Tendernotice 1

You might also like

Download as pdf or txt
Download as pdf or txt
You are on page 1of 45

TENDER NO.

: JRMM189132

INDIAN OIL CORPORATION LIMITED


Gujarat Refinery

TENDER NO. : JRMM189132

SUPPLY OF ON- OFF VALVES AS PER TENDER



SPECIFICATION AT IOCL GUJARAT REFINERY”

INVITED BY:

DEPUTY GENERAL MANAGER (MATERIALS-PURCHASE)


INDIAN OIL CORPORATION LTD. (IOCL)
GUJARAT REFINERY
PO: JAWAHARNAGAR
VADODARA PIN: 391320

Page 1 of 25
TENDER NO. : JRMM189132

INDEX
SR. DOCUMENT FORMAT PAGE NO.

1. COVERING LETTER FOR TENDER PDF 1


2. INDEX PDF 2

3. NOTICE INVITING TENDER (NIT) PDF 3

4. PRE QUALIFICATION CRITERIA PDF 4-5


5. GENERAL INSTRUCTION TO BIDDERS PDF 6-14
6. INSTRUCTION FOR RAISING INVOICE FOR GST IN MATERIALS PURCHASE CONTRACTS PDF 15
7. EVALUATION CRITERIA FOR COMPARISON OF BIDS PDF 16
8. TENDER CONDITIONS FOR BENEFITS/PREFERENCE FOR MICRO & SMALL ENTERPRISES PDF 17-20
(MSES)
9. PURCHASE PREFERENCE (LINKED WITH LOCAL CONTENT) 2017 (PP-LC) PDF 21-22

10. INVITATION LETTER FOR DIGITAL SIGNATURE CERTIFICATE (DSC) REQUIREMENT FOR PDF 23
PROSPECTIVE FOREIGN BIDDER
11. TENDER CONDITIONS WITH IMPLEMENTATION OF INSOLVENCY AND BANKRUPTCY PDF 24
CODE, 2016 (IBC)
12. SCOPE OF SUPPLY CUM TECHNICAL SPECIFICATION DOCUMENTS PDF 25 onwards
13. PRICE SCHEDULE FORMAT-PRICED XLS (UPLOADED SEPARATELY AS BOQ)
14. PROFORMA FOR DECLARATION ON ACCEPTANCE OF TENDER SCOPE, SPECIFICATIONS, XLS Refer Sheet 1 “Decl. & Accept.-on-Tender-
TERMS & CONDITIONS T&C” in XLS file named “Bid_Documents”
15. SPECIAL TERMS & CONDITIONS OF TENDER XLS Refer Sheet 2 “Special Terms & conditions” in
XLS file named “Bid_Documents”
16. AGREED TERMS AND CONDITIONS (INDIGENOUS)/ (IMPORT) XLS Refer Sheet 3(a) “ATC(ind)”/3(b) “ATC
(Imp)” in XLS file named “Bid_Documents”
17. PROFORMA FOR DEVIATIONS LIST: TECHNICAL & COMMERCIAL XLS Refer Sheet 4(a) “Deviations_Technical”/ 4(b)
“Deviations_Commercial” in XLS file named
“Bid_Documents”
18. PROFORMA FOR DETAILS OF PQC DOCUMENTS DETAILS XLS Refer Sheet 5 “PQC Doc- details” in XLS file
named “Bid_Documents”
19. UN PRICE SCHEDULE FORMAT XLS Refer Sheet 6 “Un priced-BOQ” in XLS file
named “Bid_Documents”
20. PROFORMA FOR DECLARATION OF HOLIDAY LISTING XLS Refer Sheet 7 “Holiday-list-declaration” in XLS
file named “Bid_Documents”
21. GST DETAILS XLS Refer Sheet 8 “GST Details” in XLS file named
“Bid_Documents”
22. PROFORMA FOR BANK MANDATE DETAILS, IOCL APPROVED TRANSPORTERS LIST, LIST PDF (UPLOADED SEPARATELY AS ADDITIONAL
OF IOCL APPROVED TPI AGENCIES DOCUMENT)
23. GENERAL PURCHASE CONDITIONS & BG FORMATS PDF (UPLOADED SEPARATELY AS ADDITIONAL
DOCUMENT)
24. SPECIAL INSTRUCTIONS TO BIDDERS PDF (UPLOADED SEPARATELY AS ADDITIONAL
DOCUMENT)
25. INTEGRITY PACT AGREEMENT FORMAT (If applicable) PDF Not Applicable

List of IOCL directors is available at https://www.iocl.com/AboutUs/Management.aspx


ALL ABOVE DOCUMENTS FORM PART OF THE TENDER DOCUMENTS.
In the event of any irreconcilable conflicts , the hierarchy for the acceptance shall be –
(i) Scope of Supply Cum Technical Specifications documents.
(ii) Special Terms & Conditions of Tender
(iii) Agreed Terms & Conditions (Indigenous) / Agreed Terms & Conditions (Import)
(iv) General Purchase Conditions.

Page 2 of 25
TENDER NO. : JRMM189132

1. NOTICE INVITING TENDER (NIT)– E-TENDER


TENDER NO. : JRMM189132
Indian Oil Corporation Limited, a Company incorporated in India and having its registered office at
G-9, Ali Yavar Jung Marg, “Western Express Highway”, Bandra (East), Mumbai-400 051 invites E-
tender under TWO BID (PART-I: Techno-Commercial Bid and PART-II: Price Bid) from bonafide
experienced Bidder of sound financial standing and reputation for the job(s) defined in this tender
covering following items. The details of the tender are given below:

Material Description SUPPLY OF ON-OFF VALVES AS PER TENDER SPECIFICATION AT


IOCL GUJARAT REFINERY
Quantity As per BOQ/Enquiry document
Type of Tender Global Open E-Tender – (Non-Press )
EMD Amount INR.92069.00 OR USD 1296.00
(in INR/USD)
EMD exempted categories: Micro & Small Enterprises (MSE) as mentioned in “TENDER
CONDITIONS FOR BENEFITS/PREFERENCE FOR MICRO & SMALL ENTERPRISES (MSEs)”,
Central/State PSUs & Govt. Organizations and JVs of IOCL.
Please refer “General Instruction to bidders” for information on EMD submission.
TENDER DOWNLOAD/ SALE Please refer “Critical Dates table” in Tender Details at e-tender Portal
PERIOD
BID SUBMISSION PERIOD Please refer “Critical Dates table” in Tender Details at e-tender Portal
Pre Bid Meeting On 20.03.2019, 11 A.M. at Materials Department, New Admin
Building, IOCL Gujarat Refinery, Vadodara
BID OPENING DATE & TIME Please refer “Critical Dates table” in Tender Details at e-tender Portal
Tender will be opened online on https://iocletenders.nic.in/, on or
after mentioned date & time.
Address of the Tender Issuing Authority : Deputy General Manager(Materials-Purchase),
GUJARAT REFINERY, PO: JAWAHARNAGAR, VADODARA-391320 GUJARAT,
Phone- +91-2652237276 / 2237256 /2237251
E-mail : borah_r@indianoil.in;meshramsp@indianoil.in; baruas@indianoil.in
 Tender document (Non-Transferable) can be downloaded from IOCL e-tendering web
site https://iocletenders.nic.in/
 Offer shall be submitted ONLY through online mode on above given IOCL e-tendering
website.
 Bids in physical form sent through fax / email / courier / post will not be acceptable.

Note :- Non Press E-tenders/Any Addendum / Corrigendum / Sale date extension in


respect of above tender shall be issued on our website : https://iocletenders.nic.in only and
no separate notification shall be issued in the press. Bidders are therefore requested to
regularly visit our website to keep themselves updated.

Place: Vadodara DEPUTY GENERAL MANAGER (MATERIALS-PURCHASE)

Page 3 of 25
TENDER NO. : JRMM189132

2.0 PRE-QUALIFICATION CRITERIA (PQC):


2.1 TECHNICAL CRITERIA:

The vendors to satisfy the following Pre Qualification Criteria:-

1. Bidder should be enlisted with EIL for On-Off Valves. Enlistment should be valid as on
date of bid submission or has applied for revalidation as on date of bid submission. Bidder
should submit the copy of registration (of bidder) with EIL valid as on date of submission
of bid or application addressed to EIL for revalidation of registration along with original
enlistment/ registration certificate.

2. Bidder to submit minimum 1(one) copy of purchase order for supply of ball type On-off
valves in the last five years ending on the last day of month immediately preceding the
month of date of bid submission.

2.2 FINANCIAL CRITERIA

The annual turnover of the bidders during any of the preceding three financial years should be at
least Rs. 45,68,621/- OR USD 64,309/-

2.3 COMMERCIAL EXPERIENCE CRITERIA:


For experience, the order(s) executed by the bidder, during the last five years ending on the last day of the
month immediately preceding the month in which the last date of bid submission falls on FOR / FOB
Dispatch Point basis, should be as under:

Three orders each executed for “Control valves / on- off valves” where executed value is not less than the
amount equal to Rs 22,84,311/- or USD 32,155/-

OR
Two orders each executed for “Control valves / on- off valves” where executed value is not less than the
amount equal to Rs 30,45,747/- or USD 42,873/-

OR
One order executed for “Control valves / on- off valves” where executed value is not less than the
amount equal to Rs 38,07,184/- or USD 53,591.00

NOTE:-

1. FOB/FOR Dispatch point price (inclusive of P&F and TPI charges, if any) shall be considered for arriving
at the executed order value. However, in case any other cost component like Freight charges, Taxes &
Duties etc. are not indicated separately and are already included in the Purchase Order Value, as evident
from the submitted Purchase order copies, then executed order value shall include such inclusive cost
components also for the purpose of PQC evaluation.

Page 4 of 25
TENDER NO. : JRMM189132

2. Foreign orders in currency other than USD shall be converted to USD on the date of the said Purchase
Order (Global Tenders). Orders in currency other than INR shall be converted to INR on the date of the said
Purchase Order (National Tenders).RBI reference rate shall be considered for forex conversion.

3. For fulfilling the commercial experience criteria any one of the following documents are to be submitted
along-with the un-priced bid as valid proof for meeting the criteria:

a) Purchase Order copy along with Invoice(s) with self-certification by the bidder that supplies against
the invoices covering the “similar order” have been executed to the required value.

b) Purchase Order copy along with Bank Certificate indicating payment against the PO.

c) Execution certificate by client with order value.

d) IOCL executed Purchase Orders.

e) Any other document in support of order execution like TPI release note, etc.

4. For fulfilling the financial criteria, any one of the following are to be submitted along-with the un-priced bid
as valid proof for meeting the criteria:

a) An audited balance sheet of the bidder.

b) Published Annual report.

c) In case the balance sheet is available in the public domain the same shall be accepted, necessary link
to be uploaded by the bidder.

OTHER NOTE:-
(A). The requirement for submission of audited financial statement is sometimes not accepted by some foreign
bidders due to their internal / local regulation (particularly in case such bidders are subsidiaries of other foreign
company). Instead of this they prefer to submit CEO / CFO certificate (the parent company for itself or for its
subsidiary) for their turnover or the financial statement.
In such case CEO / CFO’s certificate in original from the company or from the parent company (in case bidder
is a subsidiary) stating the turnover of the bidding entity along with a declaration that the bidding company is
not in a position to submit its financial statement as per the local / internal regulation (clearly specifying the
applicable regulation) with an endorsement by Chartered Accountant / Statutory Auditor / Certified Public
Accountant (not being an employee or a Director or not having any interest in the bidder(s) company /firm)
may be accepted.
Wherever Chartered Accountant / Statutory Auditor / Certified Public Accountant (not being an employee or a
Director or not having any interest in the bidder(s) company / firm) is not in a position to endorse such CEO /
CFO’s certificate due to local regulations, CEO / CFO’s certificate in original without endorsement may be
accepted provided a reference of the local regulation restricting this endorsement is given in the CEO / CFO
certificate.
(B). Similarly in case where the bidder cites the reasons of Non Disclosure Agreement (NDA) for its inability
to submit necessary documents in support of meeting the experience criteria, a certificate, in original, certifying
all the required information, issued by CEO / CFO of the company along with a declaration that the bidding
company is not in a position to submit the required documents owing to the NDA with an endorsement by
Chartered Accountant / Statutory Auditor /Certified Public Accountant (not being an employee or a Director or
not having any interest in the bidder(s) company / firm) may be accepted.
Wherever Chartered Accountant / Statutory Auditor / Certified Public Accountant (not being an employee or a
Director or not having any interest in the bidder(s) company / firm) is not in a position to endorse such CEO /
Page 5 of 25
TENDER NO. : JRMM189132

CFO’s certificate due to local regulations, CEO / CFO’s certificate in original without endorsement may be
accepted provided a reference of the local regulation restricting this endorsement is given in the CEO / CFO
certificate.

5. In case a foreign bidder submits any of the Pre Qualification support documents in any language other than
English, then it will be the responsibility of such foreign vendor to also provide the English translation copy
of the same duly certified, stamped and signed by their Local Chamber of Commerce.

6. Bids submitted on consortium and joint -ventures basis are not acceptable, unless otherwise specified in the
Tender.

7. IOCL reserves the right to complete the evaluation based on the details furnished with the bid without
seeking any additional information.

8. A Company (bidder) shall not be allowed to use the credentials of its parent or any group company to meet
the Experience Criteria.

9. Submission of authentic documents in time is the prime responsibility of the bidder.

a. Wherever IOCL has concern or apprehension regarding the authenticity/correctness of any


document, IOCL reserves the right of getting the documents cross verified from the document issuing
authority.

10. The bidder entity should ensure that only one bid is submitted by them directly or by their Agents* on
behalf of the bidder entity or as a Consortium Partner ( if applicable in tender). In case it is found that
bidder entity has submitted more than one bid, all their bids in the tender are liable for rejection.

* Agents for the above purposes would be one who agrees and is authorized to act on behalf of another, a
Principal, to legally bind an individual in particular business transactions with third parties pursuant to an
agency relationship.

Submission of bids by different offices / branches of the bidder entity will be considered as bids from the
same bidder entity and will be liable for rejection.

11. Offer from the following type of bidders will not be considered:

(a) Bidder(s) who are undergoing insolvency resolution process or liquidation or bankruptcy proceeding under
Insolvency and Bankruptcy Code, 2016 (Code).

(b) Bidder(s) whose insolvency resolution process or liquidation or bankruptcy proceeding is initiated under the
Code at any stage of evaluation of the bid.

Page 6 of 25
TENDER NO. : JRMM189132

3. GENERAL INSTRUCTIONS TO BIDDERS:


3.1 The Bids shall be uploaded in 2 (TWO) COVERS (COVER-1: Techno-Commercial
Bid and COVER-2: Price Bid) in case of Two bid Tender and in 1 (ONE) COVER in
case of Single bid Tender in electronic form only through Indian Oil e-tendering
system on IOCL E-Tendering website ( https://iocletenders.nic.in/)

COVER -1: Techno-Commercial Bid i.e. Un-Priced Bid should contain:


i. Online EMD / Scanned Copy of EMD Instrument : Demand draft/Bankers
Cheque/Bank Guarantee (if applicable)

ii. Bid_Documents XLS file containing sheets as under, duly filled as applicable and
digitally signed as bidder’s acceptance and confirmation :
a. Sheet 1 “Decl. & Accept.-on-Tender-T&C” - PROFORMA FOR DECLARATION ON
ACCEPTANCE OF TENDER SCOPE, SPECIFICATIONS, TERMS & CONDITIONS
b. Sheet 2 “Special Terms & Conditions”- SPECIAL TERMS & CONDITIONS OF TENDER
c. Sheet 3(a) “ATC(ind)”/3(b) “ATC(Imp)”- AGREED TERMS AND CONDITIONS
(INDIGENOUS)/ (IMPORT)
d. Sheet 4(a) “Deviations_Technical”/ 4(b) “Deviations_Commercial”- PROFORMA
FOR DEVIATIONS LIST: TECHNICAL & COMMERCIAL
e. Sheet 5 “PQC Doc- details”- PROFORMA FOR PQC DOCUMENTS DETAILS, if applicable as
per Tender.
f. Sheet 6 “Un priced-BOQ” - UN PRICE SCHEDULE FORMAT.
g. Sheet 7 “Holiday-list-declaration- PROFORMA FOR DECLARATION OF HOLIDAY LISTING
h. Sheet 8 “GST Registration Details” – Goods & Service Tax (GST) Registration Details

iii. Documents towards fulfillment of Pre-Qualification Criteria of the Tender (If


applicable as per Tender) as per details submitted in Sheet 5 “PQC Doc-
details”- PROFORMA FOR PQC DOCUMENTS DETAILS

iv. On date valid copy of MSE certificate (if applicable) and /or Bank details as per
format given in additional documents (if applicable). IN CASE THESE
DOCUMENTS ARE NOT APPLICABLE, PLEASE UPLOAD A PDF FILE, ONLY
INDICATING “NOT APPLICABLE”

v. Any other documents IF specifically asked to be uploaded, in the relevant packet.

COVER-2: PRICED BID should contain:


i. Prescribed Price Schedule (BOQ) with Prices. The priced BOQ should be
uploaded strictly as per format available with the tender in the website failing
which the offer is liable for rejection. “The Prices should be quoted in
‘Price BOQ’ only and should not be quoted in any other document”

Page 7 of 25
TENDER NO. : JRMM189132

NOTE: In case of Single bid Tender, the Price Bid shall also be a part of Cover-1.
In case of Single bid Tender, if the bidder is silent on any Tender Clause which calls for
commercial loading, it will be assumed that the bidder has not accepted the specific clause
and specified commercial loading shall be done for evaluation purpose. No confirmation shall
be sought by IOCL after opening of bids.

3.2 A) In case Earnest Money Deposit (EMD) is applicable in the tender as per NIT, the
following shall be applicable for INDIAN BIDDERS

a) EMD amount upto Rs. 1 lac. : EMD to be submitted through online payment at IOCL e-
tender portal along with the offer. EMD payment through Demand Draft, Bankers
Cheque and Swift Transfer shall not be accepted.

b) EMD amount more than Rs. 1 lac. : EMD can be submitted through online payment at
IOCL e-tender portal along with the offer or through Bank Guarantee (BG). Validity of
BG in lieu of EMD shall be 3 months beyond bid validity. Bank Guarantee must be
strictly as per IOCL format as per Annexure-A of IOCL GPC. Scanned Copy of EMD
instrument i.e. Bank Guarantee has to be uploaded in the un-priced bid and the bidder
should also ensure that the above mentioned Original BG in physical form duly enclosed
in a sealed envelope super-scribed with “Offline EMD”, Bidder’s Name, Tender No., Bid
Submission End Date & Item, is received at the Office of DY GENERAL MANAGER
MATERIALS (PURCHASE), Indian Oil Corporation Ltd., Gujarat Refinery, P.O.
Jawaharnagar, Dist. Vadodara – 391 320 as per following schedule:

I. Single Bid Tenders: Before due date and time of opening of bids.
II. Two Bid Tenders: Within 7 working days from the date of opening of technical bids.

Note:
i) For the purpose of receipt of BG, the time recorded in the Receipt / DAK section against
receipt shall be considered as receipt time.

ii) Only those Physical BG instruments found matching with the copy submitted in the e-
portal shall be considered as valid.

IOCL shall not be responsible for postal/courier delay, non-receipt or loss in transit.

IN CASE BIDDER DOES NOT SUBMIT EMD AS MENTIONED ABOVE, THEN THE
BID SHALL BE LIABLE FOR REJECTION.

3.2 B) In case Earnest Money Deposit (EMD) is applicable in the tender as per NIT, the
following shall be applicable for FOREIGN BIDDERS
a) EMD amount upto Rs. 1 lac. : EMD to be submitted through online payment at IOCL e-
tender portal along with the offer. EMD payment through Demand Draft/ Bankers
Cheque/Swift Transfer shall also be accepted.

b) EMD amount more than Rs. 1 lac. : EMD can be submitted through online payment at
IOCL e-tender portal along with the offer/Demand Draft/Swift Transfer or Bank
Page 8 of 25
TENDER NO. : JRMM189132

Guarantee(BG). Validity of BG in lieu of EMD shall be 3 months beyond bid validity. Bank
Guarantee must be strictly as per IOCL format as per Annexure-A of IOCL GPC.

In case of submission of physical EMD instrument i.e. Demand Draft/ Bankers


Cheque/Bank Guarantee, scanned Copy of EMD instrument has to be uploaded in the un-
priced bid and the bidder should also ensure that the Original EMD instrument in physical
form duly enclosed in a sealed envelope super-scribed with “Offline EMD”, Bidder’s Name,
Tender No., Bid Submission End Date & Item, is received at the Office of DY GENERAL
MANAGER MATERIALS (PURCHASE), Indian Oil Corporation Ltd., Gujarat Refinery,
P.O. Jawaharnagar, Dist. Vadodara – 391 320 as per following schedule:

I. Single Bid Tenders: Before due date and time of opening of bids.
II. Two Bid Tenders: Within 7 working days from the date of opening of technical bids.

Note:
i) For the purpose of receipt of Physical EMD instrument, the time recorded in the Receipt /
DAK section against receipt shall be considered as receipt time.

ii) Only those Physical EMD instrument found matching with the copy submitted in the e-
portal shall be considered as valid.

IOCL shall not be responsible for postal/courier delay, non-receipt or loss in transit.

EMD shall be in equivalent US Dollar. Based on authorization by foreign bidder, their Indian
associates may be allowed to submit EMD in INR in form of only Online payment at IOCL e-
tender portal.

IN CASE BIDDER DOES NOT SUBMIT EMD AS MENTIONED ABOVE, THEN THE
BID SHALL BE LIABLE FOR REJECTION.”

3.3 The IOCL Banker’s details required for issue of Bank Guarantees Only are as under:

Bank Name : State Bank of India


Account Number : 10135305063
Bank IFSC code : SBIN0000568
Branch Name : Gujarat Refinery
Address : Bajwa Branch, PO. Jawaharnagar (Adjacent to Indian Oil Corporation Ltd.
Administrative Building), Vadodara, Gujarat 391320

Please ensure to indicate Tender No., Bankers name, contact person name, phone, email,
and Fax No. on Bank Guarantee covering letter of the Bank and on envelop, to expedite BG
confirmation from your bankers, as required by IOCL.

BGs less than Rs. 1 cr may be accepted from any scheduled bank (including nationalized
banks, other scheduled commercial banks, scheduled cooperative banks and scheduled
regional rural banks) as appearing in the Second Schedule to the RBI Act 1934.

BGs of Rs. 1 cr and above may be accepted, which is issued by any of the following Banks:
Page 9 of 25
TENDER NO. : JRMM189132

1. Allahabad Bank
2. Bank of Baroda
3. Bank of India
4. Bank of Maharashtra
5. Canara Bank
6. Central Bank of India
7. Corporation Bank
8. Indian Bank
9. State Bank of Bikaner & Jaipur
10. State Bank of Hyderabad
11. State Bank of India
12. State Bank of Mysore
13. State Bank of Patiala
14. State Bank of Travancore
15. UCO Bank
16. Union Bank of India
17. United Bank of India
18. Vijaya Bank
19. Andhra Bank
20. Dena Bank
21. IDBI Bank
22. Indian Overseas Bank
23. Oriental Bank of Commerce
24. Punjab & Sind Bank
25. Punjab National Bank
26. Syndicate Bank
27. ICICI Bank
28. HDFC Bank
29. Kotak Mahindra Bank
30. South Indian Bank
31. Federal Bank
32. Exim Bank
33. ING Vysya Bank
34. Axis Bank
35. Yes Bank
36. Citi Bank n.a.
37. HSBC Bank
38. Deutsche Bank ag
39. Bank of America n.a
40. Royal Bank of Scotland
41. BNP Paribas
42. Bank of Nova Scotia
43. Bank of Tokyo-Mitsubishi UFJ Ltd.
44. Mizuho Corporation Bank Ltd
45. Barclays Bank Plc
46. ANZ Bank
47. JP Morgan Chase Bank
48. Standard Chartered Bank
49. DBS Bank
50. First Rand Bank

BGs from any bank other than above can be accepted only if the same is counter-
guaranteed by any of the above 50 banks.

In case the vendor is submitting Bank Guarantee towards EMD or Performance, as per
tender conditions, the vendor to also ensure that The rating of bank sanctioning the BG
should not fall below the rating of 'A' from Moody's or equivalent (from other rating
agency) in case of foreign bank and rating of at least 'AA' from CRISIL or equivalent (from
Page 10 of 25
TENDER NO. : JRMM189132

other rating agency) in case of Indian banks during the tenor of the BG. In case the rating
falls below threshold level at any time during the tenor of BG, the party will arrange to
replace the BG, at its own cost, through any of the bank acceptable to IOC.

3.4 Offer shall be submitted ONLY through online mode on above given IOCL e-tendering
website as per the “Critical Dates” mentioned in the Tender details at IOCL e-tender
portal. The UNPRICED BIDS shall be opened on or after the date and time indicated in
“Critical dates”. IOCL reserves the right to extend the Tender due date before bid
opening. The PRICED BIDS of the Techno-Commercially acceptable bidders shall be
scheduled for opening, at IOCL e-tender portal on a suitable date, and shall be opened
online on or after this scheduled date at IOCL e-tender portal.

3.5 Bids in physical form sent through fax / email / courier / post will not be acceptable.

3.6 Bids will be accepted only through the IOCL e-tender portal. Online bids to be
submitted well in advance to avoid any last minutes hurdles or inconvenience. Please
note that that tender issuing authority is not responsible for the delay / non
downloading of tender document by the recipient due to any problem in accessing the
e-tender website. The tender issuing authority is also not responsible for delay in
uploading bids due to any problem in the e-tender website.

3.7 In case of involvement of foreign vendors, tenders can be submitted either by the
vendor directly or by their Indian agent on behalf of them, but not both. The Indian
agent should represent only one vendor and he is not allowed to quote on behalf of
another vendor for subsequent or parallel tender for the same job.

3.8 Demand draft/banker’s pay order/banker’s cheque for EMD (if & as applicable)
should be in “New CTS-2010 compliant format” in favor of Accounts Officer, IOCL,
Gujarat Refinery payable at Vadodara.

3.9 Release of EMD :


a. EMD of bidders disqualified during techno-commercial bid evaluation shall be released
immediately after approval of Price Bid Opening.
b. EMD of bidders qualified in the techno-commercial bid but unsuccessful in the price bid
stage shall be released immediately after final approval of the ordering proposal by the
competent authority.
c. EMD of the successful bidder shall be released after receipt of an acceptable PBG. In case
PBG is not applicable, EMD of successful bidder shall be returned after ordering.

3.10 EMD exempted categories: Micro & Small Enterprises (MSE) as mentioned in “TENDER
CONDITIONS FOR BENEFITS/PREFERENCE FOR MICRO & SMALL ENTERPRISES (MSEs)”,Central/State
PSUs & Govt. Organizations and JVs of IOCL. IOCL reserves the right to allow purchase
preference to MSEs, DMEPs (if applicable as per tender) and to JV Companies as per
IOCL policy in vogue.

3.11 Please quote your rates, other charges and applicable taxes in the space provided in
the Prescribed Price Schedule (Priced BOQ) and Agreed Terms & Conditions, as
applicable.
Page 11 of 25
TENDER NO. : JRMM189132

3.12 In case any Taxes, freight and other components asked for in the Tender are not
indicated by the Bidder, the same shall be considered to be borne by the Bidder.

3.13 Techno-Commercially acceptable bids shall be evaluated based on evaluation criteria,


Commercial loadings will be as per scope of the tender. The GST rates and HSN/SAC
codes quoted by the bidder shall be treated as final. Any higher rate of tax actually
invoiced shall be adjusted in price. Generally the lowest bid (Item-wise) shall be
accepted, unless otherwise specified/decided by IOCL in its own Interest. Foreign bids
shall be compared considering Bill Selling Rate released by SBI on the date of Price bid
opening.

In case of tie of evaluated cost between two or more bidders, discount may be taken
from all the L1 bidders through price negotiation. In case, there is still a tie, quantity
may be equally divided amongst the bidders. In case, quantity cannot be divided, the
bidder with maximum turnover may be ordered the full quantity.

3.14 Bidders must submit specific loss control aspects of the offered materials.

3.15 Only Biodegradable / recyclable / reusable type packing material should be used for
supply of materials.

3.16 Suo-moto increase in price or withdrawing of Offer within the validity period shall not
be allowed and the Offer shall be rejected. Further the vendor shall be liable for action
as per Holiday Listing Procedure of IOCL. Suo-moto price reduction by a supplier shall
not be considered for evaluation. However, if the same supplier happens to get the
order based on original price bids, the benefit of such reduction shall be availed of for
placement of order.

3.17 On account of exigencies, in case bids have to be revalidated before PBO beyond the
originally sought validity, the same may be allowed with or without change in prices.
However, IOCL reserves the right to cancel such tender and refloat the same.

3.18 Negotiations shall not be conducted with bidders as a matter of routine. However, IOCL
reserves the right to conduct Negotiations.

3.19 IOCL reserves the right to make any changes in the terms and conditions of Enquiry and to
accept or reject any bid or all the bids without assigning any reason and without incurring
any liability to the affected bidder(s). IOCL reserves the right to reject, accept or prefer any
tender or to abort the bidding process without assigning any reason whatsoever.

3.20 Tender can be abandoned without assigning any reason and no compensation shall be paid
for the efforts made by the bidder.

3.21 Although normally the lowest responsive bid amongst the bids submitted by bidders are
considered by IOCL to be qualified and competent shall be preferred, IOCL reserves the
right not to accept the lowest bid if in its opinion this is not in the interests of IOCL.
Page 12 of 25
TENDER NO. : JRMM189132

3.22 Payment may be made by E-payment or Cheque at discretion of IOCL.

3.23 A Tender is also liable for rejection in the following circumstances:

i. Does not pay the EMD before deadline


ii. Does not fulfill minimum pre qualification criteria as per the Tender Documents
iii. Submits the tender late i.e. after due date and time
iv. Unsolicited tenders
v. Stipulates the validity period less than what is stated in the Tender Documents
vi. Stipulates his own conditions and does not agree to withdraw the deviations,
rendering his bid unacceptable
vii. Does not disclose the full names and addresses of all his partners or Directors as
applicable wherever called for in the tender.
viii. Does not fill in and digitally sign the required annexures, specifications, etc. as
specified in the tender.
ix. Does not submit bid in the prescribed format making it impossible to evaluate the
bid
x. Indulges in tampering of tender documents
xi. Does not conform to any tender condition which stipulates non-conformance of
tender conditions as a rejection criteria

3.24 EMD shall be forfeited and the vendor may be put in holiday list in case:
a)The Tender is accepted and the vendor fails to furnish Performance Bank
Guarantee (if applicable) or to execute the contracts within the stipulated period.
b) In case the bidder alters/modifies/withdraws the bid suo-moto after opening the
bids (un-priced bids in case of 2 bid tender) and within the validity period. In
such a case, the tender submitted by the bidder shall be liable for rejection.
c) Tampering of e-documents.

3.25 Bidders should declare if the offered product is based on IOCL (R&D) formulation, and
if yes, whether the agreement for royalty payment with IOCL is valid. The vendor
should also enclose an undertaking for the applicable royalty rate payable to IOCL
(R&D), while submitting the offer. Gujarat refinery shall cross check the applicable
royalty from R&D centre, while evaluating the bids. Incentive will be considered while
evaluating the bids by applying negative loading to the rates quoted by manufacturers
using IOCL (R&D formulations, to the extent of royalty inflow to IOCL (R&D, after
adjustment of taxes and surcharges, if any.

3.26 Supplemental letters for revision in prices received from bidders shall be considered
only in those cases where the revision in the price is asked for by IOCL based on
changes in specification/scope of work/commercial terms and conditions.

3.27 ALL CORRESPONDENCE SHALL BE IN ENGLISH LANGUAGE ONLY.

3.28 It shall be the responsibility of the tenderers to fill complete, correct and accurate
information in line with the requirements / stipulations of the tender documents,
Page 13 of 25
TENDER NO. : JRMM189132

regarding their past experience and other information required to facilitate due
evaluation / consideration of their tenders.

If any information given by the bidder / tenderer is found to be incorrect in any


particular, considered by the OWNER to be relevant for the evaluation of the bid /
tender, or is found by the OWNER to misrepresent the facts, or if any of the documents
submitted by the tenderer / bidder in support of or relevant to the bid /tender is found
by the OWNER to be forged, false or fabricated, the owner may reject the bid, and
without prejudice to any other right(s) of action or remedy available to the owner, the
owner may forfeit the Earnest Money given by the bidder in the form of Earnest Money
deposit or bank guarantee in lieu of Earnest Money Deposit in order to compensate the
OWNER for the expenses incurred by it in considering the bid (and not by way of
penalty) and take action for putting the bidder / tenderer on holiday list for such period
as the OWNER in this behalf considers warranted and / or to remove the bidder /
tenderer from the approved list of vendors.

3.29 Refinery being sensitive establishment from fire and safety point of view therefore
vehicle shall be allowed in battery area only equipped with fire extinguisher and spark
arrestor. The personal entering refinery area shall be equipped with PPEs.

3.30 Truck / Tanker should report at IOCL, Gujarat refinery's gate by 8.30 am (excluding
Sundays or holidays) in order to facilitate unloading at the earliest and release of
trucks.

3.31 Motor vehicle act: Vehicles shall follow motor vehicle act 1988 & its latest updated
revision and all other applicable laws of land during transportation of the material
from bidder’s works to Gujarat refinery.

3.32 Successful Vendor to indicate the name of driver/khalasis on the lorry receipt/challan
etc. so that the same can be verified at the entry gate while allowing entry by CISF.
This is required for enhancing security measures for incoming material.

3.33 Successful Vendor to also ensure availability of required original and valid documents
like RC Book, Insurance Papers, Fitness certificate of Vehicle
(Tanker/Truck/Container), Driving License and Cleaner’s photo pass etc. at the time of
dispatch of Materials & delivery at Gujarat Refinery. This shall enable CISF at Gujarat
Refinery to allow them smoothly inside Refinery due to security reasons and avoiding
any hassles at Refinery Gate. In case of non availability of original RC Book in the
vehicle, Notarised (True Copy) of RC Book will also be accepted.

3.34 Any legal dispute shall be within the jurisdiction of local court of the Purchasing
Office / Authority.

Page 14 of 25
TENDER NO. : JRMM189132

4.Instruction for raising Invoice for GST in Materials


Purchase contracts
Invoice raised shall contain the following particulars-
a) Name, address and GSTIN of the supplier;

b) Serial number of the invoice;

c) Date of issue;

d) Name, address and GSTIN or UIN, if registered of the recipient;

e) Name and address of the recipient and the address of the delivery, along with the State and its code,

f) HSN code of goods or Accounting Code of services;

g) Description of goods or services;

h) Quantity in case of goods and unit or Unique Quantity Code thereof;

i) Total value of supply of goods or services or both;

j) Taxable value of supply of goods or services or both taking into discount or abatement if any;

k) Rate of tax (Central Tax, State Tax, Integrated Tax (for inter-state supply), Union Territory Tax or cess);

l) Amount of tax charged in respect of taxable goods or services (Central Tax, State Tax, Integrated Tax (for inter-
state supply), Union Territory Tax or cess);

m) Place of supply along with the name of State, in case of supply in the course of inter-state trade or commerce;

n) Address of the delivery where the same is different from the place of supply and

o) Signature or digital signature of the supplier or his authorized representative.

p) GST invoice shall be prepared in triplicate, in case of supply of goods, in the following manner-

q) The original copy being marked as ORIGINAL FOR RECIPIENT;

r) The duplicate copy being marked as DUPLICATE FOR TRANSPORTER and

s) The triplicate copy being marked as TRIPLICATE FOR SUPPLIER.

t) In case of any advance given against any supplies contract, the supplier of the goods shall issue Receipt Voucher
containing the details of advance taken along with particulars as mentioned in clause 4(a),(b), (c), (d), (g), (k), (l),
(m)& (p).

IOCL GST DETAILS:

LEGAL NAME INDIAN OIL CORPORATION LTD.


PAN AAACI1681G
GSTIN of State of Gujarat i.e. relevant for 24AAACI1681G1ZV
Gujarat Refinery (Excluding LAB Plant)
GST registration number for LAB-BE at 24AAACI1681G2ZU
Gujarat Refinery is

Page 15 of 25
TENDER NO. : JRMM189132

5.EVALUATION CRITERIA FOR COMPARISON OF BIDS:


Following costs, taxes, duties etc., as applicable, shall be used for evaluation of bids if not
defined otherwise in tender:
 Basic ex-works cost
 Third party inspection charges, if any
 Packing & Forwarding charges,
 FOB/FCA charges ,if any (in case of foreign vendors/imports),
 All taxes and duties applicable in India for both Indian and foreign bidders/imports:
 Port handling charges (for foreign vendors/imports)
 Marine/Air Freight (in case of foreign bidders/imports),
 Inland Freight ( in case of foreign bidders/imports as well as indigenous bidders)
 Transit Insurance (Marine/Air insurance for foreign bidders/imports & inland insurance
for both)
 Testing charges, if applicable
 Technical and commercial loadings, as defined in the Tender document.
 Any other charges indicated by the bidder

For Foreign Bidders/Imports:-

Comparison cost shall be arrived at considering all components as mentioned below :

i. F.O.B./FCA price quoted by the bidder (including stowage charges in case of pipes)

ii. Marine insurance (Warehouse to Warehouse) @1%

iii. Prevailing rate of Customs Duty.

iv. All taxes and duties applicable in India

v. Port handling charges @ 3%

vi. Inland freight charges from Port to project site @ 2% of landed cost at Port of Entry

Foreign bids shall be compared considering the Bill Selling Rate released by State Bank of
India as on the date of price bid opening.

Page 16 of 25
TENDER NO. : JRMM189132

6. Tender Conditions for Benefits/Preference for Micro & Small Enterprises


(MSEs)
i. As per Public Procurement Policy for Micro & Small Enterprises (MSEs) Order, 2012 issued vide
Gazette Notification dated 23.03.2012 by Ministry of Micro, Small and Medium Enterprises of Govt.
of India, MSEs must be registered with any of the following in order to avail the benefits/preference
available vide Public Procurement Policy MSEs Order, 2012.

a. District Industries Centers (DIC)


b. Khadi and Village Industries Commission (KVIC)
c. Khadi and Village Industries Board
d. Coir Board
e. National Small Industries Corporation (NSIC)
f. Directorate of Handicraft and Handloom
g. Any other body specified by Ministry of MSME

ii. MSEs participating in the tender must submit the certificate of registration with any one of the
above agencies, along with their bid.

iii. The registration certificate issued from any one of the above agencies must be valid as on close date
of the tender. The successful bidder should ensure that the same is valid till the end of the contract
period.

iv. The MSEs who have applied for registration or renewal of registration with any of the above
agencies / bodies, but have not obtained the valid certificate as on close date of the tender, are not
eligible for exemption/preference.

v. The MSEs registered with above mentioned agencies / bodies are exempted from payment of
Tender Fee, if any and Earnest Money Deposit (EMD), if any.

vi. Purchase Preference – Subject to meeting terms and conditions stated in the tender document
including but not limiting to prequalification criteria, twenty five percent of the total quantity of the
tender is earmarked for MSEs registered with above mentioned agencies/bodies.

MSE registered as Manufacturer shall be allowed for Purchase Preference


as under:

1. Single item tender (shall not be split) or Multiple items tender (which
cannot be split as per tender conditions):
In case the L1 price is that of a non MSE bidder, then the MSE bidder (whose price is nearest to L1
price) shall be allowed to supply total tendered value provided its price is within the price band of
L1 price + 15 percent and it matches the L1 price. In case the MSE bidder (whose price is nearest to
L1 price) refuses to match the L1 price, then the next MSE bidder (whose price is 2 nd nearest to L1
price and is within a price band of L1 price + 15%) shall be allowed to supply total tendered value,
provided it matches the L1 price and so on. If no MSE bidder whose price is within a price band of
L1 price + 15% accepts to match the price of the L1 bidder then the Purchase Order shall be placed
on the L1 bidder.

Page 17 of 25
TENDER NO. : JRMM189132

2. Multiple items tender (tenders which can be split):


a) MSE bidder(s) is/are L1 for item(s) and the total evaluated price of such items
>=25% of the total tendered value: Purchase Preference shall not be applicable for the
balance items.

b) In other cases, items where the L1 price is that of non MSE bidder(s) and price of MSE
bidder(s) is within a price band of L1 price + 15%, “such” items will be offered to MSE
bidder(s) (whose price is nearest to L1 price) for price matching as detailed below. On price
matching Purchase Order for “such” items shall be placed on the concerned MSE bidder(s):

(i) Sum Total of the total evaluated L1 price of “such” items and total evaluated L1 price of items
where the L1 price is that of MSE bidder(s), is less than 25% of the total tendered value: All
“such” items will be offered for price matching. In case the MSE bidder (whose price is nearest to L1
price) refuses to match the L1 price, the item will be ordered on the L1 bidder.

(ii) Sum Total of the total evaluated L1 price of “such” items and total evaluated L1 price of
items where the L1 price is that of MSE bidder(s) is >=25% of the total tendered value: “Such”
items will be offered for price matching in such a way that the Sum Total of the total evaluated L1
price of “such” items and total evaluated L1 price of items where the L1 price is that of MSE
bidder(s) is at least 25% of the total tendered value. The Items to be offered to MSE bidder(s) will
be selected on the basis of the % difference between the L1 price and MSE bidder price (whose price
is nearest to L1 price) in ascending order. During this exercise in case the MSE bidder (whose price
is nearest to L1 price) refuses to match the L1 price, the item will be ordered on the L1 bidder and
will not be replaced by new item for price matching even though the above mentioned 25% of the
total tendered value is not achieved.

For e.g.
There are 10 line items in a tender.
 In 3 line items the L1 price is that of MSE bidder(s) but total evaluated L1 price of these items is less
than 25%
 In 4 line items the L1 price is that of non MSE bidder(s) and price of MSE bidder(s) is within a price
band of L1 price + 15%. These 4 line items will be arranged in ascending order as explained above
in b)ii).

Suppose the total evaluated L1 price of (A) (3 line items where MSE is L1 bidder) along with first 2
line items of (B) adds up to 25% or more of the total tendered value, then first 2 line items of (B)
only will offered for price matching.

Type Of Tender Price Quoted By MSE How To Finalize Tender


Can be split L-1 Full order on MSE
Can be split Not L-1 but within L- % 25% order on MSE subject to matching
1+15 L-1price
Cannot be split L-1 Full order on MSE
Cannot be split Not L-1 but within L- Full order on MSE subject to matching L-1
1+15 price

Page 18 of 25
TENDER NO. : JRMM189132

3. Single Item Tenders (which can be split):-


In case the L1 price is that of a non MSE bidder and price of MSE bidder(s) is within a price band of
L1 price + 15%, then MSE bidder(s) shall be allowed to supply 25% of the total tendered quantity
provided they match the L1 price. In case there is more than one such MSE bidder then the 25% of
the total tendered quantity shall be divided among those MSE bidders as per IOCL guidelines for
splitting of tenders (refer Note b). If no MSE bidder whose price is within a price band of L1 price +
15% accepts to match the price of the L1 bidder then the L1 bidder shall be allowed to supply the
entire tendered quantity.

A. Guidelines for splitting of 25% of the total tendered quantity: In case the price of two or more MSE
bidders is same, then splitting shall be done equally amongst these bidders. In case there are two
MSE bidders with different prices then the splitting shall be done among L1 & L2 bidder in the ratio
of 60:40. Similarly in case of 3 MSE bidders the splitting shall be done among L1, L2 & L3 bidder in
the ratio of 50:30:20 and in case of 4 MSE bidders the splitting shall be done in the ratio of
40:30:20:10.

4. Single Item tenders which are to be split in predetermined lots like


60:40, 50:30:20 etc.

Single item tender which is to be split in predetermined quantity lots (60:40, 50:30:20 etc.)
to ensure multiple sources of supply at the same L1 price:

A. If any MSE bidder is eligible to supply any of the predetermined lots by the virtue of being the L1
bidder or by matching the price of the L1 bidder as per the tender conditions for lot system, then no
Purchase preference shall be applicable.

B. In case the L1 price is that of a non MSE bidder and no MSE bidder is eligible to supply any of the
predetermined lots by matching the price of the L1 bidder as per the tender conditions for lot
system but the price of MSE bidder(s) is within a price band of L1 price + 15%, then the MSE bidder
(whose price is nearest to L1 price) shall be allowed to supply the smallest lot size of the tender,
provided they match the L1 price. In case this MSE bidder refuses to match the price of the L1
bidder then the next MSE bidder (whose price is 2nd nearest to L1 price and is within a price band of
L1 price + 15%) shall be allowed to supply this smallest lot size of the tender, provided they match
the L1 price and so on. If no MSE bidder whose price is within a price band of L1 price + 15%
accepts to match the price of the L1 bidder then the Purchase Orders shall be placed as per the
tender conditions of lot system.

Note:
 Total Tendered value means Total lowest evaluated Price.
 Price means Evaluated Price.
 A line item of the tender shall not be further split in multiple items tender. (FOR SR NO -2 i.e.,
Multiple items tender (tenders which can be split))
 Negotiations shall not be conducted with bidders as a matter of routine. However, IOCL reserves the
right to conduct Negotiations with the L1 bidder. In such case the eligible MSE bidder will have to
match the Negotiated L1 price. The price band of L1 price + 15% shall be based on pre-negotiated
L1 price but all other criteria defined above shall be based on Negotiated L1 price.
Page 19 of 25
TENDER NO. : JRMM189132

vii. Out of the twenty Five percent target of annual procurement from micro and small enterprises four
percent shall be earmarked for procurement from micro and small enterprises owned by Scheduled
Caste & Scheduled Tribe entrepreneurs and 3% shall be earmarked for Micro & small enterprises
owned by women . In the event of failure of such MSEs to participate in the tender process or meet
the tender requirements and L1 price, four percent and three percent sub-target so earmarked
above shall be met from other MSEs.

viii. To qualify for entitlement as SC/ST owned MSE, the SC/ST certificate issued by District Authority
must be submitted by the bidder in addition to certificate of registration with any one of the
agencies mentioned in paragraph (I) above. The bidder shall be responsible to furnish necessary
documentary evidence for enabling IOCL to ascertain that the MSE is owned by SC/ST. MSE owned
by SC/ST is defined as:

a. In case of proprietary MSE, proprietor(s) shall be SC /ST


b. In case of partnership MSE, the SC/ST partners shall be holding at least 51% shares in the
enterprise.
c. In case of Private Limited Companies, at least 51% share shall be held by SC/ST promoters.

NOTE:

1. In case where tender quantity can be split and MSE vendor is already getting order for
more than 25% of the tender value, no additional purchase preference is required to be
given in that tender.

2. In case MSE vendor is already getting order for less than 25% of the tender quantity,
purchase preference to this and other MSE vendors (together) shall be given only up to the
differential quantity to make total as 25% to MSE vendor.

Page 20 of 25
TENDER NO. : JRMM189132

7. Tender Conditions with Implementation of Insolvency


and Bankruptcy Code, 2016 (IBC)

(a)It will be the responsibility of the bidder to inform IOCL within 15 days from the date of order
of insolvency resolution process or liquidation or bankruptcy proceeding passed by the
Adjudicating Authority namely, National Company Law Tribunal (NCLT) or Debt Recovery
Tribunal (DRT) under the Code.

(b) If bidder refuses or fails to share the information regarding their status of insolvency
resolution process or liquidation or bankruptcy proceeding in their bid or at any later stage, their
offer is liable to be rejected by IOCL.

(c ) IOCL reserves the right to cancel/terminate the contract without any liability on the part of
IOCL immediately on the commencement of insolvency resolution process or liquidation or
bankruptcy proceeding of any party under the contract.

(d) IOCL reserves its right to evaluate and finalise the bid without considering the bid of any
party undergoing insolvency resolution process or liquidation or bankruptcy proceeding under the
Code regardless of the stage of tendering.

(e) A declaration / undertaking shall be submitted by the bidder in the Format (as per
ANNEXURE) along with techno commercial bid.

Guide lines for Evaluation & Short closure:

a) After opening of price bid but before award, if a bidder(s) is(are) rejected due to initiation of
insolvency resolution process or liquidation or bankruptcy proceeding under Insolvency and
Bankruptcy Code, 2016 (Code), tender will be finalized ignoring such bid(s).

b) During execution of contract, if insolvency resolution process or liquidation or bankruptcy


proceeding under Insolvency and Bankruptcy Code, 2016 (Code) is initiated against a contractor
and IOCL decides to short close the contract, same will not attract clause of risk and cost of
GCC.

Page 21 of 25
TENDER NO. : JRMM189132

ANNEXURE

PERFORMA FOR DECLARATION ON PROCEEDINGS UNDER INSOLVENCY AND BANKRUPTCY


CODE, 2016

Tender No. :
Name of Work :
Bidder ’s Name : ………………………………………………………. .

I/ We, M/s. __________________________________ declare that:-

(i) I /We am / are not undergoing insolvency resolution Process or liquidation or bankruptcy
proceeding as on date.
(ii) I /We am / are undergoing insolvency resolution process or liquidation or bankruptcy
proceeding as on date as per Details mentioned below. (Attached detail with technical bid)

Note: Strike out one of above which is not applicable.

It is understood that if this declaration is found to be false, Indian Oil Corporation Ltd. shall have
the right to reject my / our bid, and forfeit the EMD, if the bid has resulted in a contract, the
contract will be liable for termination without prejudice to any other right or remedy (including
holiday listing) available to Indian Oil Corporation Ltd.

Place:
Date: Signature of Bidder
Name of Signatory

Page 22 of 25
TENDER NO. : JRMM189132

8. PURCHASE PREFERENCE (LINKED WITH LOCAL CONTENT) 2017 (PP-LC)


ONLY FOR GLOBAL TENDERS

INSTRUCTIONS FOR PREFERENCE (LINKED WITH LOCAL CONTENT)- PPLC

Bidders seeking benefit under “Purchase Preference (linked with local content) (PP-LC)” policy are
required to submit in the Price Bid (as an additional pdf document apart from Priced BOQ), the price break-up
of “local component” and “Imported component” in the format for calculation of local content as defined in
Annexure-II to the heading “Purchase Preference (linked with Local Content) 2017 (PP-LC)”, otherwise no
benefit shall be given.

In case, bidders are not eligible for any preference as per the PP-LC policy, they should also submit additional
pdf document apart from Priced BOQ, by indicating “Not applicable”, in the Price Bid.

For availing the benefit under “Purchase Preference (linked with local content) (PP-LC)” policy, the bidder
has to submit/provide the following:

a) Declaration of preference of policy in “Agreed Terms & Conditions” format of tender in un-priced bid.

b) Undertaking on bidder’s letter head confirming their meeting the local content duly certified as defined in
Cl. No. 5.1. under the heading “Purchase Preference (linked with Local Content) 2017 (PP-LC)”, in un-
priced bid.

c) Calculation of local content as defined in Annexure-II to the heading “Purchase Preference (linked with
Local Content)2017 (PP-LC)”, in priced bid.

Page 23 of 25
TENDER NO. : JRMM189132

Gujarat Refinery

ONLY FOR GLOBAL TENDERS

To,

Prospective Foreign bidder who wish to participate in the Global E-Tender No.
JRMM189132

Dear Sir
Indian Oil Corporation Limited (IOCL), Gujarat Refinery have published the subject
E-Tender on website https://iocletenders.nic.in. For participating in the E-Tendering,
Digital Signature Certificate (DSC) is required as mentioned in the Instructions to Bidders
of the Tender Document. Procedure for obtaining Digital Signature by Foreign Vendors
is attached in subsequent pages of this document. As per the procedure, one of the
documents required is “Invitation letter from the Tender Inviting Authority for participation
in the Tender”. This letter is an Invitation to all Foreign bidders, who meet the Pre-
Qualification Criteria as specified in the Tender documents and wish to participate in the
subject E-Tender. The evaluation of bids and selection of the successful bidder shall be
as per the Tender documents and guidelines of Indian Oil Corporation Ltd. which will be
final and binding on all the bidders.

Yours faithfully,

For and on behalf of Indian Oil Corporation Limited

DEPUTY GENERAL MANAGER(MATERIALS-PURCHASE)

Page 24 of 25
TENDER NO. : JRMM189132

9.SCOPE OF SUPPLY-CUM-TECHNICAL SPECIFICATIONS

Page 25 of 25
ENQUIRY

Enquiry No.:JRMM189132

_________________________________________________________________
TWO BID
Offer Ref..........
Date...............

Dear Sir,

We shall be grateful to receive your quotation filled in the copy ofthis enquiry
for the supply of following items.

Sr.no.Item Code and Unit Qty


Description

GROUP: 1
CONTROL VALVES AND PARTS: MISCELLANEOUS / OTHERS

0010 8390990098 EA 3.000


each
16IN 300
ITEM TEXT
IMPORTANT NOTE: SPECIFICATION MENTIONED UNDER"ITEM TEXT" SUPERCEDES ANY
SPECIFICATION MENTIONED UNDER "GROUP" OR ANY WHERE ELSE. VENDOR SHALL
FOLLOW SPECIFICATIONS MENTIONED UNDER "ITEM TEXT" ONLY.

Items required are 16" 300# Ball type On-Off valves with Tag
Nos.USY-01/02/03 resp.
The item is to be provided should be as per the specifications enclosed
as Annexure-1:Technical Procurement Specification for On-Off valves,
Annexure-2:QAP, Annexure-3:Datasheet for SDV, Annexure-4:Datasheet of

Signature of Vendor with Office Seal


ENQUIRY

Enquiry No.:JRMM189132
____________________________________________
_____________________________________

Sr.no.Item Code and Unit Qty


Description

SOV: ,Annexure-5 : Datasheet of AFR.

Bidder to submit the duly filled, signed and stamped copies of


Annexures-1, 2, 3, 4 & 5 alongwith the offer.

Note:Third party inspection is required.

BREAKUP OF QUANTITY
Gujarat Refinery : 3.000EA

Signature of Vendor with Office Seal


Instrumentation Maintennace
Technical Procurement Specification
On - Off Valve
ANNEXURE-1

Technical Procurement Specification


For
On - Off Valve (Ball Type)
List of contents
Clause No. Description
1. General
2. Special Instructions to bidders
3. Site conditions
4. Area Classification
5. Codes & standards
6. Scope of Work and Supply for Supplier
7. Design & construction
8. Nameplate
9. Finish
10. Certifying authority
11. Inspection & testing
12. Documentation
13. Packing & Preservation
14. Sub supplier list
15. List of Annexure
1 General
1.1 Scope

This Specification together with the purchase documents, datasheets and / or drawings attached / referred
herein defines the minimum instrumentation requirements for design, engineering, manufacturing,
inspection, testing, painting, packing and supply of On- Off Valves.

On - Off Valve shall be line size full bore ball type.

All instruments shall be supplied strictly in accordance to this Technical Procurement Specification along
with Instrument Data sheets as mentioned in the Index of Relevant Documents and all other documents as
mentioned in the Index of Relevant Documents shall be interpreted as an integral part of this Procurement
Specification.

In the event of any conflict between this specification, data sheets, related standards, codes etc., the
purchaser should refer the matter to the IOCL for clarifications and only after obtaining the same in writing
should proceed with the manufacture of the items in question.

Vendor shall follow QAP Enclosed in Annexure-2.

IOCL’s tender data sheets indicate valve capacity, materials for body, trim, packing and acessories etc.
However, this does not absolve the vendor of the responsibility for proper selection with respect to the
following:.

 Actuator to meet the shut-off differential pressures indicated.


 Materials for body, trim, packing box and other parts of the valve for the fluid and conditions
indicated.
 Materials used for various parts of all accessories of the control valve like air filter regulators,
solenoid valves, proximity switches, smart positioners, pilot relays, volume boosters, locking
relays, interconnecting tubing and fittings etc.
 Checking and proper treatment for cavitation, flashing and noise and ensuring that the body
velocity is within the permissible limits.
 Any material or accessory which may not have been specifically mentioned but which is
necessary for satisfactory and trouble free operation and maintenance of the on/off valves shall
be furnished without any extra charge.
 Both air failure and power failure condition for on-off valve to be considered for Design. Air lock
relay to be provided wherever required.
 Steam jacketing for all valves on off & control application to be provided in congealing service as
per requirement.

1.2 Language for documentation

The project language is English.


2 Special Instructions to Bidders:

Bidders must follow the following guidelines while submitting their offer. IOCL reserves the right to reject offers
not complying with these guidelines, without any intimation to the Bidder.

a) Bidder shall meet technical PQC criteria as specified in the tender document, failing which the offer will
not be considered for evaluation.
b) Before the submission of the final Tender documents, bidders have to participate in the Pre-Bid meeting
at IOCL, Gujarat Refinery.
c) The offer shall be in following format only. Offer submitted in any other format shall not be considered for
evaluation & summarily rejected.

Section 1: Signed and stamped (on each page) copy of complete specifications shall be submitted as a
confirmation of acceptance of this tender specification. Bidder to fill in values in “Bidder’s response”
column wherever it is required to be indicated. Bidder to submit the duly filled, signed and stamped
copy of the certificate for logistic support provided with the tender specifications.

Section2: Technical Deviations to specification/tender document if any shall be clearly listed in the
“Proforma for deviations-Technical”. If there are no deviations, Bidder shall say “NO DEVIATIONS” under
this section. Deviations mentioned elsewhere in the offer shall be considered null and void and shall not
be considered for offer evaluation. In absence of any written deviation clearly specified in the offer
under this section, it will be assumed that all the specifications and requirements of the subject tender
are complied with and No deviations whatever will be accepted after the placement of order.

Section 3: Complete technical catalogues of the offered positioner,actuator,valve,SOV,limit switch,AFR


etc. shall be attached against this section. Wherever Bidder has been asked to furnish details under the
technical specifications, the same shall be included in this section.

3 Site Conditions

Atmospheric Pressure : 747 – 755 mm Hg (Normal : 750mm Hg)


Atmospheric Temperature : Min. 5 Deg C, Max. 50 Deg C (Dry Bulb Temp.)
Wind Velocity : Min. 2km/hr, Avg. 5km/hr, Max. 25 km/hr (For design 47m/s, IS:875)
Wind direction : East to West in summer, West to East in Winter.
Relative Humidity : Min. 35%, Max. 95%
Specific Gravity of air : 1.25 kg/m3.
Viscosity of air : 1.74 x 10-5 to 1.95 x 10-5 Ps-s.

4 Area Classification

If not stated otherwise in the datasheets, The ex-protection class of instruments located in the Hazardous
area shall conform to Zone 1, Gas Group IIC, Temperature T3 or better as per IEC.
5 Codes and Standards
The related standards referred herein and mentioned below shall be of the latest edition of the following
codes, standard practices and publications, unless otherwise specified:

Codes/Standards Title

ANSI B 2.1 American national standard pipe threads


ANSI B16.5 Pipe Flanges and Flange Fittings NPS 1/2 through NPS 24
ANSI B16.47 Series B Pipe flanges and Flanged fittings NPS 26 through NPS 60
ANSI B1.20.1 Pipe threads, general purpose (inch)
ASME/ANSI B 16.34 Valves- Flanged, threaded and welding end
ASME/ANSI B16.20 Metallic Gaskets for Pipe Flanges
Standard Material Requirements, Sulphide Stress Cracking
NACE MR-01-75
Resistant Metallic Materials for Oil-field Equipment
ISO 5208/API 598/ANSI FC
Seat Leakage Classification
70.2(as per datasheet)
IBR Indian Boiler Regulation.
IEC 60079 Electrical Apparatus for Explosive Gas Atmosphere
Constructing and tests of intrinsically safe
IEC 60079-11
and associated apparatus
IEC 60529 Classification of Degree of Protection Provided by Enclosure
EN-50.014 up to and incl. Electrical apparatus for potentially explosive
EN-50.020 Atmospheres
ISA S75.01 Control valve equations
ISA S75.02 Control valve procedure capacity test
ASME B 16.10 Face to Face & End to End Dimensions of valves
BS EN 10204 Material Certification
OSHA Occupational Safety & Health Authority
ISO 9001 Quality Management Systems
IS 5 Painting Shade
ANSI/API 607/6F/BS6755
Fire safe testing requirements
Pt 2
API SPEC 6D Specification for Pipeline Valves
Antistatic valves: Metal Ball Valves - Flanged, Threaded and
API 608
Welding Ends

6 Scope of Work and Supply for Supplier


The scope of Instrument vendor/ supplier / Manufacturer with respect to this Instrument package as per
the specification shall include but not limited to:
() Design & Engineering
() Supplier/Sub Supplier Drawing Review
() Manufacturing / Procurement
() Painting
() Acceptance test and inspection of ex-factory items
() Documentation & Drawings
() Statutory approvals
() Inspection
() Transportation
7 Design & Construction
7.1 General
Cl. No. IOCL’s requirement Bidder’s response
7.1.1 Type: Metal seated ball valves
7.1.2 Sizing standard: Full bore - Line size
7.1.3 Actuator: Piston with spring return scotch yoke/Rack &
pinion type
7.1.4 End Connection: Flanged
7.1.5 Body Material: CS/SS/AS according to datasheet
7.1.6 Leakage class: API 598 (leakage class shall be as per
datasheet)
7.1.7 Seat: Seat MOC offered shall be suitable for the
leakage class and as per datasheet
7.1.8 NDT Test : ASME B16.34

7.2 Valve Body


Cl. No. IOCL’s requirement Bidder’s response
7.2.1 The valve body rating should be equal to or better than
the flange rating specified in the data sheets.
Material of valve body shall be according to the
datasheet.
7.2.2 For 3 inch and larger valves, lifting lugs or eyelets shall
be provided to enable the valve to be lifted and
supported vertically during installation.
7.2.3 Flow Direction
Unless otherwise mentioned, flow direction shall be as
below:
 Flow tending to open for single seated valves.
 Flow entering between the seats for double seated
valves.
 Flow entering at the side and checking at the bottom
for angle valves.
Flow direction must be cast on the body.
7.2.4 End Connections
Unless otherwise mentioned, end connection details
shall be as below.
 All valves must have flanged end connection Unless
otherwise mentioned in IOCL’s tender.
 Flanged end connections shall be as per ANSI B 16.5.
 Flange face finish shall be serrated as per ANSI B 16.5.
 Ring type joint flanges shall be octagonal as per ANSI
B 16.20.
Face-to-face dimensions of rotary on/off valves shall be
in accordance with ANSI B 16.10.
7.2.5 Where provided, bottom drains shall be plugged off or
blind flanged. Where a plug is used, threads shall
correspond to ANSI B 2.1(NPT). Where Flanges are used,
their dimensions and rating shall correspond to ANSI B
16.5. The flange rating shall be as per datasheet.

7.3 Bonnet and stem


Cl. No. IOCL’s requirement Bidder’s response
7.3.1 Bonnet
 The bonnet shall be flange bolted to the body.
Threaded connections are not permitted.
 Wherever the operating temperature of the fluid is
above 200 deg. C, an extension or radiation finned
bonnet shall be provided. For temperature below 0
deg. C extension bonnet should be provided.
7.3.2 Stem
The stem surface finish should be fine. Extra fine
surface finish shall be provided whenever the packing
material is Teflon/chevron/graphoil
Stem shall be forged or machined from forged / rolled
bar. No casting is permitted. However integral stem of
cast stainless steel ball valve is acceptable.

7.4 Trim
Cl. No. IOCL’s requirement Bidder’s response
7.4.1 The term ‘trim’ covers those parts of body assembly
(excluding the body, bonnet and bottom flange) which
are exposed to and in contact with the line medium,
consisting of but not limited to the seat ring, valve plug
stem, valve plug, valve plug guide, guide bushing and
cage.
7.4.2 The materials of the trim must be as specified in IOCL’s
tender data sheet. However, as a minimum
requirement, trim shall be 316 stainless steel, with
guide bushing of hardened Stainless steel, for
temperature above 300 deg C stellited facing shall be
used for guide posts without any plating. Guide
bushings shall always be harder by a minimum of 125
Brinnel than the guide post, like 440C, 17-4 PH for all
valve up to a pressure drop of 10 Kg/Cm2. The special
cases may require Hastelloy, Duriment, Monel etc. For
higher pressure drops or erosive and slurry services
and in general for all steam services, hard surfacing of
plug, seal rings and sealing area of inner valve with
satellite shall be used.
7.5 Design and Materials

Cl. No. IOCL’s requirement Bidder’s response


7.5.1 The plug characteristics must be as mentioned in
instrument datasheets.
7.5.2 Wherever stelliting of trim has been specified in IOCL’s
tender data sheets, it stands for stelliting of the
complete plug, and seat joint, orifice, unless otherwise
specified.
7.5.3 Wherever cavitating conditions are expected , bidder
shall use materials of sufficiently high hardness and
consider use of special plug-to seat passages.
7.5.4 The ball of ball valve shall not protrude out outside the
end flanges of valve.
7.5.5 Leakage class shall be as specified in the datasheets.

7.6 Sizing
Cl. No. IOCL’s requirement Bidder’s response
7.6.1 The valve shall be Full bore - Line size.
7.6.2 All the units of measurement for various items in the
vendor’s specification sheets shall be to the same
standards as those in the IOCL‘s data sheets

7.7 Noise
Cl. No. IOCL’s requirement Bidder’s response
7.7.1 Vendor shall examine each valve for noise generation
possibilities.
Noise from Rotary valve during operation shall be
limited to OSHA specified levels or better.
The maximum noise level for each control valve shall
be limited to 85dBA (Decibels) at 1 meter downstream
of valve and 1 meter away the pipe. For noise levels
higher than this, the vendor shall take into account any
noise attenuating devices, such as special trims, in-line
diffusers or combination of these so as to reduce the
noise within the specified limits. Source treatment for
noise shall be preferred by using special trims like anti-
noise trims; in case any noise exceeds the allowable
level. Path treatment may be adopted over and above
source treatment if required and after taking suitable
concurrence from IOCL.
Valve and silencer must be checked as a system
7.8 Packing Box
Cl. No. IOCL’s requirement Bidder’s response
7.8.1 The packing box shall be flange bolted to the
bonnet.Generally low friction types packing like
braided Teflon are preferred wherever operating
conditions permit. High temperature above 200 ºC
minimum graph oil preferably non- lubricated packing
to be used. Packing containing asbestos is not
recommended.
7.9 Actuator

Cl. No. IOCL’s requirement Bidder’s response


7.9.1 The actuator shall be rotary piston and cylinder type.
Rotary vane type actuators are not
acceptable.Actuator must be pneumatic cylinder
piston type scotch yoke OR rack and pinion type. The
actuator shall be single acting spring return type.
Bidder to select the type of actuator based on torque
calculations.
7.9.2 Actuator shall be sized for the shut-off differential
pressure indicated in IOCL’s data sheets.
7.9.3 Springs shall be corrosion-resistant and cadmium or
nickel-plated. They shall be of the enclosed type. Their
compression should be adjustable.
7.9.4 All valves shall be provided with stem travel indicator.
Valve stem position indicator scale shall be calibrated
from 0 to 100% in steps of 10% to indicate percent of
maximum capacity for the corresponding percent of
travel with clear OPEN and CLOSE position marking.
7.9.5 All pneumatic connection for external air supply shall
be ½” inch. Items requiring an air supply shall be
provided with its own air set (air filter and regulator
with pressure gauge.) The instrument air tubing shall
be of size ½ “ OD unless higher size is required to meet
the specified requirement. The tubing material shall
be of SS 316.
7.9.6 The actuator of the shut down valve shall be selected
considering min. instrument air supply pressure of 3.5
Kg/cm2g.
7.9.7 Based on the torque calculations, If volume tanks are
required (wherever single acting spring type actuator
is not feasible-as in a double acting rotary piston
actuator), then the volume tanks shall be sized for
minimum three shutdown operations for the shut
down valves. Each bottle shall be provided with safety
valves, non return valves and pressure gauge. The
volume tank shall be of carbon steel construction and
sized as per ASME section VIII for a design pressure of
10kg/cm2 as a minimum. Accessories like pressure
relief valve and tubings shall be of SS316 MOC. Other
accessories can be of cast aluminium. Air vessel for
backup system shall be mounted near ON-OFF valves
separately and shall not be mounted on the actuator
yoke. The volume tank with all the accessories shall be
in bidder’s scope of supply
7.10 Accessories
Cl. No. IOCL’s requirement Bidder’s response
7.10.1 Air tubing for all the valves shall be done by the
Vendor at his workshop. The complete valve assembly
shall include the valve, Actuator, Air Filter Regulator,
Solenoid valve, Limit switch and other accessories
deemed necessary to meet the technical requirements
along with the necessary tubing involved.

7.10.2 Solenoid Valve


Solenoid valve should be of Universal type and as per
specification as annexure-4. SIL3 certificate for offered
SOV model is mandatory.
7.10.3 Limit Switch
Application: Separate proximity switches must be
provided for ON and OFF position indication.
7.10.3.1 Type: Proximity type only. Inductive proximity probes
are preferred and shall be NAMUR type.
7.10.3.2 Intrinsically safe: Yes
7.10.3.3 Temp. Class: T3 or better
7.10.3.4 Operation type: Direct acting
7.10.3.5 Mounting position: Top, on the actuator
7.10.3.6 Body material: Hard anodised Aluminium-Powder
coated, high corrosion resistant.
7.10.3.7 Fastener material: SS316
7.10.3.8 Position sensor: Yes
7.10.4 Air Filter Regulator
Bidder to offer as per Specification enclosed as
Annexure-5

8 Nameplate
Cl. No. IOCL’s requirement Bidder’s response
8.1 Each control valve shall have an SS nameplate attached
firmly to it at a visible place, furnishing the following
information-
 Tag no. as per purchaser’s data sheets.
 Body and port sizes in inches.
 Action on air failure.
 Spring range.
 Air supply pressure.
Manufacturer’s model no. for the valve body, actuator
, SOV and limit switch

9 Finish
Cl. No. IOCL’s requirement Bidder’s response
9.1 The body shall be painted as below:
 Carbon steel body - Light grey
 Alloy steel body - Canary yellow
 Stainless steel body - Natural
 Steam Services - Silver
9.2 The actuator shall be painted as below:
 Direct acting (open on air failure) valves - Green
 Reverse acting (close on air failure) valves - Red
9.3 All valve accessories of the valve shall be weatherproof
to IP-65.
9.4 Painting shade shall be as per IS: 5. Painting shall be
with anti-corrosive paint.

10 Certifying Authority
Cl. No. IOCL’s requirement Bidder’s response
10.1 All explosion-proof/intrinsically safe instruments and
accessories shall be certified by Chief Controller Of
Explosive, India. This is a mandatory requirement.
10.2 All the instruments shall be certified for zone-1
irrespective of whether the area is classified as ZONE-1
or ZONE-2 HAZARDOUS AREA.

11 Inspection And Testing


Cl. No. IOCL’s requirement Bidder’s response
11.1 The offered On/Off valves shall be inspected by third
party at manufacturer works by IOCL approved TPI.
11.2 Before inspection all the On/ Off valves along with its
accesories shall be made ready in accordance with the
latest issue of the requisition and relevant documents
including the approved drawings.
11.3 Minimum tests to be carried out and scope of Third
party Inspection shall be as per the QAP provided in
tender Annexure- 2.
11.4 The On/ Off valves along with its accesories shall be
complete and shall be able to function correctly.
Inspection will only be performed, if all items are
present in suppliers workshop and all pre-assembling
have been made. If necessary for the functional
testing, temporary interconnections of the different
parts of the systems shall be made by the vendor.
11.5 For valves radiography procedure and area of casting
to be radio-graphed shall be as per ANSI B16.34 and
acceptance criteria shall be as per ANSI B16.34
Annexure B, in general. However, areas of casting to
be radio graphed for type of valves / de-super heaters
not covered in ANSI B16.34 shall be in line with ANSI
B16.34.
11.6 100% radiography shall be done on the following areas
of each items requiring radiography:-
 Inlet Flange Neck
 Outlet Flange Neck
 All Weld Joints.
11.7 Following test shall be performed as a minimum and
test certificate shall be furnished for valves along with
its accesories for TPI review.
 Calibration / test certificates shall be furnished
 Seat leakage test certificated shall be furnished
 Material Certificates shall be furnished
 Hydro test certificate shall be furnished
 Macrotech Test as A105 Clause S1 for flanges of
rating ANSI 900# and above(if applicable)
 Material test certificates including special
requirements like NACE(if specified in the
datasheet), shall be furnished.
 Certificate from statutory for Ex protection shall be
furnished

12 DOCUMENTATION

12.1 Following documents are to be submitted by the vendor alongwith the offer
a) Duly filled, signed and stamped copy of IOCL’s tender document alongwith all its annexures.
b) Technical literature/catalogue as per Cl.2 above.
c) BOM.
d) Typical GAD
e) CCOE/ PESO certificates for the electrical/electronic items.
f) SIL3 certificate for offered Solenoid valves

12.2 Post Order Documents to be submitted by the bidder for review/ approval.
Documentation Requirements Review/ Approval
Valve GAD indicating all the accessories, their make,
model, size For Approval
QAP For Approval
BILL OF MATERIALS For Approval
Note: Schedule of submission of the above documents shall be aligned to meet the delivery requirements.

1.1 Following documents to be submitted by the vendor alongwith material supply


a) One copy of all the approved documents
b) Valve GAD indicating all the accessories, their make, model, size
c) BILL OF MATERIALS indicating all the accessories, their make, model, size and quantity
d) Operation and maintenance manual -2sets
e) Calibration / test certificates
f) Material test certificates
g) Certificate for IBR Form III C(if applicable as per datasheet)
h) Hydrotest certificates
i) NDT/Radiography reports for all welded joints
j) CCOE/ PESO certificates for the electrical/electronic items.
k) All TPI witnessed and/or reviewed documents
l) Fire safe test certificate
13 Packing & Preservation
Cl. No. IOCL’s requirement Bidder’s response
13.1 Proper care shall be taken during shipping. All items
shall be adequately packed to withstand shipping
conditions, without damage.
Adequate packing shall be provided to protect against
rust, corrosion and damage during transportation and
storage for instrument being supplied by Supplier. All
threaded holes shall be provided with plastic
caps/plugs. It is supplier’s responsibility to ensure all
items are adequately protected during shipment.
Transportation shall be as mentioned in the
commercial document

14 Sub Supplier List


SR. NO. ITEM SUPPLIER
1 Solenoid Valve ASCO/ HERION/Equivalent
Placka/JRU/Emerson Process
management/Shavo Norgren/ABB Ltd./Fisher
2 Air Filter Regulator
Sanmar Ltd./Dresser/Bellofram Instruments(I)
Pvt. Ltd.
3 Proximity Switches P&F/equivalent
Astec/Excel-Hydro/Fluid control Pvt.
4 Compression fittings Ltd./Hilok/Precision Ind./Excelsior Engg.
Works/Precision Engg. Industries

15 List of Annexure

Annexure No. Document Description


Annexure-1 Technical Procurement Specification for On-Off valves
Annexure-2 Quality Assurance Plan
Annexure-3 Valve data Sheets
Annexure-4 SOV specification sheet
Annexure-5 Air filter regulator datasheet
Annexure - 2
SL NO ACTIVITY QUALITY METHOD OF QUANTUM OF REFERENCE ACCEPTANCE QUALITY INSPECTION SCOPE
CHARACTERISTICS CHECK CHECK DOCUMENTS CRITERIA RECORDS
VENDOR TPI
1 Compliance with specification &GA drawings Ensure compliance To corelate 100% ORDER SPEC & ORDER SPEC & GA Serial cards A1 R
documents GA DRG DRG &inspection
tags
2 Conformity of material of body bonet seat and Physical,chemical Verify certificate 100% Relevent ASTM Relevent ASTM Certificates R R
plug &mechanical standards standards (MTC)

Valves as specified in datasheet Radiography Review films 100% As per ASME B As per ASME B RG films & R R
16.34(Annex-B) 16.34(Annex-B) reports
Body &bonet Magnetic particle inspection Visual 100% As per ASME B As per ASME B MP R R
16.34(Annex-C) 16.34(Annex-C) INSPECTION
REPORT

Body,bonet,seat ,plug &cage Positive material Analysis 10% As per IOCL As per IOCL tender PMI reports A2 R
identification(wherever tender spec spec
applicable)
3 Hydrotest of body Leak test Test for leakage 100% As per No leak Test A1 R
at 1.5 times ISA S 75.19 certificates
rated pressure

4 Assembly leak tightness test(pneumatic) Leak test Test of leakage 100% As per IOCL No leak Test A1 R
at gasket joints tender spec certificates
by applying
80psi pressure

5 Seat leak test Testing as per applicable Check for leak 100% As per tender API 598 Test A1 R
leakage class spec certificates
6 Actuator pressure test Test to 5 psi above spring Check for leak 100% As per tender No leak Test A1 R
range spec certificates
8 Functional test on valve & accessories Verfy functional correctness Visual 100% DATA SHEET DATA SHEET Test A1 W1
certificates
9 Visual inspection Appearance,nameplate, Visual 100% DATA SHEET& DATA SHEET Test A1 W1
painting GA DRAWING certificates
10 Dimensional check End connection &overall Visual 100% GA DRAWING DATA SHEET Test A1 W1
dimension certificates
11 Packing &shipping Check compliance Visual 100% As per tender As per tender spec Test A1 R
spec certificates
12 Document summission to customer.All NACE, Check compliance Visual 100% As per tender As per tender spec Test A1 R
IBR,MTC,Hydrogen service special spec certificates
tests,WARRANTY TEST CERTIFICATE ETC

INSPECTION WITNESS CODE DOCUMENT CODE


A1- 100% INSPECTION TEST R : DOUMENT REVIEW
A2- 10% SAMPLE INSPECTION TEST AP: SUBMIT DOCUMENT FOR APPROVAL

W1- 100% WITNESS INSPECTION TEST IN: SUBMIT DOCUMENT FOR INFORMATION
VENDOR’S SIGNATURE & DATE WITH COMPANY SEAL
W2- 10% WITNESS INSPECTION TEST S: FINAL DOCUMENT SUBMISSION TO
CUSTOMER

1
Annexure 3

Remote Operated On-Off Valve


Tag Number Item No. ROV-01,02,03(3 Nos.)
Manufacturer Model NOTE-1 NOTE-1
General Service LPG
Line No./Line size/Line Sch. 16"-B4A/16"/Sch. XS
NACE IBR Radiography YES 100%
Valve Type BALL VALVE FULL BORE / TRUNNION TYPE SEAT
Body Size Body Form 16" 300#
Body Material ASTM A352 Gr. LCB
Connections Rating Flanged RF 300 Lbs
Flange Finish RAISED FACE & 125 ~ 250 AARH
Valve Seat/ Packing Material Lubrication&Isolation Soft, R PTFE (No Viton)
Body/Trim Shaft Material SS316/ 17-4 p H (Vendor Std)
Ball Entry Side
Bolting Studs A193-GR B7 Nuts A194-GR 2H
Trim Material Trim Charactoristics SS316 + H Cr. (Fire Safe) ON-OFF
Leakage Class VI as per API 598
Anti-Static Design Yes as per API 608
Model Speed (RPM) NOTE-1 ----
Size NOTE-1
Refer Technical procurement
Actuator Orientation Actuator Form NOTE-1 Specification Clause 7.9
Ingress Protection Electrical Protection IP 65 Zone I, IIC, T3 or better
Supply Inst. Air Electric 3.5 to 5.5 Kg/cm2g Solenoid - 110 V AC
Action on Air Failure Action on Power Failure Close Close
Fire safe certificate Required. Fire safe valve as per API 607/6F/BS 6755 Pt-2
Actuator Air Filter Regulator 1 No.
Solenoid Valve ASCO /Herion
Makes only (Ref. Note 3) Yes (SIL3 Certified); 1 no. as per annexure 4
Limit Switch (FLP& WP) REQUIRED Refer Note-6
Mounting Proximity Switch inside SS Box
Quick Exhaust REQUIRED
Vol. Booster Yes, For 3 valve strokes
Volume Bottle To be provided for two operations
Fusible link Required , the link shall melt at 79 Deg C and close the valve in case of fire
Handwheel Yes,Side mounted
Power Cable
Electrical Control Cable 1/2" NPT(F); Cable glands for Limit Switches to be supplied by the bidder
Connection ESD Cable 1/2" NPT(F); Cable glands for SOVs to be supplied by the bidder

Fluid LPG
Fluid Type Phase Hydrocarbon LIQUID
Operating Pressure 9 KG/CM2 (g)
Design Pressure 14.5 KG/CM2 (g)
Operating Temperature MIN/NOR/MAX (-35) / 5~35/ 55 deg C
Design Temperature 55 deg C
Process Data
Max. Diff. Pressure for Actuator Size 14.5 KG/CM2 G
Density Viscosity 592.8 kg/m3 @ 45 Deg C 554 kg/cm2 @ 1 Deg C
Line Size and Sch. Inlet Outlet 16"/Sch. XS 16"/Sch. XS
Speed of Design NOTE-1
Operation (seconds) Actual NOTE-1
Max. Flow Co-efficient Cv NOTE-1
Valve Colour Red
Flow Direction Arrow indicating the direction of flow to be engraved on the body casting
Others Valve travel time from full open to full close Slow opening (adjustible) and Quick Closing
Third Party Inspection Required as per scope indicated by IOCL
Mating flanges for piping hook up for each valve Required. Flanges shall be suitable as per process conditions
Notes :
1. NOTE-1 Cells marked "NOTE-1" to be filled in by Vendor in their offer.
2. Vendor shall submit their offer in IOCL format only duly filled, supported by printed technical documents & accompanied with necessary technical catalogues & model decoding
information for Valves, Actuator,Solenoid Valve,Limit switch etc.

3. Refer attached datasheet for SOV(Annexure-4).


4. For Air Filter Regulator Refer Annexure-5

5. Air tubing for the valve shall be done using SS 316 tube with double compression type fittings of branded make.
6. Limit switches shall be Intrinsically safe proximity type with area approval for Zone I, IIC & Ingress Protection conforming to IP65 (min.) .Detailed specification as per Cl. 7.10.3 of
Annexure-1.

7. All spare / unused port of pneumatic devices shall be provided with bug screen

8. Vendor to quote third party inspection separately.Vendor to follow the minimum inspection scope provided in the tender.

DEVIATION (Please furnish separately, if any) NO DEVIATION VENDOR'S SIGNATURE WITH SEAL
Gujarat Refinery
Instrumentation Maintenance

Technical Specifications of SOV

Annexure-4
Sl. No. Description IOCL's Requirement Vendor's Response
1 No. of Ways (Type) 3/2 way
2 Size Body / Port 1/4" / By Vendor
3 End Connection 1/4" NPTF
Valve 4 Body Material SS 316
5 Trim Material SS 316
6 Body Rating Maximum 10 Kg/cm2g
7 Operating Mode Universal
Enclosure Ex proof Solenoid Enclosure conforming to
8
min. Zone 1, IIC T3, IP 65
Cable Entry 1/2" NPTF (Ni. Plated brass Double
9 compresion cable gland to be supplied by
the bidder)
10 Type of Energisation Continuous
Electrical
11 Power Supply 110 VAC
12 Power Consumption Low Power Consumption type preferred.
13 In rush Current Bidder to specify
Insulation Class
14
Class H,Temperature rise limited to class-B
15 Voltage Tolerance + 10%, - 15%
Field Manual Reset Required (FMR plunger/level shall be
16
Options preferrably of SS material)
17 Bug Screen for Vent port SS Bug Screen Required
18 Fluid Instrument Air
Pressure Min. / Oper. / Max.
Service 19 3.5 | 5.5 | 8
(Kg/cm2 (g) )
Conditions 20 Temp. Oper. / Max. Ambient | 65
21 DP Shut Off 10 Kg/ cm2
22 Valve Cv Bidder to specify
23 Model No. Bidder to specify
24 Specification Remarks Bidder to specify
Others SIL certification SIL3 certification required as per IEC 61508
25
26 Quantity as per valve datasheet
Notes:
1. No flying leads shall be acceptable.
2. Complete assembly shall be Explosion proof as per IS 2148 as mentioned in datasheet above.
3. In any condition i.e. energise or de-energise, two ports shall remain connected and third port shall remain isolated.
There shall not be any leakage between the isolated port to the connected ports.
4. 1/2" Nickel plated brass Double compression cable gland to be provided by the bidder.
Signature Not Verified
Digitally signed by RITUPARNA BORAH
Date: 2019.03.11 17:14:22 IST
Location: IndianOil e-Tendering Portal

You might also like