/EIL, However ‘C’ Form shall
not be issued for Concessional rate of CST for supplies
made to project sites at West Bengal. In case of State VAT,
no concessional form will be issued.

c) Purchaser shall avail credit of State VAT, as applicable. Confirmed


State VAT shall be reimbursed to bidder subject to
submission of requisite documents enabling Owner to avail
‘INPUT CREDIT’ for the same.

d) Clarify whether CST / State VAT will be applicable on Not Applicable / Applicable
freight charges also. (Please tick, whichever is applicable,
otherwise, it shall be considered as
Not Applicable)

4. In case Excise Duty / CST / State VAT are not stated as Confirmed
applicable on freight charges presently, and if they are
applicable at the time of delivery due to any reasons other
than statutory, the same will be borne by the Bidder.
Confirm compliance.

ITB – GLOBAL (LIMITED-POA) (A415-OIL NBPS PROJECT) Page 38 of 58


Page 52 of 443
SL. DESCRIPTION VENDOR’S CONFIRMATION
NO.
5.
a) Only statutory variations, if any, in the present rate of Confirmed
Excise Duty, Ed. Cess, CST / State VAT, Service tax etc.
upto the contractual delivery period shall be to OIL’s
account subject to documentary evidence to be furnished
by the bidder. Any variation beyond CDD shall be borne by
bidder.

b) However, any variation in Excise duty + Ed. Cess at the


time of supplies for any reasons, other than statutory, Confirmed
including variations due to turnover, shall be borne by
bidder.

6. Site Work:
If Material Requisition/ enquiry documents call for Site
Work, please confirm the following:

a) Confirm that quoted prices include VAT on Works Contract. Confirmed

b) Owner shall not pay any variation including statutory Confirmed


variation. Any extra implication due to wrong assessment
and/ or selection of mode of ordering shall be borne by
you. Confirm acceptance.
Confirmed
c) VAT on Works Contract at source will be deducted as per
statutory provisions and TDS certificate will be issued for
the same by Owner. Confirm acceptance.
Confirmed
d) Only single order covering complete scope of supply &
services will be issued and order for supply and services
shall not be split.

e) Confirm that quoted prices are exclusive of Cenvatable Confirmed


Service tax. Quoted in Price Schedule

7. Entry Tax:
Octroi / Entry tax/ Consumption tax, if applicable, shall be Confirmed
borne by OIL.

8. All new taxes/duties/cess/levies notified after the last date


of submission of final price bid/price implication, but within Confirmed
contractual delivery /completion period, shall be to OIL’s
account. These shall be reimbursed against documentary
evidence.

However, in case of delay on account of supplier, any new Confirmed


or additional taxes and duties imposed after contractual
delivery shall be to supplier’s account. Confirm compliance.
Any errors of interpretation of applicability of taxes/duties
by bidders shall be to bidders’ account.
9. Spares Parts:
a) Confirm item wise unit price (FOT Despatch Point) of
following spare parts as required in Material Requisition Confirmed
(MR) have been included in the quoted prices and itemised
list has been furnished.

ITB – GLOBAL (LIMITED-POA) (A415-OIL NBPS PROJECT) Page 39 of 58


Page 53 of 443
SL. DESCRIPTION VENDOR’S CONFIRMATION
NO.
i) Mandatory spares as specified in MR. Confirmed (if applicable as per MR)

ii) Special Tools & Tackles as specified in the MR. Confirmed (if applicable as per MR)

iii) Commissioning spares wherever required. Confirmed (if applicable as per MR)

b) Recommended spare parts for two years operation & Confirmed (if applicable as per MR)
maintenance are quoted separately. Also quote freight
charges upto site for the spares.

10. Confirm documentation charges as per MR are inclusive in Confirmed


your quoted prices.
11. Confirm customer references list for the item/model quoted Confirmed
by you, is given in offer. (if required as per MR)

12. LIQUIDATED DAMAGES on delay in delivery:


a) Confirm acceptance to clause of Liquidated Damages for Confirmed
delay in deliveries as specified in GCC (Goods) enclosed in
Bidding Document.

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


applicable reduction.
13. Delivery / Completion Period:
a) Please confirm acceptance to delivery / completion period Confirmed
conforming to RFQ requirement.

b) In case of specified delivery on FOT site basis in the


bidding document, owner/purchaser reserves the right to Noted
place order on FOT dispatch point basis with FOT dispatch &
point delivery lesser than FOT site delivery by 2 weeks and Confirmed
Freight to be arranged by purchaser.

14. Payment Term:


Confirm acceptance of payment terms as per RFQ. Confirmed

15. Part Order:


a) Confirmed acceptance to Part Order. Confirmed

b) The quantity against a particular item shall not be split Noted


(Except as applicable under purchase preference policy to
MSE Bidders)..

c) Any charges quoted extra as lump-sum shall be applicable Confirmed


prorata on value basis in the event of part order.
16. Repeat Order:
Confirm acceptance of repeat order within 6 (six) months Confirmed
as per SCC and RFQ.

17. Performance Bank Guarantee:


a) Submission of Performance Bank Guarantee for 10% of
total order value as asked in GCC and Instructions to Confirmed
Bidders (ITB) for full guarantee period plus 90 (ninety)
days.

ITB – GLOBAL (LIMITED-POA) (A415-OIL NBPS PROJECT) Page 40 of 58


Page 54 of 443
SL. DESCRIPTION VENDOR’S CONFIRMATION
NO.

b) i) 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.

18. Firmness of prices:


a) Confirm quoted prices shall remain firm and fixed till Firm & Fixed
complete execution of order. Price Variation shall not be
considered on any account.

19. Testing and Inspection charges:


a) Goods and services are subject to stage-wise and final
inspection by Owner/EIL. Travel, Living and Personnel Confirmed
expenses of Owner/EIL’s inspectors shall be borne by
Owner.

All Built in Import content shall be subject to inspection by


BV/DNV/LRS/IRS/RITES/CEIL for which charges are Included
included in the quoted prices and no additional charges will
be paid by Owner.

Quoted prices are:


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

Is your shop approved by IBR/CCE authority and has


c) sufficient validity to execute the order / contract, if Approved
awarded.
20. Import Content:
If your offer is based on certain imported raw materials
required for equipments/ materials offered, please specify
the following :

a) Confirm that quoted prices are based on Merit rate of


customs duty CVD, Educational Cess and SAD as Confirmed
applicable.

b) Indicate brief description/ specification with itemised CIF


value and county of origin of imported material. (to enable
OIL/EIL to operate part order).

c) Indicate classification with tariff no. under which Vendor Furnished


intends to import. Refer Annexure-III

d) Confirm prices shall be firm on account of variation in Confirmed


foreign exchange rate.

e) Owner shall not provide any import licence. Noted

f) 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

ITB – GLOBAL (LIMITED-POA) (A415-OIL NBPS PROJECT) Page 41 of 58


Page 55 of 443
SL. DESCRIPTION VENDOR’S CONFIRMATION
NO.
classification shall be passed on to Owner.

g) Statutory variations, if any, in the rate of customs duty Confirmed


upto a maximum period of the contractual delivery period
shall be to Owner’s account. Owner will not pay any
variation on account of CVD including Edu. Cess.

h) Any increase in price due to increase in the rate of Customs Confirmed


Duty, due to any reasons, whatsoever, beyond the
contractual delivery period, shall be to vendor's account.
However, any decrease in custom duty rate at the time of
actual clearance of imported materials shall be passed on
to Owner.

i) The CIF Value(s) indicated by the vendor shall be deemed Confirmed


to be the maximum value(s) for the purpose of payment of
variation in custom duty and/or other statutory variations,
if any, thereon.

j) Variation in price due to Customs duty rate will be dealt Confirmed


with separately after receipt of equipment at site, against
documentary evidence.

21. VALIDITY:
a) Confirm that the offer as per RFQ. Confirmed

b) Confirm validity of recommended spares for 2 years Confirmed


operation and maintenance will be 2 months over and
above the validity of offer.
22.
a) ZERO DEVIATION:
Confirm your offer is in total compliance with Bidding Confirmed
Document containing technical specifications including
General / Technical notes and scope of work including
documentation as per Material Requisition (MR) and
subsequent Technical amendment and Technical
corrigendum, if any, without any deviation.

b) Confirm your offer is in total compliance with Bidding Confirmed


documentation containing commercial terms and conditions
as per the following documents, without any deviation:

i) General Conditions of Contract-Goods (GCC) Confirmed

ii) Request For Quotation (RFQ) Confirmed


iii) Instructions to Bidders (ITB) Special Conditions of
Contract (SCC) Confirmed

iv) Payment Terms and Mode of Payment. Confirmed


v) Packing, Marking & Shipping Instructions, Special
Packing Requirements, Integrity Pact etc. Confirmed

vi) Terms & conditions for Supervision of Erection, Testing Confirmed


& Commissioning (if applicable).

ITB – GLOBAL (LIMITED-POA) (A415-OIL NBPS PROJECT) Page 42 of 58


Page 56 of 443
SL. DESCRIPTION VENDOR’S CONFIRMATION
NO.
vii) Terms & conditions for Installation/Site Work, (if Confirmed
applicable).

Deviation to Terms & Conditions shall lead to rejection of Confirmed


offer.
c)
23. Furnish Balance Sheet/ Annual Reports & Turnover figures Attached
of last three years along with your unpriced offer:
TURNOVER
Last Year
2 years before Refer Annexure-1
3 years before
24. Whether any of the Directors of Vendor is a relative of any
Director of Owner/EIL or the vendor is a firm in which any Confirmed No relation
Director of Owner/EIL or his relative is a Partner or the
vendor is a private company in which any director of
Owner/EIL is a member or Director.
25. Please confirm you have not been banned or delisted by
any Government or Quasi Government agencies or PSUs. If Not Banned
you have been banned, then this fact must be clearly
stated. This does not necessarily be cause for
disqualification. However if this declaration is not furnished
the bid shall be rejected as non-responsive.

26. Please confirm your offer contains the following: No Deviation

26.1 UNPRICED OFFER Confirmed


Deviation sheet, if any.
26.2 PRICED OFFER
a. Price Schedule.
b. Statement that all specification and terms & conditions are Confirmed
as per un-priced copy of offer.
27. Any claim arising out of order shall be sent to Owner in Confirmed
writing with a copy to EIL within 3 months from the date of
last despatch. In case the claim is received after 3 months,
the same shall not be entertained by Consultant/ Owner.
28. Printed terms and conditions, if any, appearing in Confirmed
quotation, shall not be applicable in the event of order. In
case of contradiction between the confirmations given
above and terms & conditions mentioned elsewhere in the
offer, the confirmation given/confirmed herein above shall
prevail.
29. Confirm your offer is strictly as per MR requirement without Confirmed
any technical deviations.

VENDOR’S NAME :

SIGNATURE & SEAL:

ITB – GLOBAL (LIMITED-POA) (A415-OIL NBPS PROJECT) Page 43 of 58


Page 57 of 443
ANNEXURE-I
OIL (INDIA) LIMITED
NBPS PROJECT OF OIL INDIA LTD.
(Job No. A415)
AGREED TERMS & CONDITIONS
(FOR INDIAN BIDDERS)

Vendor Name : M/s__________________________________________________________

RFQ No. : ________________________________________________________________________

Vendor’s Offer Ref. No. _____________________________________________________________

The Salient features of the offers are as below:

Sr. ATC Clause Description Vendor’s Confirmation


No. Sr. No.
1. 1.1 Specify Despatch points.

2 1.2 a) Freight Charges Extra Upto Project Site Price to be furnished in


(Excluding Cenvatable Service Tax & Education Cess.) Price Schedule Format.
3 1.2 c) Cenvatable Service Tax & Education Cess on Freight To be furnished in Price
Charges Upto Project Site (not to be included in the Schedule Format.
freight charges)
Note : Bidder shall be paid service tax on freight only
against issue of cenvatable invoice issued in accordance
with service tax rules
4 2 a) Excise Duty : Tarrif Sub Heading No.
5 2 b) Excise Duty + Education Cess
6 2 c) Maximum rate of Excise Duty applicable (If present rate
is nil or concessional) To be furnished in Price
7 3 a) Specify CST/ State VAT Schedule Format.
8 3 b) Central Sales Tax against form ‘C’ for Bihar & Assam
9 3 b) Central Sales Tax without form ‘C’ for West Bengal
10 3 b) State VAT without any concessional form

11 23 Turnover figures for the last three years


Last Year :
2 Years before
3 Years before

12 -- Currency Considered (Change in currency once quoted


will not be allowed)

Bidder’s Signature with Stamp/Seal

ITB – GLOBAL (LIMITED-POA) (A415-OIL NBPS PROJECT) Page 44 of 58


Page 58 of 443
ANNEXURE-II
OIL INDIA LIMITED
NBPS PROJECT OF OIL INDIA LTD.
(Job No. A415)

Real Time Gross Settlement (RTGS)/National Electronic funds transfer (NEFT) Mandate Form
(To be issued on vendors letter head)

1. Vendor/customer Name :
2. Vendor/customer Code
3. Vendor/customer address:
4. Vendor/customer e-mail id
5. Particulars of bank account
a. Name of Bank
b. Name of branch
c. Branch code:
d. Address:
e. Telephone number
f. Type of account(current/saving etc)
g. Account Number
h. RTGS IFSC code of the bank branch
i. NEFT IFSC code of the bank branch
j. 9 digit MICR code

I/we hereby authorize OIL India Limited to release any amount due to me/us in the bank account as mentioned
above. I/We hereby declare that the particulars given above are correct and complete. If the transaction is
delayed or lost because of incomplete or incorrect information, we would not hold the OIL India Limited
responsible.

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

(Signature of vendor/customer)

BANK CERTIFICATE

We certify that ------------------------------has an Account no.---------------------------- with us and we confirm that


the details given above are correct as per our records.

Bank stamp

Date (Signature of authorized office of bank)

ITB – GLOBAL (LIMITED-POA) (A415-OIL NBPS PROJECT) Page 45 of 58


Page 59 of 443
ANNEXURE – III

DETAILS OF CIF VALUE


Offer Ref No:____________________
RFQ No: _______________________
Item : ________________________
DETAILS OF BUILT-IN CIF VALUE OF IMPORT CONTENT
WITH ITEMWISE DETAILS & RATES OF CUSTOMS DUTY CONSIDERED

DESCRIPTION

MR S. DETAILS OF BUILT-IN QTY. CIF VALUE OF IMPORT CONTENT RATE OF CUSTOMS DUTY INCLUDED IN QUOTED PRICES
ITEM No. IMPORTED RAW MATERIALS (No.) INCLUDED IN QUOTED SUPPLY
NO. AND COMPONENTS PRICES (Rs.)
UNIT CIF TOTAL CIF VALUE CUSTOMS BASIC CVD+ ADDITIONA TOTAL
VALUE TARIFF NO. CUSTOMS ED. CESS L CVD DUTY
DUTY (%) (%) (%) (%)
1 i)

ii)

---

2 i)

ii)

---

-- --

TOTAL CIF VALUE Rs.


(Bidder to indicate CIF value & details item wise wherever applicable).

____________________ ____________________
(NAME OF BIDDER) (SIGNATURE OF BIDDER)

ITB – GLOBAL (LIMITED-POA) (A415-OIL NBPS PROJECT) Page 46 of 58


Page 60 of 443
OIL INDIA LIMITED
NBPS PROJECT OF OIL INDIA LTD.
(Job No. A415)
AGREED TERMS & CONDITIONS
(FOR FOREIGN BIDDERS)

Vendor Name: M/s _________________________________________________________


RFQ No. : ______________________________________________________________
Vendor’s Offer Ref No. : ______________________________________________________
Tel. 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 VENDOR, 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, CONFIRM.

4. FAILURE ON THE PART OF VENDOR IN NOT RETURNING THIS DULY FILLED-UP QUESTIONNAIRE
AND/OR SUBMITTING INCOMPLETE REPLIES MAY LEAD TO REJECTION OF VENDOR'S QUOTATION”.

1. ZERO DEVIATION : YOUR OFFER SHALL BE IN TOTAL COMPLIANCE WITH BIDDING DOCUMENT
CONTAINING COMMERCIAL AND TECHNICAL SPECIFICATIONS INCLUDING GENERAL / TECHNICAL
NOTES AND SCOPE OF WORK INCLUDING DOCUMENTATION AS PER MATERIAL REQUISITION (MR)
AND SUBSEQUENT TECHNICAL/COMMERCIAL AMENDMENT AND CORRIGENDUM, IF ANY, WITHOUT
ANY DEVIATION OTHERWISE OFFER SHALLBE LIABLE FOR REJECTION.

SL. DESCRIPTION VENDOR’S CONFIRMATION


NO. WITH DETAILS
1. a) Confirm that the offer contains firm unit and total prices Confirmed
separately on F.O.B. International Port of Exit basis (including
stowage charges).

b) Indicate international Seaport of Exit. Indicated (Refer Annexure-1)

c) Confirm that firm Ocean Freight for converting FOB prices to CFR Quoted in Price Schedule
prices upto port of entry in India (Kolkata) have been quoted.

d) Owner reserves the option to place order on FOB or on CFR Confirmed


basis.

2. Delivery / Completion Period:


Please confirm acceptance to delivery / completion period Confirmed
conforming to RFQ requirement.

3. Transit Insurance:
Prices quoted must exclude transit insurance charges from FOB Confirmed
International Port of Exit as the same shall be arranged by the
Purchaser. However, all transit insurance charges for inland transit
upto FOB International Port of Exit must be included by you in your
prices.
4. Taxes & Duties:
a) All taxes, duties and levies of any kind payable upto FOB Confirmed
International Port of Exit shall be borne by you.

ITB – GLOBAL (LIMITED-POA) (A415-OIL NBPS PROJECT) Page 47 of 58


Page 61 of 443
SL. DESCRIPTION VENDOR’S CONFIRMATION
NO. WITH DETAILS
b) Export permit/license if required shall be vendor’s responsibility & Confirmed
any expenditure towards same will be borne by you.

5. VALIDITY:
a) Confirm that the offer as per RFQ. Confirmed

b) Confirm validity of recommended spares for 2 years operation and Confirmed


maintenance will be 2 months over and above the validity of offer.

c) Owner reserves the right to place the order on FOB or CFR price Confirmed
basis. In case of award, initially the Letter of Award (LOA) / Fax of
Acceptance (FOA) shall be placed on FOB basis and OIL reserves the
right to convert the same to CFR basis , 06 (Six) weeks prior to
Delivery period based on ocean freight charges quoted by Seller
subject to following:

Seller shall submit the following details of cargo within the time
specified above. In case requisite documents/ information is not
received within above stipulated duration, then decision regarding
CFR Conversion of this purchase order shall be taken within 45 days
from the date of receipt of all requisite data.

(i) Shipment’s Schedule (Shipment date, Port of Shipment etc.


for all the shipments).
(ii) Performa Invoices for all the equipments.
(iii) Dimension details of packages (dividing the same to
shipment lots).
(iv) Detailed technical write-up along with Catalogue.

6. Manufacturer’s name and address Refer Annexure-1

7. Inspection Charges:
a) Third Party Inspection agency for Foreign bidders shall be Confirmed
BV/DNV/LRS/IRS/RITES/CEIL. Confirm that you have included third
party inspection charges in your quoted prices (including inspector’s
fee) for IBR & non IBR items. No extra charges shall be payable by
purchaser for the same.

In the event of inspection by EIL or Owner, confirm no extra charges


b) payable by Owner/EIL. Confirmed

8. Country of Origin:
Country of origin from where the goods have been offered. Refer Annexure-1

9. Currency of Quote:
Furnish the currency of quote. Change in currency once quoted will Refer Annexure-1
not be allowed.

10. Spares Parts:

(a) Confirm item wise unit price (FOB) of following spare parts as Confirmed
required in Material Requisition (MR) have been quoted indicating
itemised quantity.

i) Mandatory spares as specified in MR are included in the price Confirmed (if applicable as per
schedule. MR)

ii) Special Tools & Tackles as specified in the MR are included in the Confirmed (if applicable as per
quoted prices. MR)
ITB – GLOBAL (LIMITED-POA) (A415-OIL NBPS PROJECT) Page 48 of 58
Page 62 of 443
SL. DESCRIPTION VENDOR’S CONFIRMATION
NO. WITH DETAILS

iii) Confirm commissioning spares wherever required have been Confirmed (if applicable as per
included in the quoted price and list of commissioning spares is also MR)
furnished.

iv) Recommended spare parts for two years operation & Confirmed (if applicable as per
maintenance are quoted separately. Also quote Sea freight price MR)
for the spares.

11. Confirm documentation charges as per MR are inclusive in your Confirmed


quoted prices.

12. Confirm customer references list for the item/model quoted by you, Confirmed (if required as per
is given in offer. MR)

13. Indicate shipping weight (net and gross) and volume of the Refer Annexure-II
consignment.
14. Performance Bank Guarantee:
a) Confirm goods to be supplied by you shall be guaranteed for Confirmed
performance as per the GCC & Instructions to Bidders (ITB) and
valid till full guarantee period plus 90 (ninety) days.

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


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

15. Firmness of prices:


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

16. Part Order:


a) Confirm acceptance to part order. Confirmed

b) The quantity against a particular item shall not be split (Except as Noted
applicable under purchase preference policy to MSE Bidders).

c) In case of part order confirm all lumpsum charges quoted extra if Confirmed
any viz. Documentation, testing, third party, packing, crating,
handling, FOB, IBR, CFR prices etc., can be considered on prorate
value basis.

17. Repeat Order:


Confirm acceptance of repeat order within 6 (six) months as per SCC Confirmed
and RFQ.
18. LIQUIDATED DAMAGES on delay in delivery:

a) Confirm acceptance to clause of Liquidated Damages for delay in Confirmed


deliveries as specified in GCC (Goods) enclosed in Bidding
Document.

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


applicable reduction.

19. Payment Term:


Confirm acceptance of payment terms as per RFQ. Confirmed

ITB – GLOBAL (LIMITED-POA) (A415-OIL NBPS PROJECT) Page 49 of 58


Page 63 of 443
SL. DESCRIPTION VENDOR’S CONFIRMATION
NO. WITH DETAILS
20. a) Letter of Credit shall be opened after receipt of unconditional Confirmed
order acknowledgement along with 10% performance bank
guarantee valid till expiry of Material/Equipment Guarantee
period as per GCC (Goods) and ITB plus 90 (ninety) days claim
period.

b) Letter of Credit shall be opened through a Govt. of India Confirmed L/C not required
Nationalised/ Scheduled Bank and hence need not be confirmed.
OR

c) However, if you still insist for confirmed L/C, confirmation charges Not Applicable
shall be borne by you, confirm.
21. All Bank charges and stamp duties payable outside India in Confirmed
connection with payments to be made under this Purchase Order, if
placed, shall be borne by you. All bank charges and stamp duties
payable in India shall be borne by the Purchaser.

22. Please indicate name and address of your Bankers for L/C opening, Refer Annexure-1
telephone/E-mail address.

23. ZERO DEVIATION:


a) Confirm your offer is in total compliance with Bidding Document Confirmed
containing technical specifications including General / Technical notes
and scope of work including documentation is as per Material
Requisition (MR) and subsequent Technical amendment and
Technical corrigendum, if any, without any deviation.

b) Confirm your offer is in total compliance with Bidding documentation Confirmed


containing commercial terms and conditions as per the following
documents, without any deviation:

i) General Conditions of Contract-Goods (GCC) Confirmed

ii) Request For Quotation (RFQ) Confirmed

iii) Instructions to Bidders (ITB) Confirmed

iv) Special Conditions of Contract. (Goods) (SCC- Goods) Confirmed

v) Payment Terms and Mode of Payment. Confirmed

vi) Packing, Marking & Shipping Instructions, Special Packing Confirmed


Requirements, Integrity Pact etc.

vii) Terms & conditions for Supervision of Erection, Testing & Confirmed
Commissioning (if applicable).

viii) Terms & conditions for Installation/Site Work, (if applicable). Confirmed

c) Deviation to Terms & Conditions shall lead to rejection of offer. Confirmed


24. Direct offer without the intermediary of an Indian agent will only be Confirmed
considered.

ITB – GLOBAL (LIMITED-POA) (A415-OIL NBPS PROJECT) Page 50 of 58


Page 64 of 443
SL. DESCRIPTION VENDOR’S CONFIRMATION
NO. WITH DETAILS
25. a) In case vendor envisage that participation of Indian Agent is must, Not Applicable
no correspondence with Indian Agent will be entertained.
However, if Indian Agent are involved, the bidder shall provide
reason/justification. The payments to overseas suppliers (i.e. the
principals) shall be released through L/C after deducting the
Indian agent’s commission, if any, from the quoted prices.

b) Indicate the name of the Indian Agent, with his full address and
percentage of commission included in your offer. Not Applicable

c) Indian Agent Commission will be paid directly by Owner to


Indian Agent in equivalent Indian Rupees (on conversion rate as Not Applicable
applicable on the date of payment to Vendor) after satisfactory
completion of the order. A valid registration certificate should also
exist at the time of agency commission being paid directly by
OIL. Confirm acceptance.
26. 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 be cause for disqualification. However, if this declaration
is not furnished the bid shall be rejected as non-responsive.
27. Please confirm your offer contains the following:

27.1 UNPRICED OFFER


Deviation sheet, if any. No Deviation

27.2 PRICED OFFER


a. Price Schedule. Confirmed

b. Statement that all specification and terms & conditions are as per Confirmed
unpriced copy of offer.

28. Any claim arising out of order shall be sent to Owner in writing with Confirmed
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.
29. Furnish Balance Sheet & Turnover figures of last three years along Attached
with your unpriced offer:
TURNOVER
Last Year : Refer Annexure-1
2 years before :
3 years before :

30. Printed terms and conditions, if any, appearing in quotation, shall not Confirmed
be applicable in the event of order. In case of contradiction between
the confirmations given above and terms & conditions mentioned
elsewhere in the offer, the confirmation given/confirmed herein
above shall prevail.

31. Confirm your offer is strictly as per MR requirement without any Confirmed
technical deviations.

VENDOR’S NAME :
SIGNATURE & SEAL:

ANNEXURE-1

ITB – GLOBAL (LIMITED-POA) (A415-OIL NBPS PROJECT) Page 51 of 58


Page 65 of 443
OIL (INDIA) LIMITED
NBPS PROJECT OF OIL INDIA LTD.
(Job No. A415)
AGREED TERMS & CONDITIONS
(FOR FOREIGN BIDDERS)

Vendor Name : M/s ____________________________________________________

RFQ No. : ___________________________________________________________

Vendor’s Offer Ref. No. _________________________________________________

The Salient features of the offers are as below:

Sr. ATC Clause Description Vendor’s Confirmation


No. Sr. No.
1. 1 b) Indicate International Seaport of Exit.

2. 1c) Firm Ocean Freight charges upto port of


entry in India (Kolkata) in %age of the Price to be furnished in Price Schedule
quoted prices Format.

3. 6 Manufacturer’s Name & Address

4. 8 Country of Origin

5. 9 Currency Considered (Change in currency


once quoted will not be allowed)

6. 22 Banker’s address & details for L/C opening.

7. 29 Turnover figures for the last three years

Last Year :

2 Years before

3 Years before

Bidder’s Signature with Stamp/Seal

ITB – GLOBAL (LIMITED-POA) (A415-OIL NBPS PROJECT) Page 52 of 58


Page 66 of 443
ANNEXURE-II
OIL (INDIA) LIMITED
NBPS PROJECT OF OIL INDIA LTD.
(Job No. A415)
AGREED TERMS & CONDITIONS
(FOR FOREIGN BIDDERS)

Note: Evaluation and ordering of Bid is item wise as per Price Schedule. Please furnish following details for
each item of Material Requisition

MR Item no.: _____

Srl No. Description Details to be furnished by


Bidder
1.0 Weight of each equipment in Metric Ton

1.1 Weight of each item in Metric Ton (the items are Srl
Nos of Price schedule format attached with quantity
indicated against them)

2.0 Dimension (Length x Breadth x Height ) of each


equipment in mm

2.1 Volume of each item in cubic meters (the items are


Srl Nos of Price schedule format attached with
quantity indicated against them)

3.0 Number / Type of container required for shipment of


entire cargo of each item (item is srl Nos of price
schedule format attached)

3.1 Quantity (Numbers of equipments per container) of


each item

4.0 Whether cargo is to be shipped in one lot

5.0 Whether cargo is stackable or Non Stackable

Bidder’s Signature with Stamp/Seal

ITB – GLOBAL (LIMITED-POA) (A415-OIL NBPS PROJECT) Page 53 of 58


Page 67 of 443
ANNEXURE-III
OIL (INDIA) LIMITED
NBPS PROJECT OF OIL INDIA LTD.
(Job No. A415)
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 Unit and total price on FOT Despatch Point basis including packing and forwarding charges.

1.2 Details of Taxes and duties (rates) payable extra on the finished goods, applicable on Indian sub-
suppliers. Purchaser shall not issue ‘C’ form for Concessional rate of Central sales tax or concessional
form for State VAT.

1.3 Separate and clear break-up of charges for inland transportation excluding Octroi / Entry Tax. Octroi and
Entry Tax, if applicable, shall be reimbursed at actuals by OIL on submission of documentary evidence.

1.4 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.

1.5 Transit insurance of Indian sub supplies shall be borne and arranged by the Purchaser.

2. CURRENCY OF QUOTE:
The quoted price of sub-supplies / services shall be in any currency out of currency of bidder’s country /
INR / USD / EURO.
3. AWARD OF ORDER:
Foreign Principal shall be the single point responsible Vendor and separate order on Foreign supplier and
Indian sub-supplier / sub-contractor is not acceptable. Single Purchase order shall be issued on the
Foreign principal clearly indicating the sub-supplier’s / sub-contractor’s name, material and
corresponding price in corresponding currency.

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

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

6. PAYMENT TERMS:
6.1 Indian sub-supplies:

 95% through E-Payment with taxes and duties will be paid against receipt of Indian sourced
goods/material at project site.

 5% against receipt of Indian supplies at site as well as delivery of main equipments by Foreign
principal as per Terms of bidding document.

6.1.1 Payment of Indian sub supplies/Services shall be released directly to Indian counterpart against
Invoices raised by Indian counterpart duly certified by Foreign principal.

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

ITB – GLOBAL (LIMITED-POA) (A415-OIL NBPS PROJECT) Page 54 of 58


Page 68 of 443
6.3 The payments shall be made after Adjustment of Price Reduction Schedule.

7. PERFORMANCE BANK GUARANTEE:


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

Bidder’s Signature with Stamp/Seal

ITB – GLOBAL (LIMITED-POA) (A415-OIL NBPS PROJECT) Page 55 of 58


Page 69 of 443
FORM F-18
PROFORMA FOR BIDDER'S QUERIES FOR PRE-BID MEETING/DISCUSSION
(For Indian / Foreign Bidders)

REFERENCE OF BIDDING DOCUMENT


SL. Part- Technical Document Page Clause OWNER'S
Subject BIDDER'S QUERY
NO / Commercial Name No. No. REPLY

….

NOTE:

1. The bidders are requested to send queries/clarifications, if any, as per this Format by courier or by fax or
by e-mail to reach EIL/OIL within the date of pre-bid queries specified in RFQ, any queries received after
the specified date will not be considered. The clarifications shall be provided during the pre-bid meeting.
2. Bidders or their authorized representatives are requested to attend the Pre-Bid Meeting so that their
queries, if any, related to the Bidding document and Scope of Work can be addressed during the meeting.
3. Non attendance of the pre-bid meeting shall not be a cause of disqualification of the bidder

The Pre-Bid Queries may be sent on fax numbers 0091-11- 26191714 /26167664 and also by e-mail to
rajeev.jain@eil.co.in/kumar.amit@eil.co.in

SIGNATURE OF BIDDER : __________________________

NAME OF BIDDER : __________________________


STAMP :

ITB – GLOBAL (LIMITED-POA) (A415-OIL NBPS PROJECT) Page 56 of 58


Page 70 of 443
FORM F-19

TRC obtained by the Non-resident from Government of foreign country shall contain the following particulars:

(i) Name of the assessee;


(ii) Status (individual, company, firm etc.) of the assessee;
(iii) Nationality (in case of individual);
(iv) Country or specified territory of incorporation or registration (in case of others);
(v) Assessee’s tax identification number in the country or 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
Government of the country or the specified territory;
(vi) Residential status for the purposes of tax;
(vii) Period for which the certificate is applicable; and
(viii) Address of the applicant for the period for which the certificate is applicable;

ITB – GLOBAL (LIMITED-POA) (A415-OIL NBPS PROJECT) Page 57 of 58


Page 71 of 443
FORM F-20

"FORM NO. 10F" [See sub-rule (1) of rule 21AB] Information to be provided under sub-
section (5) of section 90 or sub-section (5) of section 90A of the Income-tax Act, 1961
1 .................................*son/daughter of Shri ...................................... in the capacity of
. . . . (designation) do provide the following information, relevant to the previous year
. . . . *in my case/in the case of ........................................ for the purposes of sub-section (5) of * section
90/section 90A:—

SI.No. Nature of information Details#


(i) Status (individual; company, firm etc.) of the
assessee
(ii) Permanent Account Number (PAN) of the assessee if
allotted
(iii) Nationality (in the case of an individual) or Country or specified territory of incorporation
or registration (in the case of others)
(iv) Assessee's tax identification number in the country or specified territory of residence and
if there is no such number, then, a unique number on the basis of which the person is
identified by the Government of the country or the specified territory of which the
assessee claims to be a resident
(v) Period for which the residential status as mentioned in the certificate referred to in sub-
section (4) of section 90 or sub-section (4) of section 90A is applicable
(vi) Address of the assessee in the country or territory outside India during the period for
which the certificate, mentioned in (v) above, is applicable

2. I have obtained a certificate to in sub-section (4) of section 90 of sub-section (4) of section 90A from the
Government of...................................... (name of country or specified territory outside India)
Signature: ....................................
Name: ...................................
Address: ......................................
Permanent Account Number: ..........................................
Verification
I .................................. do hereby declare that to the best of my knowledge and belief what is stated above
is correct complete and is truly stated.
Verified today the........................................ .......day of

Signature of the person providing the information


Place:
Notes:
1. *Delete whichever is not applicable.
2. #Write N.A. if the relevant information forms part of the certificate referred to in sub-
section (4) of section 90 or sub-section (4) of section 90A.

ITB – GLOBAL (LIMITED-POA) (A415-OIL NBPS PROJECT) Page 58 of 58


Page 72 of 443
Annexure- DDD

INTEGRITY PACT

Between

Oil India Limited (OIL) hereinafter referred to as "The Principal"

And

(Name of the bidder) ....................................... hereinafter referred to as "The


Bidder/Contractor"

Preamble :

The Principal intends to award, under laid down organizational procedures, contract/s for
Tender No. ______. The Principal values full compliance with all relevant laws and
regulations, and the principles of economic use of resources, and of fairness and
transparency in its relations with its Bidder/s and Contractor/s.

In order to achieve these goals, the Principal cooperates with the renowned international
Non-Governmental Organisation "Transparency International" (TI). Following TI's
national and international experience, the Principal will appoint an external independent
Monitor who will monitor the tender process and the execution of the contract for
compliance with the principles mentioned above.

Section 1 - Commitments of the Principal

(1) The Principal commits itself to take all measures necessary to prevent
corruption and to observe the following principles:-

1. No employee of the Principal, personally or through family members, will in


connection with the tender for, or the execution of a contract, demand, take a
promise for or accept, for him/herself or third person, any material or
immaterial benefit which he/she is not legally entitled to.

2. The Principal will, during the tender process treat all Bidders with equity and
reason. The Principal will in particular, before and during the tender process,
provide to all Bidders the same information and will not provide to any Bidder
confidential/additional information through which the Bidder could obtain an
advantage in relation to the tender process or the contract execution.

3. The Principal will exclude from the process all known prejudiced persons.

(2) If the Principal obtains information on the conduct of any of its employees which is
a criminal offence under the relevant Anti-Corruption Laws of India, or if there be
a Page 2 of 6 substantive suspicion in this regard, the Principal will inform its
Vigilance Office and in addition can initiate disciplinary actions.

Page 73 of 443 Page 1 of 5


Section 2 - Commitments of the Bidder/Contractor

(1) The Bidder/Contractor commits itself to take all measures necessary to prevent
corruption. He commits himself to observe the following principles during his
participation in the tender process and during the contract execution.

1. The Bidder/Contractor will not, directly or through any other person or firm,
offer, promise or give to any of the Principal's employees involved in the
tender process or the execution of the contract or to any third person any
material or immaterial benefit which he/she is not legally entitled to, in order
to obtain in exchange any advantage of any kind whatsoever during the
tender process or during the execution of the contract.

2. The Bidder/Contractor will not enter with other Bidders into any undisclosed
agreement or understanding, whether formal or informal. This applies in
particular to prices, specifications, certifications, Subsidiary contracts,
submission or non-submission of bids or any other actions to restrict
competitiveness or to introduce cartelisation in the bidding process.

3. The Bidder/Contractor will not commit any offence under the relevant
Anticorruption Laws of India; further the Bidder/Contractor will not use
improperly, for purposes of competition or personal gain, or pass on to
others, any information or document provided by the Principal as part of the
business relationship, regarding plans, technical proposals and business
details, including information contained or transmitted electronically.

4. The Bidder/Contractor will, when presenting his bid, disclose any and all
payments he has made, is committed to or intends to make to agents,
brokers or any other intermediaries in connection with the award of the
contract.

(2) The Bidder/Contractor will not instigate third persons to commit offences
outlined above or be an accessory to such offences.

Section 3 - Disqualification from tender process and exclusion from future


Contracts

If the Bidder, before contract award has committed a transgression through a violation
of Section 2 or in any other form such as to put his reliability or risibility as Bidder into
question, the Principal is entitled to disqualify the Bidder from the tender process or to
terminate the contract, if already signed, for such reason.

1. If the Bidder/Contractor has committed a transgression through a violation of


Section 2 such as to put his reliability or credibility into question, the Principal is
entitled also to exclude the Bidder/Contractor from future contract award
processes. The imposition and duration of the exclusion will be determined by
the severity of the transgression. The severity will be determined by the
circumstances of the case, in particular the number of transgressions, the
position of the transgressions within the company hierarchy of the Bidder and the
amount of the damage. The exclusion will be imposed for a minimum of 6 months
and maximum of 3 years.

2. The Bidder accepts and undertakes to respect and uphold the Principal's
Absolute right to resort to and impose such exclusion and further accepts and
undertakes not to challenge or question such exclusion on any ground, including

Page 74 of 443 Page 2 of 5


the lack of any hearing before the decision to resort to such exclusion is taken.
This undertaking is given freely and after obtaining independent legal advice.

3. If the Bidder/Contractor can prove that he has restored/recouped the Damage


caused by him and has installed a suitable corruption prevention system, the
Principal may revoke the exclusion prematurely.

4. A transgression is considered to have occurred if in light of available evidence no


reasonable doubt is possible.

Section 4 - Compensation for Damages

1. If the Principal has disqualified the Bidder from the tender process prior to the
award according to Section 3, the Principal is entitled to demand and recover
from the Bidder liquidated damages equivalent to 3 % of the value of the offer or
the amount equivalent to Earnest Money Deposit/Bid Security, whichever is
higher.

2. If the Principal has terminated the contract according to Section 3, or if the


Principal is entitled to terminate the contract according to section 3, the Principal
shall be entitled to demand and recover from the Contractor liquidated damages
equivalent to 5% of the contract value or the amount equivalent to Security
Deposit/Performance Bank Guarantee, whichever is higher.

3. The bidder agrees and undertakes to pay the said amounts without protest or
demur subject only to condition that if the Bidder/Contractor can prove and
establish that the exclusion of the Bidder from the tender process or the
termination of the contract after the contract award has caused no damage or
less damage than the amount or the liquidated damages, the Bidder/Contractor
shall compensate the Principal only to the extent of the damage in the amount
proved.

Section 5 - Previous transgression

1. The Bidder declares that no previous transgression occurred in the last 3 years
with any other Company in any country conforming to the TI approach or with
any other Public Sector Enterprise in India that could justify his exclusion from
the tender process.

2. If the Bidder makes incorrect statement on this subject, he can be disqualified


from the tender process or the contract, if already awarded, can be
terminated for such reason.

Section 6 - Equal treatment of all Bidders/Contractor/Subcontractors

1. The Bidder/Contractor undertakes to demand form all subcontractors a


commitment in conformity with this Integrity Pact, and to submit it to the Principal
before contract signing.

2. The Principal will enter into agreements with identical conditions as this one
with all Bidders, Contractors and Subcontractors.

3. The Principal will disqualify from the tender process all bidders who do not sign
this Pact or violate its provisions.

Page 75 of 443 Page 3 of 5


Section 7 - Criminal charges against violating Bidders/Contractors/ Subcontractors

If the Principal obtains knowledge of conduct of a Bidder, Contractor or Subcontractor, or


of an employee or a representative or an associate of a Bidder, Contractor or
Subcontractor, which constitutes corruption, or if the Principal has substantive suspicion
in this regard, the Principal will inform the Vigilance Office.

Section 8 - External Independent Monitor/Monitors


(three in number depending on the size of the contract)
(to be decided by the Chairperson of the Principal)

1. The Principal appoints competent and credible external independent Monitor for
this Pact. The task of the Monitor is to review independently and objectively,
whether and to what extent the parties comply with the obligations under this
agreement.

2. The Monitor is not subject to instructions by the representatives of the parties


and performs his functions neutrally and independently. He reports to the
Chairperson of the Board of the Principal.

3. The Contractor accepts that the Monitor has the right to access without restriction
to all Project documentation of the Principal including that provided by the
Contractor. The Contractor will also grant the Monitor, upon his request and
demonstration of a valid interest, unrestricted and unconditional access to his
project documentation. The same is applicable to Subcontractors. The Monitor is
under contractual obligation to treat the information and documents of the
Bidder/Contractor/Subcontractor with confidentiality.

4. The Principal will provide to the Monitor sufficient information about all meetings
among the parties related to the Project provided such meetings could have an
impact on the contractual relations between the Principal and the Contractor. The
parties offer to the Monitor the option to participate in such meetings.

5. As soon as the Monitor notices, or believes to notice, a violation of this


agreement, he will so inform the Management of the Principal and request the
Management to discontinue or heal the violation, or to take other relevant action.
The monitor can in this regard submit non-binding recommendations. Beyond
this, the Monitor has no right to demand from the parties that they act in a
specific manner, refrain from action or tolerate action.

6. The Monitor will submit a written report to the Chairperson of the Board of the
Principal within 8 to 10 weeks from the date of reference or intimation to him by
the 'Principal' and, should the occasion arise, submit proposals for correcting
problematic situations.

7. If the Monitor has reported to the Chairperson of the Board a substantiated


suspicion of an offence under relevant Anti-Corruption Laws of India, and the
Chairperson has not, within reasonable time, taken visible action to proceed
against such offence or reported it to the Vigilance Office, the Monitor may also
transmit this information directly to the Central Vigilance Commissioner,
Government of India.
8. The word 'Monitor' would include both singular and plural.

Page 76 of 443 Page 4 of 5


Section 9 - Pact Duration

This Pact begins when both parties have legally signed it. It expires for the Contractor 12
months after the last payment under the respective contract, and for all other Bidders 6
months after the contract has been awarded.

If any claim is made/ lodged during this time, the same shall be binding and continue to
be valid despite the lapse of this pact as specified above, unless it is
discharged/determined by Chairperson of the Principal.

Section 10 - Other provisions

1. This agreement is subject to Indian Law. Place of performance and jurisdiction is


the Registered Office of the Principal, i.e. New Delhi.

2. Changes and supplements as well as termination notices need to be made in


writing. Side agreements have not been made.

3. If the Contractor is a partnership or a consortium, this agreement must be, signed


by all partners or consortium members.

4. Should one or several provisions of this agreement turn out to be invalid, the
remainder of this agreement remains valid. In this case, the parties will strive to
come to an agreement to their original intensions.

--------------------------- ----------------------------------
For the Principal For the Bidder/Contractor

Place: Witness 1 : .............................

Date: Witness 2 : .............................

Page 77 of 443 Page 5 of 5


SPECIAL CONDITIONS OF CONTRACT (SCC)

Page 1 of 11

Page 78 of 443
1. DEFINITIONS
1.1. In addition to meaning ascribed to certain capitalized terms in “GENERAL TERMS & CONDITIONS”,
following initial capitalized terms shall have the meaning as ascribed to such term hereunder. In case
any term defined hereunder is also defined in “GENERAL TERMS & CONDITIONS”, the meaning
ascribed to such term hereunder shall prevail:
1.1.1. Definitions
Bidding / RFQ Documents shall mean documents issued to the bidder for submission of their bid.
Effective Date shall mean the date on which Contractor / Supplier’s obligations will commence and
that will be date of Fax of Acceptance (FOA / PURCHASE ORDER).
Warehouse / Dump yard / Dump site shall mean a place hired/owned by Owner for the purpose of
storing the material at Project site.
1.2. Interpretations
1.2.1. Where any portion of the “GENERAL CONDITIONS OF CONTRACT-GOODS (GCC)” is repugnant to or
at variance with any provisions of the SCC then, unless a different intention appears, the provisions of
the SCC shall be deemed to govern the provisions of the “GENERAL CONDITIONS OF CONTRACT-
GOODS (GCC)”. SCC provisions shall prevail to the extent of such repugnancy, or variations exist.
1.2.2. In Contract Documents unless otherwise stated specifically, the singular shall include the plural and
vice versa wherever the context so requires.
1.2.3. Notwithstanding the sub-division of the Contract Documents into separate sections and volumes every
part of each shall be deemed to be supplementary to and complementary of every other part and shall
be read with and into the Agreement so far as it may be practicable to do so.
1.2.4. All headings, subtitles and marginal notes to the clauses of the GCC, SCC or to the Specifications or to
any other part of Bidding Document are solely for the purpose of giving a concise indication and not a
summary of the contents thereof, and they shall never be deemed to be part thereof or be used in the
interpretation or construction thereof.
1.2.5. The terms fully capitalized and/or initial capitalized shall be interchangeable and shall have the
meaning as assigned to fully capitalized term or initial capitalised term.
1.2.6. Except the obligation of payment to Seller, Consultant may discharge all other Purchaser’s obligations.
In Bidding Documents at all such places where obligations are confined to Purchaser alone such
provision to read as ‘Purchaser/Consultant’s’ obligation to the extent the context so means/ requires.
2. SELLER’S SCOPE
2.1. Supply of Goods / Equipments as per MR
2.1.1. Seller’s scope shall include (a) manufacturing of items / goods / equipments as per Material
Requisition, technical specifications; (b) preparation of Quality Assurance / Quality control programme;
(c) obtaining Consultant’s approval; (d) arranging Inspection and Testing certification; (e) Inspection
by Purchaser’s/Consultant/Agency Designated by Purchaser and obtaining Inspection Release Note; (f)
obtaining dispatch clearance; (g) Packing; and (h) Loading on truck/trailer for Indian Bidder / loading
on ship at FOB Port of exit including stowing as applicable for foreign Bidder.
2.2. Transportation of material upto Project site for Indian bidders and shipment of material upto port of
entry in India for Foreign bidders.
2.3. Site work as per requirements specified in the Bidding document. Terms & Conditions for Site Work
shall be as per Term and Conditions for Site Work enclosed to SCC.
2.4. Training of owner’s / consultant’s person(s) at vendor’s works / project site, as per guidelines given in
the material requisition. The prices for Training shall be included in the quoted prices until and unless
specifically asked for extra prices in price schedule formats.
2.5. Any other specific requirement / activity though specifically not covered but is required as per scope of
work, scope of supply, specifications, standards, drawings, GENERAL TERMS & CONDITIONS, SCC or
any other part of Bidding Document.

Page 2 of 11

Page 79 of 443
3. PACKING, MARKING AND SHIPMENT
3.1. The Seller, wherever applicable shall after proper painting, pack and crate all goods for
sea/air/road/rail transportation in a manner suitable to tropical humid climatic region in accordance
with the internationally accepted practices and in such a manner so as to protect it from damage and
deterioration, in transit by sea or air or road or rail and during storage at the storehouse. The Seller
shall be held responsible for all damages due to improper packing. The Seller shall ensure sizing or
packing of all oversized consignments in such a way that availability of carrier and/or road/rail route is
properly taken into consideration.
3.2. Seller shall comply with the Packing, Marking and Shipping Instructions and Special Packaging
Requirement as per Attachment II of this Bidding Document.
4. DELIVERY / COMPLETION SCHEDULE
4.1. Delivery / Completion schedule shall be as specified in the RFQ.
4.2 Failing to meet delivery schedule will be subject to Price Reduction and/or other remedies available
to the Purchaser in Bidding Documents.
4.3 Delivery period as detailed in Clause 4.1 of SCC, shall be the essence of Agreement and no variation
shall be permitted.
5. DESPATCH INSTRUCTIONS
5.1. Seller shall obtain dispatch clearance from the Purchaser/ Consultant prior to each dispatch.
5.2. Copy of Inspection Release Certificate, Dispatch Clearance and Statement showing the name of the
vessel/transporter, description and weight of material and shipping marks etc. to be submitted along
with the documents.
6. INDEPENDENT SELLER
6.1. It is expressly understood and agreed that Seller is an independent party and that neither the Seller/
its personnel are servants, agents or employees of Purchaser/ Consultant nor the Seller has any kind
of interest in other sellers.
7. LIEN
7.1. Seller 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, Seller shall at his
own cost defend, indemnify and hold harmless Purchaser or its authorised representative from such
disputes of title/liens, costs, consequences etc.
8. RECOVERY OF CUSTOMS DUTY, EXCISE DUTY AND SALES TAX
8.1. In case, the statutory variation entitles the OWNER to recover the amount (irrespective of Contractual
Delivery) such amount will be recovered from any bill of the Contractor / Supplier, immediately on
enforcement of such variation, under intimation to the Contractor / Supplier.
9. REJECTION
9.1. Any materials/goods covered under scope of supply, which during the process of inspection by
appointed third party, at any stage of manufacture/fabrication and subsequent stages, prior to
dispatch is found not conforming to the requirements/specifications of the Purchase Requisition/Order,
shall be liable for immediate rejection.
9.2. Supplier shall be responsible and liable for immediate replacement of such material with acceptable
material at no extra cost or impact on the delivery schedule to OWNER.
10. LIMITATION OF LIABILITY
Notwithstanding anything contrary contained herein, the aggregate total liability of Supplier under the
Contract or otherwise shall be limited to 100% of contract value. However, neither party shall be liable
to the other party for any indirect and consequential damages, loss of profits or loss of production.

Page 3 of 11

Page 80 of 443
11. COMPREHENSIVE MARINE-CUM-ERECTION INSURANCE
Comprehensive Insurance (Transit/Marine Cum Storage, erection, till handing over of equipment) shall
be arranged by OIL. All goods supplied under the contract shall be fully insured in a freely convertible
currency against loss or damage incidental to manufacture or acquisition, transportation, storage and
delivery
Indigenous Bidders: Transit risk insurance from F.O.T. despatch point onwards shall be arranged and
borne by OIL
Foreign Bidders: Marine insurance as well as transit insurance in Purchaser's country shall be arranged
and borne by OIL

The SELLER shall ensure that in effecting despatch of materials, the primary responsibility of the
carriers for safe movement is always retained so that the PURCHASER's interests are fully safeguarded
and are in no way jeopardised. The Seller shall furnish the cost of materials against each equipment

12. GOVERNING LAW


Laws of India will govern the Agreement and Guwahati courts will have exclusive jurisdiction on all
matters related to Agreement.
13. OWNER’S RIGHTS AND REMEDIES
Without prejudice to OWNER’s right and remedies under Agreement, if SUPPLIER fails to commence
delivery as per agreed schedule and/or in reasonable opinion of the OWNER, CONTRACTOR /
SUPPLIER is not in a position to make up the delay to meet the intended purpose, the OWNER 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.
14. GUARANTEE
AS PER CL. NO. 27.0 OF SECTION-A OF GCC, AS APPLICABLE
15. DELETED

16. TERMS AND MODE OF PAYMENT


The terms and mode of payment shall be as per Annexure-I to SCC.
17. DELETED
18. REPEAT ORDER
PURCHASER reserves the right, within 6 months of order to place repeat order up to 100% of the total
order value without any change in unit price or other terms and conditions.
19. ORIGIN OF GOODS
(In partial modification to GENERAL TERMS & CONDITIONS)
19.1 A certificate issued by relevant Chamber of Commerce to this effect shall form part of shipping
documents.
20. QUALITY ASSURANCE/QUALITY CONTROL
20.1. The Bidder shall prepare a detailed quality assurance plan for the execution of Contract for various
facilities, which will be mutually discussed and agreed to.
20.2. The Bidder shall establish document and maintain an effective quality assurance system outlined in
recognized codes.
20.3. The Purchaser/Consultant, while agreeing to a quality assurance plan shall mark the stages where they
would like to witness the tests; review any or all stages of work at shop/site as deemed necessary for
quality assurance.
Page 4 of 11

Page 81 of 443
21. DELETED
22. POST ORDER CORRESPONDENCE
Details of persons for post order correspondence shall be intimated in the Purchase Order.

23. SUBMISSION OF FALSE FORGED DOCUMENT & CONSENT LETTER:


a) 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 tobe
false/forged, the same shall be considered adequate ground for rejection of Bids and forfeiture
of Earnest Money Deposit (Bid Security).
b) Incase, the information/document furnished by the vendor/contractor forming basis of
evaluation of his bid is found to be false/forged after the award of the contract, OWNER shall
have full right to terminate the contract and get the remaining job executed at the risk & cost
of such vendor/contractor without any prejudice to other rights available to OWNER under the
contract such as forfeiture of CPBG/Security Deposit, withholding of payment etc.
c) Incase this issue of submission of false document comes to the notice after execution of work,
OWNER shall have full right to forfeit any amount due to the vendor/contractor along with
forfeiture of CPBG/Security Deposit furnished by the vendor/contractor.
d) Further, such bidder/vendor/contractor shall be put on Blacklist/Holiday List of OWNER
debarring them from future business with OWNER.

24. INSPECTION, TESTING & EXPEDITING


24.1. The PURCHASER or its representative shall have the right to inspect and/or to test the GOODS to
confirm their conformity to the CONTRACT specifications. The special conditions of CONTRACT
and/or the Technical Specifications shall specify what inspections and tests the PURCHASER
requires and where they are to be conducted. The PURCHASER shall notify the SELLER in writing
the identity of any representative(s) retained for these purposes.
24.2. The inspections and tests may be conducted on the premises of the SELLER or his sub-contractor(s),
at point of DELIVERY and/or at the GOODS' final destination, When conducted on the
premises of the SELLER or his sub-contractor (s), all reasonable facilities and assistance
including access to the drawings and production data shall be furnished to the inspectors at
no charge to the PURCHASER.
24.3. Should any inspected or tested GOODS fail to conform to the specifications, the PURCHASER may
reject them and the SELLER shall either replace the rejected GOODS or make all
alterations necessary to meet Specifications' requirements, free of cost to the
PURCHASER.
24.4. The PURCHASER's right to inspect, test and where necessary reject the GOODS after the GOODS'
arrival in the PURCHASER's country shall in no way be limited or waived by reason of the GOODS
having previously been inspected, tested and passed by the PURCHASER, or their
representative prior to the GOODS shipment from the country of origin.
24.5. The INSPECTOR shall follow the progress of the manufacture of the GOODS under the
CONTRACT to ensure that the requirements outlined in the CONTRACT are not
being deviated with respect to schedule and quality.
24.6. SELLER shall allow the INSPECTOR to visit, during working hours, the workshops relevant for
execution of the CONTRACT during the entire period of CONTRACT validity.
24.7. In order to enable Purchaser's representatives to obtain entry visas in time, SELLER shall
notify PURCHASER two months before assembly, testing and packing of main EQUIPMENT. If
requested, SELLER shall assist PURCHASER's representatives in getting
visas in the shortest possible time (applicable only in case of foreign order).
24.8. SELLER shall place at the disposal of the INSPECTOR, free of charge, all tools, instruments,
and other apparatus necessary for the inspection and/or testing of the GOODS. The INSPECTOR is
Page 5 of 11

Page 82 of 443
entitled to prohibit the use and dispatch of GOODS and/or materials which have failed to comply
with the characteristics required for the GOODS during tests and inspections.
24.9. SELLER shall advise in writing of any delay in the inspection program at the earliest, describing
in detail the reasons for delay and the proposed corrective action.
24.10. ALL TESTS and trials in general, including those to be carried out for materials not manufactured by
SELLER shall be witnessed by the INSPECTOR. Therefore, SELLER shall confirm to PURCHASER
by fax or e-mail about the exact date of inspection with at least 30 days
notice. SELLER shall specify the GOODS and quantities ready for testing and
indicate whether a preliminary or final test is to be carried out.
24.11. If on receipt of this notice, PURCHASER should waive the right to witness the test, timely
information will be given accordingly.
24.12. Any and all expenses incurred in connection with tests, preparation of reports and analysis made
by qualified laboratories, necessary technical documents, testing documents and drawings
shall be at SELLER's cost. The technical documents shall include the reference and numbers of
the standards used in the construction and, wherever deemed practical by the INSPECTOR,
copy of such standards.
24.13. Nothing in Clause-24 shall in any way release the SELLER from any warrantee or other obligations
under this CONTRACT.
24.14. Arrangements for all inspections required by Indian Statutory Authorities and as specified
in technical specifications shall be made by SELLER.
24.15. Inspection & Rejection of Materials by consignees
When materials are rejected by the consignee, the supplier shall be intimated with the
details of such rejected materials, as well as the reasons for their rejection, also giving location
where such materials are lying at the risk and cost of the contractor/supplier. The supplier will be
called upon either to remove the materials or to give instructions as to their disposal within 14
days and in the case of dangerous, infected and perishable materials within 48 hours, failing
which the consignee will either return the materials to the contractor freight to pay or otherwise
dispose them off at the contractor's risk and cost. The PURCHASER shall also be entitled to
recover handling and storage charges for the period, during which the rejected materials are
not removed @ 5% of the value of materials for each month or part of a month till the
rejected materials are finally disposed off

25. REJECTIONS, REMOVAL OF REJECTED EQUIPMENT & REPLACEMENT:


25.1. Preliminary inspection at SELLER's works by INSPECTOR shall not prejudice PURCHASER's/
CONSULTANT's claim for rejection of the EQUIPMENT on final inspection at SITE or claims under
warranty provisions.
25.2. If the EQUIPMENTS are not of specification or fail to perform specified duties or are otherwise
not satisfactory the PURCHASER/CONSULTANT shall be entitled to reject the EQUIPMENT/MATERIAL
or part thereof and ask free replacement within reasonable time failing which obtain his
requirements from elsewhere at SELLER's cost and risk.
25.3. Nothing in this clause shall be deemed to deprive the PURCHASER AND/OR AFFECT ANY rights under
the Contract which it may otherwise have in respect of such defects or deficiencies or in any way
relieve the SELLER of his obligations under the Contract.
25.4. EQUIPMENT rejected by the PURCHASER/ CONSULTANT shall be removed by the
Seller at his cost within 14 days of notice after repaying the amounts received against the SUPPLY.
The PURCHASER shall in no way be responsible for any deterioration or damage to the
EQUIPMENT under any circumstances whatsoever.
25.5. In case of rejection of EQUIPMENT, PURCHASER shall have the right to recover the amounts, if
any, from any of CONTRACTOR'S invoices pending with PURCHASER or by alternative
method(s).

Page 6 of 11

Page 83 of 443
26. GOVERNMENT OF INDIA NOT LIABLE
It is expressly understood and agreed by and between the Contractor and the OWNER/Consultant that
the OWNER/Consultant is entering into this agreement solely on its own behalf and not on behalf of
any other person or entity. In particular, it is expressly understood and agreed that the Government of
India is not a party to this agreement and has no liabilities, obligations or rights there under. It is
expressly understood and agreed that the OWNER/Consultant is an independent legal entity with
power and authority to enter into contract, solely in its own behalf under the applicable laws of India
and general principal of Contract Law. The Contractor expressly agrees, acknowledges and
understands that the OWNER/Consultant is not an agent, representative or delegate of Govt. of India.
It is further understood and agreed that the Govt. of India is not and shall not be liable for any acts,
omissions, commissions, breaches or other wrongs arising out of the contract. Accordingly, contractor
hereby expressly waives, releases and foregoes any and all actions or claims, including cross claims,
impleader claims or counter claims against the Govt. of India arising out of this contract and covenants
not to sue to Govt. of India as to any manner, claim, cause of action or thing whatsoever arising of or
under this agreement.

27. DEFAULT IN DELIVERY / LIQUIDATED DAMAGES :


In partial modification to clause 28 of section –A of GCC, the clause 28.4 stands modified to
following:

The liquidated damage as agreed by both the parties as a genuine pre-estimated loss shall be
payable on order value, excluding taxes and duties. In a supply contract, the portion of supply
completed in all respect which can be used for commercial operation shall not be considered for
applying liquidated damage, if delivered within contractual delivery period. The remaining supplies
which are completed beyond the contractual delivery period shall attract liquidated damage @ ½
% of delayed order value maximum up to 7.5% of total order value. Further, in case of delay in
completion, the bidder shall calculate the applicable liquidated damage for delayed completion and
raise their invoices net of contract price.

Both seller and PURCHASER agree that the above percentages of liquidated damage are genuine
pre estimates of the loss/damage which the PURCHASER would have suffered on account of
delay/breach on the part of the SELLER and the said amount will be payable on demand without
there being any proof of the actual loss/or damage caused by such breach/delay. A decision of the
PURCHASER in the matter of applicability of price reduction shall be final and binding.

Page 7 of 11

Page 84 of 443
Annexure-I to SCC

1 PAYMENT TERMS
The following shall be read in conjunction with GCC
1.1. INDIAN SUPPLIERS
1.1.1 SUPPLY PORTION

Where the MR is for supply of materials (without any site work) and calls for Vendor Data
Requirement – For Pumps, Compressors, Heat Exchangers, Columns & Vessels:
5% against approval of drawings at least in Code-2 and manufacturing schedule against
submission of equivalent BG.

10% against placement of sub orders for major raw materials against submission of
equivalent BG.
15% against receipt and identification of major raw materials/ components by EIL
nominated inspectors at Supplier’s works against submission of equivalent BG.
65% with taxes and duties will be paid progressively against submission of dispatch
documents to OWNER.
5% on receipt of Final/As built Drawings/Documents/Data/Manual in requisite number
of copies/sets/CDs as per VDR specified in Purchase Requisition and receipt of material
at site.
Major Raw Material for payment against placement of sub orders:
Columns and Vessels Plates and Forgings
Heat Exchangers : Plates, Forgings and Tubes
Pumps/Compressors : Castings / Forgings and Drivers
Major Raw Material for payment against receipt & identification of raw materials:
Columns and Vessels Plates and Forgings
Heat Exchangers : Plates, Forgings and Tubes
Pumps/Compressors : Castings / Forgings
1.1.2 TRANSPORTATION CHARGES

Transportation charges will be paid progressively within 30 days after receipt and acceptance of material at
Project Site.
1.1.3 SUPERVISION OF ERECTION, TESTING & COMMISSIONING
100% against progressive monthly bills payable against submission of invoices and time sheets
certified by the Engineer-In-Charge.
1.1.4 TRAINING (NOT APPLICABLE)
100 % on successful completion of Training as per Purchase Requisition.
1.1.5 Entry Tax/Octroi/ Consumption Tax (if applicable), shall be borne by OIL.
1.2 FOREIGN SUPPLIERS
1.2.1 SUPPLY PORTION (OTHER THAN PACKAGE MRs)
Where the MR is for supply of materials (without any site work) and calls for Vendor Data
Requirement – For Pumps, Compressors, Heat Exchangers, Columns & Vessels:
5% against approval of drawings at least in Code-2 and manufacturing schedule
Page 8 of 11

Page 85 of 443
through Wire Transfer against submission of equivalent BG through Wire Transfer.
10% against placement of sub orders for major raw materials against submission of
equivalent BG through Wire Transfer.
15% against receipt and identification of major raw materials/ components at
Supplier’s works against equivalent BG through Wire Transfer.
65% of invoice value including ocean freight (in case of CFR contract) will be paid
progressively through irrevocable LC against submission of shipping documents.
5% on receipt of Final/As built Drawings/Documents/Data/Manual in requisite number
of copies/sets/CDs as per VDR specified in Purchase Requisition, through Wire
Transfer.
Major Raw Material for payment against placement of sub orders :
Columns and Vessels Plates and Forgings
Heat Exchangers : Plates, Forgings and Tubes
Pumps/Compressors : Castings / Forgings and Drivers
Major Raw Material for payment against receipt & identification of raw materials:
Columns and Vessels Plates and Forgings
Heat Exchangers : Plates, Forgings and Tubes
Pumps/Compressors : Castings / Forgings.
1.2.2 SUPERVISION OF ERECTION, TESTING & COMMISSIONING
100% through Wire Transfer against progressive monthly bills payable against submission of
invoices and time sheets certified by the Engineer-In-Charge.
1.2.3 TRAINING (NOT APPLICABLE)
100% through Wire Transfer on successful completion of Training as per Purchase Requisition
(PR).
NOTES
i. Order value shall be as indicated in the Purchase Order.
ii. Above applicable Payment Terms shall be subject to receipt of requisite Performance Bank
Guarantee / Security Deposit for 10% of the order value within 15 days from the date of FOA /
PURCHASE ORDER. This Contract - Cum Performance Bank Guarantee shall be valid up to
Guarantee period plus 3 Months.
iii. Dispatch documents for Indian Bidders shall consist of the following :
a)Invoice in Triplicate
b)Inspection release note by Purchaser/Consultant.
c)LR/GR
d)Documents as specified in Vendor Data Requirement in MR (if any)
e)Packing List
f)Proof of customs clearance including payment of customs duty for imports permitted in the
Contract (if applicable)
g) Dispatch instructions/clearance by purchase/consultant.
iv. Shipping Documents for Foreign Bidders shall consist of the Following:
a) Invoice in triplicate
b) Inspection release note by Third Party Inspection Agency/Purchaser/Consultant.
c) Document as specified in Vendor Data Requirement in MR (if any)

Page 9 of 11

Page 86 of 443
d) Clean Bill of Lading/ Air way Bill.
e) Packing List
f) Documents pertaining to ocean/Air freight (in case of CFR/CPT Contract)
g) Country of origin certificate
h) Dispatch instructions/ clearance by Purchaser/Consultant.
v. In case of indigenous suppliers, wherever taxes/duties/freight are separately indicated, the
order value shall be exclusive of taxes/duties/freight. 100% payment of taxes/duties shall be
released alongwith the payment released against dispatch documents on receipt of
cenvatable/vattable documents (wherever applicable).
vi. The invoice shall be made after adjusting the following:
a) Price Reduction Schedule pursuant to Clause 15.1 SCC, & GCC (Goods), if applicable.
b) Indian agents commission, if applicable.
vii. Payment to indigenous suppliers shall be released either through Electronic Clearing System
(ECS)/ Electronic Fund Transfer (EFT)/ Real Gross Time Settlement (RGTS) or through internet.
In view of this, necessary details, such as name of bank, bank account no. etc., duly attested
by bidder’s bank must be submitted along with the offer.
viii. An irrevocable Letter of Credit (L/C) shall be established for payment against shipping
documents less Indian Agent’s Commission/Fee (as quoted by the Foreign Bidder, if applicable)
by Purchaser. The Letter of Credit shall be established through State Bank of India (SBI) or
Allahabad Bank or any other scheduled Bank, as would be mentioned in the Purchase Order,
from time to time. The foreign correspondents of SBI / Allahabad Bank / any other scheduled
Bank in various countries are furnished vide Annexure IXA and Annexure IXB of GCC. Bidders
shall name one of the correspondents of SBI / Allahabad Bank through whom they prefer to
have their L/C opened. Where foreign correspondents of SBI / Allahabad Bank are not existing
presently, the bidders are to indicate their banker's name and address in their offers.
ix. For small value orders up to US $15,000.00, OIL would prefer to make payment on Sight draft
(Cash against Documents) basis for expeditious processing of order for mutual benefit. OIL
undertakes to pay within 15 working days of receipt of clean documents, in case of payment on
Sight draft (CAD) basis. As per present rule, Sight Draft (CAD) payment up to US$ 25,000 can
be made on direct submission of documents to OIL’s nominated banker instead of routing
through bidder's banker.
x. L/C opening charges payable to the L/C opening bank shall be borne by the Purchaser. In case
the Seller requires a confirmed L/C, the confirmation charges shall be borne by the Seller. Any
other charges not specified herein shall be on Seller’s account
xi. Payment to foreign suppliers against Site Work and Training shall be through wire transfer.
xii. All payments (other than through L/C) shall be released within 30 days of receipt of invoice and
all requisite documents, complete in all respects.
xiii. All bank charges of respective bankers shall be to respective account.
xiv. Within 45 days after award of order, the Bidder shall furnish a detailed “Billing schedule”
separately under different heads for Owner’s approval and the Bidder shall raise his invoices
accordingly. Such billing schedule shall also be accompanied by their shipment/dispatch
schedule.
i. Sellers requiring multiple dispatches will restrict the number of dispatches to maximum three,
unless agreed otherwise by Project Manager.
ii. All progressive advances to foreign as well as Indian supplier (except the advance against
drawing approval) shall be against equivalent bank guarantees which shall be valid up to
contractual delivery date plus three months.
iii. Other than the payment terms given above, no other advance payments shall be payable.

Page 10 of 11

Page 87 of 443
1.3
DEDUCTION AT SOURCE

i. Purchaser will release the payment to the Seller after effecting deductions as per applicable law in
force.
ii. Purchaser will release payments to the Contractor / Supplier after offsetting all dues to the
Purchaser payable by the Contractor / Supplier under the Contract.

Page 11 of 11

Page 88 of 443
DOCUMENT No.
DELIVERY LOCATION FOR NBPS A415-000-11-41-DL-0001
Rev. A
Page 1 of 1

Sr. Pumping Station/Receipt


Location Delivery Location
No. Terminals
Oil India Limited Pump Station 1
Duliajan - 786 602
1. PS-1 Naharkhatiya
Phone: 0374 - 2801798 / 2800405
Fax: 0374 - 2801799
Oil India Limited
2. PS-2 Moran Pump Station 2, Moran - 785 669
Dist: Sivasagar (Assam), Phone: 03754 – 224017

Oil India Limited,


3. PS-3 Jorhat PumpStation No.3, Jorhat, NH-37, Jorhat Bypass,
P.O. Changeligaon-785010, Ph. 0376-2350765

Oil India Limited


4. PS-4 Sekoni Pump Station No. 4 , Sekoni,
PO JAKHALABANDHA -782136, Assam (INDIA)
Oil India Limited
Pipeline Head Quarters, P.O. Udayan Vihar
5. PS-5 Noonmati Narengi, Guwahati - 781171
Phone: +91 - 0361 - 2643685 / 2643688 /
Fax: +91 - 0361 – 2643686 / 2642804
Oil India Limited,
Pump Station No.8, Sonapur, P.O. Haptiagach,
6. PS-8 Sonapur
Dt. Uttar Pin-733202, Dinajpur, West Bengal, India
Ph. 09933395321
Oil India Limited Terminal
7. PS-10 Barauni Pump Station 10, P.O.- B.O.R. BEGUSARAI-851114, Ph.
06243-242014

Oil India Limited,


8. TPS Tengaghat Tengakhat Pump Station, ITF Tengakhat Complex,
Assam, PIN -786103
Oil India Limited Pump Station 1
Duliajan - 786 602
9. Digboi
RT Digboi Refinery Phone: 0374 - 2801798 / 2800405
Fax: 0374 - 2801799
Oil India Limited,
PumpStation No.3,
10. Numaligrah Jorhat, NH-37, Jorhat Bypass,
Numaligrah Refinery
P.O. Changeligaon-785010
Ph. 0376-2350765
Oil India Limited
Pipeline Head Quarters
11. Guwahati P.O. Udayan Vihar, Narengi, Guwahati - 781171
Guwahati Refinery
Phone: +91 - 0361 - 2643685 / 2643688 /
Fax: +91 - 0361 – 2643686 / 2642804
Oil India Limited
Pump Station No.6, BOC Gate ,P.O. Bongaigaon,
12. Bongaigaon Refinery Bongaigaon
PIN- 783380, Assam, India
Ph. 03664-230253
Oil India Limited,
PumpStation No.3,
13. Badulipur
Badulipur TOP Jorhat, NH-37, Jorhat Bypass,
P.O. Changeligaon-785010, Ph. 0376-2350765
Oil India Limited,
Pump Station No.7, Madarihat, Dt. Jalpaiguri (WB)-
14. PS-7 Madarihat
735220, WLL Ph. – 099330 51240(O)
09933051154
Oil India Limited,
Pump Station No.9, DUMAR, P.O – DUMAR VIA
15. PS-9 Dumar
GURUBAZAR,PIN- 854104, DISTRICT KATIHAR, BIHAR,
Ph. 06457-262236.

Format No.
Page 89 of EIL
443 1641-1924 Rev. 1 Copyright EIL – All rights reserved
GENERAL CONDITIONS OF CONTRACT-GOODS
(GCC)

PROJECT : UPGRADING PUMP STATIONS/ TERMINALS OF


NAHARKATIYA -BARAUNI CRUDE OIL PIPELINE
(NBPS) PROJECT OF M/S OIL INDIA LTD (OIL)

Page 90 of 443
OIL INDIA LIMITED
(A Government of India Enterprises)
PO : Udayan Vihar– 781171
Guwahati ;Assam (India)

TELEPHONE NO. (91-361) 2643685


FAX NO: (91-361) 2643686
Email : oilmatpl@oilindia.in
erp_mm@oilindia.in

OIL’S BOOKLET REF.

MM/GLOBAL/E-01/2005
For
E-PROCUREMENT ICB TENDERS

1.0 CONTENT OF BIDDING DOCUMENTS

The goods required, bidding procedures and contract terms are described
in the bidding document. The bidding document consists of two parts. The
FIRST part will consist of the Bidding Document which will be enclosed
against individual tender. The SECOND part is containing the General
Documents comprising of following Sections.

SECTION ‘A’ - GENERAL TERMS AND CONDITIONS APPLICABLE


TO BOTH FOREIGN AND INDIAN BIDDERS.

SECTION ‘B’ - SPECIAL TERMS AND CONDITIONS APPLICABLE


ONLY FOR FOREIGN BIDDERS AND THEIR INDIAN AGENTS.

SECTION ‘C’ - SPECIAL TERMS AND CONDITIONS APPLICABLE


ONLY FOR INDIAN BIDDERS.

SECTION ‘D’ - BID EVALUATION & BID REJECTION CRITERIA.

SECTION ‘E’ - SPECIAL TERMS AND CONDITIONS APPLICABLE


ONLY FOR TUBULAR TENDERS.

MM/GLOBAL/E-01/2005 (1)

Page 91 of 443
The Bidding document also consists of following Annexures:
Annexure I : Bid Submission proforma
Annexure IIA & IIB : Price Schedule Proforma
Annexure III : Proforma of Exceptions/Deviations
Annexure IV : Check List
Annexure V : Proforma of Bidder’s past supplies
Annexure VI : Proforma of Authorisation Letter for
Attending Tender Opening
Annexure VII : Proforma of Bid Security
Annexure VIII : Proforma of Performance Security.
Annexure IXA & IXB : List of Foreign Correspondents of SBI
/Allahabad Bank for opening of Letter of Credit
Annexure X : List of Gateway Airports
Annexure XI : Declaration Certificate

1.2 Please note that all tender forms and supporting documents are to be
submitted through OIL’s e-Procurement site only except following
documents which are to be submitted manually in sealed envelope super
scribed with tender no. and due date to The Chief Materials Manager
Oil India Limited, Pipeline Headquarter, Guwahati- 781171, Assam
on or before the Bid Closing Date and Time mentioned in the Tender.

a) Original Bid Security if applicable.


b) Details Catalogue.

Bidders are requested to examine all instructions, forms, terms and


specifications in the bid. Failure to furnish all information required as per
the bid or submission of offers not substantially responsive to the bid in
every respect will be at the bidders risk and may result in the rejection of
its offer without seeking any clarifications.
1.3 All the Bids must be Digitally Signed using “Class 3” digital certificate
(e-commerce application) as per Indian IT Act obtained from the licensed
Certifying Authorities operating under the Root Certifying Authority of India
(RCAI), Controller of Certifying Authorities (CCA) of India.

MM/GLOBAL/E-01/2005 (2)

Page 92 of 443
INSTRUCTIONS TO BIDDERS
SECTION - A
GENERAL TERMS AND CONDITIONS

1.0 ELIGIBILITY TO BID :

1.1 The bid should be from Original Equipment manufacturers.

1.2 However, the bids from sole selling agents / authorised distributors
/ authorised dealers / authorised supply houses can also be
considered, provided such bids are accompanied with back-up
authority letter (valid at the time of bidding) from the manufacturer
authorising them to market their product. OIL INDIA LIMITED (OIL)
reserves the right to reject offers without back up authority letter
from manufacturer.

1.3 FOREIGN COLLABORATION/JOINT VENTURES :

1.3.1 In case an Indian bidder does not meet the experience requirement
and is banking upon the experience of foreign collaborations/ joint
venture firms regarding back-up consultancy, the proof of
Government’s clearance should be submitted along with the Bid
failing which the offer will be ignored.

2.0 TENDER FEE

2.1 For Limited tenders, no tender fee will be required.

2.2 In case of press tenders, prospective bidders can purchase tender


documents from the offices of the of Oil India Limited (hereinafter
referred to as ‘OIL’) mentioned in the notice inviting tenders (NIT)
against an application along with requisite non-refundable tender
fee. The bidders shall be able to create the bid online only after
payment of tender fee. OIL will not take any responsibility for any
delay/late in receipt of Tender Fee.

2.3 EXEMPTION OF TENDER FEE :

2.3.1 Small Scale Industries (SSI) registered with NSIC under Single
Point Registration Scheme (and not their dealers/distributors) are
exempted from payment of tender fees for the items they are
registered with NSIC. Valid registration certificate with NSIC must
be enclosed along with the application for issuing tender
documents.

MM/GLOBAL/E-01/2005 (3)

Page 93 of 443
2.3.2 Public Sector Units (PSU) are also exempted from payment of
tender fee.

2.3.3 Firms registered with NSIC, PSU’s & Government Departments


claiming exemption from payment of tender fee should submit their
request with all credentials to the tender administrator at least 7
days in advance from the date of closer of sale of bid documents, to
get access for participation in the tender.

2.3.4 Tender documents provided to SSI Units registered with NSIC on


free of charge basis shall submit their offer for their own product for
which they are registered. Their offer for other than their own
product shall not be acceptable. Their offer as supply house also
will not be acceptable and shall be rejected straightway.

2.4 REFUND OF TENDER FEE :


In case of cancellation of Press tenders, tender fee will be
refunded. However, in case fresh tender is issued in cancellation of
earlier tender, tender fee will not be refunded. Instead, such bidders
will be allowed to participate Free of charge.

3.0 TRANSFERABILITY OF BID DOCUMENTS :

3.1 The Bid documents are non-transferable. The bid can only be
submitted in the name of the bidder in whose name the bid
document has been issued.
3.2 Unsolicited offers will not be considered and will be straightway
rejected.

4.0 COST OF BIDDING

4.1 The Bidder shall bear all costs associated with the preparation and
submission of its bid, and the Purchaser will in no case be
responsible or liable for those costs, regardless of the conduct
or outcome of the bidding process.

General Terms and Conditions with following Annexures (contained


in booklet No: MM/GLOBAL/E-01/2005)

Annexure I : Bid Submission proforma


Annexure IIA & IIB : Price Schedule Proforma
Annexure III : Proforma of Exceptions/Deviations
Annexure IV : Check List
Annexure V : Proforma of Bidder’s past supplies
Annexure VI : Proforma of Authorisation Letter for
Attending Tender Opening
MM/GLOBAL/E-01/2005 (4)

Page 94 of 443
Annexure VII : Proforma of Bid Security
Annexure VIII : Proforma of Performance Security.
Annexure IXA & IXB : List of Foreign Correspondents of State
Bank Of India (SBI) /Allahabad Bank for
opening of Letter of Credit
Annexure X : List of Gateway Airports
Annexure XI : Declaration Certificate

4.2 The Bidder is expected to examine all instructions, forms, terms and
specifications in the bidding documents. Failure to furnish all
information required by the bidding documents or submission of
bid not substantially responsive to the bidding documents in every
respect will be at the Bidder’s risk and may result in the rejection of
its bid without seeking any clarifications.

5.0 AMENDMENT TO BIDDING DOCUMENTS

5.1 At any time prior to the bid closing date, OIL may for any reason,
whether at its own initiative or in response to clarifications
requested by the prospective bidder(s), modify the bidding
document by amendment(s). All prospective bidders who have
received the bidding documents will be notified of the amendments.

5.2 OIL may at its discretion if considered necessary, extend the


deadline for the submission of bids.

PREPARATION OF BIDS :
6.0. LANGUAGE AND SIGNING OF BID

6.1 Bids and all related documents as well as all subsequent


correspondence between the Bidder and OIL shall be in English
language. Supporting documents and printed literature furnished by
the bidder may be in another language provided they are
accompanied by an accurate translation of the relevant passages in
English, in which case for purpose of interpretation of the bid, the
translation in English shall prevail.

7.0 CONTENTS OF OFFERS :


7.1 The Prices along with price related conditions shall be filled online
in the Price-Bid screen. Any documents sought to be attached with
price bid shall also be attached at appropriate place must be
digitally signed..

Unpriced techno-commercial Bids shall be submitted in the


prescribed bid proforma as per Annexure I to XI. The above
annexures shall be duly filled in without any alteration to OIL’s
proforma. The above Annexures along with copy of Bid Bond as per
MM/GLOBAL/E-01/2005 (5)

Page 95 of 443
Annexure VII and all other techno-commercial documents other
than price details to be submitted with unpriced bid as per tender
requirement should be placed in the ‘un-priced’ bid folder.

7.1.2 The bid and all attached documents should be digitally signed using
digital signatures issued by an acceptable Certifying Authority (CA)
as per Indian IT Act 2000 before bid is uploaded. If any
modifications are made to a document after attaching digital
signature, the digital signature shall again be attached to such
documents before uploading the same.

The authenticity of above digital signature shall be verified through


authorised CA after bid opening and in case the digital signature is
not authorized the bid will be rejected.

Bidder is responsible for ensuring the validity of digital signature


and it’s proper usage by their employee.

7.1.3 The Bidders are advised in their own interest to ensure that all the
points brought out in the check list enclosed at Annexure IV are
complied with in their bid failing which the offer is liable to be
rejected.

7.1.4 The bids can only be submitted in the name of the Bidder who have
been permitted to participate in the bid. The bid papers, duly filled
in and complete in all respects shall be submitted together with
requisite information and Annexures I Through XI. It shall be
complete and free from ambiguity, change or interlineations.

7.1.5 The bidder should indicate at the time of quoting against this tender
their full postal and Fax/Email addresses and also similar
information in respect of their authorised agents in India, if any.

7.1.6 The bid including all attached documents shall be digitally signed
by duly authorized representative of the bidding company.

7.1.7 The Bidder, in each tender for procurement of goods, will have to
give a certificate in its offer, that the terms and conditions as laid
down in this model bidding document booklet no. MM/GLOBAL/E-
01/2005 are acceptable to it in toto.

7.2 PRICE SCHEDULE

7.2.1 The Bidder shall fill in completely (on-line) all fields in the price
schedule furnished in the bidding document in respect of items
quoted.

MM/GLOBAL/E-01/2005 (6)

Page 96 of 443
7.3 Bid Prices
7.3.1 The bidders shall fill-in online the appropriate price schedule i.e
the net unit prices of the goods they propose to supply and other
pricing details etc. as per the Pricing condition separately ;

7.3.2 The Foreign bidders must quote the following prices/information:

i) Firm unit Ex-Works price of the quoted items and Currency.


ii) Firm FOB/FCA component stating the port of Embarkation .
iii) Firm Fright (ocean/air) upto Kolkata as required in the price
schedule .
iv) Any other Price component as applicable to the Tender.

7.3.3 Deleted.

7.3.4 OIL reserves the right to place the order either on FOB or C&F
basis.

7.4 The Indian bidders must quote the following prices/information:

i) Firm unit Ex-Works price of the quoted items and Currency.


ii) Firm Packign and forwarding component stating the place of
despacth.
iii) Firm Freight as required in the price schedule stating
road/rail freight.
iv) Any other Price component as applicable to the Tender.

7.4.1 Deleted

7.4.2 Deleted.

7.5 Prices quoted by the bidder shall be firm during the bidder's
performance of the contract and not subject to variation on any
account.

7.6 DISCOUNT

Prices should be quoted net of discount and no discount should be


shown separately. Discount, if any should be merged with the
quoted prices. Discount of any type, indicated separately as well as
conditional discount, will not be taken into account for evaluation
purpose. However, if an offer is found to be the lowest even
without considering discount, OIL shall avail such discount at the
time of placement of order.

MM/GLOBAL/E-01/2005 (7)

Page 97 of 443
7.7 CHANGE IN QUANTITY :

OIL reserves the right to increase / decrease the quantity. It will be


obligatory on the part of the Bidder to supply ordered quantity at the
offered rates.

7.8 TECHNICAL LITERATURE:


Relevant technical literature must be submitted along with the offer
whenever called for without which the offer would be liable to be
rejected.

7.9 THIRD PARTY INSPECTION (When specifically called for in


the tender):

7.9.1 Whenever inspection by OIL’s approved Third Party Inspection


Agencies has been called for in the tender, Bidder must indicate the
availability of the OIL’s approved Third Party Inspection Agencies in
their area. OIL reserves the right to inspect the material through any
of the Third Party Inspection Agencies.

7.9.2 All inclusive charges for Third Party Inspection must be indicated
separately in the on-line Price schedule.

7.9.3 Offers without any mention about Third Party Inspection charges as
specified above will be considered as inclusive of Third Party
Inspection charges. When a bidder mentions Third Party Inspection
charges as extra without specifying the amount, the offer will be
loaded with maximum value towards Third Party Inspection charges
received against the tender for comparison purposes. If the bidder
emerges as lowest bidder after such loading, in the event of order
on that bidder, Third Party Inspection charges mentioned by OIL on
the Purchase Order will be binding on the bidder.

7.10 SAMPLES (When specifically called for in the tender):

7.10.1 Bidder shall submit Samples of requisite quantity whenever called


for. Each sample shall be sealed and have a card affixed indicating

a) Bidder’s name, address, contact Telephone No. & Email address


b) Tender No. and Bid opening Date
c) Product Name
d) Item No. of the tender

MM/GLOBAL/E-01/2005 (8)

Page 98 of 443
7.10.2 Sample must be received on or before the Bid Closing Date failing
which the offer will be rejected.

7.10.3 Bidders who have been exempted from submission of tender


sample through specific communication from OIL, need not
submit any sample. However, they will be required to enclose a
photocopy of the exemption letter along with their bid failing which
their offers will be liable to be rejected.

7.11 TRAINING (When specifically called for in the tender):

7.11.1 Bidders shall indicate cost for training OIL’s personnel separately
whenever called for.

7.11.2 For training at Bidder’s premises, only the training fee should be
indicated by the Bidder. All charges towards to & fro fare,
boarding/lodging and daily expenses etc. for OIL’s personnel shall
be borne by OIL.

7.11.3 For training at OIL’s premises, the Bidder should quote training
charges which should be inclusive of all charges of their personnel
viz. to and fro air fares, boarding/lodging expenses and daily
expenses etc. for the entire period. Local transport for commuting to
the site at the place of training will be provided by OIL.

7.12 INSTALLATION AND COMMISSIONING (When specifically


called for in the tender):

7.12.1 In the event installation and commissioning of the item by the


technical experts of the bidders is involved, the charges thereof
should be quoted separately which should be inclusive of to and fro
air fares, boarding/lodging & daily expenses of the bidder’s
technical personnel amongst others. OIL will provide local transport
for commuting to the installation site. Bidders shall also indicate in
their offer the total expected time required for
installation/commissioning of the items.

7.12.2 Offers without any mention about installation/commissioning and


Training charges will be loaded with maximum value towards
installation/commissioning and Training charges received against
the tender for comparison purposes.

MM/GLOBAL/E-01/2005 (9)

Page 99 of 443
7.13 SERVICE/INCOME TAX :
Any Service/ Income tax/Personal tax or any other taxes/levies
involved on the services rendered by the Bidder shall be borne by
bidders and will be deducted at source by OIL. Bidders are,
therefore, requested to take note of this while quoting their prices
wherever training and installation/commissioning etc. are involved.

7.14 DELIVERY :

7.14.1 Bidder shall offer their earliest delivery period Ex-works as well as
F.O.R Guwahati (in case of indigenous Bidder) and Ex-works and
C&F Kolkata (in case of foreign Bidder) from the date of receipt of
order. Normal Ex-works delivery requirement of OIL is maximum
3 months from the date of receipt of Purchase Order or date of
establishment of Letter of Credit (where payment term is through
L/C), unless otherwise specified elsewhere.

7.15 VALIDITY OF BIDS

Validity of the offer shall be minimum 6 months (180 days) from the
date of bid opening. If nothing is mentioned by the bidder in their
offer, it will be presumed that the offer is valid for six months (180
days) from bid opening date.

7.16 VAGUE AND INDEFINITE EXPRESSIONS

Any vague and indefinite expressions such as “Subject to prior


sale”, “Prices ruling at the time of despatch”, “Subject to availability
of materials” etc. will not be considered.

7.17 AGENT/ CONSULTANT/ REPRESENTATIVE/ RETAINER/ASSOCIATE

7.17.1 Bidders must clearly indicate in their offer whether they have any
Agent in India. If so, bidders must furnish the names and addresses
of their agents and state clearly whether agents are authorised to
receive any commission. The rate of commission amount must be
indicated which will be payable only in non-convertible Indian
currency. Unless otherwise specified it will be assumed that
Agency commission has been included in the offered price. If there
is no mention about the commission amount, it will be assumed that
no commission is involved against this purchase.

8.0 CLARIFICATION IN RESPECT OF INCOMPLETE OFFERS

Prospective bidders are advised to ensure that their bids are


complete in all respects and conform to OIL’s terms, conditions and

MM/GLOBAL/E-01/2005 (10)

Page 100 of 443


bid evaluation criteria of the tender. Bids not complying with OIL’s
requirement may be rejected without seeking any clarification.

9.0 BID SECURITY

(NOTE : This clause is applicable only in case of tenders wherever


specifically mentioned.)

9.1.1 All the Bids must be accompanied by Bid Security for the amount
as mentioned in the NIT or an equivalent amount in freely
convertible currency and shall be in the prescribed format
(Annexure VII) as Bank Guarantee((BG) or an irrevocable Letter of
Credit (L/C) from any of the following Banks :

a) Any Scheduled Indian Bank or


b) Any Indian branch of a foreign Bank or
c) Any reputed foreign Bank having correspondent bank in India

9.1.2 The Bank Guarantee / LC shall be valid for seven (7) months from
the Bid closing date and shall be enforceable at Duliajan / Delhi /
Kolkata / Guwahati.

9.2 (i) The domestic bidders will have to submit the Bank
Guarantee from any of the scheduled banks and on non - judicial
stamp paper of requisite value, as per the Indian Stamp Act,
purchased in the name of the issuing banker.

(ii) The foreign Bidder will have to submit the Bank Guarantee
from Banks of Indian origin situated in their town/city/country. In
case no such bank of Indian origin is situated in their
town/city/country, the Bank Guarantee may be submitted from the
bankers as specified in Clause 9.1.1 (b) or (c) above.

(iii) The Bank Guarantee issued by a Bank amongst others must


contain the following particulars of such Bank :

(a) Full Address


(b) Branch Code
(c) Code Nos. of the authorized signatory with full name
and designation
(d) Phone Nos./Fax Nos./E-mail address

(iv) In case, any such Bid Security in the form of a Bank


Guarantee is found to be not genuine or issued by a fake banker or
MM/GLOBAL/E-01/2005 (11)

Page 101 of 443


issued under the signatures of fake official of the Bank, the bid
submitted by the concerned bidder shall be rejected forthwith and
the bidder shall be debarred from participating in future tenders.

9.3 Any bid not accompanied by a proper Bid Security (in Original) in
conformity with Clauses 9.1.1, 9.1.2 and 9.2 as applicable will be
rejected outright without any further reference.

9.4 The Bid Security of the unsuccessful bidders will be returned after
finalization of tender whereas the Bid Security of the successful
bidder will be discharged on such bidder’s furnishing the
Performance Security to OIL in the prescribed format (Annexure
VIII) against the Purchase Order secured by the bidder within the
stipulated time frame. The successful bidder will however, ensure
that the validity of the Bid Security till such time the Performance
Security in conformity with Clauses 10.3 or 10.4 below as the case
may be, is furnished.

9.5 The bidders will extend the validity of the Bid Security, if and
whenever specifically advised by OIL, at the bidder’s cost.

9.6 Bid Security will not accrue any interest during its period of validity
or extended validity.

9.7 The Bid Security will be forfeited:

a) If a bidder withdraws his bid during the period of validity of bid


or any extension thereof duly agreed by the bidder,
OR
b) If the successful Bidder do not accept the order or fails to
furnish the Performance Security within 30 days of placement
of order or before the expiry of Bid Security (unless extended),
whichever is earlier.

9.8 Exemption of Bid Security:

9.8.1 Small Scale Industries (SSI) registered with NSIC under Single
Point Registration Scheme (and not their dealers/distributors) are
exempted from submitting Bid Security for the items they are
registered with NSIC provided they submit their offer for their own
product. Valid registration certificate with NSIC indicating the
category of item and the monetary limit for which they are
registered must be enclosed along with the Bid without which the
bidder will not be entitled for exemption.

MM/GLOBAL/E-01/2005 (12)

Page 102 of 443


9.8.2 Public Sector undertakings are exempted from submitting Bid
Security.

10.0 PERFORMANCE SECURITY :


(NOTE : This clause is applicable only in case of tenders wherever
specifically mentioned.)

10.1 The successful bidder shall furnish the Performance Security in the
form enclosed (Annexure VIII) herewith within 30 days of the receipt
of notification of award of Contract failing which OIL reserves the
right to cancel the order and forfeit the Bid Security. Bidders should
undertake in his bid to submit Performance Security as stated
above.

10.2 In the event of Seller’s/Bidder’s failure to discharge their obligations


under the Contract, the Performance Security shall be encashed
and the proceeds thereof shall be forfeited without any further
reference to the Seller/Bidder.

10.3 The Performance Security shall be denominated in the currency of


the contract or in equivalent US Dollars converted at the B.C.
Selling rate of State Bank of India on the order date shall be in the
form of a Bank Guarantee or irrevocable Letter of Credit from :
a) Any Scheduled Indian Bank or
b) Any Indian branch of a foreign Bank or
c) Any reputed foreign Bank having correspondent bank in India.

10.4 (i) The bank guarantee by domestic bidders will have to be given
from the scheduled banks on non judicial stamp papers of
requisite value, as per the Indian Stamp Act, and stamp
papers should be in the name of the issuing bank.

(ii) The foreign Bidder will have to submit the bank guarantee
from Banks of Indian origin situated in their town/city/country.
In case no such bank of Indian origin is situated in their
town/city/country, the Bank Guarantee may be submitted from
the bankers as specified in Clause10.3 (b) or (c) above.
(iii) The Bank Guarantee issued by a Bank amongst others must
contain the following particulars of such Bank :

(a) Full Address


(b) Branch Code
(c) Code Nos. of the authorized signatory with full name and
designation
MM/GLOBAL/E-01/2005 (13)

Page 103 of 443


(d) Phone Nos./Fax Nos./E-mail address

(iv) In case, the Performance Security in the form of a Bank


Guarantee is found to be not genuine or issued by a fake
banker or issued under the signatures of fake official of the
Bank, the LOI/Purchase Order issued/placed on the bidder
shall be treated as cancelled forthwith and the bidder shall be
debarred from participating in future tenders. Further, the Bid
Security submitted by such bidder shall be invoked without any
further reference.

10.5 The Bank Guarantee / LC shall be enforceable at Duliajan / Delhi /


Kolkata / Guwahati.

10.6 The amount of Performance Security shall be 10% of order value


(unless specified otherwise).

10.7 The Performance Security for capital nature items like plant and
machinery etc. shall be valid for 12 months from the date of
commissioning or 18 months from the date of shipment/despatch
whichever concludes earlier. However, for consumables like
chemicals, cement, tubular etc. the Performance Security shall be
valid for 12 months from the date of shipment/despatch.

10.8 The Performance Security will be discharged by OIL and returned


to the Bidder/Seller, within 30 days of its expiry of validity including
any extension sought thereof or on completion of obligations under
the contract.

10.9 Performance Security amount will not accrue any interest.

10.10 Exemption of Performance Security :

Small Scale Industries (SSI) registered with NSIC under Single


Point Registration Scheme (and not their dealers/distributors) are
exempted from submitting Performance Security for the items they
are registered with NSIC if the contract /order value is less than the
monetary limits for which the firm is registered with NSIC.

10.11 The bidders will extend the validity of the Performance Security, if
and whenever specifically advised by OIL, at the Bidder/Seller’s
cost.

11.0 DOCUMENTS COMPRISING THE BID


MM/GLOBAL/E-01/2005 (14)

Page 104 of 443


11.1 The bid prepared by the bidder shall comprise the following
components, duly completed:
a) Price schedule (Refer on-line Price Schedule as applicable)
b) Documentary evidence in accordance with Clause 1.2 if the
bidder is other than Original Equipment Manufacturer.
c) Bid must accompany necessary literature/catalogue of the
equipment as well as of the spare parts catalogue thereof,
wherever required.
d) Bid Submission Proforma duly filled in (Refer Annexure I)
e) Exceptions/Deviations Form duly filled in (Refer Annexure III)
f) Check List duly filled in (Refer Annexure IV)
g) Bidder’s past supplies proforma duly filled in (Refer Annexure V)
h) Authorisation letter for attending Tender Opening (Refer
Annexure VI)
i) Bid Security, wherever required.
j) Confirmation about the Performance Security, wherever
required
k) Back-up Authority Letter for warranty cover of
manufacturer in case the bid is from sole selling
agent/authorised distributor/authorised dealer/authorised supply
house.

12.0 SUBMISSION AND OPENING OF BIDS

12.1 The bid along with all Annexure (I to XI) and copies of documents
should be submitted in e-form only through OIL’s e-bidding engine.
The price bids submitted in physical form against e-procurement
tenders shall not be given any rejected. However the following
documents should necessarily be submitted in physical form in
sealed envelope super scribed as "Tender Number and due for
opening on......" The outer cover should duly bear the tender
number and date of closing/opening prominently underlined,
alongwith the address of Purchaser's office, as indicated in
Invitation For Bids:

1. The original bid security.

2. Any other document required to be submitted in original as per


tender requirement.

3. If Sample is called for in the Tender

4. Printed catalogue and Literature if called for in the NIT.

13.0 DEADLINE FOR SUBMISSION OF BIDS


MM/GLOBAL/E-01/2005 (15)

Page 105 of 443


13.1 Deleted

13.2 No bid can be submitted after the submission dead line is reached.
The system time displayed on e-procurement web page shall
decide the submission dead line.

14.0 CLARIFICATIONS OF BIDS :

14.1 No unsolicited correspondence after submission of the offer will be


taken cognizance of or responded to.

14.2 After the opening of the bid, OIL may at its discretion ask the bidder
for clarification of its bids. The request for clarification and response
shall be in writing and no change in the price or substance of the
Bid shall be accepted. The reply of the bidder should be restricted
to the clarifications sought.

15.0 EXTENSION OF BID SUBMISSION DATE :

Normally no request for extension of Bid Closing Date will be


entertained. However, in case of any changes in the specifications,
inadequate response or for any other reasons, OIL may at its
discretion, extend the Bid Closing Date and/or time.

16.0 LATE BIDS

Bidders are advised in their own interest to ensure that bid are uploaded
in system well before the closing date and time of the bid.

17.0 OPENING OF BIDS

17.1 The bid will be opened at 1300 Hrs. (IST) or on the date & time of
opening indicated in "Invitation for Bid". Bidder or their authorised
representative (only one person per bidder) will be allowed to be
present at the time of opening of the Bids. However, a letter (in the
form as per Annexure VI enclosed) must be produced to the Tender
Opening Officer at the time of opening of tenders. Unless this letter
is presented, the representative will not be allowed to attend the
tender opening.

17.2 In case of unscheduled holiday on the closing/opening day of bid


, the closing/opening date shall be re-fixed to next working day,
the time notified remaining the same.

18.0 COMPLIANCE WITH TENDER :

MM/GLOBAL/E-01/2005 (16)

Page 106 of 443


18.1 Bidder's offer must conform in all respects with the applicable
specifications, drawings and terms and conditions of the tender.
Any deviation from the tender specifications or terms and conditions
must be clearly and explicitly stated. In order to be considered
responsive, the Bidder must enclose Annexure – III (duly filled in)
with their Bid.

18.2 OIL reserves the right to accept / reject any deviation in bidder's
offer pertaining to the materials specifications or to the terms and
conditions stipulated in this tender without assigning any reason
other than Bid Rejection Criteria specified in Section ‘D’.

19.0 CHECK LIST :

THE CHECK LIST, AS PER ANNEXURE - IV ENCLOSED,


MUST BE COMPLETED AND SUBMITTED ALONG WITH THE
OFFER.

20.0 PURCHASER’S RIGHT TO ACCEPT ANY BID AND TO REJECT


ANY OR ALL BIDS.

20.1 OIL reserves the right to accept / reject or prefer any offer either in
full or in part or annul the bidding process and reject all bids at any
time prior to award of contract without thereby incurring any liability
to the affected bidder (s) or any obligation to inform the affected
bidder (s) of the ground for OIL`s action. OIL also reserves the right
to split the order between two or more parties.

21.0 PACKING :

21.1 Packing of goods must be sufficiently robust to withstand multiple


handling during transit for delivery to their final destination so that
contents do not get damaged. Protection of the plant and
equipment against corrosion or deterioration must be given special
attention. In case of foreign Bidders, the packing should be sea-
worthy.

21.2 Machined steel and iron parts are to be heavily greased / varnished
as a prevention against rust.

21.3 In the case of internal combustion engines, compressors and


similar equipment, internal parts are to be sprayed with an inhibitor
or water splitting preservative and all openings covered with tape to
prevent ingress of water.

MM/GLOBAL/E-01/2005 (17)

Page 107 of 443


21.4 Boxes / Packing cases containing electrical / electronic equipment
are to be waterproof lined.

21.5 All items must have their respective identification marks painted /
embossed on them.

21.6 Crates or boxes should have a list of items contained therein


secured to the exterior by means of an enveloping piece of tin sheet
nailed to the wood. A duplicate list should also be included inside
the crate with the contents.

21.7 The Seller shall be responsible for damage of goods either in full or
in part and for corrosion and/or deterioration of the plant and
equipment during transit due to inadequate/insufficient packing or
due to non-compliance with the above Para Nos. 21.1 to 21.4
depending upon the nature of items and as such shall be obligated
to repair or replace the damaged goods or plant or equipment in full
or in parts thereof, at free of cost to OIL within a reasonable period
of time.

21.8 WEIGHT AND SIZE LIMITATION OF PACKAGES :


Normal limiting dimensions and weights are as under :

Category Length Width Height Capacity


Truck 5.185 Mtrs. 1.98 Mtrs. 1.98 Mtrs. 9 MT
Normal Trailer 10.98 Mtrs. 2.44 Mtrs. 2.44 Mtrs. 18 MT
Semi Low Bed Trailer 10.98 Mtrs. 3.05 Mtrs. 3.05 Mtrs. 20 MT
Low Bed Trailer 6.71 Mtrs. 3.05 Mtrs. 3.81 Mtrs. 18 MT

This dimensional restriction must not be violated without prior


approval from OIL. The finished packing should be in the form of a
Box under the limited dimensions.

22.0 INSPECTION AND TEST :

22.1 All materials to be supplied shall be subject to inspection and test


by OIL at its discretion at any stage of manufacture and before
despatch by mutual arrangement. Inspection and tests shall be
MM/GLOBAL/E-01/2005 (18)

Page 108 of 443


carried out either by OIL’s personnel or through a third party
nominated by OIL. Seller has to arrange for the inspection through
the nominated third party (whenever applicable) and obtain the
necessary inspection certificates together with the declaration
certificate (as per Format mentioned in Annexure XI)

22.2 OIL reserves the right to inspect the material through any of the
Third Party Inspection Agencies. While appointing the Third party
inspection Agency (from OIL’s approved agencies), the bidder shall
pass instruction to the appointed Third Party Inspection Agency to
comply and respond to the advice/queries made by OIL directly with
the inspection agency in connection with the inspection.

22.3 Bidder must extend the required facility for inspection by Third Party
Inspection Agency. The bidder will be responsible for arranging the
third party inspection and must submit the inspection certificate in
Original together with the Declaration Certificate (as per Format
mentioned in Annexure XI) to OIL alongwith the despatch/shipping
documents. The certificate issued by the Third Party Inspection
Agency must specify that the inspection has been carried out for
the material to be supplied to OIL INDIA LIMITED and inspection
has been carried out as per the scope of inspection stipulated in
OIL’s Purchase Order. The certificate should also specify OIL’s
Purchase Order Number.

23.0 CONFIDENTIAL INFORMATION :

23.1 The Bidder / Seller shall treat as confidential all designs, drawings,
data or information written or verbal, supplied by OIL and shall use
its best endeavors to ensure that such design, drawings, data or
information is not divulged to any third party except with the
consent of OIL where necessary for the purpose of
performance of its obligation hereunder and subject to similar
undertakings being obtained from such third parties to treat such
design, drawings, data or information in like confidence other than
designs, drawings, data or information which at the time of
proposed disclosure are within the public knowledge or in the
Bidder’s/Seller's possession.

24.0 PATENT AND OTHER RIGHTS :

MM/GLOBAL/E-01/2005 (19)

Page 109 of 443


24.1 The Bidder/Seller shall fully indemnify OIL against any action, claim
or demand, costs and expenses arising from or incurred by reason
of any infringement or alleged infringement of any letter, patent,
design, trademark or name, copy right or other legally protected
rights in respect of any plant, work, materials to be supplied or any
arrangement, system or method of using, fixing or working to be
employed by the Bidder/Seller.

24.2 In the event of any claim or demand being made or action brought
against OIL in respect of any of the aforesaid matters, OIL shall
notify the Bidder/Seller thereof as soon as possible and
Bidder/Seller shall conduct with the assistance of OIL if necessary,
but at his own expense, all negotiation for the settlement of such
matter and any legal proceeding, litigation/ arbitration involved or
which may arise there from.

25.0 INDEMNITY AND INSURANCE :

25.1 The Bidder/Seller shall defend or hold OIL harmless from all
actions, claims, suits and demands made, against either or both of
them in respect of injuries to or death of any person including
employees of the Bidder/Seller or non-compliance of any
statutory/safety requirement.

25.2 The Bidder/Seller shall also defend and hold OIL harmless for loss
of and damage to property arising from the supply of any goods or
materials or the erection, installation repair or operation for a
period, of any plant hereunder.

26.0 ASSIGNMENT :
26.1 The Bidder/Seller shall not transfer, assign or sublet the
consequent Contract or any part thereof without the prior consent in
writing from OIL. Any permitted transfer/assignment or subletting
shall not relieve the Bidder/Seller of any of his obligations which
might have arisen before such permission was given.

27.0 WARRANTY / GUARANTEE :

27.1 Goods, materials or plant (s) to be supplied hereunder shall be


new, of recent make, of the best quality & workmanship and shall
be guaranteed by the Seller for a period mentioned hereunder
against defects arising from faulty materials, workmanship or
design. Defective goods / materials or parts notified by OIL to the
Seller shall be replaced immediately by the Seller on F.O.R
destination basis including payment of all taxes and duties at
MM/GLOBAL/E-01/2005 (20)

Page 110 of 443


Seller's expense. This guarantee shall survive and hold good not-
withstanding inspection, payment for and acceptance of the goods.

NATURE OF ITEMS PERIOD OF WARRANTY /


GUARANTEE

For consumables like 12 months from the date of


Cement, Chemicals, tubulars despatch/shipment
etc

For Capital Items 18 months from the date of


despatch/shipment or 12 months
from the date of successful
commissioning, whichever is earlier

For other items 18 months from the date of


despatch/shipment or 12 months
from the date of receipt at
destination, whichever is earlier

28.0 DEFAULT IN DELIVERY / LIQUIDATED DAMAGES :

28.1 Time will be of the essence of the contract.

28.2 In the event of the Seller’s default in maintaining the agreed


delivery schedule set out in the order, OIL shall have the right to
cancel the order at any time after expiry of scheduled delivery date
without any reference to the Seller and make alternative
arrangement at the discretion of OIL in which case extra
expenditure involved, will be recoverable from the Seller and OIL
shall not be responsible towards such cancellation or any damage
that may be incurred by the Seller. The decision of OIL shall be final
and binding on the Seller.

28.3 As an alternative to Clause No. 28.2 above, OIL reserve the right to
accept the materials but, the Seller shall be liable to pay liquidated
damages @ 0.5% per week or part thereof of the value of the
goods in respect of which default in delivery takes place subject to
a maximum of 7.5 %. Should there be default on the part of the
Seller for more than 15 Weeks from the scheduled date to complete
the delivery or to complete the installation/commissioning &
Training (wherever applicable) successfully, OIL shall have the
right, in addition to the provisions under Clause 28.2 to invoke the
Performance Security without causing any notice to the Seller to
this effect.

MM/GLOBAL/E-01/2005 (21)

Page 111 of 443


The amount of liquidated damage as stipulated above is a pre-
estimated genuine loss as agreed by both the parties and shall be
payable without any demur and shall not be open for any dispute
whatsoever.

28.4 The liquidated damage as agreed by both the parties as a genuine


pre-estimated loss shall be payable on Landed Cost of the materials
at Duliajan inclusive of all cost to the extent of default (undelivered
portion only in cases where part delivery is acceptable) and
commissioning at site is not involved.

29.0 FORCE MAJEURE :

29.1 In the event of either of the parties being rendered unable, wholly or
in part by force majeure to carry out its obligations under the
agreement when entered into, it is agreed that on such party giving
notice and full particulars of such force majeure in writing or by
telegram / telex / fax to other party as soon as possible (within
maximum one week), after the occurrence of the cause relied on
then the obligations of the party giving such notice with proper
documentary evidence so far as they are affected by such force
majeure, shall be suspended during the continuance of any inability
so caused but for no longer period, and such cause as far as
possible be remedied with all reasonable effort.

29.2 The term “Force Majeure" as used herein shall mean ‘Acts of God’
including Landslides, Lightning, Earthquake, Fires, Storms, Floods,
declared Wars, Blockades, insurrection, riots, Government
regulations etc., which are not within the control of the party
claiming suspension of its obligations within the meaning of the
above Clause 29.1 and which renders performance of the contract
by the said party completely impossible.

30.0 DEFAULT :

30.1 In the event of an Contract with the Bidder, if the Bidder/Seller


contravenes any of the provisions of the Contract or neglects to
carry out his obligations of the Contract, OIL may give notice in
writing thereof requiring the Bidder/Seller to remedy the breach
within seven days, or within such period as OIL may agree to be
reasonable and in the event of Bidder’s/Seller's failing to do so, OIL
will be at liberty to purchase the goods elsewhere or have the work
which the Bidder/Seller has neglected to do, carried out by some
other person at the Bidder’s/Seller's expense. In such an event OIL
shall have the right to terminate the Contract.

31.0 TERMINATION :
MM/GLOBAL/E-01/2005 (22)

Page 112 of 443


31.1 In the event of an Contract with the Bidder, OIL shall have the right
to terminate the Contract giving 7 days notice or such reasonable
time and in this event shall pay to the Bidder/Seller such sum as
shall fully compensate the Bidder/Seller for work carried out by
them in performance of the Contract prior to such termination.

32.0 APPLICABLE LAW :

The contract arising out of this tender shall be interpreted in


accordance with and governed by the laws of India.

33.0 ARBITRATION :

33.1 All disputes and differences whatsoever arising between the parties
out of or relating to the construction, meaning and operation or
effect of this Tender and consequent Contract or the breach thereof
shall be mutually settled. However, in case no such mutual
settlement is arrived at, the matter shall be settled by arbitration in
accordance with the provision of arbitration of the Indian Arbitration
& Conciliation Act, 1996 and any statutory modification or re-
enactment thereof and the Rules made there under and for the time
being in force. The venue of arbitration shall be at Duliajan unless
otherwise agreed by OIL

33.2 In case of dispute with the Seller who happens to be a Public


Sector Undertaking, the same shall be resolved as per Department
of Public Enterprises (DPE) guidelines.

MM/GLOBAL/E-01/2005 (23)

Page 113 of 443


SECTION - ‘B’

SPECIAL TERMS & CONDITIONS


FOR FOREIGN BIDDERS ONLY

1.0 INCOTERMS :

Bidders to note that interpretation of all foreign trade terms shall be


as per INCOTERMS 1990.

2.0 ORDER TERMS :

OIL reserves the right to place order on EXW (Ex-works including


packing), FCA, FOB, C & F or CIF terms. Offered rates shall be
kept firm by the Bidder through delivery / shipment.

3.0 PARTIAL ORDER/REDUCED QUANTITY :

THE MINIMUM FOB / FCA CHARGES IN CASE OF PARTIAL


ORDER FOR REDUCED QUANTITY / ITEMS SHALL HAVE TO
BE INDICATED BY THE BIDDER. IN CASE THIS IS NOT
INDICATED SPECIFICALLY, THE CHARGES QUOTED WOULD
BE PRORATA CALCULATED AND THE SAME WILL BE
BINDING ON THE BIDDER.

4.0 TAXES & LEVIES :

(i) All taxes, stamp duties and other levies imposed outside India
shall be the responsibility of the Bidder/Seller and charges
thereof shall be included in the offered rates.
(ii) All Taxes & levies imposed in India, for the services including
installation & commissioning, shall be to the Bidder/Seller’s
account.
(iii) Income Tax on the value of the Services rendered by the
Bidder /Seller in connection with installation, commissioning,
training etc. shall be deducted at source from the invoices at
the appropriate rate under the I.T. Act & Rules from time to
time.

5.0 SHIPMENT :

5.1 SEA SHIPMENT : Shipment by sea shall be through conference


line vessels, preferably having India as a member. Shipment must
be under-deck.

MM/GLOBAL/E-01/2005 (24)

Page 114 of 443


5.2 AIR SHIPMENT : In case the gross weight of consignment is less
than 100 kg., despatch by air may be assumed. In case of air
freighting, order may be placed either on FCA (Gateway airport of
the country from where the material will be shipped) or on Ex-works
(packed) basis. A list of Gateway airport is enclosed as Annexure
X. In cases of order on FCA basis, airfreighting shall be through
OIL's authorised Freight Forwarder and all charges up to aircraft
are to be borne by the bidder. In case of order on Ex-works
(packed) basis, the supplier shall make the goods ready with export
air worthy packing and OIL’s nominated cargo handling Agent shall
collect the materials from the works of the supplier.

5.3 DESPATCH THROUGH COURIER : In case despatch is made


through courier, despatch is to be made on “Freight mode”, unless
otherwise specified.

6.0 INSURANCE :

In case of shipment other than on CIF terms, insurance will be


arranged and paid for by OIL on receipt of information of loading. In
case of contracts on CIF terms, insurance upto Port of discharge
shall be arranged and paid for by Seller.

7.0 COUNTRY OF ORIGIN :

Bidders shall indicate Country of Origin item-wise. In case of mixed


country of origin, percentage distribution of contents of
country of origin must be stated.

8.0 TERMS OF PAYMENT

8.1 Payment terms must be clearly stated. OIL's standard payment


terms are:

i) Sight draft basis ( Cash against Documents )


ii) Letter of Credit (L/C)

8.2 Payment through Letter of Credit :

8.2.1 The Letter of Credit shall be established through State Bank of


India (SBI) or Allahabad Bank or any other scheduled Bank, as
would be mentioned in the Purchase Order, from time to time. The
foreign correspondents of SBI / Allahabad Bank / any other
scheduled Bank in various countries are furnished vide Annexure
IXA and Annexure IXB to this Tender Notice. Bidders shall name
one of the correspondents of SBI / Allahabad Bank through whom
MM/GLOBAL/E-01/2005 (25)

Page 115 of 443


they prefer to have their L/C opened. Where foreign correspondents
of SBI / Allahabad Bank are not existing presently, the bidders are
to indicate their banker's name and address in their offers.

8.2.2 Normally L/C will not be confirmed. Confirmation of L/C, if required,


shall be at Seller's cost.

8.3 For small value orders say up to US $15,000.00, OIL would prefer
to make payment on Sight draft (Cash against Documents) basis
for expeditious processing of order for mutual benefit. OIL
undertakes to pay within 15 working days of receipt of clean
documents, in case of payment on Sight draft (CAD) basis. As per
present rule, Sight Draft (CAD) payment up to US$ 25,000 can be
made on direct submission of documents to OIL’s nominated
banker instead of routing through bidder's banker.

8.4 Payment terms where installation and commissioning & Training is


involved:
Wherever installation and commissioning is involved, 70% payment
will be made against supply of materials and balance 30% after
satisfactory commissioning at site along with the installation &
commissioning charges. Payment towards training will be released
after successful completion of training.

The bidder, in his bid, must indicate the correct particulars viz.
their Account number etc. to enable the SBI to put through the
correct transaction.

8.5 PAYMENT TO THIRD PARTY :

Request for payment/part payment to third party (i.e., other than


the party on whom the order has been placed) will not be
entertained by OIL under any circumstances. The offers stipulating
payment/part payment to such third party will be considered as non-
responsive and such offers will be rejected.

9.0 BANKING CHARGES :

9.1 While banking charges in India will be borne by OIL, all banking
charges in bidder's country will be to the bidder’s account.
Bidders are requested to quote their prices considering these
charges, if applicable. Further, bank charges in India incurred in
extension/ amendment of L/C for reasons attributable to the bidder
(and where OIL is not at fault), shall be borne by the bidder.

MM/GLOBAL/E-01/2005 (26)

Page 116 of 443


10.0 ADVANCE PAYMENT :

10.1 Request for advance payment shall not be normally considered.


However, depending on merit and at the sole discretion of OIL,
advance payment may be agreed at an interest rate of 1% above
the prevailing Bank rate (CC rate) of State Bank of India
compounding on quarterly basis from the date of payment of the
advance till recovery /refund.

10.2 Advance payment if agreed to by the Company shall be paid only


against submission of an acceptable Bank Guarantee whose value
should be equivalent to the amount of advance plus the amount of
interest estimated by OIL on the basis of contractual delivery period
without further reference.

10.3 Bank Guarantee shall be valid for 3 months beyond the delivery
period incorporated in the order and same shall be invoked in the
event of Seller's failure to execute the order within the stipulated
delivery period.

10.4 In the event of any extension to the delivery date, seller shall
enhance the value of the bank guarantee to cover the interest for
the extended period and also shall extend the validity of bank
guarantee accordingly.

11.0 INDIAN AGENTS :

11.1 Bidders must clearly indicate in their offer whether they have any
Agent in India. If so, bidders must furnish the names and addresses
of their agents and state clearly whether agents are authorised to
receive any commission. The rate of commission amount must be
indicated which will be payable only in non-convertible Indian
currency. Unless otherwise specified it will be assumed that
Agency commission has been included in the offered price. If there
is no mention about the commission amount, it will be assumed that
no commission is involved against this purchase.

11.2 One Indian agent is not allowed to represent two Bidders


against one tender.

12.0 DOCUMENTATION :

12.1 Eight (8) copies of invoices, Six (6) copies of BL/AWB and Four (4)
copies of certificate of origin will be required to be furnished.
MM/GLOBAL/E-01/2005 (27)

Page 117 of 443


12.2 The Seller shall negotiate the documents through their Bank at its
earliest convenience. However, in case of shipment from the ports
of nearby countries (e.g., Singapore), the successful Bidder shall
negotiate the documents within 7 days of shipment.

12.3 Seller shall also ensure that the shipping documents are received
by OIL's Kolkata office 7 days (3 days in case of shipment from
nearby countries/ports like Singapore) prior to the listed arrival of
the vessel at Kolkata port. In case of air-freighted consignments,
documents should be received within 7 days from the date of
despatch. If the documents are not made available as requested it
will not be possible for OIL to clear the consignments through
Customs at the discharging port in time and the same will accrue
demurrage. Expenses incurred by OIL due to late submission of
documents would be recoverable fully from the successful Bidder or
their Indian agent.

13.0 SPECIAL TERMS & CONDITIONS FOR INDIAN AGENT :

13.1 Commission to Indian Agents shall be paid after clearance of goods


through customs against bills submitted to OIL's Kolkata office.
However, whenever installation & commissioning is involved, the
commission to Indian Agents shall be released only after successful
installation & commissioning by the Bidder/supplier.

13.2 OIL shall reserve the right to deduct demurrage and other
expenses incurred due to late / incorrect submission of
documents by the Principal from the commission payable to their
Indian Agents against the instant order or any other subsequent /
outstanding order.

MM/GLOBAL/E-01/2005 (28)

Page 118 of 443


SECTION – ‘C’

SPECIAL TERMS & CONDITIONS


FOR INDIAN BIDDERS

1.0 PRICES :

1.1 Indian bidders are required to indicate both Ex-works as well as


FOR Destination price by road. Bidder should also indicate FOR
operating Railhead price where the material is a full rake load
Chemicals/Cement/Tubular consignment or any other item
specifically mentioned to be transported by rail only

1.2 OIL reserves the right to place order on FOR (despatching station)
or FOR (destination) terms. Offered rates should be kept firm
through delivery/despatch.

2.0 EXCISE DUTY:

2.1 Excise Duty, if any, should be quoted either as “extra” or as


inclusive as the case may be. The Seller, if happens to be a Supply
House, should not quote “Excise Duty” as extra.

SSI Unit availing slabs rate of turnover for duty structure should
specify the maximum Excise Duty levies against the order at the
time of delivery, if order is placed on them.

Bidders, who are manufacturers, should indicate the rate of Excise


Duty, if any, separately for all quoted items.

Any benefit/concession/exemption involved should be spelt out


clearly by the bidders. In case such information is not furnished in
the Bid, the offer will be loaded with the maximum amount of Excise
duty applicable for the item for evaluation purpose. However, OIL
reserves the right to place the order based on the excise duty
indicated in the Bid which will be binding on the Bidder.

2.2 Bidder should indicate the following in their offer:

a) Address of the factory from where the goods will be


despatched.
b) Chapter, Heading and Sub-heading of the Excise tariff for
the material offered.

MM/GLOBAL/E-01/2005 (29)

Page 119 of 443


3.0 SALES TAX :

3.1 In case of concessional CST @ 2 % ( or any other rate as per the


Act), necessary ‘C’ form shall be issued by OIL wherever applicable
at the time of settlement of invoice. Wherever Assam General Sales
Tax is payable by OIL, same shall be deducted at source for which
tax deduction certificate shall be issued.

Any other benefit/concession/exemption available at the time of


delivery should be spelt out clearly by the bidders. In case such
information is not furnished in the Bid, the offer will be loaded with
the normal amount of tax applicable for the item for evaluation
purpose. However, OIL reserves the right to place the order based
on the tax indicated in the Bid which will be binding on the Bidder.

4.0 OTHER TAXES & LEVIES :

(i) All taxes, stamp duties and other levies for the services
including installation/commissioning, Training etc. shall be to
the Bidder/Seller’s account.
(iii) Income Tax /Service Tax on the value of the Services
rendered by the Bidder/Seller in connection with
installation/commissioning, training etc. shall be deducted at
source from the invoices at the appropriate rate under the I.T.
Act & Rules from time to time.

5.0 CONCESSIONS PERMISSIBLE UNDER STATUTES :

Bidder, while quoting against this tender, must take cognizance of all
concessions permissible under the statutes including the benefit
under Central Sale Tax Act, 1956, failing which the Bidder will have
to bear extra cost where bidder does not avail confessional rates of
levies like customs duty, excise duty, sales tax etc. OIL will not take
responsibility towards this.

However, OIL may provide necessary assistance wherever possible,


in this regard.

6.0 STATUTORY VARIATION :

Any statutory variation (increase/decrease) in the rate of excise


duty/sales tax/Customs Duty or any statutory levy after the closing
date of tenders/revised priced bid, as the case may be, but within
MM/GLOBAL/E-01/2005 (30)

Page 120 of 443


the contractual delivery/completion period will be to the account of
OIL subject to documentary evidence. However, any increase in
excise duty/sales tax/Customs Duty or any statutory levy after the
expiry of the scheduled date of delivery shall be to the supplier’s
account.

7.0 IMPORT CONTENT :

7.1 In case there is any import content in their offer, it will be obligatory
on the part of the Indian bidders to mention the amount involved
and the rates quoted should be inclusive of import content and
applicable customs duty thereon. On the other hand, if there is no
import content they should categorically state the import content to
be NIL in their offer. Bidders who do not mention import content in
their offer will not be entitled to price preference applicable, if any
vide Section D (Bid Rejection & Bid Evaluation Criteria).

8.0 CURRENCY OF BIDS / EXCHANGE RATE FLUCTUATION :

8.1 Indian Bidders are permitted to bid in any currency (including Indian
Rupees) and receive amount in that currency. However, currency of
bid will not be allowed to be changed after bid opening. Since
Indian bidders are allowed to quote in any currency, OIL will not
compensate for any exchange rate fluctuation in respect of the
purchase finalised under this tender.

9.0 DEEMED EXPORT BENEFITS :

It will be specifically highlighted in the tender in case Deemed


Export benefits is applicable against this tender and the benefits
available.

10.0 DESPATCH :

10.1 Road Despatch :

10.1.1 In the event of an order other than FOR Destination terms, the
material will be required to despatch through OIL’s approved
transporters (which will be specified in the order) on “Door Delivery”
basis.

10.1.2 For orders placed on FOR Destination basis, the material will be
required to despatch through reputed Bank approved transporters
only on Door Delivery basis. In case OIL is required to collect the
material from transporters godown, extra expenditure incurred
thereof will be recovered from the Bidder/seller.
MM/GLOBAL/E-01/2005 (31)

Page 121 of 443


10.2 Rail Despatch :

In case of Rail despatch, the Bidder will be fully responsible for


arranging required railway wagons/rake. Tubular consignment will
be despatched on open type wagons only. Height of the wagons
should not exceed 4.6 metres.

11.0 INSURANCE :

11.1 Transit insurance will be arranged and paid for by OIL for all orders
other than FOR Destination orders. The Bidder/seller will be
required to intimate the insurance agency (which will be specified in
the Purchase Order) regarding the despatch details immediately
after despatch. The Sellers have to arrange the transit insurance at
their cost in case of orders placed on FOR Destination basis.

12.0 PAYMENT TERMS :

12.1 Payment terms where installation / commissioning and


Training are not involved :

Payment to the extent of 90% maximum of the value of the supply


will be made against proof of despatch presented through Bank or
to OIL directly. Balance 10% of the value will be released not later
than 30 days of receipt of goods at OIL’s site. Adjustments, if any,
towards liquidated damage shall be made from the balance 10%
payment. OIL may consider releasing 100% payment against
despatch documents for suppliers having good track record with
OIL and where 10% Performance Security is submitted in time and
no installation/commissioning is involved.

12.2 Payment terms where installation /commissioning and Training


are involved :

Wherever installation / commissioning and Training are involved,


70% payment will be made against supply of materials and balance
30% after satisfactory commissioning at site along with the
installation & commissioning charges after adjusting liquidated
damages, if any. Payment towards training will be released after
successful completion of training.

12.3 Payment against Trial Orders :

In the event of placement of trial orders, payment will be made only


on acceptance of goods after successful field trial of the materials.
MM/GLOBAL/E-01/2005 (32)

Page 122 of 443


12.4 PAYMENT TO THIRD PARTY :

Request for payment/part payment to third party (i.e., other than


the party on whom the order has been placed) will not be
entertained by OIL under any circumstances. The offers stipulating
payment/part payment to such third party will be considered as non-
responsive and such offers will be rejected.

13.0 BANKING CHARGES :

All banking charges will be to the bidder's account.

14.0 ADVANCE PAYMENT :

14.1 Request for advance payment shall not be normally considered.


Depending on merit and at the discretion of OIL, advance payment
may be agreed at an interest rate of 1% above the prevailing Bank
rate (CC rate) of State Bank of India compounding on quarterly
basis from the date of payment of the advance till recovery /refund.

14.2 Advance payment if agreed to by the Company shall be paid only


against submission of an acceptable Bank Guarantee whose value
should be equivalent to the amount of advance plus the amount of
interest estimated by OIL on the basis of contractual delivery
period.

14.3 Bank Guarantee shall be valid for 3 months beyond the delivery
period incorporated in the order and same shall be invoked in the
event of Seller's failure to execute the order within the stipulated
delivery period.

14.4 In the event of any extension to the delivery date, seller shall
enhance the value of the bank guarantee to cover the interest for
the extended period and also shall extend the validity of bank
guarantee accordingly.

MM/GLOBAL/E-01/2005 (33)

Page 123 of 443


SECTION - D

BID REJECTION CRITERIA & BID EVALUATION CRITERIA

1.0 BID REJECTION CRITERIA :

The bids must conform to the specifications, terms, and conditions


given in the NIT. Bids shall be rejected in case the items offered do
not conform to the required minimum / maximum parameters
stipulated in the technical specifications and to the respective
international /national standards wherever stipulated.
Notwithstanding the general conformity of the bids to the stipulated
specifications and terms and conditions, the following requirements
shall have to be particularly met by the bidders, without which the
offer will be considered as non-responsive and rejected:

1.1 Bidders shall offer firm price through delivery and not subject to
variation on any account. Bids with adjustable price shall be treated
as non responsive and rejected.

1.2 Validity of the Bids shall be minimum 4 months (120 days). Bids
with lesser validity will be rejected.

1.3 Bids received after bid closing date and time shall be rejected. Also,
modification of Bids received after Bid Closing date/time shall not
be considered.

1.4 Bidders shall quote directly and not through their agent in India.
Offers made by their Indian Agents on behalf of their foreign
Principals will be rejected. Similarly, Bids received from unsolicited
parties shall be rejected.

1.5 The authenticity of above digital signature shall be verified through


authorised CA after bid opening and in case the digital signature is
not authorized the bid will be rejected.

1.6 Any offer containing incorrect statement will be rejected

1.7 Bids without original Bid Security as per Para 9.0 of Section A
(wherever called for) and confirmation regarding submission of
MM/GLOBAL/E-01/2005 (34)

Page 124 of 443


requisite Performance Security as per Para 10.0 of Section A
(wherever called for) shall be rejected.

1.8 Bids not submitted in compliance with Special methods of


submitting system mentioned in Para 12.1 of Section A (whenever
applicable) will be rejected.

1.9 The bids shall conform generally to the specifications and terms and
conditions given in the tender. Bids shall be liable for rejection in case
the goods offered don't conform to the required minimum / maximum
parameters stipulated in the technical specifications and to the
respective international/National standards wherever stipulated.

1.10 Bids submitted without all the cost details required vide Para 7.1 of
Section A will be rejected.

1.11 Bids not submitted in compliance with Para 7.10.2 of Section A


regarding submission of samples (whenever applicable) will be
rejected.

2.0 BID EVALUATION CRITERIA :

2.1 Bids which are found to be responsive and meeting the requirement
both specification wise and terms and conditions in the enquiry will
be considered for final evaluation.

2.2 Each item shall be normally evaluated independently unless


otherwise stated.

2.3 In the event of computational error between unit price and total
price, unit price shall prevail and adopted for evaluation.

2.4 Similarly, in the event of discrepancy between words and quoted


figure, words will prevail.

2.5 For conversion of foreign currencies into Indian Rupees, B. C.


selling (Market) rate declared by State Bank of India (SBI) one day
prior to the date of price bid opening shall be considered. However,
if the time lag between the opening of the bids and final decision
exceeds 3 (three) months, then B.C. selling (Market) rate of
exchange declared by SBI on the date prior to the date of final
decision shall be adopted for conversion.

MM/GLOBAL/E-01/2005 (35)

Page 125 of 443


3.0 COMPARISON OF OFFERS :

3.1 WHEN ONLY FOREIGN BIDDERS ARE INVOLVED :

Comparison of offers will be done on CIF Kolkata Port basis.

3.2 WHEN BOTH FOREIGN AND DOMESTIC BIDDERS ARE


INVOLVED:

3.2.1 The ex-works price of domestic bidder (inclusive of customs duty on


imported raw materials and component etc. and applicable terminal
excise duty on the finished products and Sales Tax) excluding
inland transportation to destination and CIF landed price of foreign
bidders (with customs duty as applicable on the bid closing date)
excluding inland transportation to destination will be compared.
However, for contracts for supply cum installation / erection / site
assembly, or turnkey projects where bidder's responsibility includes
inland transportation, the evaluation will be inclusive of inland
transportation.

3.2.2 Price Preference:

For capital goods, the domestic manufacturers would be accorded


a price preference to offset CST to the extent of 4% or actual
whichever is less subject to 30% local content norms as stipulated
for World Bank Funded project to the satisfaction of OIL.

3.2.3 When more than one domestic bidders fall within price preference
range, inter-se-ranking will be done on FOR destination basis.

3.2.4 If the Government of India revises these evaluation criteria the


same as applicable on the bid closing date will be adopted for
evaluation of the offers.

3.3 WHEN ONLY DOMESTIC BIDDERS ARE INVOLVED OR WHEN


MORE THAN ONE DOMESTIC BIDDERS ARE IN CONTENTION
IN CASE OF MIXED RESPONSE:

Comparison of offers will be done on FOR destination basis by road


(except for full rake load Chemicals/Cement/Tubular consignment
or any other item specifically mentioned to be transported by rail
only).

3.4 Insurance and banking charges (in India) will be assumed as 1.5%
of the FOB prices in case of foreign offers. Extra 1% will be loaded
on offers stipulating confirmed L/C at buyer’s account. In case of
MM/GLOBAL/E-01/2005 (36)

Page 126 of 443


domestic bidders, extra @ 0.5 % shall be loaded on F.O.R.
despatching point value towards insurance charges to arrive at
F.O.R. destination price, towards insurance charges.

3.5 At the time of evaluation of the offers, past performance of similar


equipment supplied by the bidder as well as after-sales service,
supply of spares, etc. in respect of such equipment by the
concerned bidder will be considered / evaluated. If the same are not
found to be satisfactory as already communicated to the bidder, the
offer may be considered as unacceptable offer and rejected.

3.6 Considering the nature of the item, if the product offered by


the lowest acceptable bidder is not field proven in OIL,
purchaser at its discretion may place a trial order to the extent
of 25% (maximum) only and balance quantity will be procured
from other competitive bidders whose product has been field
proven in OIL.

4.0 PURCHASE PREFERENCE :

OIL reserves the right to allow to the Central Public Sector


Enterprises, purchase preference facilities as admissible under the
existing policy. However, the provisions are subject to change as
per Govt. Guidelines and the provisions ruling at the time of bid
(price bid in case of two bid/stage system) opening will be
applicable. Bidders are requested to take a note of the latest
guidelines of the Govt. in this regard on their own and quote
accordingly.

5.0 In case of any conflict between the Rejection/Evaluation criteria


stipulated in this Section with that given in the Invitation for Bid
against specific Tender, those mentioned in the Invitation for Bid
against specific Tender will prevail.

MM/GLOBAL/E-01/2005 (37)

Page 127 of 443


SECTION - E
SPECIAL TERMS & CONDITIONS
FOR TUBULARS

1.0 MANUFACTURING DETAILS :

1.1 Bidders must specify categorically in their offer if the following


jobs in respect of the casing offered by them would be carried out
by themselves.

i) Manufacture of the Green pipe


ii) Manufacture of the Mother pipe
iii) Manufacture of Coupling Stock/blanks
iv) Threading of item (ii) or (iii) and End finishing jobs.

In case any or all the above jobs would be carried out in their plant,
they must forward valid API certificate(s) issued in their name for
respective job(s) together with the offer.

1.2 In case some of the above jobs are not carried out in their plant but
would be carried out in some other works, the bidders must submit
API certificate(s) issued in the vendors' name for respective job(s).
These certificates must be furnished along with the offer.

1.3. Bidders doing none of the above jobs would be treated as supply
house/traders. As supply house /traders to bid, they however must
fulfill the criteria laid down in General terms and conditions (refer
para 1.2 of Section A) to be eligible for bidding.

1.3.1 They (Supply Houses/Traders) must forward the following


certificates alongwith the offer failing which the offer will be
rejected.

i) A certificate from the final manufacturing mill guaranteeing


supply of the tubulars to the bidder in the event of an order on
the bidder.

ii) Valid API certificates of the mills doing the respective jobs.

1.3.2 It may be noted that no change in manufacturing mill will be allowed


after placement of order.

1.4 Bidders must clearly indicate the country of origin.

MM/GLOBAL/E-01/2005 (38)

Page 128 of 443


2.0 QUANTITY TOLERANCE :

Bidders should note that, in the event of order, quantity tolerance of


+0%/-2% of order quantity will be applicable.

3.0 ANTI DUMPING DUTY CLAUSE :

3.1 Government of India has imposed Anti Dumping Duty in


respect of Casing, Linepipe and Tubing etc., used in drilling of oil or
gas of an external diameter not exceeding 244.5 mm or 9.5/8
inches originating in or exported from Austria, Czech Republic,
Russia, Ukraine and Romania . In case the product is offered
from any of the parties/countries listed by Government of India in
the Anti dumping duty notification or any other parties/Countries on
whose product the Government of India may impose Anti Dumping
Duties at any stage, the successful bidder will be required to
undertake to pay the applicable Anti Dumping duties. In case of
the foreign bidders, the amount involved in respect of Anti
Dumping duty will have to be remitted to OIL within 15 days of
receipt of the notice from OIL, whereas in case of indigenous
bidders they should note that OIL will not be liable to
reimburse any amount on account of Anti Dumping duty for the
materials imported by them for execution of the contract.

3.2 The bidders are required to categorically confirm that the goods
offered will not originate/ be shipped from any of the above named
countries or any of such countries on whose products Government
of India may impose Anti Dumping duties at any stage and if so, the
applicable Anti Dumping duty will be borne by them as mentioned
above. In the event such a categoric confirmation is not made in
the offer, the offer will be summarily rejected.

4.0 PRICE BREAK-UP :

4.1 Foreign Bidders must furnish price details giving break up as


under :

i) Firm unit Ex-Works price of the quoted items and Currency.


ii) Firm FOB/FCA component stating the port of Embarkation .
iii) Firm Fright (ocean/air) upto Kolkata as required in the price
schedule .
iv) Third Party Inspection charges per metre.
v) Any other Price component as applicable to the Tender.

4.1.1 Foreign bidders are required to quote "Firm FOB" and "Firm C&F"
price showing break up. Evaluation of foreign offers will be made
considering “Firm C&F" price. Bidders not quoting "Firm FOB" and
"Firm C&F" price will be rejected.

MM/GLOBAL/E-01/2005 (39)

Page 129 of 443


4.1.2 In the event of order on foreign party, order may be placed on FOB
or C&F terms at the discretion of OIL. Initially, order may be placed
on FOB terms with an option to change to C&F terms for the quoted
C&F value. It will be obligatory on the part of the bidder to agree to
above terms.

4.2 Indigenous bidders are to quote the following :

i) Firm unit Ex-Works price of the quoted items and Currency.


ii) Firm Packing and forwarding component stating the place of
despatch.
iii) Firm Freight as required in the price schedule stating
nearest operating Rail head (despatching point)
iv) Third Party Inspection charges per meter
v) Duties, Taxes, if any.
vi) Import content, if any ( Statement like “maximum import
content” shall not be entertained and import content must be
quantified clearly)
vii) Any other Price component as applicable to the Tender.

5.0 PLACEMENT OF ORDER :

5.1 In case of foreign bidders, order will be placed on FOB or C&F


basis at the discretion of OIL. In case of indigenous bidder, order
will normally be placed on FOR nearest Rail head basis, freight to
pay by Rail for full rake load consignment. In case of small
consignment (less than rake load) orders will normally be placed on
Ex-works basis in which case goods are to be dispatched through
our nominated carriers on freight to pay basis in which case loading
at the dispatching point is to be done by suppliers without any
additional charge. If suppliers make any request for change of
mode of transportation from Rail to Road for full rake load
consignment for any reason, OIL may consider allowing
transportation by road subject to suppliers` agreement to bear the
excess freight, if any.

5.2 Notwithstanding above, OIL reserves the right to place orders on


any terms at its discretion.

6.0 SPECIFICATIONS :

6.1 The bids shall conform generally to the specifications and terms
and conditions given in the tender. Bids shall be liable for rejection
in case the goods offered don't conform to the required minimum /
maximum parameters stipulated in the technical specifications
and to the respective international/National standards
wherever stipulated.

MM/GLOBAL/E-01/2005 (40)

Page 130 of 443


7.0 BID REJECTION CRITERIA :

Notwithstanding the general conformity of the bids to the


stipulated specifications and terms and conditions, the following
will have to be categorically confirmed in the bid without which
the same will be considered as non-responsive and summarily
rejected :-

i) The tubular will bear API monogram.


ii) The tubular will be brand new and of recent manufacture.
iii) Certificate from the final manufacturing mill guaranteeing supply
of the tubulars to the bidder in the event of an order on the
bidder as per Para 1.3.1 ( applicable for Supply houses )
iv) The goods offered will not originate in or exported from any
of the countries as detailed in Para 3.0 (Anti dumping duty
clause) above and if so the Anti Dumping Duty will be borne by
the bidder.
v) ‘Firm FOB’ and ‘Firm C&F’ price in case of foreign bidders.

8.0 For other terms and conditions, please refer to Section A to D.


Terms and conditions incorporated above would prevail over the
General Terms and conditions in case of any contradiction.

****************

MM/GLOBAL/E-01/2005 (41)

Page 131 of 443


ANNEXURE - I

BID SUBMISSION PROFORMA

Tender No :

Oil India Limited

Dear Sirs,

I / We have understood and compiled with the “ Instructions to


Bidders” at “Bid evaluation / Rejection Criteria” and the “General Terms
and Conditions” for supply and have thoroughly examined and compiled
with the specifications, drawings and / or pattern stipulated hereto and / are
fully aware of the nature of the material required and my / our offer is to
supply materials strictly in accordance with the requirements.

Yours faithfully,

(SIGNATURE OF BIDDER)

ADDRESS :

DATED :

TELEPHONE NO :
FAX NO :
EMIAL ADDRESS :

Note : This form should be returned along with offer duly signed

MM/GLOBAL/E-01/2005 (42)

Page 132 of 443


ANNEXURE - II A

Price Schedule Proforma

(Prices are to be quoted as per online format)

MM/GLOBAL/E-01/2005 (43)

Page 133 of 443


ANNEXURE - II B

Price Schedule Proforma

(Prices are to be quoted as per online format)

MM/GLOBAL/E-01/2005 (44)

Page 134 of 443


ANNEXURE - III

PROFORMA EXCEPTION / DEVIATION

EXCEPTION / DEVIATION PERFORMA

OIL expects the bidders to fully accept the terms and conditions of the
bidding documents. However, should the bidder experience some
exception and deviations to the terms of the bidding documents, the same
should be indicated here and put in unpriced bid. In order to be considered
responsive, Bidder’s offer must specifically include the following statement
:

(a) We certify that our offer complies with all NIT requirements and
specifications without any deviations.

Or

(b) We certify that our offer complies with all NIT requirements and
specifications with the following deviations :

Clause No. of Full compliance/ Exception/ Remark


Bidding Document not agreed deviations taken
by the Bidders

Signature of the Bidder

Name :

Seal of the company

MM/GLOBAL/E-01/2005 (45)

Page 135 of 443


ANNEXURE - IV

CHECK LIST

THE CHECK LIST MUST BE DULY FILLED UP COMPLETELY AND TO BE


SUBMITTED ALONG WITH YOUR OFFER. PLEASE ENSURE THAT ALL
THESE POINTS ARE COVERED IN YOUR OFFER. THESE WILL ENSURE
THAT YOUR OFFER IS PROPERLY EVALUATED. PLEASE CROSS THE BOX
WHICHEVER IS APPLICABLE.

TECHNICAL

(Applicable to both Foreign Bidders and Indigenous Bidders)

1.0 Whether necessary literature/catalogue of the equipment as well as


spare parts thereof has been attached with the offer?

Yes No

2.0 Whether the product quoted is API approved and bears API monogram ? (if
applicable)

Yes No Not applicable

3.0 Whether required sample asked in bidding document has been submitted
along with the offer ?

Yes No Not applicable

4.0 If the sample has been asked for and the bidder is exempted from
submission of sample, then whether exemption letter has been enclosed with the
offer ?

Yes No Not applicable

5.0 Whether the materials being offered fully conform to the required technical
specifications ?

Yes No

6.0 If not, whether you have separately highlighted the deviation?

Yes No

MM/GLOBAL/E-01/2005 (46)

Page 136 of 443


COMMERCIAL
(A) Applicable to both Foreign Bidders and Indegeneous Bidders

1.1 Whether requisite tender fee has been paid ?

Yes No Not applicable

1.2 If so, furnish the following :-

(i) Value

(ii) Mode of payment: Cheque/ Draft Cash

2.1 Whether Original Bid Security has been forwarded (if called for) ?

Yes No Not applicable

2.2 If so furnish the following:-


(i) Name of the Bank
(ii) Value
(iii) Number
(iv) Date of issue
(v) Period of validity of the Bank Draft/Bank Guarantee/Letter of
Credit.
(The validity of Bank Draft should not be less than 180 days).

3.0 In case the Bidder is a supply house, whether authorisation from the
manufacturer, authorising him to bid, has been enclosed with the offer ?

Yes No Not applicable

4.0 Have you offered firm price?

Yes No

5.0 Have you specified currency of the quoted price?

Yes No

6.0 Whether the period of validity of the offer is as required in bidding document?

Yes No

7.0 Have you indicate firm delivery ?

Yes No

MM/GLOBAL/E-01/2005 (47)

Page 137 of 443


8.0 Whether Original Bid Security has been forwarded in original (if called for) ?

Yes No Not applicable

9.0 Whether confirmation regarding submission of performance Security has


been furnished (if called for) ?

Yes No Not applicable

10.0 Whether confirmation regarding Gurantee/ warranty has been furnished ?

Yes No

11.0 Whether Gross Weight / Volume of consignment has been furnished ?

Yes No

12.0 Whether the cost of Third party Inspection charges included in the quoted
prices? If not, whether these have been quoted separately. (if called for)

Yes No Not applicable

13.0 Whether the cost of Installation/ eraction / Commissioning at Site charges


included in the quoted prices? If not, whether these have been quoted
separately. (if called for)

Yes No Not applicable

14.0. Whether the cost of training of OIL personnel included in the prices? If
not, whether these have been quoted separately. (if called for)

Yes No Not applicable

15.0 Has the statement incorporating the exceptions/deviations as per the


proforma at Annexure – III, been prepared and enclosed with the offer?

Yes No

16.0 Has the bidder's past supplies proforma (Annexure – V) been carefully
filled and enclosed with the offer ?

Yes No

MM/GLOBAL/E-01/2005 (48)

Page 138 of 443


17.0. In case Antidumping Duty is applicable, whether confirmation to bear the
Antidumping duty by the Bidder has been made in the Bid.

Yes No Not applicable

18.0. If the Bidder is seeking business with OIL for the first time, has he given
the details of the parties to whom the offered items/services have been provided
in past alongwith their performance report ?

Yes No

19.0 Whether required sample asked in bidding document has been submitted
alongwith the offer ?

Yes No Not applicable

20.0. Confirm that all documents required in unpriced techno-commercial bid


without prices are placed in unpriced folder.

Yes No

21.0. Confirm that bid and all documents are signed using valid digital
signatures issued by acceptable Certifying Authority (CA) as per Indian IT Act
2000.

Yes No

(B) Applicable to Foreign Bidders Only :

22.0 Whether firm FOB/FCA price (Port of Shipment) has been quoted by
foreign bidders?

Yes No

23.0 In case of Air shipment, have you indicated FCA charges up to Gateway
airport?

Yes No Not applicable

24.0 Whether firm C&F prices (Calcutta Port) has been quoted by foreign
bidders?

MM/GLOBAL/E-01/2005 (49)

Page 139 of 443


Yes No

25.0 Have you indicated details of Indian Agent specifying Name & address of
the agent in India?

Yes No Not applicable

26.0 Whether amount of agency commission payable in non-convertible


Indian currency consequent to this tender has been indicated?
Yes No Not applicable

27.0 Whether the agency commission is included in the price or payable


extra has been highlighted?
Yes No Not applicable

28.0 If the Indian agent is to receive annual retainer fee, the details about
the quantum has been furnished?
Yes No Not applicable

29.0 Has the country of origin of the items being offered, indicated ?
Yes No Not applicable

(C) Applicable to Indigenous Bidders Only :

30.0 Whether firm Ex-works and FOR destination prices have been
quoted by indigenous bidders
Yes No

31.0 Have you indicated import content in your offer ?


Yes No

MM/GLOBAL/E-01/2005 (50)

Page 140 of 443


32.0 If the tendered item qualifies for Deemed Export Benefit, whether
the Bidder has quoted their price after taking into account various
incentives and concessions granted to them under Deemed Export Benefits
Scheme?
Yes No Not applicable

33.0 Whether a copy of latest income tax clearance certificate has been
enclosed ?

Yes No Not applicable

34.0 Whether details of your registration under Sale Tax/Central Sales Tax
have been indicated in the offer?

Yes No

Offer Ref .. .........................……………… Dated . ......................


OIL's Tender No. .. .................…………. Signed … .……….....
For & on behalf of ... ........................Designation . .......................

MM/GLOBAL/E-01/2005 (51)

Page 141 of 443


ANNEXURE - V

PROFORMA OF BIDDER’S PAST SUPPLIES

SL.NO NAME & ORDER DESCRIPTION TOTAL REMARKS


ADDRESS OF NO. & DETAILS QUANTITY
CLIENT DATE SUPPLIED
SUCCESSFULLY

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

NOTE :- CERTIFICATE FROM CLIENTS TO BE ENCLOSED ALONGWITH THIS


PROFORMA

Signature of the Bidder

_____ ______________

Name_ _____________

_______________________

Seal of the Company

_______________________

MM/GLOBAL/E-01/2005 (52)

Page 142 of 443


ANNEXURE - VI

PERFORMA OF AUTHORISATION LETTER FOR ATTENDING TENDER OPENING

NO. Date

To,

The
Oil India Ltd.,

(India)

Dear Sir,

Subject : Tender No. due on

For ___________________________Mr ___________has been


authorised to be present at the time of opening of above tender due on
at on my/our behalf.

Yours faithfully

Signature of Bidder

Name:
Designation :
For & on behalf of :

Copy to: Mr for information and for production before the (MM)
at the time of opening of bids.

MM/GLOBAL/E-01/2005 (53)
Page 143 of 443
ANNEXURE - VII

BID SECURITY FORM

TO,
OIL INDIA LIMITED
P. O. - Guwahati - 781171
ASSAM, INDIA

Whereas ................................................................................................ (herein after called 'the


Bidder') has submitted their Bid No. .................................... dated.....................against OIL
INDIA LIMITED, DULIAJAN, ASSAM, INDIA (hereinafter called the Purchaser ) 's tender
No.................................for the supply of ................................................................................…...
.............................................( hereinafter called 'the Bid') KNOW ALL MEN by these presents
that we..............................................................................................of ..........................................
having our registered office at ………...........................................................................................
(hereinafter called 'the Bank') are bound unto the Purchaser, in the sum of
........................................................................................................................................................
for which payment well and truly to be made to the said Purchaser, the Bank binds itself, its
successors and assigns by these presents.
Sealed with the said Bank this ...........................................……....day of .....................................

THE CONDITIONS of this obligation are :

1. If the Bidder withdraws their Bid during the period of Bid validity specified by the Bidder,
or
2. If the Bidder, having been notified of the acceptance of their bid by the Purchaser during the
period of bid validity :
a) fails or refuses to accept the order ; or
b) fails or refuses to furnish the performance security

We undertake to pay to the Purchaser up to the above amount upon receipt of their
first written demand (by way of letter /fax/cable) without the Purchaser having to
substantiate their demand, provided that in their demand the Purchaser will note that the
amount claimed by it is due to it owing to the occurrence of one or both of the two
conditions, specifying the occurred condition or conditions.

MM/GLOBAL/E-01/2005 (54)

Page 144 of 443


This guarantee will remain in force up to and including ninety (90) days after the
period of bid validity, and any demand in respect thereof should reach the Bank not later
than the above date.

Signature & Seal of the Bank

MM/GLOBAL/E-01/2005 (55)

Page 145 of 443


ANNEXURE – VII (Revised)

BID SECURITY FORM

TO,
OIL INDIA LIMITED
P. O. - Guwahati - 781171
ASSAM, INDIA

Whereas ................................................................................................ (herein after called 'the


Bidder') has submitted their Bid No. .................................... dated.....................against OIL
INDIA LIMITED, DULIAJAN, ASSAM, INDIA (hereinafter called the Purchaser ) 's tender
No.................................for the supply of ................................................................................…...
.............................................( hereinafter called 'the Bid') KNOW ALL MEN by these presents
that we..............................................................................................of ..........................................
having our registered office at ………...........................................................................................
(hereinafter called 'the Bank') are bound unto the Purchaser, in the sum of
........................................................................................................................................................
for which payment well and truly to be made to the said Purchaser, the Bank binds itself, its
successors and assigns by these presents.
Sealed with the said Bank this ...........................................……....day of .....................................

THE CONDITIONS of this obligation are :


1. If the Bidder withdraws their Bid during the period of Bid validity specified by the Bidder,
or
2. If the Bidder, having been notified of the acceptance of their bid by the Purchaser during the
period of bid validity :
a) fails or refuses to accept the order ; or
b) fails or refuses to furnish the performance security
or
3. If the Bidder furnishes fraudulent document/information in their bid.

We undertake to pay to the Purchaser up to the above amount upon receipt of their
first written demand (by way of letter /fax/cable) without the Purchaser having to
substantiate their demand, provided that in their demand the Purchaser will note that the
amount claimed by it is due to it owing to the occurrence of one or both of the two
conditions, specifying the occurred condition or conditions.

MM/GLOBAL/E-01/2005 (54)

Page 146 of 443


This guarantee will remain in force up to and including one hundred & eighty
(180) days after the period of bid validity, and any demand in respect thereof should
reach the Bank not later than the above date.

Signature & Seal of the Bank

MM/GLOBAL/E-01/2005 (55)

Page 147 of 443


ANNEXURE - VIII

PERFORMA OF PERFORMANCE SECURITY FORM

Ref. No Bank Guarantee No

Dated
TO,
OIL INDIA LIMITED
P. O. - Guwahati - 781171
ASSAM, INDIA

Whereas ……………….. (herein after called 'the Seller') has undertaken, in


pursuance of Order No. dated. ........to supply
……….(description of Goods and Services) hereinafter called ‘the Contract’.

AND WHEREAS it has been stipulated by you in the said Contract that the seller shall
furnish you a Bank gurantee by a recognized Bank for the sum specified therein as
security for compliance with the Seller’s performance obligation in accordance with the
contract.

AND WHEREAS we have agreed to give the seller a Gurantee :

THEREFORE we hereby affirm that we are Gurantors on responsibility to you, on behalf


of the seller, up to a total of ..........................................( amount of the Gurantee in
words and figures) and we undertake to pay you upon first written demand declaring the
Seller to be in default under the contract and without cavil or argument and sum or sums
within the limits of. ............................................(Amount of Gurantee) as aforesaid,
without your needing to prove or to show grounds or reasons for your demand or the sum
specified therein.

The Gurantee is valid until the ..............……....day of ................

MM/GLOBAL/E-01/2005 (56)
Page 148 of 443
Signature & Seal of the gurantors

Date ……………………..

………………………………
Witness Name and address of the Gurantors

MM/GLOBAL/E-01/2005 (57)
Page 149 of 443
ANNEXURE - IXA

FOREIGN CORRESPONDENT OF SBI

COUNTRY NAME OF BANK


1. Abudhabi National Bank of Abudhabi
2. Australia National Australia Bank
3. Austria Raffeisen zentral Bank A.G.
4. Bahrain SBI, Bahrain
5. Belgium SBI, Antwerpen
6. Brazil Banco Do Brasil S.A.
7. Canada SBI, Toronto
8. Denmark Den Danske Bank
9. France SBI, Paris
10. Finland Merita Bank, Helsinki
11. Germany SBI, Frankfurt
12. Hongkong SBI, Hongkong
13. Hungary National Bank of Hungary
14. Italy Credito Italiano
15. Japan SBI, Tokyo ; SBI, Osaka
16. Kenya Barclays Bank
17. Kuwait Gulf Bank K.S.C., Kuwait
18. Malyasia Malayan Banking Berhad
19. Netherlands ABN Amro Bank
20. New Zealand Bank of New Zealand
21. Norway Den, Norske Bank
22. Poland American Bank in Poland
23. Romania Banca Romana De Comert Exterior
SA
24. Saudi Arabia National Commercial Bank
25. Singapore SBI, Singapore
26. South Africa SBI, Johannesburg
27. South korea Bank of Seoul
28. Spain Banco Bilbao Vizcaya
29. Sweden Skandinaviska Enskilda Banken
30. Switzerland Union Bank of Switzerland
31. UK SBI, London
32. USA SBI, New York/ Los Angeles/
Chicago

MM/GLOBAL/E-01/2005 (58)
Page 150 of 443
ANNEXURE - IX B

FOREIGN CORRESPONDENT OF ALLAHABAD BANK

COUNTRY NAME OF BANK

1. Australia Australia And New Zealand Bank


2. Austria Osterreichische Lander Bank A.G.
3. Belgium Generale Bank
4. Canada The Royal Bank of Canada
5. Denmark Copenhagen Handels Bank A.G.
6. France Credit Lyonnais
7. Germany Deutsche Bank A.G.
8. Italy Credito Italiano
9. Japan The Fuji Bank Limited
10. Netherlands Amsterdam-Rotterdam Bank N.V.
11. Singapore SBI, Singapore
12. Sweden Skandinaviska Enskilda Bankan
13. Switzerland Union Bank of Switzerland
14. U.K. Barclays Bank PLC, London
Standard Chartered Bank, London
15. USA American Express Bank, New York
Citi Bank N.A. ,New York

MM/GLOBAL/E-01/2005 (59)
Page 151 of 443
ANNEXURE - X

LIST OF GATEWAY AIRPORTS

COUNTRY GATE WAY AIRPORT


______________________ ______________________

1. U.S.A. (EAST COAST) NEWYORK


2. U.S.A. (WEST COAST) SFO / LAX
3. U.K. LONDON
4. FRANCE ROISSY
5. GERMANY FRANKFURT
6. CANADA TORONTO/MONTREAL/
EDMONTON/CALGARY/
VANCOUVER
7. BELGIUM BRUSSELS
8. AUSTRALIA SYDNEY/MELBOURNE/
BRISBANE/PERTH
9. DENMARK COPENHAGEN
10. NETHERLANDS AMSTERDAM
11. AUSTRIA VIENNA
12. SWITZERLAND ZURICH
13. SWEDEN STOCKHOLM
14. ITALY MILAN
15. HONG KONG HONG KONG
16. TAIWAN TAIPEI
17. JAPAN OSAKA / TOKYO
18. CHINA SHANGHAI
19. U.A.E. DUBAI
20. NORWAY OSLO
21. SINGAPORE CHANGI

MM/GLOBAL/E-01/2005 (60)
Page 152 of 443
ANNEXURE - XI

DECLARATION CERTIFICATE
BY
THE THIRD PARTY INSPECTOR

TO WHOM IT MAY CONCERN

This is to certify that following material and quantity offered to us for

inspection by M/s ________________ has been inspected by us as per scope

of inspection mentioned in Oil India Limited’s order no. ________________

dated____________ and passed by us for despatch.

Material :

Quantity passed :

Certificate No. :
issued by us.

Date :
__________________________
Signature of Third Party Inspector

Seal

MM/GLOBAL/E-01/2005 (61)
Page 153 of 443
Amendment to General Terms and Conditions for Global Tender
(MM/GLOBAL/E-01/2005)
SECTION – A
A. Clause 2.4 of Section-A of General Terms and Condition of Global Tender (MM/GLOBAL/E-01/2005)
has been amended as under:
2.4 CANCELLATION OF TENDER - REFUND OF TENDER FEE
In the event, a particular tender is cancelled the tender fee will not be refunded. In case the tender is cancelled and
refloated, tender will be issued free of cost to the bidders who purchased against cancelled tender.
B. Clause as para 7.1.8 of Section-A of General terms and Condition for Global Tender (MM/GLOBAL/E-
01/2005) has been added as under:
7.1.8 Bidder should submit copies of original documents defining the constitution or legal status, place of
registration, and principal place of business; written power of the signatory of the Bid to commit the Bidder.

C. Clause 7.6 of Section-A of General Terms and Condition of Global Tender (MM/GLOBAL/E-01/2005)
has been amended as under:
7.6 DISCOUNT
Prices should be quoted net of discount by the Bidders. However, discount of any type, if indicated separately, will be
taken into account for evaluation. Conditional discount will not be considered for evaluation purpose.

D. Clause as para 7.15.1 of Section-A of General terms and Condition for Global Tender
(MM/GLOBAL/E-01/2005) has been added as under:
7.15.1 WITHDRAWL OF OFFER BY BIDDER
In case any bidder withdraws their bid within the bid validity period, Bid Security will be forfeited and the party will be debarred for
a period of 2 (two) years.

E. Clause as para 7.18 of Section-A of General terms and Condition for Global Tender (MM/GLOBAL/E-
01/2005) has been added as under:
7.18 FURNISHING FRAUDULENT INFORMATION/ DOCUMENT
If it is found that a Bidder has furnished fraudulent document/information, the Bid Security/Performance Security shall be
forfeited and the party will be debarred for a period of 3(three) years from date of detection of such fraudulent act, besides the
legal action. In case of major and serious fraud, period of debarment may be enhanced.

F. Clause as para 7.19 of Section-A of General terms and Condition for Global Tender (MM/GLOBAL/E-
01/2005) has been added as under:
7.19 BACKING OUT BY BIDDER AFTER ISSUE OF LETTER OF AWARD (LOA)
In case the Bidder does not accept the LOA/Purchase Order issued within validity of their offer, the Bid Security (wherever
applicable) shall be forfeited and the firm shall be debarred for 2(two) years.

G. Clause 9.1.2 of Section-A of General Terms and Condition of Global Tender (MM/GLOBAL/E-01/2005)
has been amended as under:
9.1.2 The Bank Guarantee / LC shall remain valid for 180 days more than the Bid validity and shall be enforceable at
Duliajan / Delhi / Kolkata/ Guwahati.
Note : In case of extension of bid closing date against any tender where a Bidder has already submitted his Bid with
requisite Bid security within the original BC date, such Bidders will be asked to confirm extension of their Bid Security
after opening of the Bids. Offers from such Bidders will be considered if they extend Bid security for the
corresponding period of extension of BC date upon request from OIL.

H. Clause 9.7 of Section-A of General terms and Condition for Global Tender (MM/GLOBAL/E-01/2005)
has been amended as under:
9.7 The Bid Security will be forfeited:
a) If a bidder withdraws his bid during the period of validity of bid or any extension thereof duly agreed by the bidder,
OR
b) If the successful Bidder do not accept the order or fails to furnish the Performance Security within 30 days of placement of
order or before the expiry of Bid Security (unless extended), whichever is earlier.
OR
c) If a bidder furnished fraudulent document/information in their bid

I. Clause 10.3 of Section-A of General Terms and Condition of Global Tender (MM/GLOBAL/E-01/2005)
has been amended as under:
The Performance Security shall be denominated in the currency of the contract or in the equivalent US Dollars
converted at the B.C. Selling rate of State Bank of India on the order date shall be in the form of a Bank Guarantee or
irrevocable Letter of Credit from:
a) Any Scheduled Indian Bank or
b) Any Indian branch of a foreign Bank or
c) Any reputed foreign Bank having correspondent bank in India and the Bank Guarantee shall be encashable in
India.
Contd..2

Page 154 of 443


Page..2
Amendment to General Terms and Conditions for Global Tender
(MM/GLOBAL/E-01/2005)
J. Clause as para 13.3 of Section-A of General terms and Condition for Global Tender (MM/GLOBAL/E-
01/2005) has been added as under:
13.3 In the event of receipt of only a single offer against the tender within B.C. date, OIL reserves the right to
extend the B.C. date as deemed fit by the company. During the extended period, the bidders who have already
submitted the bids on or before the original B.C. date, shall not be permitted to revise their quotation.

K. Clause 16.0 of Section-A of General Terms and Condition of Global Tender (MM/GLOBAL/E-01/2005)
has been amended as under:
16.0 Timely submission of tenders is the responsibility of the bidder. Bidders are advised in their own interest to
ensure that bid are uploaded in system well before the closing date and time of the bid.

L. Clause as para 34.0 of Section-A of General terms and Condition for Global Tender (MM/GLOBAL/E-
01/2005) has been added as under:
34.0 SET-OFF:
34.1 Any sum of money due and payable to the contractor (including Security Deposit refundable to them) under this
or any other contract may be appropriated by Oil India Limited and set-off against any claim of Oil India Limited (or
such other person or persons contracting through Oil India Limited) for payment of a sum of money arising out of this
contract or under any other contract made by the contractor with Oil India Limited (or such other person or persons
contracting through Oil India Limited).

SECTION – ‘D’
A. Clauses as para 1.12 of Section-D of General terms and Condition for Global Tender (MM/
GLOBAL/E-01/2005) has been added as under:.
1.12 To ascertain the substantial responsiveness of the bid, clarification in respect of clauses covered under BRC can be asked
from the bidder and such clarifications fulfilling the BRC clauses in toto must be received on or before the deadline given by the
company, failing which the bid will be summarily rejected.

B. Clauses as para 1.13 of Section-D of General terms and Condition for Global Tender (MM/
GLOBAL/E-01/2005) has been added as under:
1.13 Offers received without Integrity Pact (wherever applicable) duly signed by the authorised signatory of the
bidder will be rejected.

C. Clauses as para 4.1 of Section-D of General terms and Condition for Global Tender (MM/ GLOBAL/E-
01/2005) has been added as under:
4.1 OIL reserves the right to allow Small Scale Sectors registered with NSIC purchase preference facility as
admissible as per existing Government Policy. The bidders are requested to check the latest position on the subject
on their own and OIL does not accept any liability whatsoever, on this account.

SECTION – ‘E’
A. Clauses in para 7.0 of Section-E (BID REJECTION CRITERIA) of General terms and Condition for
Global Tender (MM/GLOBAL/E-01/2005) have been added as under:
(vi) Manufacturer’s Experience:- In case the bidder is a Manufacturer of the offered item, he should satisfy the
following along with documentary evidence i.e. copies of purchase order, B/L, invoice, etc., which should be enclosed
along with the techno-commercial bid:
(a) Minimum 5 (five) years of experience of manufacturing similar material (Same or higher outer diameter, with same
or high wall thickness irrespective of grade of the material). For this purpose the period reckoned shall be the period
prior to the date of opening of the techno-commercial bid.
(b) Should have manufactured / supplied similar material (same or higher outer diameter with same or higher wall
thickness irrespective of grade of the material) at least 50% of tendered quantity to various companies/ Oil and Gas
specific companies during the last 5 (five) Years.
However, domestic manufacturers that have satisfactorily executed development orders placed by OIL for similar
items (same or higher outer diameter with same or higher wall thickness irrespective of grade of the material) and are
established sources for supply would be considered acceptable.
(c) In case the bidder is not a manufacturer, then the bidder is required to obtain documentary evidence in respect of
the above (a) & (b) from the Manufacturer whose product has been offered and submit the same along with the
techno-commercial bid.

ANNEXURE - VII
A. Clauses in “THE CONDITIONS of this obligation are:” of ANNEXURE – VII of General terms and
Condition for Global Tender (MM/ GLOBAL/E-01/2005) has been added as under:
THE CONDITIONS of this obligation are:
3. If the Bidder furnishes fraudulent document/information in their bid.

This guarantee will remain in force up to and including one hundred eighty (180) days after the period of bid validity,
and any demand in respect thereof should reach the Bank not later than the above date.

--------X July-2012X-------

Page 155 of 443


Page 156
101 of 443
171
Page 157
102 of 443
171
Page 158
103 of 443
171
Page 159
104 of 443
171
Page 160
105 of 443
171
Page 161
106 of 443
171
Page 162
107 of 443
171
Page 163
108 of 443
171
Page 164
109 of 443
171
Page 165
110 of 443
171
Page 166
111 of 443
171
Page 167
112 of 443
171
Page 168
113 of 443
171
Page 169
114 of 443
171
Page 170
115 of 443
171
Page 171
116 of 443
171
Page 172
117 of 443
171
Page 173
118 of 443
171
USER MANUAL FOR VIEWING ,DOWNLOADING AND
PARTICIPATION OF TENDERS IN OIL’S E-TENDER PORTAL

Purpose
The Purpose of the Document is to educate the Bidders, how to View and Download the
Tender Details from the OIL’s E-Tender Portal. The Steps to be followed for Participation and
Submission of Offers.

Prerequisites

For Viewing and Downloading:

ü OIL’s E-Tender Portal runs only on Internet Explorer 6.0 and above.
ü User should have a valid User ID From OIL for E-Tender Access [ Else Guest Login
can be used]
ü Tender should have been published in the E-tender Portal.
ü All Open Tender which are Open can be viewed by all including Guest Users.
ü Limited Tenders meant for specific Vendor can only access through the Login with their
User Id, provided the tender is marked to them.
Note:
Since, our –tender portal is running on port: 1443, please ask your network team to
open the port no. 1443 in the firewall so that the page gets displayed in the browser
properly.

For Participation:

v Bidders should have a valid logon ID and Password.


v Tender Fee has to be paid as per the Tender requirement.
v For Open Tenders, bidders need to go to the Individual Tender and Register
[Tender wise] for allowing them for participation [ Detail Procedure available in
the manual under participation]
v Valid Digital Signature of Class III with Organizations Name.

Email : erp_mm@oilindia.in Page no 1 of 31

Page 174 of 443


USER MANUAL FOR VIEWING ,DOWNLOADING AND
PARTICIPATION OF TENDERS IN OIL’S E-TENDER PORTAL

Procedure For Viewing and Downloading Tender.


Opening the OIL’s E-Tender Portal.

For opening the e-tender Logon page , one can go through the following path.

Go to oil’s website : www.oil-india.com

Click on the button. This will open us the e-tender portal


page. Or from For Vendors dropdown – eTenders.

Email : erp_mm@oilindia.in Page no 2 of 31

Page 175 of 443


USER MANUAL FOR VIEWING ,DOWNLOADING AND
PARTICIPATION OF TENDERS IN OIL’S E-TENDER PORTAL

One can also directly go to the webpage by typing the url in the browser also. The
url is : https://etender.srm.oilindia.in/irj/portal

Two important documents are uploaded on this webpage.

The Compatibility Settings guides about the Internet Explorer Browser setting to
work properly the oil’s e-tender portal.

The second is guideline to the bidders about the details of the pre-requisite for the
e-tendering in OIL.

Users are requested to go through these documents in details before actually


working on the system.

Vendor login :

For accessing and participation, e-tender portal user Id and Passwords are issued
from OIL. Generally it is issued to new vendors on their first time deposit of tender
fee against any of their interested e-tenders.

Email : erp_mm@oilindia.in Page no 3 of 31

Page 176 of 443


USER MANUAL FOR VIEWING ,DOWNLOADING AND
PARTICIPATION OF TENDERS IN OIL’S E-TENDER PORTAL

Else users without having user ID can to use ‘Guest’ to login into the portal. On
Login into the portal, the first page comes as under:

User Manuals are put under the User Manuals Tab Page.

Opening Tenders [ RFx ]

Select ‘Rfx and Auction’ Tab.

Select query ‘Published’.

All publish bid will be displayed.

Click on ‘Refresh’ at the bottom of the page to get the updated data.
To go to a specific Tender key in the RFx [ Tender ] Number in the Event Number Field and
click on button. The Tender Number will be displayed. [ Please remove this entry from

Email : erp_mm@oilindia.in Page no 4 of 31

Page 177 of 443


USER MANUAL FOR VIEWING ,DOWNLOADING AND
PARTICIPATION OF TENDERS IN OIL’S E-TENDER PORTAL

Event Number Field to display other tender]


Display Tender [Rfx ]

On double clicking on the Tender number [ RFx] , a new window will open with the Rfx in
display mode.

In the display mode, details are available as submission deadline, opening date, Tender fee,
EMD requirements etc. other relevant data in Rfx parameter area under Rfx information tab.
Now click on Question area near to Rfx parameter area under Rfx information tab to get all
the questions maintained in the RFx.

All the questions whose answers are expected by the vendor to fill are displayed in this area
(some of them are mandatory, marked with red star) as per tender requirement.

Email : erp_mm@oilindia.in Page no 5 of 31

Page 178 of 443


USER MANUAL FOR VIEWING ,DOWNLOADING AND
PARTICIPATION OF TENDERS IN OIL’S E-TENDER PORTAL

Click on Item tab to view the details of the material and services of the RFx.

To view the technical specification or other technical related documents

1. click on
or

2. If you could not find the button , then [In case of old tender, prior to
upgrade]

please click on and click on Collaboration link in the area

3. This will redirect to the C-folder in following structure. This is the area to view and
download the Technical details like Details of Materials, Schedule of Services,
BEC/BRC, Terms and Conditions of the Tender, Integrity Pact etc.

4. Either of this link will open up a new Window as per the below screens.

Window with Collaboration Link will open as below: Navigate to the Tender documents
Folder for Tender documents and Amendment to Tender documents Folder for
Amendments, if any.

Email : erp_mm@oilindia.in Page no 6 of 31

Page 179 of 443


USER MANUAL FOR VIEWING ,DOWNLOADING AND
PARTICIPATION OF TENDERS IN OIL’S E-TENDER PORTAL

Window with Technical Rfx button, system will redirect to the following structure:

Navigate to the Tender documents Folder for Tender documents and Amendment to
Tender documents Folder for Amendments, if any. Users can view and download the
documents in local machine for further reference.

Email : erp_mm@oilindia.in Page no 7 of 31

Page 180 of 443


USER MANUAL FOR VIEWING ,DOWNLOADING AND
PARTICIPATION OF TENDERS IN OIL’S E-TENDER PORTAL

Procedure for E-Tender Participation.

Important Pointes to the bidders:

For Open Tenders, bidders need to go to the Individual Tender and Register [Tender
wise] for allowing them for participation.

Bidders can register against Individual tenders before paying Tender Fee. This is
required in order to maintain the Tender Fee that has been submitted by the bidders,
without which they can’t participate.

In some scenarios, if the bidder doesn’t get the Register button, they will get the
Create Response button [in that scenario, bidder has been allowed to participate by
the respective purchase department already.

Exception: For older tender [ tenders published prior to up-grade { in this scenario,
collaboration folder will be available under Notes and attachment and no ‘ Technical
Rfx’ button at the Top}], bidders need to deposit the tender fee before Registration.

Now back to RFX display.

Registration and participation ( in case of Open Tender )


In case of Open Tenders, Tender Fee is required as per the Tender Terms. System will
not allow to create Response [ bids] until and unless the purchaser receives the Tender
fee and update it in the system for this Rfx. As already mentioned in the Important note,
it is required by the bidder to register in the RFx for the purchase to maintain the Tender
Fee.

Email : erp_mm@oilindia.in Page no 8 of 31

Page 181 of 443


USER MANUAL FOR VIEWING ,DOWNLOADING AND
PARTICIPATION OF TENDERS IN OIL’S E-TENDER PORTAL

Once bidder’s registers and tender fee is maintained, ‘Create Response’ button will be
visible through which bidders have to create the response against the e-tender.

In some scenarios, if the bidder doesn’t get the Register button, they will get the
Create Response button [in that scenario, bidder has been allowed to participate by
the respective purchase department already.

Note: For older tender bidders need to deposit the tender fee before Registration.[See
exception note on above page]

To register, click on button at the Top of the Rfx (Tender).

Message of successfully registration is displayed ( until and unless Registration


happens , purchaser cannot update Tender Fee in the system against the Bidder)

Click on button to show your interest for participate in to the bidding

Email : erp_mm@oilindia.in Page no 9 of 31

Page 182 of 443


USER MANUAL FOR VIEWING ,DOWNLOADING AND
PARTICIPATION OF TENDERS IN OIL’S E-TENDER PORTAL

process ( This will help purchaser to know your intend for participation for the Tender)

Success message is displayed.

Create Response for the Tender


Once Tender fee is paid and accepted in the system, Create Response button will be
available for further process. [ For open tenders where Tender fee is required ]

Click on button to create the Response in the system.

After creation, a bid/response number will be generated. It will start with 600XXXXX. Click on
the save button to save the bid you have created. Once creation response part is
over, you will not get the create response button again.

Email : erp_mm@oilindia.in Page no 10 of 31

Page 183 of 443


USER MANUAL FOR VIEWING ,DOWNLOADING AND
PARTICIPATION OF TENDERS IN OIL’S E-TENDER PORTAL

Price Requirement for the RFx.

Please have a look at the important field for the response submission process. Under
RFx Information Basic Data Tab Page. The Field value of ‘Detailed Price Information’
will guide you the type of Price to be maintained in the response. The field is available
as per the screen shot below.

Implication of the Values of Detailed Price Information :

1. Price with Condition: In this type of Rfx, Prices to be maintained in online


format with breakup of cost components like basic price, ED, CST, Freight
Etc.
2. Simple price: In this type of Rfx Prices to be maintained in online
format.(Only one Price, most for Service Tenders)
3. No price: In this type of Rfx, no on-line Prices to be filled up. Instead, Price
Bid Format provided as part of the Tender, to be downloaded, fill up fully in
the local machine. Once filled up these to be uploaded under Notes and
attachments in the response with Digital Signature.

Note: Details of the Procedure and Screen Shots are available under
Commercial Uploading section below.

Email : erp_mm@oilindia.in Page no 11 of 31

Page 184 of 443


USER MANUAL FOR VIEWING ,DOWNLOADING AND
PARTICIPATION OF TENDERS IN OIL’S E-TENDER PORTAL

To fill up the response. Bidders always needs to be in EDIT mode. Whatever

information filled up in the response can be saved by pressing the save button.
Once saved, response goes to the display mode, to work on click on the edit button

to go to Edit mode for working on the response.

Data to be maintained in the Response:

A. Terms of Payment: Payment Term offered by the bidders for the quote.

Select Terms of payment from the dropdown list. For getting the dropdown click on the
icon in the value field.

Select appropriate Terms of payment from the list of values provided.

B. In Similar way INCOTERM [ International Commercial Terms] to be taken from


the dropdown. , Second field is
the Location Field, key in the location as per the offer. Screen shot below.

Email : erp_mm@oilindia.in Page no 12 of 31

Page 185 of 443


USER MANUAL FOR VIEWING ,DOWNLOADING AND
PARTICIPATION OF TENDERS IN OIL’S E-TENDER PORTAL

As purchaser maintains certain mandatory questions to be answered, error messages


may be displayed. To maintained the required questioner, go to RFx information Tab

page , and click on Tab.

Email : erp_mm@oilindia.in Page no 13 of 31

Page 186 of 443


USER MANUAL FOR VIEWING ,DOWNLOADING AND
PARTICIPATION OF TENDERS IN OIL’S E-TENDER PORTAL

On Edit Mode, you can fill all the answers as per the requirement of the RFx.

Some of them may be mandatory marked with red star.

Commercial Section:
Now for quoting the price for the materials and services.

Scenario I : Price with Condition:

Click on Conditions Tab Page at header level .

Email : erp_mm@oilindia.in Page no 14 of 31

Page 187 of 443


USER MANUAL FOR VIEWING ,DOWNLOADING AND
PARTICIPATION OF TENDERS IN OIL’S E-TENDER PORTAL

Double Click on the amount column (on Edit Mode), you can maintained the Prices on-line
[Currency also, if multiple currency is allowed for the RFx] . [ Please Ignore the Total Value
displays at the top, not reflecting correct one]. After maintaining the Prices for all items as per

the schema defaulted, click on button to save the data. [ Maintain only prices under
amount field where there is respective condition types, blanks should be avoided]

Prices can also be maintained by going to the Item Tab page , Details area, then
maintain prices one by one item by navigating into next items. To select next Item click on

at the top area of the Detail tab page of Item.

Email : erp_mm@oilindia.in Page no 15 of 31

Page 188 of 443


USER MANUAL FOR VIEWING ,DOWNLOADING AND
PARTICIPATION OF TENDERS IN OIL’S E-TENDER PORTAL

Scenario II : Simple price:

Go to the Item Tab page and click on Details area.

Expand the node, if required by clicking the option on left of the item . It will open up all
the items.

Click on the Price field and maintain the Prices in the on-line format. [Currency also, if
multiple currency is allowed for the RFx]. After maintaining the Prices for all items as

per the schema defaulted, click on button to save the data. [ Maintain only
prices under amount field where there is respective condition types, blanks should be
avoided].

Email : erp_mm@oilindia.in Page no 16 of 31

Page 189 of 443


USER MANUAL FOR VIEWING ,DOWNLOADING AND
PARTICIPATION OF TENDERS IN OIL’S E-TENDER PORTAL

Scenario III : No price:

In this type of Rfx, no on-line Prices to be filled up. Instead, Price Bid Format provided
as part of the Tender, to be downloaded, fill up fully in the local machine. Once filled
up these to be uploaded under Notes and attachments in the response with Digital
Signature.

Area for uploading Priced Bid

Under the Attachment Option, First Click on the Sign Attachment Option to open up the
Signing window , which is as under:

Then click on the button to browse the file from the Local PC. Browse
the file from the PC, the file along with the full path will be displayed in the browser

Email : erp_mm@oilindia.in Page no 17 of 31

Page 190 of 443


USER MANUAL FOR VIEWING ,DOWNLOADING AND
PARTICIPATION OF TENDERS IN OIL’S E-TENDER PORTAL

window as under. . Once the file is

browsed, click on the button to attach the Digital Signature on the file.
This will create a new file on the PC of the original file with an extension .SSIG. The
signing process is as per the screenshot below.

Then select the Signature and click on Sign button. One pop-up will come
on successful Signing of the browsed file.

Email : erp_mm@oilindia.in Page no 18 of 31

Page 191 of 443


USER MANUAL FOR VIEWING ,DOWNLOADING AND
PARTICIPATION OF TENDERS IN OIL’S E-TENDER PORTAL

Click on OK. Close the Signing window by Pressing at the Top.

Now click on the Add Attachment Button to add the Signed File in the Response. On
clicking the Add Attachment option, a new window will open as under:

Browse the Signed File from the PC, the file along with the full path will be displayed
in the browser window. Give a Description by key in the Text and Click on
button to save/upload the Digitally Signed File in the system.

Email : erp_mm@oilindia.in Page no 19 of 31

Page 192 of 443


USER MANUAL FOR VIEWING ,DOWNLOADING AND
PARTICIPATION OF TENDERS IN OIL’S E-TENDER PORTAL

The file uploaded in the response will be displayed in the response as under. Multiple
files can be uploaded by using Digital Signature one by one.

Create Technical RFx response ( creating Technical Rfx response is mandatory)

As part of the process of Response submission, it is mandatory to submit technical


details, compliance to tender terms and conditions, Integrity Pact etc. To upload the
documents the area for the uploading are as under:

In case of new tender types, click on the button at the top on the
response. This will open up a new window.

Email : erp_mm@oilindia.in Page no 20 of 31

Page 193 of 443


USER MANUAL FOR VIEWING ,DOWNLOADING AND
PARTICIPATION OF TENDERS IN OIL’S E-TENDER PORTAL

Similarly in case of old tender, instead of Technical RFx Button, a collaboration link as
per the below screen shot will come.

On clicking on Collaboration link in the area, it will open up a up a new window.

Email : erp_mm@oilindia.in Page no 21 of 31

Page 194 of 443


USER MANUAL FOR VIEWING ,DOWNLOADING AND
PARTICIPATION OF TENDERS IN OIL’S E-TENDER PORTAL

In both the cases only difference is the folder structure, rest all the procedure
is same. Files in case of new tender types to be uploaded under ‘Tech_bid’ and
in old tender types under ‘Case Folder’

Procedure to upload document in Collaboration Window

Click on button to create and upload new document. On clicking create


button, the below screen comes. Click on ‘Document’ .

System asks for the option to upload the document. Put a name to the document,
Maintain Description and Select Radio button

Email : erp_mm@oilindia.in Page no 22 of 31

Page 195 of 443


USER MANUAL FOR VIEWING ,DOWNLOADING AND
PARTICIPATION OF TENDERS IN OIL’S E-TENDER PORTAL

Select upload Local file Radio Button and Click on continue

Following screen will appear

Click on Browse to select the document from the Local Machine to be uploaded.

Email : erp_mm@oilindia.in Page no 23 of 31

Page 196 of 443


USER MANUAL FOR VIEWING ,DOWNLOADING AND
PARTICIPATION OF TENDERS IN OIL’S E-TENDER PORTAL

Select the document by click on button. The file along with the full path
will be displayed in the browser window as under:

Click on button to Sign the file with Digital Signature.

Pop up showing the list of the Digital Certificates available, select the appropriate
Certificate and click on ‘SIGN’

Email : erp_mm@oilindia.in Page no 24 of 31

Page 197 of 443


USER MANUAL FOR VIEWING ,DOWNLOADING AND
PARTICIPATION OF TENDERS IN OIL’S E-TENDER PORTAL

Following popup will be displayed

Enter the Password for the Digital Certificate . On Signing successfully, the below
pop-up comes:

Email : erp_mm@oilindia.in Page no 25 of 31

Page 198 of 443


USER MANUAL FOR VIEWING ,DOWNLOADING AND
PARTICIPATION OF TENDERS IN OIL’S E-TENDER PORTAL

Now follow the instructions as per the pop-up message to attach the Digitally signed
Document. For that click ok to close the pop-up. Now on the screen again click on
button to select the Digitally Signed File on the PC.[The Signing will
create a new file on the PC of the original file with an extension .SSIG.]

Select the Document which was created with SSIG extension as of original document

Click on button to upload the document.

Email : erp_mm@oilindia.in Page no 26 of 31

Page 199 of 443


USER MANUAL FOR VIEWING ,DOWNLOADING AND
PARTICIPATION OF TENDERS IN OIL’S E-TENDER PORTAL

Once Document has been successfully uploaded it will be displaying under the
current version. This process to be done for each and every file that are to uploaded

as part of technical offer. Lastly, click on button to save the entry.

Click on LOGOUT button in the Extreme top Right corner to logout from this
collaboration.

On logging off, the screen comes as under:

Email : erp_mm@oilindia.in Page no 27 of 31

Page 200 of 443


USER MANUAL FOR VIEWING ,DOWNLOADING AND
PARTICIPATION OF TENDERS IN OIL’S E-TENDER PORTAL

Close the window by pressing

Now again come back to the RFX Response

Now click on the button to check for any error messages on the response.
In case of error, message with come with Red Buttons and Warnings with
buttons. With warnings submission process can go on, however, in case of error,
offer cannot be submitted. Please maintain the mandatory parameter or maintain
the data to remove the error.

Email : erp_mm@oilindia.in Page no 28 of 31

Page 201 of 443


USER MANUAL FOR VIEWING ,DOWNLOADING AND
PARTICIPATION OF TENDERS IN OIL’S E-TENDER PORTAL

Signing the RFX Response (QUOT) before submitting.

Once all the fill up and upload is complete in all respect, Response has to be Digitally
signed before submitting the Response.

Else system will deliver the error message .

To Sign the Response , make sure to go to the Edit Mode, then

Click on the button at the top of the Response in the Main screen.

( Response can only be sign in the EDIT mode )

System will pop-up following window for selecting the proper Digital certificate for
signing the Response

Select the appropriate Digital certificate and click on SIGN. It will prompt for the
Password. On providing the password and click on OK, pop-up Success message will
be displayed as under:

Email : erp_mm@oilindia.in Page no 29 of 31

Page 202 of 443


USER MANUAL FOR VIEWING ,DOWNLOADING AND
PARTICIPATION OF TENDERS IN OIL’S E-TENDER PORTAL

Click on Ok to complete the signing process.

Now click on to submit the Response.

( please maintain all the required entries to remove all the error messages)

Success message will be displayed on the main page of the Response.

Kindly ensure all the details before Submitting.


Once submitted, Response can be changed or withdrawn as per process defined by
the OIL for the Tendering.

Click on to complete the submission process for the Response against the
Tender.

Email : erp_mm@oilindia.in Page no 30 of 31

Page 203 of 443


USER MANUAL FOR VIEWING ,DOWNLOADING AND
PARTICIPATION OF TENDERS IN OIL’S E-TENDER PORTAL

Result

You have successfully submitted the Response to the RFx (Tender). The status can be
verified on the RFx and Auction window.

Click on Refresh to reflect the Correct


Status.

For any Queries and Clarification please do email ERP Support Team at
erp_mm@oilindia.in

Email : erp_mm@oilindia.in Page no 31 of 31

Page 204 of 443


This drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
MATERIAL REQUISITION (TOP SHEET)
ITEM DESCRIPTION: PUMP-RECIPROCATING (PLUNGER/PISTON)
GROUP ITEM CODE: 04FD DESTINATION: As per Commercial Documents
MR CATEGORY: II DELIVERY PERIOD: As per Commercial Documents

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

A415 000 PA MR 5120 A 13/12/2013 16 45


JOB NO. UNIT/ MAIN DOC. SR. NO. REV. DATE DIVN. DEPT.
AREA COST CODE
CENTRE ORIGINATOR
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL-1641-515 Rev.1 A4-210x297.

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

REV. DATE BY CHK. APPD. DETAILS

A 13/12/2013 AS PB AKG ISSUED FOR BIDS


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

Project: UPGRADING PUMP STATION


ENGINEERS INDIA LIMITED

RO KOLKATA Client: OIL INDIA LIMITED

Page 205 of 443


Sheet 1 of 3
File Name: U:\111.pdf
This drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or
TAG NO/
SR. NO. DESCRIPTION QUANTITY
ITEM CODE/ [ ID. NO. ]
01.00 Design, engineering, manufacture,
procurement of materials and bought out
components, assembly at shop, inspection,
testing at manufacturer's works, packing
& delivery including supply of "T-type"
Strainers for each Pump, supply of all
commissioning spares (Note-1), Special
tools and tackles, documentation as per
the enclosed EIL standard specifications,
Job specification, data sheets etc. and
other codes and standards attached or
referred.
01.01 D1 007-PA-RP-106A/B SLOP TRANSFER PUMPS AT PS-7 MADARIHAT 2 Nos
01.02 D1 009-PA-RP-106A/B SLOP TRANSFER PUMPS AT PS-9 DUMAR 2 Nos
02.00 << DELETED >>
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL-1641-515 Rev.1 A4-210x297.

03.00 << DELETED >>


04.00 Supply of Mandatory Spares as per doc#
A415-000-16-45-SL-5120.
04.01 D1 {04}007-PA-RP-106A/B For Sr. No. 01.01 1 Lot
04.02 D1 {04}009-PA-RP-106A/B For Sr. No. 01.02 1 Lot
05.00 Quotation for Two Years Operation and Lot
Maintenance Spares.
06.00 << DELETED >>
07.00 << DELETED >>
08.00 Supervision of erection and commissioning
of items specified at item 1.00 above.
(Note-2)
08.01 D1 {08}007-PA-RP-106A/B For Sr. No. 01.01 1 /diem rate
08.02 D1 {08}009-PA-RP-106A/B For Sr. No. 01.02 1 /diem rate
09.00 Drawings and documents as per attached Lot
Vendor Data requirement for all supplies
and services covered above in Sr.Nos.1.00
to Sr.No.8.00

Vendors shall quote prices in EIL Price Schedule except for Sr.No.9.00. Price for
documentation is implied to be included in the prices quoted against Sr.No.1.00 to
Sr.No.8.00

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

Note:
Bidder to note that,one fixed price is to be quoted for grouped items. The groups
of items are identified by D1 where D1 indicates one group and so on.
Grouped items shall not be split ordered.

Project: UPGRADING PUMP STATION


ENGINEERS INDIA LIMITED REQUISITION NO. REV.

RO KOLKATA Client: OIL INDIA LIMITED A415-000-PA-MR-5120 A

Page 206 of 443


Sheet 2 of 3
File Name: U:\111.pdf
This drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they will not be reproduced, copied, exhibited or

LIST OF ATTACHMENTS
REVISION
SL. REV. REV. REV. REV.
DOCUMENT TITLE DOCUMENT NO.
No.
DATE DATE DATE DATE
1 REFER LIST OF ATTACHMENT A415-000-16-45- 0
LOA-5120 13/12/2013
In case of any subsequent revision of MR or PR, only revised sheets of the
attachments listed above shall be issued alongwith the revision.

GENERAL NOTES:
(1). Commissioning spares consumed during commissioning phase over and above the
quoted spares shall be supplied without any time/cost implication to the purchaser.
Any left-over (un-used) spare shall be owner's property.

(2). Supervisory cost of 10 (TEN) mandays per Reciprocating Pump package shall be
used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use. EIL-1641-515 Rev.1 A4-210x297.

considered for the purpose of commercial evaluation. However, payment to the vendor
shall be made on the basis of mandays actually consumed for supervision of erection
and commissioning.

Project: UPGRADING PUMP STATION


ENGINEERS INDIA LIMITED REQUISITION NO. REV.

RO KOLKATA Client: OIL INDIA LIMITED A415-000-PA-MR-5120 A

Page 207 of 443


Sheet 3 of 3
File Name: U:\111.pdf
Format No.: EIL-1641-1923 Rev.1

Engineers India Limited Status


Vendor Drawing/ Document Submission Schedule Date
Client: OIL INDIA LIMITED Project: UPGRADING PUMP STATION Vendor Name:

Item Description: PUMP-RECIPROCATING PR No.: Address:


(PLUNGER/PISTON)
Date of LOI:

PO No.:
Date of PO: City:

Page 208 of 443


EIL Originating Department: ROTATING Contact Person(EIL): Contact Person: Fax:
EQUIPMENT Phone: Email:

Drg./ Doc. Nomenclature Category Scheduled Form


S.No. Equipment Number as per EIL Vendor Data Vendor Drg. / Doc. Numbe Vendor Drg./ Doc. Title Electronic Remarks
Review (R) / date of 1st
Requirement Records (I) Submission (E)/ Print (P)
MR NO.
LIST OF ATTACHMENTS A415-000-16-45-LOA-5120
Page 1 of 5

Sl. Document Title Document No. REV. REV. REV.


No. DATE DATE DATE
SECTION-A (ROTATING EQUIPMENT)
CHECKLIST
1.0 Checklist Completeness of Bid A415-000-16-45-CLCB- 0
5120 10.12.13
2.0 Checklist-Scope of Supply A415-000-16-45-CLSS- 0
5120 10.12.13
3.0 Checklist-Mandatory Spares A415-000-16-45-SL-5120 0
10.12.13
JOB SPECIFICATION
4.0 Site & Utility data A415-000-16-45-SU-5120 0
10.12.13
5.0 Job Specification for Reciprocating A415-000-16-45-SP-5120 0
Pump (Plunger/Piston) 10.12.13
DATASHEETS-ROTATING EQUIPMENT
6.0 Datasheet Pump-Reciprocating A415-000-16-45-DS-1661 0
(Plunger/Piston) 10.12.13
7.0 Datasheet Pump-Reciprocating A415-000-16-45-DS-1662 0
(Plunger/Piston) 10.12.13
8.0 Datasheet-General Purpose Gear A415-000-16-45-DS-5120 0
Unit 10.12.13
EXPERIENCE RECORD PROFORMA
9.0 Experience Record Proforma- A415-000-16-45-ER-5120 0
Reciprocating Pump(Plunger/Piston). 10.12.13
10.0 Experience Record Proforma-Gear A415-000-16-45-ER-5121 0
Box 10.12.13
VENDOR DATA REQUIREMENT
11.0 Vendor Data Requirement- A415-000-16-45-VR-5120 0
Reciprocating Pump (Plunger/Piston). 09.12.13
STANDARD SPECIFICATIONS
12.0 Standard Specification for Positive 6-41-0020 2
Displacement Pumps (Reciprocating) 15.06.07
13.0 Specification for Quality 6-78-0001 0
Management System requirements
04.06.09
from Bidders.
14.0 Specification for Documentation 6-78-0003 0
requirement from Bidders. 04.06.09
P&IDs
15.0 P&ID PS-7 A415-04-41-007-1149 4
03.10.13
16.0 P&ID PS-9 A415-04-41-009-1148 4
03.10.13
PROCESS DATASHEETS
17.0 Slop Pump Process Datasheet A415-007-04-41-DS-1661 0
05.08.13
18.0 Slop Pump Process Datasheet A415-009-04-41-DS-1662 0
05.08.13
Page 209 of 443
Format No. 1641-1924 Rev.1 Copyrights EIL – All rights reserved
MR NO.
LIST OF ATTACHMENTS A415-000-16-45-LOA-5120
Page 2 of 5

Sl. Document Title Document No. REV. REV. REV.


No. DATE DATE DATE
SECTION-B (ELECTRICAL)
19.0 Scope and Job specification for A415-000-16-50-SP-5120 A
Slop transfer pumps (Electrical) 09.12.13
20.0 Datasheet for MV Induction Motor A415-000-16-50-DS-5120 A
09.12.13
21.0 Vendor Data requirement for MV A415-000-16-50-VR-5120 A
Induction Motors 09.12.13
22.0 Standard Specification for MV 6-51-0032 4
induction Motor 26.09.07
23.0 Inspection and Test plan for MV 6-81-1032 2
Motor 15.07.11
SECTION-C (INSTRUMENTATION)
24.0 Scope of Work & Supply A415-000-16-51-SOW-
5120
25.0 Instrumentation Job Specification A415-000-16-51-SP-5120

26.0 Vendor Data Requirement A415-000-16-51-VDR-5120

27.0 Technical Compliance A415-000-TI-TQS-5120

28.0 Certificate for Logistics support- Annexure-I


UCP based PLC

29.0 Mandatory Spares A415-000-16-51-SL-5120

30.0 List of Approved vendors A415-000-16-51-MD-5120


(Instrumentation)
31.0 Blank Datasheet: Pressure Relief A415-000-YP-DS-5120
Valve

SECTION-D (STATIC EQUIPMENT)


32.0 Specification for Static Equipment A415-000-16-46-SP-5120 A
for Reciprocating Pumps 10.12.13
33.0 Standard Specification of Pressure 6-12-0030 7
Vessels for Package Items 21.10.09
34.0 Standard Specification for Positive 6-81-0001 2
material identification at vendor’s 20.10.11
works
35.0 Vessel Tolerances 7-12-0001 5
30.06.11
36.0 Angle Leg Support 7-12-0006 5
30.06.11
37.0 Pipe Leg Support 7-12-0007 5
30.06.11
38.0 Bracket support for Vertical vessel 7-12-0008 5
30.06.11
39.0 Nozzle reinforcement and 7-12-0013 5
projection 23.05.11

Page 210 of 443


Format No. 1641-1924 Rev.1 Copyrights EIL – All rights reserved
MR NO.
LIST OF ATTACHMENTS A415-000-16-45-LOA-5120
Page 3 of 5

Sl. Document Title Document No. REV. REV. REV.


No. DATE DATE DATE
40.0 Standard Bolt Hole orientation 7-12-0015 5
23.05.11
41.0 Name-Plate 7-12-0027 5
31.08.11
SECTION-E (PIPING)
42.0 Datasheet for Slop Transfer A415-000-11-42-DS-78 B
Pumps’ Strainers 19.12.13
43.0 Specification for Strainers A415-000-11-42-SP-16 B
31.05.13
44.0 Piping Material Specification A415-000-11-42-SP-0010 0
02.09.13
45.0 Technical Notes for Gaskets 6-44-0056 3
23.07.07
46.0 Technical Notes for Bolts & Nuts 6-44-0057 3
23.07.07
47.0 Standard Specification for 6-71-0024 4
Seamless fittings & flanges (size
upto DN 400 mm (16”)) 16.02.12
48.0 Standard for T-type Strainers 2”-4” 7-44-0303 5
(150#RF, 300#RF AND RTJ, 600#
28.03.13
RF AND RTJ)

Page 211 of 443


Format No. 1641-1924 Rev.1 Copyrights EIL – All rights reserved
DOCUMENT No.
CHECKLIST- COMPLETENESS OF BID
(Reciprocating Pumps) A415-000-16-45-CLCB-5120
Rev.0
Page 1 of 2

CHECKLIST- COMPLETENESS OF BID


(RECIPROCATING PUMPS)

PROJECT : UPGRADING PUMP STATIONS/TERMINALS OF NAHARKATIYA-


BARAUNI CRUDE OIL PIPELINE(NBPS)
CLIENT : M/s OIL INDIA LIMITED

CONSULTANT : ENGINEERS INDIA LTD.

JOB NO. : A415

0 10.12.2013 Issued with MR AS PB TM


Rev. Prepared Checked Approved
Date Purpose
No by by by
Format No. EIL-1641-1924 Rev.1 Copyright EIL – All rights reserved

Page 212 of 443


DOCUMENT No.
CHECKLIST- COMPLETENESS OF BID
(Reciprocating Pumps) A415-000-16-45-CLCB-5120
Rev.0
Page 2 of 2

Bidder shall confirm that the following documents/confirmations/information are enclosed with
the BID. In case bids are found incomplete the same can be summarily disqualified for further
evaluation. It is in the bidder’s own interest to see that the bids are prepared and submitted in
accordance with specified requirements. In case reply is ‘NO’, bidder shall furnish reasons for
same.
Sl Description Enclosed Remarks
no. (Yes/No)
1.0 All Check lists fully completed
2.0 Filled in data sheets
-Reciprocating Pump datasheet. Duly filled-in Gear-Box
Datasheet shall be furnished by
-Electric Motor Datasheet. the bidder for review during
-Any other datasheet. detailed engineering (in case of
an order)
3.0 Confirmation that the total scope of supply/work
is in accordance with the MR requirements or
else items excluded.
4.0 Filled in Experience record proforma (ERP) for Duly filled-in ERP for Gear-Box
shall be furnished by the bidder
each Pump item. for review during detailed
engineering (in case of an order)
5.0 Vendor’s general reference list
6.0 Manufacturer’s catalogues for the offered items
7.0 P&IDs/Schematic Drawings for the offered (For info. Only)
systems (TYPICAL).
8.0 Drawings (General arrangement, Equipment (For info. Only)
GA, Cross-sectional drawings
layout drawing, Foundation & Cross Sectional) etc. for Gear-Box , Couplings
of main equipments (TYPICAL). etc. shall be furnished by the
bidder during detailed
engineering (in case of an order)
9.0 Utility requirements.
10.0 Maximum Weights (Erection/maintenance) (For info. Only)
alongwith Crane hook height.
11.0 Spare Parts/Special Tools
11.1 List of Mandatory spares, as specified with unit Unpriced copy only
prices
11.2 Quotation for spares for two years normal (As recommended by Bidder:
unpriced copy only)
operation alongwith unit prices.
11.3 List of commissioning spares. (As recommended by bidder)
11.4 List of Special tools and tackles. (As recommended by bidder)
12.0 Quotation (Per Diem rates) for Supervision of
Erection and Commissioning.
13.0 Confirmation to Instrument Specifications
14.0 Confirmation to Electrical Specifications
15.0 Confirmation to Static Equipment Specifications
16.0 Confirmation to Piping Specifications
17.0 Other Vendor drg. and data as per the vendor
data requirement forms (those required with the
bid) and Electrical, Instrumentation, Static
Equipment and Piping specifications).

___________ ____________________________
(Bidder’s Seal) (Signature of Authorised representative)

Format No. EIL-1641-1924 Rev.1 Copyright EIL – All rights reserved

Page 213 of 443


SPECIFICATION No.
CHECKLIST-SCOPE OF SUPPLY
A415-000-16-45-CLSS-5120
RECIPROCATING PUMP
(Format Rev.1 Issue Date: 01/07/2009) Rev. 0
Page 1 of 4

CHECKLIST-SCOPE OF SUPPLY
FOR
RECIPROCATING PUMP
(PISTON/PLUNGER)

PROJECT : UPGRADING PUMP STATIONS/TERMINALS OF


NAHARKATIYA-BARAUNI CRUDE OIL PIPELINE
CLIENT : OIL INDIA LIMITED(OIL)

CONSULTANT : ENGINEERS INDIA LTD.

JOB NO. : A415

0 10.12.2013 Issued with MR AS PB TM


Rev. Prepared Reviewed Approved
Date Purpose
No. by by by

Format No. EIL-1641-1924 Rev.1 Copyright EIL – All rights reserved


Page 214 of 443
SPECIFICATION No.
CHECKLIST-SCOPE OF SUPPLY
A415-000-16-45-CLSS-5120
RECIPROCATING PUMP
(Format Rev.1 Issue Date: 01/07/2009) Rev. 0
Page 2 of 4

CHECKLIST: SCOPE OF SUPPLY


RECIPROCATING PUMP
(PLUNGER/PISTON)
Notes :

(i) Bidder shall furnish all equipment, drivers, auxiliary systems, instruments and controls
and safety devices as per the inquiry document. Anything required over and above what
is specified, for safe and satisfactory operation of the equipment package shall be
included by the bidder in his scope.

(ii) Bidder to write YES/NO against each item. Bidder is required to include complete
scope, as such 'NO' is not warranted. However, in case for any of the items if Bidder's
reply is 'NO', Bidder should give reasons for the same:

(iii) Bidder's scope of supply shall include but not be limited to the following:

Sl. No. Description Specified Included by Remarks


by Bidder
Purchaser (Yes/No)
(Yes/No)
1.0 Reciprocating Pump (Plunger/Piston) as per
Yes
attached Datasheets with the following:
1.1 Single Step Helical Gear-box as per Specifications
& Datasheet. Yes
1.2 Electric Motor driver as per Specifications &
Datasheet Yes
1.3 Coupling (Flexible metallic with spacer and Non
Yes
spark guard).
1.4 Relief valve (external) as per Instrumentation
specification/datasheets). Yes
1.5 Piping with associated items as below:
- Suction and Discharge manifold (Material: as
Yes
per applicable PMS).
- Volume Bottle type Suction Pulsation
Dampener (as per Static Equipment Yes
Specifications).
- Discharge Pulsation Dampener (Volume Bottle
/Gas charged bladder type with gas charging Yes
kit as per Static Equipment Specifications).
- Essential piping for mounting pulsation
dampeners, relief valve including suction and
discharge manifold, to terminate with single Yes
point battery limit for suction and discharge as
per Job specifications.
- Piping from Relief valve outlet to pump suction
side piping. Yes
- Heavy duty type common base plate/skid with
drip tray containing Pump, Instrumentation,
Piping and accessories. Yes

Format No. EIL-1641-1924 Rev.1 Copyright EIL – All rights reserved


Page 215 of 443
SPECIFICATION No.
CHECKLIST-SCOPE OF SUPPLY
A415-000-16-45-CLSS-5120
RECIPROCATING PUMP
(Format Rev.1 Issue Date: 01/07/2009) Rev. 0
Page 3 of 4

Sl. No. Description Specified Included by Remarks


by Bidder
Purchaser (Yes/No)
(Yes/No)
2.0 Inspection and testing
2.1 Reciprocating Pump
- Witnessed Hydrostatic test Yes
- Witnessed Mechanical Run & complete unit Yes
test.
- Witnessed Performance test. Yes
- Witnessed NPSH test (as per Spec.) Yes
- Witnessed Dismantle & Inspection test. Yes
- Witnessed Relief Valve Set Functional Test. Yes
- Other inspection & tests as specified in the Yes
Pump datasheet.

3.0 Spares & Tools/Tackles


3.1 Spares for the complete pump package including
Mechanical, Electrical, Instrumentation, Static
Equipment etc. :
- Mandatory spares as specified in the inquiry
Yes
document.
- Commissioning spares (to be recommended
Yes
by the equipment manufacturer).
- Quote for vendor recommended spares for 2
Yes
year normal operation.
3.2 Special tools and tackles required for erection, site
Yes
assembly and maintenance of the Pump package.

4.0 Vendor Data & Drawings


4.1 All data & drawings as required per Vendor data
requirements, data sheets, specifications and Yes
referenced codes and standards.

5.0 Erection & Commissioning


5.1 Supervision of Erection & Commissioning for (per diem rates
Yes required)
pump package.

6.0 Miscellaneous
6.1 Foundation bolts and nuts. Yes
6.2 Companion Flanges alongwith Nuts, Bolts &
Gaskets for Suction / Discharge and all
purchaser’s interface connections. Yes

Format No. EIL-1641-1924 Rev.1 Copyright EIL – All rights reserved


Page 216 of 443
SPECIFICATION No.
CHECKLIST-SCOPE OF SUPPLY
A415-000-16-45-CLSS-5120
RECIPROCATING PUMP
(Format Rev.1 Issue Date: 01/07/2009) Rev. 0
Page 4 of 4

Sl. No. Description Specified Included by Remarks


by Bidder
Purchaser (Yes/No)
(Yes/No)
6.3 Supporting arrangement for suction / discharge
Pulsation dampeners, manifold and piping. Yes

6.4 “T-type” Suction Strainer for each Pump Yes


7.0 Analysis & Study
7.1 Pulsation and Vibration control analysis of the
Reciprocating Pumps as per Design Approach-2 of
API 674, 2nd edition included in the Basic Yes
quotation.

8.0 Additional Items


8.1 Additional items (including mechanical, electrical
and instrumentation and controls) not specified by
Purchaser but recommended by bidder for safe,
smooth and efficient operation of the Pump
package (Bidder to include separate list of such Yes
items in his proposal along with their unit prices)

9.0 All other scope/item (Rotating, Instrumentation &


Electrical, Static equipment, Piping) not covered in Yes
this checklist but specified elsewhere in the inquiry
document e.g. individual datasheet, specifications
etc.

Format No. EIL-1641-1924 Rev.1 Copyright EIL – All rights reserved


Page 217 of 443
DOCUMENT No.
MANDATORY SPARE PARTS A415-000-16-45-SL-5120
(RECIPROCATING PUMP) Rev. 0
Format Rev.1 Issue Date-01/07/2009 Page 1 of 2

MANDATORY SPARE PARTS


(RECIPROCATING PUMP)

PROJECT : UPGRADING PUMP STATIONS/TERMINALS OF


NAHARKATIYA-BARAUNI CRUDE OIL PIPELINE
CLIENT : OIL INDIA LIMITED(OIL)

CONSULTANT : ENGINEERS INDIA LTD.

JOB NO. : A415

0 10.12.2013 Issued with MR AS PB TM

Rev. Prepared Checked Approved


Date Purpose
No by by by
Equipment Item Number: Total No. Of Units Installed: _________

Format No. 1645-MS-101-Rev.1 Copyright EIL – All rights reserved

Page 218 of 443


DOCUMENT No.
MANDATORY SPARE PARTS A415-000-16-45-SL-5120
(RECIPROCATING PUMP) Rev. 0
Format Rev.1 Issue Date-01/07/2009 Page 2 of 2

Sr. Quantity Required Quoted Unit Total


Part Description (Yes/No/ Price
No. Not appl.)
Price
(Per Set)
[A] ROTATING
PUMP-RECIPROCATING (PLUNGER/PISTON)
A.1 Set of valve assembly (Suction/Discharge) 01 (one)
GENRAL PURPOSE GEAR-BOX
A.2 Set of Bearings 01 (one)
[B] ELECTRICAL
Refer Electrical Specifications
[C] INSTRUMENTATION
Refer Instrumentation Specifications
[D] STATIC EQUIPMENT
Refer Static Equipment Specifications
[E] PIPING
Refer Piping Specifications

Notes:
1. The word ‘Set’ means the quantity for full replacement of that part in one Machine.
2. Bidder shall indicate the unit prices of the spare parts and shall quote for all the mandatory spares as
defined above and as applicable to the proposed design of the equipment. In case, any spare which is listed
in the checklist but not applicable due to specific construction/design of the equipment, the same shall be
highlighted as ‘Not Applicable’ against that spare supported with proper technical explanation.
3. Spare parts shall be identical in all respects to the parts fitted on the main equipment, including dimensions,
material of construction and heat treatment.
4. The cost of these Mandatory Spares shall be added to the ‘Total Cost’ for commercial evaluation of the
offer.
5. The offers, not including the quotation for mandatory spare parts in the commercial section and the unpriced
quotation for mandatory spare parts in the technical section shall be considered as incomplete offers and
shall be liable for prima-facia rejection. The bidder is advised to furnish the above checklist, duly completed
and consolidated, alongwith the techno-commercial offer (i.e. both unpriced and priced copies)
6. The word ‘TYPE’ means the Make, Model no., Type, Range, Size/ Length, Rating, Material as applicable.
7. Bidder shall submit this document duly filled separately for each tag.

Format No. 1645-MS-101-Rev.1 Copyright EIL – All rights reserved

Page 219 of 443


Document No.
SITE AND UTILITY DATA A415-000-16-45-SU-5120
Rev. 0
Page 1 of 3

SITE AND UTILITY DATA

PROJECT : UPGRADING PUMP STATIONS/ TERMINALS OF NAHARKATIYA-


BARAUNI CRUDE OIL PIPELINE (NBPS)

CLIENT : OIL INDIA LIMITED (OIL)

CONSULTANT : ENGINEERS INDIA LIMITED (EIL)

JOB NO. : A415

0 10.12.13 Issued with MR AS PB TM


Rev. Prepared Checked Approved
Date Purpose
No by by by

Format No. EIL-1641-1924 Rev.1 Copyright EIL – All rights reserved


Page 220 of 443
Document No.
SITE AND UTILITY DATA A415-000-16-45-SU-5120
Rev. 0
Page 2 of 3

1.0 SITE DATA INFORMATION

1.1 SITE DETAILS

STATES : ASSAM
: WEST BENGAL
: BIHAR
STATION LOCATION :
PUMP STATION LOCATION
PS – 1 : Naharkatiya, Assam
TPS : Tengaghat, Assam
PS-2 : Moran, Assam
PS-3 : Jorhat, Assam
PS-4 : Sekoni, Assam
PS-5 : Noonmati, Assam
PS-6 : Bongaigaon, Assam
PS-7 : Madarihat, West Bengal
PS-8 : Sonapur, West Bengal
PS-9 : Dumar, Bihar
PS-10 : Barauni, Bihar
RECEIPT TERMINAL
RT-Digboi Refinery : Digboi
RT-Numaligarh Refinery : Numaligarh
RT-Guwahati Refinery : Guwahati
RT-Bongaigaon Refinery : Bongaigaon

NEAREST PORT : KOLKATA PORT

NEAREST AIRPORTs
Dibrugarh, Assam : PS-1, TPS, PS-2, RT-Digboi Refinery
Jorhat, Assam : PS2, PS-3, PS4, RT-Numaligarh Refinery
Guwahati, Assam :PS-5,PS-6,RT-BongaigaonRefinery
RT-Guwahati Refinery
Siliguri, West Bengal : PS-8
Patna, Bihar : PS-10

1.2 METEROLOGICAL DATA

FGL of stations
- FGL of pumping station (PS-1) at Duliajan : 119.1
- FGL of pumping station (PS-2) at Moran : 100.4
- FGL of pumping station (PS-3) at Jorhat : 92.5
- FGL of pumping station (PS-4) at Sekoni : 77.7
- FGL of pumping station (PS-5) at Noonmati : 52.9
- FGL of pumping station (PS-6) at Bongaigaon : 59.3
- FGL of pumping station (PS-7) at Madarihat : 116.3
- FGL of pumping station (PS-8) at Sonarpur : 86.6
- FGL of pumping station (PS-9) at Dumar : 31.2
- FGL of pumping station (PS-10) at Barauni : 43.9
- FGL of receipt terminal (Digboi Refinery) : 119.1
- FGL of receipt terminal (Numaligarh Refinery) : 100.8
- FGL of receipt terminal (Guwahati Refinery) : 52.9
- FGL of receipt terminal (Bongaigaon refinery) : 63.0
- FGL of despatch terminal (Barauni) : 43.9

Format No. EIL-1641-1924 Rev.1 Copyright EIL – All rights reserved


Page 221 of 443
Document No.
SITE AND UTILITY DATA A415-000-16-45-SU-5120
Rev. 0
Page 3 of 3

2.0 UTILITY SPECIFICATIONS

2.1 Utility Conditions at Package Vendor’s Battery Limits

2.1.1 At Dispatch Terminals:

Parameters Instrument Service Water Cooling Water


Air
Source Not available Deep ground water

2.1.2 At Intermediate Pumping Stations:


Parameters Instrument Service Water Cooling Water
Air
Source Not available Deep ground water

Format No. EIL-1641-1924 Rev.1 Copyright EIL – All rights reserved


Page 222 of 443
SPECIFICATION No.
JOB SPECIFICATION FOR
RECIPROCATING PUMPS A415-000-16-45-SP-5120
Rev. 0
Page 1 of 10

JOB SPECIFICATION

FOR

RECIPROCATING PUMPS

PROJECT : UPGRADING PUMP STATIONS/TERMINALS OF


NAHARKATIYA-BARAUNI CRUDE OIL PIPELINE
CLIENT : OIL INDIA LIMITED(OIL)

CONSULTANT : ENGINEERS INDIA LTD.

JOB NO. : A415

0 10.12.2013 Issued with MR AS PB TM

Rev. Prepared Checked Approved


Date Purpose
No by by by

Format No. 1641-1924 Rev. 1 Copyright EIL – All rights reserved


Page 223 of 443
SPECIFICATION No.
JOB SPECIFICATION FOR
RECIPROCATING PUMPS A415-000-16-45-SP-5120
Rev. 0
Page 2 of 10

TABLE OF CONTENTS

SL. DESCRIPTION PAGE NO.


NO.
1.0 General…………………………………………………………………………………….. 3
2.0 Scope of supply…………………………………………………………………………... 3
3.0 Safety……………………………………………………………………………………….. 4
4.0 Unitization of pump and driver…………………………………………………………… 4
5.0 Site & utility data…………………………………………………………………………... 4
6.0 Equipment qualification criteria………………………………………………………….. 5
7.0 Basic design/special requirements……………………………………………………… 6
8.0 Spare parts………………………………………………………………………………… 7
9.0 Supervision of erection and commissioning…………………………………………… 8
10.0 Vendor data and drawing………………………………………………………………… 8
11.0 Equipment storage………………………………………………………………………... 8
12.0 Installation criteria…………………………………………………………………………. 8
13.0 Initial fill……………………………………………………………………………………... 8
14.0 Utility requirements……………………………………………………………………….. 8
15.0 Guarantee & warranty……………………………………………………………………. 9
16.0 Annexure-1 (List of approved vendors for Strainers)…………………………………. 10

Format No. 1641-1924 Rev. 0 Copyright EIL – All rights reserved


Page 224 of 443
SPECIFICATION No.
JOB SPECIFICATION FOR
RECIPROCATING PUMPS A415-000-16-45-SP-5120
Rev. 0
Page 3 of 10

1.0 GENERAL
1.1 Scope
1.1.1 This specification along with the equipment data sheet, EIL standard specification 6-41-0020
Rev. 2 and applicable API Standards describes the minimum requirements for design,
engineering, manufacture, inspection & testing, supply, supervision of erection and
commissioning etc. of “Reciprocating pumps” for “Slop transfer pumps” service as described
hereunder and in other referred documents. These pumps are meant for UPGRADING PUMP
STATIONS/TERMINALS OF NAHARKATIYA-BARAUNI CRUDE OIL PIPELINE project.
1.1.2 The intent of these requirements is to supplement, highlight and modify the requirements as
given in the data sheets, specifications as listed under list of attachments forming part of the MR
and other applicable standards referred to in the data sheets and specifications. It is to be noted
that all the requirements enumerated below are for each pump item unless specifically
mentioned otherwise.
1.2 Standards
1.2.1 The design, engineering, manufacture, supply, Inspection and testing and other general
requirements of the pumps shall be strictly in accordance with the data sheets, this job
specification, P&IDs, standard specifications etc. as listed under “List of Attachments” as well as
other referenced codes, standards and recommended practices.
1.3 Order of Precedence
1.3.1 In case of any conflict between this Job Specification and other inquiry documents, the following
preferential order shall govern:
(a). Process data sheets/P&IDs
(b). Mechanical Datasheets
(c). This Job specification
(d). Other Data Sheets/Drawings attached
(e). EIL Standard Specifications.
(f). International Standards/Codes/recommended practices as applicable.
However any such conflict shall be brought to the notice of Owner/Consultant &
Owner’s/Consultant’s decision shall be FINAL & BINDING in this regard.
1.4 Bidder shall make all possible efforts to comply strictly with the requirements. However, if any
specific requirement is not possible to comply due to inherent design of the equipment (and not
due to cost or time considerations), then such deviations shall be separately consolidated and
furnished under “List of Deviations” with specific references to Document no., Page no., Clause
no./Para no., Line no. etc. of the applicable document to which deviation applies, along with
adequate reasons for each deviation. Further, bidder shall furnish a statement, that except for
the deviations furnished by him, his offer is in total conformity with all the data sheets and
documents Listed under “List of Attachments” and the referenced codes, standards and
recommended practices. No deviation shall be considered after award of order. Any comment,
deletion, correction on the body of the data sheets/specifications/VDR etc. will not be taken
cognisance of and all such deviations shall be deemed to have been withdrawn by the bidder.
1.5 Compliance with this specification shall not relieve the bidder of the responsibility of furnishing
equipment and auxiliaries of proper design, materials and workmanship to meet specified
operating conditions.
2.0 SCOPE OF SUPPLY:
2.1 Bidder shall supply all necessary equipment as described hereinafter and as per the attached
data sheet(s) to make a complete and operable unit. This shall include, but not be limited to, the
following:
(a). Pump complete with Gearbox (Single step helical), drive motor, coupling and coupling
guard.
(b). “T-type” Suction strainer for each Pump.
Format No. 1641-1924 Rev. 0 Copyright EIL – All rights reserved
Page 225 of 443
SPECIFICATION No.
JOB SPECIFICATION FOR
RECIPROCATING PUMPS A415-000-16-45-SP-5120
Rev. 0
Page 4 of 10

(c). External Pressure relief valve as per Instrumentation specifications/datasheets.


[Note: Relief valve shall be supplied as mounted on the Pump skid. It shall not be
supplied as a loose supply item. This superseedes Clause No. 3.4.4.7.2 of EIL
standard specification 6-41-0020 Rev. 2].
(d). Pulsation dampener on suction side (if necessary to meet NPSH requirements) and
Pulsation dampener on discharge side.
(e). Companion flanges along with nuts, bolts & gaskets for both the suction & discharge
nozzles, all mating flanges etc.
(f). Suction & Discharge manifold piping.
[Note: Applicable Piping Material Specification (PMS) for Suction/Discharge shall be
as per Process P&IDs attached for each Item Tag. Also, refer PMS attached in the
inquiry document].
(g). Supporting arrangement for suction/discharge Pulsation dampeners, manifold and piping.
The supports should be firm enough to support the suction/discharge side.
(h). Heavy duty type common baseplate/skid with drip tray.
[Note: Baseplate shall contain fully Pump and accessories. No overhang of
equipment/piping outside the baseplate is allowed].
(i). Foundation Bolts & Nuts.
(j). Necessary Electrical, Controls and Instrumentation.
(k). Mandatory Spares (Rotating, Electrical, Instrumentation & Static equipment).
(l). Spare parts required for erection and commissioning
(m). Quote for recommended spares for 2 year normal operation. The spare range should
include spare for all the main & auxiliary parts.
(n). Special tools and tackles required for erection, site assembly and maintenance of each
equipment of pump package as per manufacturer’s recommendation (two pumps of a Tag
no.)
(o). All data & drawings as required per Vendor data requirements, data sheets, specifications
and referenced codes and standards.
(p). All the above components shall be mounted on a single common baseplate fully assembled,
piped with inlet and outlet piping terminated at the skid edge with appropriately rated
flanges, wired, tested and painted.
(q). All other items/scope as per Electrical, Instrumentation, Static equipment sections of the
inquiry document.
2.2 Following are excluded from bidder’s scope of supply:
(a). Foundation & civil works.
(b). Civil & structural work.
(c). Erection & Commissioning (Except supervision).
3.0 SAFETY
3.1 All controls shall operate in a fail-safe mode.
3.2 All Electrical Devices shall meet the requirement for the specified area classification in which
they are installed.
3.3 All couplings and gears shall be provided with adequate non-sparking guards.
3.4 Equipment design and engineering shall incorporate adequate safety features [as per applicable
specifications of respective equipment as well as environment codes (if any) & standards
applicable for the subject project] to provide protection to equipment and environment.
4.0 UNITIZATION OF PUMP & DRIVER
4.1 Unitization of Pump & Driver shall be done in pump manufacturer's shop. All pumps and their
Drivers shall be supplied as skid mounted units with all accessories, auxiliaries along with
auxiliary piping duly mounted on a single skid.
5.0 SITE & UTILITY DATA
5.1 Specification for Site and Utility Data (A415-000-16-45-SU-5120) attached in the inquiry

Format No. 1641-1924 Rev. 0 Copyright EIL – All rights reserved


Page 226 of 443
SPECIFICATION No.
JOB SPECIFICATION FOR
RECIPROCATING PUMPS A415-000-16-45-SP-5120
Rev. 0
Page 5 of 10

Document shall be referred.


6.0 EQUIPMENT QUALIFICATION CRITERIA (EQC)
6.1 Reciprocating Pumps:
6.1.1 The acceptance criteria as specified in clause 1.7 of EIL standard Specification no. 6-41-0020,
Rev. 2 shall be met however Clause 1.7.3 stands replaced with following:-
The pump model offered shall be from the existing regular manufacturing range of the pump
manufacturer. The offered pump model shall meet the following minimum service &
manufacturing experience requirements.
Pump model offered shall be identical or validly similar in terms of:
- Power rating,
- hydraulic Performance,
- inlet flow,
- Suction Pressure,
- Operating Pressure & Temperature,
- Pumping Liquid,
- Speed,
- Number & Type of Pump Heads (i.e. Simplex, Duplex, Triplex, Quintuplex etc.),
- Mechanical design,
- Materials etc.
as compared to at least One unit of the proposed model designed, manufactured, tested &
supplied from the proposed manufacturing plant which shall have successfully operated in the
field for at least one year as on date of issue of inquiry.
6.2 Gear-Box:
6.2.1 The Gear box shall be from a regular and established manufacturer of API 677 (2nd edition)
Gear boxes having requisite design, manufacturing and testing facilities and shall meet the
following minimum service and manufacturing experience requirements.
Gear Box model offered shall be identical or validly similar in terms of:
- Power Rating.
- Centre to Centre distance.
- Pinion speeds.
- Gear ratio.
- Rotor Dynamics.
- Mechanical Design.
- Materials.
- Bearing Span.
- Pitch Line Velocity
- Tooth Profile
- Service.
- Type of Driver/Driven Equipment etc.
as compared to at least One unit of the proposed model designed, manufactured, tested &
supplied from the proposed manufacturing plant which shall have successfully operated in the
field for at least one year as on date of issue of inquiry.
Format No. 1641-1924 Rev. 0 Copyright EIL – All rights reserved
Page 227 of 443
SPECIFICATION No.
JOB SPECIFICATION FOR
RECIPROCATING PUMPS A415-000-16-45-SP-5120
Rev. 0
Page 6 of 10

6.3 Bidder shall furnish duly filled in experience record proforma for Pump (Doc. No. A415-000-16-
45-ER-5120) and Gear-Box (Doc. No. A415-000-16-45-ER-5121) to justify provenness of the
offered Pump & Gear-box models.
However, the offers submitted by bidders shall be evaluated on the basis of EQC requirements
of main equipment (i.e. pump) only.
The information required to satisfy the EQC requirements for auxiliary/bought outs i.e. Gear-Box
shall be submitted during detail engineering stage (in case of an order) after finalizing the details
of such bought out equipment.
7.0 BASIC DESIGN/SPECIAL REQUIREMENTS
7.1 The pump package and associated equipment shall conform to API 674 2nd edition together with
EIL standard specification 6-41-0020 Rev.2 and other specifications as listed in the list of
attachments forming part of the MR.
7.2 The offered Pump type shall be Single acting Plunger/Piston type. Double acting Pumps are not
acceptable.
7.3 V-Belt drive shall not be used between the Pumps & Electric Motor Driver.
7.4 The offered pumps shall meet the requirements as specified in the attached data sheets.
7.5 Suction side nozzle shall be designed for same pressure & temperature condition as that of
discharge side nozzle.
7.6 Each of the Slop Pumps’ Cylinder/Liquid end shall be provided with a valved drain connection to
drain out the Crude during stand-still condition.
7.7 Gear-Box
7.7.1 The Gear-Box shall be Single Step helical type as per API-677 2nd edition, with parallel shaft
configuration.
7.7.2 The Gear Rated power shall not be less than 110% of the Motor nameplate rating.
7.7.3 The Gear service factor shall be minimum 2.0.
7.7.4 The details of the Gear-Box i.e. Datasheet duly filled-in, General arrangement, Cross-sectional
drawings etc. shall not be reviewed during bidding stage. The same shall be reviewed during
detailed engineering i.e. post-order stage.
7.8 Couplings
7.8.1 Couplings shall be of metallic, non-lubricated, flexible-element type (i.e. either diaphragm or
discs) with spacer.
7.8.2 Couplings shall be selected for minimum service factor of 1.5 over driver rating.
7.8.3 Coupling service factor shall not be more than the Gear Service factor.
7.9 Pulsation Suppression devices
7.9.1 If required to meet NPSHR requirements, Suction Pulsation Dampeners of Volume Bottle type
shall be provided.
7.9.2 Discharge pulsation dampener shall be provided to limit the pulsation within the value as given
by equation 3.1 of API 674, 2nd edition.
For Discharge pulsation dampeners, the first preference shall be for volume bottle type
dampener and if the same is not sufficient a bladder type N2 precharged dampener shall be
provided. In that case, Bidder shall also supply the N2 pressure regulator along with gas
charging kit.
7.9.3 All pulsation dampener shall be designed as per ASME Sec. VIII Div.1 and shall be provided
with pressure gauges. Code Stamping is required for pulsation dampeners. Refer Static
Equipment section of the inquiry document for further details.
Format No. 1641-1924 Rev. 0 Copyright EIL – All rights reserved
Page 228 of 443
SPECIFICATION No.
JOB SPECIFICATION FOR
RECIPROCATING PUMPS A415-000-16-45-SP-5120
Rev. 0
Page 7 of 10

7.10 NPSH requirements:


7.10.1 Bidder to note that NPSHA value is limited as per the data indicated in the data sheet. Bidder to
submit their best model in respect of NPSH.
7.10.2 NPSHA indicated in the datasheets is without considering acceleration losses in the system.
Bidder shall calculate acceleration losses considering the pipe size and equivalent length given
in the Pump datasheets. Bidder shall recommend and offer suction pulsation dampener, to
reduce NPSHR.
7.10.3 Details of the Suction/Discharge Pulsation Dampeners (Sizing Calculation etc.) shall be provided
along with the offer for Purchaser’s review and approval.
7.10.4 The difference between NPSHA (including acceleration Head) and NPSHR shall be minimum
0.6 meter. Relevant calculations shall be submitted with offer.
7.11 Pulsation Study
7.11.1 The pulsation study shall be carried out as per design Approach 2 of API 674. The study shall be
carried out by an agency or pump vendor himself, which has sufficient experience in carrying out
similar studies. The Pump vendor shall be totally responsible for all the coordination with the
agency carrying out the study and to ensure a safe and smooth operating pumping system.
7.11.2 Bidder to note that both the pumps of the Item tags included in the MR are working in Parallel.
Hence, the pulsation study should be done in consideration to both the Working and Standby
units.
7.12 Strainers:
7.12.1 One number “T-type” Strainer shall be installed in Purchaser’s piping prior to each Pump Suction
side.
7.12.2 Bidder shall include these Strainers in his basic scope.
7.12.3 All the mating flanges, fittings, gaskets shall be as per Piping PMS attached in the inquiry
document.
7.12.4 Strainer documents and standards attached in the Piping section of the inquiry document shall
be referred for further details.
7.12.5 The Strainers shall be procured from approved vendors of T-type Strainers listed in
ANNEXURE-1 of this Job specification.
7.13 Equipment Noise Level
Equipment noise level (Driver + Driven equipment train + auxiliaries) shall not exceed 88 dBA
when measured at One-meter distance from the equipment skid in any direction.
7.14 Electrical
Electrical motor drivers and other associated systems shall be as per
electrical specifications/data sheets forming part of the inquiry document.
7.15 Instrumentation
7.15.1 Bidder shall refer to the attached P&IDs, data sheets, instrumentation requirements &
specifications and standards attached and referred to in the material requisition for the purpose
of instrumentation requirements included in the bidder’s scope of supply.
7.15.2 The pump manufacturer shall supply necessary instruments from any one of the EIL approved
makes only as listed in the Instrumentation section of the inquiry document.
8.0 SPARE PARTS
8.1 Mandatory Spares:
Mandatory spares as specified in doc. # A415-000-16-45-SL-5120 shall be included in the
bidder’s scope of supply. Cost of these shall be added to the total cost for commercial evaluation
Format No. 1641-1924 Rev. 0 Copyright EIL – All rights reserved
Page 229 of 443
SPECIFICATION No.
JOB SPECIFICATION FOR
RECIPROCATING PUMPS A415-000-16-45-SP-5120
Rev. 0
Page 8 of 10

purposes. Bidder shall furnish unit prices of each part as in above document.
8.2 Commissioning spares
Bidder’s scope of supply shall include all commissioning spares (Mechanical, Electrical and
Instrumentation) for the pump package as deemed necessary. Bidder shall include the list of
such spares in his proposal. Bidder to note that in case any of the spare is consumed over and
above the quoted commissioning spares, the same shall have to be replaced/supplied free of
cost by the bidder. Any leftover spares after commissioning shall be handed over to the owner.
8.3 Special Tools and Tackles
Any special tools and tackles required for erection, site assembly & maintenance of pump, motor
etc shall be included in the bidder’s scope of supply for each item number. Bidder shall furnish a
list of the same with bid.
8.4 Quotation for recommended spares for two years normal operation
Bidder shall furnish an itemised list of recommended spare parts with unit prices for two years
normal operation of the complete pump unit (including mechanical, electrical and instrumentation
spares).
9.0 SUPERVISION OF ERECTION AND COMMISSIONING
9.1 The Pump vendor shall provide his services for supervision during erection and commissioning
of the pump packages. Electrical & Instrumentation engineers shall also be present along with
vendor’s erection and commissioning engineers, as required.
9.2 The supervisory cost of 10 mandays per pump (i.e. 20 mandays per Tag) shall be considered for
the purpose of commercial evaluation.
9.3 Bidder shall indicate in his proposal the cost of providing the above services on per diem basis.
Bidder may propose separate rates for foreign specialist and Indian specialist; in such case,
proposed break up rate for the same shall be provided.
10.0 VENDOR DATA AND DRAWING
Vendor data and drawings shall be furnished in accordance with the “Vendor Data Requirements
-Reciprocating Pumps” and Vendor data required as per Electrical, Instrumentation, Piping &
Static equipment sections. Bidder shall ensure that complete data is furnished as required.
11.0 EQUIPMENT STORAGE
All pumps shall be packed for an outdoor storage period of 12 months. The following shall be
ensured before dispatch of the Rotating equipments:
(a). All the openings shall be in plugged & sealed condition during dispatch.
(b). Instruments like gauges, oiler etc shall be removed from the main equipment and
dispatched separately to avoid the damage of these components during transportation
handling and erection.
(c). In addition to normal packing the pump and motor skids shall be separately covered
with transparent polythene cover with opening for piping.
12.0 INSTALLATION CRITERIA
All pumps shall be suitable for outdoor installation. No equipment shelter is envisaged.
13.0 INITIAL FILL
The initial fill of lubricants, sealing fluid & other consumable shall not be included in the scope of
supply of pump vendor. However, a list of recommended oil grade with available equivalent oils
from different suppliers for bearing lubrication shall be provided.
14.0 UTILITY REQUIREMENTS
Bidder shall furnish filled in utility Requirements for all items in his offer.

Format No. 1641-1924 Rev. 0 Copyright EIL – All rights reserved


Page 230 of 443
SPECIFICATION No.
JOB SPECIFICATION FOR
RECIPROCATING PUMPS A415-000-16-45-SP-5120
Rev. 0
Page 9 of 10

15.0 GUARANTEE & WARRANTY


Bidder shall include Guarantee and Warranty of Workmanship and materials for the supplied
equipments as defined in commercial section of RFQ.

Format No. 1641-1924 Rev. 0 Copyright EIL – All rights reserved


Page 231 of 443
SPECIFICATION No.
JOB SPECIFICATION FOR
RECIPROCATING PUMPS A415-000-16-45-SP-5120
Rev. 0
Page 10 of 10

ANNEXURE-1 (LIST OF APPROVED VENDORS FOR STRAINERS)

(a). BOMBAY CHEMICAL EQUIPMENTS


(b). GUJARAT OTOFILT
(c). GRAND PRIX ENGINEERING PVT LTD
(d). MULTITEX FILTRATION ENGINEERS LTD
(e). SUNGOV ENGINEERING PVT LTD
(f). SPIRAX MARSHALL PVT LIMITED
(g). FUJI FILTER MFG CO LTD
(h). FORAIN S.R.L.
(i). JFC CORPORATION
(j). NEWARK WIRE CLOTH CO
(k). SPIRAX SARCO INTERNATIONAL INC
(l). VEE BEE LIMITED

Format No. 1641-1924 Rev. 0 Copyright EIL – All rights reserved


Page 232 of 443
Document No.
RECIPROCATING PUMP A415-000-16-45-DS-1661
(API std. 674) Rev. No. 0
Page 1 of 3
1 GENERAL
2 Project: NBPS Job no.: A415
3 Owner: M/S OIL Site: MADARIHAT Page 1 of 3
4 Purchaser: Unit: PS-7 MADARIHAT Unit No.: 007
5 Item No.: 007-PA-RP-106 A/B Service: SLOP TRANSFER PUMP
6 No. Required: 2(Note-1) Working: 2 Std by: 0 Driver: Working: ELECTRIC MOTOR Std By:
7 Applicable to  Proposals  Purchase  As Built
8  Scope option & Information specified by purchaser  Information Reqd. from & option left to vendor. Vendor to cross  the selected option.
9 Manufacturer: Size & Type: Model:
10 OPERATING CONDITIONS
11  Liquid: CRUDE OIL  Capacity at PT (m3/hr):
12  Pumping Temperature( C)(Nor/Max.): 25-40 Min: ---- Nor: 5 Rated: 5
13 Specific Gravity at PT: 0.795-0.888  Discharge Pressure (kg/cm²,g):
14  Vapour Pressure at PT(kg/cm²,a): 0.72 (MAX) Max: Min: Rated: 48
15  Viscosity at PT(Cp/Cst): 1.86-15.54  Suction Pressure (kg/cm²,g):
16  Corrosion/ Erosion caused by: SULPHUR 0.34% W/W Max: 11.5 Min: Rated: 6
17  Presence of Solids: NO  Differential Pressure (kg /cm²):
18  NPSH Available (w/o acceleration head) (m): >8 (Rem-2) Max: Min: Rated: 42
19 SITE / INSTALLATION / UTILITY DATA (Refer Site & Utility Data A415-000-16-45-SU-5120)
20 Location:  Indoor  Outdoor w/w/o roof  Heated  Unheated
21 Site Temperature( C):  Max:  Min:  Elect. Area Div: Class: Group:
22  Available Cooling Water Pr. (kg/cm²g)  Min: Hazard:  Normal:  Max:
23 Temperature (°C)  Min:  Normal:  Max:
24 Note 1: The pumps shall be operating in parallel.
25 Note 2: Pour point: 18˚C(max) after pour point depressant dosing
26
27
28
29 APPLICABLE CODES & STANDARDS
30 API STANDARD 674 2nd Edn, EIL STANDARD SPECIFICATION 6-41-0020 Rev. 2
31 PERFORMANCE
32 At Rated Condition:  Rated Cap. (m /Hr):
3
For direct acting pumps: (Not Applicable)
33  NPSH Required (m):  Accel. Head (m):  Driver Gas:  Governor Type:
 Rated
Accel. (rpm)
Head (m):  Max (rpm) Min. Nor. Rated Design
34  Piston
Plungerspeed
linear(m/s):
speed (m/s): InletPressure
35 
 Volumetric Efficiency
Vol. efficiency (%): (%): [ 90%]  Mech. Eff. (%): Inlet Temperature
kg/cm²,a
36  Hydraulic (kW):  Overall Eff. %: CExhaust Pressure
37  BKW Rated:  BkW at R.V. Set Pr.:  Stall Pressure (kg/cm²,a):
kg/cm²,a
38  Driver Rating (kW):  Speed (rpm):  Steam / Gas Consumption (kg / kW.hr):
39  Pinion Shaft (rpm):
40  Maximum Frame Rating kW @ rpm Power End Lubrication:
41  Maximum Pressure Rating (kg/cm²g): Type  Splash  Positive Pressure  Gravity
42  R.V
 Accel.
SetHead (m): (kg/cm²g):
Pressure (110% of Rated Dis. Pressure) Oil pump Driven By:  Main:  Auxiliary:
43 
 Plunger linearbearings:
Type of main speed (m/s):  Oil Filter Type:  Filtration:
44 
 Volumetric Efficiency
Internal gears (%): [ 90%]
 Yes No  Oil Cooler:  Type:  Size:
45  Gear Ratio:  Gear Service Factor:  Oil Piping Material:
46 CONSTRUCTON FEATURES
47 Nozzles Size ANSI Rating Facing Position
48 Pump Suction 600#
49 Pump Discharge 600#
50 Suction Manifold (for Purchaser’s interface)
51 Discharge Manifold (for Purchaser’s interface)
52 Pulsation Dampener (Suction)
53 Pulsation Dampener (Discharge)
54 Relief valve (Inlet)
55 Relief valve (Outlet)
56 Gland Flush
57 Drains
58 LIQUID END
59 Type:  Simplex  Duplex  Multiplex
60  No.of Cylinders:  Single acting  Double acting VALVE Number Area Velocity m/s
61  Horizontal  Vertical Suction mm²
62 Plunger  Piston Discharge
63  Removable Liners  No. Liners Valve type:  Disc –OR--  Wing  Double Ported 
64  Packing Lubrication  Lubricator Make 
BallNo.of Feeds:  Flush Source

Page 233 of 443


Format No. 1645-DS-221 Rev. 0 Copyrights EIL – All rights reserved
Document No.
RECIPROCATING PUMP A415-000-16-45-DS-1661
(API std. 674) Rev. No. 0
Page 2 of 3
65 MATERIALS
66 Part Liquid end ASTM Grades Part Liquid End ASTM Grades
67  Cylinder CS  Packing Page 2 of 3
68  Liner  Lantern ring
69  Piston/Plunger CS  Bolting
70  Piston  Overhead Tank
71  Valves/ Seat
/PlungerRod/Rings SS 304L  Lubricator
72  Gland  Throat Bushing
73 INSPECTION & TESTING
74 Description Required Witnessed Description Required Witnessed
75 Shop Inspection    NPSH (if reqd. as per spec.)  
76 Material test Cert.    Dismantle & Insp. after test  
77  Hydrostatic    R.V. Set Functional Test  
78  Mechanical Run Test    Mechanical Run (Gear Box)  
79 Complete Unit Test   Final inspection/Dimensional check  
80 Performance  
81 Remarks: Performance test shall be as per API 674 2nd edition & EIL spec. 6-41-0020 2nd edition
82 PACKING (as per API 674) PRESSURE RATINGS (as per API 674)
83 Liquid Gas End Valve Rod Liquid Cylinder Gas Cylinder
End
84  No. of Rings  Max. Allowable Pressure (kg/cm²g)
85  Size of Rings  Max. Allowable Temp ( C)
86  Other  Hydrostatic Test Pr. (kg/cm²g)
87 DRIVERS
88  Electric Motor:  Manufacturer:  Size: \(Refer Separate Data Sheet)
89  Driver Supplied & mounted by: Pump Vendor  Driver Supplied & mounted by others
90  Driver kW: @ rpm  Variable Speed:  Constant Speed:
91  Steam Turbine:  Furnished by: Vendor  Mounted by: Vendor Item No.: (Refer Separate Data Sheet)
92  Diesel Engine:  Furnished by:  Mounted by: Vendor Item No.: (Refer Separate Data Sheet)
93 ACCESSORIES
94 GEAR REDUCER V - BELT DRIVE(Not Applicable)
95  Required:  Manufacturer: Also refer GB D/sheet  Required:  No.of Belts:
96  Type:  Model:  Size of Belts:
97  Service Factor: 2(min.)  Rating: (Rem-10)  Totally Enclosed Guard:
98  Supplied & Mounted By: Pump Vendor  Slide Rails for Adjustment:
99 COUPLINGS
100 Low Speed: High Speed:
101  Manufacturer:  Service Factor: 1.5 (min.) over driver rating  Manufacturer:  Service Factor:1.5 (min.) over driver rating
102  Type: Flexi-metallic with spacer  Type: Flexi-metallic with spacer
103  Supplied & Mounted By: Pump Vendor  Supplied & Mounted By: Pump Vendor
104 MOUNTING PLATE
105  Base Plate:  Sole Plate:  Skid Plate:  Open Ream Support:Drain collecting under liquid end
106  Supplied By Pump Manufacturer:  Fully Grouted:  Overall Size (lxbxh):
107  Common for Pump, Gear, Driver & Auxiliaries  Supply skid mounted with piping
108 PULSATION SUPPRESSION DEVICES (Rem-3, Rem-4, Rem-5, Rem-6)
109 Suction: Discharge:
110  Supplied By Pump Manufacturer:  Supplied By Pump Manufacturer:
111  Type:  Size  Type:  Size
112  Material of Construction:  Material of Construction:
113  Loose supply  Skid Mounted with Piping  Loose supply  Skid Mounted with Piping
114 Code stamping required (Refer Static equipment Specification)
115 )
RELIEF VALVE(Refer Instrumentation Specification)
116  Relief Valve Type  Set Pressure kg/cm²(g):  Make:
117  Loose supply by Vendor Mounted with Skid (mounted by Vendor):
118 WEIGHT
119  Pump Only (Kg):  Gear (Kg):  Driver (Kg):  Pulsation Dampeners:
120  Baseplate (Kg):  Total Net Weight (Kg):
121 REMARKS
122 ------Contd. on Page 3 of 3------
123
124
125
126
127
128
129

Page 234 of 443


Format No. 1645-DS-221 Rev. 0 Copyrights EIL – All rights reserved
Document No.
RECIPROCATING PUMP A415-000-16-45-DS-1661
(API std. 674) Rev. No. 0
Page 3 of 3
130 REMARKS
131 1). Pump cylinder & pressure retaining parts shall have MAWP of not less than 53 kg/cm²g @ 65 C.
132 2). The Value of NPSHA as indicated is without considering Acceleration losses. NPSHA shall be calculated by the Page 3 of 3on the suction
bidder based
133 piping arrangement i.e. Suction Pipe diameter 3” and equivalent suction pipe length 50 m.
134 Bidder shall furnish Calculation for acceleration head, NPSHA along with the offer and ensure that the difference between
135 NPSHA – NPSHR – Acceleration Head shall be greater than 0.6 m.
136 3). Bidder shall supply & mount Suction pulsation dampener, if the same is required to reduce the NPSHR.
137 4). Bidder shall supply & mount Discharge pulsation dampener to limit the pulsations within the range as prescribed in API 674.
138 5). For Discharge pulsation dampeners, the first preference shall be for volume bottle type dampener and if the same is not sufficient a bladder type
139 N2
Precharged dampener shall be provided. In that case, Bidder shall also supply the N2 pressure regulator along with gas charging kit. The
140 Gas charging assembly (Kit) shall be provided along with instruction for use.
141 6). All pulsation dampener shall be designed as per ASME Sec. VIII Div.1 and shall be provided with pressure gauges. Code stamping is required
142 for the pulsation dampeners.
143 7). Pump manufacturer shall supply & mount Relief Valve alongwith necessary piping on Suction and Discharge sides of Pump as per P&ID no.
144 A415-04-41-007-1149.
145 8). Frame rating of the offered pump model, at that speed, shall be higher than the pump BKW at relief valve set pressure as specified.
146 9). Companion Flanges alongwith nuts, bolts, gaskets etc. for Pump suction/discharge and all Purchaser’s interface points shall be furnished.
147 10). Gear box shall be Single step helical as per API 677, with parallel shaft configuration. The gear rating shall be at least 1.1 times of driver
148 rating.
149 11). Pulsation study shall be carried out as per design Approach 2 of API 674. Job specification shall be referred for further details. Pulsation
150 Study should consider both the Pumps operating in Parallel.
151 12). Continuous supply of Cooling Water is not available at site. Service Water shall only be provided as make-up. Refer Site & Utility Data for
152 details of the same. Bidder shall indicate requirement (if any) of the same in his proposal.
153 13). MOC of Wetted parts of the Pumps are as indicated. All other parts of the Pump units shall be suitable for the specified service. Suction &
154 Discharge dampeners shall be of CS. MOC of the Bladder for Gas charged Dampeners shall be Perfluoroelastomer (VITON). Generic
155 Metallurgy has been indicated in the Datasheet. Bidder shall furnish ASTM grades of the same in his proposal.
156 14). The Motor Driver shall be suitable for Pump operation at PSV set-pressure.
157 15). Safety Valve set-pressure shall be 110% of Rated Discharge Pressure.
158 16). One number Suction Strainer of suitable Mesh size for each installed pump shall be provided to ensure smooth & trouble free operation
159 of the Pumps. The pressure drop across the strainers should not exceed 0.1 kg/cm2. Bidder shall include in his scope of supply these
160 Strainers as loose supply items. Also refer Job Specification for further details of the strainers.
161 17). Process Datasheet No. A415-007-04-41-DS-1661 and P&ID No. A415-04-41-007-1149 shall also be referred.

10.12.2013 0 AS PB TM
Date Rev Prepared Checked Approved
by by by

Page 235 of 443


Format No. 1645-DS-221 Rev. 0 Copyrights EIL – All rights reserved
Document No.
A415-000-16-45-DS-1662
RECIPROCATING PUMP Rev. No. 0
(API std. 674) Page 1 of 3

1 GENERAL
2 Project: NBPS Job no.: A415
Page 1 of 3
3 Owner: M/S OIL Site: DUMAR
4 Purchaser: Unit: PS-9 DUMAR Unit No.: 009
5 Item No.: 009-PA-RP-106 A/B Service: SLOP TRANSFER PUMP
6 No. Required: 2(Note-1) Working: 2 Std by: 0 Driver: Working: ELECTRIC MOTOR Std By:
7 Applicable to  Proposals  Purchase  As Built
8  Scope option & Information specified by purchaser  Information Reqd. from & option left to vendor. Vendor to cross  the selected option.
9 Manufacturer: Size & Type: Model:
10 OPERATING CONDITIONS
11  Liquid: CRUDE OIL  Capacity at PT (m3/hr):
12  Pumping Temperature( C)(Nor/Max.): 25-40 Min: Nor: 5 Rated: 5
13 Specific Gravity at PT: 0.795-0.888  Discharge Pressure (kg/cm²,g):
14  Vapour Pressure at PT(kg/cm²,a): 0.72 Max: Min: Rated: 57
15  Viscosity at PT(Cp/Cst): 1.86-15.54  Suction Pressure (kg/cm²,g):
16  Corrosion/ Erosion caused by: SULPHUR 0.34% W/W Max: 11.5 Min: Rated: 6
17  Presence of Solids: NO  Differential Pressure (kg /cm²):
18  NPSH Available (w/o acceleration head) (m): >8 (Rem-2) Max: Min: Rated: 51
19 SITE / INSTALLATION / UTILITY DATA (Refer Site & Utility Data A415-000-16-45-SU-5120)
20 Location:  Indoor  Outdoor w/w/o roof  Heated  Unheated
21 Site Temperature( C):  Max:  Min:  Elect. Area Div: Class: Group:
22  Available Cooling Water Pr. (kg/cm²g)  Min: Hazard:  Normal:  Max:
23 Temperature (°C)  Min:  Normal:  Max:
24 Note 1: The pumps shall be operating in parallel.
25 Note 2: Pour point: 18˚C(max) after pour point depressant dosing
26
27
28
29 APPLICABLE CODES & STANDARDS
30 API STANDARD 674 2nd Edn, EIL STANDARD SPECIFICATION 6-41-0020 Rev. 2
31 PERFORMANCE
32 At Rated Condition:  Rated Cap. (m /Hr):
3
For direct acting pumps: (Not Applicable)
33  NPSH Required (m):  Accel. Head (m):  Driver Gas:  Governor Type:
 Rated
Accel. (rpm)
Head (m):  Max (rpm) Min. Nor. Rated Design
34  Piston
Plungerspeed
linear(m/s):
speed (m/s): InletPressure
35 
 Volumetric Efficiency
Vol. efficiency (%): (%): [ 90%]  Mech. Eff. (%): Inlet Temperature
kg/cm²,a
36  Hydraulic (kW):  Overall Eff. %: CExhaust Pressure
37  BKW Rated:  BkW at R.V. Set Pr.:  Stall Pressure (kg/cm²,a):
kg/cm²,a
38  Driver Rating (kW):  Speed (rpm):  Steam / Gas Consumption (kg / kW.hr):
39  Pinion Shaft (rpm):
40  Maximum Frame Rating kW @ rpm Power End Lubrication:
41  Maximum Pressure Rating (kg/cm²g): Type  Splash  Positive Pressure  Gravity
42  R.V
 Accel.
SetHead (m): (kg/cm²g):
Pressure (110% of Rated Dis. Pressure) Oil pump Driven By:  Main:  Auxiliary:
43 
 Plunger linearbearings:
Type of main speed (m/s):  Oil Filter Type:  Filtration:
44 
 Volumetric Efficiency
Internal gears (%): [ 90%]
 Yes No  Oil Cooler:  Type:  Size:
45  Gear Ratio:  Gear Service Factor:  Oil Piping Material:
46 CONSTRUCTON FEATURES
47 Nozzles Size ANSI Rating Facing Position
48 Pump Suction 600#
49 Pump Discharge 600#
50 Suction Manifold (for Purchaser’s interface)
51 Discharge Manifold (for Purchaser’s interface)
52 Pulsation Dampener (Suction)
53 Pulsation Dampener (Discharge)
54 Relief valve (Inlet)
55 Relief valve (Outlet)
56 Gland Flush
57 Drains
58 LIQUID END
59 Type:  Simplex  Duplex  Multiplex
60  No.of Cylinders:  Single acting  Double acting VALVE Number Area Velocity m/s
61  Horizontal  Vertical Suction mm²
62 Plunger  Piston Discharge
63  Removable Liners  No. Liners Valve type:  Disc--OR-- Wing  Double Ported 
64  Packing Lubrication  Lubricator Make 
BallNo.of Feeds:  Flush Source

Page 236 of 443


Format No. 1645-DS-221 Rev. 0 Copyrights EIL – All rights reserved
Document No.
A415-000-16-45-DS-1662
RECIPROCATING PUMP Rev. No. 0
(API std. 674) Page 2 of 3

65 MATERIALS
66 Part Liquid end ASTM Grades Part Liquid End ASTM Grades
Page 2 of 3
67  Cylinder CS  Packing
68  Liner  Lantern ring
69  Piston/Plunger CS  Bolting
70  Piston  Overhead Tank
71  Valves/ Seat
/PlungerRod/Rings SS 304L  Lubricator
72  Gland  Throat Bushing
73 INSPECTION & TESTING
74 Description Required Witnessed Description Required Witnessed
75 Shop Inspection    NPSH (if reqd. as per spec.)  
76 Material test Cert.    Dismantle & Insp. after test  
77  Hydrostatic    R.V. Set Functional Test  
78  Mechanical Run Test    Mechanical Run (Gear Box)  
79 Complete Unit Test   Final inspection/Dimensional check  
80 Performance  
81 Remarks: Performance test shall be as per API 674 2nd edition & EIL spec. 6-41-0020 2nd edition
82 PACKING (as per API 674) PRESSURE RATINGS (as per API 674)
83 Liquid Gas End Valve Rod Liquid Cylinder Gas Cylinder
End
84  No. of Rings  Max. Allowable Pressure (kg/cm²g)
85  Size of Rings  Max. Allowable Temp ( C)
86  Other  Hydrostatic Test Pr. (kg/cm²g)
87 DRIVERS
88  Electric Motor:  Manufacturer:  Size: \(Refer Separate Data Sheet)
89  Driver Supplied & mounted by: Pump Vendor  Driver Supplied & mounted by others
90  Driver kW: @ rpm  Variable Speed:  Constant Speed:
91  Steam Turbine:  Furnished by: Vendor  Mounted by: Vendor Item No.: (Refer Separate Data Sheet)
92  Diesel Engine:  Furnished by:  Mounted by: Vendor Item No.: (Refer Separate Data Sheet)
93 ACCESSORIES
94 GEAR REDUCER V - BELT DRIVE(Not Applicable)
95  Required:  Manufacturer: Also refer GB D/sheet  Required:  No.of Belts:
96  Type:  Model:  Size of Belts:
97  Service Factor: 2(min.)  Rating: (Rem-10)  Totally Enclosed Guard:
98  Supplied & Mounted By: Pump Vendor  Slide Rails for Adjustment:
99 COUPLINGS
100 Low Speed: High Speed:
101  Manufacturer:  Service Factor: 1.5 (min.) over driver rating  Manufacturer:  Service Factor:1.5 (min.) over driver rating
102  Type: Flexi-metallic with spacer  Type: Flexi-metallic with spacer
103  Supplied & Mounted By: Pump Vendor  Supplied & Mounted By: Pump Vendor
104 MOUNTING PLATE
105  Base Plate:  Sole Plate:  Skid Plate:  Open Ream Support:Drain collecting under liquid end
106  Supplied By Pump Manufacturer:  Fully Grouted:  Overall Size (lxbxh):
107  Common for Pump, Gear, Driver & Auxiliaries  Supply skid mounted with piping
108 PULSATION SUPPRESSION DEVICES (Rem-3, Rem-4, Rem-5, Rem-6)
109 Suction: Discharge:
110  Supplied By Pump Manufacturer:  Supplied By Pump Manufacturer:
111  Type:  Size  Type:  Size
112  Material of Construction:  Material of Construction:
113  Loose supply  Skid Mounted with Piping  Loose supply  Skid Mounted with Piping
114 Code stamping required (Refer Static equipment Specification)
115 )
RELIEF VALVE(Refer Instrumentation Specification)
116  Relief Valve Type  Set Pressure kg/cm²(g):  Make:
117  Loose supply by Vendor Mounted with Skid (mounted by Vendor):
118 WEIGHT
119  Pump Only (Kg):  Gear (Kg):  Driver (Kg):  Pulsation Dampeners:
120  Baseplate (Kg):  Total Net Weight (Kg):
121 REMARKS
122 ------Contd. on Page 3 of 3------
123
124
125
126
127
128
129

Page 237 of 443


Format No. 1645-DS-221 Rev. 0 Copyrights EIL – All rights reserved
Document No.
A415-000-16-45-DS-1662
RECIPROCATING PUMP Rev. No. 0
(API std. 674) Page 3 of 3

130 REMARKS
131 1). Pump cylinder & pressure retaining parts shall have MAWP of not less than 62.7 kg/cm²g @ 65 C.
132
Page 3 of 3
2). The Value of NPSHA as indicated is without considering Acceleration losses. NPSHA shall be calculated by the bidder based on the suction
133 piping arrangement i.e. Suction Pipe diameter 3” and equivalent suction pipe length 50 m.
134 Bidder shall furnish Calculation for acceleration head, NPSHA along with the offer and ensure that the difference between
135 NPSHA – NPSHR – Acceleration Head shall be greater than 0.6 m.
136 3). Bidder shall supply & mount Suction pulsation dampener, if the same is required to reduce the NPSHR.
137 4). Bidder shall supply & mount Discharge pulsation dampener to limit the pulsations within the range as prescribed in API 674.
138 5). For Discharge pulsation dampeners, the first preference shall be for volume bottle type dampener and if the same is not sufficient a bladder type
139 N2
Precharged dampener shall be provided. In that case, Bidder shall also supply the N2 pressure regulator along with gas charging kit. The
140 Gas charging assembly (Kit) shall be provided along with instruction for use.
141 6). All pulsation dampener shall be designed as per ASME Sec. VIII Div.1 and shall be provided with pressure gauges. Code stamping is required
142 for the pulsation dampeners.
143 7). Pump manufacturer shall supply & mount Relief Valve alongwith necessary piping on Suction and Discharge sides of Pump as per P&ID no.
144 A415-04-41-009-1148.
145 8). Frame rating of the offered pump model, at that speed, shall be higher than the pump BKW at relief valve set pressure as specified.
146 9). Companion Flanges alongwith nuts, bolts, gaskets etc. for Pump suction/discharge and all Purchaser’s interface points shall be furnished.
147 10). Gear box shall be Single step helical as per API 677, with parallel shaft configuration. The gear rating shall be at least 1.1 times of driver
148 rating.
149 11). Pulsation study shall be carried out as per design Approach 2 of API 674. Job specification shall be referred for further details. Pulsation
150 Study should consider both the Pumps operating in Parallel.
151 12). Continuous supply of Cooling Water is not available at site. Service Water shall only be provided as make-up. Refer Site & Utility Data for
152 details of the same. Bidder shall indicate requirement (if any) of the same in his proposal.
153 13). MOC of Wetted parts of the Pumps are as indicated. All other parts of the Pump units shall be suitable for the specified service. Suction &
154 Discharge dampeners shall be of CS. MOC of the Bladder for Gas charged Dampeners shall be Perfluoroelastomer (VITON). Generic
155 Metallurgy has been indicated in the Datasheet. Bidder shall furnish ASTM grades of the same in his proposal.
156 14). The Motor Driver shall be suitable for Pump operation at PSV set-pressure.
157 15). Safety Valve set-pressure shall be 110% of Rated Discharge Pressure.
158 16). One number Suction Strainer of suitable Mesh size for each installed pump shall be provided to ensure smooth & trouble free operation
159 of the Pumps. The pressure drop across the strainers should not exceed 0.1 kg/cm2. Bidder shall include in his scope of supply these
160 Strainers as loose supply items. Also refer Job Specification for further details of the strainers.
161 17). Process Datasheet No. A415-009-04-41-DS-1662 and P&ID No. A415-04-41-009-1148 shall also be referred.

10.12.2013 0 AS PB TM
Date Rev Prepared Checked Approved
by by by

Page 238 of 443


Format No. 1645-DS-221 Rev. 0 Copyrights EIL – All rights reserved
Document No.
GENERAL PURPOSE A415-000-16-45-DS-5120
GEAR UNIT Rev. No. 0
Format Rev.1 Issue Date-01/07/2009 Page 1 of 3
1 GENERAL
2 Project: Job No.:
3 Owner: Site:
4 Purchaser: Unit: Unit No.:
5 Item No.: Service: GEAR REDUCER FOR RECIPROCATING PUMP
6 No.reqd.:One for each Pump unit Working: Standby: Driver Type: E. MOTOR Driven Eqpt.: PUMP
7 Applicable to:  Proposals  Purchase  As Built
8 : Scope, Option & Information specified by Purchaser. : Information required from and options left to vendor. Vendor to cross () the selected option.
9 Manufacturer: Model:
10 RATING REQUIREMENTS BASIC GEAR DATA
11 Driven Eqpt. Power (kW): Nor.: Max.: Mechanical rating: kW @ rpm
12 Driver Power (kW): Rated: Max.: Thermal rating: kW @ rpm
13 Gear rated power (kW): (1.1 x Driver Rating) Full load power loss (kW): Mech. efficiency: (%)
14 Torque @ Max. Cont. Speed (kg-m): Pitch line velocity (m/s):
15 Max. Torque: kg-m @ rpm Tooth pitting index, "K": Actual: Allowable:
16 Rated speed (rpm): Tangential load, "W t" (kg):
17 - Input  Specified  Nominal Bending stress number St "Wt" Pinion Gear
18 - Output  Specified  Nominal Actual:
19 Allow variation in gear ratio: % Allowable:
20 Max continuous speed (rpm): Material index no.:
21 Trip speed (rpm): Anticipated SPL: dBA @ m
22 Gear service factor (Min.): (Min. 2.0) Journal static weight loads:
23 Pinion/Gear Hardness: Pinion: kg Gear: kg
24 Shaft assembly designation: WR2 referred to LS shaft (kg-mm²):
25 - HS shaft rot. facing coupling end  CW  CCW Breakaway Torque (kgf-m) @ LS shaft:
26 - LS shaft rot. facing coupling end  CW  CCW Overhung Load Factor:
27 HS shaft end:  Cylindrical  Taper  1-Key CONSTRUCTION FEATURES
28  2-Keys  Hydraulic taper  Integral flange Type of Gear  Reducer  Increaser
29 LS shaft end:  Cylindrical  Taper  1-Key  Single stage  Double stage
30  2-Keys  Hydraulic taper  Integral flange  Single helical  Double helical
31 External loads:   Other:
32 Other operating conditions: Teeth
33 INSTALLATION DATA (Also refer Site Data) Number of teeth: Pinion: Gear:
34  Indoor  Heated  Under roof Gear ratio Center Distance (mm):
35  Outdoor  Unheated  Partial sides Pitch Dia: Pinion (mm) Gear (mm):
36  Grade  Mezzanine  Finish (RA):
37  Winterisation Required  Tropicalization Required AGMA Geometry factor "J":
38 Electrical Area Class: Grp: Div. Pinion: Gear:
39 Max. allow. SPL: 88 dBA @ 1.0 m : Helix angle ():: Normal Pressure angle ():
40 Elevation (m): Barometer (kg/cm²A): Net face width, "Fw" (mm): Pinion L/D:
41 Range of ambient temperatures: Normal Diametrical Pitch: Backlash (mm):
42 Dry Bulb Wet Bulb
43 Minimum C C
44 Normal C C Manufacturing methods: Pinion Gear
45 Maximum C C Teeth generating process:
46 Unusual Conditions  Dust  Fumes  Others: Teeth finishing process:
47 ADDITIONAL REQUIREMENTS Teeth hardening method:
48 MOUNTING PLATES Pinion to shaft:  Integral  Shrunk-on
49  Gear furnished with: Gear to shaft:  Integral  Shrunk-on
50  Baseplate  Soleplate(s) RADIAL BEARINGS
51  Baseplate suitable for column mounting: Pinion Gear
52  Grout type:  Epoxy  Other: Manufacturer
53  Common
Baseplate
(3.3.1.2.5) Epoxy for Pump, Gear-Box, Motor Type
54  PAINTING:  Mfr. Std.  Diameter mm
55 APPLICABLE SPECIFICATIONS Length mm
56  API Std.677 Journal Velocity m/s
57  Other: Loading kg/cm²
58 Clearance (min-max) mm
59 Span mm
60 L10 Life (Roller Elements) hrs

Format No. 1645-DS-911 Rev. 1 Copyrights EIL – All rights reserved


Page 239 of 443
Document No.
GENERAL PURPOSE A415-000-16-45-DS-5120
GEAR UNIT Rev. No. 0
Format Rev.1 Issue Date-01/07/2009 Page 2 of 3

61 MISCELLANEOUS THRUST BEARING(S)


62  Torsional analysis by (2.6.1.8)  Gear Vendor  Other Pinion Gear
63  Lateral analysis by  Gear Vendor  Other
vendor Location
64  Spare set of gear rotors vendor Manufacturer
65  Orientation of oil inlet and drain connection Type
66 Size
67 Area mm²
68 Loading kg/cm²
69 VIBRATION DETECTORS (Not required) Rating kg/cm²
70 Radial: L10 Life (Roller Elements) hrs
71  Manufacturer Int. thrust load N ()
72  No. at each shaft bearing Total No.: Ext. thrust load N ()
73  Oscillator-Demodulators supplied by
74  Manufacturer COUPLING & GUARDS
75  Monitor supplied by High Speed Low Speed
76  Location Enclosure Coupling Manufacturer
77  Manufacturer Coupling Furnished by
78  Alarm  Shutdown Coupling Type
79  Shutdown time delay seconds Coupling Model
80 Axial: Coupling Rating kW/100 rpm
81  Manufacturer No. Reqd.: Coupling Lubrication
82  Location Taper mm/m
83  Oscillator-Demodulators supplied by Taper guage furnished by
84  Manufacturer Limited end float
85  Shutdown time delay seconds Mount coupling halves
86  Monitor supplied by Cylindrical / 1-key  
87  Location Enclosure Cylindrical / 2-keys  
88  Manufacturer Tapered / 1-key  
89  Alarm  Shutdown Tapered / 2-keys  
90  Shutdown time delay seconds Tapered / keyless  
91 Accelerometer: Coupling Guard Type
92 Manufacturer No. Required Cplg Guard furnished by
93 Location PIPING CONNECTIONS
94 Monitor supplied by No. Size Type
95 INSTRUMENTS Service
96  Low Oil Pressure Alarm Switch: Lube oil inlet
97  High Oil Temperature Alarm Switch: Lube oil outlet
98  Temperature Measuring Devices: Casing drain
99  Thermometers  Thermocouples / RTD's Vent
100  Liquid Filled Pressure Gauges: Casing purge
101  Thermal Relief Valves: LUBRICATION REQUIREMENTS
102 CONTRACT DATA  Oil system furnished by:  Gear Vendor  Other:
103  Test data prior to shipment  Oil Visc. cP @ 40C cP @ 100C
104  Progress reports  Lubrication Requirements
105 SHIPMENTS  Main Oil Pump:  Shaft Driven  Motor Driven
106 Contract unit Spares  Standby Oil Pump:  Yes  No
107 Export boxing    Oil Pump Casing:  Cast Iron  Steel
108 Domestic boxing    Oil Cooler:  Water Cooled  Air Cooled
109 Outdoor strg. over 12 months    Heaters Required:  Yes  No
110 Fit-up & Assy. of mtd. acc. Acc   Type:  Electric with Thermostat  Steam
111 MATERIALS  Duplex Filters:  Yes  No
112 Gear Casing: CARBON STEEL Oil Seals: System Type: Self-Contained Splash Circulating Pressurised
113 Radial Bearings:  Filters, Micron Rating:
114 Thrust Bearing(s):  Minimum Startup Oil Temperature (C):
115 HS Shaft: FORGED STEEL LS Shaft: FORGED STEEL  Oil Flow (m3/hr):
116 Pinion(s): FORGED STEEL Hardness:  Oil Pressure (kg/cm²,A):
117 Gear Rim(s): FORGED STEEL Hardness:  Unit Power Loss (kW):
118 Low Temp. Operation: Reservoir:  Gear Casing  Separate
119 REMARKS:
120

Format No. 1645-DS-911 Rev. 1 Copyrights EIL – All rights reserved


Page 240 of 443
Document No.
GENERAL PURPOSE A415-000-16-45-DS-5120
GEAR UNIT Rev. No. 0
Format Rev.1 Issue Date-01/07/2009 Page 3 of 3
121 INSPECTION AND TESTS WEIGHTS & DIMENSIONS
122 Reqd. Observe Witness Test log Net Weight:
123 Shop Inspection  Gear Box: kg Auxiliaries: kg
124 Cleanliness inspection    Max. Maintenance Weight [Identify]: kg
125 Hardness verification Insp.     Total Shipping Weight: kg
126 Mag. Particle Inspection    Total Shipping Dimensions: L: m W: m H: m
127 Ultrasonic Inspection   
128 Weld Inspection    BEVEL MOUNTED GEAR BOX DATA
129 Dismantle-Reassembly Insp.    MOUNTING FLANGES
130 Contact check      Clearence Fit with Jack  Register Fit
131 Contact check tape lift (2.5.2.2)     Bolts  Register Fit
CONSTRUCTION FEATURES:
132 Axial stability check      Transverse Pressure Angle ():
133 Bearing Visual check     Radial bearings: Pinion Gear
134 Axial stability check     Manufacturer
135 Residual Unbalance Check     Type
136 Mech. run test     Class
137 Extended mech. run test  
   Cage Speed m/s
138 Mech. run test (Spare rotors)      B10  L10 Life hrs
139 Part or full load and full speed test    
140 Full torque slow roll test     Thrust bearings: Pinion Gear
141 Full torque static test     Manufacturer
142 Sound level test     Type
143 Mech. Run Test Couplings: Class
144 - Coupling Installed     Cage Speed m/s
145 - Coupling hubs with Idlers      B10  L10 Life hrs
146 Use shop lube system  
   Up Thrust Capacity N
147 Use job lube system  
   Down Thrust Capacity N
148 Use shop vibration probes, etc.   
149 Use job vibration probes, etc.   
150 Final assembly maintenance    
151 running clearance
152 Oil system cleanliness   
153 Oil system casing joint tightness   
154 Oil system leak test  
 
155 Warning and protection devices  
 
156 
157
158
159
160
161
162
163
164 REMARKS:
165 (1). This is a typical datasheet. Bidder shall furnish this Datasheet duly filled-in during detailed engineering stage.
166
167
168
169
170
171
172
173
174
175
176
177

10.12.2013 0 AS PB TM
Date Rev Prepared Checked Approved
by by by

Format No. 1645-DS-911 Rev. 1 Copyrights EIL – All rights reserved


Page 241 of 443
Document No.
EXPERIENCE RECORD PROFORMA A415-000-16-45-ER-5120
RECIPROCATING PUMP Rev 0
Format Rev 1 Issue Date: 01/07/2009 ITEM NO.:____________ Page 1 of 4

EXPERIENCE RECORD - RECIPROCATING PUMP

SERVICE :

ITEM NUMBER. :

VENDOR. :

INSTRUCTIONS TO BIDDERS :

1. This proforma duly filled in shall be submitted for each item separately, alongwith the bid.
2. Since the information requested in this proforma will be utilised to assess provenness of offered model, it is in the interest of the equipment
manufacturer to pick up those cases out of total list of references which most closely match with the offered model.The equipment manufacturer
shall also ensure that each & every information asked for is furnished and the same is correct and complete in all respects. Incorrect
information furnished in this proforma shall render the bid liable for rejection.
3. While furnishing the materials, where asked for, the equipment manufacturer shall furnish ASTM equivalents also.
4. For the referred installations, the equipment manufacturer shall indicate the name of the person (alongwith his address, telephone no., fax
no./email-id etc.) who may be contacted by the Purchaser / his representative, if felt necessary.
5. The equipment manufacturer shall also furnish along with the bid his standard reference list for the offered equipment model manufactured and
supplied by him.
6. The equipment manufacturer shall clarify the meaning of each letter / digit used in the model designation below:
Description of Model designation system :

Format No 1645-ERP-221 Rev.1 Copyrights EIL – All rights reserved


Page 242 of 443
Document No.
EXPERIENCE RECORD PROFORMA A415-000-16-45-ER-5120
RECIPROCATING PUMP Rev 0
Format Rev 1 Issue Date: 01/07/2009 ITEM NO.:____________ Page 2 of 4

SL. PARAMETER INFORMATION ON INFORMATION ON REFERRED EXISTING INSTALLATIONS REMARKS


NO. PROPOSED MODEL Ref.- 1 Ref.-2 Ref.-3
1. 2. 3. 4. 5. 6. 7.
1 GENERAL
1.1 Cross reference to manufacturer's Standard Reference list
1.2 Make
1.3 Model Number
1.4 Number of units supplied
1.5 Type of driver E. Motor
(Electric Motor / Steam Turbine / Gas Turbine / IC Engine)
1.6 Driver rated kW / Speed(rpm)
1.7 Drive Fixed Speed
(Fixed Speed / Variable Speed / Variable Frequency)

1.8 Shop where pump is designed, manufactured, packaged,


tested & supplied with address

2 OPERATING CONDITIONS
2.1 Liquid handled
3
2.2 Capacity (m /hr)
2.3 Pumping temperature, Min. / Max. (˚C)
2.4 Discharge pressure, Rated (kg/cm²,a)
2.5 Suction pressure, Min. / Max . (kg/cm²,a)
2.6 Differential Pressure, Rated (kg/cm²)
2.7 Net Positive Suction Pressure excluding acceleration head
2.8 Rated speed (rpm) of pump
2.9 Overall Efficiency (%)

Format No 1645-ERP-221 Rev.1 Copyrights EIL – All rights reserved


Page 243 of 443
Document No.
EXPERIENCE RECORD PROFORMA A415-000-16-45-ER-5120
RECIPROCATING PUMP Rev 0
Format Rev 1 Issue Date: 01/07/2009 ITEM NO.:____________ Page 3 of 4

SL. PARAMETER INFORMATION ON INFORMATION ON REFERRED EXISTING INSTALLATIONS REMARKS


NO. PROPOSED MODEL Ref.- 1 Ref.-2 Ref.-3
1. 2. 3. 4. 5. 6. 7.
2.10 Pump BKW (kW)
2.11 Driver Rating (kW x rpm)
2.12 Cylinder Design Pressure, MAWP (kg/cm²,g)
3 CONSTRUCTION
3.1 Type of pump (Simplex/Duplex/Triplex etc.)
3.2 Type of compression element (Piston / Plunger)
3.3 No. of Effects (Single Acting / Double Acting)
3.4 Plunger/Piston Dia (mm)
3.5 Cylinder Bore (mm)
3.6 Stroke (mm)
3.7 Speed (Strokes per min / rpm)
3
3.8 Swept Volume (m /hr)
3.9 Type of Valves
3.10 Type of sealing (Packing / Mechanical Packing)
3.11 Packing lubrication (Self / External)
3.12 Packing external flushing provided (yes / no)
4 MATERIAL OF CONSTRUCTION
4.1 Cylinder
4.2 Plunger/ Piston
4.3 Crankcase
4.4 Crankshaft
4.5 Crosshead
4.6 Connecting Rod
4.7 Bearings

Format No 1645-ERP-221 Rev.1 Copyrights EIL – All rights reserved


Page 244 of 443
Document No.
EXPERIENCE RECORD PROFORMA A415-000-16-45-ER-5120
RECIPROCATING PUMP Rev 0
Format Rev 1 Issue Date: 01/07/2009 ITEM NO.:____________ Page 4 of 4

SL. PARAMETER INFORMATION ON INFORMATION ON REFERRED EXISTING INSTALLATIONS REMARKS


NO. PROPOSED MODEL Ref.- 1 Ref.-2 Ref.-3
1. 2. 3. 4. 5. 6. 7.
4.8 Valves
4.9 Pulsation Dampeners
Wetted Parts
Non Wetted Parts
5 OTHER INFORMATION ON INSTALLATIONS
5.1 Date of supply of entire unit
5.2 Date of commissioning of entire unit
5.3 No. of operating hours completed as on the date of issue of
material requisition
5.4 Major Problems encountered

5.5 Name of plant


5.6 Purchaser's Name and Address
Name (Company / Organization)
Name of Contact Person
Address

Telephone No.
Fax No.
email-id

Format No 1645-ERP-221 Rev.1 Copyrights EIL – All rights reserved


Page 245 of 443
Document No.
EXPERIENCE RECORD PROFORMA A415-000-16-45-ER-5121
GEAR BOX Rev 0
ITEM NO.:_______________ Page 1 of 4
Format Rev 1 Issue Date: 01/07/2009 :

SERVICE :

ITEM NUMBER. :

VENDOR. :

INSTRUCTIONS TO BIDDERS :

1. This proforma duly filled in shall be submitted for each item separately, alongwith the bid.

2. Since the information requested in this proforma will be utilised to assess provenness of offered model, it is in the interest of the equipment
manufacturer to pick up those cases out of total list of references which most closely match with the offered model.The equipment manufacturer
shall also ensure that each & every information asked for is furnished and the same is correct and complete in all respects. Incorrect
information furnished in this proforma shall render the bid liable for rejection.

3. While furnishing the materials, where asked for, the equipment manufacturer shall furnish ASTM equivalents also.

4. For the referred installations, the equipment manufacturer shall indicate the name of the person (alongwith his address, telephone no., fax
no./email-id etc.) who may be contacted by the Purchaser / his representative, if felt necessary.

5. The equipment manufacturer shall also furnish along with the bid his standard reference list for the offered equipment model manufactured and
supplied by him.

6. The equipment manufacturer shall clarify the meaning of each letter / digit used in the model designation below:

Description of Model designation system :

Page 246 of 443


Format No 1645-ERP-911 Rev.1 Copyrights EIL – All rights reserved
Document No.
EXPERIENCE RECORD PROFORMA A415-000-16-45-ER-5121
GEAR BOX Rev 0
ITEM NO.:_______________ Page 2 of 4
Format Rev 1 Issue Date: 01/07/2009 :
S. PARAMETER INFORMATION ON INFORMATION ON REFERRED EXISTING INSTALLATIONS REMARKS
NO. PROPOSED MODEL
Ref.- 1 Ref.-2 Ref.-3
1. 2. 3. 4. 5. 6. 7.
1 GENERAL
1.1 Cross reference to manufacturer's Standard Reference list ----
1.2 Make
1.3 Model
1.4 No. of Units supplied
1.5 Type of Driver (E. Motor, Turbine etc.) E. Motor
1.6 Driver Rating (kW x rpm)
1.7 Driven Machine(CF Pumps/Reciprocating Pumps etrc.) Reciprocating Pump
1.8 Shop where Gear Box is designed, manufactured and
tested with location and address

2 GEAR BOX DETAILS


2.1 Codes / Standards followed (API-613/API-677/ Others) API 677
2.2 Gear Box Rating (kW)
2.3 Speed (input/output) (rpm)
2.4 Maximum continuous speed (input/output) (rpm)
2.5 AGMA / API S.F. Min. 2.0
2.6 Pitch Circle Diameter (Pinion / Gear) (mm)
2.7 Pitch line velocity (m/sec.)
2.8 Gear Ratio
2.9 No. of stages
2.10 Bearing Span
2.11 Center to Center distance between high speed & low speed
shafts(mm)
2.12 Tooth profile

Page 247 of 443


Format No 1645-ERP-911 Rev.1 Copyrights EIL – All rights reserved
Document No.
EXPERIENCE RECORD PROFORMA A415-000-16-45-ER-5121
GEAR BOX Rev 0
ITEM NO.:_______________ Page 3 of 4
Format Rev 1 Issue Date: 01/07/2009 :
S. PARAMETER INFORMATION ON INFORMATION ON REFERRED EXISTING INSTALLATIONS REMARKS
NO. PROPOSED MODEL
Ref.- 1 Ref.-2 Ref.-3
1. 2. 3. 4. 5. 6. 7.
2.13 Type of Gears : Single Helical
Single helical / Double helical / Herringbone
2.14 Type & No. of Bearings (Radial)
2.15 Gear Shaft
2.16 Pinion Shaft
2.17 Type & No. of Bearings (Thrust)
2.18 Gear Shaft
2.19 Pinion Shaft
2.20 Mechanical Design similar to proposed model Required
2.21 MATERIAL OF CONSTRUCTION :
2.22 Casing
2.23 Pinion
2.24 Gear
2.25 Shaft (high speed / low speed)
2.26 Bearings
3 OTHER INFORMATION ON INSTALLATIONS
3.1 Date of supply of entire unit
3.2 Date of commissioning of entire unit
3.3 No. of operating hours completed as on the date of issue of
material requisition
3.4 Major Problems encountered
3.5 Name of plant
3.6 Purchaser's Name and Address
Name (Company / Organization)
Name of Contact Person
Address
Page 248 of 443
Format No 1645-ERP-911 Rev.1 Copyrights EIL – All rights reserved
Document No.
EXPERIENCE RECORD PROFORMA A415-000-16-45-ER-5121
GEAR BOX Rev 0
ITEM NO.:_______________ Page 4 of 4
Format Rev 1 Issue Date: 01/07/2009 :
S. PARAMETER INFORMATION ON INFORMATION ON REFERRED EXISTING INSTALLATIONS REMARKS
NO. PROPOSED MODEL
Ref.- 1 Ref.-2 Ref.-3
1. 2. 3. 4. 5. 6. 7.
Telephone No.
Fax No.
email-id

Page 249 of 443


Format No 1645-ERP-911 Rev.1 Copyrights EIL – All rights reserved
VENDOR DATA REQUIREMENTS Document No.
A415-000-16-45-VDR-5120
FOR Rev. 0
PUMP-RECIPROCATING
(PLUNGER/PISTON) Page 1 of 3

VENDOR DATA REQUIREMENTS


FOR
PUMP-RECIPROCATING (PLUNGER/PISTON)

0 09-DEC-2013 Issued with MR AS PB TM


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

Format No. EIL-1642-1924 Rev.1 Copyright EIL - All rights reserved

Page 250 of 443


VENDOR DATA REQUIREMENTS Document No.
A415-000-16-45-VDR-5120
FOR Rev. 0
PUMP-RECIPROCATING
(PLUNGER/PISTON) Page 2 of 3

VENDOR DATA REQUIREMENTS

The following drawings/documents marked " " shall be furnished by the bidder.

POST ORDER
S. WITH WITH
N DESCRIPTION FOR FOR DATA REMARKS
BID
O. REVIEW RECORD BOOK
(FINAL)
1. Cross Sectional Drawings (with Bill of Materials
& Part Nos.) for Pump
2. Precommissioning & commissioning
procedures for the complete pump package
3. GAD - Gear box / Couplings / Fluid coupling
4. General Arrangement & Foundation drawing
showing main as well as all assosciated
equipment / skids (driven equipment, drive
transmission devices, driver (turbine / motor / Typical General
engine), lube oil system, Fuel oil system, local Arrangement for
information to be
guage board, local control panel, etc.) with furnished with bid.
interface connection, maintenance space, Review shall be done
cable trays, table of termination points and during during post-
details of foundation bolts, their location, order stage.
foundation bolt pocket dimensions, foundation
load data (static & dynamic), estimated quantity
& detai
5. List of Mandatory Spares (indicating exact
name of the part, part no. and material of
construction)
6. Quotation for recommended spare parts for two
years of normal operation (indicating exact
name of the part, part no. and material of
construction)
7. List of recommended commissioning spares
(indicating exact name of the part, part no. and
material of construction)
8. List of recommended Special Tools & Tackles
(indicating exact name of the part and part no.)
9. List of Deviations to
specifications/datasheets/standards of MR
10. Filled in experience record proforma for main Duly filled-in
Experience Record
equipment and its driver Proforma for Gear-Box
to be furnished during
post-order stage.
11. Duly filled-in check list scope of supply (as
applicable)
12. Tabulation of Utility consumption data including
electric load data, schedule of lubricants,
chemicals & consumables with specifications
13. Datasheets and Sizing calculation for Pump
14. Datasheets and Sizing calculation for
Acceleration head / NPSHA-NPSHR
calculations
15. Datasheets and Sizing calculation for Pulsation
dampener sizing

Format No. EIL-1642-1924 Rev.1 Copyright EIL - All rights reserved

Page 251 of 443


VENDOR DATA REQUIREMENTS Document No.
A415-000-16-45-VDR-5120
FOR Rev. 0
PUMP-RECIPROCATING
(PLUNGER/PISTON) Page 3 of 3

POST ORDER
S. WITH WITH
N DESCRIPTION FOR FOR DATA REMARKS
BID
O. REVIEW RECORD BOOK
(FINAL)
16. Test Procedure(s) : Witness tests as specified
in data sheets / other specs enclosed in the @
inquiry / MR or as required by approved
ITP/QAP
17. Acoustical Analysis report
18. Curve for pump power-shaft speed v/s torque
19. Installation, Operation & Maintenance manuals
- Pump
20. Cross Sectional Drawings (with Bill of Materials
& Part Nos.) for Accessories - Pulsation
Dampener, Calibration pot etc.

Notes :
1. "TICK" denotes applicability.
2. Post order, drawing / document review shall commence only after approval of Document Control Index (DCI).
3. All post order documents shall be submitted / approved through EIL eDMS portal.
4. Final documentation shall be submitted in hard copy (Six prints) and soft ( two CDs/DVDs ) in addition to
submission through EIL eDMS.
5. Refer - 6-78-0001: Specification for quality management system from Bidders.
6. Refer - 6-78-0003: Specification for documentation requirement from Suppliers.
7. All drawings & documents shall be submitted in A4 or A3 paper sizes. Documents in higher paper size shall
be submitted in exceptional circumstances or as indicated in the MR/Tender.
8. Post order- The schedule of drawing / data submission shall be mutually agreed between EIL & the bidder /
contractor / supplier during finalization of Document Control Index (DCI).
9. "@" indicates submission of documents to Inspection Agency.
10. Bill of Material shall form part of the respective drawing.
11. Also refer other department's VDR :-
12. Electrical
13. Instrumentation
14. Static Equipment

Format No. EIL-1642-1924 Rev.1 Copyright EIL - All rights reserved

Page 252 of 443


Page 253 of 443
Page 254 of 443
Page 255 of 443
Page 256 of 443
Page 257 of 443
Page 258 of 443
Page 259 of 443
Page 260 of 443
Page 261 of 443
Page 262 of 443
Page 263 of 443
Page 264 of 443
Page 265 of 443
Page 266 of 443
Page 267 of 443
Page 268 of 443
Page 269 of 443
Page 270 of 443
Page 271 of 443
Page 272 of 443
Page 273 of 443
Page 274 of 443
Page 275 of 443
Page 276 of 443
Page 277 of 443
Page 278 of 443
Page 279 of 443
Page 280 of 443
Page 281 of 443
Page 282 of 443
Page 283 of 443
Page 284 of 443
Document No.
PUMP A415-007-04-41-DS-1661
PROCESS DATA SHEET Rev. No. 0
Page 1 of 1
PROJECT NBPS CLIENT OIL INDIA LIMITED
UNIT PS7, MADARIHAT JOB NO. A415 UNIT NO. 007
ITEM NO. 007-PA-RP-106 A/B SERVICE SLOP TRANSFER PUMP
PARALLEL OPERATION YES OPERATION INTERMITTENT
OPERATING 2 STANDBY 0 TYPE OF PUMP RECIPROCATING
PROPERTIES OF LIQUID
LIQUID HANDLED CRUDE OIL
PUMPING TEMPERATURE DEG C 25-40
VISCOSITY AT PUMPING TEMPERATURE CP 1.86 -15.54
VAPOUR PRESSURE AT PUMPING TEMPERATURE KG/CM2 A 0.72 (MAX)
LIQUID DENSITY AT PUMPING TEMPERATURE KG/M3 795-888
PRESENCE OF CORROSIVE / TOXIC COMPONENTS SULPHER: 0.34% W/W
SOLIDS IN SUSPENSION NO
POUR POINT (FOR CONGEALING SERVICE) DEG C 18 (MAX)
OPERATING CONDITIONS FOR ONE PUMP
FLOW RATE NORMAL M3/HR 5
MAXIMUM LPH M3/HR 5
MINIMUM M3/HR
SUCTION PRESSURE KG/CM2 G 6
DISCHARGE PRESSURE KG/CM2 G 48
DIFFERENTIAL PRESSURE KG/CM2 42
DIFFERENTIAL HEAD METERS 528.3
NPSH AVAILABLE METERS >8
CAPACITY CONTROL FOR VOLUMETRIC PUMPS
METHOD OF CONTROL
TYPE OF CONTROL
CONTROL RANGE
PRECISION AT MINIMUM RATE
MECHANICAL DATA
DESIGN PRESSURE KG/CM2 G 53
MAXIMUM SUCTION PRESSURE KG/CM2 G 11.5
DESIGN TEMPERATURE DEG C 65
MATERIAL OF CONSTRUCTION
CASING CS
IMPELLER/ PISTON/ PLUNGER CS
LINE RATING
SUCTION #150
DISCHARGE #600
SEAL TYPE PACKING
DRIVER TYPE ELCTRIC MOTOR
STEAM TURBINE DATA
INLET PRESSURE (MIN./ NOR./ MAX./DES.) KG/CM2 G
INLET TEMPERATURE (MIN./ NOR./ MAX./DES) DEG C
EXHAUST PRESSURE (MIN./ NOR./ MAX/ DES.) KG/CM2 G
LINE RATING
INLET
OUTLET
SAFETY VALVE REQUIRED ON STEAM TURBINE EXHAUST NO
MOTOR DATA
VARIABLE SPEED MOTOR REQUIRED NO
AUTO START/STOP OF PUMP REQUIRED NO
REACCERLERATION REQUIRED NO
PUMP CONNECTED TO EMERGENCY POWER/ STEAM SUPPLY NO
NOTES:
1. DISCHARGE PRESSURE /HEAD SHALL BE AVAILABLE AT THE PUMP DISCHARGE FLANGE
2. THE MOTOR SHALL BE SUITABLE FOR OPERATION AT PSV SET PRESSURE
3. THIS VALUE IS AFTER POUR POINT DEPRESSANT DOSING
4. SAFETY VALVE SET PRESSURE SHALL BE 110 % OF RATED DISCHARGE PRESSURE.
5. PUMP PSV & STRAINER OF SUITABLE MESH SIZE SHALL BE FURNISHED BY VENDOR.
6. EQUIVALENT PUMP SUCTION PIPE LENGTH IS 50 METERS AND PUMP SUCTION DIA IS 3".

0 05.08.2013 ISSUED FOR COMMENTS/ENGG. JOY MN AS


Prepared Reviewed Approved
Rev. No. Date Purpose
By By By
Format No,3-0241-1003 Rev. 1,sht1 Copyrights EIL - all rights reserved (Generated through PDSIS)
CONFIDENTIAL Property of ENGINEERS INDIA LTD. To be used or reproduced only with the written permission of Engineers India Ltd.

Page 285 of 443


Document No.
PUMP A415-009-04-41-DS-1662
PROCESS DATA SHEET Rev. No. 0
Page 1 of 1
PROJECT NBPS CLIENT OIL INDIA LIMITED
UNIT PS9, DUMAR JOB NO. A415 UNIT NO. 009
ITEM NO. 009-PA-RP-106 A/B SERVICE SLOP TRANSFER PUMP
PARALLEL OPERATION YES OPERATION INTERMITTENT
OPERATING 2 STANDBY 0 TYPE OF PUMP RECIPROCATING
PROPERTIES OF LIQUID
LIQUID HANDLED CRUDE OIL
PUMPING TEMPERATURE DEG C 25-40
VISCOSITY AT PUMPING TEMPERATURE CP 1.86 -15.54
VAPOUR PRESSURE AT PUMPING TEMPERATURE KG/CM2 A 0.72 (MAX)
LIQUID DENSITY AT PUMPING TEMPERATURE KG/M3 795-888
PRESENCE OF CORROSIVE / TOXIC COMPONENTS SULPHER: 0.34% W/W
SOLIDS IN SUSPENSION NO
POUR POINT (FOR CONGEALING SERVICE) DEG C 18 (MAX)
OPERATING CONDITIONS FOR ONE PUMP
FLOW RATE NORMAL M3/HR 5
MAXIMUM LPH M3/HR 5
MINIMUM M3/HR
SUCTION PRESSURE KG/CM2 G 6
DISCHARGE PRESSURE KG/CM2 G 57
DIFFERENTIAL PRESSURE KG/CM2 51
DIFFERENTIAL HEAD METERS 642
NPSH AVAILABLE METERS >8
CAPACITY CONTROL FOR VOLUMETRIC PUMPS
METHOD OF CONTROL
TYPE OF CONTROL
CONTROL RANGE
PRECISION AT MINIMUM RATE
MECHANICAL DATA
DESIGN PRESSURE KG/CM2 G 62.7
MAXIMUM SUCTION PRESSURE KG/CM2 G 11.5
DESIGN TEMPERATURE DEG C 65
MATERIAL OF CONSTRUCTION
CASING CS
IMPELLER/ PISTON/ PLUNGER CS
LINE RATING
SUCTION #150
DISCHARGE #600
SEAL TYPE PACKING
DRIVER TYPE ELCTRIC MOTOR
STEAM TURBINE DATA
INLET PRESSURE (MIN./ NOR./ MAX./DES.) KG/CM2 G
INLET TEMPERATURE (MIN./ NOR./ MAX./DES) DEG C
EXHAUST PRESSURE (MIN./ NOR./ MAX/ DES.) KG/CM2 G
LINE RATING
INLET
OUTLET
SAFETY VALVE REQUIRED ON STEAM TURBINE EXHAUST NO
MOTOR DATA
VARIABLE SPEED MOTOR REQUIRED NO
AUTO START/STOP OF PUMP REQUIRED NO
REACCERLERATION REQUIRED NO
PUMP CONNECTED TO EMERGENCY POWER/ STEAM SUPPLY NO
NOTES:
1. DISCHARGE PRESSURE /HEAD SHALL BE AVAILABLE AT THE PUMP DISCHARGE FLANGE
2. THE MOTOR SHALL BE SUITABLE FOR OPERATION AT PSV SET PRESSURE
3. THIS VALUE IS AFTER POUR POINT DEPRESSANT DOSING
4. SAFETY VALVE SET PRESSURE SHALL BE 110 % OF RATED DISCHARGE PRESSURE.
5. PUMP PSV & STRAINER OF SUITABLE MESH SIZE SHALL BE FURNISHED BY VENDOR.
6. EQUIVALENT PUMP SUCTION PIPE LENGTH IS 50 METERS AND PUMP SUCTION DIA IS 3".

0 05.08.2103 ISSUED FOR COMMENTS/ENGG. JOY MN AS


Prepared Reviewed Approved
Rev. No. Date Purpose
By By By
Format No,3-0241-1003 Rev. 1,sht1 Copyrights EIL - all rights reserved (Generated through PDSIS)
CONFIDENTIAL Property of ENGINEERS INDIA LTD. To be used or reproduced only with the written permission of Engineers India Ltd.

Page 286 of 443


DOCUMENT No.
SCOPE AND JOB SPECIFICATION
FOR SLOP TRANSFER PUMPS A415-000-16-50-SP-5120
(ELECTRICAL) Rev. A
Page 1 of 3

SCOPE AND JOB SPECIFICATION


(ELECTRICAL)
FOR SLOP TRANSFER PUMPS

PROJECT : UPGRADING PUMP STATIONS /


TERMINALS OF NAHARKATIYA
– BARAUNI CRUDE OIL
PIPELINE (NBPS)
OWNER : OIL INDIA LIMITED (OIL)

CONSULTANT : ENGINEERS INDIA LIMITED

JOB NO. : A415

A 09.12..2013 Issued with MR SV RS MKS


Prepared Checked Approved
Rev. No Date Purpose
by by by

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 287 of 443
DOCUMENT No.
SCOPE AND JOB SPECIFICATION
FOR SLOP TRANSFER PUMPS A415-000-16-50-SP-5120
(ELECTRICAL) Rev. A
Page 2 of 3

1.0 SCOPE

The vendor’s scope of supply at each Pumping station shall include design,
manufacture, testing at works, packing and dispatch of the following motors for Slop
transfer pumps.

1.1 Squirrel Cage Induction Motors of Flameproof, Ex `d’ type suitable for gas group
IIA/IIB and temperature class T3 for the following.

S. Location Motor Tag no. Driven Drive type


No. equipment
007-PM-RP-106A/B Slop Transfer Direct-on-line
1. Madarihat
Pumps
009-PM-RP-106A/B Slop Transfer Direct-on-line
2. Dumar
Pumps

These motors shall conform to the requirements of the enclosed Data Sheets, Job
specifications and specification no. 6-51-0032, Rev-4 in decreasing order of priority.

1.2 Vendor shall furnish list of recommended spares for two years operation and
maintenance for the motors along with itemized unit rates.

2.0 PARTICULAR REQUIREMENTS

2.1 Ambient temperature & temperature rise over ambient for design of the motors shall
be as per following table.

S. Location Motor Tag no. Ambient temperature Temp. rise over


No. (max/min in deg C) & design ambient
Design Temp. (deg C)
007-PA-RP- Max-40 °C 80°C
106A/B Min- 2 °C
1. PS-7
Design-40 °C
(WEST BENGAL)
009-PA-RP- Max-50 °C 80°C
106A/B Min- 2 °C
2. PS-9
Design-40 °C
(BIHAR)

2.2 Motors

2.2.1 All motors shall be squirrel cage induction type. All motors shall be Ex (d) type
suitable for gas group IIA/IIB and temperature class T3. The motors shall be suitable
for operation at maximum design speed of the pump.

2.2.2 All motors shall be supplied with flameproof Nickel-plated double-compression Brass
cable glands and cable lugs. The terminal box shall be adequately sized to terminate
cable of specified size and fixing cable gland on the terminal box.

2.3 Indigenous Makes of Electrical Equipment/Component. The make of electrical


equipment shall be selected from the list given below.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 288 of 443


DOCUMENT No.
SCOPE AND JOB SPECIFICATION
FOR SLOP TRANSFER PUMPS A415-000-16-50-SP-5120
(ELECTRICAL) Rev. A
Page 3 of 3

Item Approved makes


MV Induction Motors Bharat Bijlee Ltd., Cromptom Greaves Ltd., Kirloskar Electric
(Flameproof) Co. Ltd., Laxmi Hydraulics Pvt. Ltd., Marathon Electric Ltd.

Vendor may procure material from any of the approved makes. However current
validity and range of approval as per EIL enlistment letter, work load, stability and
solvency needs to be verified by the vendor before placement of order.

3.0 LIST OF ATTACHMENT

S. Description Document no. Rev. No.


No.
1. Data sheet for MV Induction Motor. A415-000-16-50-DS-5120 A
Vendor data requirement for MV
2. A415-000-16-50-VR-5120 A
Induction Motor
3. Specification for MV Induction Motor 6-51-0032 4
Inspection and test plan for MV
4. 6-81-1032 2
Induction Motor
Specification for quality
5. management system requirements 6-78-0001 0
from bidders
Specification for documentation
6. 6-78-0003 0
requirements from suppliers

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 289 of 443


DATA SHEET Datasheet No.
MV SQ. CAGE INDUCTION MOTOR A415-000-16-50-DS-5120
Project : Naharkatia-Barauni Pipeline Rev : A
Client : O.I.L. Page 1 of 1
PURCHASER's DATA
A. Site conditions
1 Ambient temperature, minimum: See Note-5 °C 3 Atmospheric condition: Highly corrosive and dusty as
maximum: See Note-5 °C 4 applicable for HC installations.
design: 40 °C 5 Altitude: < 1000 m
2 Relative humidity: Later % 6 Location: <Outdoor
1000 m
B. Technical particulars Outdoor
1 Motor tag no.: Refer Scope document
2 Driven equipment name: Refer Scope document
3 Voltage: 415 V ±10% 16 Hazardous area classification: Zone 2
4 Phase: Three
415 V ±6% 17 Gas group / temp. class: IIA/IIB,
Zone 1 T3
5 Frequency: 50 Hz
Three ±3% 18 Type of explosion protection: Ex`d'
6 Fault level: 5050kA
Hz for
±3% 1 sec 19 Type of ingress protection: IP 55
Ex(n)
7 Method of starting: D.O.L.
50 kA 20 Color shade: 632 as perIPIS23
5
8 Winding connection: Delta
D.O.L. 21 Thermisters: Required Notper
631 as required
IS 5
9 No.of terminals: Star 6 22 RTD: Required Not required
10 Cable size: later 3 23 BTD: Required Not required
11 Cable type: Cu cond. PVC 24 RTD/BTD monitoring device: Required
12 Temperature rise: See Note-5
AYFY Not required
13 Cooling: TEFC Make: Refer Scope document
14 Insulation class: Class F with Tempr. rise limited
IC401 to B 25 Applicable specification: EIL Spec: 6-51-0032, Rev-4
15 B 26
DRIVEN EQUIPMENT MANUFACTURER's DATA
1 Suggested motor rating: kW 9 Torque required, starting: mkg
2 Manufacturer: maximum: mkg
3 BkW at full load: kW 10 GD2 of eqpt., including flywheel: kgm2
4 kW at end of curve: kW excluding flywheel: kgm2
5 Speed: RPM 11 Thrust, up: kg
6 Rotation viewed from coupling end: down: kg
7 Driven equipment: 12 Starting condition:
8 Coupling type:
MOTOR MANUFACTURER's DATA
1 Rating: kW 16 Efficiency at,75% voltage: %
2 Manufacturer: 100% voltage: %
3 No. of poles: 17 Power factor at, starting:
4 Frame designation: 100% load:
5 Full load speed: RPM 18 Moment of inertia, GD2: kgm2
6 Mounting: 19 NDE bearing type & no.:
7 Full load torque (FLT): mkg 20 DE bearing type & no.:
8 Starting torque: % of FLT 21 Type of lubrication:
9 Break down or pull out torque: % 22 Weight of motor: kg
10 Full load current (FLC): A 23 Thermisters, quantity: no.
11 Starting current at 100% voltage: % of FLC make: type:
12 Rotation viewed from coupling end: 24 RTD, quantity: no.
13 Starting time at, 75% voltage: sec. make: type:
100% voltage: sec. 25 BTD, quantity: no.
14 Locked rotor withstand time (cold/hot) at, make: type:
75% voltage: sec. 26 Shaft voltage: V
100% voltage: sec. 27 Critical speed, 1st/2nd stage: RPM
15 Space heater - voltage & power: 28 Canopy (See Note-4):

1. Recommended list of maintenance spares for two years operation shall include the follwing as minimum:
a) Bearing DE/NDE - one set b) Terminal box cover with screws c) Fan d) Terminal block
2. Starting time calculations shall be based on operating conditions specified in Material Requisition eg. open valve ccondition/
closed valve condition, at no load/full load, as applicable.
3. Vendor shall furnish the duly filled in data sheet separately for each motor clearly indicationg the Tag No. for each motor.
4. Canoopy shall be provided for motors installed outdoor.
5. For Ambient temperature & temperature rise refer Job Spec Doc No.-A415-000-16-50-SP-5120.

A 09.12.2013 ISSUED WITH MR SV RS MKS


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

Format No. 1650-687 Rev.3


Page 290 of 443 Copyrights EIL - All rights reserved
Atmospheric condition Altitude Location
Humid & highly corrosive < 1000 m Outdoor
> 1000 m Indoor

Voltage Phase Fault level Starting method Connection No.of terminals


415 V ±6% Three 50 kA D.O.L. Star 3
415 V ±10% Single N.A. V.S.D. Delta 4
240 V ±6% Star-delta 6
240 V ±10%

Cable Type Insulation Class Area Class Gas group Explosion IP


AYFY B Zone 1 IIA Ex(n) IP 23
AYWY F Zone 2 IIB Ex(e) IP 44
YFY H Divn. 1 IIC Ex(d) IP 55
YWY C Divn. 2 IIB/IIC
A
B
C
D
C&D

Std. Spec.
EIL spec. 6-51-0032

Frequency1 Frequency2 Cooling RTD/BTD Color


±3% 50 Hz IC401 Not applicable 631 as per IS 5
±5% 60 Hz

Format No. 1650-687 Rev.3291


Page of 443 Copyrights EIL - All rights reserved
Document No.
VENDOR DATA REQUIREMENTS A415-000-16-50-VDR-5120
FOR Rev. A
SLOP TRANSFER PUMPS Page 1 of 3

VENDOR DATA REQUIREMENTS


FOR
SLOP TRANSFER PUMPS

A 09-DEC-2013 Issued with MR SV RS MKS


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

Format No. EIL-1642-1924 Rev.1 Copyright EIL - All rights reserved

Page 292 of 443


Document No.
VENDOR DATA REQUIREMENTS A415-000-16-50-VDR-5120
FOR Rev. A
SLOP TRANSFER PUMPS Page 2 of 3

VENDOR DATA REQUIREMENTS

The following drawings/documents marked " " shall be furnished by the bidder.

MV MOTOR

POST ORDER
S. WITH WITH
N DESCRIPTION FOR FOR DATA REMARKS
BID
O. REVIEW RECORD BOOK
(FINAL)
1. Schedule of Vendor Documents
2. Confirmation of Technical Compliance
3. Data Sheets (Duly filled-in)
4. Dimensional/Assembly Drawings : GA Drawing
For motors < 75kW
5. Dimensional/Assembly Drawings : GA Drawing
For motors >= 75kW
6. Dimensional/Assembly Drawings : Installation
Plan/Mounting Details
7. Dimensional/Assembly Drawings : Terminal
Box Arrangement
8. Dimensional/Assembly Drawings : Name Plate
Drawing
9. Performance Curves : Speed Torque Curves
10. Performance Curves : Speed-Current/Time
Curves
11. Performance Curves : Thermal Withstand
Curves (Hot & Cold)
12. Performance Curves : P.f. & Efficiency Curves
13. Inspection & Test Plan (ITP) -For review by
Inspection Dept.
14. Test Records
15. Type Test Certificates for similar equipment
16. List of Commissioning Spares
17. List of Maintenance Spares
18. List of Mandatory Spares
19. List of Special Tools & Tackles
20. Data Books/ Manuals : Installation Manual
21. Data Books/ Manuals : Operating/ Maintenance
Manual
22. Data Books/ Manuals : Catalogues/ Brochures
23. Equipment storage procedure at site

Notes :

Format No. EIL-1642-1924 Rev.1 Copyright EIL - All rights reserved

Page 293 of 443


Document No.
VENDOR DATA REQUIREMENTS A415-000-16-50-VDR-5120
FOR Rev. A
SLOP TRANSFER PUMPS Page 3 of 3

1. Post order, drawing / document review shall commence only after approval of Document Control Index (DCI).
2. All post order documents shall be submitted / approved through EIL eDMS portal.
3. Final documentation shall be submitted in hard copy (Six prints) and soft ( two CDs/DVDs ) in addition to
submission through EIL eDMS.
4. Refer - 6-78-0001: Specification for quality management system from Bidders.
5. Refer - 6-78-0003: Specification for documentation requirement from Suppliers.
6. 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.
7. 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).

Format No. EIL-1642-1924 Rev.1 Copyright EIL - All rights reserved

Page 294 of 443


Page 295 of 443
Page 296 of 443
Page 297 of 443
Page 298 of 443
Page 299 of 443
Page 300 of 443
Page 301 of 443
Page 302 of 443
Page 303 of 443
Page 304 of 443
Page 305 of 443
Page 306 of 443
Page 307 of 443
Page 308 of 443
INSPECTION AND TEST PLAN STANDARD SPECIFICATION NO.
latfRzre? ENGINEERS
sil,—,ecrxe
&Reg awn-.
INDIA LIMITED
IA Govt of India Undertaking)
FOR 6-81-1032 Rev. 2
MEDIUM VOLTAGE MOTOR
e1,1

Page 1 of 6

it414Tur a -crttffur
INSPECTION AND TEST PLAN
FOR
MEDIUM VOLTAGE MOTORS

2 15.07.11 Revised and Re-issued GS


n2 AKC
2DM

1 24.12.07 Revised and Re-issued SA CRM MVKK VC


0 30.04.02 Issued for implementation RG AKC AKB GRR
Standards Committee Standards
Rev. Date Prepared Checked Convenor Bureau Chairman
No. Purpose
by by
Approved by

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



Page 309 of 443
INSPECTION AND TEST PLAN STANDARD SPECIFICATION NO.
0 el ENGINEERS
0&11 faigteg INDIA LIMITED FOR 6-81-1032 Rev. 2
t NITA eivav, OLT:Walt (A Govt of India Undertaking)
MEDIUM VOLTAGE MOTORS Page 2 of 6

Abbreviations:

AS Alloy Steel MPT/MT : Magnetic Particle Testing


BASEEFA British Approval Service for Electrical Equipment in Flammable MRT • Mechanical Run Test
Atmospheres
BIS Bureau of Indian Standards MTC Material Test Certificate
CCE or CCOE Chief Controller of Explosives MOC Material of Construction
CEIL Certification Engineers International Limited NPSH Net Positive Suction Head
CIMFR Central Institute of Mining & Fuel Research NDT Non Destructive Testing
CE Carbon Equivalent NEMA National Electrical Manufacturers Association
DFT Dry Film Thickness PO Purchase Order
DT Destructive Testing PESO Petroleum Explosive Safety Organization
DPT Dye Penetrate Testing PQR Procedure Qualification Record
ERTL Electronics Regional Test Laboratory PR Purchase Requisition
FCRI Fluid Control Research Institute PMI Positive Material Identification
FM Factory Mutual PVC Poly Vinyl Chloride
FLP Flame Proof QC Quality Control
HIC Hydrogen Induced Cracking RT Radiography Testing
ITP Inspection and Test Plan TC Test Certificate
IP Ingress Protection TPI or TPIA Third Party Inspection Agency
IC Inspection Certification UT Ultrasonic Testing
IGC Inter Granular Corrosion UL Under writer Laboratories
IEC International Electro technical Commission VDR Vendor Data Requirement
JEC Japanese Electro technical Committee WPS Welding Procedure Specification
LPT Liquid Penetrate Testing WPQ Welders Performance Qualification
XLPE Cross Linked Poly Ethylene

Inspection Standards Committee

Convenor : Mr. A.K. Chaudhary

Members:

Mr. SS Lotay Mr. RK Singh Mr. Anoop Geol Mr. G. Poornachandra Rao
Mr. S.C. Gupta Mr. Rajeev Kumar Mr. G. Suresh Mr. MP Jain (Projects)

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


Page 310 of 443
INSPECTION AND TEST PLAN STANDARD SPECIFICATION NO.
k5-1 Reitzi E
NGINEERS
$1g-ar tif5ieg INDIA
LIMITED FOR 6-81-1032 Rev. 2
oteav, OtIJO2R1, (A Govt of India Undeftalong)
MEDIUM VOLTAGE MOTORS Page 3 of 6

1.0 SCOPE:

This Inspection and Test Plan covers the minimum testing & inspection requirements of three phase medium voltage squirrel cage induction motors.

2.0 REFERENCE DOCUMENTS:

PO/PR & Standards referred there in /Job specifications / Approved documents.

3.0 INSPECTION AND TEST REQUIREMENTS:

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

1.0 Procedures -- -- -- -- --

2.0 Material Inspection

Raw Material:
Body(casting or
fabrication), R
Material Test
Rotor shaft, Core Chemical, Physical properties , finish as per
2.1 100% Certificates / H H/R (For major
laminations, Copper, relevant standard
Test records items only)
Insulation material,
Bearings, Terminals, cable
boxes, Cable glands, etc.

Format No. 8-00-0001-F7 Rev. 0 Coovriaht EIL — All rig hts reserved
Page 311 of 443
1r, INSPECTION AND TEST PLAN STANDARD SPECIFICATION NO.
ENGINEERS
5.fg eji laReg INDIA LIMITED FOR 6-81-1032 Rev. 2
(Atria rireixt IA Govl of India Undertaking)
MEDIUM VOLTAGE MOTORS
73510415.1

Page 4 of 6

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

Vacuum impregnation and bracing of winding,


core assembly, Rotor bars and end rings assembly,
3.1 Motor Assembly Rotor balancing, Terminal box mounting and 100% Test Records - H -
clearances in between, Bearing setting, etc as per
supplier's internal standards

4.0 Final Inspection

General visual check, nameplate details


Mounting, Shaft centre height dimensions
Terminal box location, clearances, size, entries,
space adequacy & gland size.
Terminals type for Type EX-e, EX-n, Ex-d
motors
Free rotation of Shaft, shaft centre height,
lubrication, fan mounting
Direction of rotation
Coupling, Bearing details Inspection test See Note
4.1 Motor (Routine Tests) 100% - H
Cable Glands, cable lugs size and no. of entries records 5&6
in Terminal Box
Winding Resistance
No load test and measurement of Voltage,
Speed, Current, Power Input
Locked Rotor test at reduced voltage by JEC
method and measurement of Voltage, Current
and Wattage.
Reduced voltage Starting and running

Format No. 8-00-0001-F7 Rev. 0 Copyright EIL — All rig hts reserved
Page 312 of 443
INSPECTION AND TEST PLAN STANDARD SPECIFICATION NO.
t_Siliae_ltsiENGINEERS
og e..11ia teg g INDIA LIMITED FOR 6-81-1032 Rev. 2
1.1128 eleane, CAJPtFA1 IA Goof of Intla UnaerfaIng)
MEDIUM VOLTAGE MOTORS Page 5 of 6

SCOPE OF INSPECTION
SL QUANTUM
STAGE/ ACTIVITY CHARACTERISTICS RECORD SUB
NO. OF CHECK SUPPLIER EIL/TPIA
SUPPLIER
Insulation resistance Before & after High
Voltage test
High Voltage
Vibration
Full load test and measurement of Voltage,
Current, Power, Slip, Power factor, Bearing
Noise.
Efficiency and Pf at 100%, 75% and 50% load
Temp Rise test One sample
Inspection test See Note
4.2 Motor (Type Tests) Momentary overload test from each - H
records 5&6
Vibration type/rating
Noise Level
Over speed
Measurement of Starting Torque, Starting
Current, Full Load Torque*
5.0 Painting
Pre treatment, primer and final paint, H --
5.1 Painting of Motor frames 100% Test records -
shade, thickness
6.0 Documentation and IC
Review of Internal Test Reports
Test certificate from recognized testing Supplier's Test
laboratory for area classification. Records /
BIS certificate for FLP motors and accessories Certificates
6.1 Documentation and IC as applicable. 100% from statutory - H H
CCOE/PESO approved certificates for motors bodies /
and accessories as applicable. Inspection
Degree of protection of enclosure Certificate (IC)
IC issuance
Measurements will be made in accordance with standard IEC (Logarithmic proportion method II)

Format No. 8-00-0001-F7 Rev. 0 Coovriaht EIL — All riahts reserved


Page 313 of 443
INSPECTION AND TEST PLAN STANDARD SPECIFICATION NO.
ENGINEERS
ogejliaaeg
MIETI FEA/R7CAJWITAI
INDIA LIMITED FOR 6-81-1032 Rev. 2
IA Govt of India Undertakingj
MEDIUM VOLTAGE MOTORS Page 6 of 6

Legends: H- Hold (Do not proceed without approval), Random -10% , R-Review, RW-Random witness, W- Witness (Give due notice, work may proceed
after scheduled date).

NOTES (As applicable):


Wherever W/R or H/W is indicated, Inspection Engineer shall decide the option to be exercised for the particular stage and supplier
In case of conflict between purchase specification, contract documents and ITP, more stringent conditions shall be applicable.
This document describes generally the requirements pertaining to all types of the item. Requirements specific to PO and the item are only applicable.
Acceptance Norms for all the activities shall be as per PO/PR/ Standards referred there in/ Job specifications /Approved documents
Motors up to 55 KW would be accepted based on Manufacturer's test certificates. Higher rating will have witness by EIL/TPIA appointed by OEM Supplier.
Motors ordered with integration test requirement as per PR shall be witnessed by EIL/TPIA (appointed by OEM supplier) for integration test (irrespective of rating)
at motor manufacturer's works.

Format No. 8-00-0001-F7 Rev. 0 Copyright EIL — All ri g hts reserved


Page 314 of 443
Document no.
INSTRUMENTATION
SPECIFICATION FOR RECIPROCATING A415-000-16-51-SP-5120,
PUMPS Rev A
Page 1 of 7

INSTRUMENTATION SPECIFICATIONS FOR


RECIPROCATING PUMP

(SLOP TRANSFER PUMP)


(007-PA-RP-106A/B)
(009-PA-RP-106A/B)

MR NO.- A415-000-PA-MR-5120

A 16.12.13 Issued with MR PP SR SM


Rev. No
Date Purpose Prepared By Checked By Approved By

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


Page 315 of 443
Document no.
INSTRUMENTATION
SPECIFICATION FOR RECIPROCATING A415-000-16-51-SP-5120,
PUMPS Rev A
Page 2 of 7

CONTENTS

1.0 GENERAL

2.0 SCOPE OF SUPPLY AND WORK

3.0 DESIGN PHILOSOPHY AND TECHNICAL REQUIREMENTS

4.0 MANDATORY SPARES

5.0 COMMISSIONING SPARES

6.0 2 YEAR OPERATION SPARES

7.0 INSPECTION AND TESTING

8.0 PROVEN TRACK RECORD (PTR)

9.0 VENDOR DATA REQUIREMENT

10.0 VENDOR LIST

11.0 LIST OF ATTACHMENTS

Format No.Page
8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved
316 of 443
Document no.
INSTRUMENTATION
SPECIFICATION FOR RECIPROCATING A415-000-16-51-SP-5120,
PUMPS Rev A
Page 3 of 7

1.0 GENERAL
1.1 The purpose of this specification is to define general requirements and philosophy of
instrumentation for the following pumps, details of which are furnished elsewhere in the
MR.
(007-PA-RP-106A/B)
(009-PA-RP-106A/B)
1.2 This specification along with attached data sheets/ standards/ Licensor’s datasheets/
P&IDs and relevant part of this requisition covers the design, engineering, supply and
testing of Instrumentation system with all accessories and materials, required for
Reciprocating pumps.
1.3 In the event of any conflict between this specification, data sheets, standard specifications,
related standards, codes etc: the following order of priority shall govern:
a) Statutory Regulations
b) Job Specifications
c) Standard Specifications
d) Codes & Standards
However, Bidder shall inform EIL/ Owner for any discrepancy for resolution before
proceeding. EIL/ Owner decision in this regard shall be final and binding.
1.4 Bidder shall, categorically, list out clause wise deviation to this specification and enclosed
standards, if any, along with bid proposal. In absence of which it will be assumed as total
compliance to this specification
1.5 In case it is found that the make and model number of the Instruments supplied is not
meeting the specification of the package, the same shall be rectified by bidder providing the
correct make and model without any delivery and price implication.
2.0 SCOPE OF SUPPLY AND WORK
2.1 Bidder's scope of instrumentation supply and work shall include the following as a
minimum.
a) Design, Engineering, procurement & Supply of all instruments for Reciprocating
pumps as described elsewhere in this requisition, P&IDs & applicable API code. As
a minimum bidder shall supply following instruments:
Sl. Pump Tag no. Instruments (In bidder scope)
No.
1. (007-PA-RP-106A/B) a) Pressure Relief Valve: Tag numbers as 007-
PSV-106A/B
2. (009-PA-RP-106A/B) a) Pressure Relief Valve: Tag numbers as 009-
PSV-106A/B

Format No.Page
8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved
317 of 443
Document no.
INSTRUMENTATION
SPECIFICATION FOR RECIPROCATING A415-000-16-51-SP-5120,
PUMPS Rev A
Page 4 of 7

Supply of any other instrumentation item required for operation of above mentioned
pumps shall also be in bidder’s scope of supply.
b) Submission of filled in data sheets for all instruments along with sizing calculations
for safety valve. Bidder shall also indicate make and model numbers of the offered
instruments. Data sheets shall be submitted for Review/ Approval with one set of
technical catalogues of offered instruments with model decoding details.
3.0 DESIGN PHILOSOPHY AND TECHNICAL REQUIREMENTS
3.1 Installation Standards
3.1.1 Painting shall be as per painting specification attached elsewhere in MR.
3.1.2 S.S. tag plates shall be provided for all the instruments.
3.2 Instruments Specification
3.2.1 Flanged end connections shall be as per ANSI B 16.5.

3.2.2 Pressure Relief Valve / Thermal Relief Valve


a) Pressure Relief Valve shall meet the limiting relief valve requirements as defined in
API RP-520 (part-I & II) and in API-526.
b) Pressure Relief Valve shall be full nozzle full lift type and Thermal Relief Valve shall
be modified nozzle type.
c) Conventional valves shall be specified for constant back pressure, while bellows
seal type valves shall be specified for variable back pressure more than 10% of set
pressure. Pilot operated pressure relief valves shall be used for special services
and where the operating pressure is more than 90% of set pressure or when
variable back pressure more than 50% of set pressure.
d) Percentage Accumulation shall be 10%.
e) Nozzle and disc material shall be SS316 as a minimum with machined stainless
steel guide and spindle. Whenever semi nozzle designs are unavoidable, body
material shall be at least same as nozzle material.
f) Spring material shall be selected as per operating conditions. The spring material of
pressure relief valves shall be as follows unless otherwise necessary because of
process conditions;
290C to 2300C: Cadmium/nickel plated carbon steel.
Above 2300C: Tungsten alloy steel.
Below – 290C: Stainless steel 316
g) Pressure Relief Valve shall have flanged connections for sizes 1" and above and
where permissible, shall have screwed connection for sizes 3/4" and below.
Thermal Relief Valve shall have screwed connection with 0.38 cm2 orifice size and
inlet outlet shall be of 3/4" NPT (M) X 1" NPT (F) sizes.
h) Test gag shall be provided for all pressure relief valves.

Format No.Page
8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved
318 of 443
Document no.
INSTRUMENTATION
SPECIFICATION FOR RECIPROCATING A415-000-16-51-SP-5120,
PUMPS Rev A
Page 5 of 7

4.0 MANDATORY SPARES


Bidder shall provide the following mandatory spares for the offered Pressure Relief Valves:
i. One set of packing, gaskets, diaphragm, seat, resilient seat and o-ring: for each tag.
ii. Seat Disc, Spring and Pilot: Min 10% for each type and material.
The price for above mandatory spares shall be included in the base price of respective
Pump in Bidders offer.
5.0 COMMISSIONING SPARES
5.1 Bidder shall furnish in his offer list of commissioning spares considered (as required). The
price for above commissioning spares shall be included in the base price of respective
Pump in Bidders offer. If commissioning spare is not required, the same shall also be
indicated in the offer.
5.2 Bidder shall note that in case any additional spare is required during erection and
commissioning over and above the quoted erection and commissioning spares, the same
shall be supplied by bidder without any time and cost implications. Also, if any spares are
consumed during commissioning from mandatory spares, the same shall be replenished by
bidder without any cost implication.
6.0 2 YEAR OPERATION SPARES
Bidder shall furnish separate list of recommended spares for instrumentation for 2 years
operation along with unit price.
7.0 INSPECTION AND TESTING
All instruments shall be inspected by EIL/ Owner or his authorized representative for
calibration and proper operation prior to dispatch. Inspection of the Pilot operated Pressure
Relief Valves shall be carried out as per the Inspection & Test Plan for Pressure Relief
Valves (specification no. 6-81-2026).
8.0 PROVEN TRACK RECORD (PTR)
The instruments selected shall be rugged in design and must be well proven for use in
similar applications. Prototype design or equipment of experimental nature or design
undergoing testing etc. shall not be selected and supplied by bidder.
The instruments as being offered / supplied should have been operating satisfactorily in
hydrocarbon industry like Refinery, Petrochemical and Gas Processing Plant under similar
process conditions for at least 4000 hrs.
9.0 VENDOR DATA REQUIREMENT
9.1 Bidder’s scope shall include furnishing documentation as specified in requisite number of
sets in MR, both during bidding and project execution stage.
9.2 It is entirely bidder’s responsibility to quote as per current enlistment status of proposed
manufacturer with EIL. However, current validity and range of approval as per EIL
enlistment letter, work load, stability and solvency need to be verified by the bidder before

Format No.Page
8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved
319 of 443
Document no.
INSTRUMENTATION
SPECIFICATION FOR RECIPROCATING A415-000-16-51-SP-5120,
PUMPS Rev A
Page 6 of 7

placement of order. At any stage during execution of order, if it is found that the instrument
& accessories supplied by bidder is not as per make/model enlisted with EIL, bidder shall
replace the same with and approved make/model without any cost and time implication.
9.3 Vendors on Owner/EIL holiday list shall not be considered for ordering. Names of such
vendors who are put on Owner/EIL “Holiday List” subsequent to vendor approval at bidding
stage shall be informed to the bidder at any stage of the project. Bidder shall comply with
this requirement without any time or cost implication to the Owner.
9.4 Bidder shall furnish documentation in number of sets and CDs as specified elsewhere in
MR.
9.5 Bidder shall furnish the soft copies of all the engineering drawings/documents in their scope
and the requisite format for furnishing the same shall be forwarded to Bidder during detail
engineering. Documentation shall be submitted in hard copy (Six prints) and soft ( two
CDs/DVDs ) in addition to submission through EIL eDMS.
9.6 Bidder shall furnish instrument data sheets (as per ISA format) for each tag incorporating
necessary sizing, range selection, material selection, make and model nos. Bidder can use
in-house data sheet formats, provided those contain all information as per ISA formats, as
a minimum. Bidder shall furnish filled in data sheet for each tag after sizing, range
selection, material selection etc. These data sheets shall be reviewed / retained for records
by EIL/ Owner after placement of order. Proper selection of instruments, materials etc. shall
be bidder's responsibility. Any necessary change required later for meeting the specification
shall be done by the bidder without any price or delivery implications. While filling the
instruments data sheets, the following shall be taken care:
a) All the relevant data shall be filled in. If any point is not applicable then N/A shall be
indicated.
b) Make and model number of the offered instruments shall be indicated with model
decoding details for offered instrument, without model no, data sheet shall not be
reviewed.
c) Vendor seal with signature shall be provided and bidder shall ensure the
correctness of the process data.
d) Instruments tag numbers /data sheet numbers shall be indicated.
9.7 Bidder shall note that the documents listed below are the minimum requirements and any
additional document required as per bidder’s experience should also be furnished.
Following drawing documents shall be required after award of contract for EIL/ Owner ’s
review / approval:
a) Instrument sizing sheet( for PSV’s)
b) Instrument specification / data sheets (as per ISA format)
c) Instrument Installation drawing with Bill of Material
d) Installation, operation and maintenance manuals for instruments supplied
Format No.Page
8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved
320 of 443
Document no.
INSTRUMENTATION
SPECIFICATION FOR RECIPROCATING A415-000-16-51-SP-5120,
PUMPS Rev A
Page 7 of 7

e) Certificates (statutory/ test/ calibration)


f) As-built drawings/ documents (Any modification or revision necessary because of
as-built documentation shall also be provided by Bidder)
10.0 VENDOR LIST
10.1 Vendor List for Pressure Relief Valves shall be as per the list attached elsewhere:
10.2 Vendor list provided is for the Make only, and not for any specific Model.
10.3 Bidder shall take prior approval of make and specification of all instrument items before
placement of order on sub-vendor. The offered model for the same must meet the
specification and proven track record (PTR) requirement.

11.0 LIST OF ATTACHMENTS


S. Description Document No. No. of
No. sheets
1. Technical Compliance A415-000-16-51-TCL-10 2
2. Instrument typical Data Sheet for pressure A415-000-YR-DS-3001 1
relief valves
3. Standard Specification for Pressure Relief 6-52-0026 8
Valves
4. Inspection & test Plan for Pressure Relief 6-81-2026 3
Valves

Format No.Page
8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved
321 of 443
Document no.
TECHNICAL COMPLIANCE FROMAT
INSTRUMENTATION A415-000-16-51-TCL-10
RECIPROCATING PUMP Rev. A
Page 1 of 2

TECHNICAL COMPLIANCE

DISCIPLINE : INSTRUMENTATION

DOCUMENT NO. : A151-019-16-51-TCL-10

PROJECT : UPGRADING OF PUMP STATIONS

PACKAGE : RECIPROCATING PUMPS

OWNER : OIL INDIA LTD.

EIL JOB NO. : A415

BIDDER :

NOTES:

1. The Bidder shall indicate his reply in the space provided in the Technical Questionnaire.
In case space provided is not adequate, the reply may be furnished separately under
suitably numbered annexes/ attachments duly referred against the comment/ query.

2. The Compliance Statements/ Queries are required to be categorically confirmed /


answered by the bidder and the completely filled in Tech Questionnaire shall be submitted
together with the Bid.

Bidder’s Signature
and stamp

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


Page 322 of 443
TECHNICAL COMPLIANCE FROMAT
Document no.
INSTRUMENTATION A415-000-16-51-TCL-10
RECIPROCATING PUMP Rev. A
Page 2 of 2

INSTRUMENTATION

Sr. COMPLIANCE STATEMENT/QUERY BIDDER’S CONFIRMATION/


No. ANSWER
Please note that it is mandatory to furnish replies to
the technical queries listed below, without which your
offer will be considered incomplete.
1. This Technical Questionnaire with categorical
confirmation against each of the clauses, deviation, if
any, against the applicable specifications and codes
shall be duly consolidated at one place (under
Exceptions / deviations list) by the bidder. In case no
deviations are furnished, it will be presumed that all
requirements are fully met and complied with, by the
bidder. Any deviations/ deletions/ corrections made by
the bidder elsewhere will not be taken cognizance of
and all such deviations shall deem to have been
withdrawn by the bidder.
2. Confirm categorical compliance to the scope of work,
various technical specifications, drawing and
document and relevant control & instrumentation
specification in the bid package, and all other
equipment, materials and work not explicitly
mentioned but nevertheless required to fulfil the
functional requirements which shall be deemed to be
included in the scope of bidder with no additional cost
and time implication to the owner.
3. Confirm that all the instrumentation items, its
accessories etc. supplied shall be from one of the
approved EIL vendors.
4. Compliance to Drawings/ Documents requirements as
per A415-000-16-51-SP-5120.
5 Compliance to supply of instrumentation mandatory
spares as per cl. no. 4.0 of A415-000-16-51-SP-5120.
7 Compliance to supply of instrumentation 2 years
operational & maintenance spares as per A415-000-
16-51-SP-5120.

BIDDER’S SIGNATURE & STAMP

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


Page 323 of 443
VENDOR LIST Doc No.: A415-000-16-51-MD-
INSTRUMENTATION 5120, Rev 0
Page 1 of 1

1.0 PRESSURE RELIEF VALVES

1 ANDERSON GREENWOOD CROSBY INDIA


2 BHEL (TRICHY) INDIA
3 BLISS ANAND PVT LTD INDIA
4 CURTISS WRIGHT FLOW CONTROLS CORPORATION INDIA
5 DRESSER INC INDIA
6 FUKUI SEISAKUSHO CO LTD JAPAN
7 LESER GMBH & CO. KG GERMANY
8 NAKAKITA SEISAKUSHO CO LTD JAPAN

Format No. EIL-1641-1924 Rev.1 Copyright EIL – All rights reserved


Page 324 of 443
Pressure Relief Valves
UNITS: Flow -> Liquid - Kg/hr Gas - Kg/hr Steam - Kg/hr Pressure -> Kg/cm²G Temperature-> °C Level /length -> mm
1 Tag No. As Per P&ID
2 Line No. *
3 Vessel Protected *
General 4 Safety / Relief Safety Relief
5 Type : *
6 Full Nozzle Full Lift ¦ Mod. Nozzle Full Nozzle, Full Lift ( Note 3)
7 Bonnet Type *
8 Conv. / Bellows / Pilot Operated *
9 Inlet Connection: Size & Rating *
10 Facing & Finish *
11 Outlet Connection: Size &Rating *
12 Facing & Finish *
13 Cap Over Adjusting Bolt: Required
14 Screwed ¦ Bolted Screwed
15 Lifting Gear - Type -
Valve 16 Test Gag *
17 Body and Bonnet ASTM A105 /A 216 GR WCB
18 Nozzle and Disc SS 316
19 Spring Zinc Plated CS
20 Bellows -
Material 21 Resilient Seat Seal
Options 22 Radiography
23 Code API RP 520,API 526
Basis 24 Basis of Selection LIQUID SAFETY RELIEF
25 Fluid and State CRUDE-LIQUID
26 Corrosive Costituent
27 Required Flow Capacity
28 Mol. Wt.¦Sp.Gr. at Relieving Temp.
29 Operating Pressure
30 Operating Temp.¦Relieving Temp.
Service 31 Valve discharges to As Per P&ID
Cond- 32 Back Press.¦ Const / Variable * *
itions 33 Set Pressure *
34 Cold Bench Test Pressure *
35 %Over Press % Blowdown * *
36 Cp/Cv ¦ Compressibility Factor -
37 Viscosity at Rel. Temp. mPas(cP) *
38 Vessel:Wall temp°C¦Surf.Area-m2 *
39 Calculated Area - cm2 *
40 Sel Area - cm2 ¦ Orifice Design
Sel. *
41 No. of valve required for capacity *
42 Total area - cm2 *
Orifice 43 Actual Flow Capacity *
44 Model No. *
45 Make *
Nos. 46 IBR Certification Not Required
NOTES:
1. *- Vendor to Specify
2. Indicate the make and model number of the offered instrument. Vendor shall submit the model
decoding details with technical catalogue at the time of detail engineering
3. For thermal Relief valve modified nozzle is also acceptable. In case of modified nozzle body material
shall be same as trim material.
4. This data sheet is typical only. Vendor shall develop the detail data sheet for required instrument

DEVIATION NO DEVIATION VENDORS' SIGNATURES WITH SEAL


VENDOR DRAWING NO- ORDER NO:-
FILE- MR NO:A415-000-PA-MR-5120

CLIENT: M/S OIL DATE BY CHKD APPD


ENGINEERS INDIA UNIT- DATA SHEET NO REV
PLANT:NBPS
LIMITED
VENDOR- A415-000-YR-DS-3001 0
This drawing and the design it covers are the properties of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement
that they will not be reproduced, copied, loaned, exhibited, nor used except in the limited way and private use permitted by any written consent given by lender to the borrower

Page 325 of 443


Page 326 of 443
Page 327 of 443
Page 328 of 443
Page 329 of 443
Page 330 of 443
Page 331 of 443
Page 332 of 443
Page 333 of 443
STANDARD SPECIFICATION NO.
INSPECTION AND TEST PLAN
OWE? gla ENGINEERS FOR 6-81- 2026 Rev. 2
laite-gilir INDIA LIMITED
col nennl UndedSing)
(A Govt CI PRESSURE RELIEF VALVES Page 1 of 5

Avis( f4-41-cu alegi


f4-ftur 4 trftur q
INSPECTION AND TEST PLAN
FOR
PRESSURE RELIEF VALVES

2 22.03.12 Revised and Re-issued MJ GS AC DM

1 02.01.08 Revised and Re-issued SA CRM MVKK VC

0 09.12.02 Issued for implementation RG AKC AKB GRR

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 334 of 443


STANDARD SPECIFICATION NO.
laitRaeTa ENGINEERS
INSPECTION AND TEST PLAN
Ifgar la5teg /eV INDIA LIMITED FOR 6-81-2026 Rev. 2
14.m 2FAI.MR PRESSURE RELIEF VALVES Page 2 of 5

Abbreviations
AS Alloy Steel MRT Mechanical Run Test
BASEEFA British Approval Service for Electrical Equipment in Flammable MPT/MT Magnetic Particle Testing
Atmospheres MTC Material Test Certificates
BIS Bureau of Indian Standards MOC Material of Construction
CCE or CCOE Chief Controller of Explosives NPSH • Net Positive Suction Head
CELL Certification Engineers International Limited NDT Non Destructive Testing
CIMFR Central Institute of Mining & Fuel Research NEMA National Electrical Manufacturers Association
CE Carbon Equivalent PO Purchase Order
DFT Dry Film Thickness PESO Petroleum Explosive Safety Organization
DT Destructive Testing PQR Procedure Qualification Record
DP or DPT Dye Penetrate Testing PR Purchase Requisition
ERTL Electronics Regional Test Laboratory PMI Positive Material Identification
FCRI Fluid Control Research Institute PTB Physikalisch-Technische Bundesanstalt
FM Factory Mutual QC Quality Control
FLP Flame Proof RT Radiography Testing
HART Highway Addressable Remote Transducer SS Stainless Steel
HV High Voltage TC Test Certificate
ITP Inspection and Test Plan TPI or TPIA Third Party Inspection Agency
IP Ingress Protection UT Ultrasonic Testing
IC Inspection Certification UL Under writer Laboratories
IR Insulation Resistance VDR Vendor Data Requirement
IEC International Electro technical Commission WPS Welding Procedure Specification
JEC Japanese Electro technical Committee WPQ Welders Performance Qualification
LPT Liquid Penetrate Testing XLPE Cross Linked Poly Ethylene

Inspection Standards Committee

Convenor : Mr. A.K. Chaudhary


Members:
Mr. S.C. Gupta Mr. RK Singh Mr. MP Jain (Projects)
Mr. G. Suresh Mr. Rajeev Kumar Mr. G. Poornachandra Rao
Format No. 8-00-0001-F7 Rev. 0
Copyright EIL — All rights reserved

Page 335 of 443


STANDARD SPECIFICATION NO.
laZlegai ENGINEERS INSPECTION AND TEST PLAN
51g-e lafflege INDIA LIMITED
Govt of Indus Undatakng)
FOR
PRESSURE RELIEF VALVES
6-81-2026 Rev. 2
Page 3 of 5

1.0 SCOPE

This Inspection and Test Plan covers the minimum inspection and testing requirements for Pressure Relief Valves.

2.0 REFERENCE DOCUMENTS

PO/PR / Standards referred there in /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 Procedures -- -- -- -- --
2.0 Material Inspection
Mechanical & Chemical properties. Material Test
Incoming Material like
2.1 100% Certificates / Test H H/R R
forgings
and castings etc.
Lab Certificates
3.0 In process Inspection
Visual, Dimensions.
Machining of components Supplier's Test
3.1 100% - H
and their Assembly. Records

Final Inspection
4.0
Visual check
Supplier's Test
Dimensional check ..
4.1 Records and H H/W
Final Inspection Check calibration status of all testing 100%
Inspection
equipment
Witness Record
Hydrostatic Test

Format No. 8-00-0001-F7 Rev. 0


Copyright EIL — All rights reserved

Page 336 of 443


STANDARD SPECIFICATION NO.
IWO:Rift ENGINEERS INSPECTION AND TEST PLAN
sigf tataite
rr INDIA LIMITED
eimie =MOW (A Got W Mu. UndettOunpl
FOR
PRESSURE RELIEF VALVES
6-81-2026 Rev. 2
Page 4 of 5

SCOPE OF INSPECTION
SL QUANTUM
STAGE/ ACTIVITY CHARACTERISTICS RECORD SUB
NO. CHECK OF SUPPLIER EIL/TPIA
SUPPLIER
Cold Bench Set Pressure
Seat Leakage Test
Valve Lift test
Blow Down / Reclosing pressure test
Helium Leak test (if specified)
Dye Penetration test of welds
Radiography/NDT of valve castings (if Radiograph
4.2 Radiography specified). 100% Reports / H R

Capacity Test as per ASME Prototype for


Submission of certificates / each model / Type Test
4.3 - H R
Documents Manufacturer's Certificates
TC
5.0 Painting
Special cleaning and packing for oxygen and
Packing list /
Painting chlorine services
5.1 100% Supplier's - H
Pre treatment, primer and final paint, shade,
Records
thickness.
6.0 Documentation and IC
Supplier's Test
Review of Internal Test Reports &MTC
Records /
6.1 Documentation and IC Bought out items/accessories TC 100% - H H
Inspection
IC issuance. Certificate

Format No. 8-00-0001-F7 Rev. 0


Copyright EIL —All rights reserved

Page 337 of 443


STANDARD SPECIFICATION NO.
INSPECTION AND TEST PLAN
tWali
ISi tada ENGINEERS
FOR
g

INDIA LIMITED
r 6-81-2026 Rev. 2
Pletinag nIn11 (A Gent of Me limletlefongf PRESSURE RELIEF VALVES Page 5 of 5

Legends: H- Hold (Do not proceed without approval), Random 10% , R-Review, RW-Random witness, W- Witness (Give due notice, work may
proceed after scheduled date).

NOTES:
I. Wherever W/R or H/W is indicated, Inspection Engineer shall decide the option to be exercised for the particular stage and supplier
Supplier's in house procedures may be accepted in case TPUEIL is satisfied with adequacy of procedures to comply with Purchase Order/Specifications requirements.
In case of non availability of suitable procedures, fresh procedures may be qualified under TPUEIL witness..
In case of conflict between purchase specification, contract documents and ITP, more stringent conditions shall be applicable.
This document describes generally the requirements pertaining to all types of the item. Requirements specific to PO and the item are only applicable.
Acceptance Norms for all the activities shall be as per PO/PR/ Standards referred there in/ Job specifications /Approved documents

Format No. 8-00-0001-F7 Rev. 0


Copyright EIL — All rights reserved

Page 338 of 443


Page 339 of 443
Page 340 of 443
Page 341 of 443
Page 342 of 443
Page 343 of 443
Page 344 of 443
Page 345 of 443
Page 346 of 443
Page 347 of 443
Page 348 of 443
Page 349 of 443
Page 350 of 443
Page 351 of 443
Page 352 of 443
Page 353 of 443
Page 354 of 443
Page 355 of 443
Page 356 of 443
Page 357 of 443
Page 358 of 443
Page 359 of 443
Page 360 of 443
Offr ENGINEERS
STANDARD No.
egeINDIA LIAM
VESSEL TOLERANCES 7-12-0001 Rev. 5
(A Govt. of India Undertaking'
Page 1 of 2

L-

O
—U-
r
REF. PLANE

ir4

5 30.06.2011 REAFFIRMED AND REISSUED AS STANDARD POREL RKT A M/SC DM


4 08.09.2006 REAFFIRMED AND REISSUED AS STANDARD POREL DNN AKM VC
Rev. Prepared Checked Stds. Committee Stds. Bureau
Date Purpose Convenor Chairman
No. Page 361 of 443 by by
Approved by
Format No. 8-00-0001-F4 Rev.0 Copyright EIL - All rights reserved
STANDARD No.
daMO ENGINEERS
INDIA MIMED
/A Govt. of India Undertakingl
VESSEL TOLERANCES 7-12-0001 Rev. 5
Page 2 of 2
NOTES
REFERENCE LINES SHALL BE LIGHTLY PUNCH—MARKED INSIDE AND OUTSIDE AROUND THE CIRCUMFERENCE OF
THE SHELL PLATE ON THE TANGENT LINES OF THE VESSEL
a) OUT OF ROUNDNESS (OVALITY) SHALL BE AS PER APPLICABLE CODE.
b) OUTSIDE CIRCUMFERENCE OF SHELL SHALL BE WITHIN THE FOLLOWING LIMITS.
10 mm FOR NOMINAL DIAMETER 1200 mm AND UNDER.
12 mm FOR NOMINAL DIAMETER 1201 mm THROUGH 2400 mm.
20 mm FOR NOMINAL DIAMETER ABOVE 2400 mm.
c) FOLLOWING TOLERANCES ON DIAMETER SHALL APPLY THROUGHOUT ITS LENGTH FOR VESSELS WITH TRAYS
AND / OR PACKING. (FOR CARTRIDGE TYPE TRAY REFER SPECIAL NOTE—E).

VESSEL NOM. DIA. TOLERANCE ON NOM. DIA.


2000 mm AND UNDER ± 0.5%
2001 mm TO 4000 mm GREATER OF ± 10 mm OR ± 0.35%
4001 mm TO 8000 mm GREATER OF t 14 mm OR ± 0.25%
ABOVE 8000 mm TO BE SPECIFIED ON VESSEL DRAWING.
TOLERANCE FOR LENGTH t 5 mm PER 3000 mm, MAXIMUM 15 mm.
OUTSIDE SURFACE OF CYLINDER MAY BE OUT OF ALIGNMENT / STRAIGHTNESS NOT MORE THAN 6 mm PER 6000 mm
STRAIGHT LENGHT, BUT NOT MORE THAN 20 mm FOR ANY LENGTH.
5. TOLERANCE FOR CENTRE TO CENTRE DISTANCE BETWEEN ANY PAIR OF INSTRUMENT CONNECTIONS TO BE AS FOLLOWS:—
DISTANCE BETWEEN NOZZLES : * 1 mm
ORIENTATION : * 1 mm
NOZZLE FACE INCLINATION : * 1/4°
ELEVATIONS FROM REFERENCE PLANE MAY VARY AS FOLLOWS:—
MANHOLE: ± 12 mm, NOZZLE t 6 mm, INTERNAL SUPPORTS: t 3 mm, EXCEPT THAT LOCATIONS OF MANHOLES
AND NOZZLES NEAR THE TRAY SHALL NOT VARY MORE THAN ± 3 mm FROM THE TRAY.
PROJECTION OF FLANGE FACE FROM SHELL CENTRAL LINE / TANGENT LINE MAY VARY + 5 mm FOR NOZZLES
AND ± 12 mm FOR MANHOLES.
CIRCUMFERENTIAL AND RADIAL DEVIATION OF NOZZLES, MANHOLES AND SUPPORTS FROM THE TRUE POSITION SHALL
NOT VARY MORE THAN ± 3 mm.
BOLT HOLE ORIENTATION OF NOZZLES MAY VARY ± 2 mm AT BOLT CIRCLE.
VERTICAL AND HORIZONTAL DEFLECTION OF NOZZLE FLANGE FACES FROM PLANES NORMAL TO NOZZLE CENTRE UNES
OR PARALLEL TO VESSEL CENTRE UNE SHALL NOT BE MORE THAN t 1/2?
ALL TOLERANCES OF TRAY SUPPORTS TO BE AS PER TRAY SPECIFICATIONS / DRAWING.
THE BASE RING BOLT CIRCLE DIAMETER MAY VARY t 5 mm. FOR ANY DIAMETER MEASURED AT POINTS 90' APART,
DISTANCE BETWEEN TWO CONSECUTIVE HOLES MAY VARY BY ± 5 mm.
a) DEVIATION OF SUPPORT BASE FROM HORIZONTAL MAY BE AS FOLLOWS:—
FOR VESSEL DIA. 1500 mm AND UNDER 3 mm
FOR VESSEL DIA. OVER 1500 mm TO 2000 mm 5 mm
FOR VESSEL DIA. OVER 2000 mm TO 4000 mm 6 mm
FOR VESSEL DIA. OVER 4000 mm TO 5000 mm 8 mm
FOR VESSEL DIA. OVER 5000 mm 10 mm
b) DEVIATION OF SUPPORT BASE FOR BRACKET TYPE SUPPORT / SADDLE SUPPORT FROM HORIZONTAL MAY BE ± 1?
DISTANCE BETWEEN CL TO CL OF SUPPORTS AND BOLT HOLES IN SUPPORTS FOR HORIZONTAL VESSELS MAY VARY ± 3 mm.
DISTANCE BETWEEN CENTRE UNE OF HORIZONTAL VESSEL AND BOTTOM OF SUPPORT MAY VARY ± 3 mm.
16. a) TOLERANCE FOR CENTRE TO CENTRE DISTANCE BETWEEN ANY PART OF EXTERNAL STRUCTURAL
ATTACHMENT SHALL NOT VARY MORE THAN t 3 mm.
b) TOLERANCE FOR DISTANCE FROM REFERENCE PLANE TO BASE OF VERTICAL SUPPORTS AND CENTRE LINE OF
SADDLE SUPPORT MAY VARY ± 6 mm.

SPECIAL NOTES
CUMULATIVE TOLERANCES ON CONSECUTIVE DIMENSIONS SHALL BE LIMITED BY OVERALL DIMENSIONAL TOLERANCES.
ALL TOLERANCES ARE FROM REFERENCE PLANE UNLESS OTHERWISE INDICATED.
INTERFERENCE BETWEEN INTERNAL AND EXTERNAL PARTS OR ANY RESTRICTION TO THE INTENDED FUNCTION OF ANY
PART SHALL BE KEPT IN VIEW WHERE TOLERANCES ARE CUMULATIVE.
SPECIFIC TOLERANCES FOR ANY PART SHOWN ON EIL DRAWING SHALL BE GIVEN PREFERENCE TO THOSE GIVEN
IN THIS STANDARD.
UNUSUALLY LARGE OR COMPLEX VESSELS MAY BE EXECUTED AS PER FABRICATOR'S STANDARD WHEN THE TOLERANCES
AS SHOWN ARE UNREASONABLE. IN SUCH INSTANCES FABRICATOR'S TOLERANCES & UMITS MUST BE SUBMITTED
FOR APPROVAL.
E. VESSEL UPTO AND INCLUDING 750 mm NOMINAL DIAMETER SHALL HAVE CARTRIDGE TYPE TRAY. FOLLOWING
TOLERANCES ON DIAMETER SHALL APPLY THROUGHOUT ITS LENGTH.
VESSEL NOMINAL DIAMETER TOLERANCE
500 mm AND UNDER VESSEL I.D. + 1 mm
501 mm TO 750 mm VESSEL I.D. ± 3 mm A

5 30.06.2011 REAFFIRMED AND REISSUED AS STANDARD POREL AKM/SC DM


4 08.09.2006 REAFFIRMED AND REISSUED AS STANDARD POREL DNN AKM VC
Rev. Prepared Checked Stds. Committee Stds. Bureau
Date Purpose Convenor Chairman
No. Page 362 of 443 by by
Approved by
Format No. 8-00-0001-F4 Rev.0 Copyright EIL - All rights reserved
STANDARD No.
eggir
ENGINEERS
fteINDIA LIMITED ANGLE LEG SUPPORT 7-12-0006 Rev. 5
/A Govt. of India Undertaking)
Page 1 of 2

PAD AS PER
ENGINEERING DRAWING

6 THK. COVER
PLATE

REF. TABLE ON
SHT. 2 OF 2 HOLE DIA.= BOLT DIA.
NOTCH TO + 6mm
CLEAR WELD

WELD UNE
TANGENT UN

SUPPORT BASE DETAIL

B.C.D.=VESSEL 0/D-50

NOTES
ALL DIMENSIONS ARE IN mm UNLESS OTHERWISE STATED.
THIS STD. IS APPLICABLE FOR VESSEL DIAMETER UPTO AND INCLUDING 2000mm, MAXIMUM SHELL THICKNESS OF 20mm
AND MAXIMUM LENGTH (T.L. TO T.L.) OF 3000mm VESSELS BEYOND ABOVE RANGE REQUIRE SPECIAL CONSIDERATION.
3. FOR CALCULATION, FOLLOWINGS PARAMETERS HAVE BEEN CONSIDERED.
WIND PRESSURE 200 Kg/me
SHAPE FACTOR 0.7
BASIC SEISMIC CO—EFFICENT (a0 ) 0.08
SOIL FOUNDATION SYSTEM FACTOR (p) 1.5
IMPORTANCE FACTOR (I) 2.0
EMPTY WEIGHT WITH WIND LOADING OR HYDROSTATIC WEIGHT WITH SEISMIC LOADING.
4. HEIGHT AND NUMBER OF LEG SUPPORTS AND SIZE OF ANCHOR BOLTS SHALL BE AS PER ENGINEERING DRAWING.
MINIMUM BOLT SIZE SHALL BE M 20.
MAXIMUM INSULATION THICKNESS CONSIDERED IS 150 mm.
IN CASE OF CONFLICT ENGINEERING DRAWING SHALL GOVERN.
ALL FILLET WELDS SHALL BE 6 mm MINIMUM.
MATERIALS SHALL BE AS PER ENGINEERING DRAWING.
EARTHING LUG SHALL BE AS PER STANDARD 7-12-0026.

5 30.06.2011 REAFFIRMED AND REISSUED AS STANDARD POREL R KM/SC DM


4 08.09.2006 REAFFIRMED AND REISSUED AS STANDARD POREL DNN AKM VC
Rev. Prepared Checked Stds. Committee Stds. Bureau
Date Purpose Convenor Chairman
No. Page 363 of 443 by by Approved by
Format No. 8-00-0001-F4 Rev.O Copyright EIL - All rights reserved
STANDARD No.
IENGNEERS
fiSMO INDIA UMITED ANGLE LEG SUPPORT 7-12-0006 Rev. 5
IA Govt. of India Undertaking)
Page 2 of 2

LEG SUPPORT SIZES

LEG SIZE MAXIMUM ALLOWABLE


VESSEL NO.OF MAX. VESSEL LENGTH (T.L. TO T.L) UP TO AND INCLUDING 3.0 M BASE I(DLAIT
E SIZ (X) LOAD C(:1VESSEL
0/D(mm) LEGS
L = 1.5 M L = 2.0 M L = 2.5 M
500 3 ISA 100x100x8 ISA 100x100x10 ISA 110x110x15 170x170x16 THK. 40 1500

800 4 ISA 100x100x10 ISA 130x130x8 ISA 130x130x12 200x200x16 THK. 45 3150

1000 4 ISA 100x100x12 ISA 130x130x10 ISA 150x150x12 230x230x16 THK. 45 4600

1250 4 ISA 110x110x15 ISA 150x150x10 ISA 150x150x12 230x230x16 THK. 45 6750

1600 4 ISA 130x130x15 ISA 150x150x15 ISA 150x150x18 230x230x16 THK. 60 9500

1750 4 ISA 150x150x12 ISA 150x150x18 ISA 200x200x12 300x300x16 THK. 60 12700

2000 4 ISA 150x150x18 ISA 200x200x12 ISA 200x200x15 300x300x20 THK. 75 16400

NOTES
FOR A VESSEL WITH MAXIMUM SUPPORT LEG HEIGHT OF 1500mm, FOLLOWING ALTERNATIVE
LEG SIZES MAY BE USED :—
ISA 65x65x8 WITH HYDROSTATIC WEIGHT UPTO 500 Kg.
ISA 80x80x8 WITH HYDROSTATIC WEIGHT 501 Kg. TO 1000 Kg.

5 30.06.2011 REAFFIRMED AND REISSUED AS STANDARD POREL KM/SC DM


4 08.09.2006 REAFFIRMED AND REISSUED AS STANDARD POREL DNN AKM VC
Rev. Prepared Checked Stds. Committee Stds. Bureau
Date Purpose Convenor Chairman
No. Page 364 of 443 by by Approved by
Format No. 8-00-0001-F4 Rev.0 Copyright EIL - All rights reserved
STANDARD No.
PIPE LEG SUPPORT
ENGINMS

diaMO INDIA UMMED 7-12-0007 Rev. 5


IA Govt. of India Undertaking)
Page 1 of 1

6mm THK. COVER


PLATE

Y
NOTCH TO WELD UNE
CLEAR WELD
TANGENT UNE

S./

O
0
0_
to

NOTES
w ALL DIMENSIONS ARE IN mm UNLESS OTHERWISE STATED.
FOR DESIGN OF SUPPORT, FOLLOWINGS PARAMETERS HAVE BEEN CONSIDERED.
WIND PRESSURE 200 Kg/m2
SHAPE FACTOR 0.7
BASIC SEISMIC CO—EFFICENT (a0) 0.08
SOIL FOUNDATION SYSTEM FACTOR ( /3 ) 1.5
IMPORTANCE FACTOR (I) 2.0
EMPTY WEIGHT WITH WIND LOADING OR HYDROSTATIC WEIGHT
WITH SEISMIC LOADING.
HEIGHT AND NUMBER OF LEG SUPPORTS AND SIZE OF ANCHOR BOLTS
HOLE DIA = BOLT DIA +
SHALL BE AS PER ENGINEERING DRAWING.
MINIMUM BOLT SIZE SHALL BE M 20.
6rnn\ 91-11-E MAXIMUM INSULATION THICKNESS CONSIDERED IS 150 mm.
IN CASE OF CONFLICT ENGINEERING DRAWING SHALL GOVERN.
ALL FILLET WELDS SHALL BE 6 mm MINIMUM.
MATERIALS SHALL BE AS PER ENGINEERING DRAWING.
EARTHING LUG SHALL BE AS PER STANDARD 7-12-0026.
SUITABLE PAD FOR SS VESSEL SHALL BE PROVIDED.

SUPPORT BASE DETAIL

MAXIMUM ALLOWABLE LOAD PER LEG (Kgs)


LEG PIPE SIZE A B C E t MAXIMUM HEIGHT OF SUPPORT (L) IN METERS
2.0 2.5 3.0
50NB x EXTRA STRONG 120 230 140 36 20 2300 2050 1800

80NB x EXTRA STRONG 180 250 160 36 25 5700 5500 4900

100NB x EXTRA STRONG 230 310 185 42 25 9000 8600 8300

150NB x EXTRA STRONG 320 370 235 44 25 18500 18000 17500

0--64
5 30.06.2011 REAFFIRMED AND REISSUED AS STANDARD POREL KT KM/SC DM
4 08.09.2006 REAFFIRMED AND REISSUED AS STANDARD POREL DNN AKM VC
Rev. Prepared Checked Stds. Committee Stds. Bureau
Date Purpose Convenor Chairman
No. by by
Page 365 of 443 Approved by
Format No. 8-00-0001-F4 Rev.O Copyright EIL - All rights reserved
BRACKET SUPPORT FOR STANDARD No.

orfr
ftemm uyirrED
ENGNEERs
IA Govt. of India Undertaking) VERTICAL VESSEL
7-12-0008 Rev. 5
Page 1 of 1

1801 — 2000 650 500 400 550 25 14 350 50 0


z 0
z 550 60
3 3
1601 — 1800 600 450 350 500 25 14 300 50 g g,.., 540 55
,, 2„g
1401 — 1600 550 400 300 450 25 14 250 50 -t- D 2 540 50
re R
w1 z
1201 — 1400 500 350 250 450 25 12 200 25 w ,...
z 3
w—
Lo
z S 470 40
0 00
1001 — 1200 450 320 220 400 20 12 180 25 6 ,0 6 2 450 30
W W
801 — 1000 450 280 200 400 20 12 150 25 inj ig 450 25
MAXIMUM

VESSEL OUTSIDE DIA. A B C E F G H J Mew ANCHOR t v , ALLOWABLE


MA.
intu m VESSEL
-- WEIGHT
(TONNE)

1-60 VENT HOLE


25


REFER NOTE-3

(SEE ENGINEERING
DRAWING)

't's SHELL THK.

'X' O/D OF VESSEL


REFER NOTE-6

NOTES
ALL DIMENSIONS ARE IN mm UNLESS OTHERWISE STATED.
NUMBER OF BRACKETS SHALL BE FOUR PER VESSEL
PAD THICKNESS SHALL BE AS PER ENGINEERING DRAWING.
FOR VESSELS UPTO 800 mm DIA. REFER ENGINEERING DRAWING.
5. IN CASE OF CONFLICT ENGINEERING DRAWING SHALL GOVERN.
'6. DISTANCE 'X' IS TO BE FINALISED CONSIDERING INSULATION THICKNESS, BOLT SIZE AND ERECTION
REQUIREMENT AND SHALL BE KEPT MINIMUM.
7. EARTHING LUG SHALL BE AS PER STANDARD 7-12-0026.

5 30.06.2011 REAFFIRMED AND REISSUED AS STANDARD POREL KT DM

4 08.09.2006 REAFFIRMED AND REISSUED AS STANDARD POREL DNN AKM VC

Rev. Prepared Checked Stds. Committee Stds. Bureau


Date Purpose Convenor Chairman
No. Page 366 of 443 by by Approved by
Format No. 8 - 00 -0001 - F4 Rev.0 Copyright EIL - All rights reserved
STANDARD No.
NOZZLE REINFORCEMENT
ENGN33IS
INDIA LIMITED 7-12-0013 Rev. 6
111111171,1111,11MIND (A Govt. of loft Undertaking) AND PROJECTION
Page 1 of 2

0
1
5-
1-30 NPT TELLTALE HOLE
(REFER NOTE-7)
O

F—

L (WIDTH OF PAD) C) PROJECTION 'A' SEE NOTE-4,5,9800


NOMINAL OUTSIDE
PIPE SIZE DIAMETER SHELL WELD SHELL WELD CLASS 150 CLASS 300 CLASS 600 CLASS 900
EFF.=0.85 EFF.=1.0
BELOW 3" STANDARD - - 150 150 150 150

3" 88.9 40 45 200 200 200 200

4" 114.3 50 60 200 200 200 200

6" 168.3 70 85 200 200 200 250

8" 219.0 95 110 200 200 250 250

10" 273.0 115 135 200 200 250 300

12" 323.8 135 160 200 200 250 300


14" 355.6 150 175 250 250 250 300

16" 406.4 170 200 250 250 250 300

18" 457.2 195 225 250 300 300 350

20" 508.0 215 250 250 300 300 350

24" 609.6 255 300 250 300 300 400

26" 660.4 285 330 250 300 350 450

28" 711.2 305 355 250 300 350 450

30" 762 325 380 250 300 400 450

32" 812.8 350 405 300 350 400 500

34" 863.6 370 430 300 350 400 500

36" 914.4 390 455 300 350 - -

38" 965.2 410 480 300 350 - -

40" 1016 435 505 300 350 - -

42" 1066.8 455 530 300 400 - -

44" 1117.6 475 555 300 400 - -

46" 1168.4 500 585 300 400 - -


48" 1219.2 520 610 300 400 - -

6 07.06.2013 REVISED AND REISSUED AS STANDARD NIKHIL RKT/SC DM

5 23.05.2011 REAFFIRMED AND REISSUED AS STANDARD POREL

Rev. Prepared Checked Stds. Committee Stds. Bureau


Date Purpose Convenor Chairman
No. by by
Approved by
Page 367 of
Fnrmat Nn 8-110-n0(11-F4 443
RPV fl r.nnvrinht Fit - All rinhts msprvori
STANDARD No.
NOZZLE REINFORCEMENT
INGINEERS
INDIA LIMITED 7-12-0013 Rev. 6
MR wow staxiso (A Govt. of India Undertaking)
AND PROJECTION
Page 2 of 2

NOTES
1. ALL DIMENSIONS ARE IN mm UNLESS OTHERWISE STATED.
2. IN CASE OF CONFLICT ENGINEERING DRAWING SHALL GOVERN.
C) 3. WIDTH IS MINIMUM AND SHALL BE CHECKED AGAINST CODE REQUIREMENT. CHECK REINFORCEMENT REQUIREMENT FOR
ALL EXTERNAL PIPING LOADING ALSO.
4. NOZZLE PROJECTIONS ARE BASED ON INSULATION THICKNESS EQUAL TO 75mm. FOR INSULATION THICKNESS
GREATER THAN 75mm, THE NOZZLE PROJECTION IS 'A' + [INSULATION THICKNESS(mm)-75].
5. PROJECTION 'A' FOR SELF—REINFORCED NOZZLE SHALL BE BASED ON DESIGN OF REINFORCEMENT SUBJECT TO
MINIMUM REQUIREMENTS AS PER THIS STD.
6. EXTEND PAD LOCALLY FOR MANHOLE DAVIT SUPPORT, IF REQUIRED.
7. EXTERNAL REINFORCING PADS SHALL HAVE A MINIMUM OF 1 NO. TELL—TALE HOLE EXCEPT THAT PADS FOR
NOZZLES GREATER THAN 10"NB(250NB) SHALL HAVE MINIMUM TWO NOS. TELL—TALE HOLES AND NOZZLES IN
EXCESS OF 36"NB (900NB) SHALL HAVE 4 NOS. TELL—TALE HOLES. PAD INSTALLED IN SECTIONS SHALL HAVE
ATLEAST ONE TELL—TALE HOLE PER SECTION. TELL—TALE HOLES ON REINFORCEMENT PADS SHALL BE
EQUALLY SPACED IN CIRCUMFERENTIAL DIRECTION OF PAD.
8. TELL—TALE HOLE SHALL NOT BE PLUGGED AND SHALL BE FILLED WITH HARD GREASE ONLY, AFTER
HYDROTEST/PNEUMATIC TEST OF EQUIPMENT.
9. o) FOR COLUMNS & VERTICAL VESSELS, PROJECTION OF NOZZLE ON TOP HEAD SHALL BE 400mm MINIMUM FROM
OUTSIDE.
b) FOR HORIZONTAL VESSELS, PROJECTION OF NOZZLES ON TOP SIDE OF SHELL SHALL BE 300mm MINIMUM FROM
OUTSIDE.
10. PROJECTIONS ARE BASED ON ASME 816.5 FLANGES FOR UPTO AND INCLUDING 24"NB NOZZLES AND ASME 816.47
SERIES 'B' FLANGES FOR NOZZLE SIZES ABOVE 24"NB.

.1 1

6 07.06.2013 REVISED AND REISSUED AS STANDARD NKL RKT/SC DM

5 23.05.2011 REAFFIRMED AND REISSUED AS STANDARD POREL RKT

Rev. Prepared Checked Stds. Committee Stds. Bureau


Date Purpose Convenor Chairman
No. by by
Approved by
Page 368 ofRpv
Format Nn 8-nn-onni-F4 443n nonvrinht FII - All rinhts rpsprypri
STANDARD No.

derfa INDIA maw


lb13\aSEERS STANDARD BOLT HOLE ORIENTATION 7-12-0015 Rev. 5
amegi.wegammo (A Govt. of India Undertaking)

Page 1 of 1

HORIZONTAL VESSEL
(ELEVATION)
q_

VERTICAL VESSEL
(PLAN)

NOTES
ANY DEVIATION FROM THIS ARRANGEMENT WILL BE INDICATED IN ENGINEERING DRAWING.
BOLT HOLES TO STRADDLE CENTRE LINES INDICATED ( BY q. ) ABOVE.

5 23.05.2011 REAFFIRMED AND REISSUED AS STANDARD POREL KT

Rev. Prepared Checked Stds. Committee Stds. Bureau


Date Purpose Convenor Chairman
No. by by
Approved by
Page 369 of
Format No. 8-00-0001-F4 443
Rev.0 Copyright EIL - All rights reserved
STANDARD No.
18iatER7 ENGINEERS
,Ig ej. &Aft INDIA LIMITED
INIURFIEVWC1X3,111.1.1) (A Govt. of Indio Undertaking)
NAME PLATE 7-12-0027 Rev. 5
Page 1 of 1

"CE

co

1
6 .. z 1-
Li,
I- u_
<
1- Y 0 E
0
<
E
—.1 csj
ce Zt
w
N m 1— L,_
o
w o
cc I _1
w 1— 1—
w Ww
I- 0 Y i—
o T I- 0 v)
a
w 0 IX V)
tr) L.LI CO U)
La 0 w
_1 __I Ix _I

D o C.)
1
Li -4Z
1—
cr)
E CD 6 C■1
°)
E < o LL.
Lo 1-- 1 o
Z a co w — N Li,
_1 CD CO
w _J 1
w < _1 N _1
< 2 J _1
V) < 0 <
(/) I CC I
Z 0 V-) < (1)
0 Z 0
U) o Lu WW..
1-- Z
<
0 ,- n
W
w ix
0 CL
V 0_
m
E cr
Y L.L1 L.Li LO

(/) _1
_I C<C) <
2 1- 1 . 1L "i
MI < CO Z O Z
0
Z .— C■I ri 4 6 tO

/ 11. , ^
4.0 0

2/Vvt'4
KT
5 31.08.2011 REAFFIRMED AND REISSUED AS STANDARD POREL 44.4) AKM / SC DM
4 12.10.2006 REAFFIRMED AND REISSUED AS STANDARD POREL RKG AKM VC

Rev. Prepared Checked Stds. Committee Stds. Bureau


Date Purpose Convenor Chairman
No. by by
Approved by
Page 370 of 443 Copyright EIL - All rights reserved
Format No. 8-00-0001-F4 Rev.0
DATA SHEET NO.
DATA SHEET FOR SLOP
TRANSFER PUMPS STRAINERS A415-000-11-42-DS-78 Rev. A
Page 1 of 1

SIZE (NB), inch 3”


Fluid Handled Crude Oil
Rating 150#
Design Factor --
DESIGN CONDITIONS
Design Pressure, kg/cm2 (g) 20.03
Body Design Temperature ( C) 65.0
Hydrostatic Test Pressure,
25
kg/cm2 (g)
Normal, m3/hr
Flow Rate Maximum,
m3/hr As per applicable process data sheet for
Element Density @250C-400C, kg/m3 pump
Process
Viscosity (CP) @250C-400C
Vapour Pressure, kg/cm2 a
State of Fluid Liquid
SPECIFICATIONS
Rating 150 #
Schedule/
Size, inch
Thickness Pipe Material
(mm)
Connecting pipe (mm)
End Connections
Details ASTM A 106
3” (88.9) STD Gr. B,
Seamless
End Type Butt Welded, Bevelled to B16.25
ASTM A105, 150#, RF, 125 AARH,
Flange
ASME B 16.5
ASTM A105, 150#, RF, 125 AARH,
Blind Flange
ASME B 16.5
Material Body ASTM A234 Gr. WPB
Internals SS 304
Gaskets SS316 Spiral Wound with Grafil
ASTM A193 Gr. B7 & ASTM A194 Gr.
Bolts & Nuts
2H
Screen Mesh
Refer Note: 1
Size/ Specification
Dimension Standard As per Std. 7-44-0303
Drain Connection -- --
Note:
1. Vendor to specify & provide strainer of suitable mesh size for smooth & trouble
free operation of pumps. The mesh specification specified in the standard 7-44-
0303 shall not be used.

2. Flanges & Fittings shall be as per Standard Spec. No. 6-71-0024.

A 29.05.2013 Issued for bids AA RSB MSG


Rev Date Revisions By Chk Approved

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 371 of 443


DOCUMENT No.
SPECIFICATION FOR
STRAINERS A415-000-11-42-SP-16 Rev. B
Page 1 of 5

vkW;y bafM;k fyfeVsM


OIL INDIA LIMITED

UPGRADING PUMP STATIONS/ TERMINAL


OF NAHARKATIA- BARAUNI CRUDE OIL
PIPELINE

SPECIFICATION FOR STRAINERS

A 31.05.2013 REVISED & RE-ISSUED AS JOB SPECIFICATION


AA RSB MSG

A 02.04.2013 ISSUED AS JOB SPECIFICATION


AA RSB MSG
Rev. Prepared Checked Approved
Date Purpose
No by by by

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 372 of 443
DOCUMENT No.
SPECIFICATION FOR
STRAINERS A415-000-11-42-SP-16 Rev. B
Page 2 of 5

TABLE OF CONTENTS
1.0 SCOPE .......................................................................................................................3

2.0 MATERIAL .................................................................................................................3

3.0 DESIGN & MANUFACTURE ......................................................................................3

4.0 INSPECTION & TESTING ..........................................................................................3

5.0 TEST CERTIFICATES................................................................................................4

6.0 MARKING AND SHIPMENT.......................................................................................4

7.0 DOCUMENTATION ....................................................................................................5

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 373 of 443
DOCUMENT No.
SPECIFICATION FOR
STRAINERS A415-000-11-42-SP-16 Rev. B
Page 3 of 5

1.0 SCOPE

This specification covers the material, design, fabrication, inspection & testing, marking
and documentation requirements for permanent Strainers to be used in piping system
handling Crude Oil.

2.0 MATERIAL

2.1 Material of construction of body, flanges, stud bolts & nuts, gaskets and internals shall
be as per data sheet.

2.2 The material composition, physical properties, mandatory tests, dimensions &
tolerances and marking for various components of strainers shall conform to the
applicable specifications/technical notes as specified herein below:

Sr No. Item Title Doc. No.


Standard Specification for
Fittings, Flanges &
1 Seamless Fittings and Flanges 6-71-0024
Blinds (Up to 16”)
(Size Up to DN 400 mm (16”))
2 Gaskets Technical Notes for Gaskets 6-44-0056
Technical Notes for Bolts &
3 Stud Bolts & Nuts 6-44-0057
Nuts
Refer Data
4 Strainer Mesh As per Manufacturer Standards
Sheet

3.0 DESIGN & MANUFACTURE

3.1 Design and fabrication of strainers shall be based on EIL Standard for T-type
Permanent strainers (No. 7-44-0303/ 0304)/ Manufacturer’s standard as indicated in
attached data sheets. In case of conflict, requirement specified in data sheet shall
govern.

3.2 Ends of body shall be Butt welded and shall be as per applicable specifications.

3.3 Flange face finish and Type of Gaskets shall be as specified in data sheets.

3.4 The blind flange of strainer shall be drilled with a hole of specified size for connections
to piping to be used for draining of strainer. The location of hole shall be such that
product from the strainer can be completely drained off. A pipe nipple of size as
indicated in strainer data sheet in place of plug shown in standard no. 7-44-0303/ 7-44-
0304 shall be welded for further hook up of drain piping. Nipple shall extend outside the
blind flange for a length of 200 mm or diameter of drain pipe whichever is more.
Temporary cap shall be used during testing of strainer in manufacturer’s works.

4.0 INSPECTION & TESTING

4.1 Visual & dimension checks on all strainers shall be carried out by manufacturer as per
Purchaser approved drawings.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 374 of 443
DOCUMENT No.
SPECIFICATION FOR
STRAINERS A415-000-11-42-SP-16 Rev. B
Page 4 of 5

4.2 Manufacturer shall review & check all material test certificates and mandatory inspection
& test reports for the compliance to the requirements of applicable material
specifications/technical notes.

4.3 All strainers shall be hydrostatically tested at test pressure specified in data sheet.

4.4 All BW joints including those of parent material shall be 100% radiographed and Fillet
welds shall be 100% DP/MP checked.

4.5 The bevel Ends of all Butt Welded strainers shall undergo 100% MP/DP test.

4.6 Purchase reserves the right to carry out stage wise inspection of all strainers prior to
despatch. Manufacturer shall give reasonable access and facilities to purchaser’s
inspector for carrying out such inspection.

In no case shall any action of purchaser or his inspector shall relieve the Manufacturer
of his responsibility for material, design, quality or operation of strainers.

Inspection and tests performed/witnessed by the Purchaser’s inspector shall in no way


relieve the Manufacturer’s obligation to perform the required inspection and tests.

5.0 TEST CERTIFICATES

Manufacturer shall submit the following certificates:

a) All material test certificates of relevant chemical analysis & mechanical


properties of the materials used for fabrication of strainers.

b) Test certificates of hydrostatic test carried out for strainers.

c) Test report of radiography & other NDT performed.

6.0 MARKING AND SHIPMENT

6.1 Each strainer shall be legibly and conspicuously marked on the body, in accordance
with the requirements of applicable standards.

6.2 Each strainer shall have a corrosion resistant tag giving Size and Type of strainer,
securely attached on the body.

6.3 Paint or ink for marking shall not contain any harmful metal or metallic salts such as
Zinc, Lead or Copper which causes corrosive attack on heating.

6.4 All items shall be dry, clean and free from moisture, dirt and loose foreign material of
any kind.

6.5 All items shall be protected from rust, corrosion, and mechanical damage during
transportation, shipment and storage.

6.6 All open ends shall be provided with covers to prevent ingress of dust & other foreign
materials into the strainer assembly during shipment & storage.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 375 of 443
DOCUMENT No.
SPECIFICATION FOR
STRAINERS A415-000-11-42-SP-16 Rev. B
Page 5 of 5

7.0 DOCUMENTATION

7.1 After placement of order the manufacturer shall submit the four copies of following
documents:

a) Detailed fabrication drawing giving overall dimension, materials of various


components including internals, welding details, inspection & testing
requirements etc.

b) Pressure drop calculation across the strainer under clean and dirty condition.

Approval on above documents shall be obtained from Purchaser. Any change in


design, material & method of manufacture shall not be allowed after Purchaser’s
approval.

7.2 Prior to shipment the manufacturer shall submit one reproducible and six copies of the
following documents:

a) All tests certificates as per clause 5.0 of this specification


b) Installation instruction
c) All documents approved by Purchaser

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 376 of 443
JOB SPECIFICATION No.
PIPING MATERIAL
A415-000-11-42-SP-0010
SPECIFICATION
Page 1 of 31

PIPING MATERIAL SPECIFICATION

Spec Name : A415-000-11-42-SP-0010

Spec Desc. : PIPING MATERIAL SPECIFICATION

Client : OIL INDIA LTD

Project : NBPS

Location : NAHARKATTYA-BARAUNI

Job No. : A415

Dept/Sec. : 11/42

0 02/09/2013 ISSUED FOR ENGG.

A 02/04/2013 ISSUED FOR COMMENTS

Rev. No Date Purpose Prepared by Checked by Approved by

Page 377 of 443


Template No. 5-0000-0001-T1 Rev. 1 Copyright EIL- All rights reserved
JOB SPECIFICATION No.
PIPING MATERIAL
A415-000-11-42-SP-0010
SPECIFICATION
Page 2 of 31

Abbreviations:

Page 378 of 443


Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
JOB SPECIFICATION No.
PIPING MATERIAL
A415-000-11-42-SP-0010
SPECIFICATION
Page 3 of 31

CONTENTS

Sl. No. Description Pages

1 Piping Material Specifications (A415-000-11-42-SP-0010) Rev 0

2 Annexure-I, Job Piping Material Specification General Notes, (A415-000-11-42-SP-0010-A1)

Page 379 of 443


Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
JOB SPECIFICATION No.
PIPING MATERIAL
A415-000-11-42-SP-0010
SPECIFICATION
Page 4 of 31

Client : OIL INDIA LTD Dept./Sect. : 11/42


Project : NBPS
Location : NAHARKATTYA-BARAUNI

Rev 0.

3 Annexure -II, Piping Material Specification Extracts, (A415-000-11-42-SP-010-A2) Rev. 0.

Package : IPMCS
Report No. : 50
Page 380 of 443
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
JOB SPECIFICATION No.
PIPING MATERIAL
A415-000-11-42-SP-0010
SPECIFICATION
Page 5 of 31

Client : OIL INDIA LTD Dept./Sect. : 11/42


Project : NBPS
Location : NAHARKATTYA-BARAUNI

PIPING MATERIAL SPECIFICATION INDEX


Piping Spl. Basic
Sl. No Class Rating C.A Service Remarks
Reqt. Material

1 A1A 150 1.5 CARBON STEEL NON CORROSIVE/ FLAMMABLE / NON


FLAMMABLE/ NON LETHAL -PROCESS &
HYDROCARBONS; LUBE OIL BEFORE FILTER;
AMMONIA, STEAM & CONDENSATE (NON
IBR); UTILITIES- INST AIR(BEYOND A3A),
PLANT AIR, NITROGEN, CARBONDIOXIDE;
WATER - BEYOND A3A AND A10A; IN
OFFSITES ONLY BEYOND A10A;

2 A1K 150 0 SS 304 PURE NON CORROSIVE OR MILD CORROSIVE


HYDROCARBONS FLAMMABLE/NON
FLAMMABLE & NON LETHAL
HYDROCARBONS, LUBE OIL AFTER FILTERS),
CHEMICALS ETC.

3 D1A 600 1.5 CARBON STEEL NON CORROSIVE PROCESS - FLAMMABLE /


NON FLAMMABL AND NON LETHAL -
PETROLEUM PRODUCTS: FO. FG, SWEET GAS,
INHIBITOR SOLUTION, NH3, BRINE (MINUS 10
DEG C), CO2, CAUSTIC SODA (20 Be MAX &
TEMP 70 DEG C MAX), PARAXYLENE,
BITUMEN.

4 E1A 900 1.5 CARBON STEEL NON CORROSIVE HYDROCARBONS AND


PROCESS LIQUID, VAPOUR AND GAS-
FLAMMABLE & NON LETHAL

Notes : 1. For PMS General notes refer Annexure-I of this document

2. For PMS Extracts refer Annexure - II of this document.

Package : IPMCS
Report No. : 50
Page 381 of 443
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
JOB SPECIFICATION No.
PIPING MATERIAL
A415-000-11-42-SP-0010
SPECIFICATION
Page 6 of 31

Client : OIL INDIA LTD Dept./Sect. : 11/42


Project : NBPS
Location : NAHARKATTYA-BARAUNI Pipe Class : A1A Sheet 1 of 7

PIPE CLASS : A1A


RATING : 150
BASE MATERIAL : CARBON STEEL
CORROSION ALLOWANCE : 1.5 MM
SPECIAL REQUIREMENT :
TEMPERATURE (Deg. C) AND PRESSURE ( Kg/Sq. cm g ) RATINGS
TEMP -29 38 93 149 204 260 316 343 371
PRESS 20.03 20.03 18.28 16.17 14.06 11.95 9.84 8.78 7.73

SERVICE
NON CORROSIVE/ FLAMMABLE / NON FLAMMABLE/ NON LETHAL -PROCESS & HYDROCARBONS; LUBE OIL BEFORE
FILTER; AMMONIA, STEAM & CONDENSATE (NON IBR); UTILITIES- INST AIR(BEYOND A3A), PLANT AIR, NITROGEN,
CARBONDIOXIDE; WATER - BEYOND A3A AND A10A; IN OFFSITES ONLY BEYOND A10A;

NOTES
101 ALL VENTS & DRAINS SHALL BE PROVIDED WITH GATE VALVE & BLIND FLANGE ASSEMBLY UNLESS OTHERWISE
INDICATED IN THE PIPING & INSTRUMENTATION DIAGRAM (P & ID).
103 PIPING DESIGN AS PER ASME B 31.4 & OISD 141.
104 ALL BRANCH CONNECTIONS INCLUDING VENT, DRAIN, PRESSURE & TEMPERATURE CONNECTIONS SHALL BE AS
PER BRANCH CONNECTION TABLE GIVEN ON THE NEXT PAGE. THE BRANCH DETAILS INDICATED IN APPLICABLE
STANDARDS SHALL BE IGNORED.
106 FOR STRAINERS REFER DATA SHEETS ENCLOSED WITH TENDER STRAINER DETAILS GIVEN UNDER "TRAP/STRAINER
GROUP" SHALL BE IGNORED.
107 FOR DIMENSIONS OF HANDLE PROJECTION FOR SPACER & BLINDS REFER EIL STD. NO. 7-44-0166.
109 IN ORDER TO MINIMISE THE POTENTIAL LEAKAGE SOURCE, VALVES USED IN MAINLINE SHALL HAVE BUTT/
SOCKET WELD ENDS.
110 MAINLINE WELDING & NDT REQUIREMENTS OF WELDS SHALL BE AS PER SPECIFICATION NO. 6-77-0007.
111 NDT OF WELDS WITHIN THE TERMINALS/ STATIONS SHALL BE AS FOLLOWS:
RADIOGRAPHY : 100% FOR ALL BUTT WELDS
MPI : 100% FOR ALL SOCKET WELD
ALL OTHER REQUIREMENTS SHALL BE AS PER SPECIFICATION NO. 6-44-0016.
112 VALVE DETAILS IN VALVE GROUP (EXCEPT GATE, GLOBE & CHECK OF SIZE BELOW 2 INCH) SHALL BE AS PER
APPLICABLE DATA SHEET ENCLOSED AS ANNEXURE-II WITH PMS
113 CHARPY IMPACT TESTING REQUIRED FOR ALL WELDED ITEMS (2" & ABOVE).

Package : IPMCS
Report No. : 50
Page 382 of 443
A1A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
JOB SPECIFICATION No.
PIPING MATERIAL
A415-000-11-42-SP-0010
SPECIFICATION
Page 7 of 31

Client : OIL INDIA LTD Dept./Sect. : 11/42


Project : NBPS
Location : NAHARKATTYA-BARAUNI Pipe Class : A1A Sheet 2 of 7

SPECIAL NOTES

ITEM SIZE DESCRIPTION A.CODE


MAINTAINENCE ALL FLANGED, TO BE KEPT MINIMUM
JOINTS
PIPE JOINTS 1.5" & BELOW SW COUPLING

2.0" & ABOVE BUTTWELDED

DRAINS ON LINES <= 1.5" REFER EILSTD 7-44-0350, DF3

ON LINES >= 2.0" AS PER P&ID OR 0.75". REFER EIL STD. 7-44-0351, D4

VENTS ON LINES <= 1.5" REFER EIL STD. 7-44-0350, VF3

ON LINES >= 2.0" AS PER P&ID OR 0.75". REFER EIL STD 7-44-0351, V4

TEMP.CONN 1.5" FLANGED, INSTALLATION AS PER EIL STD 7-44-0353, EXCEPT


SKIN TEMPERATURE MEASUREMENT
PRESS.CONN 1.5" FLANGED WITH SW GATE VALVE UNLESS OTHERWISE
INDICATED IN P&ID

Package : IPMCS
Report No. : 50
Page 383 of 443
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
JOB SPECIFICATION No.
PIPING MATERIAL
A415-000-11-42-SP-0010
SPECIFICATION
Page 8 of 31

Client : OIL INDIA LTD Dept./Sect. : 11/42


Project : NBPS
Location : NAHARKATTYA-BARAUNI Pipe Class : A1A Sheet 3 of 7

72. 72.
70. 70.
68. 68.
66. 66.
64. 64.
62. 62.
60. 60.
58. 58.
56. 56.
54. 54.
52. 52.
50. 50.
48. 48.
46. 46.
44. 44.

BRANCH PIPE (SIZE IN INCHES)


BRANCH PIPE ( SIZE IN INCHES)

42. 42.
40. 40.
38. 38.
36. 36.
34. 34.
32. 32.
30. 30.
28. 28.
26. 26.
24. 24.
22. 22.
20. T 20.
18. T T 18.
16. T T T 16.
14. T T T T 14.
12. T T T T T 12.
10. T T T T T T 10.
8.0 T T T T T T T 8.0
6.0 T T T T T T W W 6.0
5.0 5.0
4.0 T T T T W W W W W 4.0
3.5 3.5
3.0 T T T W W W W W W W 3.0
2.5 2.5
2.0 T T T W W W W W W W W 2.0
1.5 T T T T S S S S S S S S 1.5
1.25 1.25
1.0 T T S S S S S S S S S S S 1.0
0.75 T T T S S S S S S S S S S S 0.75
0.5 T T T T S S S S S S S S S S S 0.5
10.000
12.000
14.000
16.000
18.000
20.000
1.000
1.250
1.500
2.000
2.500
3.000
3.500
4.000
5.000
6.000
8.000
.500
.750

RUN PIPE (SIZE IN INCHES)

CODE DESCRIPTION
F SADDLE FUSED JT T TEES J THREADOLET

H H. COUPLING W WELDOLETS

P PIPE TO PIPE I INSTRUMENT TEE

R REINFORCED X Refer Notes

S SOCKOLETS L SWEEPOLET

Package : IPMCS
Report No.
Page 384 of 443
: 50 A1A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
JOB SPECIFICATION No.
PIPING MATERIAL
A415-000-11-42-SP-0010
SPECIFICATION
Page 9 of 31

Client : OIL INDIA LTD Dept./Sect. : 11/42


Project : NBPS
Location : NAHARKATTYA-BARAUNI Pipe Class : A1A Sheet 4 of 7

Note :(The shaded portion of PMS body shows Field Fabricated Items)

Input Item Lower Upper Sch/ Commodity Note


Size Size Thk Dmn. STD Material Description Code No
Id. Type
(Inch) (Inch)
Pipe Group
PIP PIPE 0.50 0.75 S160 B-36.10 ASTM A 106 GR.B PE, SEAMLESS PI21977Z0

PIP PIPE 1.00 1.50 XS B-36.10 ASTM A 106 GR.B PE, SEAMLESS PI21977Z0

PIP PIPE 2.00 2.00 XS B-36.10 ASTM A 106 GR.B BE, SEAMLESS PI2H717Z0
(CHARPY)
PIP PIPE 3.00 6.00 STD B-36.10 ASTM A 106 GR.B BE, SEAMLESS PI2H717Z0
(CHARPY)
PIP PIPE 8.00 8.00 7.9 API 5L API 5L GR.B PSL1 BE, SEAMLESS PIAH817Z0
(CHARPY)
PIP PIPE 10.00 10.00 8.7 API 5L API 5L GR.B PSL1 BE, SEAMLESS PIAH817Z0
(CHARPY)
PIP PIPE 12.00 14.00 9.5 API 5L API 5L GR.B PSL1 BE, SEAMLESS PIAH817Z0
(CHARPY)
PIP PIPE 16.00 20.00 9.5 API 5L API 5L GR.B PSL1 BE, SAW PIAH816Z0
(CHARPY)
NIP NIPPLE 0.50 0.75 M B-36.10 ASTM A 106 GR.B PBE, SEAMLESS PN21967Z0

NIP NIPPLE 1.00 1.50 M B-36.10 ASTM A 106 GR.B PBE, SEAMLESS PN21967Z0

Flange Group
FLG FLNG.WN 0.50 1.50 M B-16.5 ASTM A 105 150, RF/125AARH FWC0127Z0

FLG FLNG.WN 2.00 20.00 M B-16.5 ASTM A 105 150, RF/125AARH FWC9827Z0
(CHARPY)
FLG/90 FLNG.WN 3.00 8.00 M B-16.5 ASTM A 105 900, RTJ/63AARH FWC9879Z0
0 (CHARPY)
FLG/90 FLNG.WN 10.00 16.00 M B-16.5 ASTM A 694 GR.F- 900, RTJ/63AARH FWCA279Z0
0 52 (CHARPY)
FLB FLNG.BLIND 0.50 1.50 B-16.5 ASTM A 105 150, RF/125AARH FBC0127Z0

FLB FLNG.BLIND 2.00 20.00 B-16.5 ASTM A 105 150, RF/125AARH FBC9827Z0
(CHARPY)
FEF FLNG.FIG.8 0.50 1.50 ASME- ASTM A 105 150, FF/125AARH FGK0121Z0
B16.48
FEF FLNG.FIG.8 2.00 8.00 ASME- ASTM A 105 150, FF/125AARH FGK9821Z0
B16.48 (CHARPY)
FEF SPCR&BLND 10.00 20.00 ASME- ASTM A 105 150, FF/125AARH FCK9821Z0
B16.48 (CHARPY)
Fitting Group
ELB90 ELBOW.90 0.50 0.75 B-16.11 ASTM A 105 SW, 6000 WA602D3Z0

ELB90 ELBOW.90 1.00 1.50 B-16.11 ASTM A 105 SW, 3000 WA602D2Z0

Package : IPMCS
Report No. : 50
Page 385 of 443
A1A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
JOB SPECIFICATION No.
PIPING MATERIAL
A415-000-11-42-SP-0010
SPECIFICATION
Page 10 of 31

Client : OIL INDIA LTD Dept./Sect. : 11/42


Project : NBPS
Location : NAHARKATTYA-BARAUNI Pipe Class : A1A Sheet 5 of 7

Note :(The shaded portion of PMS body shows Field Fabricated Items)

Input Item Lower Upper Sch/ Commodity Note


Size Size Thk Dmn. STD Material Description Code No
Id. Type
(Inch) (Inch)
Fitting Group
ELB90 ELBOW.90 2.00 20.00 M B-16.9 ASTM A 234 BW, 1.5D WAGM84Z10
GR.WPB
(CHARPY)
ELB45 ELBOW.45 0.50 0.75 B-16.11 ASTM A 105 SW, 6000 WB602D3Z0

ELB45 ELBOW.45 1.00 1.50 B-16.11 ASTM A 105 SW, 3000 WB602D2Z0

ELB45 ELBOW.45 2.00 20.00 M B-16.9 ASTM A 234 BW, 1.5D WBGM84Z10
GR.WPB
(CHARPY)
TEQ T.EQUAL 0.50 0.75 B-16.11 ASTM A 105 SW, 6000 WE602D3Z0

TEQ T.EQUAL 1.00 1.50 B-16.11 ASTM A 105 SW, 3000 WE602D2Z0

TEQ T.EQUAL 2.00 20.00 M B-16.9 ASTM A 234 BW WEGM84ZZ0


GR.WPB
(CHARPY)
TRED T.RED 0.50 0.75 B-16.11 ASTM A 105 SW, 6000 WR602D3Z0

TRED T.RED 1.00 1.50 B-16.11 ASTM A 105 SW, 3000 WR602D2Z0

TRED T.RED 2.00 20.00 M, M B-16.9 ASTM A 234 BW WRGM84ZZ0


GR.WPB
(CHARPY)
REDC REDUC.CONC 2.00 20.00 M, M B-16.9 ASTM A 234 BW WUGM84ZZ0
GR.WPB
(CHARPY)
REDE REDUC.ECC 2.00 20.00 M, M B-16.9 ASTM A 234 BW WVGM84ZZ0
GR.WPB
(CHARPY)
SWGC SWAGE.CONC 0.50 1.50 M, M BS-3799 ASTM A 105 PBE WNH026ZZ0

SWGC SWAGE.CONC 2.00 3.00 M, M BS-3799 ASTM A 105 PBE WNHM76ZZ0


(CHARPY)
SWGE SWAGE.ECC 0.50 1.50 M, M BS-3799 ASTM A 105 PBE WPH026ZZ0

SWGE SWAGE.ECC 2.00 3.00 M, M BS-3799 ASTM A 105 PBE WPHM76ZZ0


(CHARPY)
CAP CAP 0.50 0.75 B-16.11 ASTM A 105 SCRF, 6000 WF60283Z0

CAP CAP 1.00 1.50 B-16.11 ASTM A 105 SCRF, 3000 WF60282Z0

CAP CAP 2.00 20.00 M B-16.9 ASTM A 234 BW WFGM84ZZ0


GR.WPB
(CHARPY)
PLG PLUG 0.50 0.75 B-16.11 ASTM A 105 SCRM, 6000 WH60293Z0

Package : IPMCS
Report No. : 50
Page 386 of 443
A1A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
JOB SPECIFICATION No.
PIPING MATERIAL
A415-000-11-42-SP-0010
SPECIFICATION
Page 11 of 31

Client : OIL INDIA LTD Dept./Sect. : 11/42


Project : NBPS
Location : NAHARKATTYA-BARAUNI Pipe Class : A1A Sheet 6 of 7

Note :(The shaded portion of PMS body shows Field Fabricated Items)

Input Item Lower Upper Sch/ Commodity Note


Size Size Thk Dmn. STD Material Description Code No
Id. Type
(Inch) (Inch)
Fitting Group
PLG PLUG 1.00 1.50 B-16.11 ASTM A 105 SCRM, 3000 WH60292Z0

CPLF CPLNG.FULL 0.50 0.75 B-16.11 ASTM A 105 SW, 6000 WJ602D3Z0

CPLF CPLNG.FULL 1.00 1.50 B-16.11 ASTM A 105 SW, 3000 WJ602D2Z0

CPLF/2 CPLNG.FULL 1.00 1.50 B-16.11 ASTM A 105 SCRF, 3000 WJ60282Z0

CPLF/1 CPLNG.FULL 0.50 0.75 B-16.11 ASTM A 105 SCRF, 6000 WJ60283Z0

CPLH CPLNG.HALF 0.50 0.75 B-16.11 ASTM A 105 SW, 6000 WK602D3Z0

CPLH CPLNG.HALF 1.00 1.50 B-16.11 ASTM A 105 SW, 3000 WK602D2Z0

CPLH/2 CPLNG.HALF 1.00 1.50 B-16.11 ASTM A 105 SCRF, 3000 WK60282Z0

CPLH/1 CPLNG.HALF 0.50 0.75 B-16.11 ASTM A 105 SCRF, 6000 WK60283Z0

CPLL CPLNG.LH 0.50 0.75 B-16.11 ASTM A 105 SW, 6000 WL602D3Z0

CPLL CPLNG.LH 1.00 1.50 B-16.11 ASTM A 105 SW, 3000 WL602D2Z0

CPLL/2 CPLNG.LH 1.00 1.50 B-16.11 ASTM A 105 SCRF, 3000 WL60282Z0

CPLL/1 CPLNG.LH 0.50 0.75 B-16.11 ASTM A 105 SCRF, 6000 WL60283Z0

CPLR CPLNG.RED 0.50 0.75 B-16.11 ASTM A 105 SW, 6000 WM602D3Z0

CPLR CPLNG.RED 1.00 1.50 B-16.11 ASTM A 105 SW, 3000 WM602D2Z0

CPLR/2 CPLNG.RED 1.00 1.50 B-16.11 ASTM A 105 SCRF, 3000 WM60282Z0

CPLR/1 CPLNG.RED 0.50 0.75 B-16.11 ASTM A 105 SCRF, 6000 WM60283Z0

O'let Group
SLT SOCKOLET 0.50 0.75 MSS-SP97 ASTM A 105 SW, 6000 YSS02D3Z0

SLT SOCKOLET 1.00 1.50 MSS-SP97 ASTM A 105 SW, 3000 YSS02D2Z0

WLT WELDOLET 2.00 6.00 M, MSS-SP97 ASTM A 105 BW YWSM74ZZ0


XXS (CHARPY)
Valves Group
GAV VLV.GATE 0.25 1.50 API 602/ ISO BODY-ASTM A SW, 800, 3000, B- 51001ZZZ0
15761 105,TRIM- 16.11, SHT NO.- 51001
STELLITED,STEM-
13%CR.STEEL

Package : IPMCS
Report No. : 50
Page 387 of 443
A1A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
JOB SPECIFICATION No.
PIPING MATERIAL
A415-000-11-42-SP-0010
SPECIFICATION
Page 12 of 31

Client : OIL INDIA LTD Dept./Sect. : 11/42


Project : NBPS
Location : NAHARKATTYA-BARAUNI Pipe Class : A1A Sheet 7 of 7

Note :(The shaded portion of PMS body shows Field Fabricated Items)

Input Item Lower Upper Sch/ Commodity Note


Size Size Thk Dmn. STD Material Description Code No
Id. Type
(Inch) (Inch)
Valves Group
GLV VLV.GLOBE 0.25 1.50 BS EN ISO BODY-ASTM A SW, 800, 3000, B- 52001ZZZ0
15761 105,TRIM- 16.11, SHT NO.- 52001
STELLITED,STEM-
13%CR STEEL
GLV VLV.GLOBE 2.00 16.00 BS-1873 BODY-ASTM A 216 FLGD, 150, B-16.5, 52390ZZZ0 112
GR.WCB,TRIM- RF/125AARH, SHT
13% CR.STEEL NO.- 52390
CHV VLV.CHECK 0.25 1.50 BS EN ISO BODY-ASTM A SW, 800, 3000, B- 53001ZZZ0
15761 105,TRIM- 16.11, SHT NO.- 53001
STELLITED
CHV VLV.CHECK 2.00 20.00 API-6D BODY-ASTM A 216 FLGD, 150, B-16.5, 53390ZZZ0 112
GR.WCB,TRIM- RF/125AARH, SHT
13% CR.STEEL NO.- 53390
BLV VLV.BALL 0.50 1.50 BS EN ISO BODY-ASTM A FLGD, 150, B-16.5, 54390ZZZ0 112
17292 105,TRIM-BODY RF/125AARH, SHT
SEAT : RPTFE NO.- 54390
BLV VLV.BALL 2.00 20.00 API-6D ASTM A216 Gr. FLGD, 150, B-16.5, 54391ZZZ0 112
WCB/ ASTM A234 RF/125AARH, SHT
Gr.WPB,(ASTM NO.- 54391
A216 Gr.WCB/
ASTM A234
Gr.WPB) + 0.003"
ENP
PLV VLV.PLUG 0.50 1.50 BS-5353 BODY-ASTM A SW, 800, 3000, B-16.5, 55390ZZZ0 112
105,ASTM A 105+ SHT NO.- 55390
0.003" ENP
PLV VLV.PLUG 2.00 20.00 API-6D BODY-ASTM A216 FLGD, 150, B-16.5, 55391ZZZ0 112
GR.WCB / ASTM RF/125AARH, SHT
A234 NO.- 55391
GR.WPB,TRIM-
(ASTM A216
GR.WCB / A234
GR.WPB)+0.003"
ENP
Bolt Group
BOS BOLT.STUD 0.50 20.00 B-18.2 BOLT:A193 GR.B7, BS40404Z0
NUT:A194 GR.2H
Gasket Group
GAS GASKET 0.50 20.00 B-16.20- SP.WND SPIRAL, 150 GK65072Z0
ANSI B16.5 SS316+GRAFIL
GAS/90 GASKET 3.00 8.00 B-16.20- SOFT IRON OCT-RING, 900 GK67237Z0
0 ANSI B16.5
GAS/90 GASKET 10.00 16.00 B-16.20- SOFT IRON OCT-RING, 900 GK67237Z0
0 ANSI B16.5
Trap/Strainer Group
PSR STRNR.PERM 0.50 1.50 MNF'STD B:A105;INT:SS304 SW, Y-TYPE, 800 SP303D510

PSR STRNR.PERM 2.00 20.00 M EIL'STD B:A234GR.WPB;IN BW, T-TYPE SP13344Z0 106
T:SS304

Package : IPMCS
Report No. : 50
Page 388 of 443
A1A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
JOB SPECIFICATION No.
PIPING MATERIAL
A415-000-11-42-SP-0010
SPECIFICATION
Page 13 of 31

Client : OIL INDIA LTD Dept./Sect. : 11/42


Project : NBPS
Location : NAHARKATTYA-BARAUNI Pipe Class : A1K Sheet 1 of 5

PIPE CLASS : A1K


RATING : 150
BASE MATERIAL : SS 304
CORROSION ALLOWANCE : 0 MM
SPECIAL REQUIREMENT :
TEMPERATURE (Deg. C) AND PRESSURE ( Kg/Sq. cm g ) RATINGS
TEMP -29 38 93 149 204 260 316 343 371
PRESS 19.33 19.33 16.17 14.41 13.35 11.95 9.84 8.78 7.73

SERVICE
PURE NON CORROSIVE OR MILD CORROSIVE HYDROCARBONS FLAMMABLE/NON FLAMMABLE & NON LETHAL
HYDROCARBONS, LUBE OIL AFTER FILTERS), CHEMICALS ETC.

NOTES
101 ALL VENTS & DRAINS SHALL BE PROVIDED WITH GATE VALVE & BLIND FLANGE ASSEMBLY UNLESS OTHERWISE
INDICATED IN THE PIPING & INSTRUMENTATION DIAGRAM (P & ID).
103 PIPING DESIGN AS PER ASME B 31.4 & OISD 141.
104 ALL BRANCH CONNECTIONS INCLUDING VENT, DRAIN, PRESSURE & TEMPERATURE CONNECTIONS SHALL BE AS
PER BRANCH CONNECTION TABLE GIVEN ON THE NEXT PAGE. THE BRANCH DETAILS INDICATED IN APPLICABLE
STANDARDS SHALL BE IGNORED.
106 FOR STRAINERS REFER DATA SHEETS ENCLOSED WITH TENDER STRAINER DETAILS GIVEN UNDER "TRAP/STRAINER
GROUP" SHALL BE IGNORED.
111 NDT OF WELDS WITHIN THE TERMINALS/ STATIONS SHALL BE AS FOLLOWS:
RADIOGRAPHY : 100% FOR ALL BUTT WELDS
MPI : 100% FOR ALL SOCKET WELD
ALL OTHER REQUIREMENTS SHALL BE AS PER SPECIFICATION NO. 6-44-0016.
112 VALVE DETAILS IN VALVE GROUP (EXCEPT GATE, GLOBE & CHECK OF SIZE BELOW 2 INCH) SHALL BE AS PER
APPLICABLE DATA SHEET ENCLOSED AS ANNEXURE-II WITH PMS

SPECIAL NOTES

ITEM SIZE DESCRIPTION A.CODE


MAINTAINENCE ALL FLANGED, TO BE KEPT MINIMUM
JOINTS
PIPE JOINTS 1.5" & BELOW SW COUPLING

2.0" & ABOVE BUTTWELDED

DRAINS ON LINES <= 1.5" REFER EILSTD 7-44-0350, DF3

ON LINES >= 2.0" AS PER P&ID OR 0.75". REFER EIL STD. 7-44-0351, D4

VENTS ON LINES <= 1.5" REFER EIL STD. 7-44-0350, VF3

ON LINES >= 2.0" AS PER P&ID OR 0.75". REFER EIL STD 7-44-0351, V4

TEMP.CONN 1.5" FLANGED. INSTALLATION AS PER EIL STD. 7-44-0353, EXCEPT


SKIN TEMPERATURE MEASUREMENT
PRESS.CONN 1.5" FLANGED WITH SW GATE VALVE UNLESS OTHERWISE
INDICATED IN P&ID

Package : IPMCS
Report No. : 50
Page 389 of 443
A1K
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
JOB SPECIFICATION No.
PIPING MATERIAL
A415-000-11-42-SP-0010
SPECIFICATION
Page 14 of 31

Client : OIL INDIA LTD Dept./Sect. : 11/42


Project : NBPS
Location : NAHARKATTYA-BARAUNI Pipe Class : A1K Sheet 2 of 5

72. 72.
70. 70.
68. 68.
66. 66.
64. 64.
62. 62.
60. 60.
58. 58.
56. 56.
54. 54.
52. 52.
50. 50.
48. 48.
46. 46.
44. 44.
BRANCH PIPE (SIZE IN INCHES)
BRANCH PIPE ( SIZE IN INCHES)

42. 42.
40. 40.
38. 38.
36. 36.
34. 34.
32. 32.
30. 30.
28. 28.
26. 26.
24. 24.
22. 22.
20. 20.
18. 18.
16. 16.
14. 14.
12. 12.
10. 10.
8.0 8.0
6.0 6.0
5.0 5.0
4.0 T 4.0
3.5 3.5
3.0 T T 3.0
2.5 2.5
2.0 T T T 2.0
1.5 T T T T 1.5
1.25 1.25
1.0 T T S S S 1.0
0.75 T T T S S S 0.75
0.5 T T T T S S S 0.5
1.000
1.250
1.500
2.000
2.500
3.000
3.500
4.000
.500
.750

RUN PIPE (SIZE IN INCHES)

CODE DESCRIPTION
F SADDLE FUSED JT T TEES J THREADOLET

H H. COUPLING W WELDOLETS

P PIPE TO PIPE I INSTRUMENT TEE

R REINFORCED X Refer Notes

S SOCKOLETS L SWEEPOLET

Package : IPMCS
Report No.
Page 390 of 443
: 50 A1K
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
JOB SPECIFICATION No.
PIPING MATERIAL
A415-000-11-42-SP-0010
SPECIFICATION
Page 15 of 31

Client : OIL INDIA LTD Dept./Sect. : 11/42


Project : NBPS
Location : NAHARKATTYA-BARAUNI Pipe Class : A1K Sheet 3 of 5

Note :(The shaded portion of PMS body shows Field Fabricated Items)

Input Item Lower Upper Sch/ Commodity Note


Size Size Thk Dmn. STD Material Description Code No
Id. Type
(Inch) (Inch)
Pipe Group
PIP PIPE 0.50 0.75 80S B-36.19 ASTM A 312 TP304 PE, SEAMLESS PI33577Z0

PIP PIPE 1.00 1.50 40S B-36.19 ASTM A 312 TP304 PE, SEAMLESS PI33577Z0

PIP PIPE 2.00 4.00 40S B-36.19 ASTM A 312 TP304 BE, SEAMLESS PI33517Z0

NIP NIPPLE 0.50 0.75 M B-36.19 ASTM A 312 TP304 PBE, SEAMLESS PN33567Z0

NIP NIPPLE 1.00 1.50 M B-36.19 ASTM A 312 TP304 PBE, SEAMLESS PN33567Z0

Flange Group
FLG FLNG.WN 0.50 4.00 M B-16.5 ASTM A 182 150, RF/125AARH FWC4127Z0
GR.F304
FLB FLNG.BLIND 0.50 4.00 B-16.5 ASTM A 182 150, RF/125AARH FBC4127Z0
GR.F304
FEF FLNG.FIG.8 0.50 4.00 ASME- ASTM A 182 150, FF/125AARH FGK4121Z0
B16.48 GR.F304
Fitting Group
ELB90 ELBOW.90 0.50 1.50 B-16.11 ASTM A 182 SW, 3000 WA642D2Z0
GR.F304
ELB90 ELBOW.90 2.00 4.00 M B-16.9 ASTM A 403 BW, 1.5D WAG874Z10
GR.WP304-S
ELB45 ELBOW.45 0.50 1.50 B-16.11 ASTM A 182 SW, 3000 WB642D2Z0
GR.F304
ELB45 ELBOW.45 2.00 4.00 M B-16.9 ASTM A 403 BW, 1.5D WBG874Z10
GR.WP304-S
TEQ T.EQUAL 0.50 1.50 B-16.11 ASTM A 182 SW, 3000 WE642D2Z0
GR.F304
TEQ T.EQUAL 2.00 4.00 M B-16.9 ASTM A 403 BW WEG874ZZ0
GR.WP304-S
TRED T.RED 0.50 1.50 B-16.11 ASTM A 182 SW, 3000 WR642D2Z0
GR.F304
TRED T.RED 2.00 4.00 M, M B-16.9 ASTM A 403 BW WRG874ZZ0
GR.WP304-S
REDC REDUC.CONC 2.00 4.00 M, M B-16.9 ASTM A 403 BW WUG874ZZ0
GR.WP304-S
REDE REDUC.ECC 2.00 4.00 M, M B-16.9 ASTM A 403 BW WVG874ZZ0
GR.WP304-S
SWGC SWAGE.CONC 0.50 3.00 M, M BS-3799 ASTM A 182 PBE WNH426ZZ0
GR.F304
SWGE SWAGE.ECC 0.50 3.00 M, M BS-3799 ASTM A 182 PBE WPH426ZZ0
GR.F304
CAP CAP 0.50 1.50 B-16.11 ASTM A 182 SCRF, 3000 WF64282Z0
GR.F304
CAP CAP 2.00 4.00 M B-16.9 ASTM A 403 BW WFG874ZZ0
GR.WP304-S

Package : IPMCS
Report No. : 50
Page 391 of 443
A1K
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
JOB SPECIFICATION No.
PIPING MATERIAL
A415-000-11-42-SP-0010
SPECIFICATION
Page 16 of 31

Client : OIL INDIA LTD Dept./Sect. : 11/42


Project : NBPS
Location : NAHARKATTYA-BARAUNI Pipe Class : A1K Sheet 4 of 5

Note :(The shaded portion of PMS body shows Field Fabricated Items)

Input Item Lower Upper Sch/ Commodity Note


Size Size Thk Dmn. STD Material Description Code No
Id. Type
(Inch) (Inch)
Fitting Group
PLG PLUG 0.50 1.50 B-16.11 ASTM A 182 SCRM, 3000 WH64292Z0
GR.F304
CPLF CPLNG.FULL 0.50 1.50 B-16.11 ASTM A 182 SW, 3000 WJ642D2Z0
GR.F304
CPLF/1 CPLNG.FULL 0.50 1.50 B-16.11 ASTM A 182 SCRF, 3000 WJ64282Z0
GR.F304
CPLH CPLNG.HALF 0.50 1.50 B-16.11 ASTM A 182 SW, 3000 WK642D2Z0
GR.F304
CPLH/1 CPLNG.HALF 0.50 1.50 B-16.11 ASTM A 182 SCRF, 3000 WK64282Z0
GR.F304
CPLL CPLNG.LH 0.50 1.50 B-16.11 ASTM A 182 SW, 3000 WL642D2Z0
GR.F304
CPLL/1 CPLNG.LH 0.50 1.50 B-16.11 ASTM A 182 SCRF, 3000 WL64282Z0
GR.F304
CPLR CPLNG.RED 0.50 1.50 B-16.11 ASTM A 182 SW, 3000 WM642D2Z0
GR.F304
CPLR/1 CPLNG.RED 0.50 1.50 B-16.11 ASTM A 182 SCRF, 3000 WM64282Z0
GR.F304
O'let Group
SLT SOCKOLET 0.50 1.50 MSS-SP97 ASTM A 182 SW, 3000 YSS42D2Z0
GR.F304
Valves Group
GAV VLV.GATE 0.50 1.50 API-602 BODY-ASTM A 182 SW, 800, 3000, B- 51045ZZZ0
GR.F304,TRIM- 16.11, SHT NO.- 51045
STELLITED,STEM-
SS 304
GLV VLV.GLOBE 0.50 1.50 BS-5352 BODY-ASTM A 182 SW, 800, 3000, B- 52045ZZZ0
GR.F304,TRIM- 16.11, SHT NO.- 52045
STELLITED,STEM-
SS304
GLV VLV.GLOBE 2.00 4.00 BS-1873 ASTM A351 FLGD, 150, B-16.5, 52395ZZZ0 112
Gr.CF8/ASTM A182 RF/125AARH, SHT
Gr.F304,TRIM- SS NO.- 52395
304
CHV VLV.CHECK 0.50 1.50 BS-5352 BODY-ASTM A 182 SW, 800, 3000, B- 53045ZZZ0
GR.F304,TRIM- 16.11, SHT NO.- 53045
STELLITED
CHV VLV.CHECK 2.00 4.00 API-6D ASTM A351 FLGD, 150, B-16.5, 53395ZZZ0 112
Gr.CF8/ASTM A182 RF/125AARH, SHT
Gr.F304,TRIM- SS NO.- 53395
304
BLV VLV.BALL 0.50 1.50 BS EN ISO BODY-ASTM A 182 FLGD, 150, B-16.5, 54395ZZZ0 112
17292 GR F304,TRIM- RF/125AARH, SHT
STELLITED NO.- 54395
BLV VLV.BALL 2.00 4.00 API-6D BODY-ASTM A 182 FLGD, 150, B-16.5, 54396ZZZ0 112
GR.F304 / ASTM A RF/125AARH, SHT
351 GR.CF8,TRIM- NO.- 54396
SS 304

Package : IPMCS
Report No. : 50
Page 392 of 443
A1K
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
JOB SPECIFICATION No.
PIPING MATERIAL
A415-000-11-42-SP-0010
SPECIFICATION
Page 17 of 31

Client : OIL INDIA LTD Dept./Sect. : 11/42


Project : NBPS
Location : NAHARKATTYA-BARAUNI Pipe Class : A1K Sheet 5 of 5

Note :(The shaded portion of PMS body shows Field Fabricated Items)

Input Item Lower Upper Sch/ Commodity Note


Size Size Thk Dmn. STD Material Description Code No
Id. Type
(Inch) (Inch)
Valves Group
PLV VLV.PLUG 0.50 1.50 BS-5353 BODY-ASTM A 182 FLGD, 150, B-16.5, 55395ZZZ0 112
GR.F304,TRIM- RF/125AARH, SHT
STELLITED NO.- 55395
PLV VLV.PLUG 2.00 4.00 API-6D BODY-ASTM A 182 FLGD, 150, B-16.5, 55396ZZZ0 112
GR.F304 / ASTM A RF/125AARH, SHT
351 GR.CF8,TRIM- NO.- 55396
SS 304
Bolt Group
BOS BOLT.STUD 0.50 4.00 B-18.2 BOLT:A193 GR.B7, BS40404Z0
NUT:A194 GR.2H
Gasket Group
GAS GASKET 0.50 4.00 B-16.20- SP.WND SPIRAL, 150 GK62472Z0
ANSI B16.5 SS304+GRAFIL
Trap/Strainer Group
PSR STRNR.PERM 0.50 1.50 MNF'STD B:A182GR.F304;IN SW, Y-TYPE, 800 SP307D510
T:SS304
PSR STRNR.PERM 2.00 4.00 M EIL'STD B:A403GR.WP304- BW, T-TYPE SP15344Z0 106
S;INT:SS304

Package : IPMCS
Report No. : 50
Page 393 of 443
A1K
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
JOB SPECIFICATION No.
PIPING MATERIAL
A415-000-11-42-SP-0010
SPECIFICATION
Page 18 of 31

Client : OIL INDIA LTD Dept./Sect. : 11/42


Project : NBPS
Location : NAHARKATTYA-BARAUNI Pipe Class : D1A Sheet 1 of 8

PIPE CLASS : D1A


RATING : 600
BASE MATERIAL : CARBON STEEL
CORROSION ALLOWANCE : 1.5 MM
SPECIAL REQUIREMENT :
TEMPERATURE (Deg. C) AND PRESSURE ( Kg/Sq. cm g ) RATINGS
TEMP -29 38 93 149 204 260 316 343 371 399 427
PRESS 104.05 104.05 94.91 92.45 89.29 84.36 76.98 75.58 74.87 71.01 58

SERVICE
NON CORROSIVE PROCESS - FLAMMABLE / NON FLAMMABL AND NON LETHAL - PETROLEUM PRODUCTS: FO. FG,
SWEET GAS, INHIBITOR SOLUTION, NH3, BRINE (MINUS 10 DEG C), CO2, CAUSTIC SODA (20 Be MAX & TEMP 70 DEG C
MAX), PARAXYLENE, BITUMEN.

NOTES
101 ALL VENTS & DRAINS SHALL BE PROVIDED WITH GATE VALVE & BLIND FLANGE ASSEMBLY UNLESS OTHERWISE
INDICATED IN THE PIPING & INSTRUMENTATION DIAGRAM (P & ID).
103 PIPING DESIGN AS PER ASME B 31.4 & OISD 141.
104 ALL BRANCH CONNECTIONS INCLUDING VENT, DRAIN, PRESSURE & TEMPERATURE CONNECTIONS SHALL BE AS
PER BRANCH CONNECTION TABLE GIVEN ON THE NEXT PAGE. THE BRANCH DETAILS INDICATED IN APPLICABLE
STANDARDS SHALL BE IGNORED.
105 FOR STRAINERS REFER DATA SHEETS ENCLOSED WITH TENDER STRAINER DETAILS GIVEN UNDER "TRAP/STRAINER
GROUP" SHALL BE IGNORED. MATERIAL FOR SIZE 14 TO 20 INCH STRAINER SIZE SHALL BE READ AS MSS SP-75 Gr.
WPHY-52: INT SS 304.
106 FOR STRAINERS REFER DATA SHEETS ENCLOSED WITH TENDER STRAINER DETAILS GIVEN UNDER "TRAP/STRAINER
GROUP" SHALL BE IGNORED.
107 FOR DIMENSIONS OF HANDLE PROJECTION FOR SPACER & BLINDS REFER EIL STD. NO. 7-44-0166.
109 IN ORDER TO MINIMISE THE POTENTIAL LEAKAGE SOURCE, VALVES USED IN MAINLINE SHALL HAVE BUTT/
SOCKET WELD ENDS.
110 MAINLINE WELDING & NDT REQUIREMENTS OF WELDS SHALL BE AS PER SPECIFICATION NO. 6-77-0007.
111 NDT OF WELDS WITHIN THE TERMINALS/ STATIONS SHALL BE AS FOLLOWS:
RADIOGRAPHY : 100% FOR ALL BUTT WELDS
MPI : 100% FOR ALL SOCKET WELD
ALL OTHER REQUIREMENTS SHALL BE AS PER SPECIFICATION NO. 6-44-0016.
112 VALVE DETAILS IN VALVE GROUP (EXCEPT GATE, GLOBE & CHECK OF SIZE BELOW 2 INCH) SHALL BE AS PER
APPLICABLE DATA SHEET ENCLOSED AS ANNEXURE-II WITH PMS
113 CHARPY IMPACT TESTING REQUIRED FOR ALL WELDED ITEMS (2" & ABOVE).

Package : IPMCS
Report No. : 50
Page 394 of 443
D1A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
JOB SPECIFICATION No.
PIPING MATERIAL
A415-000-11-42-SP-0010
SPECIFICATION
Page 19 of 31

Client : OIL INDIA LTD Dept./Sect. : 11/42


Project : NBPS
Location : NAHARKATTYA-BARAUNI Pipe Class : D1A Sheet 2 of 8

SPECIAL NOTES

ITEM SIZE DESCRIPTION A.CODE


MAINTAINENCE ALL FLANGED, TO BE KEPT MINIMUM
JOINTS
PIPE JOINTS 1.5" & BELOW SW COUPLING

2.0" & ABOVE BUTTWELDED

DRAINS ON LINES <= 1.5" REFER EILSTD 7-44-0350, DF3

ON LINES >= 2.0" AS PER P&ID OR 0.75". REFER EIL STD. 7-44-0351, D4

VENTS ON LINES <= 1.5" REFER EIL STD. 7-44-0350, VF3

ON LINES >= 2.0" AS PER P&ID OR 0.75". REFER EIL STD 7-44-0351, V4

TEMP.CONN 1.5" FLANGED INSTALLATION AS PER EIL STD. 7-44-0353, EXCEPT


SKIN TEMPERATURE MEASUREMENT
PRESS.CONN 1.5" FLANGED WITH SW GATE VALVE UNLESS OTHERWISE
INDICATED IN P&ID

Package : IPMCS
Report No. : 50
Page 395 of 443
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
JOB SPECIFICATION No.
PIPING MATERIAL
A415-000-11-42-SP-0010
SPECIFICATION
Page 20 of 31

Client : OIL INDIA LTD Dept./Sect. : 11/42


Project : NBPS
Location : NAHARKATTYA-BARAUNI Pipe Class : D1A Sheet 3 of 8

72. 72.
70. 70.
68. 68.
66. 66.
64. 64.
62. 62.
60. 60.
58. 58.
56. 56.
54. 54.
52. 52.
50. 50.
48. 48.
46. 46.
44. 44.
BRANCH PIPE (SIZE IN INCHES)
BRANCH PIPE ( SIZE IN INCHES)

42. 42.
40. 40.
38. 38.
36. 36.
34. 34.
32. 32.
30. 30.
28. 28.
26. 26.
24. 24.
22. 22.
20. T 20.
18. T T 18.
16. T T T 16.
14. T T T T 14.
12. T T T T T 12.
10. T T T T T T 10.
8.0 T T T T T T T 8.0
6.0 T T T T T T W W 6.0
5.0 5.0
4.0 T T T T W W W W W 4.0
3.5 3.5
3.0 T T T W W W W W W W 3.0
2.5 2.5
2.0 T T T W W W W W W W W 2.0
1.5 T T T T S S S S S S S S 1.5
1.25 1.25
1.0 T T S S S S S S S S S S S 1.0
0.75 T T T S S S S S S S S S S S 0.75
0.5 T T T T S S S S S S S S S S S 0.5
10.000
12.000
14.000
16.000
18.000
20.000
1.000
1.250
1.500
2.000
2.500
3.000
3.500
4.000
5.000
6.000
8.000
.500
.750

RUN PIPE (SIZE IN INCHES)

CODE DESCRIPTION
F SADDLE FUSED JT T TEES J THREADOLET

H H. COUPLING W WELDOLETS

P PIPE TO PIPE I INSTRUMENT TEE

R REINFORCED X Refer Notes

S SOCKOLETS L SWEEPOLET

Package : IPMCS
Report No.
Page 396 of 443
: 50 D1A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
JOB SPECIFICATION No.
PIPING MATERIAL
A415-000-11-42-SP-0010
SPECIFICATION
Page 21 of 31

Client : OIL INDIA LTD Dept./Sect. : 11/42


Project : NBPS
Location : NAHARKATTYA-BARAUNI Pipe Class : D1A Sheet 4 of 8

Note :(The shaded portion of PMS body shows Field Fabricated Items)

Input Item Lower Upper Sch/ Commodity Note


Size Size Thk Dmn. STD Material Description Code No
Id. Type
(Inch) (Inch)
Pipe Group
PIP PIPE 0.50 0.75 S160 B-36.10 ASTM A 106 GR.B PE, SEAMLESS PI21977Z0

PIP PIPE 1.00 1.50 XS B-36.10 ASTM A 106 GR.B PE, SEAMLESS PI21977Z0

PIP PIPE 2.00 2.00 XS B-36.10 ASTM A 106 GR.B BE, SEAMLESS PI2H717Z0
(CHARPY)
PIP PIPE 3.00 3.00 STD B-36.10 ASTM A 106 GR.B BE, SEAMLESS PI2H717Z0
(CHARPY)
PIP PIPE 4.00 6.00 XS B-36.10 ASTM A 106 GR.B BE, SEAMLESS PI2H717Z0
(CHARPY)
PIP PIPE 8.00 8.00 11.1 API 5L API 5L GR.B PSL1 BE, SEAMLESS PIAH817Z0
(CHARPY)
PIP PIPE 10.00 10.00 13.5 API 5L API 5L GR.B PSL1 BE, SEAMLESS PIAH817Z0
(CHARPY)
PIP PIPE 12.00 12.00 15.9 API 5L API 5L GR.B PSL1 BE, SEAMLESS PIAH817Z0
(CHARPY)
PIP PIPE 14.00 14.00 12.0 API 5L API 5L GR.X-52 BE, SEAMLESS PIAI217Z0
PSL1 (CHARPY)
PIP PIPE 16.00 16.00 13.5 API 5L API 5L GR.X-52 BE, SAW PIAI216Z0
PSL1 (CHARPY)
PIP PIPE 18.00 20.00 14.3 API 5L API 5L GR.X-52 BE, SAW PIAI216Z0
PSL1 (CHARPY)
NIP NIPPLE 0.50 0.75 M B-36.10 ASTM A 106 GR.B PBE, SEAMLESS PN21967Z0

NIP NIPPLE 1.00 1.50 M B-36.10 ASTM A 106 GR.B PBE, SEAMLESS PN21967Z0

Flange Group
FLG FLNG.SW 0.50 1.50 M B-16.5 ASTM A 105 600, RF/125AARH FSC0167Z0

FLG FLNG.WN 2.00 12.00 M B-16.5 ASTM A 105 600, RF/125AARH FWC9867Z0
(CHARPY)
FLG FLNG.WN 14.00 20.00 M B-16.5 ASTM A 694 GR.F- 600, RF/125AARH FWCA267Z0
52 (CHARPY)
FLG/90 FLNG.WN 3.00 8.00 M B-16.5 ASTM A 105 900, RTJ/63AARH FWC9879Z0
0 (CHARPY)
FLG/90 FLNG.WN 10.00 16.00 M B-16.5 ASTM A 694 GR.F- 900, RTJ/63AARH FWCA279Z0
0 52 (CHARPY)
FLB FLNG.BLIND 0.50 1.50 B-16.5 ASTM A 105 600, RF/125AARH FBC0167Z0

FLB FLNG.BLIND 2.00 20.00 B-16.5 ASTM A 105 600, RF/125AARH FBC9867Z0
(CHARPY)
FEF FLNG.FIG.8 0.50 1.50 ASME- ASTM A 105 600, FF/125AARH FGK0161Z0
B16.48
FEF FLNG.FIG.8 2.00 8.00 ASME- ASTM A 105 600, FF/125AARH FGK9861Z0
B16.48 (CHARPY)

Package : IPMCS
Report No. : 50
Page 397 of 443
D1A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
JOB SPECIFICATION No.
PIPING MATERIAL
A415-000-11-42-SP-0010
SPECIFICATION
Page 22 of 31

Client : OIL INDIA LTD Dept./Sect. : 11/42


Project : NBPS
Location : NAHARKATTYA-BARAUNI Pipe Class : D1A Sheet 5 of 8

Note :(The shaded portion of PMS body shows Field Fabricated Items)

Input Item Lower Upper Sch/ Commodity Note


Size Size Thk Dmn. STD Material Description Code No
Id. Type
(Inch) (Inch)
Flange Group
FEF SPCR&BLND 10.00 20.00 ASME- ASTM A 105 600, FF/125AARH FCK9861Z0
B16.48 (CHARPY)
Fitting Group
ELB90 ELBOW.90 0.50 0.75 B-16.11 ASTM A 105 SW, 6000 WA602D3Z0

ELB90 ELBOW.90 1.00 1.50 B-16.11 ASTM A 105 SW, 3000 WA602D2Z0

ELB90 ELBOW.90 2.00 12.00 M B-16.9 ASTM A 234 BW, 1.5D WAGM84Z10
GR.WPB
(CHARPY)
ELB90 ELBOW.90 14.00 20.00 M MSS-SP75 MSS SP-75 BW, 1.5D WAUG24Z10
GR.WPHY-52
ELB45 ELBOW.45 0.50 0.75 B-16.11 ASTM A 105 SW, 6000 WB602D3Z0

ELB45 ELBOW.45 1.00 1.50 B-16.11 ASTM A 105 SW, 3000 WB602D2Z0

ELB45 ELBOW.45 2.00 12.00 M B-16.9 ASTM A 234 BW, 1.5D WBGM84Z10
GR.WPB
(CHARPY)
ELB45 ELBOW.45 14.00 20.00 M MSS-SP75 MSS SP-75 BW, 1.5D WBUG24Z10
GR.WPHY-52
TEQ T.EQUAL 0.50 0.75 B-16.11 ASTM A 105 SW, 6000 WE602D3Z0

TEQ T.EQUAL 1.00 1.50 B-16.11 ASTM A 105 SW, 3000 WE602D2Z0

TEQ T.EQUAL 2.00 12.00 M B-16.9 ASTM A 234 BW WEGM84ZZ0


GR.WPB
(CHARPY)
TEQ T.EQUAL 14.00 20.00 M MSS-SP75 MSS SP-75 BW WEUG24ZZ0
GR.WPHY-52
TRED T.RED 0.50 0.75 B-16.11 ASTM A 105 SW, 6000 WR602D3Z0

TRED T.RED 1.00 1.50 B-16.11 ASTM A 105 SW, 3000 WR602D2Z0

TRED T.RED 2.00 12.00 M, M B-16.9 ASTM A 234 BW WRGM84ZZ0


GR.WPB
(CHARPY)
TRED T.RED 14.00 20.00 M, M MSS-SP75 MSS SP-75 BW WRUG24ZZ0
GR.WPHY-52
REDC REDUC.CONC 2.00 12.00 M, M B-16.9 ASTM A 234 BW WUGM84ZZ0
GR.WPB
(CHARPY)
REDC REDUC.CONC 14.00 20.00 M, M MSS-SP75 MSS SP-75 BW WUUG24ZZ0
GR.WPHY-52
REDE REDUC.ECC 2.00 12.00 M, M B-16.9 ASTM A 234 BW WVGM84ZZ0
GR.WPB
(CHARPY)

Package : IPMCS
Report No. : 50
Page 398 of 443
D1A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
JOB SPECIFICATION No.
PIPING MATERIAL
A415-000-11-42-SP-0010
SPECIFICATION
Page 23 of 31

Client : OIL INDIA LTD Dept./Sect. : 11/42


Project : NBPS
Location : NAHARKATTYA-BARAUNI Pipe Class : D1A Sheet 6 of 8

Note :(The shaded portion of PMS body shows Field Fabricated Items)

Input Item Lower Upper Sch/ Commodity Note


Size Size Thk Dmn. STD Material Description Code No
Id. Type
(Inch) (Inch)
Fitting Group
REDE REDUC.ECC 14.00 20.00 M, M MSS-SP75 MSS SP-75 BW WVUG24ZZ0
GR.WPHY-52
SWGC SWAGE.CONC 0.50 1.50 M, M BS-3799 ASTM A 105 PBE WNH026ZZ0

SWGC SWAGE.CONC 2.00 3.00 M, M BS-3799 ASTM A 105 PBE WNHM76ZZ0


(CHARPY)
SWGE SWAGE.ECC 0.50 1.50 M, M BS-3799 ASTM A 105 PBE WPH026ZZ0

SWGE SWAGE.ECC 2.00 3.00 M, M BS-3799 ASTM A 105 PBE WPHM76ZZ0


(CHARPY)
CAP CAP 0.50 0.75 B-16.11 ASTM A 105 SCRF, 6000 WF60283Z0

CAP CAP 1.00 1.50 B-16.11 ASTM A 105 SCRF, 3000 WF60282Z0

CAP CAP 2.00 12.00 M B-16.9 ASTM A 234 BW WFGM84ZZ0


GR.WPB
(CHARPY)
CAP CAP 14.00 20.00 M MSS-SP75 MSS SP-75 BW WFUG24ZZ0
GR.WPHY-52
PLG PLUG 0.50 0.75 B-16.11 ASTM A 105 SCRM, 6000 WH60293Z0

PLG PLUG 1.00 1.50 B-16.11 ASTM A 105 SCRM, 3000 WH60292Z0

CPLF CPLNG.FULL 0.50 0.75 B-16.11 ASTM A 105 SW, 6000 WJ602D3Z0

CPLF CPLNG.FULL 1.00 1.50 B-16.11 ASTM A 105 SW, 3000 WJ602D2Z0

CPLF/2 CPLNG.FULL 1.00 1.50 B-16.11 ASTM A 105 SCRF, 3000 WJ60282Z0

CPLF/1 CPLNG.FULL 0.50 0.75 B-16.11 ASTM A 105 SCRF, 6000 WJ60283Z0

CPLH CPLNG.HALF 0.50 0.75 B-16.11 ASTM A 105 SW, 6000 WK602D3Z0

CPLH CPLNG.HALF 1.00 1.50 B-16.11 ASTM A 105 SW, 3000 WK602D2Z0

CPLH/2 CPLNG.HALF 1.00 1.50 B-16.11 ASTM A 105 SCRF, 3000 WK60282Z0

CPLH/1 CPLNG.HALF 0.50 0.75 B-16.11 ASTM A 105 SCRF, 6000 WK60283Z0

CPLL CPLNG.LH 0.50 0.75 B-16.11 ASTM A 105 SW, 6000 WL602D3Z0

CPLL CPLNG.LH 1.00 1.50 B-16.11 ASTM A 105 SW, 3000 WL602D2Z0

CPLL/2 CPLNG.LH 1.00 1.50 B-16.11 ASTM A 105 SCRF, 3000 WL60282Z0

CPLL/1 CPLNG.LH 0.50 0.75 B-16.11 ASTM A 105 SCRF, 6000 WL60283Z0

Package : IPMCS
Report No. : 50
Page 399 of 443
D1A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
JOB SPECIFICATION No.
PIPING MATERIAL
A415-000-11-42-SP-0010
SPECIFICATION
Page 24 of 31

Client : OIL INDIA LTD Dept./Sect. : 11/42


Project : NBPS
Location : NAHARKATTYA-BARAUNI Pipe Class : D1A Sheet 7 of 8

Note :(The shaded portion of PMS body shows Field Fabricated Items)

Input Item Lower Upper Sch/ Commodity Note


Size Size Thk Dmn. STD Material Description Code No
Id. Type
(Inch) (Inch)
Fitting Group
CPLR CPLNG.RED 0.50 0.75 B-16.11 ASTM A 105 SW, 6000 WM602D3Z0

CPLR CPLNG.RED 1.00 1.50 B-16.11 ASTM A 105 SW, 3000 WM602D2Z0

CPLR/2 CPLNG.RED 1.00 1.50 B-16.11 ASTM A 105 SCRF, 3000 WM60282Z0

CPLR/1 CPLNG.RED 0.50 0.75 B-16.11 ASTM A 105 SCRF, 6000 WM60283Z0

O'let Group
SLT SOCKOLET 0.50 0.75 MSS-SP97 ASTM A 105 SW, 6000 YSS02D3Z0

SLT SOCKOLET 1.00 1.50 MSS-SP97 ASTM A 105 SW, 3000 YSS02D2Z0

WLT WELDOLET 2.00 6.00 M, MSS-SP97 ASTM A 105 BW YWSM74ZZ0


XXS (CHARPY)
Valves Group
GAV VLV.GATE 0.50 1.50 API-602 BODY-ASTM A SW, 800, 3000, B- 51001ZZZ0
105,TRIM- 16.11, SHT NO.- 51001
STELLITED,STEM-
13%CR.STEEL
GLV VLV.GLOBE 0.50 1.50 BS-5352 BODY-ASTM A SW, 800, 3000, B- 52001ZZZ0
105,TRIM- 16.11, SHT NO.- 52001
STELLITED,STEM-
13%CR STEEL
GLV VLV.GLOBE 2.00 16.00 BS-1873 BODY-ASTM A 216 FLGD, 150, B-16.5, 52390ZZZ0 112
GR.WCB,TRIM- RF/125AARH, SHT
13% CR.STEEL NO.- 52390
CHV VLV.CHECK 0.50 1.50 BS-5352 BODY-ASTM A SW, 800, 3000, B- 53001ZZZ0
105,TRIM- 16.11, SHT NO.- 53001
STELLITED
CHV VLV.CHECK 2.00 20.00 API-6D BODY-ASTM A 216 FLGD, 600, B-16.5, 53590ZZZ0 112
GR.WCB,TRIM- RF/125AARH, SHT
STELLITED NO.- 53590
BLV VLV.BALL 0.50 1.50 BS EN ISO BODY-ASTM A FLGD, 600, B-16.5, 54590ZZZ0 112
17292 105,TRIM-BODY RF/125AARH, SHT
SEAT : RPTFE NO.- 54590
BLV VLV.BALL 2.00 20.00 API-6D BODY-ASTM A216 FLGD, 600, B-16.5, 54591ZZZ0 112
GR.WCB / ASTM RF/125AARH, SHT
A234 NO.- 54591
GR.WPB,TRIM-
(ASTM A216
GR.WCB / A234
GR.WPB)+0.003"
ENP
PLV VLV.PLUG 0.50 1.50 BS-5353 BODY-ASTM A SW, 800, 3000, B- 55590ZZZ0 112
105,ASTM A 105+ 16.11, SHT NO.- 55590
0.003" ENP

Package : IPMCS
Report No. : 50
Page 400 of 443
D1A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
JOB SPECIFICATION No.
PIPING MATERIAL
A415-000-11-42-SP-0010
SPECIFICATION
Page 25 of 31

Client : OIL INDIA LTD Dept./Sect. : 11/42


Project : NBPS
Location : NAHARKATTYA-BARAUNI Pipe Class : D1A Sheet 8 of 8

Note :(The shaded portion of PMS body shows Field Fabricated Items)

Input Item Lower Upper Sch/ Commodity Note


Size Size Thk Dmn. STD Material Description Code No
Id. Type
(Inch) (Inch)
Valves Group
PLV VLV.PLUG 2.00 20.00 API-6D BODY-ASTM A216 FLGD, 600, B-16.5, 55591ZZZ0 112
GR.WCB / ASTM RF/125AARH, SHT
A234 NO.- 55591
GR.WPB,TRIM-
(ASTM A216
GR.WCB / A234
GR.WPB)+0.003"
ENP
PLV/1 VLV.PLUG 2.00 20.00 API-6D BODY-ASTM A 216 BW, 600, B-16.25, SHT 55592ZZZ0 112
GR WCB/ ASTM NO.- 55592
A234 GR
WPB,TRIM (ASTM
A216 GR
WCB/ASTMA234
GR WPB)+0.003"
ENP
Bolt Group
BOS BOLT.STUD 0.50 20.00 B-18.2 BOLT:A193 GR.B7, BS40404Z0
NUT:A194 GR.2H
Gasket Group
GAS GASKET 0.50 20.00 B-16.20- SP.WND SPIRAL, 600 GK65076Z0
ANSI B16.5 SS316+GRAFIL
GAS/90 GASKET 3.00 8.00 B-16.20- SOFT IRON OCT-RING, 900 GK67237Z0
0 ANSI B16.5
GAS/90 GASKET 10.00 16.00 B-16.20- SOFT IRON OCT-RING, 900 GK67237Z0
0 ANSI B16.5
Trap/Strainer Group
PSR STRNR.PERM 0.50 1.50 MNF'STD B:A105;INT:SS304 SW, Y-TYPE, 800 SP303D510

PSR STRNR.PERM 2.00 12.00 M EIL'STD B:A234GR.WPB;IN BW, T-TYPE SP13344Z0 106
T:SS304
PSR STRNR.PERM 14.00 20.00 M EIL'STD B:A234GR.WPB;IN BW, T-TYPE SP13344Z0 105
T:SS304

Package : IPMCS
Report No. : 50
Page 401 of 443
D1A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
JOB SPECIFICATION No.
PIPING MATERIAL
A415-000-11-42-SP-0010
SPECIFICATION
Page 26 of 31

Client : OIL INDIA LTD Dept./Sect. : 11/42


Project : NBPS
Location : NAHARKATTYA-BARAUNI Pipe Class : E1A Sheet 1 of 6

PIPE CLASS : E1A


RATING : 900
BASE MATERIAL : CARBON STEEL
CORROSION ALLOWANCE : 1.5 MM
SPECIAL REQUIREMENT :
TEMPERATURE (Deg. C) AND PRESSURE ( Kg/Sq. cm g ) RATINGS
TEMP -29 38 93 149 204 260 316 343 371 399 427
PRESS 156.08 156.08 142.37 138.5 133.58 126.2 115.3 113.19 112.49 106.16 86.83

SERVICE
NON CORROSIVE HYDROCARBONS AND PROCESS LIQUID, VAPOUR AND GAS-FLAMMABLE & NON LETHAL

NOTES
101 ALL VENTS & DRAINS SHALL BE PROVIDED WITH GATE VALVE & BLIND FLANGE ASSEMBLY UNLESS OTHERWISE
INDICATED IN THE PIPING & INSTRUMENTATION DIAGRAM (P & ID).
103 PIPING DESIGN AS PER ASME B 31.4 & OISD 141.
104 ALL BRANCH CONNECTIONS INCLUDING VENT, DRAIN, PRESSURE & TEMPERATURE CONNECTIONS SHALL BE AS
PER BRANCH CONNECTION TABLE GIVEN ON THE NEXT PAGE. THE BRANCH DETAILS INDICATED IN APPLICABLE
STANDARDS SHALL BE IGNORED.
107 FOR DIMENSIONS OF HANDLE PROJECTION FOR SPACER & BLINDS REFER EIL STD. NO. 7-44-0166.
111 NDT OF WELDS WITHIN THE TERMINALS/ STATIONS SHALL BE AS FOLLOWS:
RADIOGRAPHY : 100% FOR ALL BUTT WELDS
MPI : 100% FOR ALL SOCKET WELD
ALL OTHER REQUIREMENTS SHALL BE AS PER SPECIFICATION NO. 6-44-0016.
112 VALVE DETAILS IN VALVE GROUP (EXCEPT GATE, GLOBE & CHECK OF SIZE BELOW 2 INCH) SHALL BE AS PER
APPLICABLE DATA SHEET ENCLOSED AS ANNEXURE-II WITH PMS
113 CHARPY IMPACT TESTING REQUIRED FOR ALL WELDED ITEMS (2" & ABOVE).

SPECIAL NOTES

ITEM SIZE DESCRIPTION A.CODE


MAINTAINENCE ALL FLANGED, TO BE KEPT MINIMUM
JOINTS
PIPE JOINTS ALL BUTTWELDED

DRAINS ON LINES <= 1.5" AS PER P&ID OR 0.75".TEE, NIPPLE,SINGLE VLV(AS PER P&ID OR
PLUG VLV), BLIND FLG ASSEMBLY
ON LINES >= 2.0" AS PER P&ID OR 0.75".WELDOLET,NIPPLE,SINGLE VLV(AS PER
P&ID OR PLUG VLV), BLIND FLG ASSEMBLY
VENTS ON LINES <= 1.5" AS PER P&ID OR 0.75".TEE, NIPPLE,SINGLE VLV(AS PER P&ID OR
PLUG VLV), BLIND FLG ASSEMBLY
ON LINES >= 2.0" AS PER P&ID OR 0.75".WELDOLET,NIPPLE,SINGLE VLV(AS PER
P&ID OR PLUG VLV), BLIND FLG ASSEMBLY
TEMP.CONN 1.5" FLANGED. REFER EIL STD 7-44-0353

PRESS.CONN 1.5" TEE/WELDOLET & NIPPLE WITH DOUBLE VALVES (AS PER P &
ID OR PLUG VALVES)

Package : IPMCS
Report No. : 50
Page 402 of 443
E1A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
JOB SPECIFICATION No.
PIPING MATERIAL
A415-000-11-42-SP-0010
SPECIFICATION
Page 27 of 31

Client : OIL INDIA LTD Dept./Sect. : 11/42


Project : NBPS
Location : NAHARKATTYA-BARAUNI Pipe Class : E1A Sheet 2 of 6

72. 72.
70. 70.
68. 68.
66. 66.
64. 64.
62. 62.
60. 60.
58. 58.
56. 56.
54. 54.
52. 52.
50. 50.
48. 48.
46. 46.
44. 44.
BRANCH PIPE (SIZE IN INCHES)
BRANCH PIPE ( SIZE IN INCHES)

42. 42.
40. 40.
38. 38.
36. 36.
34. 34.
32. 32.
30. 30.
28. 28.
26. 26.
24. 24.
22. 22.
20. 20.
18. 18.
16. T 16.
14. T T 14.
12. T T T 12.
10. T T T T 10.
8.0 T T T T T 8.0
6.0 T T T T T T 6.0
5.0 5.0
4.0 T T T T W W W 4.0
3.5 3.5
3.0 T T T W W W W W 3.0
2.5 2.5
2.0 T T T W W W W W W 2.0
1.5 T T T T W W W W W W 1.5
1.25 1.25
1.0 T T W W W W W W W W W 1.0
0.75 T T T W W W W W W W W W 0.75
0.5 T T T T W W W W W W W W W 0.5
10.000
12.000
14.000
16.000
1.000
1.250
1.500
2.000
2.500
3.000
3.500
4.000
5.000
6.000
8.000
.500
.750

RUN PIPE (SIZE IN INCHES)

CODE DESCRIPTION
F SADDLE FUSED JT T TEES J THREADOLET

H H. COUPLING W WELDOLETS

P PIPE TO PIPE I INSTRUMENT TEE

R REINFORCED X Refer Notes

S SOCKOLETS L SWEEPOLET

Package : IPMCS
Report No.
Page 403 of 443
: 50 E1A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
JOB SPECIFICATION No.
PIPING MATERIAL
A415-000-11-42-SP-0010
SPECIFICATION
Page 28 of 31

Client : OIL INDIA LTD Dept./Sect. : 11/42


Project : NBPS
Location : NAHARKATTYA-BARAUNI Pipe Class : E1A Sheet 3 of 6

Note :(The shaded portion of PMS body shows Field Fabricated Items)

Input Item Lower Upper Sch/ Commodity Note


Size Size Thk Dmn. STD Material Description Code No
Id. Type
(Inch) (Inch)
Pipe Group
PIP PIPE 0.50 0.75 S160 B-36.10 ASTM A 106 GR.B BE, SEAMLESS PI21917Z0

PIP PIPE 1.00 1.50 XS B-36.10 ASTM A 106 GR.B BE, SEAMLESS PI21917Z0

PIP PIPE 2.00 4.00 XS B-36.10 ASTM A 106 GR.B BE, SEAMLESS PI2H717Z0
(CHARPY)
PIP PIPE 6.00 6.00 S120 B-36.10 ASTM A 106 GR.B BE, SEAMLESS PI2H717Z0
(CHARPY)
PIP PIPE 8.00 8.00 15.9 API 5L API 5L GR.B PSL1 BE, SEAMLESS PIAH817Z0
(CHARPY)
PIP PIPE 10.00 12.00 12.7 API 5L API 5L GR.X-52 BE, SEAMLESS PIAI217Z0
PSL1 (CHARPY)
PIP PIPE 14.00 14.00 13.5 API 5L API 5L GR.X-52 BE, SEAMLESS PIAI217Z0
PSL1 (CHARPY)
PIP PIPE 16.00 16.00 14.3 API 5L API 5L GR.X-52 BE, SAW PIAI216Z0
PSL1 (CHARPY)
NIP NIPPLE 0.50 0.75 M B-36.10 ASTM A 106 GR.B PBE, SEAMLESS PN21967Z0

NIP NIPPLE 1.00 1.50 M B-36.10 ASTM A 106 GR.B PBE, SEAMLESS PN21967Z0

Flange Group
FLG FLNG.WN 0.50 1.50 M B-16.5 ASTM A 105 1500, RTJ/63AARH FWC0189Z0

FLG FLNG.WN 2.00 2.00 M B-16.5 ASTM A 105 1500, RTJ/63AARH FWC9889Z0
(CHARPY)
FLG FLNG.WN 3.00 8.00 M B-16.5 ASTM A 105 900, RTJ/63AARH FWC9879Z0
(CHARPY)
FLG FLNG.WN 10.00 16.00 M B-16.5 ASTM A 694 GR.F- 900, RTJ/63AARH FWCA279Z0
52 (CHARPY)
FLB FLNG.BLIND 0.50 1.50 B-16.5 ASTM A 105 1500, RTJ/63AARH FBC0189Z0

FLB FLNG.BLIND 2.00 2.00 B-16.5 ASTM A 105 1500, RTJ/63AARH FBC9889Z0
(CHARPY)
FLB FLNG.BLIND 3.00 16.00 B-16.5 ASTM A 105 900, RTJ/63AARH FBC9879Z0
(CHARPY)
FEF FLNG.FIG.8 0.50 1.50 ASME- ASTM A 105 900, RTJ/63AARH FGK0179Z0
B16.48
FEF FLNG.FIG.8 2.00 2.00 ASME- ASTM A 105 900, RTJ/63AARH FGK9879Z0
B16.48 (CHARPY)
FEF FLNG.FIG.8 3.00 4.00 ASME- ASTM A 105 900, RTJ/63AARH FGK9879Z0
B16.48 (CHARPY)
FEF SPCR&BLND 6.00 16.00 ASME- ASTM A 105 900, RTJ/63AARH FCK9879Z0
B16.48 (CHARPY)
Fitting Group
ELB90 ELBOW.90 0.50 1.50 M B-16.9 ASTM A 234 BW, 1.5D WAG684Z10
GR.WPB

Package : IPMCS
Report No. : 50
Page 404 of 443
E1A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
JOB SPECIFICATION No.
PIPING MATERIAL
A415-000-11-42-SP-0010
SPECIFICATION
Page 29 of 31

Client : OIL INDIA LTD Dept./Sect. : 11/42


Project : NBPS
Location : NAHARKATTYA-BARAUNI Pipe Class : E1A Sheet 4 of 6

Note :(The shaded portion of PMS body shows Field Fabricated Items)

Input Item Lower Upper Sch/ Commodity Note


Size Size Thk Dmn. STD Material Description Code No
Id. Type
(Inch) (Inch)
Fitting Group
ELB90 ELBOW.90 2.00 8.00 M B-16.9 ASTM A 234 BW, 1.5D WAGM84Z10
GR.WPB
(CHARPY)
ELB90 ELBOW.90 10.00 16.00 M MSS-SP75 MSS SP-75 BW, 1.5D WAUG24Z10
GR.WPHY-52
ELB45 ELBOW.45 0.50 1.50 M B-16.9 ASTM A 234 BW, 1.5D WBG684Z10
GR.WPB
ELB45 ELBOW.45 2.00 8.00 M B-16.9 ASTM A 234 BW, 1.5D WBGM84Z10
GR.WPB
(CHARPY)
ELB45 ELBOW.45 10.00 16.00 M MSS-SP75 MSS SP-75 BW, 1.5D WBUG24Z10
GR.WPHY-52
TEQ T.EQUAL 0.50 1.50 M B-16.9 ASTM A 234 BW WEG684ZZ0
GR.WPB
TEQ T.EQUAL 2.00 8.00 M B-16.9 ASTM A 234 BW WEGM84ZZ0
GR.WPB
(CHARPY)
TEQ T.EQUAL 10.00 16.00 M MSS-SP75 MSS SP-75 BW WEUG24ZZ0
GR.WPHY-52
TRED T.RED 0.50 1.50 M, M B-16.9 ASTM A 234 BW WRG684ZZ0
GR.WPB
TRED T.RED 2.00 8.00 M, M B-16.9 ASTM A 234 BW WRGM84ZZ0
GR.WPB
(CHARPY)
TRED T.RED 10.00 16.00 M, M MSS-SP75 MSS SP-75 BW WRUG24ZZ0
GR.WPHY-52
REDC REDUC.CONC 0.50 1.50 M, M B-16.9 ASTM A 234 BW WUG684ZZ0
GR.WPB
REDC REDUC.CONC 2.00 8.00 M, M B-16.9 ASTM A 234 BW WUGM84ZZ0
GR.WPB
(CHARPY)
REDC REDUC.CONC 10.00 16.00 M, M MSS-SP75 MSS SP-75 BW WUUG24ZZ0
GR.WPHY-52
REDE REDUC.ECC 0.50 1.50 M, M B-16.9 ASTM A 234 BW WVG684ZZ0
GR.WPB
REDE REDUC.ECC 2.00 8.00 M, M B-16.9 ASTM A 234 BW WVGM84ZZ0
GR.WPB
(CHARPY)
REDE REDUC.ECC 10.00 16.00 M, M MSS-SP75 MSS SP-75 BW WVUG24ZZ0
GR.WPHY-52
CAP CAP 0.50 1.50 M B-16.9 ASTM A 234 BW WFG684ZZ0
GR.WPB
CAP CAP 2.00 8.00 M B-16.9 ASTM A 234 BW WFGM84ZZ0
GR.WPB
(CHARPY)
CAP CAP 10.00 16.00 M MSS-SP75 MSS SP-75 BW WFUG24ZZ0
GR.WPHY-52

Package : IPMCS
Report No. : 50
Page 405 of 443
E1A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
JOB SPECIFICATION No.
PIPING MATERIAL
A415-000-11-42-SP-0010
SPECIFICATION
Page 30 of 31

Client : OIL INDIA LTD Dept./Sect. : 11/42


Project : NBPS
Location : NAHARKATTYA-BARAUNI Pipe Class : E1A Sheet 5 of 6

Note :(The shaded portion of PMS body shows Field Fabricated Items)

Input Item Lower Upper Sch/ Commodity Note


Size Size Thk Dmn. STD Material Description Code No
Id. Type
(Inch) (Inch)
O'let Group
WLT WELDOLET 0.50 4.00 M, MSS-SP97 ASTM A 105 BW YWSM74ZZ0
XXS (CHARPY)
Valves Group
GAV VLV.GATE 0.50 1.50 API-602 BODY-ASTM A BW, 1500, B-16.25, 51101ZZZ0
105,TRIM- SHT NO.- 51101
STELLITED,STEM-
13%CR STEEL
GLV VLV.GLOBE 0.50 1.50 BS-5352 BODY-ASTM A BW, 1500, B-16.25, 52101ZZZ0
105,TRIM- SHT NO.- 52101
STELLITED,STEM-
13%CR.STEEL
GLV VLV.GLOBE 2.00 16.00 API-6D BODY-ASTM A 216 FLGD, 900, B-16.5, 52690ZZZ0 112
GR.WCB,TRIM- RTJ/63AARH, SHT
STELLITED,STEM- NO.- 52690
13% CR.STEEL
CHV VLV.CHECK 0.50 1.50 BS-5352 BODY-ASTM A BW, 1500, B-16.25, 53101ZZZ0
105,TRIM- SHT NO.- 53101
STELLITED
CHV VLV.CHECK 2.00 16.00 API-6D BODY-ASTM A 216 FLGD, 900, B-16.5, 53690ZZZ0 112
GR.WCB,TRIM- RTJ/63AARH, SHT
STELLITED NO.- 53690
BLV VLV.BALL 0.50 1.50 BS EN ISO BODY-ASTM A FLGD, 900, B-16.5, 54690ZZZ0 112
17292 105,TRIM-BODY RTJ/63AARH, SHT
SEAT : RPTFE NO.- 54690
BLV VLV.BALL 2.00 16.00 API-6D BODY-ASTM A216 FLGD, 900, B-16.5, 54691ZZZ0 112
GR.WCB / ASTM RTJ/63AARH, SHT
A234 NO.- 54691
GR.WPB,TRIM-
(ASTM A216
GR.WCB / A234
GR.WPB)+0.003"
ENP
PLV VLV.PLUG 0.50 1.50 BS-5353 BODY-ASTM A BW, 1500, B-16.25, 55690ZZZ0 112
105,TRIM-13%CR SHT NO.- 55690
STEEL+STELLITED
PLV VLV.PLUG 2.00 16.00 API-6D BODY-ASTM A216 FLGD, 900, B-16.5, 55691ZZZ0 112
GR.WCB / ASTM RTJ/63AARH, SHT
A234 NO.- 55691
GR.WPB,TRIM-
(ASTM A216
GR.WCB / A234
GR.WPB)+0.003"
ENP
Bolt Group
BOS BOLT.STUD 0.50 16.00 B-18.2 BOLT:A193 GR.B7, BS40404Z0
NUT:A194 GR.2H
Gasket Group
GAS GASKET 0.50 2.00 B-16.20- SOFT IRON OCT-RING, 1500 GK67238Z0
ANSI B16.5

Package : IPMCS
Report No. : 50
Page 406 of 443
E1A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
JOB SPECIFICATION No.
PIPING MATERIAL
A415-000-11-42-SP-0010
SPECIFICATION
Page 31 of 31

Client : OIL INDIA LTD Dept./Sect. : 11/42


Project : NBPS
Location : NAHARKATTYA-BARAUNI Pipe Class : E1A Sheet 6 of 6

Note :(The shaded portion of PMS body shows Field Fabricated Items)

Input Item Lower Upper Sch/ Commodity Note


Size Size Thk Dmn. STD Material Description Code No
Id. Type
(Inch) (Inch)
Gasket Group
GAS GASKET 3.00 16.00 B-16.20- SOFT IRON OCT-RING, 900 GK67237Z0
ANSI B16.5

Package : IPMCS
Report No. : 50
Page 407 of 443
E1A
Template No. 5-0000-0001-T2 Rev. Copyright EIL- All rights reserved
DOCUMENT No.
ANNEXURE – I (PIPING
MATERIAL SPECIFICATION A415-000-11-42-SP-0010
GENERAL NOTES) ANNEXURE – I Rev. 0
Page 1 of 11

ANNEXURE-I

PIPING MATERIAL SPECIFICATION


GENERAL NOTES

0 02.09.2013 REVISED & RE- ISSUED FOR ENGINEERING


AA RSB MSG

A 12.07.2013 ISSUED FOR ENGINEERING


AA RSB MSG
Rev. Prepared Checked Approved
Date Purpose
No by by by

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 408 of 443
DOCUMENT No.
ANNEXURE – I (PIPING
MATERIAL SPECIFICATION A415-000-11-42-SP-0010
GENERAL NOTES) ANNEXURE – I Rev. 0
Page 2 of 11

CONTENTS

1.0 SCOPE

2.0 CODES AND STANDARDS

3.0 MATERIAL SPECIFICATIONS

4.0 CLASS DESIGNATION CODES

5.0 PIPELINE

6.0 PIPES

7.0 FITTINGS

8.0 BENDS

9.0 FLANGES

10.0 GASKETS

11.0 BOLTING AND THREADS

12.0 THREAD SEALANT

13.0 VALVES

14.0 QUICK OPENING END CLOSURE

15.0 HYDROTESTING VENTS AND DRAINS

16.0 PIPELINE SPECIALITY ITEMS

TABLE-1 MAIN PIPELINE DETAILS

TABLE-2 PIPELINE SPECIALITY ITEMS

APPENDIX-I LIST OF ATTACHMENTS

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 409 of 443
DOCUMENT No.
ANNEXURE – I (PIPING
MATERIAL SPECIFICATION A415-000-11-42-SP-0010
GENERAL NOTES) ANNEXURE – I Rev. 0
Page 3 of 11

1.0 SCOPE

1.1 This specification (PMS) covers various piping classes for process and utility
piping and minimum requirements for various piping/ pipeline materials necessary
for the design of the piping/ pipeline facilities.
This specification shall be read in conjunction with various Codes and Standards
as applicable.

2.0 CODES AND STANDARDS

2.1 Pipeline and pipeline terminal facilities envisaged as part of this project shall be
designed and engineered primarily in accordance with the provisions of the latest
edition of the following codes:

(i) ASME B 31.4 - Pipeline Transportation Systems for Liquid


Hydrocarbons and Other Liquids

(ii) ASME B 31.3 - Process Piping

(iii) OISD Standard 141 - Design and Construction requirements for


cross country hydrocarbon pipelines

2.2 All codes, standards and specifications referred herein shall be the latest edition
of such documents.

2.3 For sake of brevity the initials of the society to which the codes are referred may
be omitted in the specifications, for example, B16.5 is a code referring to ASME
A106 is a code referring to ASTM.

2.4 In addition, EIL specifications and standards for various piping and pipeline
materials shall also be applicable.

3.0 MATERIAL SPECIFICATIONS

Individual piping class has been generally designed to cover a set of services
operating within pressure-temperature combination as per ASME B16.5/ B16.34
or part of it. Deviations of material from class specifications may occur due to
specific design conditions and/ or availability. These deviations are permissible if
they equal or better the individual class requirements and shall be subjected to
approval on case-to-case basis.

All materials shall conform to detailed specifications listed in annexure-II of this


specification as applicable.

All materials (2” & above) shall be subjected to the Charpy V Notch Impact testing
as per ASME B 31.4 or ASTM A 370 as applicable.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 410 of 443
DOCUMENT No.
ANNEXURE – I (PIPING
MATERIAL SPECIFICATION A415-000-11-42-SP-0010
GENERAL NOTES) ANNEXURE – I Rev. 0
Page 4 of 11

4.0 CLASS DESIGNATION CODE

The piping class designation shall generally consist of three digits made up of a
letter, number & letter e.g. A1A, A1K, D1A, E1A etc. as follows:

First letter indicates ASME class rating, e.g.:


A - 150 Class; D- 600 Class
E - 900 Class

The middle number indicates differences in the specifications within the same
class rating and material, e.g.:
Middle No. Carbon Steel (A) SS304/ SS304H/ SS304L (K)
1 CA=1.5 CA=NIL

The last letter indicates type of material, e.g.:


A - Carbon steel; K – Stainless Steel type 304, 304H, 304L

5.0 PIPELINE

5.1 Line pipe material grade and wall thickness details are indicated in Table-1.

6.0 PIPES

6.1 Carbon steel pipe shall be made by open hearth, electric furnace or basic oxygen
process only. The steel used shall be fully killed and made with fine grain
structure. The grade and wall thickness of various sizes of pipes shall be as per
piping material specification for the applicable class.

6.2 Pipe dimensions shall be in accordance with ASME B 36.10 for carbon steel
ASTM standard pipes IS: 1239 for wrought iron pipe & API 5L for carbon steel API
5L grade pipes.

6.3 All pipe threads shall conform to American Standard taper as per ASME B 1.20.1
NPT, unless otherwise specified.

6.4 For butt weld end, bevel shall be in accordance with API specification 5L or ASME
B16.25 as applicable.

6.5 Non-standard pipe sizes viz. 1¼”, 2½”, 3½”, 5”, shall not be treated as a part of
this specification.

7.0 FITTINGS

7.1 Fully killed carbon steel shall be used in the manufacture of fittings. The fitting
shall have carbon equivalent not exceeding 0.45, based on check analysis.

7.2 Threaded joints, if used, shall conform to American Standard taper as per ASME
B1.20.1 NPT.

7.3 Dimensions of socket welded/ screwed fittings shall conform to ASME B 16.11.
Swage shall be as per BS 3799.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 411 of 443
DOCUMENT No.
ANNEXURE – I (PIPING
MATERIAL SPECIFICATION A415-000-11-42-SP-0010
GENERAL NOTES) ANNEXURE – I Rev. 0
Page 5 of 11

7.4 Dimensions of steel butt welded fittings shall be as per ASME B 16.9/ MSS-SP-
75, as applicable.

7.5 Bore of socket welded fittings shall suit outside diameter (OD) of pipe and its
thickness.
7.6 Butt welding ends shall conform to API specification 5L or ASME B 16.25 as
applicable. In case of difference in thickness of matching ends, requirements of
ASME B 31.4 shall apply.

7.7 Integrally reinforced forged branch fittings such as Sockolet, Weldolet etc. shall
be as per MSS-SP-97. Fittings not covered in ASME B16.9 and MSS-SP-97 shall
conform to manufacturer’s standard.

7.8 Fittings thickness tolerances shall match pipe thickness tolerance.

8.0 BENDS

8.1 Unless otherwise specified for process piping, elbow of radius R = 1.5D shall only
be used.

8.2 For main line, cold field bends with radius R = 40D shall be used. Limited use of
Long radius Bends with R = 6D (shop bends) may be permitted for reason of
space constraints.
D = Specified Outside Diameter

Long Radius Bend shall be used only when indicated in AFC drawing.

8.3 Miters shall not be used.

9.0 FLANGES

9.1 Pressure Temperature rating of flanges shall conform to B16.5.

9.2 Dimensions of flanges shall be in accordance with B16.5.

9.3 Neck of weld neck (WN) flanges shall suit pipe bore and thickness.

9.4 Bore of socket welded (SW) flanges shall suit pipe O.D. and its thickness.

9.5 Threads for screwed flanges, if used, shall conform to American Standard taper
as per ASME B 1.20.1 NPT.

9.6 Sizes for blind flanges shall be indicated by nominal pipe size.

9.7 Finish of steel flange faces shall be as follows:


125 AARH : Serrated Finish with 125-250 µin AARH
63 AARH : Smooth Finish 32 to 63 µin AARH

9.8 Butt welding ends of WN flanges shall conform to ASME B 16.25.

9.9 Brinnel hardness for RTJ groove shall be at least 20 BHN more than that of
corresponding gasket as specified.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 412 of 443
DOCUMENT No.
ANNEXURE – I (PIPING
MATERIAL SPECIFICATION A415-000-11-42-SP-0010
GENERAL NOTES) ANNEXURE – I Rev. 0
Page 6 of 11

9.10 Spectacle blind/ spacer & blind of size upto 20” shall be in accordance with ASME
B 16.48.
9.11 Two jack screw, 1800 apart shall be provided in spectacle blind or spacer & blind
assemblies as per EIL standard No. 7-44-0252.
10.0 GASKETS

10.1 Spiral wound gaskets shall conform to ASME B 16.20. All spiral wound gaskets
shall be provided with carbon steel centering ring. Spiral wound gasket shall be
self aligning type.

10.2 Octagonal ring joint gasket shall conform to B 16.20.

11.0 BOLTING & THREADS

11.1 Nuts for stud bolts shall be American Standard Hexagon Heavy Series and double
chamfered.

11.2 Dimension and tolerances for stud bolts and nuts shall be as per ASME B 18.2.1
and 18.2.2 with full threading to ASME B 1.1 Class 2A thread for bolts and Class
2B for nuts. Diameter and length of stud bolts shall be as per ASME B 16.5 with
full threading.

11.3 Threads for nuts shall be as per ASME B 1.1

Nuts for stud bolts dia ¼" to 1" : UNC-2B


Nuts for stud bolts dia 1⅛" to 3¼" : 8UN-2B

11.4 Threads for stud bolts shall be as per ASME B 1.1, as follows:

Stud bolts dia ¼" to 1" : UNC-2A


Stud bolts dia 1⅛" to 3¼" : 8UN-2A

11.5 Threads for threaded pipe, fitting, flanges and valve shall be in accordance with B
1.20.1 taper threads, unless specified otherwise.

11.6 Heads of jack screws shall be heavy hexagonal type. Jack screw end shall be
rounded. Stud bolts shall be fully threaded with two hexagonal nuts.

12.0 THREAD SEALANT

12.1 Threaded joints shall be made with 1" wide PTFE jointing tape.

13.0 VALVES

13.1 Valves shall be as per valve data sheets (enclosed in Annexure-II) for various
piping classes.

13.2 Sectionalizing valves, Block valves and other isolation valves installed on the
main pipeline shall be ball valves with butt welding ends. All inline isolation valves

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 413 of 443
DOCUMENT No.
ANNEXURE – I (PIPING
MATERIAL SPECIFICATION A415-000-11-42-SP-0010
GENERAL NOTES) ANNEXURE – I Rev. 0
Page 7 of 11

on the mainline (pipeline) shall be full bore valves to allow smooth passage of
cleaning as well as intelligent pigs.

13.3 All buried valves shall be provided with stem extension, sealant, vent/ drain and
shall have butt welded ends as per relevant specification/ data sheet.
13.4 All “electrically heat traced” process valves shall be suitable for installation in
insulated valve boxes with suitable extension of valve appurtenances i.e. sealant
injection, drain, vent connections etc.

13.5 Surface preparation & painting of all “electrically heat traced” process valves shall
be as per specification no. 6-79-0020, suitable for coating under insulation.

13.4 Flange dimensions and face finish of flanged end valves shall conform to clause
9.0 of this specification.

13.5 Butt welding ends of Butt Welded valves shall conform to ASME B 16.25.

13.6 Face to face and end to end dimensions shall conform to applicable standards.

13.7 Valves shall conform to following standards unless specified otherwise in piping
material specification for various piping class.

Flanged/ Socket Welded end valves (1½" and below)

Design STD. for Process lines

Gate Valves : ISO EN 15761


Globe Valves : ISO EN 15761
Ball Valves : ISO EN 17292
Plug Valves : BS 5353

Flanged/Butt Welded end valves (2" and above)

Design STD. for Process Lines

Globe Valves : BS 1873


Check Valves : API 6D
Ball Valves : API 6D
Plug Valves : API 6D

13.8 All manual operated valves shall be provided with wrench/ hand wheel or gear
operator as specified herein below.

13.8.1 Gate Valves

For ASME class 150 and 300 - Hand wheel operated for size ≤ 12" NB.
Gear operated for size ≥ 14" NB.

For ASME class 600 - Hand wheel operated for size ≤ 10" NB.
Gear operated for size ≥ 12" NB.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 414 of 443
DOCUMENT No.
ANNEXURE – I (PIPING
MATERIAL SPECIFICATION A415-000-11-42-SP-0010
GENERAL NOTES) ANNEXURE – I Rev. 0
Page 8 of 11

For ASME class 900 - Hand wheel operated for size ≤ 4" NB.
Gear operated for size ≥ 6" NB.

13.8.2 Globe Valves

For ASME class 150, 300, 600 - Hand Wheel operated for all size.

For ASME class 900 - Hand wheel operated for size ≤ 4" NB
Gear operated for size ≥ 6" NB.
13.8.3 Ball valves & Plug Valves

For ASME class 150, 300, 600, 900 - Wrench operated for size ≤ 4" NB.
Gear operated for size ≥ 6" NB.

13.8.4 Motor Operated Valves

Motor operated valves shall be as per P & IDs. The actuator shall have provision
for remote operation as per P & IDs. All motor operated valves shall have
additional provision of hand wheel operation.

14.0 QUICK OPENING END CLOSURE

Quick opening end closure to be installed on scraper traps shall be designed in


accordance with Section VIII of ASME Boiler and Pressure Vessel Code and
equipped with safety locking devices in compliance with Section VIII, division 1,
UG-35.2.

15.0 HYDROTESTING VENTS AND DRAINS

In terminal piping, high point vents and low point drains required for the purpose
of hydrotesting shall be of size 0.75". Hydrostatic vents & drains for all classes
shall consist of gate valves with blind flange assembly.

16.0 PIPELINE SPECIATLITY ITEMS

Pipeline specialty items viz. scraper traps, flow tees, insulating joints; LR bends
etc. shall be as per Table-2.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 415 of 443
DOCUMENT No.
ANNEXURE – I (PIPING
MATERIAL SPECIFICATION A415-000-11-42-SP-0010
GENERAL NOTES) ANNEXURE – I Rev. 0
Page 9 of 11

TABLE - 1

MAIN PIPELINE DETAILS

Pipeline segment (from Pipeline Pipeline Details


Section
existing scraper traps to Length,
new proposed scraper Km (Approx.)
traps location)
Outer Material Wall Corrosion
From To Diam API 5L Thicknes Allowance,
eter, Grade s, mm mm
mm
-- -- -- API 5L Gr.
406.4 9.5 0.5
X-52
-- -- -- API 5L Gr.
355.6 9.5 0.5
X-52
-- -- -- API 5L Gr.
355.6 7.1 0.5
X-42
-- -- -- API 5L Gr.
323.9 7.1 0.5
X-42
-- -- -- API 5L Gr.
273.1 7.1 0.5
X-42
-- -- -- API 5L Gr.
219.1 7.0 0.5
X-42

Note: - Mainline from Naharkatia to Barauni including all spurlines are existing pipeline.
Hookup pipeline (from existing scraper traps to new proposed scraper traps location)
segment length with in the existing terminal shall be finalized during detailed engineering.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 416 of 443
DOCUMENT No.
ANNEXURE – I (PIPING
MATERIAL SPECIFICATION A415-000-11-42-SP-0010
GENERAL NOTES) ANNEXURE – I Rev. 0
Page 10 of 11

TABLE-2

PIPELINE SPECIALITY ITEMS

MAINLINE (FROM SCRAPER LAUNCHER TO SCRAPER RECEIVER)


ITEM MATERIAL DESCRIPTION

LONG RADIUS BENDS


(R=6D) FOR PIPELINES
SUITABLE FOR
INTELLIGENT PIGGING

FLOW TEES

INSULATING JOINTS As per Enclosed Data sheet

SCRAPER LAUNCHER &


RECIEVER

PIG SIGNALLER

INSULATING FLANGE
ASSEMBLY

For Material description details refer attached data sheets enclosed with Annexure II.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 417 of 443
DOCUMENT No.
ANNEXURE – I (PIPING
MATERIAL SPECIFICATION A415-000-11-42-SP-0010
GENERAL NOTES) ANNEXURE – I Rev. 0
Page 11 of 11

APPENDIX-I

LIST OF ATTACHMENTS

SL. STANDARD REV. NO. OF


DESCRIPTION
NO. NO. NO. SHEETS
Dimensions for Handle Projection for Spacers and
1. 7-44-0166 1 1
Blinds, ½” to 24” NB (150#, 300#, 600# FF)
Jack Screws for Spectacle Blind Fig. 8 and Spacer &
2. 7-44-0252 2 1
Blind (150#, 300#, 600# RF)
3. ‘T’ Strainer Type-I (2” to 4”) 7-44-0303 4 1

4. ‘T’ Strainer Type-I (6” to 24”) 7-44-0304 4 1

5. Vents & Drains on Lines 1½" & Below 7-44-0350 2 1

6. Vents & Drains on Lines 2" & Above 7-44-0351 2 1

7. Wells Installations 1½" Diameter Taps 7-44-0353 2 2

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 418 of 443
DOCUMENT No.
PIPING MATERIAL A415-000-11-42-SP-0010
SPECIFICATION – ANNEXURE-II ANNEXURE - II Rev.0
Page 1 of 7

ANNEXURE – II

DATA SHEETS & LIST OF SPECIFICATIONS

0 12.07.13 REVISED & RE-ISSUED FOR ENGINEERING


AA RSB MSG

A ISSUED FOR ENGINEERING


AA RSB MSG
Rev. Prepared Checked Approved
Date Purpose
No by by by

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Page 419 of 443


DOCUMENT No.
PIPING MATERIAL A415-000-11-42-SP-0010
SPECIFICATION – ANNEXURE-II ANNEXURE - II Rev.0
Page 2 of 7

TABLE OF CONTENTS

1.0 LIST OF SPECIFICATIONS

2.0 LIST OF DATA SHEETS

3.0 DATA SHEETS

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 420 of 443
DOCUMENT No.
PIPING MATERIAL A415-000-11-42-SP-0010
SPECIFICATION – ANNEXURE-II ANNEXURE - II Rev.0
Page 3 of 7

1.0 LIST OF SPECIFICATIONS

Following detailed EIL specifications shall be used for procurement of materials


against various piping classes.

S.No. Title Specification No.


Standard Specification for Longitudinal Seam
1. 6-71-0001
Submerged Arc Welded Linepipe (Onshore)
Specification for Helical (Spiral) Seam Submerged
2. 6-71-0004
Arc Welded Linepipe (Onshore)
3. Addendum to Specification no. 6-71-0004 A415-000-11-42-AD-01
4. Standard Specification for 3 Layer PE Coating 6-71-0041
5. Addendum to Specification no. 6-71-0041 A415-000-11-42-AD-41
6. Standard Specification for Pipeline Ball Valves 6-71-0014
7. Standard Specification for Pipeline Plug Valves 6-71-0016
8. Standard Specification for Long Radius Bends 6-71-0021
Standard Specification for Flanges and welded
9. 6-71-0023
Fittings {450mm (18”) NB and above}
Standard Specification for Seamless Fittings and
10. 6-71-0024
Flanges up to 400(16”)NB
11. Specification for Flow Tees 6-71-0025
12. Specification for Insulating Joints (onshore) 6-71-0026
13. Standard Specification for Scraper Traps 6-71-0031
14. Standard Specification for Pig Signaller 6-71-0033

15. Standard Specification for Shop and Field Painting 6-44-0004

Standard Specification for Fabrication and 6-44-0012


16.
Erection of Piping
Standard Specification for Inspection, Flushing
17. 6-44-0013
and Testing of Piping System
Standard Specification for Non Destructive
18. 6-44-0016
Examination Requirements of Piping
19. Technical Notes for Pipes 6-44-0051
20. Technical Notes for Valves 6-44-0052
Technical Notes for Flanges, Spectacle Blinds and
21. 6-44-0053
Drip Rings
Technical Notes for Butt Welded, Socket Welded
22. 6-44-0054
and Screwed Fittings
23. Technical Notes for Gaskets 6-44-0056
24. Technical Notes for Bolts & Nuts 6-44-0057
25. Specification for Check Valves A415-000-11-42-SP-11
26. Specification for Strainers A415-000-11-42-SP-16

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 421 of 443
DOCUMENT No.
PIPING MATERIAL A415-000-11-42-SP-0010
SPECIFICATION – ANNEXURE-II ANNEXURE - II Rev.0
Page 4 of 7

2.0 LIST OF DATA SHEETS

Following data sheets shall be used for procurement of piping materials.

Description
S.No. Title Data Sheet No.
(Piping PMS Code)
1. Data Sheet for Scraper Launcher 16”x20”, FL (600#) A415-000-11-42-DS-01
2. Data Sheet for Scraper Receiver 16”x22”, FL (600#) A415-000-11-42-DS-02
3. Data Sheet for Scraper Launcher 14”x18”, FL (600#) A415-000-11-42-DS-03
4. Data Sheet for Scraper Receiver 14”x20”, FL (600#) A415-000-11-42-DS-04
5. Data Sheet for Scraper Launcher 12”x16”, FL (150#) A415-000-11-42-DS-05
6. Data Sheet for Scraper Receiver 12”x18”, FL (150#) A415-000-11-42-DS-06
7. Data Sheet for Scraper Launcher 10”x14”, FL (150#) A415-000-11-42-DS-07
8. Data Sheet for Scraper Receiver 10”x 16”, FL (150#) A415-000-11-42-DS-08
9. Data Sheet for Scraper Launcher 08”x12”, FL (600#) A415-000-11-42-DS-09
10. Data Sheet for Scraper Receiver 08”x14”, FL (600#) A415-000-11-42-DS-10
Mounted On Trap Body
11. Data Sheet for Pig Signaller A415-000-11-42-DS-11
(600#)
Mounted On Trap Body
12. Data Sheet for Pig Signaller A415-000-11-42-DS-12
(600#)
Mounted On Trap Body
13. Data Sheet for Pig Signaller A415-000-11-42-DS-13
(150#)
Data Sheet for Pig Signaller Mounted On 16” Pipeline
14. A415-000-11-42-DS-14
(Non Intrusive)
Data Sheet for Pig Signaller Mounted On 14” Pipeline
15. A415-000-11-42-DS-15
(Non Intrusive)
Data Sheet for Pig Signaller Mounted On 12” Pipeline
16. A415-000-11-42-DS-16
(Non Intrusive)
Data Sheet for Pig Signaller Mounted On 10” Pipeline
17. A415-000-11-42-DS-17
(Non Intrusive)
Data Sheet for Pig Signaller Mounted On 08” Pipeline
18. A415-000-11-42-DS-18
(Non Intrusive)
19. Data Sheet for Scraper Launcher 14”x18”, FL (150#) A415-000-11-42-DS-19
20. Data Sheet for Scraper Receiver 14”x20”, FL (150#) A415-000-11-42-DS-20
21. Data Sheet for Flow Tees A415-000-11-42-DS-21
22. Data Sheet for Flow Tees A415-000-11-42-DS-22
23. Data Sheet for Flow Tees A415-000-11-42-DS-23
24. Data Sheet for Flow Tees A415-000-11-42-DS-24
25. Data Sheet for Insulating Joint A415-000-11-42-DS-25
26. Data Sheet for Insulating Joint A415-000-11-42-DS-26
27. Data Sheet for Insulating Joint A415-000-11-42-DS-27
28. Data Sheet for Insulating Joint A415-000-11-42-DS-28
29. Data Sheet for Insulating Joint A415-000-11-42-DS-29

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 422 of 443
DOCUMENT No.
PIPING MATERIAL A415-000-11-42-SP-0010
SPECIFICATION – ANNEXURE-II ANNEXURE - II Rev.0
Page 5 of 7

30. Data Sheet for Ball Valve 2”-16”,A1A, FL, MOV, FB A415-000-11-42-DS-30
31. Data Sheet for Ball Valve 2”-16”,A1A, FL, MAN, FB A415-000-11-42-DS-31
2”-16”,D1A, BW, MOV,
32. Data Sheet for Ball Valve A415-000-11-42-DS-32
FB
33. Data Sheet for Ball Valve 12”, A1A, BW, MOV, FB A415-000-11-42-DS-33
0.5”-1.5”, A1A, B1A, D1A
34. Data Sheet for Ball Valve A415-000-11-42-DS-34
RB, SW
35. Data Sheet for Ball Valve A415-000-11-42-DS-35
36. Data Sheet for Ball Valve A415-000-11-42-DS-36
37. Data Sheet for Ball Valve A415-000-11-42-DS-37
38. Data Sheet for Ball Valve A415-000-11-42-DS-38
39. Data Sheet for Ball Valve A415-000-11-42-DS-39
40. Data Sheet for Ball Valve A415-000-11-42-DS-40
41. Data Sheet for Plug Valve 2”-24”, A1A, FL, MOV A415-000-11-42-DS-41
42. Data Sheet for Plug Valve 2”-24”, D1A, FL, MOV A415-000-11-42-DS-42
43. Data Sheet for Plug Valve 2”-24”, E1A, FL, MOV A415-000-11-42-DS-43
44. Data Sheet for Plug Valve 2”-24”, A1A, BW, MOV A415-000-11-42-DS-44
45. Data Sheet for Plug Valve 2”-24”, D1A, BW, MOV A415-000-11-42-DS-45
46. Data Sheet for Plug Valve 2”-24”, E1A, BW, MOV A415-000-11-42-DS-46
47. Data Sheet for Plug Valve 2”-24”, A1A, FL, MAN A415-000-11-42-DS-47
48. Data Sheet for Plug Valve 2”-24”, D1A, FL, MAN A415-000-11-42-DS-48
49. Data Sheet for Plug Valve 2”-24”, E1A, FL, MAN A415-000-11-42-DS-49
50. Data Sheet for Plug Valve 2”-24”, A1A, BW, MAN A415-000-11-42-DS-50
51. Data Sheet for Plug Valve 2”-24”, D1A, BW, MAN A415-000-11-42-DS-51
52. Data Sheet for Plug Valve 2”-24”, E1A, BW, MAN A415-000-11-42-DS-52
0.5”-1.5”, A1A, B1A, D1A
53. Data Sheet for Plug Valve A415-000-11-42-DS-53
(800#), SW
54. Data Sheet for Plug Valve A415-000-11-42-DS-54
55. Data Sheet for Plug Valve A415-000-11-42-DS-55
56. Data Sheet for Plug Valve A415-000-11-42-DS-56
57. Data Sheet for Plug Valve A415-000-11-42-DS-57
0.5”-1.5”, A1A, B1A, D1A
58. Data Sheet for Gate Valve Sheet no. 51001
(800#), SW
0.5”-1.5”, E1A (1500#),
59. Data Sheet for Gate Valve Sheet no. 51101
BW
60. Data Sheet for Gate Valve 0.5”-1.5”, A1K (800#), SW Sheet no. 51045
61. Data Sheet for Gate Valve 2”-16”, A1A, FL, MAN A415-000-11-42-DS-58
62. Data Sheet for Gate Valve 2”-16”, D1A, FL, MAN A415-000-11-42-DS-59
63. Data Sheet for Gate Valve 2”-16”, E1A, FL, MAN A415-000-11-42-DS-60
64. Data Sheet for Gate Valve A415-000-11-42-DS-61
65. Data Sheet for Gate Valve A415-000-11-42-DS-62

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 423 of 443
DOCUMENT No.
PIPING MATERIAL A415-000-11-42-SP-0010
SPECIFICATION – ANNEXURE-II ANNEXURE - II Rev.0
Page 6 of 7

66. Data Sheet for Gate Valve A415-000-11-42-DS-63


67. Data Sheet for Gate Valve A415-000-11-42-DS-64
68. Data Sheet for Gate Valve A415-000-11-42-DS-65
0.5”-1.5”, A1A, D1A
69. Data Sheet for Globe Valve Sheet no. 52001
(800#), SW
70. Data Sheet for Globe Valve 2”-16”, A1A, FL, MAN A415-000-11-42-DS-66
71. Data Sheet for Globe Valve 2”-16”, D1A, FL, MAN A415-000-11-42-DS-67
72. Data Sheet for Globe Valve 2”-16”, E1A, FL, MAN A415-000-11-42-DS-68
73. Data Sheet for Globe Valve A415-000-11-42-DS-69
74. Data Sheet for Globe Valve A415-000-11-42-DS-70
75. Data Sheet for Globe Valve A415-000-11-42-DS-71
0.25”-1.5”, A1A, D1A
76. Data Sheet for Check Valve Sheet no. 53001
(800#), SW
77. Data Sheet for Check Valve 2”-16”, A1A, FL, MAN A415-000-11-42-DS-72
78. Data Sheet for Check Valve 2”-16”, D1A, FL, MAN A415-000-11-42-DS-73
79. Data Sheet for Check Valve 2”-16”, E1A, FL, MAN A415-000-11-42-DS-74
80. Data Sheet for Check Valve 0.5”-1.5”, A1K (800#), SW Sheet no. 53045
0.5”-1.5”, E1A (1500#),
81. Data Sheet for Check Valve Sheet no. 53101
BW
82. Data Sheet for Check Valve A415-000-11-42-DS-75
83. Data Sheet for Check Valve A415-000-11-42-DS-76
84. Data Sheet for Check Valve A415-000-11-42-DS-77
Data Sheet for Mainline Pump 8”, 10”, 12” & 16” , A1A,
85. A415-000-11-42-DS-71
Strainer BW
Data Sheet for Mainline Pump
86. 10” & 12” , D1A, BW A415-000-11-42-DS-72
Strainer
Data Sheet for Mainline Pump
87. 14” , D1A, BW A415-000-11-42-DS-73
Strainer
Data Sheet for Booster Pump 8”, 10”, 14” & 16” , A1A,
88. A415-000-11-42-DS-74
Strainer BW
Data Sheet for Corrosion Inhibitor
89. 2”, A1K, BW A415-000-11-42-DS-75
Dosing Pump Strainer
Data Sheet for Restart Pump
90. 6” & 8”, A1A, BW A415-000-11-42-DS-76
Strainer
Data Sheet for Restart Pump
91. 8”, D1A, BW A415-000-11-42-DS-77
Strainer
Data Sheet for Slop Transfer Pump
92. 3”, A1A, BW A415-000-11-42-DS-78
Strainer

Legend:

FL : Flanged Ends
BW : Butt Welded Ends
SW : Socket Welded Ends
FB : Full Bore
RB : Reduced Bore
MOV : Motor Operated Valve

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 424 of 443
DOCUMENT No.
PIPING MATERIAL A415-000-11-42-SP-0010
SPECIFICATION – ANNEXURE-II ANNEXURE - II Rev.0
Page 7 of 7

3.0 DATA SHEETS

Data Sheets as listed above are enclosed herewith.

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved
Page 425 of 443
STANDARD SPECIFICATION No.
ENGINEERS TECHNICAL NOTES FOR
Oa&
+rpm kgronre akrantl)
INDIA LIMITED
IA GovI of India Undertaking)
GASKETS 6-44-0056 Rev. 4
Page 1 of 5

Clcfri I 14) I I duLI

TECHNICAL NOTES
FOR GASKETS

REVISED & ISSUED AS STANDARD


4 21.03.13 '(
„yr UK yrSH z RN kTD DM
SPECIFICATION
REVISED & ISSUED AS STANDARD
3 23.07.07
SPECIFICATION RN ATD DM VC
REAFFIRMED & ISSUED AS STANDARD
2 15.06.98 SH BRB BN AS
SPECIFICATION
REVISED & ISSUED AS STANDARD
1 30.12.92 AKG BPV GRR AS
SPECIFICATION
Standards Standards
Committee Bureau
Rev. Prepared
Date Purpose Checked by Convenor Chairman
No by
Approved by

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

Page 426 of 443


STANDARD SPECIFICATION No.
ENGINEERS TECHNICAL NOTES FOR
Ogaf Rae
lg INDIA LIMITED GASKETS 6-44-0056 Rev. 4
anen efetpre ftst 3,70,1 IA Govt of India Undettatongt
Page 2 of 5

Abbreviations:

AARH : Average Arithmetic Root Height

BHN : Brinnel Hardness Number

CS Carbon Steel

MR Material Requisition

PMI : Positive Material Identification

RTJ Ring Type Joint

Piping Standards Committee

Convenor : Mr. R. Nanda

Members : Mr. Harish Chander


Mr. M. Ismaeel
Mr. Amrendra Kumar
Mr. G. Balaji
Mr. K.J. Harinarayanan (HMTD)
Mr. P P Lahiri / Mr. S. Ghoshal (SMMS)
Mr. G.K. Iyer (Construction)
Mr. K.V.K Naidu (Projects)

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

Page 427 of 443


STANDARD SPECIFICATION No.
ENGINEERS TECHNICAL NOTES FOR
fgar fafgeg
,ania riroreaw+i,
INDIA LIMITED
IA Goof of India Undertaking)
GASKETS 6-44-0056 Rev. 4
Page 3 of 5

CONTENTS

1.0 GENERAL 4

2.0 REFERENCES 5

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

Page 428 of 443


STANDARD SPECIFICATION No.
ENGINEERS TECHNICAL NOTES FOR
$14-ar 051-eg
wren erecore 4513405141
INDIA LIMITED
(A Goer of India Undertaking)
GASKETS 6-44-0056 Rev. 4
Page 4 of 5

1.0 GENERAL

1.1 All gaskets shall conform to the codes/standards and specifications given in the
requisition. Supplier shall strictly comply with MR/PR stipulations and no deviations shall
be permitted. Post Order Waiver/ Deviation format 5-0000-0180-F1 as mentioned in Cl.
5.18 of Specification for Quality Management System Requirements from Bidders (6-78-
0001) is not applicable.

1.2 Process of manufacture, dimensions and tolerances not specified in requisition shall be in
accordance with the requirements of the manufacturer's standards.

1.3 Testing

1.3.1 Test reports shall be supplied for all mandatory tests for gaskets as per the standards
specified in the requisition.

1.3.2 Chemical composition and hardness of RTJ gaskets shall also be furnished in the form of
test reports on samples.

1.3.3 For Spiral wound material following shall be furnished:

a. Manufacturer's test certificate for filler material and spiral material as per the relevant
material specifications.

b. Manufacturer's test certificate for raw materials and tests for compressibility/ seal-
ability & recovery as per the relevant material specifications.

1.3.4 PMI shall be performed as per the scope and procedures defined in the Specification for
PMI at Supplier's Works (6-81-0001) for ring type joint gaskets.

1.3.5 Refer Specification no 6-81-0008 for 'Inspection & Test Plan for Gaskets'.

1.4 Full face gaskets shall have bolt holes punched out.

1.5 Filler material for spiral wound gaskets shall not have any colour or dye.

1.6 All spiral wound gaskets shall be supplied with Outer ring. Material of the outer ring shall
be CS unless otherwise specified in the MR.

1.7 For spiral wound gaskets, material of Inner Compression ring shall be same as Spiral Strip
material. In addition to the requirements as per code and as specified in the MR, inner
rings shall be provided for the following:

a. Sizes 26" and above.

b. Class 900 and above.

1.8 Hardness of metallic RTJ gaskets shall not exceed the values specified below unless
otherwise specified in MR:

Ring Gasket Material Maximum Hardness (BHN)

Soft Iron 90

Carbon steel 120

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

Page 429 of 443


STANDARD SPECIFICATION No.
ENGINEERS TECHNICAL NOTES FOR
ligar 215ieg
rrecryrens,mn.,
NIVM
INDIA LIMITED
IA G0A of Incha Uncterlaiong)
GASKETS 6-44-0056 Rev. 4
Page 5 of 5

5 Cr. 1/2 Mo 130

Type 304, 316, 321, 347 140

Type 304L, 316L 120

1.9 Face finish of metallic RTJ gaskets shall be 32 to 63 AARH.

1.10 Gaskets of different types and sizes shall be placed in separate shipping containers and
each container clearly marked with the size, rating, material specification and item code.

1.11 All items shall be inspected and approved by EIL Inspector or any other agency
authorized by EIL.

1.12 Any additional requirements specified in the requisition, shall be fully complied with.

1.13 Non-metallic ring gaskets as per ASME B16.21 shall match flanges to ASME B16.5 upto
24" (except 22" size) and to ASME B16.47B above 24" unless specified otherwise. For
22" size, the matching flange standard shall be MSS-SP44 unless specified otherwise.

1.14 Spiral wound gasket as per ASME B16.20 shall match flanges to ASME B16.5 upto
24"(except 22"size) and to ASME B16.47B above 24" unless specifically mentioned
otherwise. For 22" size, the matching flange standard shall be MSS-SP44 unless specified
otherwise.

1.15 The following abbreviations have been used in the Material Requisition for Spiral Wound
Gaskets :

(I) Inner Ring


(0) • Outer Ring
GRAFIL : Grafoil Filler

2.0 REFERENCES

6-81-0001 Specification for Positive Material Identification (PMI) at Supplier's


Works

6-81-0008 Inspection & Test Plan for Gaskets

6-78-0001 Specification for Quality Management System Requirements from


Bidders

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

Page 430 of 443


STANDARD SPECIFICATION No.
ENGINEERS TECHNICAL NOTES FOR
6-44-0057 Rev. 4
Igar tif5leg INDIA LIMITED
IA Govt of India Undettatongf
BOLTS AND NUTS
Page 1 of 5

64vd,N*1 -R-
47 7-
4‘k:r *

ocn i criI Idui 'J ig'

TECHNICAL NOTES
FOR BOLTS AND NUTS

REVISED & ISSUED AS STANDARD


9'°1A-)-
4 21.03.13 4, UK 4.7t5(H RN STD DM
SPECIFICATION
REVISED & ISSUED AS STANDARD
3 23.07.07
SPECIFICATION RN ATD DM VC
REAFFIRMED & ISSUED AS STANDARD
2 15.06.98 SH BRB BN AS
SPECIFICATION
REVISED & ISSUED AS STANDARD AS
1 30.12.92 AKG BPV GRR
SPECIFICATION
Standards Standards
Committee Bureau
Rev. Prepared Checked
Date Purpose Convenor Chairman
No by by
Approved by

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

Page 431 of 443


STANDARD SPECIFICATION No.
ENGINEERS TECHNICAL NOTES FOR
tg-ar 054-eg
1.71217 2T2a+re OP J73,A)
INDIA LIMITED
(A Govt of India Undertaking)
BOLTS AND NUTS 6-44-0057 Rev. 4
Page 2 of 5

Abbreviations:

ASME : The American Society of Mechanical Engineers

ASTM : The American Society for Testing and Materials

MR : Material Requisition

PMI : Positive Material Identification

SS Stainless Steel

Piping Standards Committee

Convenor : Mr. R. Nanda

Members : Mr. Harish Chander


Mr. M. Ismaeel
Mr. Amrendra Kumar
Mr. G. Balaji
Mr. K.J. Harinarayanan (HMTD)
Mr. P P Lahiri / Mr. S. Ghoshal (SMMS)
Mr. G.K. Iyer (Construction)
Mr. K.V.K Naidu (Projects)

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

Page 432 of 443


STANDARD SPECIFICATION No.
ENGINEERS TECHNICAL NOTES FOR
INDIA LIMITED BOLTS AND NUTS 6-44-0057 Rev. 4
I ,lecnr, am award) (A Govt Of India Undertaking)
Page 3 of 5

CONTENTS

1.0 GENERAL 4

2.0 ACCEPTABLE DEVIATIONS 5

3.0 REFERENCES 5

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

Page 433 of 443


STANDARD SPECIFICATION No.
ENGINEERS TECHNICAL NOTES FOR
Ogar 0144-eg
1.417M el,a,Je
INDIA LIMITED
IA Govt of India Undeilaking)
BOLTS AND NUTS 6-44-0057 Rev. 4
Page 4 of 5

1.0 GENERAL

1.1 The process of manufacture, heat treatment, chemical & mechanical requirements and
marking for all stud bolts, m/c bolts, jack screws & nuts shall be in accordance with the
codes/standards and specifications given in the requisition. The applicable identification
symbol in accordance with the material specification shall be stamped on each bolt and
nut. Supplier shall strictly comply with MR/PR stipulations and no deviations shall be
permitted. Post Order Waiver/ Deviation format 5-0000-0180-F1 as mentioned in Cl. 5.18
of Specification for Quality Management System Requirements from Bidders (6-78-0001)
is not applicable.

1.2 Testing

1.2.1 Test reports shall be supplied for all mandatory tests as per the relevant material
specifications.

1.2.2 Material test certificate shall also be furnished. (Heat Analysis, Product Analysis and
Mechanical Requirement)

1.2.3 PMI shall be performed as per the scope and procedures defined in the Specification for
PMI at Supplier's Works (6-81-0001).

1.2.4 Stress Rupture Test as detailed in ASTM A453 shall be carried out for all ASTM A453
bolting material irrespective of the temperature.

1.2.5 Refer Specification no 6-81-0007 for 'Inspection & Test Plan for Bolting Material'.

1.3 All bolting shall be as per ASME B 18.2.1 for studs, M/c bolts and jackscrews and ASME
B18.2.2 for nuts.

1.4 Threads shall be unified (UNC for 1" dia and 8UN for > 1" dia) as per ASME B1.1 with
class 2A fit for studs, M/c bolts and jackscrews and class 2B fit for nuts.

1.5 Stud bolts shall be threaded full length with two heavy hexagonal nuts unless otherwise
specified. Length tolerance shall be in accordance with the requirement of Table D2 of
Annexure-D of ASME B 16.5.

1.6 The nuts shall be double chamfered, semi-finished, heavy hexagonal type and shall be
made by the hot forged process and stamped as per respective material specification.

1.7 Heads of jackscrews and m/c bolts shall be heavy hexagonal type. Jackscrew end shall be
rounded.

1.8 Each size of studs & m/c bolts with nuts and jackscrews shall be supplied in separate
containers marked with size and material specifications. `CRY0' shall be marked
additionally in case `CRY0' is specified in the requisition.

1.9 All items shall be inspected and approved (stagewise) by EIL inspector or any other
agency authorized by EIL.

1.10 The heat treatment for stud bolts & nuts shall be as per code unless mentioned otherwise.

1.11 All austenitic stainless steel bolts, nuts, screws shall be supplied in solution annealed
condition unless specified otherwise in the material specification.

1.12 Any additional requirements specified in the requisition shall be fully complied with.

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

Page 434 of 443


STANDARD SPECIFICATION No.

31 ENGINEERS TECHNICAL NOTES FOR
$2-al faReg INDIA LIMITED BOLTS AND NUTS 6-44-0057 Rev. 4
Govt 01 India Undenaking)
Page 5 of 5

1.13 Stud bolts, nuts & jackscrews shall be impact tested wherever specified in the material
specification and also where the material specification is indicated as "CRYO". For S.S.
nuts and bolts minimum impact energy absorption shall be 27 Joules and test temperature
shall be -196°C unless mentioned otherwise. For other materials impact energy and test
shall be as per respective code.

1.14 Bolts/nuts of material of construction B7M/2HM shall be 100% Hardness tested as per
supplementary requirement S3 of ASTM A193.

1.15 When specified as galvanized, the studs, M/C bolts and nuts shall be 'hot dip zinc coated'
in accordance with requirements of 'class C' of `ASTM A 153'. As an alternative, electro-
galvanizing as per IS 1573, 'Service Grade Number 2' is also acceptable.

1.16 All Stud Bolts of Bolt diameter size 1" and above shall be provided with three nuts
irrespective of whatever has been specified elsewhere in the MR.

1.17 Bolting shall be protected by non-corrosive oil or grease before dispatch to prevent
rusting.

2.0 ACCEPTABLE DEVIATIONS

2.1 'Nuts' to ASTM A194Gr.7 are acceptable in place of ASTM A194Gr.4.

3.0 REFERENCES

6-81-0001 Specification for Positive Material Identification (PMI) at Supplier's


Works

6-81-0007 Inspection & Test Plan for Bolting Material

6-78-0001 Specification for Quality Management System Requirements from


Bidders

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

Page 435 of 443


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
r ENGINEERS
Ofazieleh SEAMLESS FITTING & FLANGES 6-71-0024 Rev. 4
tageg W INDIA L IMITED
Go„ a ma unam*.q■ (SIZE UPTO DN 400 mm (16")) Page 1 of 7

Maim Ri4 1 * fffg L

faMgr
(trwi alto 400 'PTA (16")'ff-W)

STANDARD SPECIFICATION
FOR
SEAMLESS FITTINGS & FLANGES
(SIZE UP TO DN 400 mm (16"))

V.` QI ;-
:i.j? (A44&/t
4 16-02-12 REVISED 8 REISSUED AS STANDARD Wer S KJ VM DM
SPECIFICATION
3 21-11-06 REVISED & REISSUED AS STANDARD MKM SK AS V C.
SPECIFICATION
2 25-10-01 REVISED & REISSUED AS STANDARD MKM KKS SJ GRR
SPECIFICATION
1 21-09-98 REVISED & REISSUED AS STANDARD ALP ASo VC AS
SPECIFICATION
0 05-07-89 ISSUED AS STANDARD SPECIFICATION MK GD RKD/SA
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 436 of 443


,FMEumom
ERS STANDARD SPECIFICATION FOR
SEAMLESS FITTING & FLANGES
(SIZE UPTO DN 400 mm (16"))
STANDARD SPECIFICATION No.
6-71-0024 Rev. 4
Page 2 of 7

Abbreviations:

API American Petroleum Institute


ASME American Society of Mechanical Engineers
ASTM American Society of Testing of Materials
BHN Brinell Hardness Number
CE Carbon Equivalent
DN Nominal Diameter
HAZ Heat Affected Zone
LPG Liquified Petroleum Gas
LTCS Low Temperature Carbon Steel
MSS-SP Manufacturers Standardization Society — Standard Practice
RTJ Ring Type Joint
SSPC Steel Structures Painting Council

Pipeline Engineering Standards Committee

Convenor : Mr. Vinay Mittal

Members : Mr. S.K. Jain


Mr. Raj Kumar
Mr. M. S. Gunjiyal
Dr. R. S. Bhatia (Piping)
Mr. R. Chaudhury (SMMS)
Mr. A. K. Chaudhary (PDD)
Mr. S. S. Lotay (Inspection)
Mr. G. K. Iyer (HO Construction)
Mr. M. P. Jain (Projects)

Format No. 8-00.0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 437 of 443


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
ENGINEERS SEAMLESS FITTING & FLANGES 6-71-0024 Rev. 4
Itgar Ell5legieir
INDIA LIMITED
Gn Undeltalng) (SIZE UPTO DN 400 mm (16")) Page 3 of 7

CONTENTS

1.0 SCOPE 4

2.0 REFERENCE DOCUMENTS 4

3.0 MANUFACTURER'S QUALIFICATION 4

4.0 MATERIALS 5

5.0 DESIGN AND MANUFACTURE 5

6.0 INSPECTION AND TESTS 6

7.0 TEST CERTIFICATES 6

8.0 PAINTING, MARKING AND SHIPMENT 7

9.0 DOCUMENTATION 7

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

Page 438 of 443


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
55ftre ENGINEERS SEAMLESS FITTING & FLANGES
SEAMLESS Rev. 4
ligzirleS INDIA LIMITED (SIZE UPTO DN 400 mm (16"))
JAG., wmund..,,,, Page 4 of 7

1.0 SCOPE

This specification covers the minimum requirements for the design, manufacture and supply of
following carbon steel flanges and fittings of size upto DN 400 mm (16") to be installed in
onshore pipeline systems handling non-sour hydrocarbons in liquid or gaseous phase including
Liquefied Petroleum Gas (LPG):

Flanges such as welding neck flanges, blind flanges, spectacle blinds, spacers and
blinds etc.

Seamless fittings such as tees, elbows, reducers, caps, outlets etc.

2.0 REFERENCE DOCUMENTS

Reference has been made in this specification to the latest edition (edition enforce at the time
of issue of enquiry) of the following Codes, Standards and Specifications:

ASME B31.4 - Pipeline Transportation Systems for Liquid Hydrocarbons


and Other Liquids

ASME B31.8 - Gas Transmission and Distribution Piping Systems

ASME B16.5 - Pipe Flanges and Flanged Fittings

ASME B16.9 - Factory Made Wrought Steel Butt Welding Fittings

ASME B 16.11 - Forged Steel Fittings, Socket Welding and Threaded

ASME B 16.48 - Steel Line Blanks

API 1104 Specification for Welding Pipeline and Related Facilities

ASME Sec VIII - Boiler and Pressure Vessel Code - Rules for Construction of
Pressure Vessels

ASME Sec IX - Qualification Standard for Welding and Brazing Procedures,


Welders, Brazers and Welding and Brazing Operators

ASTM A 370 - Standard Test Methods and Definitions for Mechanical


Testing of Steel Products

k. MSS-SP-25 Standard Marking System for Valves, Fittings, Flanges and


Unions

1. MSS-SP-97 Forged Carbon Steel Branch Outlet Fittings — Socket


Welding, Threaded and Butt welding Ends

In case of conflict between the requirements of this specification and the Codes, Standards and
Specifications referred above, the requirements of this specification shall govern.

3.0 MANUFACTURER'S QUALIFICATION

Manufacturer who intends bidding for fittings must possess the records of a successful proof
test, in accordance with the provisions of ASME B 16.9. These records shall be submitted at
the time of bidding qualifying the entire range of fittings offered.

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

Page 439 of 443


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
- ENGINEERS
aairelak SEAMLESS FITTING & FLANGES 6-71-0024 Rev. 4
Igzir talateg VW WA LIMITED
...g, (SIZE UPTO DN 400 mm (16")) Page 5 of 7

4.0 MATERIAL

4.1 The Carbon Steel used in the manufacture of flanges and fittings shall be fully killed Material
for flanges and fittings shall comply with the material standard indicated in the Material/
Purchase Requisition. In addition, the material shall also meet the requirements specified
hereinafter.

4.2 Each heat of steel used for the manufacture of flanges and fittings shall have Carbon
Equivalent (CE) not greater than 0.45 calculated from check analysis in accordance with the
following formula:
Mn Cr+Mo+V Ni+Cu
CE=C+ +
6 5 15

4.3 For flanges and fittings specified to be used for Gas service or LPG service, Charpy V-notch
test shall be conducted on each heat of steel used. Unless specified otherwise, the Charpy V-
notch test shall be conducted at 0° C in accordance with the impact test provisions of ASTM A
370 for flanges and fittings. Results of charpy test shall be recorded

The average absorbed impact energy values of three full-sized specimens shall be 27 joules.
The minimum impact energy value of any one specimen of the three specimens analysed as
above, shall not be less than 22 Joules.

When Low Temperature Carbon Steel (LTCS) materials are specified for flanges and fittings
in Purchase Requisition, the Charpy V-notch test requirements of applicable material standard
shall be complied with.

4.4 For flanges and fittings specified to be used for Gas service or LPG service, Hardness test
shall be carried out in accordance with ASTM A 370 for each heat of steel used. Hardness
testing shall cover at least 10% per item, per size, per heat, per manufacturing method. A full
thickness cross section shall be taken for this purpose and the maximum hardness shall not
exceed 248 HV I o. Hardness shall be recorded.

4.5 In case of RTJ (Ring Type Joint) flanges, the groove hardness shall be minimum 140 BHN.
Ring Joint flanges shall have octagonal section of Ring Joint.

5.0 DESIGN AND MANUFACTURE

5.1 Flanges such as weld neck flanges and blind flanges shall conform to the requirements of
ASME B16.5.

5.2 Spectacle blind and spacer & blind shall conform to the requirements of ASME B 16.48. For
sizes upto DN 400 mm (16") handle projection dimensions of spacers & blinds shall be as per
EIL Std. 7-44-0166.

5.3 Butt welded end fittings such as tees, elbows, reducers, etc. shall be seamless type and shall
conform to ASME B16.9. Socket weld and screwed end fittings shall conform to ASME B
16.11 . Ring joint Fig.8 flanges, spacers & blinds shall be female type only.

5.4 Fittings such as weldolets, sockolets, nippolets, etc. shall be manufactured in accordance with
MSS-SP-97.

5.5 Type, face and face finish of flanges shall be as specified in Material/ Purchase Requisition.

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

Page 440 of 443


zllc'
• ENGINEERS
IntlaUndadimg)
STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
SEAMLESS FITTING & FLANGES
SEAMLESS
(SIZE UPTO DN 400 mm (16"))
6-71-0024 Rev. 4
Page 6 of 7

5.6 Flanges and fittings manufactured from bar stock are not acceptable.

5.7 All butt weld ends shall be bevelled as per ASME B 16.5/ASME B 16.9/MSS-SP-97 as
applicable.

5.8 Repair by welding on flanges and fittings are not permitted.

6.0 INSPECTION AND TESTS

6.1 The Manufacturer shall perform all inspections and tests as per the requirement of this
specification and the relevant codes, prior to shipment at his works. Such inspections and tests
shall be, but not limited to the following:

6.1.1 All flanges and fittings shall be visually inspected. The internal and external surfaces of the
flanges and fittings shall be free from any strikes, gauges and other detrimental defects.

6.1.2 Dimensional checks shall be carried out on finished products as per ASME B16.5 for flanges,
ASME B 16.48 for spacers and blinds and ASME B16.9/MSS -SP-97 as applicable for fittings
and as per this specification.

6.1.3 Chemical composition and mechanical properties shall be checked as per relevant material
standards and this specification, for each heat of steel used.

6.1.4 All finished wrought weld ends shall be 100% tested for lamination type defects by ultrasonic
test. Any lamination larger then 6.35 mm shall not be acceptable.

6.1.5 Magnetic particle or liquid penetrant examination shall be performed on cold formed butt
welding tees with extruded outlets as per applicable material standard.

6.2 Purchaser's Inspector reserves the right to perform stage wise inspection and witness tests, as
indicated in clause 6.1 of this specification at Manufacturer's Works prior to shipment.
Manufacturer shall give reasonable notice of time and shall provide, without charge,
reasonable access and facilities required for inspection, to the Purchaser's Inspector.

Inspection and tests performed/witnessed by Purchaser's Inspector shall in no way relieve the
Manufacturer's obligation to perform the required inspection and tests.

7.0 TEST CERTIFICATES

Manufacturer shall furnish the following certificates:

Test certificates relevant to the chemical analysis and mechanical properties of the
materials used for manufacture of flanges and fittings as per relevant standards and
this specification.

Test Reports on non destructive testing.

c) The certificates for each fitting stating that it is capable of withstanding without
leakage a test pressure, which results in a hoop stress equivalent to 100 % of the
specified minimum yield strength for the pipe with which the fitting is to be attached
without impairment of serviceability.

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

Page 441 of 443


STANDARD SPECIFICATION FOR STANDARD SPECIFICATION No.
larazreidah ENGINEERS SEAMLESS FITTING & FLANGES 6-71-0024 Rev. 4
ant 0151e1gWir WA LIMITED (SIZE UPTO DN 400 mm (16"))
UndeftaXnal
441P7TelAWCOISFOral lA Sp. pp,,. Page 7 of 7

8.0 PAINTING, MARKING AND SHIPMENT

8.1 After all inspection and tests required have been carried out; all external surfaces shall be
thoroughly cleaned to remove grease, dust and rust and shall be applied with standard mill
coating for protection against corrosion during transit and storage. The coating shall be easily
removable in the field.

8.2 Ends of all fittings and weld neck flanges shall be suitably protected to avoid any damage
during transit. Metallic or high impact plastic bevel protectors shall be provided for fittings
and flanges. Flange face shall be suitably protected to avoid any damage during transit.

8.3 All flanges and fittings shall be marked as per applicable dimension/manufacturing standard.

9.0 DOCUMENTATION

Documentation to be submitted by Manufacturer to Company is summarized below. Number


of Copies (Hard copies / soft copies etc.) shall be as indicated in CONTRACT
document/Material Requisition.

9.1 Prior to shipment, the Manufacturer shall submit test certificates as listed in clause 7.0 of this
specification.

9.2 All documents shall be in English Language only.

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

Page 442 of 443


NOM SCH D E H P
STIFFENER OG 150CL 300CL 300CL 600CL 600CL
+0 0
C _2 RF RF RTJ RF RTJ
1-) 40, STD 154 160 168 170 171 51
1 2" 80, XS 152 158 166 168 169 48 58 8 6 6X6
160 149 155 163 165 166 40
0 XXS 147 153 161 163 164 35
IIIIMMUMMIMMEM 40, STD 177 183 190 192 198 61
ms■■ ••••mm
waAllass SUMBA/ SEE DETAIL-1 1-
MIMMMIM/JIM
MMIMMWN/
.U.1,7.wmmm
2/2 80, XS 175 181 194 190 196 57 64 8 6 6X6
160 172 179 192 188 194 51
40, STD 194 204 211 213 214 76
80, XS 192 202 209 211 212 72
3" 64 8 6 6X6
160 189 198 206 208 209 64
XXS 185 194 202 204 205 54

40, STD 232 242 250 264 266 100


80, XS 229 239 247 261 263 95 64 8 6 6X6
4" 120 227 237 245 259 261 89
AS PER MESH SPECIFICATION 160 224 234 242 256 258 83

(NOTE 1) XXS 221 231 239 253 255 75

MESH SPECIFICATIONS (NOTE-1)


STIFFENER 0G
MESH OPEN MESH
SERVICE OPENING (IN)
SPECIFICATION AREA% DESIGNATION
LOW
0
VISCOCITY 0.097 62.2 TYPE 4
8 MESH 22 SWG
0 <y< 2
MIDIUM
VISCOSITY 0.111 7 MESH 21 SWG 60.3 TYPE 3
EQUAL TEE (MATERIAL & 00 2 4 y. 8
THICKNESS AS PER SPEC.) HIGH
VISCOSITY 0.202 4 MESH 18 SWG 65.3 TYPE 2
y> 8
E
GASOLINE, 0.053 TYPE 5
EQUAL SECTION FRAME ATTACHED BY PROPANE
14 MESH 26 SWG 55.1

••• N.rr
INTERMITTENT WELD SIZE P
WATER 0.053 14 MESH 26 SWG 55.1 TYPE 5

0
•• BLIND FLANGE (MATERIAL PRESSURE
U- RATING & FACING AS PER SPEC.)
NOTES: —
1. THE MESH SPECIFICATIONS AS GIVEN IN THE TABLE ARE TO BE USED WHEN STRAINER
IS INTENDED TO BE USED AS PERMANENT STRAINER. IN CASE OF TEMPORARY STRAINER
THE MESH SPECIFICATION SHALL BE AS FOLLOWS:
FOR LINES UPTO 2 //2" —
S.S STD. STOCK MESH 0.047" DIA WIRE X0.203 SQ.CLEAR OPENING-65.9 % OPEN AREA
FOR LINES 3"& ABOVE —
S.S STD. STOCK MESH 0.08" DIA WIRE X0.253 SQ.CLEAR OPENING— 57.6 % OPEN AREA.
3/4"95 2. MATERIAL AS PER LINE SPECIFICATION.
- SCREWED
3. 3/4"0 SCREWED PLUG FOR DRAIN CONNECTION SHALL BE PROVIDED.
PLUG
C
WELD NECK FLA GE (MATERIAL, PRESSURE
PCD (NO. OF BOLTS & BOLT DIMENSIONS RATING & FACING AS PER SPEC.)
& MATERIAL TO SUIT SPEC.)

OfitiefithENGNEERS 4 23.07.07
5
REVISED AND ISSUED AS STANDARD
28.03.13 REVISED AND ISSUED AS STANDARD ify UK
RN ATD
Wr i*./RN ATD
DM
r
A DM
VC T-STRAINER TYPE-1 2"4"
STANDARD No.

#1gailaRegyri■
men, mew =mom IDIA LIMMED Rev. (A Govt. of India Undertaking)
Prepared Checked Stds. Committee Stds. Bureau
(150CL RF,300CL RF AND RTJ, 600CL RF AND RTJ)
7-44-0303 Rev. 5
Date Purpose Convenor Chairman
Page 443 of 443 No. by by Page 1 of 1
Approved by
Format No. 8-00-0001-F5 Rev. 0 Copyright EIL - All rights reserved

You might also like